Loading...
HomeMy WebLinkAboutAddendum - 1CAG-23-128, Adden #1-23 Approved by Cheryl Beyer via 6/22/2023 email 7-21-2023 1 Exhibit A April 3, 2023 Scope of Work Taxiway A Reconstruction / Rehabilitation and Associated Improvements Phase 2 – Final Design & Bidding for the Renton Municipal Airport Rev 4-3-2023_r13 Final GENERAL This Phase 2 scope of work includes the final design engineering and bidding services for the Taxiway A Reconstruction / Rehabilitation and Associated Improvements Project at the Renton Municipal Airport. Phase 2 scope of work activities and work elements are detailed and itemized to progress the 10% level design concepts developed in the previous Phase 1 Preliminary Engineering Scope of Work, to Final design; and facilitate design grant administration and bidding of the proposed project. PROJECT PURPOSE, NEED & PROPOSED IMPROVEMENTS The proposed project anticipates design progressing through 2023; with construction following over an anticipated two-year period. The Taxiway A and connector pavement, Pavement Condition Index values are anticipated by 2024 to be in the low 50 to 60 range and are indicative of significant reconstruction and/or rehabilitation of these pavements. The taxiway is currently supported by an existing taxiway edge lighting and signage system; however, this system is failing and in need of replacement and anticipates an upgrade to an LED system. Additionally, the infield areas between Taxiway A and the Runway are not adequately draining and are in need of storm drainage improvements to address the issues. The existing westside portion of the Flush Mount Fire Hydrant (FMFH) system running north/south under Taxiway A is aging infrastructure that is in poor condition, leaking, and is potentially impacting taxiway and object free area (OFA) subgrade stability conditions. The north/south aligned portion of the fire waterline along Taxiway A is anticipated to be removed as part of this project. No replacement of this alignment is anticipated as part of this project. A portion of the fire water line is aligned east/west and crosses under Taxiway A just south of connector Taxiway A6, and supplies fire hydrants serving the fuel farm. This portion of the fire water line is necessary to maintain to support fire response at the fuel farm. This east/west portion of the fire waterline crossing under Taxiway A, is also anticipated to be in poor condition with the 2 potential to impact reconstructed subgrade conditions. Given this the project anticipates replacing the east/west fire waterline crossing under Taxiway A. This replacement is anticipated to start from and include a portion of the system in the infield (between Runway and Taxiway A), and extend through the portion crossing under Taxiway A, and extending under the pavement to the edge of the hardstand west of Taxiway A. The summary of anticipated project elements are as follows: Planned Project Elements Map Color Coded Area Project Elements Taxiway A & Connector Areas • Taxiway A Reconstruction / Rehabilitation • Taxiway A1, A2, A3, A4, A5, A6, A7 Reconstruction / Rehabilitation (current alignments) • Add/Construct Paved Grp III Shoulders to Taxiway A7 and the South portion of Taxiway A (between the A7 and A6 connectors) that serves Grp III aircraft under their own power. • Add/Construct Paved Grp II Shoulders to remaining Taxiway A north of the Grp III power out area, as well as Connector Taxiways A1, A2, A3, A4, A5, and A6. • Upgrade/Replace Taxiway A Edge Lighting to LED System Infield Areas • Replace/Shift Infield Signage in sync with Taxiway A and any other additive Runway Improvements • Remove north/south aligned Fire Waterline along Taxiway A • Under Taxiway A, replace east/west crossing failed and leaking Fire Waterline pipe, fittings, and appurtenances • Construct Infield Drainage Improvements between Taxiway A and Runway Adjacent Pavement Area • Reconstruct / Rehabilitate Apron Service Road and Sea Plane Ramp pavements adjacent to Taxiway A to extent needed to match and transition to FAA compliant grade improvements on Taxiway A. All project elements above are anticipated to be AIP eligible, with the exception of the Group II shoulders which are anticipated to be non-AIP eligible, and will be self-funded by the Airport as a non-eligible bid schedule. See Associated color-coded project map Figure 1 for project areas, and Figure 2 for Fire Waterline removal and replacement areas. PROJECT IMPLEMENTATION ASSUMPTIONS The Phase 2 Scope of Work assumes the project bid package will include all intended project improvements within one bid procurement package. The single bid procurement package will further include AIP-eligible and non-eligible elements separated into distinct schedules; will be funded by multiple AIP grants (two anticipated); and will 3 separate base bid schedules, from additive/alternate schedules to provide award adaptability to final project funding availability. The final determination (and Airport/FAA approval) of project improvements, and identification of primary elements versus additive elements will be undertaken as part of the previous Phase 1 Scope of Work analysis. Phase 2 efforts will include further refinement of primary and additive work item adjustments as necessary, if programmed available funding amounts change during the Phase 2 design efforts. The recommended general phasing of work elements relative to the multiple discretionary construction grant years are anticipated to be identified as part of the Phase 1 Scope of Work. The Phase 2 Scope of Work will include further analysis and development of the detailed safety and phasing approach for project implementation. Due to the anticipated FAA fiber optic communication line, crossing under Taxiway A, from the Tower to the AWOS; it is assumed an FAA Reimbursable Agreement will be required to implement possible FAA design adjustments, protection measures, and/or review of proposed improvements potentially impacting the line. PROJECT CONSULTANTS The prime consultant for this project is Century West Engineering (CWE). Subconsultants for Phase 2 of this project include: • Kimley Horn (KH) will provide engineering services for electrical, lighting, signage, fire waterline/hydrant, stormwater, other utility adjustments, and supplemental civil support services. • HWA Geosciences (HWA) will perform follow-up geotechnical data analysis as necessary to support final design tasks. • GRI will perform quality assurance review and support analysis as necessary for pavement section final design. • Environmental Science Associates (ESA) will provide environmental analysis as necessary to support City/State environmental review and project permitting. Unless noted otherwise, all services will be performed by CWE. The activities and work elements for each task are described in the scope of work that follows. A. FINAL DESIGN & BIDDING SERVICES TASK 1 - PROJECT MANAGEMENT/ADMINISTRATION Task 1 Work Items: 1. Finalize work scope and negotiate contract with the Airport. (CWE, KH) 4 2. Prepare and provide a detailed scope of work, as necessary prepare update to project overview exhibit, and a spreadsheet without costs to the Airport for obtaining an independent fee estimate (IFE) by a separate consultant. (CWE, KH) 3. Carry out project administration including, but not limited to monitoring design and project schedules, coordination of project with the Airport and FAA, coordination of subconsultants contracts, monitoring and reporting schedule and budget status to the Airport and FAA, preparation of monthly consultant invoices for submittal to the Airport. (CWE, KH) Activity during Phase 2 final design activities is expected to occur over a 6-month period. 4. Attend up to 12 project meetings with the Airport to coordinate project investigation logistics, review project status, review investigation findings, review preliminary engineering findings and concepts, and coordinate other project logistics and schedules as necessary. These meetings are anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer (KH), and up to two other CWE staff, and up to two other KH staff. It is assumed that 8 meetings will be held via video conferencing, and 4 meetings will be held on-site. (CWE, KH) 5. Coordinate and manage project team activities, including subconsultants work activities and project progress. This effort includes conducting and attending bi- weekly project consultant team meetings to coordinate work tasks and technical details between the prime consultant and subconsultants work tasks. Up to 12 meetings are anticipated. Meetings are anticipated to be attended by the Project Manager, Airfield Lead Engineer, and up to one other Airfield Engineer (CWE); and by the Utilities Lead Engineer, and up to two other engineers (KH). Meetings will be held via video conferencing. (CWE, KH) 6. Attend Stakeholder meetings with Boeing to facilitate infrastructure improvements or mitigation relative to Boeing utilities or infrastructure; and coordinate overall project phasing considerations relative to Boeing operations. Task effort anticipates up to six (6) meetings and follow up coordination during the final design task period. Meetings are anticipated to be performed via video-conferencing. These meetings are anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer (KH). (CWE, KH) 7. Attend general Airport tenant stakeholder meeting to present project phasing concepts and solicit input. Project phasing analysis and concept development is being developed Task 8. Effort includes preparation of presentation materials and in-person attendance by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer (KH). (CWE, KH) 8. Develop and provide a project schedule to the Airport and FAA. Up to 3 revisions are anticipated. (CWE, KH) 5 9. Conduct in-house quality control for engineering submittal documents (30%, 60%, 90%, 100%, Final (issued for bid), and permitting submittals) (CWE, KH) Primary Task 1 Deliverables: • Contract scope and fee schedule PDF • Updated project overview exhibit PDF • Documents for Independent Fee Estimate (IFE) review PDF & EXCEL • Project schedule PDF • Meeting agendas and minutes/notes PDF TASK 2 – FAA ADMINISTRATION COORDINATION Task 2 