Loading...
HomeMy WebLinkAbout2000- LPA Group Agreement~~ ~~ ~~ _ HOME C3 PELICAN ISLAND CITY OF SEBASTIAN CHANGE ORDER FORM CHANGE ORDER #: 1 PROJECT NAME: Rehabilitate Runwav 9-27/Construct Taxiway B PURCHASE ORDER #: 4352 PROJECT #: C3501 CONTRACTOR: The LPA Group Inc. PHONE #: 1-407-306-0200 ADDRESS: 12000 Research Parlswav. Suite 152 Orlando, FL 32826 CONTRACT NAME: Rehabilitate Runwav 9-27 CONTACT DATE: January 3, 2003 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the tem>.s and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: This change order adds surveying services to Work Authorization 16 for final surveying services to be provided by the LPA Group. Previous services were to be provided by Community Asphalt. Fee for services will be deduMed from Community Asphalt's contract (via separate Change Order). A) CONTRACT PRICE PRIOR TO THIS CHANGE $ 88,138.00 NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE $ 9 835.00 NEW CONTRACT PRICE INCLUDING THIS CHANGE ORDER $ 97.973.00 B) CONTRACT TIME PRIOR TO THIS CHANGE (NUMBER OF DAYS) n/a days NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE (NUMBER OF DAYS) n/a days NEW COMPLETION DATE INCLUDING THIS CHANGE MO. _ DAY _ YR AGREED: CONTRACTOR: OF ~, TIAN: / (~ Date: ~i~0 (r ~ VV Date: 6 Q J Authorize Signature t e City Manager Approvals By Ci of Sebastian Staff: Airport DireMOr as to scope Finance DireMor as to budget City Attorney ~_ as to legal General Services Admin. as to contractlprocurement Sally A. Mayb, CMC, City Approved as to Form and Content for Reliance By t of Sebastian Only: Rich S ringer, City Attorney CITY OF SEBASTIAN. FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #18 Project Identification: Extend Comorate Park Drive Roadwav and Waterline. IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated Apri128, 2000: Description of Assignment: SEE ATTACHED EXHIBITS `A' , `B' and `C'. Basis of Compensation/Period of Services: In accordance with Exhibit B, Section I, of the Prime Agreement, services shall be provided for a lump sum payment of $79,338 and a "Not to Exceed" amount of $15,400 for a grand total of $94,738. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than two hundred and forty (240) consecutive calendar days henceforth. ~F _ AGREED as to scope of services, time schedule, & budget this _~ day of ,,,~. {~ e ~- , 2004 CITY OF SEBASTIAN, THE LPA GROUP, INC. A F}ofikia municipal corpo~ra4ion City By: Mohamrnadi, Vice President (Seal) Attest: ~1 \ ~i Approved as to Form and Content for Reliance - ~ ~~ ' 1~ / ~ by the City of Sebastian Gvly: /- Sally A. Maio, C, City Clerk ~ ~~~ Rich Stringer, ty ttomey Staff Approvals: Airport Director as to royect Finance DireCtOT 1 as to budget only General Services Administrator /~ as to purchasing & contract admin. OFFICE OF GENERAL SERVICES ADMINISTRATOR A DlWslon Of The Office OI The CNy Managor 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958 TELEPHONE (772) 388-8241 -FAX (772) 581-0149 AGREEMENT RENEWAL PROFESSIONAL SERVICES DATE Aril 11, 2003 TO~ Mr. Mohsen Mohammadi, Ph.D.. P.E. The LPA Group, Incorporated 12000 Research Parkway, Suite 152 Orlando. Florida 32826-3287 Both the City of Sebastian, and The LPA G7011A desire to renew the executed Professional Services Agreement dated Apri128 2000 for one Cl) additional year as provided for in the existing Contract. On Agri19, 2003, the City of Sebastian City Council approved a one CI) year renewal of said Agreement. All of the terms and conditions as set forth in the agreement shall be in full force during the one Cl) year renewal period. The new expiration date is Anri128, 2004. AGREED ~ i PA Group, Authorized Signature i ~ar.,.~.~1,~.~.1 Paul L. Wagner f ity of Sebastian Cc~ Jason Milewski CITY OF SEBASTIAN. FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #17 Project Identitication: Rehabditate Taxiwav A and constmct Aircraft Pazkine Apron- Design. Biddine. Constmction and Inspection Services. IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated Apri128, 2000: Description of Assignment: Perform Design, Bidding, Constmction, and Inspection services for the Rehabilitation of Taxiway "A" and Constmction of Aircraft Pazking Apron. SEE ATTACHED EXHIBITS `A' and `B.' Basis of Compensation/Period of Services: In accordance with Exhibit B, Section I, of the Prime Agreement, services shall be provided for a lump sum payment of $142,150. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than forty-five (45) consecut-iw,e/c~alendaz days hencge'f"orth. AGREED as to scope of services, time schedule, & budget this ~ I ~ day o!•_.!,/,LrtiJ ,2004: CITY OF SEBASTIAN, TFIE LPA GROUP, INC. A Florida rr~icipal corporation ,_ ~~ BY::-_ ~_ ~ __... By. noe'~ , Man r Mohsen ohamrnadi, Vice President ~. ~- (Seal) .-_ ~ -. Attest~nl-C,'-~- W "'`-^-'~'a~'~ ~eApproved as to Form and Content for Reliance ~`~ y~" (/ ~ ~ ~(~ /~; (~ ~~ by the City of Sebastian Only: f~,~ Sa~~llll~ Maio, CMCC, Clity Clerk ( l„ Rich Stringer, Ci ttorney Staff Approvals: Airport Diiectoi as to project Finance Director as to budget only General Services Administrator as to purchasing & contract admin. CITY OF SEBASTIAN (Florida) Proposal for Professional Services REHABILITATE TAXIWAY A CONSTRUCT ADMINISTRATION BUILDING APRON (Project Identification No.) 17 (Work Authorization No.) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated Apri128, 2000 Description of Assignment: (Attached Exhibit A) Provide the City of Sebastian with engineering, design, assistance in bidding as requested, construction administration, and Resident Project Representative services For the Rehabilitation of Taxiway A and Construction of Administration Building Apron. Basis of Compensation/Period of Services: (Attached Exhibit B) THE LPA GROUP will provide the above services for a Lump Sum amount of $142,150. These services will be performed in accordance with the schedule in Exhibit A. Agreed as to scope of services, time schedule, and budget: For the CITY OF SEBASTIAN (FLORIDA) Date: Attachments: Exhibit A, Scope of Work Exhibit B, Manhour Estimate Attachment A: Project Layout Plan For THE LPA GROUP INCORPORATED Date: Rehabilitate Taxiway A/Construct Admin Apron Page -1 Apri12, 2004 MWhfIG~PAL AIRPORT Exhibit B SEBASTIAN MUNICIPAL AIRPORT REHABILITATE TAXIWAY A FEE SUMMARY BASIC SERVICES Preliminary Design Final Design Bidding Phase Construction Adminstration Services Subtotal Sasic Services EXPENSES Reproduction Postage Communications Travel Design/Bid Construction Subconsultant Survey (NTE) Geotech (NTE) 10% Fixed Fee on Subconsultant Subfofai Expenses for Basic Services CONSTRUCTION INSPECTION SERVICES Construction Inspection Services TOTAL THH r.PA [i1C6UP ~ TRAtBPORTATpN COIMULTAMS $5,100 !- $12,620 $56,815'' $1 $1, $7, $7, $7 $t~Y,w THE LPA GROUP INCORPORATED 4!2712004 Page &1 of 8-6 o m tf R 'c ~ U ~N F- Q G W .~ .C L d H d C O W C W O N d N W ~ R a ~ m a .~ c .c a 8 Q ar J Q a 3 w c U Q Q ~ c z F ~ 'C r2 Fw- N ~ N W ~ a ~ m ~ ~ e y m 0 ~ x m .. a ¢ Q Z E d W ~ ` a' a wai r 0 0 1~ Y1 ~ O ^~ '- M M [b tti lry O ~ M R h 1~ ~ Q V R ~O M M h ~D V R ^ h ~ H ~. n W g g (O (O ~ r N O p ~ ~ O) O O uj V .- N N N N .- .- .- N .- .- r .- .- N N ~ VI O O O O p ~.-'-N V' V NN NM'-~-M ~- ~ ~ O f9 Cj f9 V V r N V .- .- N N v ~ ~ U 0 ~ W L ~ ~ :° c m e E y y ° ~ m Um - v N~~ G O B 4 N Or R W .y m C d L e a N~~ C Old a~ N D O ~~ aQQ ~ ~~ m E a c~ ~, m ~n t w o U m O Q .v °~ q v~j m° U 3 m e 9V1 ~ ~ L L E G L_ L_ E L a N M C O OI ~p ^~ y O) o O y 3 3 v L° ~3 3 c 3 ~' +~ o .^.~ '.°c w a d o '°• ° a ~ U` o o c ~m m m m m.- m. m -- rn of a W° '° U~ c c ~ c c m °a ~ w m m `m ~ ~ c 3,c .c v Ja ° E~ ~ 3 oEEo`owQ`o°o°y~.'~`". 'm .ci a'.°'m~:°~' E~m> (7 a`a`UU~n a`U a`Uat9ti mo.~00a~n W 4 a`d~ O p O O O f0 ~ ~ 8 $ ~ ~p 8 8 s} ~ O ~ M ~ ~ ~ o g ~ v°~ g m in cn ~ ~ o 0 To a ~ C J d 10 ~ ~ F e w 8 O z a 'o rc 5 ~O I N fD V7 ~ O ~ O ~ O~ N 0 W Y^^ T aN- N ~ N N O~ Q N h h V O V V R C N y ~N CFI a C R .~ ~C F- d g m W O d C d Ol y C W V d d R O ~ a~ B. d a g a Q r J a a U ~ Q H ' d ~O L Z N . r F H =aW= H g a~4',_ mHmog R aaaZq w w ~ a c x W N0'~ i~ d O ~ a N N aaawroawwca va ~n co a a a a w a w w w w w m co a a a a in a a v N N N N (h N I+l M a a a M N N M N tp N N a N ~- N N N N w a V H d G. C N .y-. CS d ~ a b d Q U G d Vl D'+ m E IQL ,~~. N d E ~~,cern~ 'aG'w0 ~mE cU a'iEAoo a m~ m ~° p m a W e a y~ 0 U .R ^ c c yea a~~~ ~Rm w oa uS,oUdoTi O) C Ol 0~~ ° O 0 °a N C YI d O L !c U N .a W y h W~ aS k h= C~ a L O C w C¢ C~~ .'L' d p £^ d p m m m o a Ip d. s o, o W C m~ .. a nr ~ 3 w U ~3 c da 5~ o mb~ o:°. >m W.o>.. rn ~ °ww E2 Fay ~~~ o c d rno °,o ~O '.° [R~~ c d _Ti `d w? `m~h~~ m E o c a ~ ~~ m ro G ~ a o, ~ c U~ N~ .~ o p w d N g m d~~ o ~dm=g!~u>mzormmmE'aoU~`w,a L:-.o~_ U C7 O :.. a m d ~~ ^ 3 .c_ .c_ d> IC d (3 = m m m~ C 3 a w a p W N N N~ W >a. .~.. N~~~~ o~ G c m N .D N 0 N~ e j O dC=~=ac~l-~a~ooaowSo=~,3aaa~n_do , CJLLLL~IL U W LLww ~~ad 0 0 M N W S O N a f<3 (V N O O r ~ ~ fA a O N ~ ~j m ~ w 8 8 o ~~ ~ ~ w O ~ O ~ Cam] CNp O ww O S ~ O m M 0 w ~ va S 8 °1Y, S m 3 0 0 o a ~ = J d R ~ F n v w a O z a , a 0 e m a O O C ~ p N N ~ O~ N~ h O I W Y y S O O L; ~ C' V W d' V c0 M N m O d ~ ~ N F Q fA C W V Q " O C t O ~O W O U d ~ ~ F C O ~ O1 . O O N O ~ W 8 O N K N V N ~ C W ~ ~ O O ~ O N C ~ ~ W N R N v N CO a ~ d, N ~ ~ m ~ w m ~ o Q L ~ ~ o ~ i J Q w E v 'nom m ~ Q H aXH p c u ~ o o ~po °- 3 c a z F~ a o o ~~ O] C N v Q o 0: O F N N p 9 V N 9 A O H ~ W Z Q R y y O C~~ m r . O)N'6 N Q~ R, d Y R OJ p O C "O (O d ' m F ~ 7 2 N R u~ ~ U` 2 m d d d Q a C t C a m w a ~ K R U U g w N ao Q U a Q m K n W S 0 z a 0 rc u a 5 w x r ro 0 o C V aD ~O N W N. ~- N r N ~O ~'1 ~ N V h N ~ n F N q p~ N A ~ 8 C in N N~ N V Nl Nlr p p V N N (p N N 19 F Q w A ~ `-' S ~ C O ~j t ~ O ~ bi H d p O y?~ v m v ~ O w d O O Nm V ~~N~O]N•-N .- yo Q C W ~ w d S O C C O p O ((~O O d OI _ ~ N W ~ d PO O 01 Q C N ? N N N ~j d ~ ~ W r a °0 0 • o c o ~ w a` '^ N r ~ C L d U N d V' O D .O d Z~ G N ~ N M U ~ H d J 3 a N UU rn~ W E ~p° d ~ o t 0-' Q c y d d c£ ui m a .~ ~3 5 E o H v a Q ~ d '-' ~ E f` N N y J O d LL Y d a 3 H H ; u 3 3 w m rn o w ~ c°' ~ o ~O U c a ',~-~ V x$ ~ ~ o 0 o m ~ m m~~> c 3 ~ d~r d c 7 W~ v a = c c c c m a~ y ~ a a a¢ o y~ ti ~FV) C E ~ -o-o-°wo a-ddwdc-~~~c .. a W C ~ d V d d Q O~~~ [Y O~ W ly ~N mfJ_7 ~ 9 N UU_N~'Ndd1~N~Nd-U UOO d " N m 0 2 ~ d @@ o v 3 3 3 3 ''~ 3 c 3 3 v z N a Q a= Yii ~ ~ d d U d w w_ d w t S m= d w m 'E v x W=1y a o » d v aci d 3 w v m v o .~ w E 'w 'w d a o w N C~ U Q (7 (~ama~~K~tnKLL~~am Z m a Q W 0 a 0 rc 0 a 5 d x Exhibit B SEBASTIAN MUNICIPAL AIRPORT REHABILITATE TAXIWAY A MANHOURESTIMATE Construction Inspection Services FULL TIME RESIDENT PROJECT REPRESENTATIVE (RPR) 14 weeks RESIDENT INSPECTOR RATE SCHEDULE TOTALS 1) DIRECT SALARY COSTS Inspector: 50 Hours/Week @ $67.00 per hour $46,900 2) DIRECT NON-SALARY EXPENSES Lodging ($50.00 per night) $3,500 Per Diem ($27.50 per day) $1,925 Vehicle Allowance ($195 Der week) $2,730 SUBTOTAL $8,155 Subtotal (Items 1 & 2) $55,055 Quality Assurance Testing (Subconsultant) _ $10,500 Total Construction Inspection (Not to Exceed) _ $65,555 THE LPA GROUP INCORPORATED 4127!2004 Page 88 of B- 6 f.' Work Authorization No: #16 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Project Identification: Rehabilitate Runway 9-27/Construct Taxiway B, Construction and Insuection Services. IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated Apri128, 2000: Description of Assignment: SEE ATTACHED EXHIBITS `A' entitled "Rehabilitate Runwav 9- 27/Construct Taxiway B, Construction and Inspection Services." Basis of Compensation/Period of Services: In accordance with Exhibit B, Section I, of the Prime Agreement, services shall be provided for a lump sum payment of $14,740 and a `not to exceed' figure of $73,398, for a total of $88,138. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than one hundred twenty (120) consecutive calendar days __ henceforth. AGREED as to scope of services, time schedule, & budget this day of ~6r~ ~ Y , 200: CITY OF SEBASTIAN, A Florida municipal corporation By: ence re, City Manager (Seal) Attest -~ Sally A. Maio, C, City Clerk THE LPA GROUP, INC. By~ r Mohsen Mohatnntadi, Vice President Approved as to Form and Content for Reliance by the City of Sebastian O~nlyQ: alt l`.'t ~YS ~ ch Stringe City 'ttourey Staff Approvals: Airport D1reCYpr Finance Director General Services Administrator as to project ~s to budget only as to purchasing & contract admin. ~ ~~~ ~ THE LPA GROUP INCORPORATED ~~ T2nsportafion Consultants 12000 RESEARCH PARKWAY, SURE 152 ~ ORLANDO, FL 32826325'/ ~ 407-308-0200 ~ FA%407308A960 - February 2, 2004 Mr. Jason Milewski, C.M. Airport Manager City of Sebastian 1225 Main Street Sebastian, FL 32958 Subject: Sebastian Municipal Airport Rehabilitate Runway 9-27/Construct Taxiway B FAAAIP No. 3-12-0145-004-2003 Construction Services Proposal Transmittal Dear Mr. Milewski: Enclosed please find a fee proposal for Construction Engineering services for the subject project at the airport. If the enclosed meets with your approval, we look forward to negotiating the final details with you before the commencement of the project. Construction Phase Services are in general accordance with Exhibit C, Section E "Construction Phase" of the master agreement between the City of Sebastian and THE LPA GROUP INCORPORATED. This scope includes approximately 4 months of Resident Project Representative and Construction Administration tasks. Please note that the attached scope reflects the use of a non-Iccal inspector. We will endeavor to use a local inspector if the qualifications and requirements are met. Note that the inspection fee is listed as "not to exceed," and could be reduced if a local, qualified and FAA approved inspector is used for the day-to-day inspection. We look forward to completing this important project with you and your staff. Please call me at 407-306-0200 with any questions or comments. Again, I look forward to working with you to continue to implement the master plan at the Airport. Sincerely, THE A OUP III /`f C. Janse .E. P ject Man er cc: Mohsen Mohammadi, LPA File (TA412009.1c) ATLANTA ~ BATON ROUGE ~ CHARLESTON ~ CHARLOTTE ~ CHICAGO ~ COLUMBIA ~ GREENSBORO ~ GULFPORT ~ RNO%VILLE MOBILE ~ MYRTLE BEACH ~ ORLANDO ~ RALEIGH • RICHMOND ~ SARASOTA ~ TALLAHASSEE ~ TAMPA ~ W EST PALM BEACH Fv1l}?~elt:l~Al A11xI'~~1' SEBASTIAN MUNICIPAL AIRPORT REHABILITATE RW 9-271CONSTRUCT TAXIWAY B CONSTRUCTION ADMIN AND INSPECTION SERVICES Exhibit 8 BASIC SERVICES FEE SUMMARY CONSTRUCTION ADMINISTRATION SERVICES (LUMP SUM) CONSTRUCTION INSPECTION SERVICES (NOT-TO-EXCEED) THE LPA QRCi4AP TOTAL $14,740 $73,398 TOTAL PROFESSIONAL FEES: $88,138 THE LPA GROUP INCORPORATED 2!2/2004 Page B-1 of & 3 TNE~ t.PA 43'aE5t7l~:~ x anaraovTmaoa rur4rrxxnaea SEBASTIAN MUNICIPAL AIRPORT REHABILITATE RW 9-27lCONSTRUCT TAXIWAY B MANHOUR ESTIMATE Construction Adminstration Services (120 day contract time) Exhibit B ProJaa Senior Technical ItemRask Description Manager Engineer Engineer Designer Technician Assistant Totals General Coordination with the City 2 2 q General Coordination with the Contractor B g Pre-Construction Conference 2 4 6 Bi-Weekly meetings (10 meetings) 16 1g Review Shop DrawingslSubmittals 1 2 10 13 Review Pay Applications 2 ~ 2 q Review Payrolls, DBE reports, EEO reports 2 2 Review Test Results 2 1 3 Periodic Site Visits (8 Visits) 16 16 Site Visits While Paving (1 day) 1 ~ Review and Respond to RFI's 2 4 6 Final InspectioN Punph Lis! items 2 4 6 Review! Submit Record Drawings 2 8 8 18 Review Contractor's Closeout Documents 2 6 8 Prepare DBE Reporting Form 1 1 6 g Submittal of Final ReporU Clase Out Grant 2 4 1 7 Total: 23 43 3 16 0 41 RatelHour: $130.00 $130.00 $110.00 $85.00 $65.00 $60.00 Total Labor: $2,990.00 $5,590.00 $330.00 $1,360.00 $O.DO $2,460.00 $12,730.00 DIRECT COSTS Travel 12 Trips @ $67.50 $810.00 As-Built Reproduction $1,200.00 Total Direct Coss 2,010.00 $2,010.00 Total Construction Admin Phase (Lump Sum): $iq~7gg THE lPA GROUP INCORPORATED 2/22004 Page B-3 or4 Exhibit 8 Construction Insoection Services t120 day wntrect timel FULL TIME RESIDENT PROJECT REPRESENTATIVE (RPR) SEBASTIAN MUNICIPAL AIRPORT RESIDENT INSPECTOR RATE SCHEDULE 1) DIRECT SALARY COSTS Inspector: 17 weeks Q 5D Hrs/1Nk @ 2) DIRECT NON-SALARY EXPENSES Lodging ($50.00 per night) Per Diem ($27.50 per day) Vehicle Allowance ($18D per week; SUBTOTAL MANHOUR ESTIMATE 17 weak .. REHABILITATE RW 9.271CONSTRUCT TAXNVAY B TOTALS ~6:',D® per hour = $55,250 x;2547 3"r:..3"~8 x3.480 $9,648 Subtotal (Items 1 & 2) _ $64,898 Quality Assurance Testing (Subconsultant) _ $8,500 Total Construction Inspection (Not to Exceed) _ $73,398 THE LPA GROUP INCORPORATED 2/7/2004 Pege B-0 of 4 CITY OF SEBASTLAN. FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #IS Project Identification: J&S Relocation Drainaee Plan and Permitting IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated April 28, 2000: Description of Assignment: SEE ATTACHED EXHIBITS `A' entitled "J&S Relocation Drainaee Plan and Permittine" and `B', entitled °Cost Breakdown." Basis of Compensstion/Period of Services: In acwrdance with Exhibit B, Section I, of the Prime Agreement, services shall be provided for a lump sum payment of $4,949. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than one hundred twenty (120) consecutive calendar days henceforth. AGREED as to scope of services, time schedule, & budget this _~ day of CITY OF SEBASTIAN, A Florida municipal corporation By: ~./ errence ore, City Manager (Seal) Attest: Sa y A. Maio, MC, City C erk THE LPA GROUP, INC. By: ~~ ~~ Mohsen ohammadi, Vice President Approved as to Form. and Content for Reliance by the Ciry of Sebastian Only: C ~ ~' 'ch Stringer, C' ttorney Staff Approvals: Airport Director as ro project Finance Director ~!'')