Loading...
HomeMy Public PortalAbout2019.12.19 - TO Engineers professional Services Agreement LETTER OF TRANSMITTAL Date Job No. December 19, 2019 180357-90-300 T- O ENGINEERS 1998 W. JUDITH LANE ATTENTION BOISE, IDAHO 83705 Richard Stein PHONE: (208) 433-1900 FAX: (208) 433-1901 RE: McCall Municipal Airport Relocate Parallel Taxiway TO: Agreement for Professional Services Richard Stein, AAE Airport Manager City of McCall 216 East Park Street McCall, ID 83638 WE ARE SENDING ❑X Attached FI Under separate the following cover ❑ Shop drawings 1-1 Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change ❑ COPIES DATE NO. DESCRIPTION 3 12/19/19 T-O Engineers Agreement for Professional Services,AIP 3-16-0023-027-2020 THESE ARE TRANSMITTED as checked below ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ❑ For your use ❑ Approved as noted ❑ Submit copies for distribution ❑ As requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review comment ❑X For signature - ❑ FOR BIDS DUE ❑ RETURNED AFTER LOAN TO US REMARKS: Rick, Attached are three signed copies of the T-O Engineers Agreement for Professional Services for design of the parallel taxiway relocation project. Please have Mayor Aymon sign where indicated, keep a copy for your records and return the other two to me. I will forward a copy to Gary Gates. Please contact me if you have any questions. Regards, file 4U0-'—FL COPY TO: SIGNED: Kevin R. Bissell, PE If enclosures are not as noted, kindly notify us at once. T-O ENGINEERS, INC. AGREEMENT FOR PROFESSIONAL SERVICES T-O Engineers, Inc. Project Number: 180357 Date:Jan. 15, 2020 THIS AGREEMENT is between the City of McCall, Idaho, hereinafter referred to as "Client" and T-O Engineers, Inc., an Idaho Corporation, hereinafter referred to as "Consultant". The Client and Consultant in consideration of their mutual covenants herein contract and agree as follows: The Client intends to Relocate Parallel Taxiway A at the McCall Municipal Airport (Design Only), hereinafter referred to as the "Project". A) CLIENT INFORMATION AND RESPONSIBILITIES 1. The Client shall timely provide to Consultant a complete description of the Project including: Client's requirements for the Project, objectives and constraints, capacity and performance requirements, flexibility and expandability needs, any budgetary limitations, and all design and construction criteria which Client requires be incorporated into the Project. 2. Client shall timely provide to Consultant all associated or applicable project information including: data and documents prepared by others, soil and subsurface explorations, hydrologic information, laboratory tests, inspection reports, environmental assessments, title reports, records of survey, warranty deeds, and land use restrictions, all of which Consultant may use and rely upon, without liability, in performing services under this Agreement. 3. The Client shall timely obtain permission for Consultant to enter upon public and private property as required for Consultant to perform services under this Agreement. B) SERVICES TO BE PERFORMED BY CONSULTANT Consultant shall provide the following generally described services under this Agreement: See attached Exhibit A, "Description of Project and Scope of Engineer's Professional Services for Improvements to McCall Municipal Airport AIP 3-16-0023-027-2020" generally referred to as the Scope of Work. C) BASIS OF FEE AND BILLING SCHEDULE The Client shall timely pay Consultant for services set forth and provided under this Agreement. Client shall timely pay Consultant for additional services authorized by written amendment to this Agreement. Fees shall be based on hourly charges and direct expenses during the performance of work described in the Scope of Work. Hourly charges shall be based on the hourly billing rates for employee classification as shown on the Consultant's Fee Schedule and detailed in the Labor Worksheet, attached as Exhibit B. Direct expenses are the sum of all expenditures attributable to the Project that are not labor charges, including subconsultant fees. Hourly and direct expense rates are subject to annual review and revision by Consultant. 1. Lump Sum Phases 1 through 4 will be invoiced on a lump sum fee basis. The lump sum fee for services to be provided in Phases 1 through 4 is included in the Scope of Work attached as Exhibit A. The portion of the lump sum that is invoiced monthly will be based on Consultant's estimate of percentage of scope of work completed. 2. Estimated Fee Fees for Phases 5 through 8 are estimated. The estimated total fee for services to be provided in Phases 5 through 8 is included in the scope of work attached as Exhibit A. Any fees described herein for services to be provided are only estimates, the final amount billed for this work shall include all time, at stated bill rates, plus all direct expenses. SERVICE AGREEMENT, 1 OF 11 Revised 2019 Client Initials TERMS AND CONDITIONS 1) GENERAL a. Consultant shall provide professional services for the Client on the Project described in this Agreement. These services shall be performed in accordance with generally accepted professional practices and standards of care and skill ordinarily used in Consultant's profession under similar circumstances. Consultant makes no warranty, either expressed or implied, as to performance of professional services. b. Consultant shall not be responsible for acts or omissions of any other party involved in the Project. c. Consultant has not been retained to supervise, direct or have control over the work of any construction contractor or their subcontractor or supplier, hereinafter referred to collectively as "Contractor". Consultant does not have authority over, or responsibility for: Contractor's means, methods,techniques, sequences or procedures of construction, safety precautions and programs incident to the work of Contractor, or for any failure of Contractor to comply with applicable laws and regulations. d. Consultant can neither guarantee the performance of any Contractor nor assume responsibility for Contractor's failure to furnish and perform work in accordance with any construction contract documents or recommendations issued by Consultant. e. The Client understands and agrees that subsurface and soils characteristics may vary greatly between successive test points and sample intervals. Consultant makes no warranties, expressed or implied, as to the services or data furnished by professionals providing soils testing or geotechnical advice. 2) OPINIONS OF COST a. Consultant may be asked to provide opinions of probable construction or Project costs as part of the professional services under this Agreement. The Client understands and agrees that: Consultant has no control over the cost of labor or materials furnished by others or market conditions, Consultant's opinions of probable cost are based on Consultant's experience and judgment, Consultant does not guarantee or warrant that bids or estimates prepared by Contractors will not deviate from opinions of probable cost provided by Consultant, and Consultant is not responsible for variations between actual construction bids or costs and Consultant's opinions regarding probable construction costs. 3) REUSE AND OWNERSHIP OF DOCUMENTS a. All work product including documents prepared by the Consultant under this Agreement are proprietary instruments of the Consultant's professional service and shall remain the sole property of the Consultant and no work product shall be used or reused by the Client other than for the construction, operation and maintenance of the Project, without specific prior written permission of Consultant. b. Client agrees that: authorized use of Consultant's work product on the Project is subject to full payment for Consultant's services related to preparation of the product, work product is not suitable for use on the Project unless completed by the Consultant for the specific purpose intended, and any other use of Consultant's work product by Client will be at Client's sole risk without liability of Consultant. c. The Client shall timely pay, assume, defend, indemnify and hold Consultant harmless from any claims, damages, losses and expenses, including attorney's fees, arising from unauthorized reuse of all work product prepared by Consultant. 4) GOVERNING LAW a. The laws of the State of Idaho shall govern the validity of this Agreement, its interpretation and performance, and all remedies for breach of contract or any other claims related to this Agreement. 5) SUCCESSORS AND ASSIGNS a. Client and Consultant are hereby bound, and their partners, successors, executors, administrators and legal representatives are likewise bound, to the other party to this Agreement, in respect of all covenants, agreements and obligations of this Agreement. b. Neither Client nor Consultant may assign or transfer any rights, duties or responsibilities under this Agreement without prior written consent of the other party. c. Nothing under this Agreement shall be construed to provide any rights or benefits in this Agreement to anyone other than Client and Consultant, and all duties and responsibilities undertaken pursuant to this Agreement shall be for the sole and exclusive benefit of Client and Consultant and not for the benefit of any other party. SERVICE AGREEMENT, 2 OF 11 Revised 2019 Client Initials 6) TIMES OF PAYMENTS a. Consultant shall submit monthly invoices for services rendered and for direct expenses incurred. Client shall timely make monthly payments. Invoices are due and payable within thirty (30) days of the date of the invoice. b. All account balances not paid in full within thirty (30) days of the date when first invoiced are overdue and subject to interest at the rate of twelve (12) percent (%) per annum compounded monthly from the date when first invoiced until paid in full. Any payments received shall be credited first to accrued interest and then to principal. c. All fees and costs incurred by Consultant to collect overdue account balances shall be added to the account balance. 7) SUSPENSION OR TERMINATION a. Consultant may, at its sole discretion, after giving seven (7) days written notice to Client, suspend or terminate service if undisputed charges are not paid within forty-five (45) days of receipt of Consultant's invoice and Client hereby waives any claim against Consultant, and shall timely pay, assume, defend, indemnify, and hold Consultant harmless from and against any claims arising from Consultant's suspension or termination of services due to Client's failure to make timely payment. b. Any charges in dispute shall be called to Consultant's attention, in writing, within ten (10) days of receipt of Consultant's invoice, and Client and Consultant shall work together in good faith to resolve any such disputes. If Client and Consultant are unable to resolve said disputes within twenty (20) days, Consultant may suspend or terminate service. c.The obligation to perform under this Agreement may be terminated by either party upon thirty(30) days written notice. Such termination shall be based upon substantial lack of performance by the other party under the Terms and Conditions of this Agreement. d. Consultant may terminate services under this agreement upon seven (7) days written notice if Client requires or demands that Consultant perform services in conflict with Consultant's professional responsibilities and Client hereby waives any and all claims against Consultant for such termination. e. If this Agreement is terminated by either party, Consultant shall be timely paid for services rendered and for direct expenses incurred to the date of such termination plus close-out or suspension costs including but not limited to document management, rescheduling or re-assignment of personnel, and documentation as to status of work tasks. 