Work Items: 1. Prepare two construction AIP grant applications and associated sketches. (CWE) 2. Specific to the two construction AIP grants, prepare and submit up to five (5) FAA Quarterly Performance Reports per grant, and up to two (2) annual financial reporting (per grant) for fiscal year FY24 and FY25 (forms 425, and 270/271). All other construction administration is not included within this scope and will be part of separate contract scope of work. (CWE) 3. Undertake Reimbursable Agreement coordination with FAA ATO NAS Planning and Integration to facilitate AWOS communication line design adjustments, protection mitigation, and/or design review. Task effort anticipates up to three (3) meetings, and follow up coordination during the final design task period to implement the Reimbursable Agreement. Meetings are anticipated to be performed via video-conferencing. These meetings are anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer (KH). (CWE, KH) 4. Attend up to 6 project meetings with the FAA-ADO (separate from general submittal document review) to coordinate FAA administration, grant timing strategy for bidding and phasing considerations, ongoing AIP eligibility coordination, and other items as necessary. These meetings are anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE). It is assumed the meetings will be held via video conferencing. (CWE) 5. Undertake design coordination and review with FAA-ATO with regards to any AWOS communication line modification design that may be necessary as part of this project. If necessary, design is assumed to be performed by FAA-ATO. The level of effort for this design coordination is assumed to include up to four (4) design reviews and follow-up meetings. Meetings are anticipated to be held virtually via video conferencing. Attendance is assumed to include up to two (2) CWE staff and two (2) KH staff per meeting. (CWE, KH) 6. Prepare Strategic Events Notification forms for submittal to FAA. Up to 3 submittals are assumed. (CWE) 6 7. Participate in a Safety Risk Management (SRM) panel with the Airport and FAA. This effort includes attendance of a one-day panel meeting, and follow up effort that may include research, and coordination meetings. Any CSPP updates stemming from the SRM panel, will be updated as part of Task 8.(CWE) 8. Prepare documents and submit FAA form 7460 (online) for both the project improvements and the construction operations. Two (2) separate submittals area assumed for each. (CWE) 9. If determined during final design, a modification of standards is determined to be necessary, prepare and coordinate a Modification of Standards (MOS) submission packet to the FAA. (CWE) 10. For single AIP design only grant covering Phase 1 and 2 design, prepare final project report and closeout in accordance with ANM-620-05, Standard Handout for Final Reports available at: https://www.faa.gov/airports/northwest_mountain/engineering/construction_resources/me dia/standard-handout-for-final-reports.zip Prepare administrative FAA forms, project closeout, and sponsor certification forms for submittal to FAA by City. Primary Task 2 Deliverables: • FAA grant applications PDF & Word • FAA quarterly and annual reporting forms PDF & Word • 7460 submittal documents PDF • Meeting agendas and minutes/notes PDF • Strategic events forms PDF • SRM meeting support documents PDF • Modification of standards submittal documents PDF (as necessary) • FAA Design only grant closeout documentation TASK 3 – CITY/STATE ENVIRONMENTAL REVIEW & PERMITTING FAA issued a Categorical Exclusion for this project on October 18, 2022. Additional environmental review and permitting will be necessary for this project. Under this task, the needed applications and accompanying documentation will be assembled and submitted for City review: • Washington State Environmental Policy Act (SEPA); • Shoreline Exemption Application; • City of Renton Lake Study, and mitigation plan; and • Traffic Memorandum It is assumed that the City will pay all application fees associated with any applications required for this project. 7 Task 3 Work Items: 1. Coordinate environmental and permitting activities between Prime and Subconsultant activities. 2. Prepare and submit a SEPA environmental checklist to the City. It is assumed that a biological assessment/critical areas report, a floodplain biological assessment, a wetland assessment, a habitat data report, or other additional impact category investigations will not be needed to complete the SEPA checklist or Land-Use permit application. (ESA). 3. Prepare and submit a Shoreline Exemption Application to the City. (ESA) 4. Prepare and submit a City of Renton Lake Study, and mitigation plan, in accordance with the City of Renton’s Environmental Review Submittal Requirements. (ESA) 5. Analyze and prepare Vehicle Traffic Memorandum summarizing anticipated no net increase in the number of vehicular trips at Airport; and no anticipated impact to current local circulation or vehicular traffic patterns. (CWE, KH) 6. Prepare up to two (2) draft and one (1) final permit application documents, consolidate applicable permit support content from tasks 5, 6, and 8, and assemble permit submittal packets for the following City of Renton applications (CWE, KH): a. Land Use Permit Application Form: The site plan, topography map, grading plan, utilities plan, drainage control plan, Technical Information Report (TIR), Construction Stormwater Pollution Prevention Plan (SWPPP) are being prepared under Tasks 5, 6, and 8. All other submittal requirements are to be prepared and assembled under this task. Submittal requirements are per following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8467781&dbi d=0&repo=CityofRenton&cr=1 b. Civil Construction Permit Application: The construction plans and Technical Information Report (TIR), Construction Stormwater Pollution Prevention Plan (SWPPP) are being prepared under Tasks 5, 6, and 8. All other submittal requirements are to be prepared and assembled under this task. Submittal requirements are per following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8461886&dbi d=0&repo=CityofRenton&cr=1 c. Building Permit Application (related to stormwater detention vault): The construction plans and design calculations report, as necessary are being prepared under Tasks 6. All other submittal requirements are to be prepared and assembled under this task. Submittal requirements are per following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8461852&dbi d=0&repo=CityofRenton 8 7. Coordinate and respond to up to two (2) rounds of questions received during the City’s review of the above submittals. (CWE, ESA, KH) Primary Task 3 Deliverables: • SEPA environmental checklist PDF • Shoreline Exemption Application PDF • Lake Study and Mitigation Plan PDF • Land Use Permit Application Form & Support Documents PDF • Civil Construction Permit Application & Support Documents PDF • Building Permit Application & Support Documents PDF • Traffic Memorandum PDF TASK 4 – SURVEY/GEOTECHNICAL/PAVEMENT FINAL INVESTIGATION & DESIGN SUPPORT SERVICES Task 4 Work Items: 1. Relative to the survey and geotechnical investigations identified in Tasks 3 and 4 of the Phase 1 scope and contract, the investigations require on-site full-time badged monitoring of operations during the investigations to maintain operational safety on the Airport. This element of work was not included within the Phase 1 Scope. This scope item entails providing one individual on site during survey and geotechnical investigations. For budget purposes, it is assumed there will be up to five work weeks of combined on-site survey and geotechnical activities. (CWE) 2. Relative to the geotechnical investigations identified in Task 4 of the Phase 1 scope and contract, the Airport has identified the requirement for the Geotechnical subconsultant to provide its own sweep truck to maintain FOD free surfaces during the geotechnical investigations. This element of work was not included within the Phase 1 Scope. This scope item entails sweeping of pavement surfaces within the investigation areas to support returning of the surfaces to operational status. For budget purposes, it is assumed up to four work weeks of sweeping services will be required to mitigate investigational FOD generation. (HWA) 3. Provide follow-up analysis or data interpretation as necessary, of the Phase 1 investigation to support final design development questions as engineering progresses through the 30%, 60%, 90%, 100%, and final project stages. (HWA) 4. Provide pavement design quality assurance analysis to support the Prime Consultant’s pavement design, as engineering progresses through the 30%, 60%, 90%, 100%, and final project stages. (GRI) Primary Task 4 Deliverables: • Geotechnical data review memorandum (as necessary) • Pavement design QA/QC data review memorandum (as necessary) 9 TASK 5 – ELECTRICAL, LIGHTING, & SIGNAGE DESIGN (30%, 60%, 90%, 100% & FINAL) Relative to electrical, lighting, and signage improvements, this task anticipates progressing the Phase 1 10% level preliminary engineering analysis and conceptual/schematic design, through to 30%, 60%, 90%, 100%, and Final (issued for bid) submittals; and to final completion of engineering design, preparation of plans, specifications, and estimates; and preparation and coordination of separate permitting submittals. Under this task, engineering, PS&E preparation, and associated activities are for the following project elements: • Upgrade/replace Taxiway A and Taxiway A connector taxiways edge lighting to LED System • Replace infield signage for Taxiway A and connecting taxiways with new LED signage • Upgrade electrical equipment inside the airfield lighting vault for Taxiway A including but not limited to airfield lighting circuit patch panel installation, new constant current regulator with connection to airfield lighting control system. • Install any additional required homerun ductbank or airfield power distribution ductbank along Taxiway A and Taxiway A connectors. Task 5 Work Items: 1. Electrical, Lighting, and Signage Design (KH) Prepare 30%, 60%, 90%, 100%, and Final (bid ready) pavement, grading, and other site improvement design in compliance with FAA, and as appropriate other applicable local and State code. a. Relative to electrical, lighting, and signage design, members of the Subconsultant’s project design team will make 2 site visits and inspection when the project is approximately 30%-50% and 75%-90% complete to verify design concepts. These site visits will be attended by up to two (2) KH staff. b. Provide design layout and modeling of all proposed taxiway edge lighting and signage required for the taxiway A reconstruction. Locations of lighting and signage will be in coordination with civil marking and pavement design as well as requirements listed in FAA Advisory Circulars 150/5340-30 Design and Installation Details for Airport Visual Aids and 150/5340-18 Standards for Airport Sign Systems (latest editions). c. Make design determination for the modification to the infrastructure within the existing airfield lighting vault based on the need to upgrade or replace any existing airfield constant current regulators, communications connections for airfield lighting control and any modifications needed for airfield lighting control system. 