HomeMy WebLinkAboutResolution - 2024-R0355 - Amend. No. 8, Contract 15310, Parkhill - 08/13/2024Resolution No. 2024-R0355
Item No. 6.15.1
August 13, 2024
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Amendment No. 8 to Contract 15310, by and
between the City of Lubbock and Parkhill for LBB TWY L Extension, Taxilane Addition and
Apron Expansion, at the Lubbock Preston Smith International Airport, and related documents.
Said Amendment is attached hereto and incorporated in this resolution as if fully set forth
herein and shall be included in the minutes of the City Council.
Passed by the City Council on August 13, 2024
.--
MARK W. MCBRAYER, AYOR �
ATTE T:
Courtney Paz, City Secretary
APPROVED AS TO CONTENT:
Kelly Campbell, Executive Director of Aviation
APPROVED AS T 'ORM:
Mitche Satte ite, � irst Assistant City Attorney
ccdocs IIIRES.Amend 8-Parkhill
July 8, 2024
Resolution No. 2024-R0355
Parkhill
May 16, 2024
Ms. Kelly Campbell, A.A.E.; Executive Director of Aviation
Lubbock Preston Smith Intemational Airport
Administration Office, 2"d Floor
5401 North Martin Luther King Jr. Blvd Unit 389
Lubbock Texas 79403
Re: LBB TWY L Extension, Taxilane Addition, and Apron Expansion
Fee Proposal for Design and Bid Phase Services (Amendment 8) — REV 2
Dear Ms. Campbell:
Parkhill is thrilled about the opportunity to assist Lubbock Preston Smith Intemational Airport (LBB) with
Design and Bid Phase services for the TWY L Extension, Taxilane Addition, and Apron Expansion
Project. Project scope as identified in the Preliminary Engineering Report includes:
- Extending TWY L to the north end of RWY 17R-35L, including taxiway connection aligning with
TWY M on the east side of the runway.
- Adding a new taxilane along the east edge of the Cargo Ramp.
- Realigning TWYs S and V between TWY L and the Cargo Ramp to remove direct access points
to the runway.
- Expanding the Cargo Ramp to the north to accommodate additional aircraft parking.
- Address reconstruction or rehabilitation of TWY M on the east side of runway within the Runway
Safety Area as an alternate bid item.
This letter serves as Amendment 8 to the Parkhill Agreement for Professional Services. Parkhill and
RS&H, Inc. will co-lead Project design and bidding. This scope is reflective of a single construction
package, comprised of a base bid plus one alternate bid item defined herein. Our scope and fee assume
two independent bid packages due to grant funding and other factors. Refer to attached exhibit for
anticipated Project footp�int. Based on aforementioned information, Parkhill and RS&H propose the
following scope of work:
1. TASK 1, Preliminary Engineering Report (PER) Services. Previously addressed by
Amendment 7.
2. TASK 2, Preliminary Design Services. Task includes preparation of bid documents to
60% milestone.
a. Task 2.1: Perform all Project Management tasks as needed to coordinate effort of entire
team. Refer to specific tasks included in detailed fee sheet.
b. Task 2.2: Conduct all Project meetings including predesign, cargo tenant coordination,
30% progress/review, 60% progress/review, and coordination meetings with FAA ATC
Facilities team. Parkhill will prepare an agenda and issue meeting minutes. This task also
includes necessary visual site visits. Refer to specific tasks included in detailed fee sheet.
c. Task 2.3: PerForm necessary design services including preparation of 30% and 60% plan
sets. Refer to specific tasks included in detailed fee sheet.
d. Task 2.4: Prepare specification outline. Refer to specific tasks included in detailed fee
sheet.
e. Task 2.5: Prepare preliminary Construction Safety & Phasing Plan (CSPP) according to
FAA requirements. Refer to specific tasks included in detailed fee sheet.
f. Task 2.6: Prepare and maintain a master design and construction schedule. Task also
includes preparation of an Opinion of Probable Cost (OPC). Refer to specific tasks included
in detailed fee sheet.
g. Task 2.7: Perform quality control including document review. Refer to specific tasks
included in detailed fee sheet.
4222 85th Street Lubbock, 7exas 79423 806.473.2200 Parkhlll.com
Kelly Campbell Page 2 May 16, 2024
LBB TWY L
3. TASK 3, Final Design Services. Task includes preparation of bid documents from 60% to Final.
a. Task 3.1: Perform all Project Management tasks as needed to coordinate effort of entire
team. Refer to specific tasks included in detailed fee sheet.
b. Task 3.2: Conduct all Project meetings including cargo tenant coordination,
90% progress/review, final progress/review, and final coordination meeting with FAA ATC
Facilities team. Parkhill will prepare an agenda and issue meeting minutes. This task also
includes necessary visual site visits. Refer to specific tasks included in detailed fee sheet.
c. Task 3.3: Perform necessary design services including preparation of 90% and final bid
document plan sets. Refer to specific tasks included in detailed fee sheet.
d. Task 3.4: Prepare Project Specifications including FAA provisions and special provisions.
Coordinate with Ciry of Lubbock Purchasing as needed to compile complete manual. Task
also includes preparation of Construction Management Plan (CMP) according to FAA
requirements. Refer to specific tasks included in detailed fee sheet.
e. Task 3.5: Prepare final Construction Safety & Phasing Plan (CSPP) according to FAA
requirements. Coordinate submission of Project and CSPP to FAA via OE/AAA website.
Refer to specific tasks included in detailed fee sheet.
f. Task 3.6: Maintain a master design and construction schedule. Task also includes
preparation of an Opinion of Probable Cost (OPC). Refer to specific tasks included in
detailed fee sheet.
g. Task 3.7: Perform qualiry control including document review. Refer to specific tasks
included in detailed fee sheet.
4. TASK 4, Bidding Phase Services. Task includes assisting LBB with two separate bid packages.
Services include items detailed in 4.1 through 4.12 on attached fee sheets.
5. TASK 5, Construction Administration Services. To be included in future amendment once
Project is bid and ready for construction.
6. TASK 6, Resident Project Representative Services. To be included in future amendment once
Project is bid and ready for construction.
7. TASK 7, Closeout Phase Services. To be included in future amendment once Project is
constructed and ready for grant closeout.
8. TASK 8, Subconsultant Services for Design (by subconsultants). Services include all work
by Parkhill subconsultants. Refer to fee sheet and scope/fee documentation from each
subconsultant included herein for specifics.
9. TASK 9, Bidding Phase Services. To be included in future amendment once Project is bid and
ready for construction.
Parkhill and team will undertake Project design in accordance with recommendations contained in final
PER and following applicable Advisory Circulars (AC):
- 150/5300-136 Airport Design
- 150/5320-5D Airport Drainage Design
- 150/5320-6G Airport Pavement Design and Evaluation
- 150/5340-1 M Standards for Airport Markings
- 150/5340-18G Standards for Airport Sign Systems
- 150/5345-3G Panels for the Control of Airport Lighting
- 150/5345-7F Underground Electrical Cable for Airport Lighting Circuits
- 150/5345-10H Specification for Constant Current Regulators and Regulator Monitors
- 150/5345-44K Specification for Runway and Taxiway Signs
- 150/5345-46E Specification for Runway and Taxiway Light Fixtures
- 150/5370-2G Operational Safery on Airports During Construction
- 150/5370-10H Standard Specifications for Construction of Airports
Kelly Campbell Page 3 May 16, 2024
LBB TWY L
Project deliverables will include Plans, Specifications, CSPP, CMP, Bid Form, and Opinion of Probable
Cost. Parkhill will provide up to 10 printed copies of all documents submitted for review. Final deliverables
will include electronic files for all bid documents. Parkhill will develop a master design schedule that
targets alignment with anticipated grant award schedule.
Exclusions to Parkhill contract include but are not limited to:
- Bypass taxiway aligning with TWY T(not included in Project design)
- RWY 17R shoulder reconstruction to remediate transverse grade (not included in Project design)
- ReplacemenUsignificant modifications to 17R glide slope (not addressed in Project design)
- Per- and poly-fluoroalkyl substances (PFAS) analysis and mitigation
- Trench safery plan
- Confined space plan
- Updates to Airport Layout Plan
- Safery Risk Management System (SRM) panels and Safery Assessment reporting (addressed
during construction)
- ADIP/AGIS services
- Construction Phase Services
- Closeout Phase Services
- RPR Services
- Construction materials acceptance testing
- Construction staking
- Other construction-related services
- Construction verification surveys
- As-built survey
- Land acquisition services
Assumptions related to Parkhill contract include:
- Client (LBB) will engage cargo carriers and other key stakeholders in discussions to help guide
specific needs related to Project.
- ClienYs staff (or another consultant) previously completed National Environmental Policy Act
(NEPA) documentation under separate contract. No preparation of NEPA documentation is
included in this scope of work.
- Consultant will not perform services/work related in any way to PFAS chemicals or substances
possibly containing PFAS chemicals.
Parkhill fee proposal for services defined herein and attached fee sheets includes:
2PDS — Preliminary Design Services
3FDS — Final Design Services
461D — Bid Phase Services (Package 1)
461D — Bid Phase Services (Package 2)
8SSD — Subconsultant Services for Design
TOTAL
$644,600 Lump Sum
$440,500 Lump Sum
$38,100 Lump Sum
$82,000
$1,176,115 Lump Sum
$2,381,315 Lump Sum
We propose to modify the May 12, 2020 agreement (Contract No. 15310) between the Ciry of Lubbock and
Parkhill and provide approved Task 2PDS, 3FDS, 461D, and 8SSD services under provisions of Exhibit B-
Payments to the Engineer, Paragraph 84.01 (Lump Sum Method) of Contract. Any necessary additional
services will be provided in accordance with Exhibit B- Payments to the Engineer, Paragraph 64.02.
Compensation for Task 2PDS, 3FDS, 461D, and 8SSD services shall not exceed total noted without Owner's
written approval.
Kelly Campbell Page 4 May 16, 2024
LBB TWY L
If terms are agreeable, please sign and return one copy of this amendment. Receipt of this signed proposal
letter will serve as our Notice to Proceed with these services. Please review fee proposal and contact me
directly at mhaberer a(�.parkhill.com or 806.473.3600 with questions or concerns.
Thank you again for this opportunity to provide Professional Engineering Services on this important LBB
Project. We look forward to applying the Parkhill mission with you on this exciting Project by "creating
inventive, relevant built environments together."
Sincerely:
PARKHILL
By /
ark D. Haberer, PE, C
Principal/Project Manager
Accepted by:
CITY OF LUBBOCK
By r�
Name: Mark W. McBrayer
Mayor
Attest:
By
Courtney P
City Secretary
Approved as to Content:
B
Kelly mpbell, A.A.E.
Executive Director of Aviation
Approved as to Fo .
By
Mitch a e ite
First Assistant City Attorney
MDH/dg
Encl
11pro�ects-dfs�projects12024W065824\00 ADMIN\00_CONTR\01_FINAL\REV2\KCampbell-TwyL_Design+gid-ProposalLetter-Rev2.docx
cc: Charles Farina, AAE, Deputy Director Safety 8� Operations
Parkhill
Project Fee and Budget Sheet
(Hourly/Billing Rates)
Today's Date: May 16, 2024
Prepared By: Haberer
Principal: Haberer
Project Manager: Haberer
Project Name: TWY L Ext, TL Add and Apron Exp
Project Number: 40658.24
Task/Discipline: 2PDS
Projected Start Date: luly 1, 2024
Fee (Revenue) Type: Lump Sum
Markup on Direct Expenses: 15.00%
Markup on Reimbursables: 15.00%
Fee Costs Summary
(Profit and Markup Included in Total Fee)
Labor Cost: $636,144
Direct Consultants:
Direct Expenses: $7,359
Reimbursable Consultants:
Reimbursable Expenses:
Total Fee:
Fee Summary
(OH and Profit in labor, Markup included in Directs and Reimbursables)
Labor: $636,144
Directs: $8,463
Subtotal: $644,607
Reimbursables:
Total Fee: $644,607
$644,600
Page 1 of 4
� � 3 x' � X S '°� 9 3iS 3 $
�I �I ° �I�
1� R$ � i- m .. ; I I _
�
�� � � � !� i�:A � ��7�r:
NI � � I � � I I
€' i i f ~ i ' I p I
� "� � 8 � , �
���_ �
�
;
m�
������ �
��� � �
�.
a� � �
g� �
�� � �
�, � $ � �
� �
�
�
gi �� tl��
i � � � �.
i � i I I � � I
�T � ry I $
a' � $
, "'��� $ ,
� � � j I
� $ I" � ^ ^�^ - $' $
I �$
sl � � � �
QI � �
�� ,
a� , $ m i�
� � �
� �$ � ,
"� � . ��. �
� � �
�t � $ �I; = ;
� F �{ � �
�¥� � � � F � �
��$ � � s� E � � �3 �� `�8 0 ��
i t � A W � r
a� � g� o E � �8 �� �� � � � zW � ���� �
- ��� � � � �� �� �� � W �� � ��� ���
o q� ,.,�� � � e �g e e=���� ��� g��
,� 99 B'uE��� �� aE�� a � � � L � � Z�a �� �a�� � �� ..3 �g � a � c
� ��{�� �.� "" ��"��az� ���q� e��a_z'�— $���— � � a0�' ¢�
6 �5�. .� �� ��� � c� 2 Lo 'c @� c3 N� c a �� E �"g
�a� � af-��E a�-�� a�-�� '- � �ia� � ���_ �oc� � �v
n� i �E�p��s�� �8�88t ����������a ���EEaBS � ���� �a�W„��.€`�a€y�,�g
�� cTcScS�a�� ��f����f���� ��E �� ���������� ._�� � �3 ��- �� ��88
� _ 10 W O n �
� �
... .. <i mi°d�a$ .3� .. .. m 3 �i� S � 3
`� � ry �
n � �
i ` I «
�i � ��I�� , r�U� , �
� �
�
� � � i $�
� ������ }���� ���; ��
{ �
.�
�� �
, � �
� , � ;. � i a
' ��- f
� :��� � � { � � w � � � `
, 4�I
.. � �s� ..� ' � s
� Ij ,
. � [ 'J..� �']L��"! �. I � � � � �I , �
I r J �
, I � i
l
4 � � j
, �, . f
� � ' '''''. � � 1
; �:��:.- i� �i � u� �
�, $$
� , � �{
,,
� �' , -. =1J:FJ�111 � � � � I�� �i.l i
I
o .,.J .. sia�w s m „ miee;
� i
� . . � fs�k]��l � � . , �
� � I
i
� I�
o ,. o.. ,. e I a . $ 3
�
��� ; f �
� ". ,F �. i ' � ' '
;5..:1 [.'i I
= 3
� � � �
��= n =� �
_ � � � ���a � �
y� ,,, V -- � - z � ._. � �
g o ���������� ��������� C1� � � � �� � -
a� � O C N C
Y � � { � S� � C
'��,�;� �� �=`�N ���� ��B � � � �� ���� _�
�� <`���� ����`� � ���� ��� � $������� � o�� ��
a g F�y p�
�t� � =�yc 3 �=�i� t �' o g � �a �ny"�-s� a� a aag "s
�� N .a a.- p �1i�f:J � N � 8 9 y� G N ai `N
� E � K 9L 9L . '� '� � 3� � � .�e .�3 .� .� � � � a s � u a+� €� � � � s �s' a
e a a � p a�� � f� f a Eg q
a� �c3 wwa � Kaa ��$$- 9
♦
TWY L Ext, TL Add and
Dired Expenses Project: Apron Exp Project No: 40658.24 Task: 2PDS Current Fee: $644,607
Expenses included in lump sum fee. Not billed to client.