~~~„jss to budget only General Services Administrator / ~~~./ as to purchasing & contract admin. Exhihit B COST BREAKDOWN FOR J&S Drainage Plan and Permitting BASIC SERVICES PRELIMINARY DESIGN TOTAL CLASSIFICATION HOURS HOURS Principal Project Manager 1 1 Senior Engineer 10 10 Engineer 32 32 Designer Technician 6 6 Technical Assistant TOTAL HOURS 49 49 TASK COST $4,927 $4,927 DIRECT EXPENSES Reproduction $10 510 Postage $12 $12 Communications Travei TOTAL EXPENSES $22 $22 TOTAL COSTS $4,949 $4,949 THE LPA GROUP INCORPORATED 2N 012004 Page B-1 EXFIIBIT A SCOPE OF WORK SEBASTIAN MUNICIPAL AIRPORT CTTY OF SEBASTIAN, FLORIDA JdzS RELOCATION DRAINAGE PLAN AND PERMTTTING I. PROJECT DESCRIPTION A. The project consists of the drainage analysis, plan and permitting for the proposed relocation of J&S Aviation from its current position to the infield of bordered by Runway 13-31, Taxiway E, and Runway 422. This is generally considered azea C-1 on the Stormwater Master Plan (SWMP}basin scheme. The study will be limited to this basin as depicted in the SVirIvIP. II. PRE-DESIGN PHA5E SERVICES TO BE PROVIDED BY LPA A. None. III. DESIGN PHASE SERVICES TO BE PROVIDED BY LPA LPA will provide the following basic services for this project (see Exhibit B for man-hour and cost breakdown): A. Coordination with the City -LPA will coordinate with the City and Airport to review drainage alternatives, refine, and select the chosen drainage scheme. B. Upon agreement of a final scheme, drainage analysis will be conducted to detemnne the existing and proposed drainage patterns, existing and new impervious, and other calculations required to detemrine stormwater quality and quantity impacts to the existing basin C-1 system. C. Depending on schedule, permit will either be a "stand-alone" permit or a part of the ongoing SVi~MP. It is preferred to include the additional development in the SWMP if possible. Should the pemut be needed immediately, astand-alone permit will be prepazed. D. Permitting documents will consist o£ 1. Schematic drainage plan for basin C-1. 2. Existing Conditions Plan. 3. Site drainage plan for J&S Aviation Pazcel. 4. Permit application and attachments for SJRRrIvID, E. LPA will provide the required sets of signed and sealed plans to the SJRWIvID for permitting. Additional half-sized copies will be provided to the Airport Director as needed. IV. BIDDING PHASE SERVICES A. Since this is not a construction project, no bidding phase services are required. V. CONSTRUCTION PHASE SERVICES A. Since this is not a construction project, no construction phase services aze required. 7&S Relocation Drainage Plan and Permitting -Work Auth. IS Page 1 02/10/04 ~ ! • . VI. ADDITIONAL PROVISIONS A. Existing topographic surveys and subsurface investigations will be used. No additional investigations are included in the scope of work. B. LPA will not provide technical specifications and special terms and conditions. C. No addifional environmental impacts or studies are anticipated, including historical, wetland, threatened and endangered species, or those for Phase I or higher contamination. Should any of these unforeseen situations develop, additional services can be provided under separate agreement. D. The City will provide LPA access to the site and all available information pertinent to this project. VII. PERIOD OF SERVICES A. Initial Coordination and Meetings C. Plan Prepazation E. City of Sebastian Permitting Process G. Total Time J&S Relocation Drainage Plan and Permitting -Work Auth. 15 02/10/04 B. 7 Days D. 14 Days F. 30 Days H. 51 Days Page 2 . • ~ CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #14 Project Identification: Develop Basic Site Plan for J&S Aviation Relocation TT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT' dated NOVEMBER 30, 2000: Description of Assignment: SEE ATTACHED EXHIBITS `A' entitled Scope of Work and `B' entitled Cost Breakdown. Basis of Compensation/Period of Services: Basis of co~ensation will be on a lump sum basis in the amount of 54,805.00 as provided for in the Master Agreerent. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than fifty one I51) consecutive calendar days henceforth. AGREEp~D as to scope of services, tune schedule, & budget this day of ~`L'~,VRnJ~ , 2003: CITY OF A Floridat By: Manager (Seal) Attest,, , c ~° ~~ ~ ~. Sally A. Maio, CMC, City Clerk THE LPA GROUP, INCORPORATED. i " BY ~.~~V [~_ Mohsen Mohantwadi, Principal Associate Approved as to Form and Content for Reliance by the Ci of Sebastian Only: Rich Stringer, City A o rey Staff Approvals: Airport Duector Finance Duector r i as to budget only General Services Administrator EXHIBIT A SCOPE OF WORK SEBASTIAN MUNICIPAL AII2PORT CITY OF SEBASTIAN, FLORIDA J&S AVIATION RELOCATION PLANNING I. PROJECT DESCRIPTION A. The project consists of the site planning and preparation of site permit drawings for the proposed relocation of J&S Aviation from its current position to the infield of bordered by Runway 13-31, Taxiway E, and Runway 4-22. R. PRE-DESIGN PHASE SERVICES TO BE PROVIDED BY LPA A. None. HI. DESIGN PHASE SERVICES TO BE PROVIpED BY LPA LPA will provide the following basic services for this project (see Exhibit B for man-hour and cost breakdown): A. Coordination with the City -LPA will coordinate with the City and Airport to review alternatives, refine, and select the chosen alternative. Up to 15 alternatives will be developed for review by the Airport Director. B. Upon agreement of a final altemative, Site Development Plans will be prepared to satisfy the City of Sebastian's land development process. Site Approval Plans will consist of: 1. Cover Sheet 2. Site Plan and Drainage 3. Basic Landscaping Plan C. LPA will also provide a cost estimate appropriate to the level of detail of the permit plans. D. LPA will provide five (5) sets of signed and sealed Plans to the Airport for submittal to the Growth Management Division. Additional half-sized copies will 6e provided to the Airport Director as needed. N. BIDDING PHASE SERVICES A. Since this is not a construction project, no bidding phase services are required. V. CONSTRUCTION PHASE SERVICES A. Since this is not a construction project, no construction phase services aze required. VI. ADDITIONAL PROVISIONS A. Existing topographic surveys and subsurface investigations will be used. No additional investigations aze included in the scope of work. B. LPA will not provide technical specifications and special terms and conditions. J&S Aviation Planning -Work Auth, 14 Page 1 08/22/03 C. Additional services, such as detailed design of water supply system, sanitary sewer system, or structural building or foundation plans could be provided ender a sepazate agreement. D. The City will provide LPA access to the site and all available information pertinent to this project. VII. PERIOD OF SERVICES A. Initial Coordination and Meetings B. 7 Days C. Plan Preparation D. 14 Days E. City of Sebastian Permitting Process F. 30 Days (i. Total Time H. 51 Days J&S Aviation Planning- Work Auth. 14 Page 2 08/22/03 ,~ Exhibit 8 COST BREAKDOWN FOR J&S Aviation Relocation Planning BASIC SERVICES PRELIMINARY DESIGN TOTAL CLASSIFICATION HOURS HOURS Principal Project Manager 2 2 Senior Engineer 10 10 Engineer Designer 40 40 Technician Technical Assistant TOTAL HOURS 52 52 TASK COST $4,716 $4,716 DIRECT EXPENSES Reproduction $10 $10 Postage $12 $12 Communications Travel $67 $67 TOTAL EXPENSES $89 $89 TOTAL COSTS $4,805 $4,805 THE LPA GROUP INCORPORATED 8/22/2D03 Page B-1 WORK AUTHORIZATION FORM CITY OF SEBASTIAN (Florida) Work Authorization for Professional Services (Project Identification No.) Thirteen (13) (Work Authorization No.) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated Apri129, 2000. Descrirotion ofAssi~unent: Please see attached proposal from The LPA Group, entitled Work Authorization Thirteen r13), Wetland and Wildlife Delineation Basis of Comroensation/Period of Services• In accordance with Exhibit B, Section I of the Prime Agreement, services shall be provided for a lump stun payment of $36,808. Agreed as to scope of services, time schedule, and budget: or the C of Sebastian (Florida) For The LPA Group, Inc. Date: a Date: ¢/ ~p /p 7 Attachment: Proposal from The LPA Group, Inc. dated April 10, 2003, entitled Work Authorization Thirteen (131 Wetland and Wildlife Delineation Rpr 11 ^3 09: 59a The LPR Group - Orlando [407]306-046D p.l THE LPA GROUP 1NCORPORATEQ Transportation Consultants 12000 RESEARCH PARKIR'AY, SUITE 752 ^ ORL/WDO. FL 32826-3287 ^ 407-30G-0200 ~ FAX 407-306.0460 April t0. 2003 blr. Jason Milewski Airport Manager City of Sebastian. 1225 IvLtin Street Sebastian, Florida 32953 SuhjecC Stormwuter Master Plan- Wetland and l~'ildlife Delineation Sebastian Mwricipal Airport Airport Master Plan Update - W nrk Autlutrizatiott No. 13 Dear Jason: Following is a scope of services for additional Engineering and Environmental work for the referenced project. We are also enclosing a fee proposal (Exhibit A) for these services. If our prcposed scope and fee meet with your approva?,please forward us a purchase order and a notice to proceed. This scope of work under Work Authorization Number One (1) titled, `Sebastian Munidpal Airport -Airport Master Plan tipdate,' is cotnplernented with these additional services, to 'nclude the. engineering and environmental services co respond to enviror.mcntal. wetland and historica'. resource concerns expressed by SJZWMD in their 12t[er regarding [he Environmental Resource Permit application submitted. The scope of this work authoriaztion shall include the following tasks: Review, (lagging and classification ul' wetlands; ~ Threucened/ecdunger~ species review and report; -1 Archaeological survey and report; „1 rblaetings and site visits to coordinate with reguWtory agency{iesj, ^~ Sutvzy ofjurisdictiatal wetlands;:.nc ~} Revise/modify Stormwater Master Plar. Kepor*. and Drawings to include environmental cnncems. LPA will provide these Aasic Services' in accordance with Exhibit I3, Section I of the Prime Agreement with limitad services. for a Ittmp sum fez of 536,808. If you have any questions, or need additional infornwliun, please calf. Sincereh~, THE LPA (' INC ORATED .I' C. Jansen .E. I'rojcc[ Man[ r cc. Mohsen Mohaminadi iLPA) FI le. 1'A4 t 2001. I ATLANTA • tY1NN ROUGE ^ CHARLESTON • CHPJ2LOTTE ^ CHICAGO ^ COLUMBIA ^ GREEN530R0 ^ GULFRORi ^ JACKSONVILLE KNOXVILLE • MOBILE • ORLANCO a RALEIGH ^ RICHMONC: • SARASOTA, • rHLLAHASSEE a TAA.BnA ^ u','EST PALroi BEACH Exhibit A SEBASTIAN MUNICIPAL AIRPORT Stormwater Master Plan -Amendment 1 MANHOUR ESTIMATE Design Services Project Senior ItemlTask Description Manager Engineer Designer Coordination with City 4 Coordination with Subconsultant 16 Coordination with SJRWMD 12 Revise/Modify Stormwater Master Plan 16 16 Repoli and Drawings Quality Control 6 Total: 10 Exhibit A SEBASTIAN MUNICIPAL AIRPORT Stormwater Master Plan -Amendment 1 COST BREAKDOWN Basic Services CLASSIFICATION HOURS Principal Project Manager 10 Senior Engineer 44 Engineer Designer 16 Technician Technical Assistant 10 TOTAL HOURS 80 TASK COST $8,458 DIRECT EXPENSES Reproduction $150 Postage $50 Travel $150 Subconsultant Stone L. Richards $18,000 Surveyor $10,000 TOTAL EXPENSES $28,350 TOTAL COSTS $36,808 44 16 Technical Technician Assistant 2 S 10 01/23/02 THE LPA GROUP INCORPORATED Page A-1 of A-1 ORDER FORM CHANGE ORDER #: #1 CONTRACTOR: LPA Group Inc ADDRESS: 700 Huger Street Columbia, SC 29205 PROJECT NAME: Admin Complex/ Police Evidence Building PHONE #: 407-306-0200 CONTRACT NAME: Work Authorization #10 CONTRACT DATE: By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execufion of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows Design build RFP urenaration services for the prouosed Police Deaartment Evidence Buffdina at the Airport -The PD Evidence buildine is Hart of the Airport Admin. Comulex Note: This is Change Order #1 to the Work Authorization #IO A) CONTRACT PRICE PRIOR TO THIS CHANGE S 66.406.00 NET INCREASE (DECREASE) RESULTING FROM 7HI5 CHANGE S 4.105.00 NEW CONTRACT PRICE INCLUDING THIS CHANGE ORDER S 70.511.00 B) CONTRACT TIME PRIOR TO THIS CHANGE (NUMBER OF DAYS) NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE (NUMBER OF DAYS) NEW COMPLETION DATE INCLUDING THIS CHANGE _ MO. _ DAY _ YA_ _ P CON I7L T: C ~'. AN: ~ , -// Date: ~[O~o3 ~ Date://3/os Authorized Signature lfth~ed ity ~ anager 77- Aoorovals By City of Sebastian : ATTEST: City Engineer ~ as to engineering Finance Director s to budget CiTy Attorney ~ as to legal General Services Admin. as to eontracUprocuremen[ (~ - Sally A. Maio, CMC, City Clerk THE LPA GROUP INCORPORATED ~~ Transportation ConsulhanGs 12000 RESEARCH PARKWAY, SUITE 152 ~ ORLANDO, FL 32826-3267 ~ 407-306-0200 ~ FAX 407-3060460 December 20, 2002 Mr. Jason Milewski, C. M. Airport Manager City of Sebastian 1225 Main Street Sebastian, Florida 32958 Subject: W.A. No. 10, Amendment 1: Police Department Evidence Building Sebastian Municipal Airport Dear Jason: Attached, please find a fee proposal for design-build RFP Preparation services for the proposed Police Department Evidence Storage Building at the Airport. By this letter, the police building will be added to the scope of the Administration Building RFP Preparation, Work Authorization No. 10. The scope of the project will include the following tasks ^> Determine final location of the building, fence, parking spaces, and landscaped areas in conjunction with the future administration building. ~ Provide design-build type requirements for the building, including major points for building, slab, landscaping, parking, electric and water. ~ The office area will be future space, and the plumbing, including lavatory, emergency showers, and floor drains, will be required to be roughed-in for future connection. ~ LPA will use the 60'x30' building drawings (Sheets 1 through 6) provided by the City of Sebastian as a basis of preparation of the RFP. ~ Site drainage and utility design will be completed by the Design-Build Contractor. ~ Meet and discuss 1 set of review comments. Additional comments will require an additional fee for plan changes, meeting time, etc. Deliverables: ~ Requirements and sketches will be included in the design-build package, as described in Work Authorization 10. Please call me at 407-306-0200 with any questions or comments. We look forward to working with you in the continued development of the west side of the Airport. Sincerely, THE LPA GROUP INCORPORATED «original signed and mailed» Mark C. Jansen, P.E. Project Manager cc: Mohsen Mohammadi, Ph.D., P.E. File (TA412014.1d) ATLANTA ~ BATON ROUGE ~ CHARLESTON ~ CHARLOTTE ~ CHICAGO ~ COLUMBIA ~ GREENSBORO ~ GULFPORT ~ KNOXVILLE MDBILE ^ MYRTLE BEACH ~ ORLANDO ~ RALEIGH ~ RICHMOND ~ SARASOTA ~ TALLAHASSEE ~ TAMPA ~ WEST PALM BEACH Exhibit B COST BREAKDOWN FOR AIRPORT POLICE COMPOUND DEVELOPMENT BASIC SERVICES PRELIMINARY DESIGN TOTAL CLASSIFICATION HOURS HOURS Principal Project Manager 6 6 Senior Engineer 22 22 Designer 16 16 Technician Technical Assistant TOTAL HOURS 44 44 TASK COST $3,942 $3,942 DIRECT EXPENSES Computer $56 $56 Reproduction $25 $25 Postage $13 $13 Communications Travel $69 $69 TOTAL EXPENSES $163 $163 TOTAL COSTS $4,105 $4,105 THE LPA GRDUP INCORPORATED tzrzorzooz Page B-t Exhibit B SEBASTIAN MUNICIPAL AIRPORT AIRPORT POLICE COMPOUND DEVELOPMENT MANHOUR ESTIMATE Design Services Project Senior Technical ItemlTask Description Manager Engineer Designer Technician Assistant Coordination with City 2 8 Preliminary Desigr 2 8 Final Desigr 2 8 Details Specifications 2 10 Quality Contro 2 Total: 6 22 16 THE LPA GROUP INCORPORATED 12!20!2002 Page B-2 n l , 118 ~/z5/~~ l ~~~~`FUCa w area G. SE~,A,S~N oP ~ mean CITY OF SEBASTIAN CHANGE ORDER FORM CHANGE ORDER #: #2 PURCHASE ORDER # 3368 CONTRACTOR: The LPA Group ADDRESS: PROJECT NAME: PROJECT#: PHONE #: CONTRACT NAME: CONTACT DATE: Access Road/Water & Sewer /Security Gates C1505 407-306-0200 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract aze enjoined and in full force while executing the change(s) stipulated as follows: This is Chance Order #2 to Work Order #3. 1.) Desien water main extension. 2J Amend report to include exteusion. 3J Complete additional permittine for waterline. 4.l Coordinate off- site mitieation. SJ Visit off-site mitieation to determine miH¢ation valves. A) CONTRACT PRICE PR[OR TO THIS CHANGE S 88.675.00 NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE $ 3990.00 NE W CONTRACT PRICE INCLUDING THIS CHANGE ORDER $ 92fi65.00 B) CONTRACT TIME PRIOR TO THIS CHANGE (NUMBER OF DAYS) N!A NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE (NUMBER OF DAYS) N/A NEW COMPLETION DATE INCLUDING THIS CHANGE MO. DAY YR - N!A AGREED: CONSULTANT: CI SSE Dste• ®~e9 / Date: ~a ~~, Au~d Signature tho ty Manager Aoorovals By City of Sebastian Airport Director _~.__ Finance Director as to budget City Attorney ~"'~ ~ as to legal General Services Admin. ]'-~,~ as to contractlprocuremeat ATTEST: L~~ ~ ~ ' L - Sally A. Maio, CMC, City Clerk Sep 30 D2 01:36p The LPA Group - Orlando [4D77855-3601 p.l .. THE LPA GROUP' fNCORPORATED ~~ Transportation Consultants i 20u0 RESEARCH PARk1X/AY, SUITE 152 ~ ORLANDO, FL. 32fl 26-3287 ^ 4!)'/-366-0200 ^ rAx 407.306-0466 September 3Q 2002 Mr. Jason M lewski Airport Manager Gity of SebasFan 1225 Main Street Sebastian, FLs295S Subject: Access RoadllNater and Sewer -Amendment 2 Sebastian Municipal Airport Dear Jason: Please find the following scope and tee items for additional work to the subject ecntract/work authorization. h deialls a lee proposal for Engineering services for the subject project at the Airport, If the enclosetl meets with your approval, please forward us a purchase order and a notice to proceed. The scope of work under Work Authorization Number Three (3) tilled 'ACCESS ROADS/WATER AND SEWER/SECURITY GATES' at the Sebastian Municipal Airport is amended ko inolude thsr design and preparation of construcHOn plans to sxtertl approximately 650 If of 6-inch water ma~.n lrom the currently designed Airport Dnva Weat wafer main to a locallon approximately 50 feet east cf the existing western taxiway (future Ve ocity Property), as yell as various environmental services in conjunction with the acqu''sition o1 mitigation parcels for the roadway project. The saoae of the amendment will include the foltowinc tasks: } Design water main extension } Arnend report to include extension } Additional permdting with Indian River County for waterline } Coordinate oif-silo mitigation ~} Site visit to off-site mitigation site to determine wetland-upland ratios LPA will provide these Basic Services in acc:ortlanos will; Exhib',t C: Section I of the Prime Agreement with limited services during the bidding and construction phase services for a lump sum fse of 53,990.00. Please call me at 407.306.0200 with any questions or comments. I look ferwa~d to working with you to increase the security at the Airport. Sincerely, THE LPA GR INCO ATED M .Jansen, .E. Rro;ect Marta w: Mchsen Mohammad, Ph.D., P.E. fLPA) File (TA412C07.ic) ATLAN)'a, ^ EA`UN ROUGE ~ GHAFLE5tUN ~ .HPotLOTIE ~ CH:G4GC ~ CULUMEL4 ~ GNE'NSaOkO ~ GL'LH'C;ItI ~ Y1CKS0'JVILLE K~\UXb'ILLE ~ M091LE ~ CRtMIDD ~ R/LLEI6H ~ ftlCl'PAUNG ~ SAiv~S^?A ~ TALLAHASSEE ~ `Ah1PP. ~ WE<T P/w`J BEAi'H CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: 12 Project Identification: Construction Services for Phase I of Runway 9-27 Reactivation IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated, APRIL 28, 2000: Description of Assignment: SEE ATTACHED EXHIBITS entitled Runway 9-27 Obstmction Clearin>; Construction Services Man Hour Estimate and Cost Breakdown. Basis of Compensation/Period of Services: Basis of compensation will be on a lump sum basis in the amount of $7,536, as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than 360 consecutive calendaz days henceforth. AGREED as to scope of services, time schedule, & budget this e2..