10 d. Review and determine need to upgrade or install any new homerun or airfield ductbank including new airfield concrete handholes in order to provide distribution of airfield circuiting for Taxiway A and its connector upgrades, e. Provide new airfield circuit maps for any new or modified airfield circuits. f. Provide electrical construction phasing layouts that will allow for less impact to airfield operations during construction of Taxiway A. g. Provide electrical construction details for construction updated for the requirements in the latest versions of the FAA Advisory Circulars. 2. Project Safety & Phasing Support Analysis (KH) a. Relative to the design elements of Task 5, and to assist in the Prime consultant’s development of a phasing plan; attend one (1) initial project phasing initiation meeting with the Airport, and one (1) initial phasing coordination meeting with the Airport and Boeing company to identify tenant and operational constraint considerations. Meetings will be held onsite at the Airport. Relative to the design elements of Task 5, one (1) representative of KH will attend these meetings. Meetings are anticipated to be up to two (2) hours each in duration. b. Relative to the design elements of Task 5, assist the Prime consultant analyze and prepare two separate submittals, each including up to three (3) phasing concept alternatives for consideration. Phasing considerations shall accommodate Airport operational constraints, multiple construction years, staggered multiple construction grants, constructability, and material acquisition lead times. c. Relative to the design elements of Task 5, as design progresses, attend up to three (3) additional phasing coordination meetings with the Prime consultant, Airport and Boeing Company to assist in review of progressing phasing concepts. Relative to the design elements of Task 5, one (1) representative of KH will attend these meetings. Meetings are anticipated to be up to two (2) hours each in duration and held in person at the Airport. 3. Plans, Specifications, Estimate, & Submittal Review Documents (KH) Document submittals shall be prepared at 30%, 60%, 90%, 100%, and the Final (issued for bid) levels of completion. As a minimum each submittal shall include plans, specifications, estimates, and engineer’s design report (subconsultant specific content), per the submittal completion levels identified. Submittal document preparation includes: a. Prepare 30%, 60%, 90%, 100%, & Final (issued for bid) level plans. Drawings shall be established at a map scale of 1”= 50’, unless otherwise 11 shown for site plan or detail clarity. The “Electrical” plan sheets are expected to consist of approximately 26 drawing sheets. For the list of anticipated sheets, see the sheet list in Section D of this scope of work. b. Perform review of Prime 30%, 60%, 90%, 100%, & Final (issued for bid) level plans developed under Tasks 8, and provide comments. c. Prepare preliminary list of bidding document technical specifications as part of the 60% level submittal for the Project. d. Prepare bidding document technical specifications for 90%, 100%, & Final (issued for bid) level submittals for the Project. e. Prepare 30%, 60%, 90%, 100%, & Final (issued for bid) level engineering quantity and construction cost estimates. Estimates shall be split between Planned and potential additive items to facilitate final design recommendations and funding constraints. f. Prepare Subconsultant technical content for the 60%, 90%, 100%, & Final (issued for bid) level engineer’s design report per Engineering Guidance 2013-04), and/or current FAA requirements and standards. g. For 30%, 60%, 90%, 100%, & Final (issued for bid) level documents, coordinate and review deliverables with Prime Consultant to assess design for congruency between Prime and Subconsultant design elements. Effort includes attending one meeting per submittal (4 meetings) via video conferencing with Prime to coordinate documents. Meetings are anticipated to be up to two (2) hours each in duration, attended by up to one (1) KH staff. Effort includes updating deliverables per congruency review meeting comments. Prime consultant will consolidate and package concept design deliverables for submission to the Airport. h. Attend four (4) review meetings at 30%, 60%, 90%, and 100% level submittals, with the Airport (on-site) to review design documents. Effort includes incorporating Airport comments prior to submission to the FAA. These meetings will be attended by up to four (4) CWE staff, and one (1) KH staff relative to Task 5 design items, and are anticipated to be up to two (2) hours each. CWE staff time for the review meetings is included under Tasks 8. i. Relative to the 30%, 60%, 90%, and 100% level submittals documents provided to the FAA for review; attend up to four (4) video conference review coordination meetings with the FAA and Airport to go over FAA review comments. These meetings will be attended by up to three (3) CWE staff, and one (1) KH staff relative to Task 5 design items, and are anticipated to be up to two (2) hours each. CWE staff time for the review meetings is included under Tasks 8. 12 j. Incorporate 30%, 60%, 90%, and 100% level review comments into design documents. k. Finalize documents from 100% comments; consolidate and prepare Final issued for bid documents in electronic pdf format, and submit to Prime consultant to assemble consolidated documents. 4. City Permit Submittal Documents (KH) Select permit support documents as itemized, are being prepared under this task. Assembly and preparation of permit application materials are being prepared under Task 3. Subconsultant will prepare up to two (2) draft and one (1) final version of the following permit support documents: a. Building Permit Support Documents: As necessary for electrical vaults, prepare:  Plan and details sheets;  Perform and prepare building permit supporting calculations as necessary for use with the City of Renton’s Building Permit Submittal. Submittal requirements relative to these items are specified at the following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8461852&dbid=0 &repo=CityofRenton b. Civil Construction Permit Support Documents: The Electrical construction plans developed under Task 5 will serve as the basis for the construction plan permit submittal documents. This task includes:  Modifying as necessary the construction bid documents to meet permit submittal requirements. Submittal requirements relative to these items are specified at the following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8461886&dbid=0 &repo=CityofRenton&cr=1 Primary Task 5 Deliverables: • Construction Plans (30%, 60%, 90%, 100%, and Final) PDF & ACAD (for Final) o 30% - 16 sheets, 60% - 24 sheets, 90% to Final – 26 sheets • Specifications List (60%) PDF • Technical Specifications (90%, 100%, and Final) PDF & Word • Construction Estimates (30%, 60%, 90%, 100%, and Final) PDF & Excel • FAA Design Report Electrical content (60%, 90%, 100%, and Final) PDF • Vault design calculations Memorandum PDF & Word • City Building permit submittal plan/detail documents (Draft & Final) PDF • Civil Construction permit submittal plan/detail documents (Draft & Final) PDF 13 TASK 6 – STORM DRAINAGE, EROSION CONTROL, & UTILITIES DESIGN (30%, 60%, 90%, 100% & FINAL) Relative to storm drainage, subdrainage, water line, other utilities improvements, and temporary erosion & sediment control (TESC), this task anticipates progressing the Phase 1 10% level preliminary engineering analysis and conceptual/schematic design, through to 30%, 60%, 90%, 100%, and Final (issued for bid) submittals; and to final completion of engineering design, preparation of plans, specifications, and estimates; and preparation and coordination of separate permitting submittals. Under this task, engineering, PS&E preparation, and associated activities are for the following project elements: • Taxiway A, Taxiway A connectors and infield storm drainage system improvements, including down system improvements within the airport property that connect to the Black River culvert as necessary to facilitate proper function of the Taxiway A storm system. • Taxiway A and Taxiway A connectors subdrainage improvements that are assumed to be placed on both sides of the taxiway. • Taxiway A and Taxiway A connectors water quality treatment requirements will be accomplished utilizing filter strips, catch basin cartridges, or other similar methods. No water quality vaults will be required. • Fire Waterline north/south alignment along Taxiway A removal and isolation improvements • Fire Waterline east/west removal/replacement improvements to maintain flow to Fuel Farm Facility; and • Other utilities improvements, adjustments, or protective mitigation improvements Task 6 Work Items: 1. Storm Drainage, Subdrainage, & TESC Design (KH) Prepare 30%, 60%, 90%, 100%, and Final (bid ready) drainage design in compliance with the 2022 City of Renton Surface Water Design Manual. This task will include stormwater layout; profiles; sizing calculations for flow control, water quality, and