Direct Consultant Costs Amount
611 Structural Consultant
612 Mech/Elec Consultant
613 Environ/Civil Consultant
614 Architecturel Consultant
615 Testing Consultant (Geotech, CMT, TAB, etc.)
616 Surveying Consultant
617 Interior Design Consultant
618 Other Consultant - Kitchen / Food Consultant
618 Other Consultant - Acoustical Consultant
618 Other Consultant - AV/ IT Consultant
618 Other Consultant
Total Direct Consultants
DirectExpense Costs
621 Travel
Motel
Air Travel
Parking
Car Rental
Mileage (from
Amarillo)
Mileage (local)
1 Days @
5 Air Fare @
6 Oays @
3 Days @
250 Miles @
40 Miles @
100 Shts @ $2•SO /Sht @
Shts @ $2•75 /Sht @
Shts @ $3.25 /Sht @
sf @ $0.55 /sf @
Boards @ 510.00 /ea @
Originals @ 50.15 /Sht @
200 Originals @ $0.09 /Sht @
200 Originals @ 50.55 /Sht @
50 Originals @ $0.18 /Sht @
50 Originals @ $1.05 /Sht @
l0 Sets @ $2.00 /Set
Shts @ $2•00 /Sht
CD/DVD @ $13.50 /each
Originals @ 50.15 /Sht
Originals @ 51.50 /Sht
622 Reproductions
Blackline Prints
34" x 22"
36" x 24"
42" x 30
Other
Mounting foam Board
Printing:
Set Up fee
8-1/2" x 11" B&W
8-1/2" x 11" Color
31" x 17" B&W
11" x 17" Color
Binding Cost
Laminating
Scan to file
Burn to CD/DVD
Scan Specs
Scan Orewings
1 Men @ $75.00
623 Models/Renderings/Photos
624 Telephone 40 Calls C
625 Meals 2 Days @
626 Field Supplies
628 Postage 6 Mailing
628 Postage 3 Maiiing
629 Publications
630 Misc Reimbursable Exp
632 Temporery Personnel
634 Office Supplies
635 CADO
636 Field Equip Rental
639 License & Regulation Fee
643 NM Gross Receipt Tax
647
ies
1 Men @ $150.00 /Man-day =
1 Men @ $600.00 /Man =
$40.00 /Oay =
$120.00 /Day =
$0.670 @ 3 Trips =
$0.670 @ 8 Trips =
2 Sets =
Sets =
Sets =
Sets =
Submittals =
1 Sets =
1 Sets =
IS Sets =
15 Sets =
1 /Call
5150.00
$3,000.00
$240.00
$360.00
$502.50
$214.40
Subtotal
$500.00 I,
$18.00 I
$110.00
$135.00
$787.50
$20.00
$80
150
$12
120
Page 4 of 4
Parkhill
Project Fee and Budget Sheet
(Hourly/Billing Rates)
Today's Date: May 16, 2024
Prepared By: Haberer
Principal: Haberer
Project Manager: Haberer
Project Name: TWY L Ext, TL Add and Apron Exp
Project Number: 40658.24
Task/Discipline: 3FDS
Projected Start Date: July 1, 2024
Fee (Revenue) Type: Lump Sum
Markup on Direct Expenses: 15.00%
Markup on Reimbursables: 15.00%
Fee Costs Summary
(Profit and Markup Included in Total Fee)
Labor Cost: $437,343
Direct Consultants:
Direct Expenses: $2,731
Reimbursable Consultants:
Reimbursable Expenses:
Total Fee:
Fee Summary
(OH and Profit in Labor, Markup included in Oirects and Reimbursables)
Labor: $437,343
Directs: $3,141
Subtotal: $440,483
Reimbursables:
Total Fee: $440,483
- $440,500
Page 1 of 4
� R �'. � � .. � � ..
� �I T I
,.1 . E. .. � � I
� I
��$ � � � � � � II�
� � �
�
� � �
�
�'
�
�
� � � 4 � � � � � � �',�,
� �
�
��
� � � � �,�, . �
� �� g
a� I �
�i � $ � ��� :i��.
� � I
I �
� n �
�i �
� � ? � � ��� ,
�
i
�
�
�: � i ..
� �$ i
t � � +°'�
�� �
. g
� - s s e � ,� „ $ �
�
I � $ � �Y
e � ��
F �
� � ml � m o
� � $ g
Y �
^� �
s` I �
�� �'I �� � $ I �
F �4 F�!~ � �
��� � m � E A � �
�'�� � � � � � � $ -
� q �
��� g� �s 8 � �� � �LL � ��� -
� a F� A F� �
� �m�CF � ga� g' �� q� q 4��'�g -
t� ��pp LL y p� Y 4 �
I � �TI! �� T � � � � la 9! r� � C � r� C=2 9t
o �` � _ � � r °'.�g-�� � t '3 �a� � �°' �' s'3 �a �� E c +�m o
I � � - v g � � � � � � � � � � � � � � ' � g � � � � � � � � � � Q V �
I� s� � � kS 2f O0 � a ��� a�-�� � a� � a @��'��i �-'�� ��,g` �� � z �
y ��� � �� � V E �
� ~� �Q�SQ�a€����y{ ������s�� s� ������sf�� ���� ���� ��
k � V(J `i C K Q LL - � LL LL IL IL LL. �
� ry
a�m xi� a�s : a;� x .. m. tl �iM a°� s �
,
�
, �
, , � �j� s ` ' ; � �
' � �I
i '��� � � � � � � � � { ' � I
� �
� I �
I . , � �� { � �
l�
, � � i- a $
�
;� ��' ,-,I � i
� j
� � �
��� ,
� �� �� ���� �� � �
,
� $
T,� _ �; �
i ��
i � � • . �' � i
� .
V 1i1� �
, i �I �o '
i
� �'�
�: �I � �
. - - �iw �f� �
�� k � '. ;- f � � N
�� �
;i � � �
;� I �
� " " .. .i i$
I� ...,�..�, ��_ ' *_i �,i,; � ! , .
I I
i i i i
i � �. I
i
a � �
�_ �a� 3
_ � �
N � _ � � J � (�
y�� �� �i�� � ��o� � �g
� � o� a� `" o� � 8
� y� �,��� _� �� � 8
� _������ �`� �"�� � _�a���� �� � � �
a� L� �� :�` '�„�� q'� � C °�aJ �$ �� � �a � � � �
d
—��" ��� ��'$ �i.s�� �dg,•'� � � a`ggg� „�g ��w�� ����, A
c � � _ � � o J _ � � � � � � a ' � a �a d � � � a � � O � � � � $ a � � w � r
� .= m v�� � �
�'ee ee�������3����,�� �����.�Jvw�a U � �� Sm " �' � �
a n a � � f � � � � L £ . A � ay a g a � � � � � �' � � � � E 9
aa cS�f`� � c� u+iia �a da��
�
TWY L Ext, TL Add and
Direct Expenses Project: Apron Exp Project No: 40658.24 Task: 3FD5 Current Fee: $440,483
Expenses included in lump sum fee. Not billed to client.
Direct Consultant Costs Amount
611 Structural Consultant
612 Mech/Elec Consultant
613 Environ/Civil Consultant
614 Architecturel Consultant
615 Testing Consultant (Geotech, CMT, TAB, etc.)
616 Surveying Consultant
617 Interior Design Consultant
618 Other Consultant - Kitchen / Food Consultant
618 Other Consultant - Acoustical Consultant
618 Other Consultant - AV/ IT Consultant
618 Other Consultant
Total Oirect Consultants
Dired Expense Costs
621 Trevel
Motel
Air Trevel
Parking
Car Rental
Mileage (from
Amarillo)
Mileage (Local)
Oays @
Air fare @
Oays @
Days @
250 Miles @
40 Miles @
Men @ $150.00 /Man-day =
Men @ $600.00 /Man =
$40.00 /Day =
$120.00 /Day =
$0.670 @ 2 Trips =
$0.670 @ 4 Trips =
$335.00
$ 307.20
Subtotal
622 Reproductions
Blackline Prints
34" x 22"
36" x 24"
42" x 30
Other
Mounting Foam Board
Printing:
Set Up Fee
8-1/2" x 11" B&W
8-1/2" x 11" Color
11" x 17" B&W
11" x 17" Color
Binding Cost
Laminating
Scan to file
Burn to CD/DVD
Scan Specs
Scan Orewings
100 Shts @ $2•50 /Sht @
Shts @ $2•75 /Sht @
Shts @ $3.25 /Sht @
sf @ $0.55 /sf @
Boards @ 510.00 /ea @
Originals @ $0.15 /Sht @
200 Originals @ $0.09 /Sht @
200 Originals @ 50.55 /Sht @
50 Originals @ $0.18 /Sht @
50 Originals @ $1.05 /Sht @
10 Sets @ 52•00 /Set
Shts @ $2•00 /Sht
CO/DVD @ $13.50 /each
Originals @ $0.15 /Sht
Originals @ $1.50 /Sht
2 Sets = $500.00
Sets =
Sets =
Sets =
Submittals =
1 Sets = $18.00
1 Sets = $110.00
15 Sets = 5135.00
15 Sets = $787•50
_ $20.00
Subtotal
I /Call
1 Men @
-
623 Models/Renderings/Photos
624 Telephone 40 Calls C
625 Meals 2 Days @
626 Field Supplies
628 Postage 6 Mailing
628 Postage 3 Mailing
629 Publications
630 Misc Reimbursable Exp
632 Temporery Personnel
634 Office Supplies
635 CADD
636 Field Equip Rental
639 License & Regulation fee
643 NM Gross Receipt Tax
647 Computer Supplies
Shots
$442
L,571
$80
5150
$12
5120
Page 4 of 4
Parkhill
Project Fee and Budget Sheet
(Hourly/Billing Rates)
Today's Date: May 16, 2024
Prepared By: Haberer
Principal: Haberer
Project Manager: Haberer
Project Name: TWY L Ext, TL Add and Apron Exp
Project Number: 40658.24
Task/Discipline: 4BID
Projected Start Date: March 1, 2025
Fee (Revenue) Type: Lump Sum
Markup on Direct Expenses: � 15.00%
Markup on Reimbursables: 15.00%
Fee Costs Summary
(Profit and Markup Included in Total fee)
Labor Cost: $37,551
Direct Consultants:
Direct Expenses: $494
Reimbursable Consultants:
Reimbursable Expenses:
Total fee: S38,119
Fee Summary
(OH and Profit in Labor, Markup included in Directs and Reimbursables)
Labor: $37,551
Directs: $568
Subtotal: $38,119
Reimbursables:
Total Fee: $38,119
$38,100
Page 1 of 3
i j i� '"i� fS „� 3
I
} o
I �
m ,� g S �
�i �
�*
�, �4$
���� � i
_;
i
,
�� ;
' 4 � �
� � I
x �
o�
�i &
�i � s �
� �
�
�; � i
�
'� � � � I
� �
�
� � .�
�� � � $
a T��� �
� ��
a
�
�$ $ ,
� �g�
$ � �
� _ ��
� a
� �$ � i
��
�
�
�
�� ��s ����
� ���� w 4
d
� �� � _
� � �d
Y � a y`u � q « ii « p' c
7�y� y u� v� D c o Q F m
SggE y m'" ..�m a�0 _
g �% �� N q Y wi 9 j E C
s� E c d a„ E ¢ o $' o
� 2v. }; ":'. �° 4 `e o qmi'? .
�� � t C� s � u d� c y � y t7 _ c M ��
- � o g � o L° _ v � � n q � � v' 'o `o x �
i a M c a �e u c 5 d ,� = < u V
u`+ u�L° C � i o a � y m
� � $aaarQfan� � m �;�i:+E s
I�� d q j c c c�� 9?�� �' C C �
a�=_ c�+ ��� a G W u d a� G¢ u �
� v'� � f � u f f f f¢¢ ac a o.+ ry m $
k • I v O e o a a o a a e m o 0 o d �
]
T1N`! L Ext, TL Add and
Dired Expenses Project: Apron Exp Project No: 40658.2 Task: 4BID Current Fee: $38,119
Expenses included in lump sum fee. Not billed to client.
Direct Consultant Costs � Amount
611 Strudural Consultant
612 Mech/Elec Consultant
613 Environ/Civil Consultant
614 ArchitecturalConsultant
615 Testing Consultant (Geotech, CMT, TAB, etc.)
616 Surveying Consultant
617 Interior Design Consulcant
618 Other Consultant - Kitchen / Food Consultant
618 Other Consultant - Acoustical Consultant
618 Other Consultant - AV/ IT Consultant
618 Other Consultant
Total Direct Co�sultants
t Exoense Costs
621 Travel
Motel Days @
Air Trevel Air Fare @
Parking Days @
Car Rental Days @
Mileage (from
Amarillo) 250 Miles @
Mileage (Local) 40 Miles @
Sets =
Sets =
Sets =
Sets =
Submittals =
1 Sets =
1 Sets =
1 Sets =
1 Sets =
Men @
Men @
/Day
/Day
$0.670 @
$0.670 @
622 Reproductions
Blackline Prints
34" x 22"
36" x 24"
42" x 30
Other
Mounting Foam Board
Printing:
Set Up Fee
8-1/2" x 11" B&W
8-1/2" x 11" Color
11" x 17" B&W
il" x 17" Color
Binding Cost
Laminating
Scan to file
Burn to CD/DVD
Scan Specs
Scan Drewings
623 Models/Renderings/Photos
624 Telephone 25
625 Meals
@ Men
626 Field Suppiie
628 Postage
628 Postage
629 Publications
630 Misc Reimbursable Ex
632 Temporary Personnel
634 Office Supplies
635 CADD
636 field Equip Rental
639 License & Regulation Fee
643 NM Gross ReceiptTax
647
I
Shts @ $2.50 /Sht @
Shts @ $2.75 /Sht @
Shts @ $3.25 /Sht @
sf @ 50.55 /sf @
Boards @ $50.00 /ea @
Originals @ 50.15 /Sht @
100 Originals @ $0.09 /Sht @
100 Originals @ $0.55 /Sht @
50 Originals @ $0.18 /Sht @
50 Originals @ $1.05 /Sht @
Sets @ 52.00 /Set
Shts @ $2.00 /Sht
CD/DVD @ $13.50 /each
Originals @ $0.15 /Sht
Originals @ $1.50 /Sht
Shots @
$2.00 /Call
/Man-day =
/Man =
1 Trips =
4 Trips =
/Shot
$167.50
$107.20
Subtotal
$9.00
$55.00
$9.00
$52.50
2 Mailings @ $2•00
1 Mailings @ $40.00
Expenses
26
$4
Page 3 of 3
Parkhill
Project Fee and Budget Sheet
(Hourly/Billing Rates)
Today's Date: May 16, 2024
Prepared By: Haberer
Principal: Haberer
Project Manager: Haberer
Project Name: TWY L Ext, TL Add and Apron Exp
Project Number: 40658.24
Task/Discipline: 461D
Projected Start Date: March 1, 2026
Fee (Revenue) Type: Lump Sum
Markup on Direct Expenses: 15.00%
Markup on Reimbursables: 15.00%
Fee Costs Summary
(Profit and Markup Inc�uded in Total Fee)
Labor Cost: $81,407
Summary
and Profit in Labor, Markup included in Directs and Reimbursables)
Direct Consultants:
Direct Expenses: $494
Reimbursable Consultants:
Reimbursable Expenses:
Total Fee:
Labor: $81,407
Directs: $568
Subtotal: $81,975
Reimbursables:
Total Fee: $81,975
• $82,000
Page 1 of 3
� ,� �^s �$
i
� f ^ "; � �
D � y �
$ �S � -
�
�
� �
� n � � $
g � a � i.
+ ��
�'� � $ �
���_
0
�g
�� $� , , �
� �
�$�
��
�.
ry' , �
� �
� $ � ' i �
' s,� = i
W F I
� � i
i
+ S 3 �
� � �
gi � $ i
; m� � � ' �
e i
, � ^I $ �
,s � Y� $ $ I
i
3� � � � i � i
i
K; _ �
3� b �
�� x'� $ �
� � �
� g
�
�
�I g � 3 �
a � ��r-'� �
a�� o g
���'� c � �
1 }E s E .. N D `u
d'1 , y c L" u
I � S "°� a y w N q «� « p'� �
9 w d a v� a� � � i m
cE � m� :pO m =v.5o
T � 0 9 E� y � o a„' E o$' o
a� +& n c c u a y `m A bi L° m� � C
$ o u u° Y' V� ° c ' : o� �¢> ` c i�
. i. .$ � m co � N c y n m c'u' w u n Ti � LL Q t°.i tg
$ wy � � u` q d'c � a� y m a
� I R u& y� � cdnrQfa��� m';�G E �
� A � � q 9 C
^� � M�, v,� c c r d C j W ~ d W"�' a
I 3 d ` �
�I � ¢� aNQt�Jiif iQ ¢�¢a����� 8
o m e �n �o n m m
� � � 6 a u o o e o v e v o m o v v v �
�•
TWY l Ext, TL Add and
Direct Expenses Project: Apron Exp Pro�ect No: 406581 Task: 4BI0 Current Fee: $81,975
Expenses included in lump sum fee. Not billed to client.