8) RISK ALLOCATION AND REMEDY a. Client and Consultant hereby contract and agree that any and all demands, mediation, arbitration, or lawsuits brought to enforce this Service Agreement shall be brought only against the parties hereto and shall not be brought individually against any shareholders, members, employees, directors, officers, partners, or agents of either of the parties to this Service Agreement. Client and Consultant further contract and agree that no rights, claims, or benefits shall arise or accrue to any party or entity not an express party to this Service Agreement, without the express written consent of both of the parties hereto. 9) HAZARDOUS ENVIRONMENTAL CONDITIONS OR MATERIALS a. Consultant's services exclude any services related to hazardous materials or a hazardous environmental condition, including hazardous materials as defined by federal, state and local law. Discovery of hazardous materials after the date of execution of this Agreement mandates renegotiation of Consultant's scope of work or suspension or termination of services. b. The Client hereby waives any claim against Consultant, and shall timely pay, assume, defend, indemnify, and hold Consultant harmless from any claim or liability for injury, loss, damages or expenses arising from hazardous materials. 10) DISPUTE RESOLUTION a. All claims or disputes arising out of this Agreement shall first be addressed through non-binding mediation and no litigation or arbitration shall occur unless said mediation is unsuccessful in resolving any such claims or disputes. SERVICE AGREEMENT, 3 OF 11 Revised 2019 Client Initials �Q4_� 11) RECOVERY OF DISPUTE RESOLUTION COSTS a.- .In the event that legal action is brought.by either party against the other, the prevailing party shall be timely ..reimbursed by the other party for the prevailing party's legal costs, in addition to whatever other judgments or settlement sums, if any, may be due. Such legal costs shall include, but not be limited to, reasonable attorney's fees, court costs, expert witness fees and other documented expenses, as well as the value of time spent by the prevailing party and its employees in defense of the legal action, including researching the issues in question, discussing matters with attorneys and others, preparing for depositions and hearings, responding to interrogatories and requests for production of documents, and so on. b. The value of time spent and the expenses incurred shall, on Consultant's part, be computed based upon Consultant's prevailing fee schedule and expense reimbursement policy. 12) EXTENT OF AGREEMENT AND AMENDMENTS a. This Agreement, including any attachments and the Terms and Conditions, represents the entire agreement :between the Client and Consultant and supersedes all prior negotiations, representations or agreements,written or oral. b. Client may furnish to Consultant a signed copy of this Agreement by scanned or facsimile media and Consultant may rely upon the authority of such media. c.'A signed Agreement constitutes a notice to proceed in the absence of any written directive otherwise from Client. d. This Agreement may be amended only by written instrument duly executed by both Client and Consultant. For purposes of signatures on any amendments, Client and Consultant agree that e-mail directives, or scanned or faxed signatures are acceptable and that each party may rely upon the authority of such communications. The following Terms 13 through 28 are federally mandated contract provisions. These provisions are included, as it is anticipated federal funds will be used for Project(s) covered by this agreement. 13)ACCESS TO RECORDS AND REPORTS The Consultant shall maintain an acceptable cost accounting system. The Consultant agrees to provide the Client, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Consultant agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. 14)BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the Consultant or its subconsultants may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Client will provide Consultant written notice that describes the nature of the breach and corrective actions the Consultant must undertake in order to avoid termination of the contract. Client reserves the right to withhold payments to Consultant until such time the Consultant corrects the breach or the Client elects to terminate the contract. The Client's notice will identify a specific date by which the Consultant must correct the breach. Client may proceed with termination of the contract if the Consultant fails to correct the breach by deadline indicated in the Client's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. 15)GENERAL CIVIL RIGHTS PROVISIONS The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. SERVICE AGREEMENT, 4 OF 11 Revised 2019 Client Initials 16)CIVIL RIGHTS -TITLE VI CLAUSES Compliance with nondiscrimination requirements: : -During the performance of this contract, the .Consultant, for itself, its assignees, and successors in interest (hereinafter referred to as the "Consultant"), agrees as follows: 1. Compliance with Regulations: The Consultant (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2.: Nondiscrimination: The Consultant, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subconsultants, including procurements of materials and leases of equipment. The Consultant will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. .3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Consultant for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subconsultant or supplier will be notified by the Consultant of the Consultant's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Consultant will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a consultant is in the exclusive possession of another who fails or refuses to furnish the information, the Consultant will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Consultant's noncompliance with the non-discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Consultant under the contract until the Consultant complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. .6. Incorporation of Provisions: The Consultant will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Consultant will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided,that if the Consultant becomes involved in, or is threatened with litigation by a subconsultant, or supplier because of such direction, the Consultant may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Consultant may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Authorities During the performance of this contract, the Consultant, for itself, its assignees, and successors in interest (hereinafter referred to as the "Consultant") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department of Transportation— Effectuation of Title VI of the Civil Rights Act of 1964); The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the SERVICE AGREEMENT, 5 OF 11 Revised 2019 Client Initials basis of age); Airport and'Airway. Improvement Act of 1982 (49 USC §.471,.'Section 47123),, as amended (prohibits; discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities"to include all of the programs or activities of the Federal-aid recipients, sub-recipients and consultants, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC §§ 12131 — 12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Nondiscrimination statute(49 USC§47123) (prohibits discrimination on the basis of race, color, national origin, and sex); •. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs; policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency(LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC 1681 et seq). 17)CLEAN AIR AND WATER POLLUTION CONTROL Consultant agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC § 740-7671 q) and the Federal Water Pollution Control Act as amended (33 USC § 1251-1387). The Consultant agrees to report any violation to the Client immediately upon discovery. The Client assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. 18)CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours :without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. SERVICE AGREEMENT, 6 OF 11 Revised 2019 Client Initials 4. Subcontractors. . .-The Contractor or subcontractor shall insertin any subcontracts the clauses set-forth:in paragraphs (1) through (.4) and also a clause requiring.the subcontractor to include these clauses in any lower tier subcontracts.. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. 19)DEBARMENT AND SUSPENSION Certification of Consultant Regarding Debarment By.submitting a bid/proposal under this solicitation, the Consultant certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. Certification of Lower Tier Consultants Regarding Debarment The Consultant, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", -must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The Consultant will accomplish this by: A. Checking the System for Award Management at website: http://www.sam.gov -'2. Collecting a certification statement similar to the Certificate of Consultant Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it.was :-excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. 20)DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance (§ 26.13) — The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DGT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract,which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non-responsible. Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the Client. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Client. This clause applies to both DBE and non-DBE subcontractors. 21)TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/1/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), the Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its, employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities associated with the project. 22)ENERGY CONSERVATION REQUIREMENTS Consultant and Subconsultant agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et seq.). SERVICE AGREEMENT, 7 OF 11 Revised 2019 Client Initials -23,)FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) :All contracts•and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR, part 201, the Federal Fair Labor Standards Act(FLSA), with the same force and effect as if given in full text.The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. -The Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor—Wage and Hour Division. 24)CERTIFICATION REGARDING LOBBYING :The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge . and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding -of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of anycooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) . The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 25)OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this agreement incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The Consultant shall provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Consultant retains full responsibility to monitor its compliance and their subconsultant's compliance with the applicable requirements of,the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The Consultant must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor-Occupational Safety and Health Administration. 