-~ day of ~(~~.- , 2002: CITY OF SEBASTIAN A Florida municipal corporation By: Terrenc ore, Ci a (Seal) Attest: Sally A. M o, C, Crty Cler THE LPA GROUP, INC. Mohsen Mohammadi, Principal Associate Approved as to Form and Content for Reliance by the City of Sebastian Only: Rich Strh er, City A to ney Staff Approvals: Airport Manager Finance Director General Services Administrator -l-~ as [o budge[ only THE LPA GROUP INCORPORATED - Transportation Consultants 12000 RESEARCH PARKWAY, SUITE 152 ~ ORLANDO, FL 328263267 ~ 407-3060200 ~ FAX 407-306-0460 September 18, 2002 Mr. Jason Milewski Airport Manager City of Sebastian 1225 Main Street Sebastian, FL 32958 Subject: Sebastian Municipal Airport RWY 09-27 Obstruction Clearing Construction Services Dear Mr. Milewski: Enclosed please find a fee proposal for engineering services for the proposed Runway 09-27 Obstacle Clearing at the airport. If the enclosed meets with your approval, please forward us a purchase order and a notice to proceed. In accordance v~ith Exhibit C, Section E "Construction Phase" of the master agreement between the City of Sebastian and THE LPA GROUP INCORPORATED, Construction Phase Services generally include the following items. Specific clarifications include: ~ Attend and administer the Preconstruction Conference; ~} A total of three (3) Visits to Site and Observation of Construction at intervals appropriate to the various stages of construction ~} Issue necessary interpretations and clarifications of the Contract Documents and in connection therewith prepare work directive changes and change orders as required ~ Evaluate and determine the acceptability of substitute materials and equipment proposed by Contractor ~ Require inspections, test, and receive and review all certificates of inspections, testing and special approvals. ~ City of Sebastian will complete and certify all applications for payment. We look forward to completing this project v~ith you and your staff. Please call me at 407-306-0200 with any questions or comments. Again, I look forward to working with you to take steps towards opening RWY 09-27. Sincerely, THE LPA GROUP INCORPORATED «original signed and mailed» Mark C. Jansen, P.E. Project Manager cc: Mohsen Mohammadi, Ph.D., P.E. (LPA) File (TA412012.1d) ATLANTA ~ BATON ROUGE ~ CHARLESTON ~ CHARLOTTE ~ CHICAGO ~ COLUMBIA ~ GREENSBORO ~ GULFPORT ~ KNOXVILLE MOBILE ^ MYRTLE BEACH ~ ORLANDO ~ RALEIGH ~ RICHMOND ~ SARASOTA ~ TALLAHASSEE ~ TAMPA ~ WEST PALM BEACH Exhibit B SEBASTIAN MUNICIPAL AIRPORT Runway 09-27 Obstacle Clearing MANHOUR ESTIMATE BIDDING SERVICES Project Senior Technical ItemlTask Description Manager Engineer Designer Technician Assistant Coordination with City Pre-Bid Meeting Issue Addenda Bid Opening Review Bids & Recommend Total: CONSTRUCTION PHASE Project Senior Technical ItemlTask Description Manager Engineer Designer Technician Assistant Coordinate with the City 4 4 2 Pre-Construction Conference 4 Review Shop Dravangs/Submittals 2 Site Visit 24 Prepare Change Orders 8 2 Review Pedodic Payment Requests 2 Final Inspection 8 Submittal of Record Drawings 2 8 2 Total: 4 50 8 10 THE LPA GROUP INCORPORATED 9/182002 Page B-1 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: 11 Project Ident~cation: Bidding and Construction Services for Airfield Perimeter Fencing IT IS AGREED to undertake the following work in accordance with We provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated, APRIL 28, 2000: Description of Assignment: SEE ATTACHED EXHIBITS entitled Perimeter Fencing Bidding and Construction Services and Cost Breakdown. Basis of Compensation/Period of Services: Basis of compensation will be on a lump sum basis in the amount of $7,652, as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than 360 consecutive calendaz days henceforth. AGREED as to scope of services, time schedule, & budget this _ ,n-pr day of r~c~1~-e/ , 2002: CITY OF SEBASTIAN A Florida municipal corporation THE LPA GROUP, INC. By: v, ! ~ / errenc oore, City onager By: /~, Mohsen Mohammadi, Principal Associate (Seal) Attest: ~ // ~ ` Sally A. Maio CS/M~/~fC, City Clerk Approved as to Form and Con[ent for Reliance by the City o e span Only: Rich Stringer, City ttomey Staff Approvals: Airport Manager Finance Director as [o budget only General Services Administrator THE LPA GROUP INCORPORATED Transportation Consultants 12000 RESEARCH PARKWAY, SUITE 152 ~ ORLANDO, FL 32826-3287 ~ 407-308-0200 ~ FAX 407-306-0480 September 18, 2002 Mr. Jason Milewski Airport Manager City of Sebastian 1225 Main Street Sebastian, FL 32958 Subject: Sebastian Municipal Airport Perimeter Fencing Bidding and Construction Services Dear Mr. Milewski: Enclosed please find a fee proposal for Engineering services for the proposed Perimeter Fencing at the airport. If the enclosed meets with your approval, please forward us a purchase order and a notice to proceed. Bidding Phase Services of the project will include the following tasks: ~ Prepare bid tabulation sheets and assist City in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services ~ Assist the City in conducting a prebid conference for each separate prime contract to share pertinent bidding and technical information and requirements with prospective bidders ~- Issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. Construction Phase Services include the following, in accordance with Exhibif C, Section E "Construction Phase" of the master agreement between the City of Sebastian and THE LPA GROUP INCORPORATED. Specific clarifications include: ~ Attend and administer the Preconstruction Conference; ~ A total of three (3) Visits to Site and Observation of Construction at intervals appropriate to the various stages of construction ~ Issue necessary interpretations and clarifications of the Contract Documents and in connection therewith prepare work directive changes and change orders as required ~ Review and approve (or take other appropriate action in respect of) Shop Drawings (as that term is defined in the aforesaid Standard General Conditions), samples and other data which Contractor(s) are required to submit, but only for ATLANTA ~ BATON ROUGE ~ CHARLESTON ~ CHARLOTTE ~ CHICAGO ~ COLUMBIA ~ GREENSBORO ~ GVLFPORT ~ KNOXVILLE MOBILE ^ MYRTLE BEACH ~ ORLANDO ~ RALEIGH ~ RICHMOND ~ SARASOTA ~ TALLAHASSEE ~ TAMPA ~ WEST PALM BEACH Mr. Jason Milewski, Page 2 conformance with the design concept of the PROJECT. Such reviews and approvals or other action shall not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto ~ Evaluate and determine the acceptability of substitute materials and equipment proposed by Contractor ~ Require inspections, test, and receive and review all certificates of inspections, testing and special approvals. ~ City of Sebastian will complete and certify all applications for payment. We look forward to completing this project with 407-306-0200 with any questions or comments. you to increase the security at the Airport. you and your staff. Please call me at Again, I look forward to working with Sincerely, THELPA GROUPINCORPORATED «original signed and mailed» Mark C. Jansen, P.E. Project Engineer cc: Mohsen Mohammadi, Ph.D., P.E. (LPA) File (TA412010.1d) Exhibit B COST BREAKDOWN FOR Airport Perimeter Fencing BASIC SERVICES BIDDING CONSTRUCTION TOTAL CLASSIFICATION HOURS HOURS HOURS Principal Project Manager Senior Engineer Engineer Designer Technician Technical Assistant 4 4 50 50 8 8 10 10 TOTAL HOURS TASK COST 72 72 $7,196 $7,196 Computer Reproduction Postage $49 Communications $51 $72 Travel $71 $213 TOTAL EXPENSES $122 $334 $456 TOTAL COSTS $122 $7,530 $7,652 THE LPA GROUP INCORPORATED 911912002 page g_~ Exhibit B COST BREAKDOWN FOR Runway 09.27 Obstacle Clearing BASIC SERVICES CONSTRUCTION TOTAL CLASSIFICATION HOURS HOURS Principal Project Manager Senior Engineer Engineer Designer Technician Technical Assistant TOTAL HOURS TASK COST 72 72 $7,196 $7,196 Computer Reproduction Postage $42 Communications $85 Travel $213 TOTAL EXPENSES $340 $340 TOTAL COSTS $7,536 $7,536 4 4 50 50 8 8 10 10 THE LPA GROUP INCORPORATED 9/78!2002 Page 8-1 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Auhorization No: 10 Project Identification: Complete RFP Package far Airport Administration Building IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated, APRIL 28, 2000: Description of Assignment: SEE ATTACHED EXHIBITS entitled Scope of Services, Man Hour Estimate, and Cost Breakdown. Basis of Compensation/Period of Services: Basis of compensation will be on a lump sum basis in the amount of $66,406, as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than 120 consecutive calendar days henceforth. AGREED as to scope of services, time schedule, & budget this day of ~[~ L~ , 2002: CITY OF SEBASTIAN A Florida municipal corporation By: erren e o e, City Manager THE LPA GROUP, INC. By /,/~Mohammadi, Principal Associate (Seal) Attest: Sally A. M o, CMC, City Clerk Approved as to Form and Content for Reliance by the Ci eb sti nly: L Rich Stringer, City tt ey Staff Approvals: Airport Manager Finance Director m budget only General Services Administrator EXffiBIT B- SCOPE OF SERVICES ADMRVISTRATION BUII.DING DESIGN-BUILD PACKAGE PREPARATION CITY OF SEBASTIAN This is an exhibit attached to and made a pazt of the AGREEMENT between the OWNER and the CONSULTANT for professional consulting services. For elements of the PROJECT described in the referenced AGREEMENT, which aze primarily engineering projects, the CONSULTANT shall perform professional services as hereinafter described, which shall include customary civil, structural, mechanical, and electrical engineering services. These services, when performed hr accordance with acceptable engineering practices, shall be the limits of the CONSULTANT's responsibility under this AGREEMENT. This Exhibit A sets forth the general requirements for the performance of the various services for development projects required under this AGREEMENT. PROJECT DESCRIPTION The City of Sebastian, Florida desires to construct a building and related site improvements to relocate the Airport Administration, City Engineering, and Public Works departments to a location at the Sebastian Municipal Airport (X26). The scope of this Work Authorization is to define the program of improvements, to document the intent of the program in a Request for Proposals to interested design-build entities, to assist the City of Sebastian in evaluation and selection of the design-build entity, and to assist the City in administering the design and construction phase activities of the design-build entity on a limited advisory basis. The project consists of the preparation of a design-build RFP package to be given to Contractors to construct an approximately 9000 square foot administration building. The construction will also encompass site work, utilities, parking, drainage and roadways. The project is located at Sebastian Municipal Airport in Sebastian, Florida. The project site is in the triangle between RWY 27 to the north and RWY 31 to the south. The building must be located beneath the BRL for both runways. The RFP package will contain general requirements and technical specifications for the design of the project. City of Sebastian building and development codes will be outlined in the specifications, as well as applicable state building codes. To assemble the RFP package, general services are required. These services are described in the following Sections. ELEMENT 1- PROGRAMMING AND CONCEPTUAL DESIGN DOCUMENTS Task I-I -Inventory of existing facilities. THE LPA GROUP INCORPORATED will obtain the available information from the City and the Airport records on existing conditions that may affect the project. Available drawings, aerial photos, planning studies, utility maps, GIS files, etc. will be obtained and reviewed. Assumptions: The Airport and City will make available any existing information for copying. When available, files in electronic format will be obtained. Page 1 of 5 9/18/02 Deliverables: None. Task 1-2 -Programming for proposed building and site improvements. Identify key design issues such as: services to be provided by the building; scope and hours of operations. Define site program parameters such as: review of current airport planning and master planning issues affecting the site; relation to active airfield; local zoning setbacks, height and buffer requirements; site access; pazkuig and loading requirements; handicap accessibility; landscape /tree ordinance; fire protection requirements; and utilities availability and requirements. Description of building program parameters including: general facility goals description; staffmg requirements; space descriptions and azea requirement tabulation for each department; identification of common use areas and support spaces; building access and security needs; storage requirements; and equipment list. Create narrative descriptions of department interrelationships and internal organization Assumptions: A meeting wifl be held with the City project representatives to discuss and refine the program requirements and issues as noted in Task I-2. Deliverables: A narrative of the program requirements for each department and a table of space use requirements for the total building. Four (4) Draft copies will be provided to the City representative for review by the departments. After any comments are forwarded from the City representative, four final copies of the program narrative will be provided Task 1-3 -Conceptual design of the site development. A master plan for additional improvements is to be provided under a separate work authorization. This task will include prepazation of general requirements for the following: 1. Building Site, including parking, roads 2. General conceptual provision for GA pavements 3. Drainage- including guidelines for meeting the SJRWMD permit requirements 4. Utilities, including requirements package for water, sanitary sewer, lift station, site lighting, or other utilities identified Deliverable: Document describing the minimum requirements for site development ELEMENT 2- DESIGN-BUILD RFP PREPARATION AND EVALUATION (SUBCONSULTANT- OUADRE70 Task 2-1- An advertisement to solicit the interest of design-build entities will be prepared. Criteria far the design-build entity response and selection will be defined. This will include determining the form of agreement and general conditions for the contract, requesting information relating to the qualifications, experience, key personnel, and proposed project schedule of the design-build entity (design firm(s), general contractor, and principal subcontractors). Qualifications will be used as part of the criteria to select the design-build entity. Task 2-2 -A package of information to document the minimum design requirements will be developed in conjunction with [he Owner. This will describe the minimum requirements for Architectural (Materials and Finishes), Structural, Mechanical, Plumbing, Electrical, Communications & Information Technology, and Site Work. A proposal for the cost of design and construction will be used as part of the criteria to select the design-build entity. Page 2 of 5 9/18/02 Task 2-3 -Definition of allowance items. Cost allowances will be established for furnishings, equipment, and landscaping and signage for the administration building as required by the Owner. Allowance costs may include estimates of materials testing, field surveys, geotechnical investigations, and other non-constmction costs directly attributable to the project. Task 2-4 - Apre-proposal conference will be held to brief interested parties on the requirements of the project. If required, addenda will be issued to all interested parties to clarify the requirements of the RFP. Task 2-5 - A meeting to review and evaluate the proposals received from design build entities will be held with the City representative and other interested parties. An evaluation criteria scoring sheet will be developed to compaze the proposals, and to select the preferred proposal. Assumptions: A meeting will be held with the City project representative to discuss the evaluation criteria and budgetary allowances as Holed in Tasks 21 Through ~2. A pre- proposal conference will be held to present the project requirements to interested design- build entities. A meeting will be held with the City representative(s) to evaluate the proposals received and select the preferred respondent. Deliverabdes: Advertisement for Request for Proposals (RFP), information package far proposers, addenda to clarify requirements or answer questions from proposers, proposal evaluation matrix. ELEMENT 3- DESIGN REVIEW AND CONSTRUCTION PHASE ASSISTANCE THE LPA GROUP INCORPORATED (Consultant) will perform limited services to assist the Owner's review during the design document phase, and to observe the progress of the construction phase. The Consultant shall not be responsible for the acts or omissions of the design-build entity's Designer(s), Contractor, or of any subcontractor or supplier, or any of the Contractor(s)' or subcontractor's or supplier's agents or employees or any other persons (except Consultant's own employees and agents) at the site or otherwise furnishing or performing any of the Contractor(s)' work. Task ~I -The