Direct Consultant Cosu Amount
611 Structural Consuitant
612 Mech/Elec Consultant
613 Environ/Civil Consultant
614 Architecturel Consultant
615 Testing Consultant (Geotech, CMT, TAB, etc.)
616 Surveying Consultant
617 Interior Design Consultant
618 Other Consultant - Kitchen / Food Consultant
618 Other Consultant - Acoustical Consultant
618 Other Consultant - AV/ IT Consultant
618 Other Consultant
Total Direct Consultants
3 Expense Costs
621 Travel
Motel Days @
Air Trevel Air Fare @
Parking Days @
Car Rental Days @
Mileage (from
Amarillo) 250 Miles @
Mileage (Localj 40 Miles @
Men @
Men @
/Oay
/Day
$0.6�0 @
50.670 @
/Man-day =
/Man =
1 Trips =
4 Trips =
622 Reproductions
Blackline Prints
34" x 22"
36" x 24"
42" x 30
Other
Mounting Foam Board
Printing:
Set Up fee
8-1/2" x 11" B&W
8-1/2" x 11" Color
11" x 17" B&W
11" x 17" Color
Binding Cost
Laminating
Scan to file
Burn to CD/DVD
Scan Specs
Scan Drewings
623 Models/Renderings/Photo!
624 Telephone 25
625 Meals
Shts @ $2.50 /Sht @
Shts @ 52•75 /Sht @
Shts @ $315 /Sht @
sf @ $0.55 /sf @
Boards @ $10.00 /ea @
Originals @ $0.15 /Sht @
100 Originals @ $0.09 /Sht @
100 Originals @ $0.55 /Sht @
50 Originals @ $0.18 /Sht @
50 Originals @ $1.05 /Sht @
Sets @ 52.00 /Set
Shts @ $2.00 /Sht
CD/DVD @ $13.50 /each
Originals @ $0.15 /Sht
Originals @ $1.50 /Sht
Shots @
52.00 /Call
Men @
$2•00
$40.00
626 Field Supplies
628 Postage 2
628 Postage 1
629 Publications
630 Misc Reimbursable Exp
632 Temporary Personnel
634 Office Supplies
635 CAOD
636 Field Equip Rental
639 License & Regulation Fee
643 NM Gross Receipt Tax
647 Computer Supplies
Sets =
Sets =
Sets =
Sets =
Submittals =
1 Sets =
1 Sets =
1 Sets =
1 Sets =
$167.50
$107.20
Subtotal
$9.00
$55.00
$9.00
552.50
Subtotal
275
$50
$40
Page 3 of 3
Parkhill
Project Fee and Budget Sheet
(Hourly/Billing Rates)
Today's Date: March 21, 2024
Prepared By: Haberer
Principal: Haberer
Project Manager: Haberer
Project Name: TWY L Ext, TL Add and Apron Exp
Project Number: 40658.24
Task/Discipline: 8SSD
Projected Start Date: ^February 1, 2025 __
Fee (Revenue) Type: Lump Sum
Markup on Direct Expenses:
Markup on Reimbursables:
Fee Costs Summary
(Profit and Markup Included in Total Fee)
Labor Cost:
Direct Consultants: $1,176,115
Direct Expenses:
Reimbursable Consultants:
Reimbursable Expenses:
Total Fee: Si,176.115
Summary
and Profit in labor, Markup included in Oirects and Reimbursables)
Labor:
Directs: $1,176,115
Subtotal: $1,176,115
Reimbursables:
Total Fee: $1,176,115
- $1,176,115
Page 1 of 2
TWY L Ext, Tl Add and
DirectExpenses Project: Apron Exp Project No: 40658.2 Task: SSSD Current Fee: $1,176,115
Expenses included in lump sum fee. Not billed to client.
Direct Consukant Cosu Amount
611 Structural Consultant
612 Mech/Elec Consultant
613 Environ/Civil Consultant RS&H $1,056,083
613 Environ/Civil Consultant Mead & Hunt $18,660
615 Testing Consultant (Geotech, CMT, TAB, etc.) Terra Engineers $19,350
616 Surveying Consultant Parkhill $34,000
617 Interior Design Consultant
618 Other Consultant - Kitchen / Food Consultant
618 Other Consultant - Acoustical Consultant
618 Other Consultant - AV/ IT Consultant
618 Other Consuitant
Criado Acsociates
Total Direct
Direct Expense Cosu
621 Travel
Motei
Air Travel
Parking
Car Rental
Mileage (from
Amarillo)
Mileage (Local)
Days @ Men @ /Man-day =
Air Fare @ Men @ /Man =
Days @ /Day =
Days @ /Day =
Miles @ $0.670 @ Trips =
Miles @ $0.670 @ Trips =
Subtotal
622 Reproductions
Blackline Prints
34" x 22"
36" x 24"
42" x 30
Other
Mounting Foam Board
Printing:
Set Up Fee
8-1/2" x 11" B&W
8-1/2" x 11" Color
11" x 17" B&W
li" x 17" Color
Binding Cost
laminating
Scan to file
Burn to CD/DVD
Scan Specs
Scan Drawings
Shts @ 52.50 /Sht @
Shts @ $2.75 /Sht @
Shts @ 53.25 /Sht @
sf @ 50.55 /sf @
Boards @ $30.00 /ea @
Originals @ $0.15 /Sht @
Originals @ $0.09 /Sht @
Origina�s @ $0.55 /Sht @
Originals @ $0.18 /Sht @
Originals @ $1.05 /Sht @
Sets @ 52.00 /Set
Shts @ $2•00 /Sht
CD/DVD @ $13.50 /each
Originals @ $0.15 /Sht
Originals @ 51.50 /Sht
Sets =
Sets =
Sets =
Sets =
Submittals =
Sets =
Sets =
Sets =
Sets =
Subtotal
623 Models/Renderings/Photos
624 Telephone Calls
625 Meals Days
626 Field Supplies
628 Postage Mailii
628 Postage Mailii
629 Publications
630 Misc Reimbursable Exp
632 Temporary Personnel
634 Office Supplies
635 CADD
636 field Equip Rental
639 License & Regulation Fee
643 NM Gross Receipt Tax
647
ies
Shots @
/Call
Men @
Page 2 of 2
LUBBOCK PRESTON SMITH INTERNATIONAL
AIRPORT
LBB TWY L Extension, Taxilane Addition, and
Apron Expansion Project
Design and Bid
Phase Services
PROJECT PROPOSAL / SCOPE OF WORK
RSs�I
RSBH, Inc.
4835 LBJ Freeway, Suite 700
Dallas, Texas 75244
469.857.7721
TBPE Registration. No. F-3401 May 15, 2024
PROJECT PROPOSAL / SCOPE OF WORK
This proposal describes the scope of work and services to be provided by RS&H, Inc. (herein "Consultant")
to Parkhill (herein "Engineer") for Design and Bid Phase Services for the TV1/Y L Extension, Taxilane
Addition, and Apron Expansion Project (herein "Project") at the Lubbock Preston Smith Intemational Airport
(herein "LBB" or "Client") in the Ciry of Lubbock, Texas (herein "City"), including project schedule and project
fees. The Consultant was previously authorized to provide Preliminary Engineering Report ("PER") services
for this same Project under an agreement dated August 25, 2023, befinreen the Consultant and the
Engineer. This proposal is expected to be a continuation of design services rendered in the previous
agreement. This proposal is based on the Scope of Services and Fee Proposal Request provided by the
Engineer to the Consultant on January 12, 2024, as included in Attachment A. The proposed fee for this
Project is as shown in Attachment B and will completed in its entirery on a lump sum basis.
1. Project Description
The project generally consists of the scope elements listed below. The project scope elements and project
area are as depicted in Figure 1.
� Extension of TWY L to the north end of RWY 17R-35L, including a taxiway connection aligning with
TWY M on the east side of the RWY. Note that the connection of Taxiway T on the west side of the
runway, as shown in Figure 1 below, will not be designed or constructed in this project.
� Addition of a new taxilane along the east edge of the Cargo Ramp.
� Realignment of TWY S and TWY V between TWY L and the Cargo Ramp to remove direct access
points to the RWY.
� Expansion of the Cargo Ramp to the north to accommodate additional aircraft parking.
� Evaluation of the reconstruction or rehabilitation of TWY M and TWY T on the east side of the RWY
within the Runway Safery Area.
��
,. � „ �
:�.d '�,—�` ..,_� ..�......,.�.�.� ._..�._..,.._..,,._.�x.... -.... ... � ,a. _.A,._....�
_ � r._ ,�. - - .�:-- , w- -., -;�� �� - .
� .r �� � _ � _ ., F - - _ ��w.�__� � �.. �. ..... �.� _..: :.. , � _ x. µ . r, � . �. ...
��,�� ��_ �.� _. _..,. _
�. ��
'� .�.�..e..��..�.��. �....� �:.-_.�: n.-. _.�, _ .
-_..._ ._-�--�"-.`._�,���..-,.,�.�.,�.,,.�.r=,.,._.__:....� .-4. . ' f„'
�
__ � � _ . _ . .. -- w - ... _ w _.. ...... .._.... -- _ -.. . 9.a �r�i+: �i.3.,:.—;� t--��r.s � _.
. � P . y
,„ _ _. . �. . _ .,. .d. d• - e. _ _ ..� . d. _.._ . _ � - -.. �i' _.�. � a: —.: - .,: �-.- �. ._ _ ,
` � ' t . . �
�
. iicx � • ' •• �
1��:�����'�`�'
lNR��NO /CN�DIILE
r��_ i
�i
'Y-� .
;t �.
,�;:_ � ... . ��
�
— _ �� � • ,�. � .; �
Figure 1- Project Work Areas
The following professional disciplines/services/specialties are expected to be provided by the Consultant in
the devefopment of the Project:
� Project Management
� Civil Engineering
• Pavement Design and Details
• Pavement Jointing Plan(s)
• Fencing Modifications and Details (including TSA coordination)
• Pavement Markings
• SWPPP/Erosion Control Plan(s), Best Management Practices ("BMPs"), and Details
• Revegetation of Disturbed Areas
� Electrical Engineering
• Ai�eld Lighting and Signage Modifications and Details
• Vault Improvements
• ALCMS Improvements
• Coordinate Reimbursable Agreement with FAA on behalf of LBB
� Structural Engineering for ConsultanYs related scope of work as listed herein
� ConsultanYs (Engineer's) Opinion of Probable Construction Cost ("EOPC") for entire scope of work
� Phasing
• Construction Safety and Phasing Plan(s) and details
• Construction Duration Estimating
• Safety and Securiry
• Prepare and submit CSPP via OE/AAA
� Coordinate FAA Flight Check
� Quality Control Reviews for entire scope of work
� Prepare Construction Management Plan (CMP)
� Project details and element descriptions, as necessary
The Consultant design team does include Ferguson Consulting, Inc., as a subconsultant team member, to
complete electrical engineering design and bid services. Any other subconsultants necessary for this
Project are expected to be contracted directly to the Engineer.
It is assumed for this scope of work that coordination with the Ciry will be performed by Client or Engineer
staff and resulting direction will be provided to the Consultant. The Consultant will not directly contact the City
without the Client or Engineer present.
The ConsultanYs design is intended to comply with local, state, and federal codes. If standards conflict, the
most stringent standard will govern. The Project components will be evaluated and designed to the following
publications and standards, latest published edition at time of contract execution, as applicable, including
(but not limited to):
� FAA AC 150/5300-13, Airport Design
� FAA AC 150/5320-6, Airport Pavement Design and Evaluation
� FAA AC 150/5340-1, Standards for Airport Markings
� FAA AC 150/5340-98, Standards for Airport Sign Systems
� FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids
� FAA AC 150/5345-56, Specification for L-890 Airport Lighting Control and Monitoring System
(ALCMS)
� FAA AC 150/5370-2, Operation Safety on Airports During Construction
� FAA AC 150/5370-10, Standards for Specifying Construction of Airports
� FAA STD-19F, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements
for Facilities and Electronic Equipment
� FAA Order 6750.16E, Siting Criteria for Instrument Landing Systems
� FAA Order 6850.2C Visual Guidance Lighting Systems
� FAA FAARFIELD
-� Nationa/ Electrica/ Code (NFPA-70)
� PARAS Recommended Security Guidelines for Airport Planning, Design, and Construction (2021)
� OSHA — Occupational Safery and Health Administration
Project drawings will be prepared in in AutoCAD 2020 format. It is assumed existing conditions will be provided
to the Consultant by the Engineer in a compatible format.
This scope of work assumes that atl proposed project elements will be constructed in two (2) consecutive
projects to accommodate funding schedules. Thus, it is assumed that the project will be designed as two
independent bid packages, though they will be designed, coordinated, and reviewed concurrently.
Additionally, it is assumed two (2) bid phase service schedules will be required. There is significant overlap
between items in each task, and the fee proposal reflects that. Any deviations from these assumptions once
notice has been given to the Consultant to begin the work of this contract may require a change to the Project
scope and additional fees.
Deletion of a task(s) or the requirement for additional work not specifically included herein will require re-
evaluation of the proposed fee.
Construction Administration and Closeout Phase Services, Resident Project Representative ("RPR")
Services, Construction Materials Acceptance Testing, Construction Staking, and/or any other construction-
related services are not included as part of this proposal.
2. Project Elements
The following is a listing of elements of the Project anticipated to be provided by the Consultant:
� Geometrics and Site Design
The Consultant will provide analysis and direction for the anticipated pavement markings required
for the site in accordance with FAA AC 150/5340-1, Standards for Airport Markings, latest
published edition at time of contract execution.
� Pavement Design
The Consultant will provide taxiway pavement strength and material design recommendations
in accordance with the FAA's FAARFIELD standard thickness design software and FAA AC
150/5320-6, Airport Pavemenf Design and Evaluation, design guidetines, latest published
edition at time of contract execution.
• The Consultant will coordinate with the ClienYs staff, FAA control tower personnel, and tenants,
as necessary, to determine the appropriate aircraft fleet mix to be used in the taxiway pavement
design. It is anticipated the Client will provide final approval of the aircraft fleet mix to be used.
• A joint layout plan will be provided for new concrete pavements.
� Fencing Modifications Design
Security fence alignment changes may be required to allow for the placement of the new
facilities. The Consultant will provide fencing modification design recommendations in
accordance with FAA AC 150/5370-10, Standards for Specifying Construction of Airports, Part
10 — Fencing, latest published edition at time of contract execution.
The Consultant will provide exhibits as required to convey the proposed modifications to the
Transportation Security Administration (TSA). It is assumed the Client will be responsible for
direct coordination with the TSA, though the Consultant will participate in meetings as
necessary to coordinate the approval or revision to the proposed modifications. It is assumed
any meetings for this coordination will be held via teleconference and will not require travel by
the Consultant.
� Airfield Electrical Improvements
• The Consultant will provide analysis and direction for the anticipated ai�eld lighting and
signage modifications to accommodate the new ai�eld geometry resulting from this Project, in
accordance with applicable FAA design guidelines.
• The Consultant will provide analysis and direction for the anticipated updates to the Ai�eld
Lighting Control and Monitoring System ("ALCMS").
• The Consultant will provide analysis and direction for the anticipated updates to the airfield
electrical vault, as required. This includes the review of regulator capacities and conditions for
affected circuits.
• The Consultant will coordinate with the FAA SSC Manager, as required, though no impact is
anticipated to FAA-owned facilities. The FAA has indicated that the only FAA-owned NAVAID
that could potentially be impacted is the Glideslope and that is mitigated by not extending
Taxiway T west of the runway.
� SWPPP / Erosion Controls
The Consultant will prepare applicable SWPPP plan sheets for the Contractor to use in
procurement of the necessary stormwater construction permits. A detailed SWPPP report
along with Contractor preferred Best Management Practices ("BMPs"), the Notice of Intent
("NOI"), the Notice of Termination ("NOT"), and any submission to the TCEQ will be prepared
by others and is excluded from this scope of work.
� Phasing / Safety and Securiry
The Consultant will review and analyze the following: potential impacts to safety and
operational safery associated with aviation related areas; Airport Operations Area ("AOA")
ingress/egress routes; aircraft movement areas; coordination; markings; signage; construction
staging areas; vehicles crossing active pavements procedures; Notices to Airmen ("NOTAMs");
jet blast-prop-wash safety; night-time construction lighting; dust control; hauling of debris; and
equipment parking. The analysis will not address the study of visibility, line of sight issues
involving permanent structures, the analysis of interference with communications and
surveillance equipment, or environmental studies.
The Consultant will prepare Project conceptual safety and phasing plans and a site-specific
Construction Safety Phasing Plan ("CSPP") in conformance with FAA AC 150/5370-2,
Operational Safety on Airports during Construction, latest edition.
• The Consultant will prepare construction durations for all phases of work.
� Utility Coordination and Design
The Consuftant will design necessary utility relocations in relation to the ConsultanYs scope of
work as listed herein. The design of any utility modifications will be with the intent to minimize
without compromising design standards. Existing utility modifications are only anticipated to
include airfield electrical for lighting and signage. FAA communication cables and FAA
electrical are also within the site but will only be modified if found to be in conflict with any other
portion of the design. It is expected that any other utilities requiring modification within the
project will be completed by others.
• The Consultant will meet with all affected utiliry owners to discuss the proposed design. Based
on these coordination meetings and correspondence, the need and extent of relocations will
be determined. If a dispute arises, the Consultant will immediately schedule a meeting between
the Client and the utility owner to resolve the dispute.
� Permitting
• National Environmental Policy Act ("NEPA") documentation has previously been completed for
this Project. The NEPA documentation for the project was completed by others. No additional
NEPA documentation is included in this scope of work.
• The Consultant will prepare and file a Notice of Proposed Construction or Alteration (FAA Form
7460-1) for the Project electronically to the FAA for Obstruction Evaluation / Airport Airspace
Analysis ("OE/AAA") review and approval.
• The Consultant will prepare and file a Notice for Construction, Alteration and Deactivation of
Airports (FAA Form 7480-1) for the project electronically to the FAA for review and approval.
• No other permits are anticipated to be coordinated by the Consultant for this Project. No other
permits than those specifically included in this scope will be coordinated or applied for by the
Consultant.
3. Basic Services
The Client must authorize work through issuance of a Notice to Proceed ("NTP") for each task. The
Consultant will not proceed with the work of each task until such written notice is provided. The Consultant
will provide the following services:
TASK 1 30% DESIGN PHASE SERVICES
Task 1.01 Prepare 30% Design Documents
The Consultant will prepare 30% Design Documents (drawings, Engineer's report, technical specifications
outline, and EOPC for ConsultanYs related scope of work as listed herein) on the basis of the accepted
PER. The design will evaluate and identify specific elements of the Project for a technically and
economically sound project. Additive alternates will be developed for bidding to correspond to available
budgets.
