Loading...
EA-2022-04-25 Work Order #02 - Runway 13/31/ Extension1 WORK ORDER NO.2 - RUNWAY 13/31 EXTENSION: CONCEPTUAL DESIGN OF COUNTY ROAD 35/38 RELOCATION This exhibit dated April 19, 2022 is hereby attached to and made a part of the Master Agreement for Professional Services dated May 17, 2021 between Blair Airport Authority ("Client") and Olsson, Inc. ("Olsson") providing for professional services. Olsson's Scope of Services for the Agreement is as indicated below. GENERAL Olsson has acquainted itself with the information provided by Client relative to the project and based upon such information offers to provide the services described below for the project. Client warrants that it is either the legal owner of the property to be improved by this Project or that Client is acting as the duly authorized agent of the legal owner of such property. PROJECT DESCRIPTION AND LOCATION Project will be located at: Blair Municipal Airport, Blair, Nebraska Project Description: Conceptual Design of County Roads 35/38 Relocation. The existing configuration of County Road (CR) 35 is a two-lane rural gravel section, and in conflict with the runway extension and associated Runway Protection Zone (RPZ). As such, a realignment of CR 35 is necessary to maintain access to the surrounding properties and community. The proposed improvements include 2,500 feet of realignment of CR 35 to tie into CR 38. Additionally, 3,300 feet of proposed new alignment will intersect existing CR 38 and connect to Nebraska Highway 133 across from Quail Ridge Drive. These roadways will be designed for a two-lane rural gravel section. SCOPE OF SERVICES Olsson shall provide the following services (Scope of Services) to Client for the Project: Task 1 — Meetings Progress and Project Review Meetings - Olsson will schedule and attend up to two (2) progress meetings. The initial kick off meeting will be conducted with the City and Airport Authority after Olsson has developed potential options for the realignment of the county roads. A follow up meeting will be scheduled upon the completion of the preliminary conceptual design. Washington County will be invited to the meetings per the direction of the City/Airport Authority. Included in the kick-off meeting will be a review of the design criteria. • Airport Authority Meeting — Olsson will attend an Airport Authority meeting to present the conceptual layout plan of the county road relocation and projected property acquisition needs. 601 P Street / Suite 200 / Lincoln, NE 68508 0 402.474.6311 / olsson.com Task 2 — Conceptual Design The proposed project will design the preliminary horizontal and vertical geometry, layout preliminary geometrics, apply a basic template to the corridors for approximate limits of construction, and develop a preliminary set of plans and opinion of costs. Task descriptions are below. Site Inspections and Data Review - Olsson roadway design staff will conduct site visits as required during the project to verify site features with the proposed design work. It is anticipated up to two (2) site visits will be required. Olsson will review preliminary data made available for the project including as -built information for existing roads, utilities, drainage structures and other features within the project area. This will also include review of existing corridor studies, conceptual details, and other study information available that pertains to the proposed improvements. Olsson will notify and request available base maps from utility companies within the project corridor. • Plan Production - Olsson will create plans for two submittals, including a preliminary review and final conceptual design submittal. Plans are to include typical sections and plan and profile sheets for mainline and side roads. Horizontal and Vertical Alignment - Olsson will establish horizontal and vertical alignments for the roadway segments based on the topographic survey and surfaces obtained by the client (GIS files). Two (2) county road segments will be designed to tie back to existing. Intersection sight distances will be evaluated and designed for at each connection as part of this effort. It is assumed one round of modifications will be made based on preliminary review comments. • Typical Sections - Olsson will prepare the preliminary typical sections for the roadway segments, for inclusion into the conceptual design plans. • Geometrics - Olsson will prepare the roadway features for the various roadway segments, intersections, and other connections on the project. It is assumed one round of modifications will be made based on preliminary review comments. Geometric sheets will not be created or included in the plan submittal. • Roadway Modeling - Olsson will model cross-sections at 25 -foot intervals along the roadway alignment, using basic templates, to develop rough limits of construction (LOCs) to analyze high-level impacts, earthwork, costs, and ROW. Cross sections plans will not be created or included