Consultant will review preliminary and final drawings and documents (maximum of two submittals) and provide the Owner comments relating to the indicated design's conformance with the information stated in the RFP minimum criteria. A meeting to review information received from design-build entity will be held with the City representative and other interested parties. Comments will be provided in written form with reproducible drawing mazk ups if necessary to cleazly indicate the scope of the comments. Assumptions: A meeting will be held with the City project representative and the design build entity to review the preliminary documents. No meeting is assumed at the completion offing/ documents. Defiverabfes: Narrative comments, reproducible drawing mark-ups if needed Task 3-2- The Consultant will attend the Preconstruction Conference. Minutes issued by LPA/Quadrex will be reviewed by the Owner. Page 3 of 5 9/18/02 Task 3-3- LPA shall have an advisory role on the following tasks Construction Progress Observation: The Consultant will make two (2) visits to the site at intervals appropriate to the various stages of construction when Consultant deems necessary in order to observe as an experienced and qualified design professional the progress of the various aspects of Contractor(s)' work. Based on information obtained during such visits and on such observations, Consultant shall endeavor to determine in general if such work is proceeding in accordance with the Approved Design-Build Documents and Consultant shall keep Owner informed of the progress of the work. The Consultant shall not during such visits or as a result of such observations of Contractor(s)' work in progress, supervise, direct or have control over Contractor(s)'s work nor shall the Consultant have authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by Contractor(s), for safety precautions and programs incident to the work of Contractor(s) or for any failure of Contractor(s) to comply with laws, rules, regulations, ordinances, codes or orders applicable to Contractor(s) furnishing and performing their work. Accordingly, the Consultant can neither guazantee the performance of the construction contracts by Contractor(s) nor assume responsibility for Contractor(s)' failure to furnish and perform their work in accordance with the Documents. Defective Work: During such visits and on the basis of such observations, the Consultant will inform the Owner of deficiencies in the Contractor(s)' work while it is in progress if Consultant believes that such work will not produce a completed project that conforms generally to the Approved Design- Build Documents or that it will prejudice the integrity of the design concept of the PROJECT az reflected in the Approved Design-Build Documents. The Consultant will prepaze a report based on observations of each site visit for distribution to the Owner and Contractor. Disputes between Owner and Contractor: Consultant shall act as initial interpreter of the requirements of the Approved Design-Build Documents and judge of the acceptability of the work or the interpretation of the requirements of the Approved Design-Build Documents pertaining to the execution and progress of the work. Consultant shall not be liable for the results of any such interpretations or decisions rendered in good faith. Assumptions: I) When possibfe, site visits will be held with the City project representative and the design build entity present to review the progress of the work. Exclusive of site visit related to Preconstruction, this task assumes two(2) site visits during the course of the project. 2) Applications for payment will be processed by the City of Sebastian. Deliverables: Narrative fteld report of observations after each visit Task 3-4-LPA shall have an advisory role on the following tasks: Contractor(s)' Completion Documents: The Consultant will review maintenance and operation instructions, schedules, guarantees, bonds and certificates of inspection, tests, and approvals which aze to be assembled by Contractor(s) in accordance with the Approved Design-Build Documents (but such review will only be to determine that their content complies with the requirements of, and in the case of certificates of inspection, tests and approvals the results certified indicate compliance with the Approved Design-Build Documents); and shall transmit them to Owner with written comments; Page 4 of 5 9/I 8/02 Completion Inspections: Consultant shall conduct inspections (maximum of one day for substantial completion) or observe contractor demonstrations to determine if the work or parts of the work are partially accepted, substantially complete, or ready for a fmal inspection as defined in the General Provisions of the Construction Contract. Such inspections shall advise if the completed work is acceptable to Owner and other governing agencies. Assumptions: All contractor completion documents will be presented in one submittal for review and comment Visits will be held with the Ciry project representative and the design build entity present to review the completion of the work. Exclusive of site visit related to periodic construction observation or other applications for payment, this task assumes an additional one (I) site visit during the course of the project Deliverables: Comments on completion documents. Advice far determining the substantial completion of the work and review of the Contractor's list of incomplete items. ELEMENT 4- COORDINATION SERVICES Task 4-1 -Once the final site development concept has been approved and development phasing determined, an updated Airport Layout Plan (ALP) will be prepazed for submission to the FAA and the State of Florida. These revised elements of the overall ALP set will be prepared in confomrity with the FAA/FDOT Airport Layout Plan drawing standards Assumptions: The update of the existing ALP includes only the general area of new construction. Modiftcauans will be made to the existing electronic files. Deliverables: I. Blueline prints of an updated Airport Layout Plan and for submission to the FAA and the Florida Department of Transportation 2. One set of reproducible Mylars 3. An electronic fde of the Airport Layout Plan Task 42 - LPA will coordinate minimum land survey and geotechnical testing if required. These will be coordinated so that information obtained can be included in the design-build package. Page 5 of 5 9118/02 Exhibk B SEBASTIAN MUNICIPAL AIRPORT ADMINISTRATION BUILDING PROGRAMlDESIGN-BUILD PACKAGE MANHOUR ESTIMATE Design Services Item/Task Description Project Manager Coordination with City 16 Building Site Parking Roads Drainage SJRWMD Permit- Pre-App and Work Utilities- Spec and Planning Water Sanitary Sewer Lift Station Other Site Lighting Architecture Programming Exterior Interior Mechanical Plumbing Electrical Communications and IT Landscaping Signage Coordinate Subconsultants Overall Specifications Preliminary Construction Cost Estimate Quality Control 8 Total: 24 THE LPA GROUP INCORPORATED Senior Engineer/Ar Technical chitect Designer Technician Assistant 8 4 4 4 4 4 8 8 16 16 56 18 18 8 4 8 86 16 16 16 8 8 8 6 4 4 4 4 4 4 178 28 12 16 911 &2002 Exhibit B SEBASTIAN MUNICIPAL AIRPORT ADMINISTRATION BUILDING PROGRAMIOESIGN-BUILD PACKAGE MANHOUR ESTIMATE Biddinst and Construction Project Senior Technical ItemlTask Description Manager Engineer Designer Technician Assistant Coordination with City 2 2 Review Bids 16 Issue Addenda 16 Site Visits (4) 32 Total: 2 66 THE LPA GROUP INCORPORATED 911 812 0 02 1 Exhibit B COST BREAKDOWN FOR ADMINISTRATION BUILDING PROGRAM/DESIGN-BUILD PACKAGE BASIC SERVICES PRELIMINARY BIDDING AND DESIGN CONSTRUCTION TOTAL CLASSIFICATION HOURS HOURS HOURS Project Manager 24 2 28 Senior Engineer 178 66 244 Engineer Designer 28 28 Technician 12 12 Technical Assistant 16 16 TOTAL HOURS 258 68 326 TASK COST $27,036 $7,888 $34,924 DIRECT EXPENSES Computer $182 $182 Reproduction $150 $150 Postage $40 $40 Communications $35 $35 Travel $75 $75 Subconsultant: Design-Build Coordination $17,000.00 $17,000 Survey (est) $7,000.00 $7,000 Geotechnical (est) $7,000.00 $7,000 TOTAL EXPENSES $31,482 $31,482 TOTAL COSTS $58,518 $7,888 $88,408 THE LPA GROUP INCORPORATED 9!182002 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #9 Project Identification: Engineering and Bidding Services for Phase I of Runway 9-27 Reactivation IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated, APRIL 28, 2000: Description of Assignment: SEE ATTACHED EXHIBIT "A" entitled Runway 9-27 Obstruction Clearing Proposal and "B" Description of Fees. Basis of Compensation/Period of Services: Basis of compensation will be on a lump sum basis in the amount of $26,097, as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than fourteen (141 consecutive calendaz days henceforth. AGREED as to scope of services, time schedule, & budget this ~/,.~ day of _~~J/'L~^->b+~ , 2002: CITY OF SEBASTIAN THE LPA GROUP, INC. A F rida mu ' ipal corporation /., By: By. ill/~~ -`^~., errence ore, iry Manager Mohsen Mohammadi, Principal Assocrate (Seal) Atte t: _ -~ Sally A. itr, CMC, City Clerk Approved as to Form and Content for Reliance by the City of a stian Rich Stringer, rry Att n y Staff Approvals: Airport Manager Finance Director to budget only General Services Administrator ~~~ THE LPA GROUP INCORPORATED EXF~ZBZ~` A l °fa Transportation Consultants 12000 RESEARCH PARKWAY, SUITE 152 ~ ORLANDO, FL 32826-3287 ~ 407-306-0200 ~ FAX 407-306-0460 August 22, 2002 Mr. Jason Milewski Airport Manager City of Sebastian 1225 Main Street Sebastian, FL 32958 Subject: Sebastian Municipal Airport Runway 09-27 Obstruction Clearing Proposal Dear Mr. Milewski: Enclosed please find a fee proposa 09-27 Obstruction Clearing (Phas enclosed meets with your approval, proceed. Design Services I for engineering services for the proposed Runway e 1 of the runway project) at the Airport. If the please forward us a signed agreement and notice to Our understanding of the scope includes the following: ~ Provide plans, including the following: o Cover sheet o Safety plan and notes o Obstacle Removal Plans and Cart Path Relocation o Demolish J&S Aviation and dispose of off-site o Disassemble Velocity Aircraft and deliver to Owner at a location on the airport. o Relocate Golf Cart Path '} Provide appropriate details for any removals >} Provide 11" x 17" plans for inclusion in the project manual '} Provide technical specifications (General Requirements and Technical Specifications) for the clearing items. ~ Provide cost estimate and bid schedule for inclusion in the contract documents. ~ Asbestos survey and laboratory analysis, and preparation of an ACM removal plan and specification, if necessary. (To be completed by subconsultant). Deliverables include the following: ~ 1 review copy to the Airport at 90% ~ 2 bound copies sent to the FAA at 90% review stage ~ 1 set of unbound reproducible documents at bidding stage ATLANTA ~ BATON ROUGE ~ CHARLESTON ~ CHARLOTTE ~ CHICAGO ~ COLUMBIA ~ GREENS80R0 ~ GULFPORT ~ KNOXVILLE MOBILE ^ MYRTLE BEACH ~ ORLANDO ~ RALEIGH ~ RICHMOND ~ SARASOTA ~ TALLAHASSEE ~ TAMPA ~ WEST PALM BEACH Mr. Jason Milewski, Page 2 E~(NTa~'-r A a ,F Bidding Services Bidding Services include general coordination and the following: ~ Prepare for and attend the Pre-Bid Conference; ~ Issue addenda as necessary; ~ Assist the City in opening, tabulating, and evaluating bids; and LPA assumes the following for bidding services: -} The City of Sebastian will distribute Bidding and Contract Documents to potential bidders; ~ The City of Sebastian will prepare the construction contract. Note that this scope does not include services for construction phase services, and does not include surveying, mapping, or geotechnical services. All existing information will be used to develop the plans. We anticipate this project to be completed quickly, by the end of August 2002. Please call me at 407-306-0200 with any questions or comments. I look forward to working with you on this firs phase of the Runway project at the Airport. Sincerely, THE LPA GROUP INCORPORATED «original signed and mailed» Mark C. Jansen, P.E. Project Manager cc: Mohsen Mohammadi, Ph.D., P.E. File (TA4120011.1d) Exhibit B SEBASTIAN MUNICIPAL AIRPORT RtNY 09-27 PHASE I -REMOVE OBSTACLES MANHOUR ESTIMATE Design Services Project Senior Technical ItemlTask Description Manager Engineer Designer Technician Assistant Coordination with Cit) 8 Prelim Plans Preparatior 4 14 6 Final Plans Preparatior 4 12 Coordination with FAP 2 2 Coordination with Subconsultant: 6 6 4 Details 2 8 16 Site Visits 8 Specifications 4 4 Preliminary Construction Cost Estimate 2 6 4uality Contro 2 Total: 1D 44 34 22 10 THE LPA GROUP INCORPORATED 8!22!2002 Page B-7 Exhibit B SEBASTIAN MUNICIPAL AIRPORT RWY 09.27 PHASE I -REMOVE OBSTACLES MANHOUR ESTIMATE Project Senior Technical Item/Task Description Manager Engineer Designer Technician Assistant Coordination with Cit) Pre-Bid Meeting Issue Addends Bid Opening Review Bids & Recommend 4 8 4 Total: 32 16 8 THE LPA GROUP INCORPORATED 8/22/2002 Page B-1 Exhibit B COST BREAKDOWN FOR RWY 09.27 PHASE I -REMOVE OBSTACLES BASIC SERVICES PRELIMINARY DESIGN BIDDING TOTAL CLASSIFICATION HOURS HOURS HOURS Principal Project Manager Senior Engineer Engineer Designer Technician Technical Assistant TOTAL HOURS TASK COST DIRECT EXPENSES Computer Reproduction Postage Communications Travel Subconsultant: ACM (Asbestos) Survey & Testing TOTAL EXPENSES 10 44 32 42 16 80 34 34 22 22 10 8 18 120 56 176 $10,570 $5,968 $16,538 $273 $273 $150 $150 $300 $40 $63 $103 $35 $35 $7D $71 $142 $213 $s,soo $s,soo $9,169 $390 $9,559 TOTAL COSTS $19,739 $6,358 $26,097 THE LPA GROUP INCORPORATED 8!22/2002 Page B-i CITY OF SEBASTIAN. FLORIDA WORK AUTHORIZATION FORM Work Aatharization No: #8 Project Identification: Appraisal of the J & S Aviation Building & Velocity Aircraft Buildine. I7' IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated APRIL 28, 2000: Description of Assignment: An appraisal of the J & S Aviation Buildin¢ located at 299 Airport Drive East and the second parcel of Velociri Aircraft Manufacturine located at 200 West Airport Drive (SEE ATTACHED LETTER DATED MARCH 1 I, 2002). Basis of Compensation/Period of Services: Basis of compensation will be a Lump-Sum payment amount of $7,200.00 at completion of the work. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than twenty (20) consecutive calendar days henceforth. AGREED as to scope of services, time schedule, & budget this /~u"~'day of ~Q , 2002: T CITY OF SEBASTIAN, A F ida munici corpor ' By: Terrenc re, Manager (Seal) Attest Sally A, Ma' , CMC, City Clerk THE LPA GROUP INCORPORATED, Mohsen Mohammadi, Principal Associate Approved as to Form and Content for Reliance by th rty fstiy: Rich Stringer, City ttorney Staft Approvals: Airport Manager Finance Director ~s ~/~ as [o budge[ only General Services Administrator F, Vere Berg S6ephea.Y. Boyle, MAI stxe eem>~a o~ Rol Estate Appraiser RzAOOO699 March 11, 2002 888 Dakltr rase. Vere Heaeh, FL 32963 Tdepkoae: ('T72) Z34-S3LL1 F'a:: (771a 2341332 Boyle & I)~atke, Inc. Sml Estate Appreiacs and ceb a~rle~ Prd P. Duke, B~IAi. SSA smte ce,uaerl coal xeat Estarte Appraiser 820000027 Mt: Jason Milewski, Airpaat ~8~ ~:. ~ , ~~,~ , , ~ z _. . 1?~S met __ ._.~ ._ ~ '` _ _ Sebastian, Florida 32958 Re: Aa appraisal of the J 8t S Aviatiosi building k>csted at 299 Airpcxt Driu+e Fad and the second psrcd of the Vekwity Aircraft ~ build'mg loud ~ 2t10 VVt Airport Drive. Dear Mr. Mikvvski We would be Pleased to prepare a Comte APpraisel is a Stdf-clod Format oa each of the: above refeaenced parcels. The pnrpuse ~ the .appraisal is to estimate the Market Vahle of the Lease Fee Estate of the subject goPelties i11 "as is" can~On. The vahxe estimates w171 address the vakle of the improts and/or arry leasehold i becsslse the bmltl~s and/or load are subject m long te1Bn leases. It is my that the fwlaron of the is for ~e m for the sogllieition oftht;, '. and/or harlaadtbl ~____ _ . dm` .. T7le appraisal of the J 8.t S F80 bwldiag oral impmvemeatts ~ 299 Airport Drive will inchrde the balditlg site improverrtt~s inch~g ~e fuel tanks sad estisliate the leasehold i1>s baatasc J & S Leases both the lead and imp~novtm, TLe ~' 8le Velocity Aircraft will include the bu17dmg and related site ' eking with say leasehold i in the land. TAe fee of 57,200 the disc~lmt associated with the abitli' y to utilize research and de#a gatht~+ai wh17e 299 Airport Drcive Fast m the event that we only do the Velocity Aircraft bwldmg appraisal;the fee would be 54,200..The sal will be oomplebefl as soon as pos~l~le bat w~e `waalid a~icipate a minimum of four weeks. Four copies of each report will be provided. ~~: . • Mr. Jason Milewski s, - ~ a ° March 11, 2002 Page 2 If the above is to yon, please sign below and rettun one copy of this letter along with any infarm~ion available regarding the bm7diags, land lease,. etc. The. fee for the assignment is due and payable ~ completion of the iepotis. Per yow instroc6ions, we w~71 submit the invoice to the LPA tmtup for paymea3. If you have any questions ~ world h7~e to finther deSne this ash, please do ~ besiisabe in contact me. We are kwlang forward m working with you ast this p~+oject. Thank you for the appo~ly >p be of service. t,. :~ ~ .. ~,,, ;.. -~ Re#pa~_ __ - - BOYLE 8c DRAKE, INC. Asay~2_ J. ~~ M~ Florida State Certified General Real Estate Ap~ser RZA000699, ExpIIes 11-02 Sigc~ature CITY OF SEBASTIAN. FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #7. Project [dentiFication: Runwav 9-27 Re-Validation - ID #PL412011. IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated April 28, 2000: Description of Assignment: Re-Validation of the Finding ofNo Sienificant ]moact (FONSI) for the Runwav 9-27 Environmental Assessment (EA). SEE ATTACHED EXHIBIT "A" CONSISTING OF FIVE (5) PAGES. Basis of Compensation/Period of Services: Basis of compensation will be a Lump-Sum payment amount of $4,986.00 at completion. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than forty five (45) consecutive calendar days henceforth, dependant upon time required for FAA review/approval. AGREED as to scope of services, time schedule, & budget this ~ rd day of ~Pr'+~ . zooz: CITY OF SEBASTIAN, A Flori municipal rporation r By: nce M , City Manager THE LPA GROUP INCORPORATED, David B. Rickerson, uthorized LPA Representative (Seal) Att t: Sally A. aio, CMC, City Clerk Approved as to Form and Content for Reliance by the City of Sebastian Only: \~ ~~ Rich Stringer, Ci ttorney Staff Approvals: Airport Manager Finance Director General Services Administrator _ i S ~ ~N f1N.i V! 17JJCAN WYW CITY OF SEBASTIAN CHANGE CHANGE ORDER #: #1 PURCHASE ORDER # UNK CONTRACTOR: The LPA Group ADDRESS: 1008 N. Dale Mabrv. Suite 202 Tampa. Florida 33612 PROJECT NAME: PROJECT #: N/A PHONE #: 407-306-0200 CONTRACT NAME: Professional Services CONTACT DATE: April 28.2000 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: SEE ATTACHED AMENDMENT ONE (D TO WORK ORDER #3. A) CONTRACT PRICE PRIOR TO THIS CHANGE 7S G.675 NET (INCREASE) (DECREASE) RESULTING FROM THIS CHANGE 1S 2.000 NEW CONTRACT PRICE INCLUDING THIS CHANGE ORDER S 98.675 B) CONTRACT TIME PRIOR TO THIS CHANGE (NUMBER OF DAYS) N!A NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE (NUMBER OF DAYS) N/A NEW COMPLETION DATE INCLUDING THIS CHANGE _ MO. _ DAY _ YR _ AGREED CON/TR//A/CT//OAR: /~/,//) F SEBAS ' / / y~~ - 1.~~ Date: ~jpz Date: ~~/02. Authorised Signature Autbori Ci Msuager / / Approvals By Ciri of Sebastian: Airport Maaa Fiusace'~Direc ~AnO~y General Servi c.~,t.~;L ~~ ~3-o z ATTEST: f/I . Date `~~a~~~ Sally A. _ o, CMC City Clerk Work Authorization #3 SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN Amendment Number One 1 to Work Authorization Number Three 3 TA412007 One (1) (Project Identification No.) (Amendment Number) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated APRIL 28.2000. Descriation of Assignment: The scope of work under Work Authorization Number Three (3) titled `ACCESS ROADS/WATER AND 5EWER/SECURITY GATES' at the Sebastian Municipal Airport is amended to include the survey, delineation, design and preparation of construction plans for the work related to the wetlands discovered on-site. LPA will provide these Basic Services in accordance with Exhibit C, Section I of the Prime Agreement with limited services during the bidding and construction phase services. Services include: 1. Additional coordination with the City, and St. John's Water Management District. 2. Preparation of Wetlands Portion of Permit Documents (Portions of SJWMD ERP Section C, incl. Tables 2 and 3. 3. Revised Site Drainage design. 4. Preparation of on-site Mitigation Narrative. 5. Wetlands topographic and boundary survey. Additional Provisions 'include: a) The Owner will provide LPA and LPA's subconsultants access to the site and all available information pertinent to this project, including as-built drawings and documents on underground utilities, pavements, and underground structures within the project limits. b) The Owner will provide all available pertinent information regarding airport property, boundary, easement, right-of--way and other information necessary to create these planning documents. c) The Owner will negotiate additional contract(s) with LPA for services beyond the scope of this project, including off site wetland mitigation. d) The Owner wilt pay all fees for permits. Page 1 of 2 1/29/02 Period of Services: The additional services will be performed as specified in the Work Authorization. Basis of Compensation: As compensation for providing services mentioned above, the Owner shall pay LPA on a lump sum basis in the following amounts (See Exhibit A): Total: Special Provisions: $12,000.00 A. The following exhibits are attached to and made a par[ of this Work Authorization: Exhibit "A" - Manhour Estimate Agreed as to the scope of services, period of services, and budget*: CITY OF SEBASTIAN THE LP~A/~G~ROU~P I~NCO~RPORATED DATE: z~~ f ,0 2 *Budget will not be exceeded without a Supplemental Work Authorization. Page 2 of 2 1/28/02 Exhibit A SEBASTIAN MUNICIPAL AIRPORT ACCESS ROAD/WATER AND SEWER -AMENDMENT 1 MANHOUR ESTIMATE Deslan Services Project Senior ItemlTask Description Manager Engineer Designer Coordination with City 2 Prepare OnSite Mitigation Plan 6 8 Final Design 6 8 Coordination with SJWMD 4 Additional Permit Preparation 2 6 Coordination with Subconsultant 4 Quality Control THE LPA GROUP INCORPORATED 2 Total: 2 24 22 112812002 Technical Technician Assistant 2 2 4 Page A-1 Exhibit A COST BREAKDOWN FOR ACCESS ROADlWATER AND SEWER -AMENDMENT 1 BASIC SERVICES PRELIMINARY DESIGN TOTAL CLASSIFICATION HOURS HOURS Principal Project Manager 2 2 Senior Engineer 24 24 Engineer Designer 22 22 Technician Technical Assistant 4 4 TOTAL HOURS 52 52 TASK COST $4,910 $4,910 DIRECT EXPENSES Computer Reproduction Postage $10 $10 Communications $20 $20 Travel $60 $60 Subconsultant Strickland $2,500 Carter $4,500 $4,500 TOTAL EXPENSES $7,090 $7,090 TOTAL COSTS $12,000 $12,000 THE LPA GROUP INCORPORATED vzenooz Page A-2 CITY OF SEBASTIAN (Florida) Work Authorization for Professional Services AIRPORT PERIMETER FENCING Six (6) (Project Identification No.) (Work Authorization No.) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated April 28, 2000 Description of Assigtunent: (Attached Exhibit A) Provide the City of Sebastian with engineering and design services for the Airport Perimeter Fencing project, to include fencing, automated and manual gates. Basis of Compensation/Period of Services: (Attached Exhibit B) THE LPA GROUP will provide the above services for a Lump Sum amount of $4,312. These services will be completed within 14 calendar days of the Notice to Proceed. Agreed as to scope of services, time schedule, and budget: For e CIT F SEBASTIAN (FLORIDA) or THE LPA GROUP INCORPORATED Date: l/ o ~ Attachments: Exhibit A, Scope of Work Exhibit B, Manhour Estimate Airport Perimeter Fencing Date: ~/p~~0 Z Page -1 January 10, 2002 THE LPA GROUP INCORPORATED ~X~-i6i~ ,~ " ~~ Transportation Consultants __ 12000 RESEARCH. PARKWAY, SUITE 152 ~ ORLANDO, FL 32826-3287 ~ 407-306-0200 ~ FAX 407-306-0460 October 18, 2001 Mr. Jason Milewski Airport Manager City of Sebastian 1225 Main Street Sebastian, FL 32958 Subject: Sebastian Municipal Airport Perimeter Fencing Proposal Dear Jason: Enclosed please find a fee proposal for Engineering services for the proposed Perimeter Fencing at the airport. If the enclosed meets with your approval, please forward us a purchase order and a notice to proceed. The scope of the project will include the following tasks: ~ Locate temporary and permanent fencing locations around the entire airport ~ Provide appropriate details for the fencing and manual gates ~ Provide 8.5" x 11" plans for inclusion in the project manual ~ Provide technical specifications for the fencing and manual gates ~ Provide assistance in developing performance specifications for automated gate and security system We anticipate this project to be completed quickly, approximately 1 week after we have an initial coordination meeting. Please call me at 407-306-0200 with any questions or comments. 1 look forward to working with you to increase the security at the Airport. Sincerely, THE LPA U INCORPORATED !~ Mark C. ansen, P.E. Project Engineer cc: Mohsen Mohammadi, Ph.D., P.E. File (TA412009.1d) ATLAMA ~ BATON ROUGE ~ CHMLESTON ~ CHARL0T7E ~ CHICAGO ~ COUXN641 ~ GREENSBORO ~ GULFPORr ~ gJOXViUE MOBILE ~ MYRTLE BEACH ~ ORVWDO ~ RALEIGH ~ RICHMOND ~ 59RASOTA ~ TALLAHASSEE ~ TAMPA ~ WEST PALM BEACH Exhibit B SEBASTIAN MUNICIPAL AIRPORT _ _ __ - - PERIMETER FENCING MANHOUR ESTIMATE Design Services Item/Task Description Coordination with City Preliminary Design Final Design Coordination with FDOT Details Site Visits Specifications Preliminary Construction Cost F~timate Quality Control Total: Project Senior Technical Manager Engineer Designer Technician Assistant 4 2 8 2 6 1 2 1 4 4 8 2 4 1 2 2 21 16 4 6 THE lPA GROUP INCORPORATED 10/1 af2ppl Page ~1 Exhibit B COST BREAKDOWN FOR PERIMETER FENCING BASIC SERVICES PRELIMINARY DESIGN TOTAL CLASSIFICATION HOURS HOURS Principal Project Manager 2 2 Senior Engineer 21 21 Engineer Designer 18 18 Techniaan 4 4 Technical Assistant 6 6 TOTAL HOURS 51 51 TASK COST $4,031 $4,031 DIRECT EXPENSES Computer $91 $91 Reproduction $50 S50 Postage $40 $40 Communications Travel $100 TOTAL EXPENSES $281 5281 TOTAL COSTS $4,312 54,312 THE LPA GROUP INCORPORATED 10/18/20e1 Page B-9 CITY OF SEBASTIAN (Florida) Work Authorization for Professional Services REHABILITATE RUNWAY 09-27 AND CONSTRUCT PARALLEL TAXIWAY Five (5) (Project Identification No.) (Work Authorization No.) It is agreed to undertake the following work in accordance with the provisions of our Frime Agreement for Professional Services dated April 28, 2000 Description of Assignment (Attached Exhibit A) Provide the City of Sebastian with engineering, design and bidding services for the improvements to Runway 09-27 and proposed parallel taxiway, to include runway and taxiway lighting and NAVAIDS design. Basis of Compensation/Period of Services: (Attached Exhibit B) THE LPA GROUP will provide the above services for a Lump Sum amount of $170,000. These services will be performed in accordance with the schedule in Exhibit A, Page 4. Agreed as to scope of services, time schedule, and budget: ~. i , For the TY SEB TIAN (FLORIDA) Dater /%' a Attachments: Exhi it A, Scope of Work Exhibit B, Manhour Estimate Attachment A: Project Layout Plan Rehabilitate Runway 09-27 and Construct Pazallel Taxiway or T +LPA GROUP IN RPO TED Date: ~Ti// 7 ~P / Page -I October I2, 2001 EXHIBIT A SCOPE OF WORK SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN, FLORIDA REHABILITATE RUNWAY 09-27 AND CONSTRUCT PARALLEL TAXIWAY I. PROJECT DESCRIPTION The project consists of the preparation of construction drawings and technical specifications for the improvements to Runway 09-27 and construction of a parallel taxiway, as shown in Attachment A. The existing east-west taxiway will be rehabilitated and designated as an active Runway 09-27. The existing pavement is 3680 feet long and 150 feet wide. The new runway will be 3100 feet long and 75 feet wide. The new taxiway will be 3100 feet long and 35 feet wide. One connector will be located just west of existing Runway 13-31. II. PRE-DESIGN PHASE SERVICES TO BE PROVIDED BY LPA A. Field Survey (Subconsultant): Topographical survey including spot elevations on a 50' grid, and location of any above-ground features. B. Geotechnical Investigations (Subconsultant): borings and soil testing to support the design and construction of the paved areas. C. Permit: LPA will attend aPre-Application Meeting with SJWIvID and prepaze and submit SJWNID permit applications. III. DESIGN PHASE SERVICES TO BE PROVIDED BY LPA LPA will provide the following basic services for this project (see Exhibit B for marrhour and cost breakdown): A. Coordination with the City -LPA will conduct up to three meetings with the City to review the progress of the bidding documents. B. Technical Specifications -LPA will prepare Technical Specifications for the sitework and runway and taxiway construction. E. Construction Plans will consist o£ mCover Sheet mProject Layout Plans Rehabilitate Runway 09-27 and Construct Parallel Taxiway Page -2 October 12, 2001 ~dOT and Safety Plans ~'aving Plans pavement Marking Plans ~2unway Lighting Plans wfisc. Details G. LPA will provide five (5) half-size sets of Plans, Specifications, and the Engineer's Report to the City and regulatory agencies for review at 60% and 90% completion. H. Bidding Documents -LPA will prepaze the Final Documents for the City, including: 1. Drawings (to be provided by LPA). 2. Technical Specifications (to be provided by LPA). 3. Bid Documents (to be provided by the City). 4. Contract Documents (to be provided by the City). IV. BIDDINGPHASE SERVICES LPA will perform general coordination and: A. Prepaze for and attend the Pre-Bid Conference; B. Assist with the preparation of addenda as necessary; D. Assist the City in opening, tabulating, and evaluating bids; and E. Assist the City in preparing the construction contracts. V. CONSTRUCTION PHASE SERVICES Additional aa~reements may be negotiated if LPA's services will be required during the construction phase. VI. ADDITIONAL PROVISIONS The CONSULTANT will provide the following additional services for this project: A. Field Survey: The CONSULTANT'S subconsultant (Carter and Associates, Inc.) will acquire topographic stuvey information. B. Geotechnical Investigations: The CONSULTANT'S subconsultant (Nodazse & Associates) will acquire adequate soil borings and pavement cores along the proposed alignment runway and taxiway. Rehabilitate Runway 09-27 and Construct Parallel Taxiway Page -3 October 12, 2001 C. LPA will provide technical specifications and special terms and conditions. Bid Documents and Contract Documents will be generated by the City of Sebastian. The City of Sebastian will reproduce and distribute the bid document as necessary. D. The City will provide LPA access to the site and all available information pertinent to this project. VII. PERIOD OF SERVICES The following is an anticipated schedule for this project, with a tazget completion date of 03 February 2002: A. Pre-Design Phase 30 days B. Preliminary Design Phase (60% Plans) 30 days C. 90% Plans and Specifications 60 days D. 100% Plans and Specifications 12 days E. Total time: 132 days The above schedule does not include the review time necessary by the City and the pemut approval process, which may take up to 90 days. Rehabilitate Runway 09-27 and Construct Parallel Taxiway Page -4 October 12, 2001 Exhibit B SEBASTIAN MUNICIPAL AIRPORT REHABILRATE RUNWAY 09-27 AND CONSTRUCT PARALLEL TAXIWAY MANHOUR ESTIMATE Preliminary Design ItemlTask Description Coordination with City Preliminary Geometric Design Preliminary Drainage Design Coordination with FOOT Coordination with FAA (Airspace Checklist) Site Visits Pre-Application meeting with SJWMD Coordination with Subconsultants Prepare/Submit Preliminary Plans CoverSheef Project Layout & Safety Plan General Notes & Summary of Quantifies Typical Sections and Paving Details Staking & Demolition Plans Paving, Grading & Drainage Plans Runway and Taxiway Profiles Drainage Profiles Drainage Details Pavement Marking & Sodding Plan Set Up Lighting and Signage Plans Erosion Control Details Preliminary Cross Sections Preliminary Construction Cost Estimate Quality Control Review Meeting with City Project Senior Technical Manager Engineer Designer Technician Assistant 8 16 8 16 16 8 4 2 2 8 2 4 2 16 4 8 4 2 16 4 4 2 2 4 4 4 2 1 1 6 8 8 6 16 24 20 16 24 8 8 16 B 8 16 4 8 16 8 6 12 8 3 3 4 2 2 4 6 6 8 2 2 2 8 8 8 8 Total: 34 188 110 148 24 THE LPA GROUP INCORPORATED 10!12/2001 Page &1 Exhibit B SEBASTIAN MUNICIPAL AIRPORT REHABILITATE RUNWAY 09-27 AND CONSTRUCT PARALLEL TAXIWAY MANHOUR ESTIMATE Final Design ItemlTask Description Coordination with City Final Geometric Design Final Drainage Design Detention Pond Design Final Plans Project Layout & Saiefy Plan General Notes & Summary of Quantities Typical Sections and Paving Details Staking & Demolition Plans Paving, Grading & Drainage Plan Runway and Taxiway Profrles Drainage Profiles Drainage Details Pavement Marking & Sodding Plan Coordinate Electrical Plans Erosion Control Plan and Details Fina! Cross Sections Contract Specifications Engineers Report Final Quantities and Cost Estimate SubmR Project Safety Plan to FAA SWFWMD and City Permits Prepare Site Plans Prepare Permit Application Prepare Site Plan Review Checklist Submit to SJWMD and City for Review Incorporate SJWMD and City Comments Review Meeting with the City 100% Plans and Specifications PreparelSubmit Contract Documents Quality Control Project Senior Technical Manager Engineer Designer Technician Assistant 8 16 10 16 12 8 16 12 8 16 8 4 12 8 8 8 4 8 12 16 16 16 24 24 24 24 24 22 18 16 22 18 16 8 14 12 8 16 12 4 10 8 16 8 12 8 16 16 40 48 32 16 8 8 4 8 8 16 16 20 8 4 16 8 16 8 16 16 Total: 32 348 216 208 154 THE LPA GROUP INCORPORATED 10/12/20D1 Page B-2 Exhibit B SEBASTIAN MUNICIPAL AIRPORT REHABILITATE RUNWAY Dg-27 AND CONSTRUCT PARALLEL TAXIWAY MANHOUR ESTIMATE Bidding Phase ItemlTask Description Advertise and Coordinate Distribute Bidding Documents Pre-Bid Conference Answers to Bidders/Issue Addenda Bid Opening Review Bids for Responsiveness Certfied Bid Tabs/Award Contract Contract Preparation Total: Project Technical Manager Engineer Designer Technician Assistant 2 4 4 2 8 4 4 1D S 2 4 4 4 4 4 4 8 16 28 0 4 32 Project Technical Itemffask Description Manager Engineer Designer Technician Assistant No Construction Phase Activities at this time. Total: 0 0 0 0 0 THE LPA GROUP INCDRPORATED 10/12!2001 Page &1 Exhibit B COST BREAKDOWN FOR REHABILITATE RUNWAY D9-27 AND CONSTRUCT PARALLEL TAXIWAY BASIC SERVICES PRELIMINARY FINAL BIDDING DESIGN DESIGN PHASE TOTAL CLASSIFICATION HOURS HOURS HOURS HOURS Principal Project Manager 34 32 16 82 Senior Engineer 188 348 28 564 Engineer Designer 110 216 326 Technician 148 208 4 360 Technical Assistant 24 154 32 210 TOTAL HOURS 504 958 80 1,542 TASK COST $38,582 $70,868 $6,292 $115,742 DIRECT EXPENSES Computer $1,421 $2,212 $3,633 Reproduction $165 $200 $300 $665 Postage $50 $50 $SD $150 Communications Travel $100 $100 $100 $300 Subconsultant Electrical RW $2,280 $5,320 $7,600 Electrical TW $2,070 $4,830- $6,900 Electrical PAPI $1,260 $2,940 $4,200 Electrical REIL $1,080 $2,520 $3,600 Survey $6,390 $6,390 Geotech $10,318 $10,318 GPS Approach $6,000 $6,000 10% Foced Fee on Subconsultant $2,340 $2,161 $4,501 TOTAL EXPENSES $27,475 $26,333 $450 $54,258 TOTAL COSTS $66,057 $97,201 $6,742 $170,000 THE LPA GROUP INCORPORATED 1 0/1 212 0 01 Page B•1 X26 Runway Length Adjustment Jason Milewski Page 1 of 1 From: Jansen, Mark [MJansen@Ipagroup.com] Sent: Wednesday, December 05, 2001 11:48 AM Ta: Jason Milewski (E-mail) Cc: Mohammadi, Mohsen Subject: X26 Runway Length Adjustment Mr. Milewski, .Based on recommendations by the Federal Aviation Administration (FAA) during meetings last week, the previous 3,100' length of RWY 09-27 has been increased to 3,200'. The increase will not affect LPA's original design fee proposal for the work (Work Authorization No. 5). Please feel free to contact me if you have any questions. Regards, Mark Mark C. Jansen, P.E. The LPA Grouo Incorporated 12000 Research Parkway, STE 152 Orlando, FL 32826-3287 407.306.0200 / .0460 (fx) 12/5/01 CITY OF SEBASTIAN (F7orida) Work Authorization for Professional Services T-HANGAR DEVELOPMENT (Project Identification No.) (Work Authorization No.) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated April 28, 2000 Description of Assignment: (Attached Exhibit A) Provide the City of Seba iS an with engineering and design services for the proposed T-Hangar development on the east srde of the airport, to include T-Hangar buildings, connecting taxiway pavements, parking lot pavements, and other miscellaneous improvements. Basis of Compensation/Period of Services: (Attached Exhibit B) THE LPA GROUP will provide the above services for a Lump Sum amount of $92,320.00. These services will be performed in accordance with the schedule in Exhibit A, Page 3. Agre as to scope of services, time schedule, and budget: f ; i For t e CITY O BASTIAN (FLORIDA) For THE LPA GROUP INCORPORA~ Date: o~.l ~ Attachments: Exhibit A, Scope of Work Exhibit B, Manhour Estimate Drawing 1: Project Location Drawing 2: T-Hangaz Layout Date: 7/Zo/~/ July 20, 2001 EXHIBIT A SCOPE OF WORK SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN, FLORIDA T-HANGAR CONSTRUCTION I. PROJECT DESCRIPTION The project consists of the prepazation of schematic drawings and technical specifications for 3 generic nested T-Hangaz buildings, (1) -approx. 54' X 360', (2) - approx 54' x 230', each with a clear door opening of 12', and associated sitework. The general location is shown in Drawing 1, and the schematic drawing is shown in Drawing 2. II. PRE-DESIGN PHASE SERVICES TO BE PROVIDED BY LPA A. Field Survey (Subconsultant): Topographical survey including spot elevations on a 50' grid, and location of any above-ground features (Drawing 2). B. Geotechnical Investigations (Subconsultant): borings and soil testing to support the design and construction of T-Hangaz buildings and surrounding pavement at the locations shown on Drawing 2. C. Indian River County Coordination: APre-Application Meeting will be required by the County to review the site plan and to address any changes to the codes. LPA will arrange and attend this meeting and furnish a site plan to the County for approval. D. Permit: LPA will attend aPre-Application Meeting with SJWMD and prepare and submit SJWMD permit applications. III. DESIGN PHASE SERVICES TO BE PROVIDED BY LPA LPA will provide the following basic services for this project (see Exhibit B for man-hour and cost breakdown): A. Coordination with the City -LPA will conduct up to three meetings with the City to review the progress of the bidding documents. B. Coordination with the Fire Marshal -LPA will meet the City's Fire Marshal to review the City's fire requirements. One meeting is anticipated. T-Hangar Development 07/05/01 Page ] C. Coordination with the Building Official -LPA will meet the Building Official to review the City's building code requirements. One meeting is anticipated. D. Technical Specifications -LPA will prepare Technical Specifications for the sitework and performance specifications with sufficient detail to allow for contracting the T-Hangar buildings as a Design/Build project. E. Construction Plans will consist of: / Cover Sheet / Project Layout and Safety Plan / General Notes & Summary of Quantities / Typical Sections and Paving Details / Staking & Demolition Plans / Grading & Drainage Plans / Taxilane Profiles / Pazking Lot Paving and Mazking Plan / Water Supply Plan / Sanitary Sewer -location of bathroom(s) in buildings, and connection to and schematic design of a septic tank and drain field system. / Drainage Profiles / Drainage Details / Erosion Control Details / Pavement Marking / Basic Landscaping Plans / T-flangaz schematic drawings: LPA will prepare schematic drawings with sufficient detail to-allow for contracting the project as a Design/Build project. The drawings will specify the building dimensions, including door openings, and will provide general details on electrical, plumbing, and foundation. F. LPA will also provide an Engineer's Report with the final cost estimate. G. LPA will provide five (5) sets of Plans, Specifications, and the Engineer's Report to the Authority and regulatory agencies for review at 95% and 100% completion. H. Bidding Documents -LPA will prepaze the Final Documents for the City, including: 1. Drawings (to be provided by LPA) 2. Technical Specifications (to be provided by LPA) 3. Bid Documents (to be provided by the City) 4. Contract Documents (to be provided by the City). IV. BIDDING PHASE SERVICES LPA will perform general coordination and: A. Distribute Bidding and Contract Documents to potential bidders; B. Prepare for and attend the Pre-Bid Conference; T-Hangar Development 07/05/01 Page 2 C. Issue addenda as necessary; D. Assist the City in opening, tabulating, and evaluating bids; and E. Assist the City in prepazing the construction contracts. V. CONSTRUCTION PHASE SERVICES Additional agreements may be negotiated if LPA's services will be required during the construction phase. VI. ADDITIONAL PROVISIONS A. Topographic surveys and subsurface investigations aze included in the scope of work. B. LPA will provide technical specifications and special terms and conditions. Bid Documents and Contract Documents will be generated by the City of Sebastian and returned to LPA for reproduction and distribution. C. The City will provide LPA access to the site and all available information pertinent to this project. VII. PERIOD OF SERVICES The following is an anticipated schedule for this project: A. Initial Coordination and Meetings 30 days B. Fieldwork 30 days C. 30% Plans 30 days D. 90% Plans and Specifications 60 days E. 100% Plans and Specifications 30 days F. Total time: 1 SO days The above schedule does not include the review time necessary by the City and the permit approval process, which may take up to 90 days. T-Hangar Development 07/05/01 Page 3 Exhibit B SEBASTIAN MUNICIPAL AIRPORT T-HANGAR DEVELOPMENT MANHOUR ESTIMATE Preliminary Design Item/Task Description Coordination with City Coordination with Fire marshal Coordination with Building Department Coordination with FDOT Coordination with FAA (Airspace Checklist) Site Visits Pre-Application meeting with SJWMD Coordination with Subconsultants Prepare/Submit Preliminary Plans Cover Sheet Project Layout & Safety Plan General Notes & Summary of Quantities Parking Lot Connector Taxiway Water Supply to Hangar Septic Tank/Drain Field Site Drainage & Calculations T-Hangar Plan Sheets Project Manager Engineer Technician 8 16 4 4 4 4 2 2 2 4 8 8 4 4 2 8 2 2 4 2 2 4 8 4 16 2 4 4 16 16 24 32 4 16 Preliminary Construction Cost Estimate 2 Quality Control 8 Review Meeting with City 4 4 Total: 50 114 100 Technical Assistant 4 2 2 2 2 2 4 2 20 THE LPA GROUP INCORPORATED 7/5/01 Page B-1 Exhibit B SEBASTIAN MUNICIPAL AIRPORT T-HANGAR DEVELOPMENT MANHOUR ESTIMATE Final Design Item/Task Description Coordination with City Final Site/Drainage Design Final Water/Sewer Design Final Plans Cover Sheet Project Layout & Safety Plan General (Votes & Summary of Quantities Parking Lot Connector Taxiway Pavement Marking Water/Sewer Supply to Hangar Site Drainage Site Electrical T-Hangar Plan Sheets Contract Specifications Engineer's Report Prepare Permit Application Final Quantities and Cost Estimate Prepare/Submit Contract Documents Review Meetings with City Quality Control Total Project Technical Manager Engineer Technician Assistant 8 16 4 36 32 2 2 2 2 4 8 32 8 36 2 4 4 8 16 40 4 8 32 72 24 24 16 4 8 16 4 8 4 2 2 4 8 8 8 8 16 32 234 226 54 THE LPA GROUP INCORPORATED 7/5/01 Page B-2 Exhibit B SEBASTIAN MUNICIPAL AIRPORT T-HANGAR DEVELOPMENT MANHOUR ESTIMATE J Bidding Phase Item/Task Description Advertise and Coordinate Distribute Bidding Documents Pre-Bid Conference Answers to Bidders/Issue Addenda Bid Opening Review Bids for Responsiveness Certified Bid Tabs/Award Contract Contract Preparation Total: Project Technical Manager Engineer Technician Assistant 2 4 4 2 16 8 4 4 2 4 8 8 2 2 2 2 2 4 4 8 12 26 20 34 Project. Technical Item/Task Description Manager Engineer Technician Assistant No Construction Phase Activities at this time. Total: 0 0 0 0 THE LPA GROUP INCORPORATED 7/5101 Page B-3 Exhibit B COST BREAKDOWN FOR SEBASTIAN MUNICIPAL AIRPORT T-HANGAR DEVELOPMENT a BASIC SERVICES PRELIMINARY DESIGN FINAL DESIGN BIDDING PHASE TOTAL CLASSIFICATION HOURS HOURS HOURS HOURS Principal Project Manager 50 32 12 94 Senior Engineer Engineer 114 234 26 374 Designer Technician 100 226 20 346 Technical Assistant 20 54 34 108 TOTAL HOURS 284 546 92 922 TASK COST $21,506 $38,174 $6,242 $65,922 DIRECT EXPENSES Computer $700 $1,582 $28 $2,310 Reproduction $100 $350 $500 $950 Postage $25 $50 $100 $175 Communications Travel $100 $100 $200 Subconsultant Electrical $3,115 $1,635 $1,515 $6,265 Survey $2,500 $2,50D Geotech $6,928 $8,928 MEP $2,000 $2,000 $1,000 $5,000 10% Fixed Fee on Subconsultant $1,454 $364 $252 $2,069 TOTAL EXPENSES $16,923 $5,981 $3,495 $26,398 TOTAL COST5 $38,429 $44,155 59,737 $92,320 THE LPA GROUP INCORPORATED 7/5101 Page B-4 r ~ ~.a„ ~ Y}µ} ~ } ~ ~_ ~~__ ~,,, \~~ ~ \ \\ \ 4 ~ \ 1 inn \\ {({ \y 'r \ } _ F ~~l !j%' } : f \ t. i ~ .~ { ~ - / \\ I% e tl ~e r.~ ~ _ qqq ~ d 7 a ',~ a ~t ~_ cE :' ~ ~ ~, ~. .~ ~ ,~\ `~ ~ ~\\\\~ yy ',i 1 \ \ . ,~~ \ ~; ,_ ~;;.. ~,~~~~~te~,, V `L ~ JO ~ti' ~\ti`~\A` ~~~~ ~' ~ ~~; . l f ~~ ~~. 7~ ;, ~`:,. ~`. _ _____=k---.=. --- - 07111!2001 10:31 ~~~ .R13-960-R?74 ~ T~Aks~lectNo-~~ THE LPA GRDUP INC PAGE 61 TIIE LPA GROUP INCORPORATED 12000 Research Parkway, Suite LS2 Orlando, FI. 32826-3287 d07-306-0200 407-306-0460 (fax) T0: JASON iVIIi.EWSKI conrpA,vs• CITY OF SEBASTIAN FAX 1V0.: 561-589-6209 Naol-aY~', M~+ar 1 aa,cwuthe~ F~IOM: MARY C. JANSEN SUBJECT:• T-HGR DESIGN PHASING DATE: JULY I I, 2001 NOTE: 77ee igjorinattrm eonmfnedin skis messa;e is intended jor the rrse ojthe aedividaalnarned above, galy. Tf yon leave received this comawnicatfon in error, please aot{jy the sender hvanedfataty by tehphone. 7l+ank yea. Mr.:Vlilewski: In response to your gnestion regarding design phasing, please be advised that the design of the T-Haagars as detailed is our recently submitted scope aad fee proposal will be done as one complete package. Any phasing of the construction due to financing will happen independent of the design. If you have any questions, please feel free to call. 7'h/~fy Mark C J nsen The LPA Group Incorporated C:Lpa~eabk28tTAA12C06 (f•Han7ersi~ devebpment~fdx-mllaaagdeei~ phadnp.~c CITY OF SEBASTIAN (Florida) Work Authorization for Professional Services ACCESS ROADS/ WATER AND SEWER/ SECURITY GATES (Project Identification No.) Three (3) (Work Authorization No.) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated Apri128, 2000 Description of Assignment: Provide the City of Sebastian with engineering and design services for Access Roads, Water and Sewer Lines and Security Gates. These services shall include project coordination meetings, preliminary design, final design, permitting, contract documents, and bidding services as outlined in SECTION A of the attached scope. The Project Limits shall be as sketched in the attached drawing identified as SECTION B. Basis of Compensation/Period of Services: THE LPA GROUP will provide the above services for a Lump Sum amount of $76,675 as detailed and made a part of this contract in the attached SECTION C. These services will extend for a period of 165 days from the date of authorization by the CITY as tabulated in the schedule shown on page 4 of SECTION A. Agreed as to scope of services, time schedule, and budget: For the CIT F SE AS A (FLORIDA) For THE LPA GROUP INCORPO TED Date: o/ Date: 7~Zo~~ l Attachments: SECTION A, Scope of Work (5 pages) SECTION B, Project Limits Drawing (1 page) SECTION C, Fee (3 pages) July 23, 2001 ~~~ SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN ACCESS ROADS /WATER AND SEWER/ SECURITY GATES SECTION A SCOPE OF WORK I. Project Description: The purpose of this document is to provide the City of Sebastian with a detailed Scope and Fee breakdown for the vazious engineering services listed below: Item 1) Proposed Westem Access Road extension (2,400'); Item 2) Paved Eastern Road to access Taxiway (600'); Item 3) Paved Westem Road to access Taxiway (500'); Item 4) Dirt Road to J&S Aviation (650'); Item 5) Pave existing dirt road off Roseland to Western Access Road (600') Item 6) New water line at the western side of the airport (5,000'); Item 7) New sewer line along Roseland Drive (1,600'); Item 8) Two Electrical Security Gates. These tasks aze drawn and included in this Scope as SECTION B. The proposed Western Access Road shall be an extension to the south of the existing West Entrance Road, tying into the public road (Roseland Road). Water service for the existing Airport tenants on the West Entrance Road and proposed tenants along the new extension shall be included by design of a new water line. Sewer service shall be provided to the proposed Greensplus site by extending an existing sewer line south on Roseland Road for a distance of 1,600'. Anew road shall be designed to tie into the taxiway from the new Westem Access Road. Improvements to the east side of the Airport include a new paved road to tie into the existing taxiway, connecting Runways 31 and 27. A dirt roadway is proposed as a new entrance to J&S Aviation. The proposed electrical security gates will be located at the end of Airport Drive on the east side of the Airport, near the end of Runway 27, and at the west side of the Airport at the Westem Taxiway Access Road. The Scope of Work provided herein as SECTION A describes the services provided by THE LPA GROUP INCORPORATED (hereby referred to as the CONSULTANT) to the CITY. A sketch showing the proposed azeas of improvement aze identified in SECTION B. Fees associated with all engineering tasks aze included in SECTION C of this document. Sebastian Municipal Airport 07/05/01 Page ] of 5 Access RoadsrNater and Sewer/Security Gates II. Field Surveys Control (vertical and horizontal) will be run to control all survey work. Horizontal control and elevations will be tied to available on-site benchmazks. Control points shall be set for future use in Contractor's layout. These points shall be published on the final plan set with the coordinate system and elevation. A topographic survey will be performed at a 100-foot width for the PROJECT, or 50' to either side of the alignment. After coordination meetings have been held and it has been determined to which side of the existing pavement the proposed water and sewer lines will beset to, the survey shall be performed at a 50-foot width, measured from the centerline of the existing road. Ground features will be located including grade changes and ditches. Pavement edges, driveways, curb lines and existing drainage features shall also be encompassed in this survey. Above-ground utilities shall be surveyed, along with buried utilities, as available by the locator service or utility company. Topography shall be provided for a width of 200' at the pavementtie-ins. Ditches and outfail pipes shall be surveyed for a length of 100' to either side of the alignment. The CONSULTANT shall utilize the survey performed by Carter and Associates the previous year for the layout of the water line for the existing paved road on the western end of the project. Upon completion of the survey, the CONSULTANT will field-verify the accuracy of the survey. III. Preliminary Desien Planning: The proposed paved roadway section shall be a ditch section with a 24' paved surface, a 4.0' shoulder at 48:1, and a ditch slope no steeper than 3:1 (exact dimensions to be detemuned). The pavement section shall be 1.5" of Type 1 asphaltic concrete over 8" of coquina shell base. The CONSULTANT shall utilize the services of a qualified geotechnical firm to perform borings, soils evaluation, soil support values, and construction recommendations. This pre-design geotechnical testing will serve to verify assumed pavement sections. For all aspects of roadway design, the CONSULTANT shall adhere to road design standazds as set forth by the Florida Department of Transportation, City of Sebastian, Indian River County, and AASHTO. The horizontal alignment shall be as directed by the CITY. Modifications may be necessary depending on the possible presence of wetlands. (See Project Description for alignment location and description.) Vertical profiles shall be set to adhere to drainage requirements and pavement tie ins. Consideration shall be given to excessive cut and fill slopes. The proposed water line will be placed alongside the existing West Entrance Road and the proposed Access Road (see drawings Section B), and will tie-in at each end to the existing Sebastian Municipal Airport ~ 07/05/01 Page 2 of 5 Access Roeds/Water and Sewer/SecuriTy Gales water line on the west side of Roseland Road. Sizing for the water lines shall consider the possibility of full build-out of businesses and other airport tenants along the entire roadway. The design for service lines and hook ups to existing buildings will not be included with this Scope. The locations of the two security gates, one at the east side of the airport, at the end of Airport Drive, and the other at the west side of the Airport neaz the proposed T-Hangazs, will be shown on the plans, along with the appropriate notes and construction requirements. The type and model of security gate will be Tiltaway Gates with electronic keypad access, or an approved equal. This may be subject to change depending on further evaluation. Preliminary Plans: The CONSULTANT shall prepare a set ofplans depicting the existing features collected from field surveys, proposed roadway horizontal alignments and vertical grades, typical sections; cross sections and preliminary drainage design. These plans shall be submitted to the CITY for approval prior to proceeding with final design. The water line will be shown in plan view, and shall show the location of hydrants and valves.. The water line design will be included in the roadway plan set. Details shall be provided for tie-into the existing line, pipe bends, valves, and fire hydrants. Quantities and technical specifications will be included. The sewer line will be shown in the same fashion, with the manholes and other necessary features. Permitting: APre-Application Meeting will be held after the preliminary plan submittal with St. John's Water Management District to discuss the project and