In providing EOPCs, the Consultant has no control over the cost or availability of labor, equipment, or
materials, or other local market conditions and that the ConsultanYs EOPCs are made on the basis of the
Consultant's professional judgement and experience. The Consultant makes no warranty, express or
implied, that the bids or the negotiated cost of the work will not vary from the ConsultanYs EOPC.
Task 1.02 Perform In-House Quality Control Review — 30% Design Documents
The Consultant will conduct an in-house quality cont�ol review of the 30% Design Documents prior to submittal
to the Client, Engineer, City, and FAA. The review will cover the design deliverables prior to submittal to the
Client. The QC review will be perFormed as follows:
� Independent QC Review — An independent ArchitecUEngineer not actively involved in the Project
will review for readabiliry, accuracy, appearance, and acceptability
� Independent Technical Peer Review — For each discipline associated with the Project, an
independent Engineer not actively involved in the Project will review the documents for alignment
with design methodologies, calculations, and code compliance
� Constructability Review — a comprehensive look at the Project to ensure alignment between plans
and specifications, phasing impacts, potential conflicts, etc.
� Discipline Coordination Review — an interdisciplinary review to ensure coordination of elements
between disciplines
Task 1.03 Submit 30% Design Documents
The Consultant will review in-house quality control review of the 30% Design Documents received from
reviewing parties and incorporate applicable comments into the 30% Design Documents. The Consultant will
then submit electronic copies of their 30% Design Documents to the Engineer for inclusion with the complete
30% Design Documents package.
Task 1.04 Meetings I Presentations
To further the design progress and coordinate efforts, various meetings are anticipated throughout the
design process. For meetings, the Consultant will attend said meetings (either in person or via
teleconference, as indicated), prepare and distribute written minutes of the meeting with respect to project
components designed by the Consultant, and perform appropriate follow-up activities. The anticipated
number of ineetings is listed herein; should the requirement for additional meetings be necessary, a change
to the Project scope and additional fees may be required.
� Design Kick-Off Meeting
The Consultant will coordinate and attend one (1) Design Kick-Off Meeting with Client and Engineer
to discuss and solidify (to the extent feasible):
• Project scope, goals, and client expectations
• Describe the methods by which the project will be performed
o Design features, design constraints, design parameters, and local conditions
• Consider budget and funding availability as it relates to phasing considerations
• Discuss current condition of systems in question
• Understand other ongoing work that may impact the Project
• Start to develop the design and construction schedule, including submittals
• Communication channels, coordination requirements, and responsibilities
• Other related items
This meeting is anticipated to be held at the Airport and will require travel by the Consultant.
� Design Development I Coordination Meetings
To further the design and maximize a coordinated effort, Design Development / Coordination
Meetings may be required with the Engineer. These meetings are intended to be "workshop"
meetings to discuss design elements.
Eight (8) meetings have been anticipated. These meetings are anticipated to be held via
teleconference and will not require travel by the Consultant.
� Site Investigation
The Consultant will coordinate and attend one (1) site investigation meeting with the Client and
Engineer to review and document the visible conditions of the project site. The Client will attend
with knowledgeable staff and provide access to all areas associated with the Project to ensure a
comprehensive walkthrough. As part of this task, measurements will be taken to validate existing
condition documentation.
This meeting is anticipated to be held at the Airport and will require travel by the Consultant.
-� FAA Coordination Meetings
To further the design, FAA Coordination Meetings may be required. These meetings are intended
to be "workshop" meetings to discuss design elements. Attendees at the meeting may include the
Client staff, Engineer staff, and the FAA.
Two (2) meetings have been anticipated. One (1) meeting is anticipated to be held via
teleconference and will not require travel by the Consultant. One (1) meeting is anticipated to be
held at the Airport or FAA offices and will require travel by the Consultant.
� 30% Design Documents Review Meeting
The Consultant will coordinate and attend one (1) 30% Design Documents review meeting with the
Client, Engineer, City, FAA, and other attendees, as applicable, to receive comments and direction
regarding the 30% Design Documents. This meeting is anticipated to be held at the Airport and will
require travel by the Consultant.
Task 1.05 Project Management and Administration
The Consultant will manage the Project in a professional manner, assign and manage qualified individuals
or subconsultants to the Project, and complete the efforts within the proposed time frame.
This task will include scheduling, resource allocation, monitoring, oversight, direction and control for aspects
of the team's efforts including assembly and coordination of documentation. The Consultant will complete
meeting preparation activities, minutes of each meeting with respect to project components designed by
the Consultant and distribute to the Engineer within two (2) working days, and assign appropriate follow-up
activities.
This task will also include routine communication, as necessary, with the Client, Engineer, City, and FAA
to discuss Project progress.
TASK 2 60% DESIGN PHASE SERVICES
Task 2.01 Incorporate 30% Review Comments
The Consultant will review comments received from the ClienYs authorized representative(s) from the 30%
design submittal reviews and incorporate applicable comments into drawings, technical specifications,
Engineer's report, and EOPC. The Consultant will provide a written response on each comment on how it
will be incorporated into the documents, or why it was not applicable. Comments that require a significant
change in scope from previous direction provided may require an additional scope and fee.
Task 2.02 Prepare 60% Design Documents
The Consultant will prepare 60% Design Documents (drawings, Engineer's report, technical specifications,
and EOPC for ConsultanYs related scope of work as listed herein) on the basis of the accepted 30% Design
Documents. The design will evaluate and identify specific elements of the Project for a technically and
economically sound project. Additive alternates will be developed for bidding to correspond to available
budgets.
In providing EOPCs, the Consultant has no control over the cost or availability of labor, equipment, or
materials, or other local market conditions and that the ConsultanYs EOPCs are made on the basis of the
ConsultanYs professional judgement and experience. The Consultant makes no warranty, express or
implied, that the bids or the negotiated cost of the work will not vary from the ConsultanYs EOPC.
If any standard FAA design guidelines or specifications for ConsultanYs related scope of work as listed
herein are found to be not applicable for the site-specific situations of this project, the Consultant will initiate
and coordinate a Modifications of Standards (MoS) request with the FAA.
Task 2.03 Perform In-House Quality Control Review — 60% Design Documents
The Consultant will conduct an in-house quality control review of the 60% Design Documents prior to submittal
to the Client, Engineer, City, and FAA. The review will cover the design deliverables prior to submittal to the
Client. The QC review will be performed as follows:
� Independent QC Review — An independent Architect/Engineer not actively invotved in the Project
will review for readabiliry, accuracy, appearance, and acceptability
-) Independent Technical Peer Review — For each discipline associated with the Project, an
independent Engineer not actively involved in the Project will review the documents for alignment
with design methodologies, calculations, and code compliance
� Constructability Review — a comprehensive look at the Project to ensure alignment between plans
and specifications, phasing impacts, potential conflicts, etc.
� Discipline Coordination Review — an interdisciplinary review to ensure coordination of elements
between disciplines
Task 2.04 Submit 60% Design Documents
The Consultant will review in-house quality control review of the 60% Design Documents received from
reviewing parties and incorporate applicable comments into the 60% Design Documents. The Consultant will
then submit electronic copies of their 60% Design Documents to the Engineer for inclusion with the complete
60% Design Documents package.
Task 2.05 Meetings / Presentations
To further the design progress and coordinate efforts, various meetings are anticipated throughout the
design process. For meetings, the Consultant will attend said meetings (either in person or via
teleconference, as indicated), prepare and distribute written minutes of the meeting with respect to project
components designed by the Consultant, and perForm appropriate follow-up activities. The anticipated
number of ineetings is listed herein; should the requirement for additional meetings be necessary, a change
to the Project scope and additional fees may be required.
� Design Development / Coordination Meetings
To further the design and maximize a coordinated effort, Design Development / Coordination
Meetings may be required with the Engineer. These meetings are intended to be "workshop"
meetings to discuss design elements.
Eight (8) meetings have been anticipated. These meetings are anticipated to be held via
teleconference and will not require travel by the Consultant.
� FAA Coordination Meetings
To further the design with respect to FAA utiliry design, FAA Coordination Meetings may be
required. These meetings are intended to be "workshop" meetings to discuss design elements.
Attendees at the meeting may include the Client staff, Engineer staff, and the FAA.
Two (2) meetings have been anticipated. Two (2) meetings are anticipated to be held via
teleconference and will not require travel by the Consultant.
� 60% Design Documents Review Meeting
The Consultant will coordinate and attend one (1) 60% Design Documents review meeting with the
Client, Engineer, Ciry, FAA, and other attendees, as applicable, to receive comments and direction
regarding the 60% Design Documents. This meeting is anticipated to be held at the Airport and will
require travel by the Consultant.
Task 2.06 Project Management and Administration
The Consultant will manage the Project in a professional manner, assign and manage qualified individuals
or subconsultants to the Project, and complete the efforts within the proposed time frame.
This task will include scheduling, resource allocation, monitoring, oversight, direction and control for aspects
of the team's efforts including assembly and coordination of documentation. The Consultant will complete
meeting preparation activities, minutes of each meeting with respect to project components designed by
the Consultant and distribute to the Engineer within two (2) working days, and assign appropriate follow-up
activities.
This task will also include routine communication, as necessary, with the Client, Engineer, Ciry, and FAA
to discuss Project progress.
TASK 3 90% DESIGN PHASE SERVICES
Task 3.01 Incorporate 60% Review Comments
The Consultant will review comments received from the ClienYs authorized representative(s) from the 60%
design submittal reviews and incorporate applicable comments into drawings, technical specifications,
Engineer's report, and EOPC for ConsultanYs related scope of work as listed herein. The Consultant will
provide a written response on each comment on how it will be incorporated into the documents, or why it
was not applicable. Comments that require a significant change in scope from previous direction provided
may require an additional scope and fee.
Task 3.02 Prepare 90% Design Documents
The Consultant will prepare 90% Design Documents (drawings, technical specifications, Engineer's Report,
and EOPC for Consultant's related scope of work as listed herein). The design will evaluate and identify
specific elements of the Project for a technically and economically sound project, with applicable additive
alternates included for bidding to correspond to available budgets.
The Consultant will prepare a site-specific CSPP in conformance with FAA AC 150/5370-2, Operational
Safety on Airports during Construction, latest published edition at time of contract execution. Paragraph
103.a defines the parameters for a CSPP. It is anticipated that a CSPP is required since this project will
impact the AOA. Paragraph 103.a states:
"A CSPP must be developed for each on-airfield construction project funded by the Airport Improvement
Program (AIP)... As per (FAA) Order 5200.11, FAA Airports (ARP) Safety Management System (SMS),
such projects do not include construction, rehabilitation, or change of any facility that is entirely outside
the air operations area, does not involve any expansion of the facility envelope and does not involve
construction equipment, haul routes or placement of material in locations that require access to the air
operations area, increase the facility envelope, or impact line-of-sight... However, extraordinary
circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to
subsequent review and approval under the FAA's Safety Risk Management procedures..."
Safety Risk Management System ("SRM") panels and Safety Assessment reporting are not included as part
of this proposal.
The Consultant will prepare a site-specific CMP for the Project in conformance with FAA AC 150/5370-12,
Quality Management for Federally Funded Airport Construction Projects, latest edition, that will be used to
ensure that construction meets or exceeds the minimum standards required by the Design Documents. The
CMP will identify key contacts and their responsibilities throughout construction of the project.
In providing EOPCs, the Consultant has no control over the cost or availabiliry of labor, equipment, or
materials, or other local market conditions and that the ConsultanYs EOPCs are made on the basis of the
ConsultanYs professional judgement and experience. The Consultant makes no warranty, exp�ess or
implied, that the bids or the negotiated cost of the work will not vary from the ConsultanYs EOPC.
Task 3.03 Perform In-House Quality Control Review — 90% Design Documents
The Consultant will conduct an in-house quality control review of the 90% Design Documents prior to submittal
to the Client, Engineer, City, and FAA. The review will cover the design deliverables prior to submittal to the
Client. The QC review will be performed as follows:
� Independent QC Review — An independent ArchitecUEngineer not actively involved in the Project
will review for readability, accuracy, appearance, and acceptability
� Independent Technical Peer Review — For each discipline associated with the Project, an
independent Engineer not actively involved in the Project will review the documents for alignment
with design methodologies, calculations, and code compliance
� Constructability Review — a comprehensive look at the Project to ensure alignment between plans
and specifications, phasing impacts, potential conflicts, etc.
� Discipline Coordination Review — an interdisciplinary review to ensure coordination of elements
between disciplines
Task 3.04 Submit 90% Design Documents
The Consultant will review in-house quality control review of the 90% Design Documents received from
reviewing parties and incorporate applicable comments into the 90% Design Documents. The Consultant will
then submit electronic copies of their 90% Design Documents to the Engineer for inclusion with the complete
90% Design Documents package.
Task 3.05 Meetings / Presentations
To further the design progress and coordinate efforts, various meetings are anticipated throughout the
design process. For meetings, the Consultant will attend said meetings (either in person or via
teleconference, as indicated), prepare and distribute written minutes of the meeting with respect to project
components designed by the Consultant, and perform appropriate follow-up activities. The anticipated
number of ineetings is listed herein; should the requirement for additional meetings be necessary, a change
to the Project scope and additional fees may be required.
� Design Development / Coordination Meetings
To further the design and maximize a coordinated effort, Design Development / Coordination
Meetings may be required with the Engineer. These meetings are intended to be "workshop"
meetings to discuss design elements.
Six (6) meetings have been anticipated. These meetings are anticipated to be held via
teleconference and will not require travel by the Consultant.
� FAA Coordination Meetings
To further the design with respect to FAA utility design, FAA Coordination Meetings may be
required. These meetings are intended to be "workshop" meetings to discuss design elements.
Attendees at the meeting may include the Client staff, Engineer staff, and the FAA.
One (1) meeting has been anticipated to be held via teleconference and will not require travel by
the Consultant.
-> 90% Design Documents Review Meeting
The Consultant will coordinate and attend one (1) 90% Design Documents review meeting with the
Client, Engineer, City, FAA, and other attendees, as applicable, to receive comments and direction
regarding the 90°/a Design Documents. This meeting is anticipated to be held at the Airport and will
require travel by the Consultant.
Task 3.06 Project Management and Administration
The Consultant will manage the Project in a professional manner, assign and manage qualified individuals
or subconsultants to the Project, and complete the efforts within the proposed time frame.
This task will include scheduling, resource allocation, monitoring, oversight, direction and control for aspects
of the team's efforts including assembly and coordination of documentation. The Consultant will complete
meeting preparation activities, prepare and distribute meeting minutes, and assign appropriate follow-up
activities.
This task will also include routine communication, as necessary, with the Client, Engineer, Ciry, and FAA
to discuss Project progress.
TASK 4 FINAL DESIGN (BID DOCUMENTS) PHASE SERVICES
Task 4.01 Incorporate 90% Review Comments
The Consultant will review comments received from the ClienYs authorized representative(s) from the 90%
design submittal reviews and incorporate applicable comments into drawings, technical specifications,
Engineer's report, and EOPC for ConsultanYs related scope of work as listed herein. The Consultant will
provide a written response on each comment on how it will be incorporated into the documents, or why it
was not applicable. Comments that require a significant change in scope from previous direction provided
may require an additional scope and fee.
Task 4.02 Prepare Final Design (Bid) Documents
The Consultant will prepare Final (sealed) Design (Bid) Documents (drawings, technical specifications,
Engineer's Report, CSPP, CMP, and EOPC for ConsultanYs related scope of work as listed herein). The
design will evaluate and identify specific elements of the Project for a technically and economically sound
project, with applicable additive altemates included for bidding to correspond to available budgets.
In providing EOPCs, the Consultant has no control over the cost or availability of labor, equipment, or
materials, or other local mar{cet conditions and that the Consultant's EOPCs are made on the basis of the
Consultant's professional judgement and experience. The Consultant makes no warranry, express or
implied, that the bids or the negotiated cost of the work will not vary from the ConsultanYs EOPC.
Task 4.03 PerForm In-House Quality Control Review — Final Design (Bid) Documents
The Consultant will conduct an in-house quality control review of the Final Design (Bid) Documents prior to
submittal to the Client, Engineer, City, and FAA. The review will cover the design deliverables prior to
submittal to the Client. The QC review will be performed as follows:
� Independent QC Review — An independent Architect/Engineer not actively involved in the Project
will review for readability, accuracy, appearance, and acceptability
� Independent Technical Peer Review — For each discipline associated with the Project, an
independent Engineer not actively involved in the Project will review the documents for alignment
with design methodologies, calculations, and code compliance
� Constructabiliry Review — a comprehensive look at the Project to ensure alignment between plans
and specifications, phasing impacts, potential conflicts, etc.
� Discipline Coordination Review — an interdisciplinary review to ensure coordination of elements
between disciplines
Task 4.04 Submit Final Design (Bid) Documents
The Consultant will review in-house qualiry control reviews of the Final Design (Bid) Documents and
incorporate applicable comments into the Final Design (Bid) Documents.