conveyance capacity if required; and a stormwater technical information report. No changes or modifications to the Black River culvert or outfalls into Lake Washington are included in the design. All pipes will be gravity draining and no lift/pump stations are required. No detention vaults or structures are required with all conveyance being direct discharge. a. Relative to storm drainage, subdrainage, and TESC design, members of the Subconsultant’s project design team will make 2 site visits and inspection when the project is approximately 30%-50% and 75%-90% complete to verify design concepts. These site visits will be attended by up to two (2) KH staff. b. Develop design for the Taxiway A and Taxiway A connectors subdrainage system to meet FAA requirements. It is assumed that the subdrainage along the east side of the taxiways will be adjacent to the edge of pavements. The 14 subdrainage on the west side of the taxiway will be located under the full pavement section between the taxiway and apron. The subdrainage system will connect to the airports stormwater conveyance system. All pipes will be gravity draining and no lift/pump stations are required. c. Water Quality Design: Develop exhibit and coordinate with City for final requirements for water quality design. Develop water quality design that may include filter strips, catch basin inserts or vaults to meet the requirement. A maximum of use of up to six (6) filter strip locations and a maximum of ten (10) water quality vaults or catch basin cartridges may be required. Prepare design requirements for any performance-based specifications for contractor supplied water quality treatment facilities. d. Stormwater conveyance: Complete backwater analysis and pipe sizing for proposed stormwater system. Complete spread flow calculations to determine the locations of future catch basins or other conveyance systems. e. TESC Design: Design TESC system based on the final stormwater system configuration. Develop requirements in accordance with the City of Renton requirements. f. Development of supporting figures and details for the storm drainage and TESC design as required for preparation of the plan and submittal documents. Effort includes responding to a single round of City review questions and comments related to the storm drainage design as part of the Land Use Application. 2. Fire Waterline / Hydrants Improvements/Removals/Modifications Design (KH) Prepare 30%, 60%, 90%, 100%, and Final (bid ready) fire waterline improvements and removal design in compliance with applicable local standards. a. Relative to fire waterline design, members of the Subconsultant’s project design team will make 2 site visits and inspection when the project is approximately 30%-50% and 75%-90% complete to verify design concepts. These site visits will be attended by up to two (2) KH staff. b. Development of up to three (3) alternatives for the fire waterline for the purpose of evaluating fire safety and supply availability to meet the City of Renton and Renton Airport needs and requirements. Work will include development of a figure for each alternative showing a schematic plan view of the alternative, along with a Fire Waterline Alternative Memorandum, up to three (3) pages describing the proposed alternatives. Alternatives will include:  Full abandonment/removal of the west fire waterline  Partial abandonment/removal of the west fire waterline 15  Supplying a portion of the west fire waterline from the City of Renton’s supply line. The schematic design effort does not include fire waterline modeling. Following submittal of the Fire Waterline Alternative Memorandum, KH staff will attend a single meeting with the City of Renton and Renton Airport, attended by up to two (2) KH staff. CWE will be responsible for coordination and scheduling of the meeting. c. Development of design and supporting figures and details for the fire waterline design as required for preparation of the plan and submittal documents. Effort includes responding to a single round of City review questions and comments related to the fire waterline design as part of the Land Use Application. 3. Other Utility Improvements Design (FAA Fiber, Boeing, Other) (KH) Prepare 30%, 60%, 90%, 100%, and Final (bid ready) utility improvements and design in compliance with applicable local standards. a. Relative to other utility design, members of the Subconsultant’s project design team will make 2 site visits and inspection when the project is approximately 30%-50% and 75%-90% complete to verify design concepts. These site visits will be attended by up to two (2) KH staff. b. Development of design and supporting figures and details for the adjustment other utilities design as required for preparation of the plan and submittal documents. Effort includes responding to a single round of City review questions and comments related to the other utilities design as part of the Land Use Application. 4. Project Safety & Phasing Support Analysis (KH) a. Relative to the design elements of Task 6, and to assist in the Prime consultant’s development of a phasing plan; attend one (1) initial project phasing initiation meeting with the Airport, and one (1) initial phasing coordination meeting with the Airport and Boeing company to identify tenant and operational constraint considerations. Meetings will be held onsite at the Airport. Relative to the design elements of Task 6, one (1) representative of KH will attend these meetings. Meetings are anticipated to be up to two (2) hours each in duration. b. Relative to the design elements of Task 6, assist the Prime consultant analyze and prepare two separate submittals, each including up to three (3) phasing concept alternatives for consideration. Phasing considerations shall accommodate Airport operational constraints, multiple construction years, staggered multiple construction grants, constructability, and material 16 acquisition lead times. c. Relative to the design elements of Task 6, as design progresses, attend up to three (3) additional phasing coordination meetings with the Prime consultant, Airport and Boeing Company to assist in review of progressing phasing concepts. Relative to the design elements of Task 6, one (1) representative of KH will attend these meetings. Meetings are anticipated to be up to two (2) hours each in duration and held in person at the Airport. 5. Plans, Specifications, Estimate, & Submittal Review Documents (KH) Document submittals shall be prepared at 30%, 60%, 90%, 100%, and the Final (issued for bid) levels of completion. As a minimum each submittal shall include plans, specifications, estimates, and Technical Information Report (TIR) for City and engineer’s design report (subconsultant specific content), per the submittal completion levels identified below. Submittal document preparation includes: a. Prepare 30%, 60%, 90%, 100%, & Final (issued for bid) level plans. Drawings shall be established at a map scale of 1”=50’, unless otherwise shown for site plan or detail clarity. The “Temporary Erosion & Sediment Control, Storm Drainage, Subdrainage, Waterline, and Utility” plan sheets are expected to consist of approximately 43 drawing sheets. The 43 sheets prepared under Task 6 include thirteen (13) Temporary Erosion & Sediment Control Sheets, and thirty (30) Storm Drainage, Waterline & Utility Sheets. For the list of anticipated sheets, see the sheet list in Section D of this scope of work. b. Perform review of Prime 30%, 60%, 90%, 100%, & Final (issued for bid) level plans developed under Tasks 8, and provide comments. c. Prepare preliminary list of bidding document technical specifications as part of the 60% level submittal for the Project. d. Prepare bidding document technical specifications for 90%, 100%, & Final (issued for bid) level submittals for the Project. e. Prepare 30%, 60%, 90%, 100%, & Final (issued for bid) level engineering quantity and construction cost estimates. Estimates shall be split between Planned and potential additive items to facilitate final design recommendations and funding constraints. f. Prepare Subconsultant technical content for the 60%, 90%, 100%, & Final (issued for bid) level engineer’s design report per Engineering Guidance 2013-04), and/or current FAA requirements and standards. Subconsultant shall prepare a separate TIR for submittal to the City of Renton. g. For 30%, 60%, 90%, 100%, & Final (issued for bid) level documents, coordinate and review deliverables with Prime Consultant to assess design 17 for congruency between Prime and Subconsultant design elements. Effort includes attending one meeting per submittal (4 meetings) via video conferencing with Prime to coordinate documents. Meetings are anticipated to be up to two (2) hours each in duration, attended by up to three (3) KH staff. Effort includes updating deliverables per congruency review meeting comments. Prime consultant will consolidate and package concept design deliverables for submission to the Airport. h. Attend four (4) review meetings at 30%, 60%, 90%, and 100% level submittals, with the Airport (on-site) to review design documents. Effort includes incorporating Airport comments prior to submission to the FAA. These meetings will be attended by up to four (4) CWE staff, and two (2) KH staff, and are anticipated to be up to two (2) hours each. CWE staff time for the review meetings is included under Tasks 8. i. Relative to the 30%, 60%, 90%, and 100% level submittals documents provided to the FAA for review; attend up to four (4) video conference review coordination meetings with the FAA and Airport to go over FAA review comments. These meetings will be attended by up to three (3) CWE staff, and one (1) KH staff, and are anticipated to be up to two (2) hours each. CWE staff time for the review meetings is included under Tasks 8. j. Incorporate 30%, 60%, 90%, and 100% level review comments into design documents. k. Finalize documents from 100% comments; consolidate and prepare Final issued for bid documents in electronic pdf format, and submit to Prime consultant to assemble consolidated documents. 