permitting requirements. The CONSULTANT will attend this meeting and furnish pertinent information to SJWMD for consideration. IV. Final Design Phase Plans: Based on the approved preliminary design plans, the CONSULTANT shall develop final construction plans. Permanent signs, pavement mazkings, radii returns at intersecting roads, drainage, horizontal and vertical information, NPDES, quantities, typical sections, notes and other design data necessary for construction will be incorporated into the final plans. Water and sewer line sizes shall be finalized and shown in plan and profile. Cross sections at_ an interval of 50' will be shown for the proposed roadway section. Construction limits will be shown on the plans. Earthwork shall be quantified and shown on the profile sheet. The scale on the plan sheets shall be one inch equals fifty feet or less, depending on the length of the roadway and amount of detail required. Profile sheets will match the topography scale and have a vertical scale of one inch equals five feet. Five (5) copies ofthe final plans and specifications will be provided to the OWNER for final review and approval. Drainage: The proposed roadway shall include roadside ditches, which will be designed to Sebastian Municipal Airpon 07/05/01 Access RoadshVater and Sewer/Security Gates Pege 3 of 5 drain the roadway and flow to the outfall(s) and detention ponds (if required). The existing ditch crossing will require the installation of a culvert, the size of which will be determined by the CONSULTANT. Erosion Control Details: Erosion control standazds and details conforming to the requirements of the local governing agencies will be shown on the construction plans (silt fence, check dams, sediment ponds, haybales, etc.). Permit Applications: The CONSULTANT will assemble, for the CITY'S application, all permit applications necessary for the construction of the road and installation of the water and sewer lines. It is the understanding of the CONSULTANT that no wetlands aze present within the project area. If it is determined by a governing agency that the presence of wetlands exists and requires delineation, the CONSULTANT, at the request of the CITY, shall prepare a sepazate scope to address any wetland issues (permitting, delineation, mitigation, etc.). Specifications/ Bidding: Technical specifications, front-end documents, contract documents and bid schedules shall be provided and distributed to the various bidders. The CONSULTANT shall attend and administer the Pre-Bid Conference, issue addenda as required, and attend the bid opening. After opening bids, the bids shall be tabulated and a recommendation made to the CITY for award. V. CONSTRUCTION PHASE SERVICES No construction services aze included in this scope. If requested by the CITY, these services would be negotiated at a later date. VI. PERIOD OF SERVICES A. Field Surveys and Geotechnical B. Preliminary Design C. Final Design D. Permit Period E. Address Comments/ Prepare bid documents TOTAL: Sebastian Municipal Airport 07/05/01 Access Roads/Wazer and Sewer/Security Gates 30 days 30 days 30 days 60 days (estimated) 15 days 165 days from Notice-to-Proceed Page 4 of 5 VII. FEES FOR SERVICES Labor Cost $58,847.00 Sub Consultants $12,950.00 Directs $ 4,878.00 TOTAL: $76,675.00 END OF SECTION A Sebastian Municipal Airport 07/05!01 Access RoadailVater and Sewer/Security Gates Page 5 of 5 SECTION C SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN ACCESS ROADSI WATER AND SEWER/ SECURITY GATES MANHOUR AND COST ESTIMATE BY WORK ITEM Preliminary Design ItemlTask Description w ~ m ~ a ~ c !r ., L L ~ ~ Y ~ W d d V b Q u ?~ c 'e S U Item 1) Proposed Westem Access Road extension Item 2) Paved Eastem Road to access Taxiway Item 3) Paved Westem.Road to access Taxiway Item 4) Dirt Road to J&S Aviation Item 5) Pave existing dirt road off Roseland to Western Access Road Item 6) New water line at the westem side of the airport Item 7) New sewer line along Roseland Drive Item 8) Two Electrical Security Gates 8 24 24 40 4 100 $6,800 4 12 20 8 2 46 $3,336 3 8 22 20 2 55 $3,606 2 12 18 6 4 42 $2,982 8 10 20 10 2 50 $3,690 6 20 6 12 4 48 $3,622 6 20 8 32 4 70 $4,756 4 8 4 8 0 24 $1,812 Total: 41 114 122 136 22 435 $30,604 Final Design Item/Task Description m m a ro ~ W ~ v m d m E C ~ ~ R b e IA O 2 +. O V Item 1) Proposed Westem Access Road extension Item 2) Paved Eastern Road to access Taxiway Item 3) Paved Western Road to access Taxiway Item 4) Dirt Road to J8S Aviation Item 5) Pave existing dirt road off Roseland to Western Access Road Item 6) Naw water line at the western side of the airport Item 7) New sewer line along Roseland Drive Item 8) Two Electrical Security Gates 4 24 20 20 6 74 $5,196 2 16 8 14 2 42 $2,972 4 16 8 12 2 42 $3,088 4 6 4 6 3 23 $1,678 3 8 8 8 3 30 $2,116 2 12 4 20 3 41 $2,696 3 14 5 20 3 45 $3,049 2 2 2 4 2 12 $824 Total: 24 98 59 104 24 309 $21,619 THE LPA GROUP INCORPORATED 7/5/2001 Page B-1 SECTION C SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN ACCESS ROADS! WATER AND SEWER! SECURITY GATES MANHOUR AND COST ESTIMATE BY WORK ITEM BIDDING PHASE m ~ m w ~ a ~ c ~ ., ~ m d m ' 0 ~ a 0 Item/Task Advertise and Coordinate Distribute Bidding Documents Pre-Bid Conference Answers to Bidders/Issue Addenda Bid Opening Review Bids for Responsiveness Certified Bid Tabs/Award Contract Contract Preparation 2 4 4 10 $764 2 4 8 8 22 $1,230 6 2 4 12 $1,018 4 8 8 20 $1,528 4 4 $432 2 2 2 6 $490 2 8 10 $562 2 8 10 $600 Total: 20 20 4 8 42 94 $6,624 THE LPA GROUP INCORPORATED 7!5/2001 Page B-2 SECTION C SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN ACCESS ROADS/ WATER AND SEWER/ SECURITY GATES MANHOUR AND COST ESTIMATE BY CLASSIFICATION BASIC SERVICES PRELIMINARY FINAL BIDDING DESIGN DESIGN PHASE TOTAL CLASSIFICATION HOURS HOURS HOURS HOURS Project Manager 41 24 20 85 Engineer 114 98 20 232 Designer 122 59 4 185 Technician 136 104 8 248 Technical Assistant 22 24 42 88 TOTAL HOURS 435 309 94 838 TASK COST $30,604 $21,619 $6,624 $58,847 DIRECT EXPENSES Computer $952 $728 $28 $1,708 Reproduction $100 $350 $500 $950 Postage $25 $50 $100 $175 Communications Travel $250 $250 $250 $750 Subconsultant Survey $9,750 $9,750 Geotech $3,200 $3,200 10% Fixed Fee on Subconsultant $1,295 $1,295 TOTAL EXPENSES $15,572 $1,378 $878 $17,828 TOTAL COST: $76,675 THE LPA GROUP INCORPORATED 7/52001 Page B-3 N r h w H I- rn W O v Z v !"' N Z a g J W d a J a_ V Z g W N a h W V H d ~.. ~+' •L 3 d ~. R r vi O N d V Q ~ 0 Q r' ~, 0 O ~ ~ 0 O r ~ o p ~, g ~ N H? ~ ~ ~ ~ o Q t~ b4 a 0 M if} .-. 0 0 a S ~ N ~: ~ ^ ~ ~ o ~ ;~ ti/ ~ ~ O v + ~ L_ ~ 0 ~ .C ~ ~ T ? } ~ ~. O « w ~«- N N (6 ~ ~ ~ ~ . _ Lfl ~O ~ y ~ ~ c ~ N ~ , ui ~ C i ~ ~ =~ ~ a i m ~ crs c ° C'3 g ~ c -- ~ ~ 3 ~ ~ Q . ~ a ~ m a o t . a C ~ ~ a ~ ~ 0 y C .. ~ C d ~i w S ~ "' ~ ~ V ~ o ~ ~ o ~ m 3 °~ w , o ` i a a~ a ~ m a 3 z ~ z o ~ o a a ~ fl a I '~ ~ (V c7 '~ ~ CO h 0~0 F O r ER II air R E w sn W Ta i~- L0 39~+d pNI d(lD2F? dd'l 3H1 bLi.B-096-Et8 ~~II~``I~~ ~IIII \' I ~i -tea °w u.i ~ ~ O r ? ~a a `~ ~ J W 2 05~9t t00L/6t!'_0 eJ~ .` SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN Amendment Number One (1) to Work Autborization Number Two (2) (Project Identification No.) One (1) (Amendment Number) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated APRIL 28, 2000. Description of Assisnment: The scope of work under Work Authorization Number Two (2) titled `RUNWAY 4-22 MEDIUM INTENSITY RUNWAY LIGHTING' at the Sebastian Municipal Airport is amended to include the design and prepazation of construction plans for a replacement of the electrical vault and installation of a lighted wind cone. LPA will provide these Basic Services in accordance with Exhibit C, Section I of the Prime Agreement with limited services during the bidding and construction phase services. Services include: 1. Coordination with the City, FAA, and FDOT. 2. Prepazation of installation details, interior & exterior lighting, etc. 3. Prepazation of building and foundation details. 4. Permitting. Preparation of Technical Specifications. Additional Provisions include: a) The Owner will provide LPA and LPA's subconsultants access to the site and all available information pertinent to this project, including as-built drawings and documents on underground utilities, pavements, and underground structures within the project limits. b) The Owner will provide pertinent information regarding airport property, boundary, easement, right-of--way and other information necessary to create these planning documents. c) The Owner will negotiate additional contract(s) with LPA for services beyond the scope of this project, including airfield signage,ltEIL's, PAPI's, etc. d) The Owner will obtain all permits and pay all fees for permits. Page I of 2 3/16/01 Period of Services: The additional services will be performed as specified in the Work Authorization. Basis of Compensation: As compensation for providing services mentioned above, the Owner shall pay LPA on a lump sum basis in the following amounts (See Exhibit A): General Coordination Design Permitting Construction Phase $ 730.00 $7,002.00 $ 0.00 $3,494.00 Total: $11,226.00 Special Provisions: A. The following exhibits are attached to and made a part of this Work Authorization: Exhibit `A' - Manhour Estimate Exhibit "B" - Subconsultant Proposal Exhibit "C" -Proposed Vault Layout Exhibit "D" -Proposed Lighted Wind Cone Location Agreed as to the scope of services, period of services, and budget*: CI ~ AST THE LPAGR~OU/~P INCORPORATED B BY• i~~~'lrG- DA' DATE• 3T/19/c/ *Budget will not be exceeded without a Supplemental Work Authorization. Page 2 of 2 3/16/01 ,,, EXHHITT A COST BREAKDOWN FOR SEBASTIAN MUMCII'AL AIRPORT RUNWAY 422 i17EDIUM INTENSITY LIGHTING AMENDMENT NO.1 TO WORK AUTHORIZATION N0.2 BASIC SERVICES GENERAL COORDINATK)N PLANS PREPARATION CONSTRUCTION PERMITTING PHASE TOTAL CLASSIFICATION HOURS HOURS HOURS HOURS HOURS Project Manager 4 4 8 14 Engineec_ 2 4 6 Technidan 8 8 Technical Assistant 2 2 4 TOTAL HOURS 8 18 0 8 32 TASK COST $660.00 $1,112.00 $0.00 $696.00 52,468.0 DIRECT EXPENSES Computer $70.00 $70.00 $14.00 $754.00 Reproduction $100.00 $100.00 Postage $0.00 Communications $0.00 Travel $100.00 $100.00 Subconsultant $5,200.00 $2,440.00 $7,640.00 10% Fixed Fee on Subconsultant $520.00 $244.00 $764.00 TOTAL EXPENSES $70.00 $5,890.00 $0.00 $2,798.00 $6,758.00 TOTAL COSTS $730.00 $7,002.00 $0.00 $3,494.00 $11,226.00 THE LPA GROUP INCORPORATED 3N 5101 Page A-1 '• 03!13/2001 10:32 5614514006 HILLERS ELECTRICAL PAGE 01/01 ~~ J17.;L ~, .~.. HILLERS ELECTRICAL ENGINEERING, INC. March l3, 2001 Mr. Mohsen Mohammadi, Ph.D., P.E. THE LPA GROUP INCORPORATED 10008 North Dale Mabry Highway, Suite 202 Tampa, Florida 33618 Subject: Electrical Design Fee Proposal for the Sebastian Municipal Airport New Electrical Vault, Wind Cone and Construction Services. Dear Mohsen: Hillers Electrical Engineering, Inc. (1-lEE) is pleased to provide THE LPA GROUP INCORPORATED an electrical design fee proposal for the Sebastian Municipal Airport new Electrical Vauh and Wind Cone. The following items are included in our scope: • Includes all City, FPL, FAA and LPA design site visits Bs coordination meetings, • Includes all electrical calculations and electrical riser diagrams. • Includes all installation details for electrical vault electrical service, new and future ` regulators, airfield lighting radio control system, interior & exterior Iighting receptacles, Wind Coyle and conduit & conductor layouts. • LPA shall provide base vault building and site plans to Hl?E on AutoCad-14, • FiEE shall provide electrical design to LPA for 60%, 90% on 11 "x 17" sheets for reviews AutaCad-14- • 1~IEE shall provide 100 % airfield electrical vault plans and Wind Cone on full size mylars &. disk to LPA. • LPA shall provide all printing of plans & specifications to the City of Sebastian for reviews and bidding process. • IiEE shall provide all electrical specifications, electrical bid items and cost estimates on Word to LPA. • LPA shall provide Key sheet, Safety Plan sheet and Front-end to Specifrcations. • HEE shall provide services during bid & award process. • Construction Services for electrical vault and Wind Cone includes( shop drawings, RFI's and 6 on-site visits. Our proposed lump-sum fee for electrical design is: $ 5,200.00 Our proposed lump-sum fee for construction services is: $ 2,440.00 Sincerely, Tom Doran, V.P. 23257 State Road 7, Suite 100, Hoca Raton, Florida 33428 581-451-9185 Fax :581-451-4888 .: CITY OF SEBASTIAN ~AL~~ AIRPORT IMPROVEMENTS CRWF-- LIGHTED WIND CONE LOCATION 14-MAR-01 SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN Work Authorization for Professional Services (Project Identification NoJ TWO (2) (Work Authorization Number) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated APRIL 28.2000. Description of Assignment: The scope of work under this project titled `RUNWAY 4-22 MEDIUM INTENSITY RUNWAY LIGHTING' at the Sebastian Municipal Airport includes the design, bidding, and construction phase services for the installation of Medium Intensity Runway Edge Lighting on Runway 4-22. LPA will provide these Basic Services in accordance with Exhibit C, Section I of the Prime Agreement with limited services during the bidding and construction phase services. Services include: 1. Coordination with the City, FAA, and FDOT. 2. Preparation of Preliminary and Final Electrical and Lighting Plans. 3. Preparation of Technical Specifications. 4. Preparation of a Construction Cost Estimate. 5. Attend the Pre-Bid Conference (Subconsultant task). 6. Evaluate Bids and make recommendations for award. 7. Attend the Pre-Construction Conference (Subconsultant task). 8. Perform a site visit during construction and final inspection (Subconsultant task). 9. Submit Record drawings. Additional Provisions include: a) The Owner will provide LPA and LPA's subconsultants access to the site and all available information pertinent to this project, including as-built drawings and documents on underground utilities, pavements, and underground structures within the project limits. b) The Owner will provide pertinent information regarding airport property, boundary, easement, right-of--way and other information necessary to create these planning documents. c) The Owner will negotiate additional contract(s) with LPA for services beyond the scope of this project, including the construction of a permanent electrical vault, signage, REIL's, PAPI's, etc. Page 1 of 1 ~n~ioo r Period of Services: Preliminary Plans 30 Days Review Period I S Days Final Plans 21 Days Bidding 30 Days Construction 90 Days Basis of Compensation: As compensation for providing services mentioned above, the Owner shall pay LPA on a lump sum basis in the following amounts (See Exhibit A): Special Provisions: $5,357.00 $7,820.00 $5,240.00 $5,323.00 Total: $23,740.00 A. The following exhibit is attached and made a part of this Work Authorization: Exhibit `A' - Manhour Estimate Agreed as to the scope of services, period of services, and budget*: Preliminary Design Final Design Bidding Phase Construction Phase CIT,~Y OFD EBASTI B ~ ~~/ ./ DATE ~ ~ al'~C7 THE LPA~G~RO~UP INCO~RP/~ORA~TED DATE: 7.3 / •a •- *Budget will not be exceeded without a Supplemental Work Authorization. Page 2 of 2 7/27/00 Exhibit A SEBASTIAN MUNICIPAL AIRPORT RUNWAY 4-22 MEDIUM INTENSITY RUNWAY LIGHTING MANHOUR ESTIMATE ItemlTask Description Project Manager Engineer Technician Technical Assistant Coordination with the City 2 2 Coordination with FDOT 2 Coordination with FAA 2 Coordination with Subconsultants 2 2 Prepare/Submit Preliminary Plans Cover Sheet 2 Project Layout & Safety Plan 2 2 General Notes & Summary of 2 2 Quantifies Runway M1RL Plan Sheets (3) 2 4 Preliminary Construction Cost Estimate Quality Control 2 Review Meeting with the City Site Visits Total: 10 6 10 4 Project Technical Item/Task Description Manager Engineer Technician Assistant Coordination with the City 2 2 Final Plans Cover Sheet Project Layout & Safety Plan 2 2 Genera! Notes & Summary of 2 Quantities Runway MlRL Plan Sheets (3) 2 Electrical Details (2) 2 Contract Specifications 4 8 Engineer's Report 2 4 2 Final Quantities and Cast Estimate 2 2 Prepare/Submit Contract Documents Quality Control 4 2 2 Total: 8 12 10 16 THE LPA GROUP INCORPORATED 7127100 Page A-1 ._ Exhibit A SEBASTIAN MUNICIPAL AIRPORT RUNWAY 4-22 MEDIUM INTENSITY RUNWAY LIGHTING MANHOUR ESTIMATE Item/Task Description Advertise and Coordinate Distribute Bidding Documents Pre-Bid Conference Answers to Bidders/Issue Addenda Bid Opening Review Bids for Responsiveness Certified Bid Tabs/Award Contract Contract Preparation Total: ItemlTask Description Coordinate with the City Pre-Construction Conference Review Shop Drawings/Submittals Site Visit Prepare Change Orders Review Periodic Payment Requests Final Inspection Submittal of Record Drawings Total: THE LPA GROUP INCORPORATED Project Technical Manager Engineer Technician Assistant 2 2 4 4 2 2 2 2 2 2 2 2 4 4 8 6 8 14 Project Technical Manager Engineer Technician Assistant 2 2 2 2 2 2 2 2 2 2 2 2 8 4 2 10 7/27/00 Page A-2 .. EXHIIiIT A COST BREAKDOWN FOR SEBASTIAN MUNICIPAL AlltPORT RUNWAY 4-22 MEDIUM INTENSITY RUNWAY LIGHTING BASIC SERVICES PRELIMINARY DESIGN FINAL DESIGN BIDDING PHASE CONSTRUCTION PHASE TOTAL CLASSIFICATION HOURS HOURS HOURS HOURS HOURS Project Manager IO 8 8 8 34 Engineer 6 12 6 4 28 Technician IO 10 8 2 30 Technical Assistant 4 16 14 10 44 TOTAL HOURS 30 46 36 24 136 TASK COST $2,158.00 $2,994.00 $2,312.00 $1,684.00 $9,148.00 Computer $70.00 $70.00 $28.00 $t4.00 $182.00 Reproduction $100.00 5350.00 $500.00 $100.00 $1,050.00 Postage $25.00 $50.00 $100.00 $25.00 $200.00 Communications $0.00 $0.00 $0.00 $0.00 $0.00 Travel $100.00 $O.OD $100.00 $200.00 $400.00 Subconsultant $2,640.00 $3,960.00 $2,000.00 $3,000.00 $11,600.00 10% Fixed Fee on Subconsultant $264.00 $396.00 $200.00 $300.00 $1,160.00 TOTAL EXPENSES $3,199.00 $4,826.00 $2,928.00 $3,639.00 $14,592.00 TOTAL COSTS $5,357.00 $7,820.00 $5,240.00 $5,323.00 $23,740.00 THE LPA GROUP INCORPORATED 7/27/00 Page A-3 ~~* CHANGE ORDER # PURCHASE ORDER # / PROJECT # CONTRACTOR r~P CI~9 ~yrn,t~ ~r , PHONE # ~1.;- ~/GO ^ ~.~ ~i ADDRESS I l%~ b s! /V. U\hl e /h /d L /„/ I~'~ I ~^9~ CONTRACT NAME Srf`~@ dud CONTRACT DATE f~MnA i-~ 3 .