The Consultant will then submit electronic copies of their Final Design (Bid) Documents to the Engineer for
inclusion with the complete Final Design (Bid) Documents package.
Task 4.05 Meetings / Presentations
To further the design progress and coordinate efforts, various meetings are anticipated throughout the
design process. For meetings, the Consultant will attend said meetings (either in person or via
teleconference, as indicated), prepare and distribute written minutes of the meeting with respect to project
components designed by the Consultant, and perform appropriate follow-up activities. The anticipated
number of ineetings is listed herein; should the requirement for additional meetings be necessary, a change
to the Project scope and additional fees may be required.
� Design Development / Coordination Meetings
To further the design and maximize a coordinated effort, Design Development / Coordination
Meetings may be required with the Engineer. These meetings are intended to be "workshop"
meetings to discuss design elements.
Two (2) meetings have been anticipated. These meetings are anticipated to be held via
teleconference and will not require travel by the Consultant.
Task 4.06 Project Management and Administration
The Consultant will manage the Project in a professional manner, assign and manage qualified individuals
or subconsultants to the Project, and complete the efforts within the proposed time frame.
This task will include scheduling, resource allocation, monitoring, oversight, direction and control for aspects
of the team's efforts including assembly and coordination of documentation. The Consultant will complete
meeting preparation activities, prepare and distribute meeting minutes, and assign appropriate follow-up
activities.
This task will also include routine communication, as necessary, with the Client, Engineer, City, and FAA
to discuss Project progress.
TASK 5 BID PHASE SERVICES — PROJECT 1
Task 5.01 Provide Bidding Assistance
The Consultant will assist in advertising for and obtaining bids or proposals for the Project. This includes
coordination and preparation of pre-bid meeting agenda documents and presentation and any other
documents required for the bidding process.
Task 5.02 Respond to Bidder I Contractor Inquiries
The Consultant will provide formal responses to Bidder / Contractor inquiries. All responses will be
submitted to the Engineer for approval prior to being issued.
Task 5.03 Issue Addenda
The Consultant will issue addenda as appropriate to clarify, correct, or change the bidding documents. All
addenda will be submitted to the Client for approval prior to being issued.
Task 5.04 Evaluate Bids
After the bid opening, Bidder / Contractor bids will be provided to the Consultant by the Client for evaluation.
The Consultant will develop a tabulation of all bids received and provide evaluation of such, checking for
correctness, qualifications of apparent low bidder, DBE participation goals, etc., and make
recommendations of award based solely on apparent low bidder. The Consultant cannot and does not
guarantee that bids will not vary from the EOPC.
Task 5.05 Meetings / Presentations
To further the bidding efforts, various meetings are anticipated throughout the bidding process. For
meetings, the Consultant will attend said meetings (either in person or via teleconference, as indicated),
prepare and distribute written minutes of the meeting with respect to project components designed by the
Consultant, and perform appropriate follow-up activities. The anticipated number of ineetings is listed
herein; should the requirement for additional meetings be necessary, a change to the Project scope and
additional fees may be required.
� Pre-bid Conference
The Consultant will attend and conduct a Pre-bid Conference. The intent will be to review the project
and direct any questions to be submitted in writing for official response. This meeting is anticipated
to be held at the Airport and will require travel by the Consultant.
� Bid Opening
The Consultant will attend a Bid Opening via teleconference.
Task 5.06 Prepare Conformed Construction Documents
The Consultant will prepare and provide Conformed Construction Documents, incorpo�ating appropriate
modifications made via addenda during the bidding process. This conformed set of documents will be
provided to the Contractor and the Client as the baseline for construction activities.
Task 5.07 Project Management and Administration
The Consultant will manage the Project in a professional manner, assign and manage qualified individuals
or subconsultants to the Project, and complete the efforts within the proposed time frame.
This task will include scheduling, resource allocation, monitoring, oversight, direction and control for aspects
of the team's efforts including assembly and coordination of documentation. The Consultant will complete
meeting preparation activities, prepare and distribute meeting minutes, and assign appropriate follow-up
activities.
This task will also include routine communication, as necessary, with the Client, Engineer, City, and FAA
to discuss Project progress.
TASK 6 BID PHASE SERVICES — PROJECT 2
Task 6.01 Provide Bidding Assistance
The Consultant will assist in advertising for and obtaining bids or proposals for the Project. This includes
coordination and preparation of pre-bid meeting agenda documents and presentation and any other
documents required for the bidding process.
Task 6.02 Respond to Bidder / Contractor Inquiries
The Consultant will provide formal responses to Bidder / Contractor inquiries. All responses will be
submitted to the Engineer for approval prior to being issued.
Task 6.03 Issue Addenda
The Consultant will issue addenda as appropriate to clarify, correct, or change the bidding documents. All
addenda will be submitted to the Client for approval prior to being issued.
Task 6.04 Evaluate Bids
After the bid opening, Bidder / Contractor bids will be provided to the Consultant by the Client for evaluation.
The Consultant will develop a tabulation of all bids received and provide evaluation of such, checking for
correctness, qualifications of apparent low bidder, DBE participation goals, etc., and make
recommendations of award based solely on apparent low bidder. The Consultant cannot and does not
guarantee that bids will not vary from the EOPC.
Task 6.05 Meetings I Presentations
To further the bidding efforts, various meetings are anticipated throughout the bidding process. For
meetings, the Consultant will attend said meetings (either in person or via teleconference, as indicated),
prepare and distribute written minutes of the meeting with respect to project components designed by the
Consultant, and perform appropriate follow-up activities. The anticipated number of ineetings is listed
herein; should the requirement for additional meetings be necessary, a change to the Project scope and
additional fees may be required.
a. Pre-bid Conference
The Consultant will attend and conduct a Pre-bid Conference. The intent will be to review the project
and direct any questions to be submitted in writing for o�cial response. This meeting is anticipated
to be held at the Airport and will require travel by the Consultant.
b. Bid Opening
The Consultant will attend a Bid Opening via teleconference.
Task 6.06 Prepare Conformed Construction Documents
The Consultant will prepare and provide Conformed Construction Documents, incorporating appropriate
modifications made via addenda during the bidding process. This conformed set of documents will be
provided to the Contractor and the Client as the baseline for construction activities.
Task 6.07 Project Management and Administration
The Consultant will manage the Project in a professional manner, assign and manage qualified individuals
or subconsultants to the Project, and complete the efforts within the proposed time frame.
This task will include scheduling, resource allocation, monitoring, oversight, direction and control for aspects
of the team's efforts including assembly and coordination of documentation. The Consultant will complete
meeting preparation activities, prepare and distribute meeting minutes, and assign appropriate follow-up
activities.
This task will also include routine communication, as necessary, with the Client, Engineer, City, and FAA
to discuss Project progress.
4. Meetings and Presentations
The following meetings and presentations will be attended as part of this proposal:
Task Total In-Person Teleconference
Meetings Meetings Meetings
Task 1.04 Design Kick-Off Meeting 1 1
Task 1.04 Design Development / Coordination Meetings 8 8
Task 1.04 Site Investigation 1 1
Task 1.04 FAA Coordination Meetings 2 1 1
Task 1.04 30% Design Documents Review Meeting 1 1
Task 2.05 Design Development / Coordination Meetings 8 8
Task 2.05 FAA Coordination Meetings 2 2
Task 2.05 60% Design Documents Review Meeting 1 1
Task 3.05 Design Development / Coordination Meetings 6 6
Task 3.05 FAA Coordination Meetings 1 1
Task 3.05 90% Design Documents Review Meeting 1 1
Task 4.05 Design Development / Coordination Meetings 2 2
Task 5.05 Pre-bid Conference — Project 1 1 1
Task 5.05 Bid Opening — Project 1 1 1
Task 5.05 Pre-bid Conference — Project 2 1 1
Task Total In-Person Teleconference
Meetings Meetings Meetings
Task 5.05 Bid Opening — Project 2 1 1
Total 40 9 31
The Consultant will prepare minutes of each meeting with respect to project components designed by the
Consultant and distribute to the Engineer within two (2) working days of the meeting. Meetings held in-
person will require travel by the Consultant. Meetings held via teleconference will not require travel by the
Consultant.
5. Deliverables
All deliverables are anticipated to be provided to the Engineer electronically by the Consultant. PDF files
will be provided for all deliverable documents. Word, Excel, and CAD files will be provided for all working
documents. The Engineer will compile the final deliverables for submission to the Client.
6. Schedule
The Consultant proposes to perform the services as noted herein in accordance with the following schedule:
� 30% Design Documents Submittal
� 60% Design Documents Submittal
� 90% Design Documents Submittal
� Final Design (Bid) Documents Submittal
-> Bid Phase Services — Project 1
� Bid Phase Services — Project 2
8 Weeks after Notice to Proceed
8 Weeks after 30% DD Review Meeting
6 Weeks after 60% DD Review Meeting
4 Weeks after 90% DD Review Meeting
As Needed
As Needed
*The schedule does not include review time for the Client, Engineer, City, FAA,
or other governing authorities.
It is assumed the Final Design (Bid) Documents will be submitted to the Client no more than thirty-six (36)
weeks after NTP is provided to the Consultant. The actual schedule may vary significantly as the Project
design progresses and the scope is further developed. Delays to the proposed design schedule outside of
the Consultant's control will require re-evaluation of the proposed schedule and / or design fees.
7. Professional Fees
The proposed fee for this Project is $1,056,082.97, as shown in Attachment B, and will be completed in its
entirety on a lump sum basis.
8. Exclusions and Assumptions
Tasks not specifically identified in this scope of work are not included in this Contract. In addition, the
following is a listing of major items not included as part of this Proposal. This list will not be construed as
the only items not included as part of this scope of services.
� National Environmental Policy Act (NEPA) documentation beyond SWPPP plan sheets
� National Pollutant Discharge Elimination System ("NPDES") / Texas Pollutant Discharge
Elimination System ("TPDES") / TCEQ permits
� Transportation Security Administration coordination beyond that noted herein
� Environmental remediation (wetlands, soil contamination, etc.)
-} Permitting beyond that noted herein, including any and all permit fees unless othervvise indicated
� Topographic survey
� Boundary surveys
� Obstruction surveys
� Survey platting
� Geotechnical investigation
� Subsurface Utility Explorations
� Utiliry improvements other than as noted herein
� Stormwater / drainage improvements, including drainage calculations, drainage modeling,
stormwater detention, etc.
� Flood plain analysis and Conditional Letter of Map Revision ("CLOMR") application
� NAVAID design or modifications
� Safery Risk Management System ("SRM") and Safety Assessment (to be addressed during
construction)
� Per- and polyfluoroalkyl substances (PFAS) analysis and mitigation
� Trench safety plan
� Confined space plan
� Clearing of existing trees and / or other vegetation
� Landscape design / architecture
� Irrigation design
-> Tree Survey
� Existing conditions and demolition requirements
� Geometric layout of proposed taxiway pavements
� Pavement profiles and cross sections
� Paving plan and elevation grids
� Tree Preservation Plan and Permit Application
� Updates to Airport Layout Plan
� Construction and closeout phase services, RPR services, construction materials acceptance
testing, construction staking, and/or any other construction-related services
� Construction verification surveys
� As-built survey
� Closeout services (including Record Drawing production)
� Additional travel to the Airport, FAA offices, or any other requested travel, beyond those meetings
explicitly noted herein
The following are assumed for this proposal:
� Prefer�ed Site Plan will not change significantly from what is currently shown in Figure 1. Changes
due to multiple iterations of site plans, or edits to the site plan may require additional design fees.
� All utilities are available at the site and no offsite improvements are required.
� The Consultant will not perform services/work related in any way to PFAS chemicals or substances
possibly containing PFAS chemicals and RS&H shall not be liable for the non-performance of such
services/work.
A proposed scope and fee for related construction and closeout phase services is anticipated to be
prepared under a future package.
Attachment A
Scope of Services Request
Parkhill
January 12, 2024
Elliot Neph, PE, LEED GA, ENV SP, Vice President
RS&H, Inc.
4835 LBJ Freeway Suite 800
Dallas Texas 75244
Re: LBB TWY L Extension, Taxilane Addition, and Apron Expansion Project
Scope of Services and Fee Proposal Request for Design and Bid Phase Services
Dear Mr. Neph:
Anticipating finalization and acceptance of the Preliminary Engineering Report (PER) prepared by Parkhill
and RS&H on the subject Project, Lubbock Preston Smith International Airport (Client) requested our
team proceed with submitting a scope and fee for design and bid phase services. As previously
discussed and agreed upon with Client, our intent is to split design phase scope and fee 50-50 between
Parkhill and RS&H except for other subconsultant services that might be necessary and beneficial. To
start, I suggest we maintain a split of services that aligns with services performed during the PER phase.
The following split of services is provided for review and discussion:
SERVICES BY PARKHILL
1. Project Management
2. Subconsultant coordination necessary for Project design.
3. Overall Project Manual coordination including City of Lubbock boilerplate, FAA General Contract
Provisions, Special Provisions, and necessary appendices.
4. Preparation of Bid Proposal form with quantity verification by RS&H.
5. Plan sheets to include:
■ Cover sheet
■ Sheet Index
■ Survey control
■ SWPPP/Erosion Control plan and details
■ Geotechnical Bore logs
■ Demolition Plan
■ Geometric LayouUControl Plan
■ Plan and Profile
■ RSA/Infield Grading Plan
■ Pavement Cross Sections
■ Drainage Plan (excluding edge drain system)
■ Striping/Marking
■ Pavement Demolition Details
■ New Pavement Details
■ Drainage Details (excluding edge drain system)
6. Technical Specifications
• Item C-102, Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
■ Item C-105, Mobilization
• Item D-701, Pipe for Storm Drain and Culverts
■ Item D-751, Manholes, Catch Basins, Inlets, and Inspection Holes
■ Item T-901, Seeding
• Item T-904, Sodding
• Item T-905, Topsoil
■ Item T-908, Mulching
■ Miscellaneous Specifications such as erosion mat, rock gabions, and related items.
7. Attendance at Prebid Meeting and Bid Opening, participation in necessary addenda, and effort to
review bids and issue a recommendation.
4222 85th Street Lubbock, Texas 79423 806.473.YI00 Porkhlll.eom
Mr. Elliot Neph Page 2 January 12, 2024
RS&H
SERVICES BY RSBH
1. Assist with establishing bid items and independent calculation of quantities for each bid item.
2. Prepare Construction Safety and Phasing Plan (CSPP).
3. Prepare Construction Management Plan (CMP).
4. Coordinate Reimbursable Agreement with FAA on behalf of LBB.
5. Plan sheets to include:
■ Construction Safety and Phasing Plan(s) and details
■ Edge Drain Plan and details
■ Fencing Plan and Details
■ Electrical demolition
■ NAVAID demolition/removal
■ Aifield Lighting Plan
• FAA NAVAID plan
• Lighting and NAVAID details
6. Technical Specifications
■ Item C-100, Contractor Qualiry Control Program (CQCP)
■ Item C-110, Method of Estimating Percentage of Material Within Specification Limits
(PWL)
■ Item P-101, Preparation/Removal of Existing Pavements
■ Item P-151, Clearing and Grubbing
■ Item P-152, Excavation, Subgrade and Embankment
■ Item P-153, Controlled Low-Strength Material (CLSM)
■ Item P-155, Lime-Treated Subgrade
■ Item P-209, Crushed Aggregate Base Course
■ Item P-304, Cement-Treated Aggregate Base Course (CTB)
■ Item P-401, Asphalt Pavement Mix
■ Item P-403, Asphalt Mix Pavement Base Course
■ Item P-501, Cement Concrete Pavement
■ Item P-602, Emulsified Asphalt Prime Coat
■ Item P-603, Emulsified Asphalt Tack Coat
■ Item P-604, Compression Joint Seals for Concrete Pavements
■ Item P-605, Joint Seals for Pavements
■ Item P-608, Emulsified Asphalt Seal Coat
■ Item P-610, Concrete for Miscellaneous Structures
■ Item P-620, Runway and Taxiway Marking
■ Item F-162, Chain Link Fence
■ Item L-108, Underground Power Cable for Airports
■ Item L-109, Airport Transformer Vault and Vault Equipment
■ Item L-110, Airport Underground Electrical Duct Banks and Conduits
■ Item L-115, Electrical Manholes and Junction Structures
■ Item L-125, Installation of Airport Lighting Systems
■ Miscellaneous Specifications related to FAA NAVAIDs
7. Coordinate FAA Flight Check
8. Prepare and submit CSPP via OE/AAA.
Mr. Elliot Neph Page 3 January 12, 2024
RS&H
In addition to services proposed herein, please account for the following in your proposal:
1. Design kickoff meeting held at LBB.
2. Bi-weekly design team coordination meetings.
3. Review meetings at LBB at 30%, 60%, 90%, and bid submittal milestones.
4. One miscellaneous trip to LBB for field coordination.
5. Two trips to FAA SW ADO in Ft. Worth for meeting with ADO and FAA Facilities staff.
6. Up to five virtual coordination meetings with FAA on glide slope relocation.
7. In-person attendance of Prebid Meeting.
8. Assume plan set and phasing to accommodate a Base Bid and Additive Altemate 1 bid package.
9. Include time for obtaining MoS on necessary specification items.
To meet Owner-requested deadline, we respectfully request your proposal by January 19, 2024. You may
contact me directly at 806.473.3600 or mhaberer(c.�parkhill.com to discuss this further.