6. City Permit Submittal Documents (KH) Select permit support documents as itemized, are being prepared under this task. Assembly and preparation of permit application materials are being prepared under Task 3. Subconsultant will prepare up to two (2) draft and one (1) final version of the following permit support documents: a. Building Permit Support Documents: As necessary for storm vaults prepare  Plan and details sheets;  Perform and prepare building permit supporting calculations as necessary for use with the City of Renton’s Building Permit Submittal. Submittal requirements relative to these items are specified at the following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8461852&dbid=0 &repo=CityofRenton b. Land-Use Permit Support Documents: Prepare the following:  Stormwater Technical Information Report (TIR); 18  Construction Stormwater Pollution Prevention Plan (SWPPP);  Drainage Control Plans;  Utility Plans for use with the City of Renton’s Land-Use Permit Submittal;  Additionally the construction plans developed under Task 6 will serve as the basis for the permit drainage and utility submittal documents. This task includes modifying as necessary the construction bid documents to meet permit submittal requirements. Submittal requirements relative to these items are specified at the following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8467781&dbid=0 &repo=CityofRenton&cr=1 c. Civil Construction Permit Support Documents: The Temporary Erosion & Sediment Control, Storm Drainage, Subdrainage, Waterline, and Utility construction plans developed under Task 6 will serve as the basis for the construction plan permit submittal documents. This task includes:  Modifying as necessary the construction bid documents to meet permit submittal requirements. Submittal requirements relative to these items are specified at the following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8461886&dbid=0 &repo=CityofRenton&cr=1 Primary Task 6 Deliverables: • Construction Plans (30%, 60%, 90%, 100%, and Final) PDF & ACAD (for Final) o 30% - 29 sheets, 60% - 43 sheets, 90% to Final – 43 sheets • Specifications List (60%) PDF • Technical Specifications (90%, 100%, and Final) PDF • Construction Estimates (30%, 60%, 90%, 100%, and Final) PDF & Excel • FAA Design Report Storm, Waterline, Utility, Subdrainage content (60%, 90%, 100%, and Final) PDF • Vault design calculations Memorandum PDF & Word • City Building permit submittal plan/detail documents (Draft & Final) PDF • Stormwater Technical Information Report (TIR) (60%, 90%, and 100%) PDF & Word • Construction Stormwater Pollution Prevention Plan (SWPPP) (60%, 90%, and 100%) PDF & Word • Land-Use permit submittal plan/detail documents (Draft & Final) PDF • Civil Construction permit submittal plan/detail documents (Draft & Final) PDF TASK 7 – FINALIZE DESIGN AIRCRAFT/VEHICLE FLEET MIX DETERMINATIONS This task anticipates finalizing engineering analysis and the aircraft design group rationale and aircraft fleet mix design input parameters relative to various pavement 19 rehabilitation areas of the project. This task will progress the preliminary analysis undertaken during the Phase 1 10% level engineering scope of work, to final completion. Task 7 Work Items: 1. Update as necessary the identified applicable aircraft group designation design standards and rationale for the various individual project surface areas. Aircraft group design standards are anticipated to include up to two different aircraft design groups, and up to three critical aircraft taxiway design groups. 2. Update as necessary, the aircraft fleet mixes to be utilized for the final apron and taxiway pavement design. Up to two (2) different fleet mixes are assumed to be necessary to accommodate the utilization and restrictions of the various surface areas of Taxiway A, Taxiway A connectors, and the adjacent TOFA/service road areas; relevant to Group II only areas and Group III capable areas. 3. Update as necessary, the Technical Fleet Mix Summary Memorandum, presenting the aircraft design group rational; and preliminary design aircraft fleet mix determinations. The Memorandum content will be consolidated into the FAA Design Report prepared as part of Task 8. Primary Task 7 Deliverables: • Final Fleet Mix (per project area) Technical Memorandum PDF TASK 8 –PAVEMENT, GRADING, & SITE IMPROVEMENTS DESIGN (30%, 60%, 90%, 100% & FINAL) Relative to pavement, infield grading, and other associated improvements, this task anticipates progressing the Phase 1 10% level preliminary engineering analysis and conceptual/schematic design, through to 30%, 60%, 90%, 100%, and Final (issued for bid) submittals; and to final completion of engineering design, preparation of plans, specifications, and estimates; and preparation and coordination of separate permitting submittals. Under this task, engineering, PS&E preparation, and associated activities are for the following project elements: • Taxiway A Reconstruction / Rehabilitation • Taxiway A1, A2, A3, A4, A5, A6, A7 Reconstruction / Rehabilitation • Add/Construct Paved Group III Shoulders to Taxiway A7 and the South portion of Taxiway A (between A7 and A6) that serves Group III aircraft • Add/Construct Paved Group II Shoulders to remaining Taxiway A north of the Group III power out area, as well as Connector Taxiways A1, A2, A3, A4, A5, and A6. • Reconstruct / Rehabilitate Apron Service Road and Sea Plane Ramp pavements adjacent to Taxiway A to match and transition to FAA compliant grade improvements on Taxiway A. 20 • Construct Infield grade improvements to facilitate proper drainage between Taxiway A, Taxiway A connectors, and the Runway Task 8 Work Items: 1. Pavement, Grading, & Site Improvements Design Prepare 30%, 60%, 90%, 100%, and Final (bid ready) pavement, grading, and other site improvement design in compliance with FAA, and as appropriate other applicable local and State standards. a. Members of the Prime’s project design team will make 2 site visits and inspection when the project is approximately 30%-50% and 75%-90% complete to verify design concepts. These site visits will be attended by up to four (4) CWE staff. b. Pavement Layout & Grade Design: Starting with the preliminary concept developed under the Phase 1 scope, finalize the horizontal geometry and vertical grade layout (profile and transverse) design for Taxiway A, Taxiway A connectors, adjacent taxiway object free area and service road transitional grade areas, and the seaplane ramp/apron. This effort includes up to three (3) alternative design concepts developed throughout the final design submittal process. This task includes taxiway shoulder and TOFA/service road transitional grade layout concept design. The design will be developed in Civil 3D. This task will develop plan/profile layouts for design concepts progressed throughout final design. c. Infield Areas Design: Starting with the preliminary concept developed under the Phase 1 scope, finalize the engineering analysis and horizontal geometry and vertical grade layout design for infield areas between Taxiway A, and Runway 16-34. This effort includes up to three (3) alternative design concepts developed throughout the final design submittal process. Infield grade concept design will be developed in Civil 3D. d. Demolition Design: Starting with the preliminary concept developed under the Phase 1 scope, finalize the engineering analysis to determine existing infrastructure to be demolished and removed. Effort will identify demolition requirements, extents, and parameters. e. Starting with the preliminary concepts developed under the Phase 1 scope, finalize the engineering analysis, and apron, taxiway, and shoulder pavement design utilizing the current version of the FAA FAARFIELD design program. The design will be determined from the anticipated multiple design aircraft loading requirements finalized in Task 7 of this scope; and the varying existing composite conditions identified in the Phase 1 investigations; and from the profile and transverse conceptual grades identified in Task 8. Based on the varying conditions and multiple design criteria requirements identified in the Phase 1 preliminary investigations, it 21 is anticipated that up to twelve (12) different pavement sections will be developed for the AIP eligible project improvements. f. Starting with the preliminary concepts developed under the Phase 1 scope, finalize the engineering analysis, and design for the AIP non-eligible taxiway shoulder pavement design utilizing the current version of the FAA FAARFIELD design program. Up to one (1) pavement section will be developed and finalized for Group I/II AIP non-eligible taxiway shoulder improvements. g. Prepare Taxiway, Apron Service Road, and Sea Plane Ramp pavement marking design. Effort anticipates up to three design iterations progressed through the final design process. h. Prepare typical sections, paving details, pavement marking details, and other miscellaneous details required for construction plans. i. Prepare Title, legend content, Site and Survey Control Plan, and general notes for construction plan documents. 2. Project Safety & Phasing Design a. Attend one (1) initial project phasing initiation meeting with the Airport, and one (1) initial phasing coordination meeting with the Airport and Boeing company to identify tenant and operational constraint considerations for preparation of the phasing concepts. Meetings will be held onsite at the Airport. Up to three (3) Prime consultant representatives will attend the meeting. Meetings are anticipated to be up to two (2) hours each in duration. b. Analyze and prepare up to (3) phasing concept alternatives for consideration. Phasing considerations shall accommodate Airport operational constraints, multiple construction years, staggered multiple construction grants, constructability, and material acquisition lead times. c. Conduct a video conference call with the Airport to review and discuss the phasing alternatives. Up to three (3) Prime consultant representatives will attend the meeting. Meetings are anticipated to be up to two (2) hours each in duration. d. Update and revise up to three (3) intermediate phasing concepts alternatives. e. As design progresses, attend up to three (3) additional phasing coordination meetings with the Airport and Boeing Company to review progressing phasing concepts. Meetings are anticipated to be up to two (2) hours each in duration. f. Update and prepare the final phasing concept plan. 22 g. Prepare a preliminary draft construction safety and phasing plan (CSPP) and recommendations. The CSPP will include both plan sheet documents as well as a specification document per FAA current standards. The safety plan is to be prepared, submitted to, and reviewed by the FAA and Airport. The effort includes soliciting comments and incorporating them into final form for approval by FAA. h. Finalize construction safety and phasing plan (CSPP) and recommendations. 