26)SEISMIC SAFETY The Consultant agrees to ensure that all work performed under this contract, including work performed by subconsultants, conforms to a building code standard that provides a level of seismic safety substantially equivalent to standards established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. 27)CERTIFICATION OF CONSULTANT REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS 1) The Consultant represents that it is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The Consultant represents that it is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. SERVICE AGREEMENT, 8 OF 11 Revised 2019 Client Initials 28)TERMINATION OF CONTRACT Termination for Convenience (Professional Services) The Client may, by written notice to the Consultant, terminate this Agreement.for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the Client, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement,the Consultant must deliver to the Client all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Consultant under this contract, whether complete or partially complete. Client agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. Client further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. Termination for Default (Professional Services) Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party seven [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are .in.addition to any other rights and remedies provided by law or under this agreement. a) Termination by Owner: The Owner may terminate this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by Owner approved extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project; or 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If; after finalization of the termination action, the Owner determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the Owner issued the termination for the convenience of the Owner. b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the Owner: 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for more than one hundred eighty[180] days due to reasons beyond the control of the Consultant. Uponreceipt of a notice of termination from the Consultant, Owner agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If Owner and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the Owner's breach of the contract. In the event of termination due to Owner breach, the Engineer is entitled to invoice Owner and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. Owner agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. SERVICE AGREEMENT, 9 OF 11 Revised 2019 Client Initials - 29)TRADE RESTRICTION CERTIFICATION) By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror- 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms as published by the Office of the United States Trade Representative(USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that :its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1). who is owned or controlled by one or.more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. 30)VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the Consultant and all sub-tier consultants must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. End of federally mandated contract provisions. SERVICE AGREEMENT, 10 OF 11 Revised 2019 Client Initials IN WITNESS WHEREOF,"the parties hereto have executed`this'Agreement`as of the'day and year first above written. CLIENT: City of McCall, Idaho T-O Engineers, Inc. ADDRESS: 216 E. Park Street 2471 S. Titanium Place McCall, Idaho 83638 Meridian, Idaho 83642 BY: Robert Giles BY: Patrick Colwell TITLE: Mayor TITLE: Principal SIGNATURE: SIGNATUR . DATE: 7 DATE: l / SERVICE AGREEMENT, 11 OF 11 Revised 2019 Client Initials McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 EXHIBIT A DESCRIPTION OF PROJECT AND SCOPE OF ENGINEER'S PROFESSIONAL SERVICES FOR IMPROVEMENTS TO McCALL MUNICIPAL AIRPORT AIP 3-16-0023-027-2020 PROJECT DESCRIPTION The City of McCall, Idaho, Owner of the McCall Municipal Airport, intends to complete a project to relocate Parallel Taxiway A. The current runway to parallel taxiway separation at this airport is 200 feet and does not meet FAA design criteria for a B-II airport.A recent pre-design study determined that a 300-foot separation from Runway 16-34 to Parallel Taxiway A is justified. The current airport master plan identifies relocation of Parallel Taxiway A as a high-priority safety project. Existing aprons and taxiways will be reconfigured for compatibility with the relocated parallel taxiway. The attached Exhibit 1 shows the proposed project improvements. This project will be entirely funded through a Supplemental Discretionary grant issued by Federal Aviation Administration(FAA) Airport Improvement Program (AIP). The FAA project number is anticipated to be AIP 3-16-0023- 027-2020. The total project cost(consultant services and construction)will not exceed$10,708,000. This is a design-only project. Construction administration services will be completed under a future Professional Services Agreement. Professional services related to design and bidding of these improvements are anticipated to include the following: • Grant administration • Environmental studies • Preliminary and final project design drawings • Construction specifications and bid documents • Project bidding assistance and administration • Coordination with the City of McCall and the FAA DESCRIPTION OF PROJECT IMPROVEMENTS: The primary goal of this project is the relocation of Parallel Taxiway A to provide runway to parallel taxiway separation that meets current FAA design standards. To accomplish this goal, Parallel Taxiway A will be relocated from its current 200-foot offset to a 300-foot offset from Runway 16-34. The General Aviation Apron will be reconfigured/rehabilitated to replace aircraft tie-down and parking spaces lost due to relocation of Parallel Taxiway A. Connecting Taxiways A-1,A-2,A-3 and A-5 will be reconstructed where they join the relocated parallel taxiway. Hangar Taxiways A, B and C will also be extended to join the relocated parallel taxiway. Additionally, the segmented circle and wind cone will be relocated during this project. Imi T-O ENGINEERS PAGE A-1 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 CONTRACTS AND BIDDING: It is anticipated that one set of contract documents will be prepared to complete project improvements described above under a single contract. All project elements will be divided into separate bid schedules. Consideration will be given during design of the project to extend work hours and other contractual requirements to help ensure the work is completed with minimum impact to airport operations. AVAILABLE INFORMATION: • Airport Master Plan, McCall Municipal Airport, prepared by Mead and Hunt and T-O Engineers, Inc. dated September 2007. • Project plans and specifications for AIP 3-16-0023-016, McCall Municipal Airport, prepared by T-O Engineers, Inc. dated April 2009. • Project plans and specifications for AIP 3-16-0023-019, McCall Municipal Airport, prepared by T-O Engineers, Inc. dated May 2010. • Project plans and specifications for AIP 3-16-0023-021, McCall Municipal Airport, prepared by T-O Engineers, Inc. dated May 2014. • Project plans and specifications for AIP 3-16-0023-023, McCall Municipal Airport, prepared by T-O Engineers, Inc. dated May 2017. KW T•O ENGINEERS PAGE A-2 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 )tg'-� E] J, J ot d ) LEIi 0 } 41 P/L 10, ass i% a I . o , I 1 I C-•'iJ �� x x of oca \ _.JIII z Exhibit 1: Proposed Project Improvements T-D ENGINEERS PAGE A-3 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 SECTION 1 —SCOPE OF SERVICES Professional services required to accomplish the Project are anticipated to include the following: PHASE 1 -ADMINISTRATION The Administration Phase includes tasks related to contracting and coordination with the OWNER to define the scope of services required and begin the project. Also included are coordination tasks with the OWNER and FAA,along with grant administration services.Administration phase services include: 1.1 Discuss the scope, budget and approach to project with the OWNER and FAA. Assemble base exhibits for the purpose of project scoping. Determine the elements to be included in the project and the overall project approach. It is anticipated this coordination will take place via teleconference. 1.2 Prepare a detailed scope of work narrative for FAA and OWNER review.After review with FAA and OWNER,finalize the scope of work narrative and prepare blank work task versus hourly fee forms for the OWNER's use in obtaining an Independent Fee Estimate of costs for consultant services. 1.3 Prepare a detailed fee proposal based on estimates of professional personnel service hours including required subconsultant costs and direct expenses. Provide blank cost proposal spreadsheets for OWNER's use in obtaining an Independent Fee Estimate (IFE) of engineering costs. 1.4 Coordinate with the OWNER and IFE as needed to describe the project and any assumptions made in formulating the scope of work. Coordinate with OWNER after IFE is complete to evaluate ENGINEER's fee proposal and finalize fee negotiations with OWNER, if necessary. One teleconference is anticipated with OWNER and IFE to describe and discuss the project scope work. 1.5 Prepare an Agreement for Professional Services for submittal and review by the OWNER. This Agreement shall be comprehensive in description of services and responsibilities of contract parties and shall include a detailed fee proposal for professional services, subconsultant costs and reimbursable expenses. 1.6 Advise and coordinate with OWNER regarding compliance documentation, FAA procedural requirements and general guidance through the Phase 1 tasks. Coordination with FAA during Phase 1. 1.7 Project management and administration to include monthly cost accounting and budget .analysis, invoicing and monitoring of project progress. Anticipate approximately 10 invoices for professional services during the project. 1.8 Travel time for ENGINEER personnel during Phase 1. It is anticipated that the project manager will make two trips to McCall, Idaho in Phase 1. T-D ENGINEERS PAGE A-4 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 PHASE 2 - PLANNING AND FORMULATION Planning and Formulation Phase Services include tasks necessary to initiate design of the project and ensure cost effective and practical solutions for identified airport improvements. This phase includes data collection, review of available information, design approach formulation and coordination with the OWNER and FAA.The design will utilize local expertise when available as well as experience gained from recent construction projects at the airport. These tasks include the following: 2.1 Prepare for and meet with FAA representatives to conduct the required Pre-Design Conference. This meeting will cover required topics as well as discussion of the approach to the project, environmental study requirements, justification for improvements;funding and eligibility; grant application requirements, project timing and schedule. It is anticipated that this meeting will be held via teleconference with ENGINEER, FAA and OWNER representatives participating. Prepare FAA Predesign Checklist and associated meeting minutes for submittal to FAA. 2.2 Prepare scope of work for topographic design and boundary survey. Design surveying services will be provided by ENGINEER as an additional service. See Sections 8.4 and 8.5. 2.3 Prepare scope of work and exhibit for project geotechnical testing. Geotechnical testing services will be provided by a subconsultant as an additional service. See Section 8.3. 2.4 Prepare scope of work for the wildlife hazard site visit.Wildlife hazard site visit will be provided by a subconsultant as an additional service. See Section 8.6. 