Sincerely,
PARKHILL
By /
ark D. Haberer, PE
Project Manager
M DH/dg
\�proJects-dfs\projects�2 0 24140 6 58 24\00_ADMIN\04_CORRES\00_WorkingDocs\ENeph_RS H-ProposalRequest.docx
Attachment B
Fee Proposal
�
W
m
LL
�- <
ZZ
W O
S Vl
Q W
LL
Q K
a
Q LL
FO
m >
2x
W �
�
y
�
�
d
�
0
N
aa
aW
�
��q
«a
l0 y
� C
N �
C O C
-�-
� 9 S
N dC
C �
O �K
f~I! t0
� ~
ao
Y�
V C
� �
d�
�
J -�
�
m
m
J
�
H
W
�
>
�
W
H
W
Q
_
a
::�
Z
C
0
m
�
Q
z
�
W
O
�
W
W
�
�
�
N
w
LL
�
a
LL
�
�
�
�
�
N
m
1'�
Z
Wc
G
2
a
Q
<
H
m
X
W
Ne
G
a
c
O c
�' a
aW
�
�e
� 4
N a
� e
d �
«
c o c
� �
W � _
� �
N C �
O 10
� �
ao
Y N
Q C
a��
J Jr
F
m
J
�
��� g g g g g g� g � �$���$� h d d ��� a� � d m H a m� o o � �� �
�� n g g 8 g� p� n
� Y1 1N fD N N N N b m �
�� �O
0
1-�
M N M N N N M N
Z
O� N O o O O O
tG pp O lV �D
Q �
J
W =
� O
J Z � N
1- W
�
U' -
K �
O
W ° E o e
� $~ �
N
Z
W � '
U o
� ~
W w w w w w
c� 88o88o8
O W � S N N N H O P
= V O
N W �
a N N N N N
sgsgg
� o�o 0�p00p 0 0000a o
� -' ���� N �� iD N t0 � N m G O O iV
U
J N H N M M
= 88888
� g g g g g o 0a 0 0 (0y 0 0 0 o q o
W �' � 0�� In � O d� m fV
Z
U N N N N N
88Q8Q85�$5� �u3
� 'qn' @S7S�lS8S � � o �� o0
Z a � r �i �v
N (2j Ti q
N N M N N N ��
fV N N N Jj
W� 8 � o 00000000 00000 �000000 000 �
a p � d d CD O N f0 f0 O m�O N � � N N OD O(O O O N tV �
� � e
a
N N N N O �
O y.'
U W � � w
w � � '
� O � q
H
e
� � �
LL p
g�_ o a
gZs � 8
N i� tl
� m � g �
s°f �
�' � � o � `� � `� $
LLo' g � $ �s � �
C N ~ � c � E � � � � g � �
c V
�� �$ g� .�� a � �_ � __ 3 � s� � �
V > a � o° m > o E
� YN �ScSd �� �� �� '�° o �� �o � g o ��
N �� � � �i�w � E ��� c�wfn�� � ° � m ��a c
m aR � c � a .Q .- .- .- � � � � $ a .Q �e
1- V1 LL t9i �i p a a c o 0 0 0 0 � ��� a a c
z� 0088 j 'st ��� �$ `m� m o0000 � � 3 qfni �'
y W a U� N 1� N F W U� O , .. . .� U W N O�� N U U U' O r
�'iZ S$8S � � oS'oSo�o��S',�00000t o0o8��oBS�� � o'
0
�N> ��$� � �oosssssssssso��a��o�,ssss�soss�sv�eo
m
o� ag J a` �e dd�dmd��$8'�$��.��-�-~r-�-ei���8 �3�i��2�"�"I.�
�' ~ g � S i a�- r- t-�-t- �� r- r- r- �. ,'� r�� r�- � r- r-r- t-�- �: r-
O � Hr-� �� ��
Y
� 0
f
W
V
>
�
W
N
W
Q
S
a
�
Z
0
�
m
0
�
z
�
W
�
�
W
W
LL
�
2
0
N
N
w
LL
6.'
a
LL
0
�
�
�
�
N
m
r
Z
W
�
S
Q
Q
a
H
m
X
W
�
P
a
c
0
�c
aW
�
�e
O c�
Rc�
G R
N
5gc
«v=
�Qy
y e�
O �
� �
ao
Y tll
V C
O y
d �
�
J J
�
m
m
J
�
W
�
>
�
W
N
W
Q
S
a
�
2
G
O
m
Gz
Q
z
�
�
W
G
N
W
W
m LL
H Q
2 Z
wo
= v�
Q W
LL
Q �
a
FO
m >
2 �
W �
�
N
�
P
d
�
0
O e
��
C
C QQ,
i+ Q
10
` c
m 10
M
C Q C
-a-
,i+ 'O S
N d�
C c
O �
tl! �
H
ao
Y�
V C
� d
� �
d
7
J -i
�
m
m
J
�
N
W
V
�
�
W
H
W
Q
x
a
�
2
O
G
m
�
w
LL
m
F Q
2 Z
w
O
= N
Q W
�
arc
a
Q LL
H �
m �XQ
W �
7
N
�e
G
a
c
0
C
n
'�
Qe
GQ
Q
c
A
o c
? �
v�
a �,
C �
N
F
C
0
C
�
J
�
m
m
J
�
0
a
A
«
l0
�
w
C
Z
r
E
�
C
w
N
�
a
Y
�
�
d
7
J
�
O 4 O o O O O O O O o p t� 0 � p O � ^
(�l h O N G � N N N m^ l'l � O W (yD O�yI l�/ �p �
� MO � N A CpO Np�
� {y � � � R �O
0
1-�
N N N M N N
10 O
� �
� Nv1 o 0 0 0 � n N
a,[ �� m m � 6 4
H N �
y � m
W � t7 3
f� O O O O O N ��
J Z t7 1� lV l7 O N �
? W
M N
W N N
�QQ � � �
�� � � �
W � N
� M N
N 6
- l7 �D
� o o r M o$
q „ us a! � E
F ~
N w N
�' o m
e r
Z o ^ �
w Q
W N f
J
W N N N N
�Z o � 8
o w o � � � a � �
Z U v �
i.j O
N W N M a H N
� 3(� 8
p O N W �
� o o e
2 ` � `•' � �'+
U
N H N H
= N aCp gC
U' O N Q O,
w m �� � � v^ s
U �
w w w .+ �
o m g �vi �
4� o 0 000000 0 � N � p'qn' d
W 2 m ni n N N N � a a $ N g
N U � o
N N H N N �
m B ' $ �
W� o 0 0 0 0 0 0 0 0 0 0 0 0 0� � � m o � m
a ��o c� a vi di di vi � �i vi '� � fo �
� N C
» N g
F � �
o �
U�W o q o LL
W U o 0 0 0 0 0 0 � � $ 1
a � ♦
� � a
H N �
Q (n � N O
a � �
m o o _ � o
P = � � � « p
J LL
a � N
8 � o o �U� N
� � `m
s��
� � g
g $ ��"yt
K � E g b LL 0 b
� � � E E � � '
� , �� �E
� u � �m��� °
a o u
$ �o � Q � E r
y
4 o a � N
y' � �' � � o g � ° a �, s` � � ` � � �
� U W N S�� N U U U' O rE` � 1`- y LL
o� o�o �$ o� o� Fi' � �$ o Uu1 Q
a e el e5 df Nf i+i eo vi vi oi ni oi 1� �� K
y 6 g o 0 0 0 0 0 0 0 o O o o m
J W
a � g e e a v a a d d v v v g e a g p � � < �
~f�s�as���a�aa�faa �" � 3 � a
�'g i- �-� r- r- � � � �-� � � � �- � F � f
r"- d r r r o �
N O
W
V
>
�
W
�
W
Q
i
a,w
V
Z
0
�
m
G
�
Z
�
W
�
W
W
w
mLL
r�
Z Z
W
0
S Vl
Q W
�
Q �
�a
H �
m �X Qc
W c
�
W
�
Q
a
C
O
O c
�' n
a W
C
CLq.
'.�-. a
l6 y
E�
d �
C � C
� �
MC �O T.
G Q �
N C �
C
� �
V �
ao
Y N
V C
d�
� �
J J
�
m
m
J
�
0 0 0 0 0 0 0
�Nna am�N N ry aaS 88 $� �
%1 $ t� aD O O Vl ON
J a h 1� N aD aD � � a0
Q 1�l IA YI � O +
F tV
�
f
N N N H N N N N N
� �
5 y o o O O O � � � N
a a e a a ro a o
N lV �
N M j
y m N
W = � ^
�- V. N O O N H
J Z � N N YI
F- W
�
N N
W �
� — N
� � O �
�Z O
Y1
O p w
_ �
n
Wo 0 0 � g �o 8
� � � Z F
y w N
— o
� a
W o A B .
� o F
�y H N H N
C7 m A
g g
O uT7 0 0 `�' '� � �S �S
W � N Cl Q
N W �
N M a N M
(� m � Sp
Z 0 O � O If� N � CD ,
IL m cp � c1 N Q —
Z 1°
U
M H N H
� N N�y OG
Z O O O y) p O N N N O
W N O O ��O O N M �q �
Z U
U
N N H N
Z� n � N 1A �
� O O N L A 1�
N Z N N
U
N H N M N
� � m m �+
��Q o00o a m oo � �i o � � � �
� n aG N Oi
0. N y S
d
F � � � � $
� ' m
W�O O N � m p y
LL �
a � � w
�n w �
W M �1
� (�
0 �
N
_ � ��� �
� a gu�i9` �
� � � o e y
g V c
� € ���
� �*�N
3 � '� r�
�� o�-
t � t�i E
8 � � Q H 3
9 O
; � � � � 3 � S �
V V (1
g a � '� $ � 8 � � ' �
V N o
N+��m +� $ g
ims�$6 a u7� '' °' _
�9 � am gF-y o �,
� .! $ o o cj oZ o
�� C� W o o � � m n
N VI N Y) YI �p h �� W q U�
� O O O� O O O % q 4
y Yi Y{ N 41 MI �� 4{ vl � N � ~ J 1
m Y Y Y Y F �., Y Y � F �
p Y� A!� a S o �
Y
w d
N
W
V
�
�
W
H
W
Q
Z
,a^
V
Z
G
�
m
�
Q
,Z^
V
W
�
N
W
W
m LL
F �
ZZ
W
�O
S V/
aw
W
Q �
aa
LL
F �
mi
_!Y-' C
W c
�
N
N
�
a
c
O c
�' a
aW
C
C Qq
'w Q
NC �p
G R
d
•.�
� o c
��
w 9 =
� d �
� C
Q �
N �
V ~
ao
Y N
O cyy
.0 ��
J J
�
m
J
�
N N N A O tD t' N N tD Oo pO O O O 1� � N 01
� �D CD n �� N' 0 C�D
A M A N EO CD 01 O
� d IA IA � O O
l0
0
f
N N N M M N N M N N
� �
Y Z
� y o 0 o O o � d W N y
� fA < N �G O N N d
a a °� �
� w J J
y �i, �
W = o �
f� H O O N � H
J Z tV N YI
f W
�
w w
W d
V' = oi
2S � o rn
� w �
� H N
m m
— n v
Z o 0 0 0 0 � 'Q' ��
W tV N � p
y' Z f
f
N N w
� �(�
WO ED
U � o
u� ' r
y� N M M N
c� r 5i 8 8
ow o o � � �Sid
Z U Cl H Q
a `�' ffi
w ,,, ,n a N H
�i�, c� 8
0 0 � o � � m $ �
� b m � � � O
U
�n w �n w
_ � � 8
� �
0 0o ino o '�? � a g
W H a a �.ro o H oi �'
U
N N M N
(,� O� t0 Op G S1
O W O O N � L 1� � N
W � N N
N V CC
N N N N N }
�i n
V W o n � ru°
a� o0 00 �inoo 1° � a � � �
� �- N 0D H Oi
a �
N N ■
a
W U o 0 0 � g np' � m
a I�L tV O tl
LL � � �
uf w F
y F � U•
� LL O
O �
2 3 p� J r LL
� y �
� oe�n9` �
O ~ C Z � y
�4 ~ o � � ag{j
e E � N N
� �� e�
_ �g ,�o�
ta ��
Yy 8 � Q F �
F H�� E U� U
� `c
s c
`c y �
O P �t1 �� � E
� a �m a
��s��'.�9�� �� a a �
a m y o LL
� 3*''d' o o �"i p o a
$� 3 W o o tp � V J �m W �
p O o O� O�� O o �� 7 q �
y 1d 1d tY 1d 1C $$ td 10 W �
� N � ~ � 6 LL
Y Y y y y f� Y Y
+ r ++e �
� F�9 � F F � F p r f H
Y
� a
r
N
W
V
>
�
W
�
W
Q
i
a
�
Z
�
0M
W
W
W
m LL
�Q
Z 2
W O
a W
LL
Q �
�a
�O
m�
X
W �
7
H
�
0
a`
c
O c
�' c,
aW
�
�P
� �' u
E�c
10 �
C � �
y y o
Ea�
y y e
c W �i
o-�
`��
a c
Y �
V C
O �
�
.G
J J
�
m
m
J
W
V
>
�
W
H
W
Q
2
a
:7
Z
c
O
m
cz
Q
�
y
W
C
H
W
W
m LL
HQ
ZZ
W 0
Q W
LL
Q �
�a
f- O
'm_�2
W �
�
�
�
�
a
c
0
o e
�X
a W
C
C Q
�$u
«
c
�s—
E A O1
+d.. �
�
C � y
� 9 0
�QV
y d c
c A �i
o-x�
� ~ IL
ao
o�
a�a
J J
�
m
m
J
N
W
V
i
�
W
N
W
Q
i
a
�
Z
G
G
m
N
W
W
m LL
F �
Z Z
W
�o
Q W
LL
Q C.'
�a
Q LL
� 0
m %
iQ
W �
�
�
N
Q
a
c
0
� C
�0
a
a W
C
C Q
��'u
'a+
� C �
� W A
c
5 0 �
«��
�QU
(/i N C4
C � W
O — �
` � �
a e
Y y
V C
� �
� �
J J
�
m
J
q � �� �� � � O � O O N O O Q Q O O
V N p� N �y � G O O 1G C C/ O G�� G GG G C C G O O O C O O O G G C G
� ^ 1 � ^ O O N
� O N N N �
F Y>
�
H
M M N N N N M
� b a N �
O N
s o O � y O O
.S C fV CC � N N
N $ �
N w j
N
W -
F � O
J Z O
� W
N M
� �
�� � � � � o o a
� N � O 4
H M
O{r�� O�y p O '-
� ffi � 1fI W O O
8 �� E 4 Q
N $ F �
H N
O O
IV N
W �O m N � O O � O
U ^ o' v e "r e
J ' N f
W N N M M M
c� 8 8
gW �St ' �
0
ww �
y W �
w M a�n ww
g g
� o � �
2
U
ae �n �n w �n
8 88
� s��
w �
2
U
H N M M H
8 O �
K C7 ui � ^ c
Z W r � m
y U � ' Y
w M �n w�n w t
� � N N �
a � g
w� o � <'.i `�w' � � � � o 0 0 o a
0 N Q Ep p LL � Cl N O fV
� � st �
a q
" " a
o� �
V W m e
W U o a 1
aLL o a N
ao � ±
w �n F
LL� ~ � �
_ � 3 °
$ �
0
< � a
° o g y K
&
� o� � � �
� � � � �
�$ � �
�� �� �m � � ��
Y F �E � � ��$ $ ti ciEg
�� � g� �.�� a e 7c � _m0 � & _g �g
O E � E 4g Z��t � Q'� �� y a � �� � a N � a
�+ �a � � $� � 3 e� � msi q c°c�i�v�io�� — � ° � �g � °ca
S � LL� $�� � g ` a a c o 0 0 0 o c � s p g a a ffi c x
� i o 8 LL � u� v� ia� 3 v° i� w c° f i c� i����"@ c�— i� m�� 3 v S` c 3 c� i c� $
H YI d {� t7 y N pp A (p p1qO fV N N N N (y P1 a N tp P m q O [.