3. Plans, Specifications, Estimate, & Submittal Review Documents Document submittals shall be prepared at 30%, 60%, 90%, 100%, and the Final (issued for bid) levels of completion. Submittals shall include plans, specifications, estimates, and design report as identified per the submittal completion levels outlined. Submittal document preparation includes: a. Prepare 30%, 60%, 90%, 100%, & Final (issued for bid) level plans. Drawings shall be established at a map scale of 1”=50’, unless otherwise shown for site plan or detail clarity. The “General/Control, Safety & Phasing, and Paving/Grading Site Civil” plan sheets are expected to consist of approximately 80 drawing sheets. The 80 sheets prepared under Task 8 include four (4) General/Control Sheets, fourteen (14) Safety & Phasing Sheets, and sixty two (62) Paving/Grading Site Civil Sheets. For the list of anticipated sheets, see the sheet list in Section D of this scope of work. b. Perform review of Subconsultant 30%, 60%, 90%, 100%, & Final (issued for bid) level plans developed under Tasks 5, and 6, and provide comments. c. Prepare preliminary list of bidding document contract and technical specifications as part of the 60% level submittal for the Project. Incorporate list of electrical, storm drainage, waterline, and utility specifications provided by Subconsultant under Tasks 5 and 6. d. Prepare bidding document contract and technical specifications at 90%, 100%, & Final (issued for bid) level submittals for the Project. Incorporate electrical, storm drainage, erosion control, waterline, and utility specifications provided by Subconsultant under Tasks 5 and 6. e. Prepare 30%, 60%, 90%, 100%, & Final (issued for bid) level engineering quantity and construction cost estimates. Estimates shall be split between planned and potential additive items to facilitate final design recommendations and funding constraints. Effort includes incorporating portions of estimates prepared by Subconsultant under Tasks 5 and 6. f. Prepare a 60%, 90%, 100%, & Final (issued for bid) level engineer’s design report per Engineering Guidance 2013-04), and/or current FAA requirements and standards. Effort includes incorporating content prepared by Subconsultant under Tasks 5 and 6. 23 g. For 30%, 60%, 90%, 100%, & Final (issued for bid) level documents, coordinate and review deliverables with Subconsultant to assess design for congruency between Prime and Subconsultant design elements. Effort includes attending one meeting via video conferencing with Subconsultant to coordinate documents per submittal. Each meeting is anticipated to be up to two (2) hours each. Effort includes updating deliverables per congruency review meeting comments. Prime consultant will consolidate and package concept design deliverables for submission to the Airport. h. Provide three (3) sets of each submittal review document set (30%, 60%, 90%, 100%). Sets to be sent to the Airport for review. i. Attend four (4) review meetings at 30%, 60%, 90%, and 100% level submittals, with the Airport (on-site) to review design documents. Effort includes incorporating Airport comments prior to submission to the FAA. These meetings will be attended by up to four (4) CWE staff, and four (4) KH staff, and are anticipated to be up to two (2) hours each. KH staff time for the review meetings is included under Tasks 5 and 6. j. Submit 30%, 60%, 90%, and 100% level submittals documents to the FAA for review (PDF). Attend up to four (4) video conference review coordination meetings with the FAA and Airport to go over FAA review comments. These meetings will be attended by up to three (3) CWE staff, and two (2) KH staff, and are anticipated to be up to two (2) hours each. KH staff time for the review meetings is included under Tasks 5 and 6. k. Incorporate 30%, 60%, 90%, and 100% level review comments into design documents. l. Finalize documents from 100% comments, consolidate and prepare Final issued for bid documents in electronic pdf format. 4. City Permit Submittal Documents Select permit support documents as itemized, are being prepared under this task. Assembly and preparation of permit application materials are being prepared under Task 3. Consultant will prepare up to two (2) draft and one (1) final version of the following permit support documents: a. Land-Use Permit Support Documents: Prepare the following:  Site plan;  Topography map;  Stand-alone grading plans for use with the City of Renton’s Land- Use Permit Submittal; 24  Additionally the construction plans developed under Task 8 will serve as the basis for the paving/grading site improvement documents. This task includes modifying as necessary the construction bid documents to meet permit submittal requirements. Submittal requirements relative to these items are specified at the following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8467781&dbid=0 &repo=CityofRenton&cr=1 b. Civil Construction Permit Support Documents: The General/Control, Safety & Phasing, and Paving/Grading Site Civil construction plans developed under Task 8 will serve as the basis for the construction plan permit submittal documents. This task includes:  Modifying as necessary the construction bid documents to meet permit submittal requirements. Submittal requirements relative to these items are specified at the following City link: https://edocs.rentonwa.gov/Documents/DocView.aspx?id=8461886&dbid=0 &repo=CityofRenton&cr=1 Primary Task 8 Deliverables: • Pavement Plan/Profile alternative and final layout diagrams PDF • Infield grading alternative and final layout diagrams PDF • FAA FAARFIELD pavement design output files PDF • Pavement Marking alternative and final layout diagrams PDF • Preliminary, intermediate, and final Construction Phasing alternatives diagrams PDF • CSPP draft and final documents PDF • Construction Plans (30%, 60%, 90%, 100%, and Final) PDF,Paper Copy, & ACAD (for Final) o 30% - 66 sheets, 60% - 78 sheets, 90% to Final – 80 sheets • Specifications List (60%) PDF • Specifications (Project Manual) (90%, 100%, and Final) PDF & Paper Copy • Construction Estimates (30%, 60%, 90%, 100%, and Final) PDF & Excel • FAA Design Report (60%, 90%, 100%, and Final) PDF & Paper Copy • City Land-Use permit submittal plan/detail documents (Draft & Final) PDF • Civil Construction permit submittal plan/detail documents (Draft & Final) PDF TASK 9 – BIDDING Task 9 Work Items: 1. Provide an advertisement for the public bidding of the project. The City Clerk shall send the Invitation to Bid to the Daily Journal of Commerce and other media outlets as desired for advertisement. The City shall pay the advertising fee directly to 25 media outlets. (CWE) 2. Coordinate and provide PDF Bid Documents and upload to the Builders Exchange website for bidding solicitation. (CWE) 3. Provide project coordination with the Airport and FAA throughout the bidding period. (CWE, KH) 4. Review, research, and prepare answers to technical questions during bidding. (CWE, KH) 5. Prepare addenda as necessary to clarify bid documents. Addenda will be distributed by the Engineer. For scoping purposes this scope assumes three addenda will be prepared. Addenda will be consolidated into one pdf electronic file and uploaded to Builders Exchange website. (CWE, KH) 6. Coordinate, attend, and facilitate a pre-bid conference for the project at the airport. Prepare meeting agenda, sign-in sheet. The CWE Project Manager and one staff member from Kimley Horn will attend the pre- bid conference. (CWE, KH) 7. Attend the bid opening at the City. The Airport/City will facilitate the bid opening and provide the Engineer with copies of all bid packages received. (CWE) 8. Prepare bid tabulation and prepare a Bid Analysis Letter to the Airport and FAA for award of bid. It is assumed the Airport will issue the Notice of Award letter. (CWE) Primary Task 9 Deliverables: • Pdf bid documents for upload to Builders Exchange website • Bid tabulation/Bid Analysis Letter B. ASSUMPTIONS/EXCLUSIONS 1. Development of DBE goals and program updates is not included within this scope work, but will be included as necessary within a subsequent future contract task order. 2. Preparation of an FAA design report (per Engineering Guidance 2013-04) will not be included within this scope of work. Technical memorandums of the various study tasks will be prepared within this scope. Development of the FAA design report document will be completed as part of a subsequent future contract task order, utilizing in part design and environmental information generated as part of this scope of work. 26 3. Assessment of Pavement Condition Index (PCI) and the development of PCN data for pavement improvements is not included within this scope and phase of work. 4. An AGIS as-built survey is not included within this scope and phase of work, and if necessary, will be included as part of a subsequent future contract task order. 5. The project area was established based on initial planning level assessments of possible grading limits and tie-in points derived from analysis of Airport Layout Plan (ALP) existing profile and grade contours. These assumed limits of the project area are only preliminary in nature and can only truly be determined based on the investigations and determinations to be undertaken as part of this scope of work. The actual project area extents may differ or expand as the project is further defined through the deeper analysis of this scope’s tasks. Should the scope of the project extend beyond the initial project area limits and/or investigational areas identified; resulting additional survey, geotechnical investigations, environmental investigations, analysis, design, or other services that may be required, will be covered as part of a future contract task order and scope of work. 6. Erosion control design and layout per City and State NPDES requirements is being prepared under Task 6. NPDES NOI application is not included within this contract and will be included in a future construction administration contract. 