2.5 Prepare draft project schedule showing milestones for specific project tasks for review by OWNER and FAA. 2.6 Visit site and conduct project site investigation to determine existing site conditions prior to initiation of design. 2.7 Prepare preliminary layout sheets and construction cost estimates based on historical information available from previous projects completed at the airport and comparable projects at other airports. 2.8 Coordinate with FAA to present the selected options for reconfiguration of relocated Parallel Taxiway A. This coordination will include both email and teleconference communication with the OWNER and FAA. This task includes a basic plan view of the proposed runway and taxiway geometry as well as time necessaryto obtain FAA concurrence with the proposed geometric design. 2.9 Coordinate with FAA to present the selected options for reconfiguration of the aprons impacted by relocation of Parallel Taxiway A. It is anticipated that the General Aviation Apron will require reconfiguration and/or rehabilitation to replace aircraft tie- down and parking spaces lost due to relocation of Parallel Taxiway A. This coordination will include both email and teleconference communication with the OWNER and FAA. This task includes a basic plan view of the proposed apron KLNJ T-O ENGINEERS PAGE A-5 McCall Municipal Airport Relocate Parallel TaxiwayA Professional Services Agreement:Exhibit A January 15,2020 geometry as well as time necessary to obtain FAA concurrence with the proposed geometric design. 2.10 Meet with OWNER, US Forest Services and airport users to discuss options for the draft Construction Safety Phasing Plan (CSPP). Input from these meetings will be used in drafting the 65% CSPP. 2.11 Prepare four FAA Forms 7460-1 for specific project elements. It is anticipated that a separate 7460-1 will be prepared for the CSPP, height and location of construction equipment, Contractor staging and storage area, and construction access roads. 2.12 Coordinate with the OWNER and FAA during Phase 2 of the project, including periodic status updates. 2.13 Travel time for ENGINEER personnel during Phase 2. It is anticipated that the Project Manager will make two trips and the Design Engineer will make two trips to McCall, Idaho during Phase 2. PHASE 3— PRELIMINARY DESIGN During the Preliminary Design Phase the ENGINEER will utilize information gathered in the planning and formulation phase to solve technical problems presented by the proposed project. Preliminary project plans and specifications necessary to review the project will be presented to the OWNER and FAA. Project plans and specifications will be in accordance with all applicable FAA Advisory Circulars including 150/5300-13A and 150/5370-1 OH.The following tasks are anticipated to result in final review comments necessary for final design completion in Phase 4. Preliminary Design phase services include: 3.1 Assemble survey data and generate base topographic mapping for the project site. 3.2 Preliminary design of relocated Parallel Taxiway A including geometry, cross sections, finished grades, drainage, marking and signage. Check geometry of existing airfield components for compatibility with proposed design elements. 3.3 Preliminary design of reconfigured connecting Taxiways A-1,A-2,A-3,A-4 and A-5 including geometry, cross sections,finished grades,drainage,marking and signage. Check geometry of existing airfield components for compatibility with proposed design elements. 3.4 Preliminary design of reconfigured/rehabilitated General Aviation Aprons impacted by relocated Parallel Taxiway A. Preliminary design includes geometry, cross section, finished grades, drainage, tiedown spacing, marking and signage. Check geometry of existing airfield components for compatibility with proposed design elements. 3.5 Preliminary design of hangar Taxiways A, B and C impacted by relocated Parallel Taxiway A. Preliminary design includes geometry, cross sections, finished grades, drainage, marking and signage. Check geometry of existing airfield components for compatibility with proposed design elements. T-O ENGINEERS PAGE A-6 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 3.6 Based on the critical aircraft, fleet mix and the results of geotechnical testing, determine the required taxiway pavement section design to accommodate current and forecast aircraft traffic at the airport. Pavement will be designed in accordance with FAA advisory circulars and applicable regional guidance. This task includes preparation of the draft (65%) and the final (100%) pavement analysis reports, including a discussion of alternatives, for review and comment by FAA. This report will also be incorporated into the Engineer's Design Report. 3.7 - Develop site grading and drainage plans for ground surfaces adjacent to all project pavements. Define locations and requirements for improvements to surface stormwater drainage. Coordinate with the Idaho Department of Environmental Quality regarding any special requirements or permits. It is assumed that all drainage will be retained on airport property. 3.8 Design a subsurface drainage system (edge drains) for the relocated parallel taxiway. The existing taxiway system does not have a subsurface drainage system. Subsurface drainage system is anticipated to consist of geotextile wrapped perforated pipes with appropriate outlet structures. 3.9 Develop an erosion and sediment control plan (ESCP)for the project to be included in the project plans and contract documents. This plan shall apply approved Best Management Practices (BMPs) for the State of Idaho and the City of McCall. 3.10 Prepare draft(65%)Construction Safety Phasing Plan(CSPP)document for review by the OWNER and FAA. FAA requires a stand-alone CSPP document that includes the construction sequence and safety plan drawing as well as selected safety related information excerpts from the project specifications. 3.11 Prepare final (95%) CSPP document incorporating review comments from the OWNER and FAA. Submit final CSPP to OWNER and FAA for review. Incorporate any final review comments into the final CSPP.Submit final(100%)CSPP to FAA for routing to various divisions. 3.12 Evaluate alternatives for reuse and/or stockpile of milled pavement and other materials generated in the removal of existing airport pavements. It is anticipated that excess millings will be generated by removal of the existing parallel taxiway and apron pavements.A significant portion of the material will be used to construct new taxiway shoulders. 3.13 Prepare preliminary design and construction plans(65%)of the project elements for review and discussion with the OWNER and FAA. Plans will be in conformance with FAA AC 150/5300-13A "Airport Design". Drawings shall be complete enough to identify sequence and safety issues, along with primary design elements for review and discussion only. Estimated number of sheets required is 70. Provide the OWNER and FAA with one set of drawings for review if requested. 3.14 Prepare draft Engineer's Design Report (65%) in conformance with FAA guidelines for review and comment by FAA personnel. 3.15 Prepare draft construction specifications for OWNER and FAA Review (65%). Specifications will be in conformance with FAA AC 150/5370-10H "Standards for T-O ENGINEERS PAGE A-7 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 Specifying Construction on Airports"including regional Notices published by the FAA Northwest Mountain Region. 3.16 Participate in a design review meeting with the OWNER in McCall, Idaho. Presentation to the Airport Advisory Committee will include design rationale,phasing and safety plan, preliminary design drawings, design analysis and project schedule. 3.17 Coordinate with the OWNER and FAA during this phase of the project, including periodic status updates. Two project update teleconferences with the OWNER and FAA are anticipated. 3.18 Travel time for ENGINEER personnel during Phase 3. It is anticipated that the Project Manager and Design Engineer will make two trips to McCall, Idaho during Phase 3. PHASE 4— FINAL DESIGN The Final Design phase shall include the preparation of detailed construction plans and specifications, required design report, updated cost estimates and bid and contract documents suitable for obtaining competitive bids for construction of improvements. Final Design Services shall include the following tasks: 4.1 Prepare design and construction plans for OWNER and FAA review (95%). Plans will be in conformance with applicable FAA Advisory Circulars and regional notices. Estimated number of sheets is 70. 4.2 Prepare construction specifications for OWNER and FAA Review (95%). Specifications will be in conformance with FAA AC 150/5370-10H "Standards for Specifying Construction on Airports"including regional Notices published by the FAA Northwest Mountain Region. 4.3 Prepare Bid Documents(95%)to include Bid Advertisement, Instructions to Bidders, Construction Agreement and Bond Forms, Notice of Award, Notice to Proceed and other contract documents required for solicitation of bids and execution of a construction contract following bid award. Assist OWNER in project insurance and bond requirement evaluation. Prepare bid schedules with associated final bid quantities. 4.4 Prepare final cost estimate based on detailed bid schedule(s)and provide OWNER and FAA with an assessment of project costs versus available budget. 4.5 Prepare (95%) Engineer's Design Report in conformance with FAA guidelines, to include FAA plan and specification review checklists. 4.6 Respond to FAA design review comments. Incorporate FAA and OWNER comments into the final design drawings,specifications, bid documents and Engineer's Design Report(100%). Design drawings and contract documents will be complete and ready for bidding. 4.7 Review final design drawings(100%)and associated documents with the OWNER. It is anticipated that one review meeting in McCall, Idaho will be required. Provide T-O ENGINEERS PAGE A-8 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 the OWNER with two (2) complete sets of contract documents, including plans, specifications and design report. Submit one (1) set of contract documents to the FAA. 4.8 Coordinate with the OWNER and FAA during this phase of the project, including periodic status updates.Two project update teleconferences with the OWNER and FAA are anticipated. 4.9 Travel time for ENGINEER personnel related to Phase 4. It is anticipated that the Project Manager and Design Engineer will make two trips to McCall, Idaho during Phase 4. PHASE 5 - BIDDING Assist the OWNER in the competitive sealed bid and contractor selection process. Prepare and process contract award and construction agreement documents for the OWNER. Bidding phase services shall include the following tasks: 5.1 Administer the public bid advertisement process including bid document reproduction and distribution of documents to plan rooms,contractors and suppliers. Prepare advertisement(s) for the project, which the OWNER will submit to appropriate newspaper(s)for publication. Maintain a bidders list and distribute plans as requested. Assist OWNER in promoting bidder interest within a realistic geographic area for the project. 5.2 Respond to questions that arise during the Contractors' bid preparation process. Issue addenda or other clarifications as required. Two addenda are anticipated. 5.3 Prepare a detailed Pre-Bid Conference agenda and conduct a Pre-Bid Conference to familiarize bidders and interested parties with the construction project scope and requirements. Prepare and issue minutes of the conference afterthe meeting. The meeting will be held in McCall, Idaho. 