� O O � O O O O O O O O O O O O O O O g O O O O O O O O O �� j
11� N CI (y N Cl lV N {� (y{y N N N M��� M 0 M M f�l C9 l'1 l7 t'f 01 t7 l7 fS a
Q J W O O O O O O O O O O O y y W Y M1 O O O O O O O O O O O N
a �' a � � a ci oi ri ai vi vi vi oi oi oi vi ����� �'�c oi oi oi vi ti ai vi wi oi vi M g
a �� ~~ � �v $��aaaa����aa������p�ssa��������a
f- O � � �r �� H
m �
�
W
V
�
�
W
h
W
a
i
a
�
Z
G
�M
W
0z
Q
Z
�
�
W
G
�
W
W
m LL
FQ
2 Z
W O
= N
aW
LL
Q �
.d
Q IL
F Q
m %�
W �
�
�
�
G
a
c
� o
O C
�X
aW
�
�e
��u
«
� c c
O1
� a
C O ;
g N
9
C
Ea'�
(n C oC
C � y
O _ �
d
V � �
aa
Y �
0 C
� ��
J -�
�
m
m
J
� 88 �� � eoaa o 0 0� �
N 1G tG O m A G N O D�O G C tV G G O G C C O GD G O G G C O C O
d � � � ^ N
� N 1� !� O O
1�l Cl N N 10
F ID 10
0
F-
M H N M M N
� b � N �
O N
O O � �
.Q � N m �
y Q N N �
J
N
W =
�= o
J Z G
? 111
N H
O L � �
Q ~ t7 p � � N
f�
N N
N O
O� N
i� o 0 0 0 '� p °p E o a a �
�C � 4C O N 1O Z F �
a
N N
O O
(� N N
W � O O m a�0 ^ G b O O O O �
V � m Cl N � 0 N CI O �G O "+
N f
W H N N N
�c� E8 8g
w o o'x?f
W� o
N ffi
M M a N M
ss
� o $�
2
U
N M N H
- O O
� o q� �
Z p U
U
N M N M
8 O �
K �' vi v� O
Z w � g "� �
y2 0
U �
M N N H N Lo
O p � tll
O f0
U W �D E $q
W� O O O O � N � � L O O O O O O O
a O Q N tV � q 6 O M fV N N O �D
� C
» » 8
� �
W� � �
a� $ �
�
ao � �
N N F
C � � � �
O m
_ � 3 °
�
� � a 3
m � O O N
F � �
LL
� � � � �
$�� � ��€ �
t E �� 8 ��� � � � �
►.
� O E� E� c�i O a� $ eR� � s �' � �
$ a
� � �� • � '4gi !K � � � e � 8�g � 3�
N ��E � � d ��� � e$� ��� `oz�� N33 -= � m �i`�
p � y� c U W N O 7 �
a°ce3 � d�LL$�r', � °�aa$00000� �� �gp aaffi
LL�� 11-` O u � U W N LL V N� U U c c c c o� U W N� J V N U U U'
�0 o s ij o � o 0 ory gtV o� oN��(Vi �� o 0 0 o s t o 0 0 $ o� o���
O O O� K J y�p W y � O O O O O O O O O O O �[ �t �[ y�p� d O O O O O O O O O O
N� � N1 l7 10 Q� p � O O N O O� O Q O O� O����$'0 a 0� O O O O Y Y Y Y O O
^a��^ �� � d �dj��'�����3�33 a€a��s�aa���
� ~�-r- $ �F- i � i $:r-� t-��r�-�t-�� N°x�-�rr-t-��� ��
� � O � +�F- �d
Y
m � � m ±
W
V
>
�
W
N
W
Q
_
a
�
z
0
�
m
N
W
W
m LL
�Q
Z Z
W O
= H
aw
aLL
�°
�a
Q LL
�O
m�S
W �
�
�
�
0
a
e
0
o c
�' p,
aW
C
C Q
��u
+� c
{C � �
C
O1
+�+ W p
c o �
r � o
Ea�
y y c
C � t9i
o-�
�'
� � LL
ao
Y .-
V C
� d
� �.0
J -�
�
m
m
J
W
c.i
>-
�
W
N
W
Q
2
a
�
z
0
�
m
�
w
W
�
Q
2
O
y
W
W
LL
�
a
LL
�
�
�
�
�
N
m
F-
Z
W
�
x
Q
Q
¢
F
m
W
�
e
a
c
O c
� a
aw
c
C Q
0�.�
'r+
� C �
a
c o�
� N
=' � O
Ea�
y y ep
C q N
O—�
� �LL
ao
(Yj tll
O c
� �a
J J
�
m
m
J
W
V
>
�
W
H
W
Q
2
a
�
Z
0
G
m
G
�
z
�
N
W
G
Parkhill
February 8, 2024
Ms. Jacquie Martinez
Parkhill
800 S. Polk Street, Suite 200
Amarillo, TX 79101
Re: Proposal for Professional Services
Additional Surveying Services LBB Taxiway L Extension Project
5401 N Martin L King Blvd Lubbock, TX 79403
Dear Ms. Martinez:
Parkhill is pleased to have the opportunity to provide this Proposal for Utility Survey Services for the
referenced Project.
SCOPE OF SERVICES. DELIVERABLES, AND TIMELINE
Parkhill's Survey Sector will prepare additional Surveying Services for the LBB Taxiway L Extension
Project. It is our understanding this additional Survey will include runway edge shots along Runway
17R-35L, as necessary, to merge existing 2023 Survey for this Project with data sets collected by Parkhill
survey crews in the last 5 years.
In addition to this data merge, our Crews expect to escort Criado, our Subsurface Utility Engineering
(SUE) Subconsultant for one week on site. Parkhill will collect measurements of marked and potholed
underground utility locations.
All of this survey data will be merged with the 2023 Survey Data Set and submitted for your design. Our
expectations are that a two-man Survey Crew will be on site collecting runway edge shots for 2 full days.
One Survey Technician (Fred Engstrom) will be on site for 5 full days escorting Criado and collecting
utility data. In addition to these 2 planned trips, we have budgeted a one-man Survey Crew for 3
"buffer days" to account for any additional surveying, escorting, or other miscellaneous field trips that
might come up during the course of this additional Survey Work.
Services specifically excluded from our Scope of Services include, but are not limited to, the following:
■ Boundary Surveying
■ ALTA / NSPS Surveying
- Title Commitments / Title Searches
Expected delivery date for submitting our Work can be negotiated upon receipt of Notice to Proceed.
COMPENSATION
Our fee for the Scope of Services described above will be based on a lump sum amount of $34,000.
A�2023W 0840 23�00_ADM IM00_CONTR101 _F INAI.�ORAFTProp_ Inlemal_LBBTAXIWAY_ADDTLSRV Y_40640231sk200_02072024.docx
4222 85th Street Lubbock, Texas 79423 806.473.Y100 P�rkhUl.com
Ms. Jacquie Martinez Page 2 02/08/2024
Parkhill
If this Proposal meets your expectations, you may indicate your acceptance by returning one signed copy
of this Proposal to our o�ce. We will consider receipt of the countersigned Proposal as Notice to
Proceed.
We appreciate the opportunity to Professional Services to you and look forward to the successful
completion of your Project. If you have any questions, please do not hesitate to call us.
Sincerely,
PARKHILL
S� ���
By
Sam Wyatt, RPLS
Professional Surveyor � Principal
Survey Project Number:4064023 Task 0200
PARKHILL
Accepted By:
Title:
Date:
Project Number:
SW1N/rmg
Enclosures: Pothole Locations Exhibit
Parkhill
TOPOGRAPHIC SURVEY
Parkhill has been retained by Lubbock Preston Smith International Airport (LBB) to prepare a fee for
Design and Bid Phase Services related to the LBB TWY L Extension, Taxilane Addition, and Apron
Expansion P�oject. Please provide a proposal to perform limited Topographic surveying in relation to this
work and as necessary with any related Subsurface Utility Engineering Investigation survey assistance.
The following should provide guidance on proposal expectations. If you feel a necessary service is
omitted, please include such recommendations in your proposal. Please contact Jacquie Martinez directly
at iamartinez(a�parkhill.com or 806.378.8621 with any questions or concems.
DELIVERABLES FORMAT
Provide deliverable data in the following format:
• Coordinates: Texas State Plane
State Plane Zone: Texas North Central — 4202
• Vertical Datum: North American Vertical Datum 1988 (NAVD88)
• Geodetic (Horizontal) Datum: North American Datum 1983 (NAD83)
• Benchmark(s) should remain consistent with the Preliminary Engineering Phase of this Project
(based off Primary Airport Control Station).
• Provide elevation data on all flow lines and exposed pipes, conduits, and structures including
existing sanitary/storm sewer flow lines, culvert/inlet flow lines, and other identifiable utilities
including coordination necessary for SUE subconsultant work through exploratory trenching.
Anticipate five days of field time for SUE work.
• Provide an AutoCAD-compatible electronic drawing merged with existing data from
Preliminary Engineering Phase of this Project.
• Entity color and line type shall be "by-layer," coordinated to match existing electronic drawing.
• Provide all contours, breaklines, TIN elements, and existing ground shots on elevation.
(Extraneous shots for locating features not on the ground surface should be on elevation but
separate layer from ground surface shots.)
• Line work shall be all on elevation "0."
• Points should be blocks with elevation, point number, and descriptor attributes.
• Provide a comma-delimited ASCII text file of all points obtained in the following format:
o POINT #, NORTHING, EASTING, ELEVATION, DESCRIPTION.
• Provide an AutoCAD color table file ('`CTB) for plotting styles.
• Provide a point-codes description list describing abbreviations and symbols used.
Topographic Survey Deliverables
Include the following ground feature criteria at minimum:
• Provide shots on edge of RWY 17R-35L paved shoulder as necessary to make previous data
"whole".
• Provide four days field time for miscellaneous on-site survey during design along with
necessary in-office processing time.
A�2024W065824\00_ADM IM00_CONTR\02_CONSULT�Parkhill _SurveyIDRAFT�Parkhill-TopoSurveyScope.docx
Parkhfll.com
LBB TWY L Extension, Page 2 January 17, 2024
Taxiway Addition, and Apron Expansion
Utility Survey Deliverables
Surveyor to coordinate with SUE subconsultant and various utility providers to have additional buried
utilities marked as necessary. Such utility information shall be shown on completed survey along with the
following minimum utility criteria:
• Municipal Utilities: Water, sewer, storm sewer, fire-protection lines, post-indicator valves,
culverts, inlets, fire hydrants, meter boxes, valve boxes, cleanouts, manholes, catch basins.
• Municipal Franchisee Utilities: Electric, natural gas, phone, cable, street lighting, other
communications systems including meters, meter boxes, valve boxes, poles, guy wires.
• Non-Franchisee Utilities: Overland fiber optic, crude oil, natural gas, raw water transmission,
oil wells, oil flow lines.
• Private Utilities: On-site utilities typically extending from property line to existing building,
private storm sewer and culverts, central plant utilities, buried tanks, septic fields, water wells,
irrigation system valve boxes.
• Any utilities located through exploratory trenching.
• Provide surveying/escort services for SUE subconsultant up to five full days.
• Attend two-to-three meetings with SUE subconsultant for any utility clarifications.
Site Access
Project will be in a secured area of the airport. Badging will be required.
Frequency is121.9
Deadtines
Please provide requested proposal by January 19, 2024, so we may keep our Owner-provided deadlines.
A scoping meeting will be held with SUE subconsultant to clarify any proposal request clarifications. Refer
to attached proposal request for SUE subconsultant.
Jacquie Martinez
VIA EMAIL: iamartinez@qarkhill.com
Parkhill
Project Manager
RE: Subsurface Utility Engineering — Lubbock Taxiway L Extension Project
Dear Ms. Martinez,
2/1/2024
Criado & Associates, Inc (CAI) is pleased to submit a cost proposal for Subsurface Utility Engineering (SUE)
required for the above-referenced project. This proposal is based on the information provided in the email sent
to Patrick Dunn.
Introduction
CAI will perform the SUE field work required for this project as requested.
It is the responsibility of the CAI to perform due-diligence with regard to records research (QL "D") and
acquisition of available utility records. The due-diligence provided for this project will consist of contacting the
applicable "one call" agency, visually inspecting the work area for evidence of utilities; and reviewing the
available utility record information. Utilities that are not identified through these efforts will be here forth
referred to as "unknown" utilities. CAI personnel will scan the defined work area using electronic prospecting
equipment to search for "unknown" utilities. However, CAI is not responsible for designating and locating
"unknown" utilities that were not detected while scanning the work area.
Scope of Work
Based on the information provided by Parkhill, CAI has developed a preliminary scope for the SUE work required
for this project. For this project, CAI will provide
Q�,.B„
QL "B" will be include identification and designation of Public & Franchise Utilities (Water/ Wastewater,
Storm Drains, Gas, Natural Gas, Fiber Optic Cable, Underground Electric, Underground Tellephone, etc.).
Investigation will include limits within expansion and surrounding area to identify all utility crossings.
Desi�natin� Procedures
Prior to beginning field designating activities, CAI's field manager will review the project scope of work and
available utility records. Once these initial reviews are complete, the field manager and technicians will begin
designating the approximate horizontal position of known subsurface utilities within the specified project limits.
A suite of geophysical equipment (electromagnetic induction, magnetic) will be used to designate
metallic/conductive utilities (e.g. steel pipe, electrical cable, telephone cable). Non-metallic/non-conductive
utilities will be designated using other proven methods, such as rodding. Where access is available, a sonde will
be inserted into the utility line (e.g. PVC gravity sewer pipe) to provide a medium for signal transmission, which
can then be designated using geophysical equipment.
Page 1 of 4
Quality Level-A (QL-A) (Test Holes) — Excavate by nondestructive means existing utilities establishing a
confirmed vertical & horizontal location to be surveyed and visually depicted (Vertical alignment). QL-A
Locates will be performed in accordance with Cl/ASCE 38-02 to Quality Level "A" as described below:
a) Notify Texas 811 of the project and coordinate with franchise utilities and representatives of gas
pipeline companies in the project area.
b) If necessary; coordinate permitting and any Traffic Control with Local and state agencies for
collecting SUE data. — Taxiway closures and escorts to be corrdinated by client.
c) Expose and locate utilities at specific locations.
d) Tie horizontal and vertical location of utility to survey control.
e) Provide utility size and configuration.
f) Provide surface thickness and type, where applicable. (Assumed THs outside of pavement areas)
g) Provide general soil type and site conditions and such other pertinent information as is reasonably
ascertainable from each test hole site.
h) Survey each SUE location and provide N&E locations tied to the topographic survey controls.
Deliverables
1. Field Sketch of all identified field investigation for existing utilities
2. Existing Utility Layout submitted CAD (.dgn or .dwg) reflecting field findings.
Schedule
CAI can commence work within two weeks of receiving the notice to proceed (NTP). It is estimated that the QL
"B" SUE field work can be completed within three (3) days.
Page 2 of 4
Quality Level-A (QL-A) (Test Holes): CAI can perform Quality Level A(QL-A) Test Holes to confirm horizontal &
vertical position of existing utilities at specific locations within the project. CAI proposes ten (10) QL-A Test
Holes withn natural ground to be performed under two separate mobilizations. We estimate a production rate
of 4 THs per day at an average depth of 0' —8' per day.
Estimated Fee
,�„� a,.�, "°� �.*�. �,,.,� "'^' �..�,� �..wn.. ��ap� .�� � .m�
E�M Nw�GER CsndM.Ma TedmkYn i11F[[S[�R (Dh�l MmN6lntor
&WNGMTF/NR: S 795.00 S 195L0 S �•� S I13.00 S 16Q00 S Sr600 S 3A00 S 120.00 S 1E.00 S I10.00
OHk�Support �
vmrm,�R,,,.nVw/ON oe�we.abks o i � a o to 0 0 0 2 �x
RaordsResearth o 0 0 0 0 o u o 0 0 ' v
Tobl Coq S S 190.W 5 1.1�0.00 S b97 UD 5 5 1 KO OD S 5 S S ��.� S b9Di C7
� µ� ' 0
TBD ---� �- T��-6. 0 0 0 0 Q 0 0 9 0 0 6
T11S[2-ToblCoq $ $ S $ $ $ S �S S $ S -
SUBfOTAI UBOR S 3�90i'00
_� -
N%�Y l�vel B �448) Da4n�tln�
Le�M B l� �.� li)
TwofenonLMveyGew
One Porson Luvey Crew
FkkDesip�atlry/OL�B
Surveyo/5UE
MN ImpecpN �.�+7W�t
QL-B A1oW OtAb6
a� e v.. o+�
sunmiu: wwiy � e �a�•e� oea�n.n�
Qu+�M lnM �(a•N T�ft tlops
iest Xole Depth (0' - 5'�
Test Xole Depth(S' - 8')
Test Holt DeptA �B'.13')
7esl lble Deqh (13'. 211')
Cort 6 RHlorc Pavemem (10' Corc�
7esllbles�DayRate)
dol Trtnch �S' wlde.8' 4pth avenge)
qL��Abb/OeAbb
Ql•A Ger dem
Il�o VK
NydroW< �Slot Trcn[Nry)
HydioW c I���tl Crtw)
M�e�oVac IeuMu Mateeall l�'I
Mdrovac (��an �KI
wmor�4 �.uv � � lot-M re,� xwe,
UN1T
lf
NR
NN
Day
Day
�
LS
G
UNR
U
El1
G
G
EA
wr
Day
l5
�
NR
NR
cr
u
QlY
0
0
0
2
0
0
1
�
47`I
3
3
3
1
0
0
2
1
13
0
0
0
0
M7E SUBiOiAI
5 2ro S
5 13500 S
5 115.00 5
S 7 600.00 $ 5.300.OD
S 1.660.00 $ �
$ �20.00 S
S 3,SOOUO S 3,500.00
$ US.OD 5 SB0.00
$ 9�H0.0D
wn warotu
$ I,IIO.OD $ 1.330.00
S 1A90.OD S 5,670.00
5 7,550.00 S 7,650.OD
5 3.750.00 S 3.75000
$ 125.00 S
5 3,600.00 5
$ 3,600.00 S 7,70000
5 1,6W.00 S 1.600.OD
$ 1�5.00 5 1,7<0.00
5 17500 S
$ 100.00 $
$ 300.00 $
5 =oo_o0 5
S �.u�•�
E511LUfEDfEE SUMMIIRY
SUBTOTAL 1A80R S 1.90t 00
SUBTOTNUNRMiES S M,IM.00
rmucmwunortc s �
. . -r—.�.� , . _ .. . .. :. - . -x ..r f 9,ZQ0.00
S �,eaao
The total estimated cost to complete the work described herein is ($48,022.00).