7. Relative to the City of Renton Land-Use Permit Application and the SEPA Environmental review; it is assumed that preparation of architectural elevations, a landscape plan, a tree retention worksheet, a tree retention/land clearing plan, an arborist report, a wetland assessment, flood hazard data, a biological assessment/critical areas study, and a habitat data report, are not included within this scope of work. 8. It is assumed a City of Renton Hearing Examiner public review process is not required for this project. 9. Technical specifications shall be in FAA format where available and either the City of Renton or WSDOT specifications as required by the City. Front end documents will be provided by the Airport/City, and reviewed for conformance and consistency with the technical specifications. 10. Field testing on the existing fire waterline for determination of pressures or flows is not included in this scope of work. 11. Hydraulic modeling of the fire waterline is not included in this scope of work. 12. Construction administration services are not included in this scope and will be included in a future contract scope of work. 27 C. PROJECT SCHEDULE The general anticipated project schedule is as follows: • 2022 NEPA Environmental Review • 2022/2023 Design • 2024 Construction • 2025 Construction A detailed project schedule will be developed as part of task 1 per this scope of work. D. PROJECT PLAN SHEET LIST The general anticipated list of project plan sheets is as follows: General/Control - 4 Sheets, prepared in Task 8, Item 3a: • Cover Sheet (1) • Legend & Abbreviations (1) • Site and Survey Control (2) Safety & Phasing - 14 Sheets, prepared in Task 8, Item 3a: • Phasing Plan Sheets (12) • Phasing Notes and Details (2) Temporary Erosion & Sediment Control - 13 Sheets, prepared in Task 6, Item 5a: • Erosion Control Plan Sheets (10) • Erosion Control Notes and Details (3) Paving/Grading Site Civil - 62 Sheets, prepared in Task 8, Item 3a: • Demolition Plan Sheets (5) • Plan and Profile Sheets (12) • Grading Plan Sheets (5) • Grading Sections (24) • Paving Plan Sheets (5) • Paving Details (4) • Pavement Marking Plan Sheets (5) • Pavement Marking Details (2) Storm Drainage, Waterline, & Utility - 30 Sheets, prepared in Task 6, Item 5a: • Storm Plan Sheets (10) • Storm Details (5) • Water Plan Sheets (4) • Water Details (3) • Utility Adjustment Plan Sheets (5) • Utility Adjustment Details (3) 28 Electrical - 26 Sheets, prepared in Task 5, Item 3a: • Electrical Scope of Work/General Notes and Abbreviations (1) • Electrical Layout Sheets (5) • Electrical Demolition Layout Sheets (5) • Lighting, trenching, grounding, cabling and Signage Details (5) • Fixture and Sign Layout Table Sheets (5) • Proposed Lighting Vault Plan Sheet (1) • Demolition Lighting Vault Plan Sheet (1) • One Line Diagram and Panel Schedules (1) • Electrical Taxiway A Circuit Map Sheet (1) • Electrical Construction Phasing Sheet (1) Airport:RENTON MUNICIPAL AIRPORT Project:TAXIWAY A RECONSTRUCTION/REHABILITATION - PHASE 2 FINAL DESIGN & BIDDING Sponsor:CITY OF RENTON A.I.P. Grant Number: CWEC Project Number: 4/3/2023_r12.2 Principal Project Manager Sr. Project Manager Project Manager II Project Manager Sr. Project Engineer Project Engineer EIT Sr. Planner Planner Clerical 1 PROJECT MANAGEMENT/ADMINISTRATION 276 56,048.00$ 37,022.92$ -$ -$ -$ 1. 1 Finalize scope and negotiate contract 8 0 0 0 0 0 0 0 0 4 12 2,552.00$ 2,960.00$ -$ -$ -$ 1. 2 Prepare IFE documents; assist Airport with Record of Negotiation 4 0 0 0 0 0 0 0 0 0 4 1,060.00$ 350.00$ -$ -$ -$ 1. 3 Project Administration (6 month period)12 0 0 16 0 0 0 0 0 24 52 8,604.00$ 4,320.00$ -$ -$ -$ 1. 4 Project Meetings w/ Airport (8 Virtual, 4 On-site)16 0 0 48 16 0 0 0 0 0 80 15,408.00$ 10,072.92$ -$ -$ -$ 1. 5 Coordinate Internal Project Team & Subconsultants 10 0 0 12 12 0 0 0 0 0 34 6,778.00$ 6,170.00$ -$ -$ -$ 1. 6 Boeing Stakeholder Meetings (6 Virtual)6 0 0 6 0 0 0 0 0 0 12 2,652.00$ 4,680.00$ -$ -$ -$ 1. 7 General Stakeholder Meeting (On-site)4 0 0 10 0 0 0 0 0 0 14 2,830.00$ -$ -$ -$ -$ 1. 8 Project Schedule (Assume 3 revisions)4 0 0 12 0 0 0 0 0 0 16 3,184.00$ 2,870.00$ -$ -$ -$ 1. 9 Quality Control/Quality Assurance Review 32 20 0 0 0 0 0 0 0 0 52 12,980.00$ 5,600.00$ -$ -$ -$ 2 FAA ADMINISTRATION COORDINATION 206 33,809.00$ 1,400.00$ -$ -$ -$ 2. 1 Prepare AIP Grant Application 1 0 0 12 0 0 16 0 0 0 29 4,149.00$ -$ -$ -$ -$ 2. 2 Construction Grants Administration Reporting 1 0 0 24 0 0 24 0 0 0 49 7,153.00$ -$ -$ -$ -$ 2. 3 FAA Reimbursable Agreement Coordination & Meetings (3 Virtual Meetings)6 0 0 12 0 0 0 0 0 0 18 3,714.00$ -$ -$ -$ -$ 2. 4 FAA Grant Administration Strategy Coordination & Meetings (6 Virtual Meetings)6 0 0 10 6 0 0 0 0 0 22 4,362.00$ -$ -$ -$ -$ 2. 5 FAA ATO, AWOS Fiber Coordination & Design Adjustment Meetings (4 Virtual Meetings)6 0 0 12 0 0 0 0 0 0 18 3,714.00$ 1,400.00$ -$ -$ -$ 2. 6 Strategic Events Coordination (up to 3 iterations)0 0 0 1 0 0 3 0 0 0 4 507.00$ -$ -$ -$ -$ 2. 7 Safety Risk Management (SRM) Panel, CSPP Updates, & Coordination 2 0 0 12 0 0 0 0 0 0 14 2,654.00$ -$ -$ -$ -$ 2. 8 7460 Submittals 0 0 0 8 0 0 8 0 0 0 16 2,296.00$ -$ -$ -$ -$ 2. 9 Modification to Standards Submittals & Coordination (if necessary)0 0 0 4 4 0 4 0 0 0 12 1,816.00$ -$ -$ -$ -$ 2. 10 Phase 1 & 2 AIP Design Grant Closeout 0 0 0 12 0 0 12 0 0 0 24 3,444.00$ -$ -$ -$ -$ 3 CITY/STATE ENVIRONMENTAL REVIEW & PERMITTING 134 23,230.00$ 10,420.00$ -$ -$ 34,796.00$ 3.1 Environmental Permitting Coordination 2 0 0 40 8 0 0 0 0 0 50 8,946.00$ -$ -$ -$ 6,036.00$ 3. 2 SEPA Preparation, Submittal, & Coordination 0 0 0 0 0 0 0 0 0 0 0 -$ -$ -$ -$ 8,656.00$ 3. 3 Shoreline Exemption Application 0 0 0 0 0 0 0 0 0 0 0 -$ -$ -$ -$ 6,568.00$ 3. 4 Lake Study & Mitigation Plan 0 0 0 0 0 0 0 0 0 0 0 -$ -$ -$ -$ 10,656.00$ 3. 5 Vehicle Traffic Analysis & Memorandum 0 0 0 2 0 0 0 0 0 0 2 354.00$ 4,380.00$ -$ -$ -$ 3. 6 Permit Application Documents, Assembly, Submission, & Coordination a Land-Use Permit 2 0 0 16 0 0 4 0 0 0 22 3,802.00$ 1,510.00$ -$ -$ -$ b Civil Construction Permit 2 0 0 16 0 0 4 0 0 0 22 3,802.00$ 1,510.00$ -$ -$ -$ c Building Permit 2 0 0 8 0 0 4 0 0 0 14 2,386.00$ 1,510.00$ -$ -$ -$ 3. 7 Permit Application Comment Response Coordination 0 0 0 16 4 0 4 0 0 0 24 3,940.00$ 1,510.00$ -$ -$ 2,880.00$ 4 GEOTECHNICAL/PAVEMENT INVESTIGATION: FINAL DESIGN SUPPORT SERVICES 250 32,000.00$ -$ 3,000.00$ 2,000.00$ -$ 4. 1 Survey & Geotech Operational Safety On-site Monitoring 0 0 0 0 0 250 0 0 0 0 250 32,000.00$ -$ -$ -$ -$ 4. 2 Geotechnical Investigation: FOD Management (Sweeping) 0 0 0 0 0 0 0 0 0 0 0 -$ -$ 2,000.00$ -$ -$ 4. 3 Geotechnical Investigation: Final Design Support Analysis 0 0 0 0 0 0 0 0 0 0 0 -$ -$ 1,000.00$ -$ -$ 4. 4 Pavement Investigation: Final Design Support Analysis 0 0 0 0 0 0 0 0 0 0 0 -$ -$ -$ 2,000.00$ -$ 5 ELECTRICAL, LIGHTING, & SIGNAGE DESIGN (30%, 60%, 90%, 100%, & FINAL)0 -$ 88,845.00$ -$ -$ -$ 5. 1 Electrical, Lighting, & Signage Design a Electrical Desgin Site Visits (2)0 0 0 0 0 0 0 0 0 0 0 -$ 5,485.00$ -$ -$ -$ b Edge Light and Signage Layout 0 0 0 0 0 0 0 0 0 0 0 -$ 3,000.00$ -$ -$ -$ c Airfield Electrical Lighting Vault Design 0 0 0 0 0 0 0 0 0 0 0 -$ 3,000.00$ -$ -$ -$ d Taxiway Electrical Lighting Ductbank/Homerun Infrastructure Design 0 0 0 0 0 0 0 0 0 0 0 -$ 2,480.00$ -$ -$ -$ e Taxiway Circuit Map Analysis 0 0 0 0 0 0 0 0 0 0 0 -$ 2,480.00$ -$ -$ -$ f Electrical Phasing Analysis 0 0 0 0 0 0 0 0 0 0 0 -$ 2,480.00$ -$ -$ -$ g Electrical Construction Details 0 0 0 0 0 0 0 0 0 0 0 -$ 3,000.00$ -$ -$ -$ 5. 2 Project Safety & Phasing Support Analysis -$ a Attend Initial Phasing Meetings (2)0 0 0 0 0 0 0 0 0 0 0 -$ 1,220.00$ -$ -$ -$ b Assist Prime with Three (3) Phasing Concepts (Relative to Electrical Components)0 0 0 0 0 0 0 0 0 0 0 -$ 2,400.00$ -$ -$ -$ c Attend Intermediate & Final Design Follow-up Phasing Meetings (2)0 0 0 0 0 0 0 0 0 0 0 -$ 1,740.00$ -$ -$ -$ 5. 3 Plans, Specifications, Estimate, & Submittal Review Documents -$ a Prepare Electrical Plans - 30%, 60%, 90%, 100%, Final (IFB) (26 sheets)0 0 0 0 0 0 0 0 0 0 0 -$ 23,780.00$ -$ -$ -$ b Review Prime Plans - 30%, 60%, 90%, 100%, Final (IFB) Relative to Electrical Components 0 0 0 0 0 0 0 0 0 0 0 -$ 3,080.00$ -$ -$ -$ c Prepare List of Bidding Document Technical Electrical Specifications - 60%0 0 0 0 0 0 0 0 0 0 0 -$ 2,940.00$ -$ -$ -$ d Prepare Bidding Document Technical Electrical Specifications - 90%, 100%, Final (IFB)0 0 0 0 0 0 0 0 0 0 0 -$ 3,260.00$ -$ -$ -$ e Electrical Engineering Quantify & Cost Estimates - 30%, 60%, 90%, 100%, Final (IFB)0 0 0 0 0 0 0 0 0 0 0 -$ 4,460.00$ -$ -$ -$ f Design Report Electrical Content - 60%, 90%, 100%, Final (IFB)0 0 0 0 0 0 0 0 0 0 0 -$ 3,320.00$ -$ -$ -$ g Electrical Design Congruency Coordination & Meetings - 30%, 60%, 90%, 100%, Final (IFB)0 0 0 0 0 0 0 0 0 0 0 -$ 2,560.00$ -$ -$ -$ h Airport Review Meetings - 30%, 60%, 90%, 100%0 0 0 0 0 0 0 0 0 0 0 -$ 3,960.00$ -$ -$ -$ i FAA Review Meetings - 30%, 60%, 90%, 100%0 0 0 0 0 0 0 0 0 0 0 -$ 3,200.00$ -$ -$ -$ j Incorporate Comments - 30%, 60%, 90%, 100%0 0 0 0 0 0 0 0 0 0 0 -$ 4,760.00$ -$ -$ -$ k Prepare Final Issued for Bid Electrical Documents 0 0 0 0 0 0 0 0 0 0 0 -$ 1,880.00$ -$ -$ -$ 5. 4 City Permit Submittal Documents -$ a Building Permit Electrical Vault Support Documents 0 0 0 0 0 0 0 0 0 0 0 -$ 2,560.00$ -$ -$ -$ b Civil Construction Permit Electrical Support Documents 0 0 0 0 0 0 0 0 0 0 0 -$ 1,800.00$ -$ -$ -$ 6 STORM DRAINAGE, EROSION CONTROL, & UTILITIES DESIGN (30%, 60%, 90%, 100%, & FINAL)0 -$ 247,441.16$ -$ -$ -$ 6. 1 Storm Drainage, Subdrainage, & TESC Design a Storm Drainage, Subdrainage, & TESC Desgin Site Visits (2)0 0 0 0 0 0 0 0 0 0 0 -$ 7,300.00$ -$ -$ -$ b Subdrainage Design 0 0 0 0 0 0 0 0 0 0 0 -$ 6,280.00$ -$ -$ -$ c Storm Drainage Water Quality Design 0 0 0 0 0 0 0 0 0 0 0 -$ 6,280.00$ -$ -$ -$ d Storm Drainage Conveyance Design 0 0 0 0 0 0 0 0 0 0 0 -$ 6,280.00$ -$ -$ -$ e TESC Design 0 0 0 0 0 0 0 0 0 0 0 -$ 3,550.00$ -$ -$ -$ f Storm Drainage & TESC Details 0 0 0 0 0 0 0 0 0 0 0 -$ 4,300.00$ -$ -$ -$ 6. 