5.4 Assist the OWNER in preparation forthe project Bid Opening as required, including preparation of a project bid summary. It is anticipated that the ENGINEER will attend the bid opening in McCall, Idaho and assist in opening bids. ENGINEER will then evaluate the qualifications of bidders and responsiveness to bidding criteria. 5.5 Prepare detailed bid tabulations documenting bid results and submit to OWNER and FAA. 5.6 Assist the OWNER with review and analysis of bids received. Provide a bid cost/price analysis per FAA Order 5100.38 and Engineer's Recommendation of Award letter to OWNER. Assist OWNER with Request for Concurrence in Award from FAA. 5.7 Prepare and distribute Notice of Award, Construction Agreement and other contract documents. Review Construction Agreement, bonds and insurance documents submitted by Contractor, and assist OWNER and Contractor in processing documents for the project. T-O ENGINEERS PAGE A-9 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 5.8 Coordinate with FAA and OWNER throughout the bid and award process. Submit bid documentation including copies of all executed contract documents as required by the FAA. One teleconference with the OWNER and FAA are anticipated to discuss the bid results and options for award of the bid. 5.9 Travel time for ENGINEER personnel associated with tasks listed in Phase 5. It is anticipated that the Project Manager will make two trips and the Design Engineerwill make one trip to McCall, Idaho in Phase 5. PHASE 6 -CONSTRUCTION Professional services during the Construction phase are not included in this design-only project. PHASE 7— CLOSEOUT/DOCUMENTATION Professional services during the Closeout Phase are not included in this design-only project. It is anticipated that project closeout documentation will be completed under a future agreement for professional services during construction. PHASE 8—ADDITIONAL SERVICES ENGINEER shall provide the following services as Additional Services in conjunction with the basic services required under Phases 1 through 7. 8.1 AIP Grant Administration Related Services: 8.1.1 Prepare draft and final Application for Federal Assistance for the FAA/AIP eligible portion of the project to be submitted by the OWNER to the FAA. Prepare a draft CIP data sheet for FAA use. 8.1.2 Assist the OWNER in preparation and processing of required sponsor certifications for submittal to FAA. 8.1.3 Coordination and communications with OWNER and FAA fortwelve months relating to project scheduling and grant funds. 8.1.4 Assist OWNER in preparation of periodic project requests for reimbursements via the FAA Delphi e-Invoicing system. OWNER will be responsible for actual data entry into the e-Invoicing system. In addition,the ENGINEER will assist the OWNER with overall budget status analysis and reports, and preparation of project updates for Airport Advisory Committee meetings. 8.1.5 Complete FAA quarterly reporting on status of project and expenditure of grant funds. 8.1.6 Complete FAA annual reporting. Complete FAA forms SF 427 and 271. T-O ENGINEERS PAGE A-10 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A Jarivary 15,2020 8.2 Provide the following services related to Federal Disadvantaged Business Enterprise requirements (DBE). 8.2.1 The DBE Program for the City of McCall must be updated and approved by FAA in year 2020.This task includes updating and obtaining FAA approval of the DBE Program. 8.2.2 The DBE Goals for the City of McCall must be established and approved by FAA in year 2020. This task includes establishing and obtaining FAA approval of the DBE Goals. 8.2.3 Complete the "Uniform Report of DBE Awards or Commitments and Payments" including contract award amount or contractor/engineer's commitment and actual resulting payment to DBE's. 8.3 Collect geotechnical information necessary to design the project.These services are anticipated to be performed by a qualified subconsultant. ENGINEER's services for this task will include coordination with the OWNER and subconsultant during the data collection. On-site observation is anticipated (including travel to McCall, Idaho), by ENGINEER's representative throughout the field work for this investigation, to oversee the data collection and escort geotechnical subconsultant personnel onto the airfield. Geotechnical scope of work is included in Appendix A. 8.4 Provide design field survey in horizontal datum Idaho State Plane HARN North Zone, US Foot with vertical datum NAVD 88. Survey requirements are expected to include the survey of the existing parallel taxiway and connector taxiway pavements, along with the adjacent ground surface to beyond the limits of the associated Taxiway Safety Areas and Object Free Areas to the Runway 16-34 centerline. The General Aviation Aprons and adjacent undeveloped area will also be surveyed. ENGINEER's services for this task will also include coordination with the OWNER during the data collection. Survey scope of work is included in Appendix B. 8.5 Provide a boundary survey and monumentation of property corners of land recently acquired by the City of McCall for relocation of Parallel Taxiway A. Survey will be based on legal documentation prepared T-O Engineers for land acquisition. Survey scope of work is included in Appendix B 8.6 Provide a Wildlife Hazard Site Visit(WHSV)and Wildlife Hazard Management Plan (WHMP) for the McCall Municipal Airport to assess the impact of wildlife on airport operations and provide recommendations to minimize the potential for wildlife hazards at the airport. The WHSV is an FAA requirement perAC 150/5200-36A and is necessary for funding construction of wildlife resistant fencing as part of the project.The FAA is recommending a WHMP be completed for the airport due to the increased presence of wildlife in the vicinity of the airport.The scope of work for the WHSV and WHMP is included in Appendix C. 8.7 Provide a Documented Categorical Exclusion (CatEx)and supporting environmental resource reports (or technical reports) in accordance with FAA Order 1050.1 F and FAA Order 5050.413 to define and analyze potential impacts of the proposed perimeter fence bordering the airport property. T-O ENGINEERS PAGE A-11 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 8.8 Assist and coordinate with independent auditors in locating requested documents for performing the required A-133 annual audit. 8.9 Prepare a Storm Water Pollution Prevention Plan (SWPPP)to be filed at the project and a Notice of Intent(NOI)for Submittal to the Idaho Department of Environmental Quality (IDEA). SWPPP will be assembled in a format as required by the ODEQ. The SWPPP plan will include; planning and organization statements, an individual assessment of the project site, best management practice identification, how the plan would be implemented, and a plan for evaluation and monitoring the requirements of the permit. 8.10 Coordinate wetlands delineation, 404 permit and mitigation for the project: Background An Environmental Assessment was completed for the project in 2011. The EA will not require revision due to the general conformity of the project. In 2008,A wetlands delineation was prepared by WHPacific, Inc. The Wetlands received an approved jurisdictional determination (NWW-2009-199-B01) by the U.S. Army Corps of Engineers (USACE) on April 20, 2009. Jurisdictional wetland determinations are valid for a maximum of 5 years,after which revision of the delineation must be made. The 2009 delineation was conducted following technical methods outlined in the Army Corps of Engineers Wetlands Delineation Manual(USACE 1987)and utilizing the Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Western Mountains,Valleys,and Coast Region (USACE 2010). In addition to these methods, a new 2019 delineation will follow new guidelines on aquatic resources reporting adopted by the USACE Walla Walla District in June 2019. This document is intended to provide all the information necessary to identify on-site jurisdictional areas that may be impacted by the parallel taxiway relocation at the McCall Municipal Airport. The project area is approximately 40 acres and includes property recently purchased by the City of McCall for parallel taxiway relocation. In this area approximately 3 acres of wetlands have been identified. Estimated impacts are in the 2+acre range. Therefore,the project would qualify for an Individual Permit under the Clean Water Act. The 2011 EA identified mitigation to be provided by one of two planned mitigation banks in Valley County. Neither of the planned mitigation banks opened and there are currently no wetland mitigation banks in the vicinity of the City of McCall. Therefore, a compensatory mitigation plan will be prepared. The mitigation plan will use the guidance in FAA Advisory Circular(AC) 150/5200-33B to identify sites that will not increase wildlife hazards at the airport and Section 404(B)(1) of the Clean Water Act for functional equivalency. Environmental Permitting T-O Engineers will perform a site evaluation of the 40 acres. Review will include all information required by the City of McCall to submit a Joint Application for permits (JAFP) under the Clean Water Act (Section 404 permitting). Associated tasks include: KLMJ T-O ENGINEERS PAGE A-12 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 8.10.1 The U.S. Fish and Wildlife Service (USFWS) Endangered Species Act (ESA) research will be performed and preparation of a No-Effect Statement and attachment of the Section 106 historic resources will be required for the JAFP. 8.10.2 T-O Engineers will perform a wetland delineation for the development (-40 acres). This work includes one (1) site visit and associated on-site work by a qualified biologist and assistant to perform the delineation. 8.10.3 Work products include a wetland delineation report and associated graphics depicting delineated wetland areas. The biologist will coordinate with USACE for updating NWW-2009-199-B01 Jurisdictional Determination and revisions to graphics. 8.10.4 Prepare and submit the Clean Water Act, Section 404 Individual Permit required to fill wetlands on the property. 8.10.5 Project management and coordination with the USACE. 8.10.6 Individual Permit will require evaluation of the Least Environmentally Damaging Practicable Alternative under Section 404(B)(1) of the Clean Water Act. 8.10.7 Compensatory Mitigation Plan will be required. Prepare off-site mitigation plan to compensate for lost wetlands due to project, mitigation will occur within the Payette River Watershed. Coordination with the City of McCall will be required to identify sites for existing wetland conditions and the feasibility of creating new wetland conditions. EXCLUDED ADDITIONAL SERVICE TASKS Items that may arise during project design and bidding that are not included in this Scope of Services and associated fee proposal include the following: 1. Coordination with local governmental agencies,except for regular coordination with OWNER is not included. 2. Permit and agency review fees are not included. 3. An environmental assessment is not included. 4. Tasks associated with construction administration of the project are not included. It is assumed that a separate professional services agreement for construction administration will be negotiated prior to the bid opening. 