Costs incurred will be carefully monitored during the progress of this project. Our services will be invoiced
monthly upon the completion of proposed scope.
If additional Scope is needed, formal acceptance from Parkhill will be required and subsequent invoicing shall
reflect applicable work assignments. This work may include, but is not limited to the following, which will
require Parkhill approval pror to additional work performed;
• Each additional day of QL-B $2,600.00/ Day (Approval needed by Parkhill)
a Requisite Per Diem to be added
• Each additional day of QL-A $3,600.00/ Day (Approval needed by Parkhill)
o Requisite Per Diem to be added
CAI will invoice CLIENT on a Time and Material basis, for any additional days worked beyond the estimated time.
Should non-routine traffic control measures be required (barricades, flag person, changeable message boards,
etc) these services will be considered extra and invoiced at cost. CLIENT will be notified if such circumstances
arise, and CLIENTS approval will be necessary before commencement.
Page 3 of 4
The fees quoted in this proposal will be honored for up to 45 days from the date of this proposal.
We trust this proposal meets your requirements for this project. We appreciate the opportunity to be of service
and trust that our association on this project will be mutually beneficial. If this proposal meets with your
approval, please sign below or provide assoco=iated project work order. Please feel free to contact us if you
have any questions or comments concerning this matter.
Regards„
�I�Stc� 2Ua�
Rusty Wolff
SUE Director
Criado & Associates, Inc.
APPROVED:
It is understood and agreed that by signing this proposal, access to the property referenced in this proposal is granted
for the purpose of conducting field SUE work.
Parkhill:
By:
Print
Date:
Page 4 of 4
Parkhill
SUBSURFACE UTILITY ENGINEERING REQUEST FOR PROPOSAL
Lubbock Preston Smith International Airport (LBB) retained Parkhill to prepare a fee for Design and Bid
Phase Services related to the LBB TWY L Extension, Taxilane Addition, and Apron Expansion Project.
Please provide a proposal to perform limited Subsurface Utility Engineering Investigation (SUE) and
design assistance as part of the process. The following should guide proposal expectations. If a
necessary service is omitted, please include such recommendations in your proposal and contact Jacquie
Martinez directly at iamartinezCa�parkhill.com or 806.378.8621 with any questions or concerns.
GENERAL REQUIREMENTS
Subsurface Utility Engineering shall include, at minimum:
❑ SUE shall conform to American Sociery of Civil Engineers (ASCE) Guideline 38-02
Standard Guideline for the Collection and Depiction of Existing Subsurface Utility
Data.
❑ SUE shall comply with EM 1110-1-1005 Engineering Design Control and Topographic
Surveying.
❑ Coordination with Parkhill Surveying Subconsultant.
❑ Compile with Topographic Surveying Data.
❑ Quality Control Checks on compiled data.
❑ Provide a comma-delimited ASCII text file of all points obtained in the following format:
a POINT #, NORTHING, EASTING, ELEVATION, DESCRIPTION
❑ Provide information to define all symbols and abbreviations used.
❑ Provide an electronic AutoCAD-compatible drawing with the following provisions:
o Entity color and line type shall be "by layer."
o All line work shall be on elevation "0."
o Points shall be blocks with elevation, point number, and descriptor attributes.
❑ Provide one PDF file.
❑ Detail horizontal and vertical benchmark datum used, scale, North arrow, and magnetic
North arrow.
UTILITY REQUIREMENTS
LEVEL A:
Proposal shall contain costs for a preliminary total of 10 locations for 3-D Level A data collection (see
attached). Five, Level A areas are indicated. Additional five will be reserved for any recommendations
based on evaluation of Level B work previously performed and potential exploratory trenching as
discussed and agreed upon before work is performed. Data will be compiled with topographic survey
results. Include necessary fees in your proposal to coordinate with topographic surveyor (Parkhill) to
combine data.
LEVELS B, C, AND D:
Size and material of all utilities are documented and shown two dimensionally on supplied Drawings.
Levels B, C, and D work at a minimum should include:
1. Evaluation of Levels B, C, and D work perFormed as part of the Preliminary Engineering Report.
2. Any recommendations derived from evaluation.
1lprojects-dfslprojects�2024140658.24100 ADM[N'�00 CONTR102 CONSUL'11CriadolDRAF"I�Criado-SUE Request.docx
Parkhlll.eom
Criado Page 2 January 16, 2024
SITE ACCESS:
Project will be in a secure area of Airport so badging may be required. Parkhill surveying crew will also
be with field crew during work performed at the Airport.
To meet our client's schedule, please submit your fee for consideration by January 19,
2024. For proposed work, we are requesting proposal be an hourly/reimbursable fee.
Mead
�lunt
January 31, 2024
Mark D. Haberer, PE
Parkhill
4222 85th Street
Lubbock,TX 79423
Subject: Taxiway L Extension, Taxilane Addition, and Apron Expansion Project at Lubbock Preston
Smith International Airport (LBB)
Dear Mark D. Haberer, PE:
Mead & Hunt, Inc. (Mead & Hunt) is pleased to submit this proposal to provide an Independent Peer Review
of the Final Design at the 90% submittal for the above-referenced project.
Project Understanding
Our proposal is based on your request for services dated January 24, 2024.
Scope of Services
After receipt of authorization to proceed, Mead & Hunt shall provide the requested services to independently
review the Final Design. This shall include a review and comments of:
• Review the proposed pavement design from FAARFIELD then provide alternatives to the pavement
typical section.
• Review pavement geometry for compliance with FAA AC 150/5300-136.
• Review drainage design and recommend changes.
• Review airfield lighting, signage improvement details, and recommend changes.
• Review the new utility layout and recommend changes.
• Review the Phasing Plan, construction durations, and recommend changes.
• Review Opinion of Cost and recommend changes.
• Advise on key Advisory Circulars, Engineering Briefs, etc. that should be referenced but are not.
Review Plans and Specifications in their entirety and recommend necessary changes.
Mead & Hunt will provide comments via Bluebeam Revu of Consultants PDF's, and/or tabularized in a
comment matrix in Excel.
Responsibilities of Parkhill
Scope of Services and Compensation are based on Parkhill performing or providing the following:
Mead & Hunt, Inc � 999 18°i Street Suite 2300S Denver. CO 80202 � 303-825-8844 � rneadhuni.com
Mark D. Haberer, PE
January 31, 2024
Page 2
• A designated representative with complete authority to transmit instructions and information, receive
information, interpret policy, and define decisions.
• Available data, drawings, and information related to this project.
• Protection of Mead & Hunt-supplied digital information or data, if any, from contamination, misuse, or
changes.
• A summary meeting to review comments and questions by Mead & Hunt.
Work Not Included in the Scope of Services
The following items are excluded from this agreement and will be provided by Parkhill. Mead & Hunt can
provide Additional Services only as authorized by Parkhill:
• Project site visit
• Stamped drawings
• CAD design
• Renderings
Project Schedule
• Review documentation within two (2) weeks of receipt
Compensation
The work described under the Scope of Services will be performed on a lump-sum basis. Parkhill will pay
Mead & Hunt eighteen thousand six hundred sixty dollars ($ 18,660.00) as engineering fees for the work
performed under this contract.
Rev. 5-22
OO 2024 Mead & Hunt, Inc.
Mark D. Haberer, PE
January 31, 2024
Page 3
Authorization
The Scope of Services and Compensation stated in this proposal are valid for thirty (30) days from the date
of submission. If authorization to proceed is not received during this period, this proposal may be withdrawn
or modified by Mead & Hunt.
Signatures of authorized representatives of Parkhill and Mead & Hunt shall convert this proposal to an
Agreement between the two parties, and receipt of one signed copy shall be considered authorization to
proceed with the work described in the Scope of Services. All services shall be performed per the General
Tem►s and Conditions for Engineering, Ar�hitectural, or Consulting Services which is attached hereto and
made part of this Agreement and labeled as Exhibit A.
We appreciate the opportunity to submit this proposal to Parkhill.
Respectfully submitted,
MEAD & HUNT, INC.
Rev. 5-22
O 2024 Mead & Hunt, Inc.
Exhibit A. General Terms and Conditions
TX General Tertns and Conditions 5-22 Mead 8 HUnt, InC.
O 2024 Mead 8� Hunt, Inc.
(No copying or use without written permission)
■ ■
�■i�■i� TERRA TESTING, LLC
■ ■�■ -
■ ■ ■ LUBBOCK � DALLAS � SAN ANTONlO
TERRA
�,�� i977
February 12, 2024
Proposal No. L240212-01
Mark Habe�er, PE, CM
Director of Aviation
Parkhill
4222 85`h Street
Lubbock, TX 79423
W W W.TE RRA-TESTI NG.COM
Re.: Proposal for the Geotechnical Design Review based on
STR 2678L LBB TWY L Extension, Taxilane Addition, and Apron Expansion
Lubbock, Lubbock County, Texas
Dear Mr. Haberer,
INTRODUCTION
Terra Testing, LLC (Terra) is pleased to submit this proposal to perform a geotechnical investigation for
the above-referenced project. Terra Testing, LLC shall be referenced as "Consultant" and Parkhill as
"Client."
Title 10, Subtitle F, Chapter 2254 of the Texas Government Code prohibits a governmental agency
and its agents from selecting a provider of professional services based on competitive bids.
Therefore, Terra has assumed that Terra has been se/ected to provide these services based on
our quali�cations and wil/ not be violating state law by providing this priced proposal.
We understand that the FAA is constructing a new LBB TWY L Extension, Taxilane Addition, and
Apron Expansion to the Lubbock Preston Smith International Airport in Lubbock, TX.
GEOTECHNICAL DESIGN REVIEW
Per the email dated Jan.12, 2024, sent at 14:38H by Ms. Jacquie Martinez with Parkhill, we plan to assist
Parkhill with design elements utilizing geotechnical data collected and analyzed in the geotechnical
engineering report STR 2678L LBB TWY L Extension, Taxilane Addition, and Apron Expansion
Preliminary Engineer Repo�t Project dated January 5, 2024. The report should include, at minimum:
1. Review of proposed pavement sections confirming compliance with AC 150/5320-6E and
recommendations in the Geotechnical Report.
2. Review of proposed design specifications related to pavement sections and recommended testing
procedures through the Construction Phase.
3. Review the proposed Construction Management Plan (CMP) to ensure completeness of required
testing and adequacy of test frequency.
4. Anticipate engagement in reviews at the 60% and 90% milestones.
ENVIRONMENTAL I GEOTECHNICAL I MATERIALS TESTING & INSPECTION
REMIT TO: P. O. Box 1GG05 � LUBBOCK �TEXAS 79490-GG05 � T: 806-793-47G7 � F: 80G-793-47G8
Geotechnical Design Review for LBB TWY L Extension, Taxilane Addition, and Apron Expansion
Lubbock, Lubbock County, T][
Proposal No.: L230212-01
February 12, 2024
Page 2 of 4
FIELD INVESTIGATION
■ ■
■ ■ ■■
■■�■■
■ ■■■
■. ■ ■
TERRA
Perform in-situ Field Permeability test at three (3) locations to provide permeability of the existing soil.
COST ESTIMATE
Based on the scope of work outlined herein, we propose to pertorm the Geotechnical Design Review for
a lump sum fee of $18,000.00.
In-situ Field Permeability $450.00 X 3=$1,350.00.
TERMS AND CONDITIONS
Our services will be performed in accordance with the attached Agreement for Services. To indicate
acceptance of our proposal, please prepare two copies of the contract, sign them, and send them to us
for our signature along with a written notice to proceed, which shows the required start date. We will
return a signed copy for your files.
We thank you for the opportunity to submit this proposal, and we look forward to working with you on this
exciting project. Please contact me at 806-777-0786 if you have any questions or need additional
information.
Terra Testing, LLC
�
240212-13.23H Geotechnical Design Review for LBB TWY L Extension Lubbock TX.docx
ENVIRONMENTAL I GEOTECHNICAL f MATERIALS TESTWG & INSPECTION
REMIT TO: P. O. Box 1GG05 � LuBBOCK �TExAs 79490-GGOS � T: 80G-793-47G7 � F: 80G-793-47G8
Sincerely,
Parkhill
GEOTECHNICAL DESIGN REQUEST FOR PROPOSAL
Parkhill has been retained by Lubbock Preston Smith International Airport (LBB) to prepare a fee for
Design and Bid Phase Services related to the LBB TWY L Extension, Taxilane Addition, and Apron
Expansion Project. This is the next phase of Proiect which Terra performed a full-scale aeotechnical
investiqation as qart of Preliminary En4ineerin4 Reqort.
Please provide a proposal to perform Geotechnical Design assistance as part of the process. The
following should give guidance on proposal expectations. If you believe a necessary service was omitted,
please include such recommendations in your proposal. For any questions, please contact Jacquie
Martinez directly at iamartinez(a)qarkhill.com or 806.378.8621.
REPORT AND DELIVERABLES
Please include supplemental tests, calculations, or observations as necessary to make recommendations
in the final report as noted. Provide a report detailing your findings and recommendations based on
coordination with Parkhill on design elements utilizing geotechnical data collected and analyzed in
geotechnical engineering report for LBB TWY L Extension, Taxilane Addition, and Apron Expansion
Preliminary Engineer Report Project dated January 5, 2024. Report should include, at minimum:
1. Review of proposed pavement sections confirming compliance with AC 150/5320-6E and
recommendations in the Geotechnical Report.
2. Review of proposed design specifications related to pavement sections and recommended
testing procedures through Construction Phase.
3. Review of proposed Construction Management Plan (CMP) to ensure completeness of required
testing and adequacy of test frequency.
4. Anticipate engagement in reviews at the 60% and 90% milestones.
Site Access:
This Project will be in a secure area of the Airport so badging is required.
Deadlines:
Please provide requested proposal by January 19, 2024, so we may keep our own deadlines as given to
us by Owner. Feel free to contact us with any questions.
\\projects-dfs�projects�2024\40658.24\00 ADMIN\00_CONTR\02_CONSUL71Tema\DRAFT�Terra-DesignGeotech.docx
Parkhlll.com
� � �•.+ .
�
a;
;:
Z �
0
, r�
d
�.
�
�
y J
�
�
4�
�
s�
� �
� `'
� I
,�
�
a
4
� �
r ,. ' ..
�•
1 - � � �� —_— ____-�' i
�
n �M1
s
�� � � .
• '"�4 ':�r - , ��� .
� - _ _' . ti �
�' � -, •� ; ��:; ; �� �
.. �
y}_ _ � � Y � I
. ��. r �,
+ -� � �
r �, �
� ��♦ i
�. � ; �
� ;,,,� � � : �,
� � � ' ;, � �
� -• �
t �.: .
� • T ��
f *. � `' i
�
� �_��
, � � c�
� ��
-�� -('. _ �� . _� ._"— "_""_ " _' -
/ �� "
..1 '+1. "`t ' �-..
�' �
Y�'
e �
�
,,
�
C
m•
c
�
1�
�a e
C
�, Q
Im �
�
I � O
i*i �
�
�
V �
;� U
_�
��
� �
'ir
�� � l
* �y-- - -
--- - �' - -- . . — ---
�. +
. �
; � � � y
' ' ' .� • • r' - _: i -�- '
� - �: ���:
� � tk� '
K � �
w�� ,.� .
. �
S � 4
� � �
a ]
�
� �
� 1
�r
'�„ _ �, � ,
i _
�
� � ��
�' -� � il
'` • �I
P �
' � �
�
k �
� �' i.
J� �
il
�
:i
.Y, - ;'
► '
�I �
� ,0£� � �
�
t �
�
�
; s,, Q..)
�� . �
� �
s�anapf'yydSZ�L4�£4ZOZ/St/L'JMd'd0-1181HX3 3lOHlOd 3(1SLLI81HX3 EO\ll/U� OSO\JMO IOWJSO £0\ZZ'ZZSO4�ZZOZ1b'
�, �,
t N
d �
C �
H � �
C � �
O p
r
ev
t�
O
J
0 � Z
U '
i��+ = N Qj N G
0 i� U fC � 2
aw �o�.�
�
�
■�
� -
�
�
� �.
�
�
�
t a
c c
a���•�
�t°, �. X �
a°w �
a
U O � �
�C Q '�
N � � �
L �
�.�. _ � �
� �
� � � �
O U � U
Z O � O
`
O/�
i�b
V
Q
� �
O �
■� O
�
L O i
0 ■� �
� � C
� � �
W � y
Q W C
� J H �
J � Y~
�Y
W '— o
� � ��
� � JJ