2 Fire Waterline / Hydrants Improvements/Removals/ Modifications Design -$ a Fire Waterline Desgin Site Visits (2)0 0 0 0 0 0 0 0 0 0 0 -$ 3,418.86$ -$ -$ -$ b Fire Waterline Alternatives 0 0 0 0 0 0 0 0 0 0 0 -$ 6,780.00$ -$ -$ -$ c Fire Waterline Design & Detail Preparation 0 0 0 0 0 0 0 0 0 0 0 -$ 2,220.00$ -$ -$ -$ 6. 3 Other Utility Improvements Design (FAA Fiber, Boeing, Other)-$ a Other Utility Desgin Site Visits (2)0 0 0 0 0 0 0 0 0 0 0 -$ 69.43$ -$ -$ -$ b Other Utilities Design & Detail Preparation 0 0 0 0 0 0 0 0 0 0 0 -$ 3,680.00$ -$ -$ -$ 6. 4 Project Safety & Phasing Support Analysis -$ a Attend Initial Phasing Meetings (2)0 0 0 0 0 0 0 0 0 0 0 -$ 1,864.06$ -$ -$ -$ b Assist Prime with Three (3) Phasing Concepts (Relative to Storm Drainage & Utilities Components)0 0 0 0 0 0 0 0 0 0 0 -$ 8,210.00$ -$ -$ -$ c Attend Intermediate & Final Design Follow-up Phasing Meetings (2)0 0 0 0 0 0 0 0 0 0 0 -$ 1,881.09$ -$ -$ -$ 6. 5 Plans, Specifications, Estimate, & Submittal Review Documents -$ a Prepare Storm, Subdrainage, Waterline, & Utility Plans - 30%, 60%, 90%, 100%, Final (IFB) (43 sheets)0 0 0 0 0 0 0 0 0 0 0 -$ 76,150.00$ -$ -$ -$ b Review Prime Plans - 30%, 60%, 90%, 100%, Final (IFB) Relative to Storm & Utilities 0 0 0 0 0 0 0 0 0 0 0 -$ 5,360.00$ -$ -$ -$ c Prepare List of Bidding Document Technical Storm, Subdrainage, Waterline, & Utility Specifications - 60%0 0 0 0 0 0 0 0 0 0 0 -$ 2,130.00$ -$ -$ -$ d Prepare Bidding Document Technical Storm, Subdrainage, Waterline, & Utility Specifications - 90%, 100%, Final (IFB)0 0 0 0 0 0 0 0 0 0 0 -$ 12,620.00$ -$ -$ -$ e Storm, Subdrainage, Waterline, & Utility Engineering Quantify & Cost Estimates - 30%, 60%, 90%, 100%, Final (IFB)0 0 0 0 0 0 0 0 0 0 0 -$ 19,180.00$ -$ -$ -$ f Design Report Storm, Subdrainage, Waterline, & Utility Content - 60%, 90%, 100%, Final (IFB)0 0 0 0 0 0 0 0 0 0 0 -$ 23,560.00$ -$ -$ -$ g Storm, Subdrainage, Waterline, & Utility Design Congruency Coordination & Meetings - 30%, 60%, 90%, 100%, Final (IFB)0 0 0 0 0 0 0 0 0 0 0 -$ 13,400.00$ -$ -$ -$ h Airport Review Meetings - 30%, 60%, 90%, 100%0 0 0 0 0 0 0 0 0 0 0 -$ 3,237.72$ -$ -$ -$ i FAA Review Meetings - 30%, 60%, 90%, 100%0 0 0 0 0 0 0 0 0 0 0 -$ 1,400.00$ -$ -$ -$ j Incorporate Comments - 30%, 60%, 90%, 100%0 0 0 0 0 0 0 0 0 0 0 -$ 11,340.00$ -$ -$ -$ k Prepare Final Issued for Bid Storm, Subdrainage, Waterline, & Utility Documents 0 0 0 0 0 0 0 0 0 0 0 -$ 2,590.00$ -$ -$ -$ 6. 6 City Permit Submittal Documents -$ a Building Permit Storm Vault Support Documents 0 0 0 0 0 0 0 0 0 0 0 -$ 4,000.00$ -$ -$ -$ b Land-Use Permit Storm, Subdrainage, Waterline, & Utility Support Documents 0 0 0 0 0 0 0 0 0 0 0 -$ 5,030.00$ -$ -$ -$ c Civil Construction Storm, Subdrainage, Waterline, & Utility Support Documents 0 0 0 0 0 0 0 0 0 0 0 -$ 5,330.00$ -$ -$ -$ 7 FINALIZE DESIGN AIRCRAFT/VEHICLE FLEET MIX DETERMINATIONS 23 4,195.00$ -$ -$ -$ -$ 7. 1 Finalize Design Standards per Taxiway Rehabilitation Areas 1 0 0 2 4 0 0 0 0 0 7 1,287.00$ -$ -$ -$ -$ 7. 2 Update & Finalize Two Aircraft Fleet Mixes for Anticipated Two (2) ADG's 1 0 0 2 6 0 0 0 0 0 9 1,621.00$ -$ -$ -$ -$ 7. 3 Update & Finalize Design Aircraft Fleet Mix Summary Memorandum 1 0 0 2 4 0 0 0 0 0 7 1,287.00$ -$ -$ -$ -$ 8 PAVEMENT, GRADING, & SITE IMPROVEMENTS DESIGN (30%, 60%, 90%, 100%, & FINAL)1590 234,268.00$ -$ -$ -$ -$ 8. 1 Paving, Grading, & Site Improvements Desgin a Paving, Grading, & Site Improvements Desgin Site Visits (2)2 0 0 16 16 0 0 0 0 0 34 6,034.00$ -$ -$ -$ -$ b Final Horizontal & Vertical Layout, Profile, and Transverse Pavement Grade Design 0 0 0 0 60 0 10 0 0 0 70 11,120.00$ -$ -$ -$ -$ c Final Horizontal & Vertical In-field Layout and Grade Design 0 0 0 0 40 0 20 0 0 0 60 8,880.00$ -$ -$ -$ -$ d Final Infrastructure Demolition Design 0 0 0 0 16 0 16 0 0 0 32 4,432.00$ -$ -$ -$ -$ e Final Pavement Section Designs (11-TW Designs, & 1-Grp III Shoulder Design)0 2 0 4 40 0 0 0 0 0 46 7,838.00$ -$ -$ -$ -$ f Final Grp I/II Shoulder Pavement Section Design (1-Grp I/II Shoulder Design) (AIP Non-Eligible)0 1 0 2 8 0 0 0 0 0 11 1,915.00$ -$ -$ -$ -$ g Pavement Marking Design 0 0 0 1 6 0 12 0 0 0 19 2,499.00$ -$ -$ -$ -$ h Perpare Typical Sections, Paving Details, Pavement Marking Details, & Other Misc. Details 0 0 0 1 12 0 16 0 0 0 29 3,941.00$ -$ -$ -$ -$ i Prepare Title & Legend Content, Site/Survey Control Plan, and General Notes 0 0 0 1 12 0 16 0 0 0 29 3,941.00$ -$ -$ -$ -$ 8. 2 Project Safety & Phasing Design a Attend Initial Phasing Meetings (2 On-site Meetings)6 6 0 16 0 0 0 0 0 0 28 5,772.00$ -$ -$ -$ -$ b Analyze & Prepare Three (3) Phasing Concepts 2 0 0 24 12 0 4 0 0 0 42 7,222.00$ -$ -$ -$ -$ c Attend Alternatives Phasing Meeting with Airport ( 1 Virtual Meeting)2 0 0 2 2 0 0 0 0 0 6 1,218.00$ -$ -$ -$ -$ d Update & Revise Three (3) Phasing Concepts 2 0 0 12 12 0 4 0 0 0 30 5,098.00$ -$ -$ -$ -$ e Attend Intermediate & Final Design Follow-up Phasing Meetings (3 On-site Meetings)9 9 0 24 0 0 0 0 0 0 42 8,658.00$ -$ -$ -$ -$ f Update & Prepare Final Phasing Concept Plan 0 0 0 4 4 0 4 0 0 0 12 1,816.00$ -$ -$ -$ -$ g Prepare Draft CSPP 0 0 2 6 2 6 16 0 0 0 32 4,334.00$ -$ -$ -$ -$ h Finalize CSPP 0 0 2 4 2 4 8 0 0 0 20 2,844.00$ -$ -$ -$ -$ 8. 3 Plans, Specifications, Estimate, & Submittal Review Documents a Prepare General/Control, Safety & Phasing, and Paving/Grading Site Civil Plans - 30%, 60%, 90%, 100%, Final (IFB) (80 sheets)0 0 0 24 176 48 320 0 0 0 568 74,984.00$ -$ -$ -$ -$ b Review Subconsultant Plans - 30%, 60%, 90%, 100%, Final (IFB) 0 0 0 16 16 0 0 0 0 0 32 5,504.00$ -$ -$ -$ -$ c Prepare List of Bidding Document Contract & Technical Specifications - 60%0 0 0 2 4 12 0 0 0 0 18 2,558.00$ -$ -$ -$ -$ d Prepare Bidding Document Contract & Technical Specifications - 90%, 100%, Final (IFB)0 0 0 24 8 56 0 0 0 0 88 12,752.00$ -$ -$ -$ -$ e Prepare Engineering Quantify & Cost Estimates - 30%, 60%, 90%, 100%, Final (IFB)0 0 0 12 56 0 64 0 0 0 132 18,516.00$ -$ -$ -$ -$ f Prepare Design Report - 60%, 90%, 100%, Final (IFB)0 0 0 2 16 12 10 0 0 0 40 5,662.00$ -$ -$ -$ -$ g Design Congruency with Subconsultant Coordination & Meetings - 30%, 60%, 90%, 100%, Final (IFB)0 0 0 10 10 0 0 0 0 0 20 3,440.00$ -$ -$ -$ -$ h Provide Submittal Review Documents to Airport - 30%, 60%, 90%, 100%0 0 0 0 2 0 4 0 0 0 6 774.00$ -$ -$ -$ -$ i Airport Review Meetings - 30%, 60%, 90%, 100%4 0 0 8 8 0 0 0 0 0 20 3,812.00$ -$ -$ -$ -$ j FAA Review Meetings - 30%, 60%, 90%, 100%4 0 0 4 4 0 0 0 0 0 12 2,436.00$ -$ -$ -$ -$ k Incorporate Comments - 30%, 60%, 90%, 100%0 0 0 8 8 8 8 0 0 0 32 4,656.00$ -$ -$ -$ -$ l Prepare Final Issued for Bid Documents 0 0 0 8 8 8 8 0 0 0 32 4,656.00$ -$ -$ -$ -$ 8. 4 City Permit Submittal Documents a Land-Use Permit Site Plan, Topography Map, Grading Plans, & Other Support Documents 0 0 0 4 12 0 12 0 0 0 28 4,032.00$ -$ -$ -$ -$ b Civil Construction Permit, General/Control, Safety & Phasing, and Paving/Grading Site Civil Support Documents 0 0 0 4 8 0 8 0 0 0 20 2,924.00$ -$ -$ -$ -$ 9 BIDDING 94 14,661.00$ 18,210.00$ -$ -$ -$ 9. 1 Prepare and provide Bidding Advertisement 0 0 0 0 1 1 0 0 0 0 2 295.00$ -$ -$ -$ -$ 9. 2 Coordinate and Upload PDF Bid Documents to Builders Exchange 0 0 0 1 2 2 0 0 0 0 5 767.00$ -$ -$ -$ -$ 9. 3 Bidding Project Coordination 0 0 0 10 0 0 0 0 0 0 10 1,770.00$ 5,110.00$ -$ -$ -$ 9. 4 Respond to Technical Bidding Questions 0 0 0 4 6 0 4 0 0 0 14 2,150.00$ 9,800.00$ -$ -$ -$ 9. 5 Prepare Bid Document Adenda (3)0 0 0 4 8 4 8 0 0 0 24 3,436.00$ 2,600.00$ -$ -$ -$ 9. 6 Coordinate, Prepare, and Attend Pre-Bid Meeting 0 3 0 12 0 0 0 0 0 0 15 2,799.00$ 700.00$ -$ -$ -$ 9. 7 Attend and assist in Facilitating Bid Opening 0 0 0 8 0 0 0 0 0 0 8 1,416.00$ -$ -$ -$ -$ 9. 8 Undertake Bid Analysis, Prepare Bid Tabulation and Recommendation of Award Letter 0 0 0 4 0 0 12 0 0 0 16 2,028.00$ -$ -$ -$ -$ Subtotal Hours 160 41 4 601 661 411 667 0 0 28 2573 Labor Bill Rate ($/hour)265.00$ 225.00$ 205.00$ 177.00$ 167.00$ 128.00$ 110.00$ 160.00$ 110.00$ 108.00$ Labor Rate Breakdown Direct Labor Rate ($/hour)86.49$ 73.44$ 66.91$ 57.77$ 54.51$ 41.78$ 35.90$ 52.22$ 35.90$ 35.25$ Direct Salary Cost 13,839.02$ 3,010.97$ 267.64$ 34,720.61$ 36,029.44$ 17,170.83$ 23,947.39$ -$ -$ 987.01$ Labor & General Administrative Overhead (%)171.38% Labor & General Administrative Overhead ($) 23,717.32$ 5,160.19$ 458.68$ 59,504.18$ 61,747.26$ 29,427.37$ 41,041.03$ -$ -$ 1,691.54$ Subtotal Salary Costs (Direct Salary + OH)37,556.34$ 8,171.16$ 726.33$ 94,224.79$ 97,776.70$ 46,598.21$ 64,988.42$ -$ -$ 2,678.55$ Total Salary (Direct Salary + OH) Costs = 352,720.48$ Fixed Fee on Direct Salary Costs (%) =35.00% Fixed Fee (Applied to Direct Salary Costs) = 45,490.52$ Total Labor (Direct Salary + OH+ Fixed Fee) Costs = 398,211.00$ Equivalent Multipier 3.06 checked 398,211.00$ 403,339.08$ 3,000.00$ 2,000.00$ 34,796.00$ Quantity Miles/Trip # Staff / Flight Unit Rate Subtotal REIMBURSABLE EXPENSES 10,762.50$ Transportation: Vehicle Mileage 39 60 Mile 0.625$ 1,462.50$ Transportation: Airfare 21 1 Each 300.00$ 6,300.00$ Lodging 0 Day 179.00$ -$ Per Diem 0 Day 79.00$ -$ Plotting 1 Lump Sum 1,000.00$ 1,000.00$ Printing 1 Lump Sum 1,000.00$ 1,000.00$ Mailing 1 Lump Sum 300.00$ 300.00$ Telephone 1 Lump Sum 500.00$ 500.00$ Supplies 1 Lump Sum 200.00$ 200.00$ Contract Value Prime B&O (OH) % on Sub Fee Prime OH Expense on Sub Fee Subtotal SUBCONTRACTING EXPENSES KIMLEY HORN (ELEC, STORM, UTILITIES) 403,339.08$ 1.75%7,058.43$ 410,397.51$ HWA (GEOTECHNICAL) 3,000.00$ 1.75%52.50$ 3,052.50$ GRI (PAVEMENT) 2,000.00$ 1.75%35.00$ 2,035.00$ ESA (ENVIRONMENTAL) 34,796.00$ 1.75%608.93$ 35,404.93$ Subtotal Reimbursable Expenses 10,762.50$ Subtotal Subcontracting Expenses 450,889.94$ Total Direct Non-Salary Costs 461,652.44$ TOTAL FEE FOR SERVICES 859,863$ SUBCONSULTANT EXPENSES KIMLEY HORN (ELEC, STORM, UTILITIES) HWA (GEOTECHNICAL) ESA (ENVIRONMENTA L) CWE TOTAL LABOR COST (BILL RATE)GRI (PAVEMENT) CWE TOTAL HOURS SALARY COSTS TASKS CWE HOURS BY CLASSIFICATION DIRECT NON-SALARY COSTS