5. Airport GIS (ALIS) survey is not included. T-O ENGINEERS PAGE A-13 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 SECTION 2 -OWNER'S RESPONSIBILITIES OWNER shall assume the following responsibilities and provide the following support to Engineer. OWNER's Designated Representative • The OWNER's designated representative shall be Richard Stein,Airport Manager, who with assistance from other members of the City of McCall staff, shall assist in processing Interim Requests for Reimbursements and authorize other Additional Services of ENGINEER as may be required during the course of the project. The OWNER's designated representative shall coordinate directly and routinely with the McCall City Council for the purpose of document processing and project updates. OWNER's Requirements • The Designated Representative shall advise ENGINEER as to the project budget and site-specific design requirements during the Planning and Study phases of the project. The Designated Representative shall also act as a liaison with the Airport Advisory Committee and airport users to seek additional input as appropriate during planning and design development. • OWNER's Designated Representative shall assist in coordination and development of an Operation and Safety Plan. Work to include coordination and meeting(s)with ENGINEER and airport users as necessary. On-Site OWNER Representation • Attend the Pre-Design Conference, Pre-Bid Conference, Bid Opening. • Assist in location and identification of existing utilities in the vicinity of proposed project improvements. Identify subsurface conditions that OWNER may be aware of which could impact project design. • Review progress documents or alternatives information and respond to ENGINEER in a timely manner when additional direction is required. • Issue NOTAMS and provide all necessary coordination with FAA personnel relative to Airport Operations Area (AOA) closures, impacts to FAA navigational aids, and similar activities during project design. SECTION 3 - DUTIES, RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE A Resident Project Representative (RPR)will not be required for this design only project. It is anticipated that construction observation services will be included in a future professional services agreement. T-O ENGINEERS PAGE A-14 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 SECTION 4- PROJECT SCHEDULE The following schedule summarizes OWNER and FAA desired target completion dates for significant Project tasks. ACTIVITY COMPLETION COMMENTS DATE Environmental Approval Sept. 2019 Approved Sept. 5, 2019 CIP Data Sheet Submitted Dec. 6, 2019 Submit Proposed Agreement and Fees to Owner Nov. 18, 2019 Record of Negotiations Submitted Nov. 25, 2019 Final Engineering Agreement to Owner Dec. 2, 2019 Signed Engineering Agreement Approved by FAA Dec. 6, 2019 Authorization to Proceed with Section 404 Permit Nov. 8, 2019 Coordinate Wetlands Mitigation Site with City of Nov. 29, 2019 McCall CSPP Submitted for Airspace Dec. 13, 2019 Submit 404 Permit, Mitigation Plan to USACE Jan. 15, 2020 Preliminary (65%) Design Submittal (Plans, Jan. 31, 2020 Specifications and Design Report) Final (95%) Design Submittal Feb. 14, 2020 Plans Reviewed by FAA and Returned with Feb. 20, 2020 Comments Plans & Specifications Accepted by FAA Feb. 27, 2020 Negotiate Wetlands Mitigation Site with City of Feb. 28, 2020 McCall, FAA and USACE Grant Application Submitted by Sponsor March 5, 2020 Advertise Project March 10, 2020 Bid Opening April 1, 2020 Recommendation of Award and Bid Tab April 13, 2020 Grant Issued April 24, 2020 Award Project April 28, 2020 Receive Section 404 Permit for Taxiway April 2020 Construction KLMJ T-O ENGINEERS PAGE A-15 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 SECTION 5 - FEES FOR SERVICES AND BASIS FOR REIMBURSEMENT 5.1 Basis of Fees: 5.1.1 Basic Services provided under Section 1, Phases 1-4 and 5-7 of Exhibit A. 5.1.1.1 Planning and design services provided under Section 1,Phases 1,2,3 and 4 shall be performed on a "Lump Sum Fee Basis". 5.1.1.2 Bidding and Construction services provided under Section 1, Phases 5, 6, and 7 shall be performed on a"Prevailing Rates Basis", in accordance with the fee schedule provided in Exhibit C to this Agreement. 5.1.2 Additional services provided under Section 2 of Exhibit A shall be performed on a "Prevailing Rates Basis". 5.1.3 Independent professional associates and engineers' fees and reimbursable expenses shall be in addition to Basic and Additional Services Fees identified in Paragraph 5.2.1 below. Estimates are provided in Paragraph 5.2.2 below. 5.2 Fees for Services. The Fees established below are supported by the man-hour and cost analysis provided in Exhibit B. 5.2.1 Professional Services-T-O Engineers, Inc. Personnel 5.2.1.1 Fee for services provided under Contract Section 1, Phases 1, 2, 3, and 4. LUMP SUM = $ 327,581.40 5.2.1.2 Estimated fee for services provided under Contract Section 1, Phases 5,6, and 7 and Contract Section 2, Phase 8. ESTIMATED PREVAILING RATES BASIS FEE _ $ 158,979.22 5.2.2 Subconsultant Fees 5.2.2.1 Fee for Subconsultant services provided under Contract Section 1, Phases 1, 2, 3, and 4. ESTIMATED FEE _ $ 0.00 5.2.2.2 Estimated fee for Subconsultant services provided under Contract Section 1, Phases 5, 6, and 7 and Contract Section 2, Phase 8. ESTIMATED FEE = $ 40,200.00 5.2.3 Reimbursable Expenses: 5.2.3.1 Contract Section 1, Phases 1, 2, 3, and 4. ESTIMATED AMOUNT = $ 13.699.00 5.2.3.2 Contract Section 1, Phases 5, 6, 7 and 8. ESTIMATED AMOUNT = $ 25,358.00 Fee Summary: Section 1 & 2 (5.2.1. + 5.2.2. + 5.2.3.) ESTIMATED TOTAL= $ 565,817.62 T-O ENGINEERS PAGE A-16 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 5.3 Adjustment of Fees: 5.3.1 It is agreed that the fees identified in 5.2 above are subject to adjustment should the Scope of Services change; should work effort required to accomplish a task significantly increase through no fault of the ENGINEER; and/or the time span over which services are provided be significantly extended through circumstances not under the control of the ENGINEER during the progress of work. 5.3.2 It is further understood and agreed that the distribution of work and hence fees between the ENGINEER and subconsultants during the performance of work may vary from the assumptions which form the basis of estimates provided in Exhibit B, and also that the cost for subconsultant services and reimbursable expenses may vary from estimates contained herein. 5.4 Requests for Fee Adjustment: 5.4.1 Requests for adjustment of fees identified in paragraph 5.2 are subject to the approval of the OWNER and the Federal Aviation Administration (FAA). The OWNER agrees to not withhold approval of requests for fee adjustments that are agreed to by the FAA or which have been included in calculation of the FAA-AIP Grant amount awarded to the OWNER. 5.4.2 It is agreed that the ENGINEER shall only be required to request an adjustment of fees in the event total Basic Services fees for the Administration, Planning and Study, Preliminary Design, and Final Design (Phases 1 through 4); or if, Bidding, Construction, Operational phases (Phases 5 through 7); or if total estimated Additional Services fees(Phase 8)exceed total pre-approved maximum amounts for each of respective subtotal for Phase 1 through 4, Phase 5 through 7, or Phase 8. T-O ENGINEERS PAGE A-17 i.'jr' •fir �I. •J ..-x �M ' ■ �: R 7Y'7 �'' 11 •-+ �� ,.'( � 'k,.,,�T- 1 •' FIC. = �,� 20 .o McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January:15,2020 A M E R I C A N October 31,2018 r File No.03139 Mor� • T-0 Engineers 2471 S.Titanium Place T E ( H N I ( S Meridian,Idaho 83642 Attention:Mr.Kevin Bissell,P.E. SUBJECT: Proposed Geotechnical Investigation Relocate Parallel Taxiway A McCall Municipal Airport,McCall,Idaho Dear Kevin, American Geotechnics(AGED)is pleased to present T-0 Engineers with our proposed scope of services for the McCall Municipal Airport's relocation of Parallel Taxiway A.Please see our project understanding,anticipated site and subsurface conditions,scope of services,costs and schedule proposal,limitations,and conditions of authorization below. UNDERSTANDING American Geotechnics understands the project will involve relocating the Parallel Taxiway A at the McCall Municipal Airport in McCall,Idaho.From the site plan and scope of work T-0 Engineers provided,we understand the investigation will be in the airport operations area;requiring the field investigation to be performed in general accordance with FAA Advisory Circular 150/5210-5 Painting, Marking,and Lighting of Vehicles Used oil an Airports and FAA Advisory Circular 150/5370-2 Operational Safety on Airports During Construction.The pavements will be designed by T-0 Engineers.Airport security and safety training is not required. ANTICIPATED SITE AND SUBSURFACE CONDITIONS The proposed site is located in McCall,Idaho.The site is currently used for airport operations. Anticipated soil conditions include gravels,silts,and sands. We have developed our field investigation program and estimated fee.We assume the subsurface materials can be drilled with hollow stem auger equipment. We assume you have secured permission to physically access the site and the site is accessible by standard two-wheel-drive drilling and excavation equipment.We also assume our subsurface American Geotechnics 1920 F.17th St,Ste 204• Idaho Falls,ID 83404• (208)523-8710 3605 Belmont Rd• Coeur d'Alene,ID 83815• (208)659-5697 5260 Chinden Blvd.• Boise,ID 83714• (208)658-8700 T-0 ENGINEERS PAGE A-19 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 Relocate Parallel Taxiway A A M E R I C A 11 McCall Municipal Airport,McCall,Idaho AJ9J -i f File No.03139 99 October 31,2018 T E ( H 11 1 ( 5 investigation will not encounter concrete or contaminated materials. SCOPE OF SERVICES We will provide a geotechnical subsurface investigation,laboratory testing,and reporting for the pavement,base,subbase,and subgrade soils encountered.Specifically,our scope of services consists of the following. Field Exploration We will stake or paint boring locations in the project site and coordinate utilities clearance with Idaho 811 and airport management prior to our field investigation.We will locate the boring locations in the field using a hand-held GPS and coordinates provided by T-O Engineers.We will contact T-O Engineers to coordinate site access as needed. The field investigation will be performed between 7:00am and 7:00pm during a pre-arranged taxiway closure.We will coordinate our work schedule with T-O Engineers and the airport manager,Jay Scherer at(208)634-1488. Our investigation will include drilling up to 18 soil borings on or in the vicinity of the existing Parallel Taxiway a up to 6-feet below ground surface(BGS)as described below. • 5 soil borings are planned through the existing Parallel Taxiway A. • 1 soil boring is planned through the existing Taxiway D. • 11 soil borings are planned on unpaved areas adjacent to the existing Parallel Taxiway A. • 1 soil boring is planned in the existing runoff detention basin.We will perforin a field constant head permeameter test to determine the subsurface infiltration rate at this location. We will core the pavement borings using a 4-inch core barrel and patch the boring with asphalt cold patch using our hydraulic ram.Asphalt thickness,base,subbase and subgrade soil depths below the existing pavement surface will be recorded,if encountered.Depth to groundwater,if encountered,will be measured and recorded.Boring locations will be recorded using a hand held GPS.The fieldwork will be under the direction of our field engineer who will supervise drilling operations,prepare field logs,and select sample locations. American Geotechnics Page 2 T•O ENGINEERS PAGE A-20 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 Relocate Parallel Taxiway A A M E R I C A 11 McCall Municipal Airport,McCall,Idaho File No.03139 October 31,2018 T E C H 11 1 C S Laboratory Testine Samples will be collected and returned to Boise,Idaho for analysis in our materials laboratory to determine physical and engineering properties.We will perform all laboratory tests in general accordance with ASTM published procedures.As appropriate,the laboratory program will include: • visual classifications, • 6 each moisture contents, • 6 each sieve analyses, • 3 each Atterberg limits, • 2 each hydrometer analysis • 7 each California Bearing Ratio(CBR)testing.