in the plan submittal. • Conceptual Drainage - Olsson will complete high level analysis of up to four (4) drainageways within the corridor, to determine order of magnitude structure sizes. • Right -of -Way and Land Purchase identification - Olsson will evaluate right-of-way needs associated with the conceptual roadway design, and document in exhibit form for future considerations. Final right-of-way documentation for purposes of acquisition are not considered part of this scope. • Summary of Quantities/Opinion of Probable Costs — Olsson will compute high-level quantities for the conceptual design submittal and will submit a Class 4 Opinion of Page 2 of 4 Probable Construction Cost at final submittal. The costs will be escalated to the 2026 construction year. • QA/QC - Olsson shall conduct internal quality reviews of the design and plan sets during the conceptual design as defined in the project Quality Management Plan. • Utility Consultation — Olsson shall conduct preliminary coordination efforts with utilities within the corridor to determine what facilities exist and potential impacts, relocations, and costs associated, if any. DELIVERABLES Deliverable for this project include the following: • Meeting Minutes • Preliminary and Final Conceptual Plans (PDF format and printed 11x17s) • Class 4 Opinion of Probable Construction Costs EXCLUSIONS Excluded from this scope of services are the following: • Utility Relocation Design • Geotechnical Analysis • Environmental Investigations • Public Involvement • Full Drainage Design • Traffic Analysis • Right-of-way Design/Acquisitions SCHEDULE Upon receiving Notice to Proceed, the Consultant will begin work on the roadway design with estimated milestone dates below: Anticipated NTP April 19, 2022 Preliminary Conceptual Plans May 10, 2022 Final Conceptual Plans June 14, 2022 Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for such additional services (Optional Additional Services) at the standard hourly billing labor rate charged for those employees performing the work, plus reimbursable expenses if any. Olsson shall not commence work on Optional Additional Services without Client's prior written approval. Olsson agrees to provide all its services in a timely, competent and professional manner, in accordance with applicable standards of care, for projects of similar geographic location, quality and scope. COMPENSATION Client shall pay to Olsson for the performance of the Scope of Services a lump sum of Thirty -Nine Thousand Nine Hundred Dollars ($39,900.00). Olsson's reimbursable expenses for this project are included in the lump sum. Olsson shall submit invoices on a monthly basis, and payment is due within 30 calendar days of invoice date. Page 3 of 4 TERMS AND CONDITIONS OF SERVICE We have discussed with you the risks, rewards and benefits of the Project, the Scope of Services, and our fees for such services and the Agreement represents the entire understanding between Client and Olsson with respect to the Project. The Agreement may only be modified in writing signed by both parties. Client's designated Project Representative shall be Rod Storm. If this Work Order satisfactorily sets forth your understanding of our agreement, please sign in the space provided below. Retain a copy for your files and return an executed original to Olsson. This proposal will be open for acceptance for a period of 30 days from the date set forth above, unless changed by us in writing. OLSSON, INC. By f By - By signing below, you acknowledge that you have full authority to bind Client to the terms of the Agreement. If you accept this Work Order, please sign: BLAIR AIRPORT AUTHORITY J SignaVe Print Name i?04k8 f /` ✓�'��" Title ,i ,,t,�ya✓f j i�NaS' ei Dated Page 4 of 4 WORK ORDER NO.2 Relocation of County Road 35/38 Blair Municipal Airport 1. Direct Salary Costs Title Team Leader Sr. Project Engineer Project Engineer Elec. or Mech. Engineer Associate Engineer Assistant Engineer Registered Surveyor Sr. Technician Asst. Technician Sr. Clerical 2. Labor and General & Administrative Overhead Percentage of Direct Salary Costs" 3. Fixed Fee: 15% of Items 1 & 2 4. Direct Nonsalary Expenses Travel Per Diem (meals) Per Diem (motel) Copies, Prints, Shipping 5. Subtotal of Items 1 - 4 6. Subcontract costs Total Direct Salary Total Hours Rate/Hour Costs 0.0 $84.90 $0.00 42.0 $64.50 $2,709.00 53.0 $47.70 $2,528.10 0.0 $71.10 $0.00 0.0 $38.80 $0.00 45.0 $31.25 $1,406.25 0.0 $53.50 $0.00 90.0 $33.00 $2,970.00 80.0 $27.50 $2,200.00 7.0 $30.50 $213.50 Total Direct Salary Costs: $12,026.85 187.52% $22,552.75 228 Miles @ $0.560 $127.68 - Days @ $30.00 $0.00 - Days @ $150.00 $0.00 7. Lump Sum Amount - Total Items 5 & 6 Total Expenses $5,186.94 $227.68 $39,994.22 $0.00 $39,994.22 Rounded: $39,900.00 ** For Item 2, the consultant should submit a statement of auditable overhead expenses, certified by the consultant's auditor, the sponsor's auditor, the state's auditor, or a Federal government auditor.