(anticipate I test for existing Parallel Taxiway and 6 tests for the unpaved area parallel to the existing Parallel Taxiway A) Unless otherwise notified by T-O Engineers samples will be disposed of in the Hidden Hollow Landfill 60 days after the completion of the laboratory testing. Eneineerine Analvses and Renortine A description of our field investigation,the results of our laboratory testing,and our engineering analyses will be provided along with our recommendations and will be summarized in a geotechnical engineering report.The report will include: • Description of general soil and groundwater conditions. • CBR and index test results. • FAA Frost Group for the subgrade material as described in FAA Advisory Circular 150/5320-61FAhport Pavement Design and Evaluation • Asphalt Core Photographs. • Recommended infiltration rate at the existing airport runoff detention basin. We agree to exclude recommendations relating to the following: • Pavement section design. American Geotechnics Page 3 • T-O ENGINEERS PAGE A-21 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 Relocate Parallel Taxiway A A M E R-1 C A H McCall Municipal Airport,McCall,Idaho r krA File No.03139 0i October 31,2018 T E C H 11 I C S • Rigid Pavement • Estimated settlements. • Allowable bearing pressures. Project deliverables include one emailed Draft Report(PDF format)and three bound copies of the Final Report delivered to T-O Engineers'Boise office COSTS AND SCHEDULE Our fee for the investigation and report,as outlined above,will be a lump sum of S 16,800. Our fee does not include attendance at meetings,which will be charged on a time and expense basis. After authorization to proceed,we can provide a schedule of field work and document delivery. LIMITATIONS Geotechnical investigations can be performed at various levels of detail to suit your needs.More extensive investigations yield more information that may help you better understated and manage your risk.Since more detailed investigations and analyses involve more expense,T-O Engineers has the opportunity to establish an acceptable level of risk for your project.Acceptance of this proposal will indicate that you have reviewed the scope of services,agree to its terms and that you have neither requested nor require any additional information beyond the scope of our services stated in this proposal. The geotechnical report is intended solely for your use and the use of your retained consultants. Unless otherwise agreed to in writing,American Geoteehnics'(Consultant)liability with regard to its services under this proposal is limited to the amount of Consultant's fee.Client agrees,to the fullest extent permitted by law,to indemnify and hold Consultant harmless from damages and losses arising from the negligent acts,omissions or errors of the Consultant in the performance of professional services under this proposal,(except for Consultant's sole negligence or willful misconduct). American Geotechnics assumes no responsibility for acts,omissions or damages associated with any entity failing to implement any of our geotechnical recommendations.Client agrees that no entity is allowed to make any changes to our geotechnical recommendations,without our written authorization. American Geotechnics Page 4 T•O ENGINEERS PAGE A-22 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:E=xhibit A January 15,2020 Relocate Parallel Taxiway A A M E R I C A N McCall Municipal Airport,McCall,Idaho r J1rA \ File No.03139 L i1 J October 31.2018 T E [ H II I C S To the extent geotechnical engineering concerns arise during construction of a project related to recommendations prepared by American Geotechnics,Client agrees to retain American Geotechnics to review such matters. Client agrees that Consultant shall not be required to assume,any obligation or duty to defend any claims,causes of action,demands,or lawsuits in connection with or arising out of this project or the services rendered by Consultant. American Geotechnics will assume no responsibility or liability whatsoever for any claim,loss of property value,damage or injury which results from pre-existing hazardous materials being encountered or present on the project site,or the discovery of such hazardous materials. AUTHORIZATION We understand that T-O Engineers will prepare an agreement for use with American Geotechnics and T-O Engineers will include this proposal in the agreement.By accepting this scope of work,T-O Engineers agrees that the terms,conditions,and limitations contained within this proposal are integrated,merged,and made a part of the agreement. Respectfully submitted, American Geotechnics Ryan G.Van Leuven,PE Rex W.Hansen,PE Geotechnical Engineer Geotechnical Engineer American Geotechnics Page 5 T-O ENGINEERS PAGE A-23 1 ' I cz 21 ";At �rNl � �>1i4ri�i s`•k . e. � ww�a`,.r. _�U'rI�`�. �: ` x a I ' O y McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 Airport Survey Scope of Work McCall Municipal Airport, McCall, Idaho Relocate Parallel Taxiway 'A' SCOPE A design survey of the airport improvement area (see attached exhibit) shall be provided as follows: 1. Verify survey control monuments along the Runway 16-34.alignment for use during this construction project. Fourteen aluminum caps attached to 5/8"rebar are placed at 500 foot stations 100 feet left of centerline of Runway 16-34. Reset if necessary. 2. Perform boundary survey for Parcel A-1, Parcel B-1, Parcel D-1, and Parcel 1 as shown on the attached exhibit and as defined by the attached legal descriptions. Set corner monumentation where necessary. 3. Perform topographic survey of Parcel A-1, Parcel B-1, Parcel D-1, Parcel 1 as well as existing Parallel Taxiway'A'and the area between Parallel Taxiway'A'and the centerline of Runway 16-34. Refer to the attached exhibit for approximate survey limits. Paved surfaces shall be surveyed using a minimum 25-foot by 25-foot grid. The grid shall extend approximately 100 feet outside of the paved area. In addition, all point of curves, point of tangents, grade breaks and pavement anomalies shall be shot on these pavements. 4. Perform topographic survey on areas outside of paved surfaces including the area between Parallel Taxiway 'A' and the centerline of Runway 16-34. Refer to the attached exhibit for approximate survey limits. Cross sections should be taken on natural ground at approximately 100-foot stations. At each station, a cross section shall be shot extending out from the edges of Parallel Taxiway A with shots at all grade changes and any topographic features encountered. The topographic survey shall include all grade breaks, drainage structures, manholes, building corners, irrigation structures, junction boxes, navigational aids,fence alignment,fence height, signs, runway lights and taxiway reflectors. All drainage structures should be further surveyed to include invert elevations, incoming and outgoing pipe sizes and directions. 5. Survey approximately 17 bore holes locations along the alignment of Parallel Taxiway'A'.A separate drawing with approximate locations of test holes will be provided to the surveyor prior to project to help locate all holes. DATA FORMAT Collected survey data should be delivered in a text point file in the following format: point number, northing, easting, elevation, description (P, N, E, Z, D). Also include field drawings and information needed to describe drainage structures. NOTES Owner will allow work to be performed during all daylight hours and survey vehicles are to stay at minimum of 100' from Runway 16-34 at all times. Please coordinate work times with Owner and Engineer. Work on the airfield will require coordination with airport manager. All vehicles shall be lit with a flashing amber beacon. An airport band radio will be necessary. maT-O ENGINEERS PAGEA-25 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 Survey vertical accuracy for pavement and structures shall be plus or minus 0.02 feet. Survey vertical accuracy on unpaved surfaces shall be plus or minus 0.05 feet. Horizontal accuracy shall be plus or minus 0.02 feet. Horizontal datum shall be: NAD 83(2007)HARN Idaho State Planes,West Zone, U.S.foot, ground projection(projection shall be scaled from 0,0,0). Provide the combination factor used for projection. Vertical datum shall be: NAVD 88. T-O ENGINEERS PAGE A-26 McCall Municipal Airport zz moo te:Parallel TaxiwayA Proaaelkv_Agreement:UMkA : anew 2,220 : !� ,-, a!«■«■■! ■;�»!@a== `� ,■a■# k(%]!)$ _ \ =1=gr 2 ; G { «§ . \ k ® a| | Zz��! ■! _ • a \7 �_) )\) A 21ZI I":\\\ _ o ENGINEERS PAGE»27 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January 15,2020 APPENDIX C—WILDLIFE HAZARD SITE VISIT SCOPE OF SERVICES )K0strel Kestrel Environmental Services,LLC Scope of Professional Services Environmental Subconsultant Services Wildlife Hazard Site Visit,Report and Management Plan McCall Municipal Airport,McCall,Idaho October 18,2019 Project Description As part of the upcoming Relocation of Parallel Taxiway'A'at the McCall Municipal Airport,the FAA is requiring that the City of McCall complete a Wildlife Hazard Site Visit(WHSV)to determine the presence of wildlife hazards on and around the airport.No previous wildlife hazard analysis has been completed at this airport.The FAA is also requesting that a Wildlife Hazard Management Plan(WHMP)be produced as part of this project. The scope of services for this project is based on physical size of the airport and depth of analysis required to accurately assess the impact wildlife has on the airport.This site visit and subsequent report will be the basis of support for construction of wildlife fencing during relocation of Parallel Taxiway'A'.The WHMP will recommend ongoing policies and procedures that minimize the potential for wildlife hazards at the airport. The airport is located immediately south of the City of McCall adjacent to State Highway 55. Due to the rural location of the airport the possibility of wildlife hazards exists on the airfield.The findings of the site visit will be detailed in a concise report that will provide guidance for mitigation of those hazards.After reviewing the WHSV report,FAA will determine if further study is necessary.A Wildlife Hazard Management Plan(WHMP)has been requested by FAA due to the known presence of wildlife in the vicinity of the airport.If a Wildlife Hazard Assessment (WHA)is required by FAA,that study will be provided under a separate agreement. Scope of Professional Services Per FAA guidance,this scope of professional services includes the following tasks: • Collection of information about the airport and the surrounding area. • Field observation of wildlife and notable attractants on and immediately around the airport. • Final report with recommendations for mitigation of wildlife attractants. • Plan for ongoing policies and procedures to minimize the potential for wildlife hazards at the airport. • Memorandum addressing impacts of proposed compensatory wetlands mitigation on wildlife activity in the vicinity of the airport. A qualified Airport Wildlife Biologist(per AC 150/5200-36A)will conduct the WHSV.During the site visit the Biologist will collect and compile information about the wildlife hazard history of the airport,documented and suspected wildlife hazards,habitat attractants,control activities,airport operations procedures,and documentation of wildlife hazards by pilots.This site visit will be conducted over a period of two to three days during which the Biologist will;evaluate wildlife habitat on and around the airport vicinity,record direct or indirect wildlife observations,review current wildlife management activities and historic wildlife strike data at the airport. McCall Municipal Airport WHSV Page 1 of 2 T-O ENGINEERS PAGE A-28 McCall Municipal Airport Relocate Parallel Taxiway A Professional Services Agreement:Exhibit A January15,•2020 •K0strel Kestrel Environmental Services,LLC Scope of Professional Services Environmental Subconsultant Services Wildlife Hazard Site Visit,Report and Management Plan McCall Municipal Airport,McCall,Idaho October 18,2019 Basis of Cost Analysis Tasks Fee 1. Conduct Wildlife Hazard Site Visit $2,900 a. Meet with Airport Manger b. Site Visit(2 days) c. Data Collection d. Travel Expenses 2. Produce Final Report $4,000 a. Local Species Research b. Endangered Species Research c. Strike History Analysis d. Legal Status of Local Species e. Coordination with FAA f. Publish and Distribute Final Report 3. Produce Wildlife Hazard Management Plan $12,000 a. List of Authorized Individuals b. Priority List of Actions c. Requirements for Control Permits d. Implementation Plan Resources e. Implementation Plan Procedures f. WHMP Annual Review Procedures g. Wildlife Hazard Training Program 4. Produce Memorandum addressing Wildlife Impacts due to Wetlands Mitigation a. Review Proposed Compensatory Mitigation $4,500 b. Coordinate with Sponsor and FAA Estimated Fee—WHSV. Report,WHMP. Memo $23.400 Total $23,400 McCall Municipal Airport WHSV Page 2 of 2 T-O ENGINEERS PAGE A-29 _ d • 3-167'0023-02,7-2020Municipal'Airport Relocate ParalleldMcCall, Idaho Professional • • Agreement Exhibit i Basis of Cost Analysis ' TASKS 1-4 SUMMARY(LUMP SUM) 1. Personnel Costs Classification Title Hours Rate/Hour Cost Principal Principal 40 $67.72 $2,674.94 Proj Mgr Project Manager 588 $50.45 $29,664.60 Proj Engr Project Engineer 190 $44.50 $8,455.00 Design Engr Design Engineer 951 $34.52 $32,828.52 EIT Engineer in Training 950 $29.97 $28,471.50 CADD Tech CADD Technician 377 $19.63 $7,400.51 Survey Mgr Survey Manager 7 $52.10 $364.70 Surveyor Surveyor 8 $45.36 $362.88 Env PM Environmental Project Manager 28 $44.15 $1,236.20 Env Plan Environmental Planner 0 $31.42 $0.00 Admin. Administrative 55 $18.54 $1,019.70 Labor Cost: Overhead Overhead=Overhead Rate x(Labor Cost) 1 Fixed Fee Profit=Fixed Fee x(Labor+Overhead) Total Direct Cost: 2.Subconsultant Fees Description Cost $0.00 10 3. Reimbursable Expenses Description Quantity Unit Cost Cost Vehicle Travel (Per Mile) 1800 $0.58 $1,044.00 Lodging(Per Night) 6 $175.00 $1,050.00 Meals(Travel Day) 12 $41.25 $495.00 Meals(Overnight Stay) 12 $55.00 $660.00 CADD Software(Per Hour) 800 $10.00 $8,000.00 Document Reproduction(Lump Sum) 1 $1,950.00 $1,950.00 Postage, Phone, Recording(Lump Sum) 1 $500.00 $500.00 Subtotal-,Re"im_bursable&pe'n_s_e_s 01 TOTALTASKS 1-4 T-o ENGINEERS Exhibit B- 1 of 5 IP;310 -'027-202G • , Airport Relocate • . • Professional Exhibit • • 2020 TASKS 5-8 SUMMARY(TIME AND MATERIALS) 4. Personnel Costs Classification Title Hours Rate/Hour Cost Principal Principal 6 $67.72 $406.32 Proj Mgr Project Manager 260 $50.45 $13,117.00 Proj Engr Project Engineer 87 $44.50 $3,871.50 Design Engr Design Engineer 168 $34.52 $5,799.36 EIT Engineer in Training 25 $29.97 $749.25 CADD Tech CADD Technician 123 $19.63 $2,414.49 Survey Mgr Survey Manager 20 $52.10 $1,042.00 Surveyor Suveryor 290 $45.36 $13,154.40 Env PM Environmental Project Manager 118 $44.15 $5,209.70 Env Plan Environmental Planner 246 $31.42 $7,729.32 Admin. Administrative 59 $18.54 $1,093.86 Labor Cost: • Overhead Overhead=Overhead Rate x(Labor Cost) • Fixed Fee Profit=Fixed Fee x(Labor+Overhead) Total Direct Cost: 5.Subconsultant Fees Description Cost Geotechnical Testing $16,800.00 Wildlife Hazard Site Visit $23,400.00 $40,200.00 6. Reimbursable Expenses Description Quantity Unit Cost Cost Vehicle Travel(Per Mile) 2100 $0.58 $1,218.00 Lodging(Per Night) 17 $175.00 $2,975.00 Meals(Travel Day) 8 $41.25 $330.00 Meals(Overnight Stay) 15 $55.00 $825.00 Computer-CADD(Per Hour) 50 $10.00 $500.00 Survey Equipment(Per Hour) 204 $65.00 $13,260.00 Document Reproduction (Lump Sum) 1 $2,000.00 $2,000.00 Subconsultant Liability Insurance 1 $3,750.00 $3,750.00 Phone, Postage, Misc.(Lump Sum) 1 $500.00 $500.00 S�bt-ota 1,-Reim bursa blo Expenses 00 i , i T-o ENGINEERS Exhibit B-2 of 5 AIP 3-16-0023-027-2020 McCall Municipal Airopiti Relocate .. ho Professional Services Agreement Exhibit B-Detailed Labor Worksheet January 15,202�. LABOR CLASSIFICATION Principal Proj Mgr Proj Engr Design Engr EIT CADD Tech Survey Mgr Surveyor Env PM Env Plan Admin. Total Task LABOR RATE $67.72 $50.45 $44.50 $34.52 $29.97 $19.63 $52.10 $45.36 $44.15 $31.42 $18.54 Hours Total TASK I-ADMINISTRATION 1.1 Project Formulation,Base Exhibits,&Scoping' 1 26 24 20 15 1 87 $ 3,153.85 1.2 Scope of Work 1 22 1 24 $ 1,229.72 1.3 Fee Proposal 1 15 1 17 $ 876.57 1.4 Coodinate Independent Fee Estimate 4 1 5 $ 236.32 1.5 Agreement for Professional Services 1 6 4 11 $ 444.58 1.6 Advise and Coordinate with Owner and FAA' 1 16 5 12 34 $ 1,577.32 1.7 Protect Management and Administration 6 20 15 20 61 $ 2,453.62 1.8 Travel Time-Phase 1 12 12 $ 605.40 Subtotal,Taski 11 121 15 30 20 15 3 0 12 0 24 251 $ 10,577.38 TASK 2-PLANNING AND,FORMULATION 2.1 Conduct Pre-Design Conference/Meeting Minutes 8 4 2 14 $ 601.62 2.2 Topographic/Control Survey Scope of Work 2 4 2 4 1 13 $ 525.86 2.3 Geotechnical Testing Scope of Work 3 5 2 1 11 $ 402.43 2.4 Wildlife Hazard Site Visit/Management Plan Scope of Work 3 4 16 1 24 $ 1,014.37 2.5 Prepare Draft Project Schedule 2 4 18 1 25 $ 977.14 2.6 Project Site Investigation' 8 8 16 $ 679.76 2.7 Preliminary Construction Cost Estimate 1 30 24 12 47 $ 1,760.34 2.8 Proposed Parallel Taxiway Geometry Approval 12 15 48 42 117 $ 4,188.60 2.9 Proposed Reconfigured Apron Geometry Approval 12 12 26 24 74 $ 2,756.20 2.10 Meeting&Development of Concept CSPP Plan' 8 2 20 8 38 $ 1,422.76 2.11 Prepare FAA 7460-1(4x) 5 16 5 26 $ 954.42 2.12 Coordinate with Owner and FAA 4 30 16 8 58 $ 2,772.54 2.13 Travel Time-Phase 2 12 6 18 $ 812.52 Subtotal,Task 7 117 45 191 97 0 4 0 16 0 4 481 $ 18,868.56 Exhibit B-3 of 5 AIP 11 027-2020 •s Relocatee. Professional Services Agreement Detailed LaborWorksheet2020 LABOR CLASSIFICATION Principal Proj Mgr Proj Engr Design Engr EIT CADD Tech Survey Mgr Surveyor Env PM Env Plan Admin. Total Task LABOR RATE $67.72 $50.45 $44.50 $34.52 $29.97 $19.63 $52.10 $45.36 $44.15 $31.42 $18.54 Hours Total TASK 3 PRELIMINARY D ESIGN 3.1 Assemble Survey Data/Generate Base Map 2 1 15 35 42 8 103 $ 2,899.49 3.2 Preliminary Design of Relocated Parallel Taxiway A 0.5 18 16 40 50 124.5 $ 3,674.58 3.3 Preliminary Design of Reconfigured Connecting Taxiways 0.5 1D 24 32 35 101.5 $ 3,012.93 3.4 Preliminary Design of Reconfigured G.A.Apron 0.5 22 12 38 20 92.5 $ 3,089.46 3.5 Preliminary Design of Reconfigured Taxiways A,B and C 0.5 10 24 30 35 99.5 $ 2,952.99 3.6 Draft and Final Pavement Design&Reports 2 8 30 20 2 62 $ 2,211.12 3.7 Site Grading and Drainage Plan 0.5 6 30 45 81.5 $ 2,720.81 3.8 Subsurface Drainage Analysis 4 10 24 38 $ 1,266.28 3.9 Erosion and Sediment Control Plan 3 12 20 35 $ 1,164.99 3.10 Draft Sequence and Safety Plan(65%)• 1 8 4 16 12 40 81 $ 2,346.48 3.11 Final Sequence and Safety Plan(95%&100%) 1 1 6 2 12 8 20 49 $ 1,506.02 3.12 Reuse Plan for Asphalt Millings 2 3 6 11 $ 384.28 3.13 Draft Design Plans(65%)(30 sheets) 1 60 30 150 270 511 $ 171699.62 3.14 Draft Engineers Design Report(65%) 1 6 8 40 12 2 69 $ 2,503.94 3.15 Draft Construction Specifications(65%) 1 25 34 50 10 120 $ 4,753.37 3.16 Design Review Meeting* 8 8 16 $ 679.76 3.17 Coordinate with Owner and FAA+2 telecons 2 8 8 18 $ 815.20 3.18 Travel Time-Phase 3 12 12 24 $ 1,019.64 Subtotal,Task 3 11.5 218 79 472 592 242 0 8 0 0 14 1636.5 $ 54,700.96 TASK 4i-FINAL DESIGN 4.1 Final Design Plans(95%)(30 sheets) 2 45 16 96 165 120 444 $ 13,732.26 4.2 Final Construction Specifications(95%) 2 15 22 30 6 75 $ 3,018.03 4.3 Final Bid Documents(95%) 1 10 4 16 2 33 $ 1,339.62 4.4 Final Construction Cost Estimate 1 8 3 16 8 36 $ 1,396.90 4.5 Final Engineers Design Report(95%) 2 4 6 20 8 2 42 $ 1,571.48 4.6 FAA Review/Plans/Specs/Bid Doc/Design Report(100%) 30 60 60 - 3 153 $ 5,438:32 4.7 Review Final Plans and Specifications with Owner' 6 11 6 1 12 $ SD9:82 4.8 Coordinate with Owner and FAA+2 telecons• 2 8 8 18 $ 815:26. 4.9 Travel Time-Phase 4 6 6 12 $ -509.82: Subtotal,Task 41 10 1 132 1 51 1 258 1 241 1 120 1 0 1 0 1 0 1 0 1 13 825 $ 28,391;65; SUTOTALTASKS 1-4(LUMP SUM) 39.5 1 588 1 190 1 951 1 950 1 377 1 7 1 8 1 28 1 0 1 55 3193.5 $ 112,478.55 Exhibit B-4 of 5 6fl 3-16-0023-027-2020 .c Relocater. Professional Services Agreement Detailed Labor • 1 B LABOR CLASSIFICATION Principal Frei Mgr Proj Engr Design Engr EIT CADDTech Survey Mgr Surveyor Env PM Env Plan Admin. Total Task LABOR RATE $67.72 $50.45 $44.50 $34.52 $29.97 $19.63 $52.10 $45.36 $44.15 $31.42 $18.54 Hours Total BIDDINGr CONTRACT AWARD 5.1 Project Bidding 12 2 5 1 20 $ 885.54 5.2 Bidding Questions/Responses/Addenda 20 15 16 8 2 61 $ 2,505.66 5.3 Pre-Bid Conference/Minutes` 16 16 2 1 35 $ 1,438.00 5.4 Assist Owner with Bid Opening' 9 9 $ 454.05 5.5 Tabulate Bid Results 3 6 2 11 $ 395.55 5.6 Bid Analysis/Recommendation of Award 1 5 10 1 17 $ 683.71 5.7 Notice of Award/Construction Agreement 1 3 6 2 12 $ 463.27 5.8 Coordinate with Owner and FAA 2 6 8 $ 438.14 5.9 Travel Time-Phase 5 12 6 18 $ 812.52 Subtotal,Task 5 4 86 17 65 30 0 0 0 0 0 9 191 $ 8,076.44 • • • a Subtotal,Task 61 0 1 0 1 0 1 0 0 0 1 D 0 1 0 10 0 1 0 71s - • • r• U WCNfRf16FjN6T INr Subtotal,Task 71 0 0 1 0 1 0 0 1 00 0 1 0 0 0 0 $ADDITIONAL SERVICES 8.1 FAA AIP Grant Administration Related Services 8.1.1 Prepare FAA Grant Applications(2x Design&Const.) 8 12 2 4 26 $ 951.94 8.1.2 Prepare FAA Sponsor Certifications 2 5 1 8 292.04 8.1.3 Coordination/Communications with Owner and FAA 1 24 25 $ 1,278.52 8.1.4 Federal elnvoicing Prep&Commission Meeting info 72 12 24 108 $ 4,491.60 8.1.5 FAA Quarterly Progress Reporting 6 6 $ 302.70 8.1.6 FAA Annual Progress Reporting 6 10 2 18 $ 684.98 8.2 Disadvantaged Business Enterprise Services 8.2.1 DBE Program 6 32 2 40 $ 1,763.78 8.2.2 DBE Goals 2 12 1 15 $ 653.44 8.2.3 DBE Reporting 2 6 1 9 $ 386.44` 8.3 Coordinate Geotechlcal Testing+Escort• 6 32 4 2 44 $ 1,564:30' 8.4 Provide Topographic Survey 2 52 12 200 1 267 $ 10,837.40 8.5 Provide Boundary Survey" 2 16 8 90 1 117 $ 4,932.72 8.6 Coordinate Wildlife Hazard Survey/Management Plan 4 4 2 16 32 1 59 $ 2,130.26. 8.7 Provide Documented CatEx 2 4 '-6 16 1 29 $ 1,025:14 8.8 A-133 Audit Assistance 8 8 4 20 $ 753.92 8.9 Prepare Storm Water Pollution Prevention Plan(SWPPP) 6 16 3 1 26 $ 963.47' 6.10 Prepare USAGE 404 Permit and Wetlands Mitigation 2 16 4 2 6 1 31 $ 1,228.14 8.10.1 ESA No-Effect Statement/Section106 Historic Resources 2 4 10 8 24 48 $ 1,582.48 8.10.2 Wetlands Delineation' 15 16 30 61 $ 1,943.45 8.10.3 Wetlands Delineation Report 2 4 10 40 1 1 57 $ 1,896.26' 8.10.4 Prepare Section 404 Permit 2 4 8 15 29 $ 1,003.92 8.10.5 Project Management/Coordination with USACE 2 24 18 44 $ 1,726.06 8.10.6 Least Environmentally Damaging Practicable Alternative 2 10 12 30 1 55 $ 1,788.14 8.10.7 Wetlands Mitigation Plan 1 4 12 16 35 1 69 $ 2,329.72 Subtotal,Task 2 174 70 103 15 123 20 290 118 246 50 1211 $ 46,510.76 SUTOTAL TASKS 5-8(TIME AND MATERIALS)1 6 1 260 87 168 25 123 1 20 290 118 246 59 11402 $ 54,587.20 TOTAL DIRECT LABOR,ALL TASKS 45.5 848 277 1119 975 Soo 27 298 146 246 114 4595.5 $ 167,065.75 Exhibit B-5 of 5