~ i; ~ 8 By the signatures affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document the Contractor is hereby notified to commence work All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: Cec ~~ljG/i~c.0. A) CONTRACT PRICE PRIOR TO THIS CHANGE $ ~ ~~ 7 ~/Q , r7 ~ NET (INCREASE) (DECREASE) RESULTING FROM THIS CHANGE $ ~ I ~ a a G , r7o NEW CONTRACT PRICE INCLUDlTrG THIS CHANGE ORDER S 3N ~ C((G , do B) CONTRACT TIME PRIOR TO THIS CHANGE. (NUMBER OF DAYS.) ~I ~~} NET (INCREASE) (DECREASE) RESULTING FROM THIS CI-L4NGE. (MJbIDER OF DAYS.) N NEW COMPLETION DATE INCLUDINGTHIS CHANGE. mo. day vr. CONTRACTOR: OF SEBA ________!6~-` Date /d ®~ `i~~~ l~ Date '7` o Authorized Signature ~ thorized Ciry Manager -/~~ Title Approvals By City of Sebastian: Other Engineer City Dept.l-lead FiAance Director Purchasing OfFcial A Date ~LJ d/ Sally Maio, CHIC City Clerk SEBASTIAN MUNICIPAL AIRPORT CITY OF SEBASTIAN Work Authorization for Professional Services (Project Identification No.) ONE (ll (Work Authorization Number) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated ~,~~rJ's~- , 2000. np_ ceription of Assienment: A. The scope of work under this project titled `AIRPORT MASTER PLAN UPDATE' at the Sebastian Municipal Airport provides the services to create planning documents for the Airport. These documents, which will cover a 20 year period, include: ~ Airport Master Plan Update ^~ Stormwater Master Plan B. This work will be completed through several elements as described below: a) Element 1 -Project Initiation incorporates the scoping of the project, as well as addressing the immediate issues and concerns at the Airport. b) Element 2 - Inventorkof Existi0g Conditions to provide a complete listing of all physical facilities, operational features, land use controls, environmental aspects, utilities, demographics, etc. associated with the Airport. This element will also include the aerial photography and mapping of the Airport. c) Element 3 -Aviation Activit~Forecasts to determine the various activity levels expected to occur at the Airport over the planning period. d) Element 4 -Capacity Accessment/Facility Requirements provides quantitative and qualitative analyses to determine the deficiencies of the Airport and what is required to alleviate them. e) Fl menu 5_- Air~rt Alternatives provides development options to determine the cost benefit associated with each as well as the compatibility of such improvements. f) Element 6 -Refined Alternatives provides a combination and revision for all of the selected alternatives from the previous element. g) Element 7 - Airnort L~vout Plan Drawings creates a complete set of airport plans reflecting the proposed future development. Page 1 of 3 I" Rev. 4/12/00 h) Element 8 -Financial Plan to determine the cost and viability associated with each proposed development item. i) Element 9 -Final Documentation/Coordination Meetines to be conducted throughout the entire planning process. j) Element 10 -Stormwater Master Plan to include a survey of the Airport property and the analysis of Stormwater flow on and around the Airport. C. Additional Provisions include: a) The Owner will provide LPA and LPA's subconsultants access to the site and all available information pertinent to this project, including as-built drawings and documents on underground utilities, pavements, and underground structures within the project limits. b) The Owner will provide pertinent information regarding airport property, boundary, easement, right-of--way and other information necessary to create these planning documents. c) LPA will provide aerial photography of the Airport property. d) The Owner will negotiate additional contracts (s) with LPA for services beyond the scope of this project. e) LPA will provide the owner with the survey information conducted to support the Stormwater Master Plan study. Period of Services: The elements of this project will be completed between 15 and 18 months of the notice to proceed. Basis of Compensation: As compensation for providing services mentioned above, the Owner shall pay the LPA a lump sum basis in the amount of $297,081.00 invoiced upon completion of each Element as follows: Element 1 5% Element 2 7% Element 3 6% Element 4 7% Element 5 8% Element 6 4% Element 7 9% Element 8 5% Element 9 13% Element 10: Tasks 10.1, 10.2 & 10.3 18% Task 10.4 18% TOTAL 100% Special Provisions: The Scope of Services for this work authorization is attached hereto and incorporated by reference. CITY OF SEBASTIAN ~/ B: 's Date: o ATTEST: THE LPA~GR~OU~P, INdCO~RP~ORAQTED Date: s ~~• ~ DQ~, Ka hryn .O'Halloran, CMC/AAE City Clerk (SEAL) Approved as to form and legality for reli c by the City Of Sebastian only: ~~ JI" Richard Stringer City Attorney Exhibit `A' AIRPORT MASTER PLAN UPDATE Sebastian Municipal Airport SEBASTIAN, FLORIDA SCOPE OF SERVICES General This project involves preparation of an Airport Master Plan update for Sebastian Municipal Airport in accordance with the requirements of the Federal Aviation Administration (FAA) and the Florida Department of Transportation (FOOT), as well as for the needs of the City of Sebastian, and Indian River County, Florida. Specifically, the master plan study will be conducted in accordance with FAA Advisory Circulars (AC) 150/5070-6A, "Airport Master Plans," and AC 150/5300-13, "Airport Design." This update will entail a comprehensive analysis of current airport facilities, determination of trends and activities affecting the airport, the identification and analysis of potential sectors of the aviation industry having the likelihood of continued operational activity at the Airport, or new opportunities for expanded aviation activity at Sebastian Municipal Airport. Additionally, the master plan update will result in the preparation of an analysis of airside and landside altematives, preparation of a financial plan, and an Airport Layout Plan (ALP) meeting FAA and FOOT criteria to guide future development on the airport. There are a number of key issues that have been identified by the City as requiring attention. In addition the LPA Group Inc., (Consultant) has also identified several key considerations that need to be reviewed and evaluated in the master plan update. Issues requiring consideration in the master plan update are delineated below and tasks have been incorporated into the Scope of Services to address, to varying levels of detail, these considerations. This list does not address every possible item to be considered in the master plan update, but does provide an indication of the major concerns that should be addressed for the master plan update to be of value to the City of Sebastian, Indian River County, and the areas served by Sebastian Municipal Airport. Key issues to be addressed in the master plan update are delineated below: ~ Pavement condition and preservation. ~ Maximize use of Airport land -Economic Development. ~ Industrial Park Development. ^i~ Utility extensions. ~ Access (road and parking) upgrades. ~ Land use and zoning. As noted, the preceding list is not intended to be an exhaustive delineation of issues but it does present an overview of a number of the key considerations that need to be considered in this master plan update. The master plan will also review the land area needs of the Airport, the potential absorption of land for aviation development, and the local environmental conditions that may impact property acquired by the Airport and its development viability. The goal of the master plan is to define current and future aviation demand at Sebastian Municipal Airport, the means and alternatives for addressing this demand, and the role of the ~eoastian rvtumc~pat Airport Scope of Services Master Plan Update A 1 Airport in the local, regional, and national aviation system. The master planning activities will also provide a capital improvements program for fixture development of the Airport, as well as an overview of land use compatibility issues in the Airport environs and possible recommendations and options to address land use compatibility. The master plan will provide the City with a comprehensive overview of the Airport's needs over the next twenty year time period, including issues relating to the timing of proposed development, costs for this development, methods of financing, management options, and a clear plan of action. The approach to undertake the master plan update is outlined in the following elements of this Scope of Services. ELEMENT 1 -PROJECT INITIATION Task 1.1 Project Scoping Preparation of a scope of work and man-hour estimate for the project will be developed. This scope will identify major tasks and sub-tasks as well as delineating general elements of work to be conducted under each of the project activities. The man-hour estimate defines estimated time and cost for each task in the scope. Direct costs are also defined and, include but aze not limited to: travel, lodging, meals, presentation materials, printing and graphics, aerial photography, weather data, and the costs to coordinate the Scoping process. This task will also involve the development of a project timeline of each of the tasks delineated in the scope. Project billings will be submitted on a monthly basis and will be accompanied by a monthly status/progress report to support the billing. Task 1.2 -Immediate Issues and Concerns While development of the master plan will take an extended period of time, there are often issues and concerns that require more immediate attention. Preliminary discussion with the City and Airport Management have led to the identification of some immediate issues that need consideration prior to the completion of the full planning study. One of these issues relates to the development' of methods of identifying and collecting operational data at the Airport. At present there is not a good source of local data relating to this need. Likewise, a method for determining the fleet mix at the airport needs to be developed. Finally, an evaluation of the condition of existing airfield pavements needs to be performed to determine short-term as well as long-term pavement rehabilitation and strengthening needs. Task 1.3 -Technical Review Committee A Technical Review Committee will be created for technical reviews and to provide input to the entire master plan process. This committee will be created with representatives from the FAA, FDOT, City of Sebastian (including representation for economic development), Indian River County, airport tenants, and public/community representatives. Task 1.4 -Public Information Materials The master plan Public Information process includes development of an informational brochure (black and white) describing the master plan process, the time frame for the study, key points where public meetings will be held, local and consultant contacts, and the goals and objectives of the airport master plan study. These aeoasnan nnumcipat airport Scope of Services Master Plan Update A Z materials will be made available to the general public at local public offices including, but not necessarily limited to the public library, City or County administration buildings, and local utility offices. A total of 500 copies will be produced. ELEMENT 2 -INVENTORY OF EXISTING CONDITIONS Task 2.1 -Review and Evaluate Existing Documents Existing documents including previous planning studies, design drawings, inspection reports, airfield pavement data, airfield pavement evaluation reports, lease reports and leases, obstruction charts, approach plates, and as-built drawings of structures on the Airport will be obtained and analyzed for their content. Documents to be obtained and reviewed include, but may not be limited to: ~ Previous Airport Master Plan ~ Airport Layout Plan Drawings ~ NOAA Obstruction Chart ~ Current Airport Property Plan 3 FAA Airport Master Record (Form 5010) ~ Airfield Pavement Study from Eckrose Green ~ City of Sebastian Comprehensive Plan ~ Indian River County Comprehensive Plan Task 2.2 -Inventory Airport Physical Facilities The physical facilities inventory will consist of an on-site review of existing airfield and landside facilities with attention being paid to their size, condition, use, configuration, and adequacy. This information will be used to evaluate the effectiveness of the individual facility, and any inten•elationshipsbettyeen developed uses on the airfield and how they may be affected by changes designed to improve airport operations and/or capacity. Included in this inventory will be the identification of property owned by the Airport and the manner in which this property is being used. Following is an outline of key elements to be addressed: Land Holdings: Property interests, including areas owned in fee simple and easement interests, will be identified. This information will be incorporated onto the updated ALP. Information used in this task will be made available by the FDOT, FAA, the City of Sebastian, and Indian River County. Airfield Facilities: Runway/taxiway configuration, (including dimensions, pavement strength, and condition where available), markings, signage, lighting, navigational aids, and weather reporting facilities will be identified. Also, the circulation and access on the airport operational areas will be identified. FBO/GA Facilities: Structures devoted to use as Fixed Base Operations (FBO) will be identified and evaluated as to their size, use (maintenance hangar, storage hangar, office, etc.), age and/or condition, and tenant lease lot uses will also be identified. Included in the inventory will be a description of the FBO services provided. General Aviation (GA) facilities, including ramp areas, number of tiedowns, hangars by type (conventional, T-hangar, shade, portable, etc.) will be identified, Sebastian Municipal Airport Scope of Services Master Plan Update A 3 and quantified by area or other appropriate measure. Age or condition of the facility will be identified as will the utilization and location of the facility on the Airport. On the landside the inventory will concentrate on road access, as well as the adequacy, utilization, and condition of parking facilities in the area. Where specific data is not available, a general indication quantity and condition will be developed through interview of FBO personnel and other significant GA users on the Airport. Support Facilities: Airport support facilities to be inventoried will include, but not necessarily be limited to, Airport administration needs, fueling facilities, Airport maintenance facilities, and equipment. The current road network adjacent to the airport will be inventoried and existing local, county, and state sources of information will be used to identify plans for improving the roads. Task 2.3 -Airspace/Air Traffic Control/Obstructions Air traffic control facilities involved in and/or responsible for handling traffic into and out of the Sebastian Municipal Airport will be identified and any procedures, as they relate to the Airport reviewed. An inventory of the area airspace will be undertaken with emphasis on the identification of airways, restricted areas, intersections, and obstructions in the Airport vicinity. This task will identify any operational limitations due to traffic interactions with the other airports in the region (specifically Melbourne International Airport and Vero Beach Municipal Airport). Task 2.4 -Vicinity Land Use/Land Use Controls A review will be made of existing land use mapping, aerial photography, comprehensive plans, zoning controls, and other documentation pertaining to current and future land use in the vicinity of the Airport. A windshield survey will be conducted, particularly in the vicinity of the approaches to the airport to verify this information and to provide the consultant first hand knowledge of the Airport environs. Existing zoning districts in the City of Sebastian, Indian River County, and in adjacent municipalities will be reviewed to determine locations where potential non-compatible land uses could develop. Local planning officials will be interviewed to identify the potential for future residential, commercial, and industrial development in the vicinity of the Airport, and particularly along the extended centerlines of the active runways at Sebastian Municipal Airport. Also a review of the zoning ordinances, subdivision regulations, building codes, and other documentation pertaining to land use management in the vicinity of the Airport will be conducted. Attention will be paid to those requirements that could affect the future development of the Airport. Task 2.5 -Aerial Photography/Mapping New aerial photography will provide the basis for mapping the Airport and areas within its approaches. This photo will be of a scale, clarity, and coverage to be used as the basis for subsequent alternative analyses and as a base for the ALP set. The base map, which will be in a digital form, will be created from the aerial photography. As such, no topographic data will be collected as part of this aerial photography. The mapping will be created to national map accuracy standards, which require a 1/40 inch accuracy with respect to the map scale. This aerial photography will also include an infrared photo, which will be used to identify wetlands and other vegetative features in the undeveloped portions of the Airport property. Additionally, mapping resources including but not necessarily limited to United States Geological Survey mapping and existing Airport mapping will be inventoried and analyzed to identify topographical features on and adjacent ~ebastlan Municipal Airport Scope of Services Master Plan Update A - 4 to the Airport. This information will be used in the analysis of alternatives as well as in the development of the ALP drawings. Task 2.6 -Environmental Factors Inventory An inventory of on-airport environmental conditions will be undertaken to provide a baseline of conditions that may impact future development within the current Airport property as well as those properties that are immediately contiguous to the Airport having potential for acquisition. This inventory will focus primarily on the identification of any wetlands within these properties. Other areas to be reviewed will include identifying key recharge areas associated with the underlying aquifer as well as coordinating with other agencies relative to possible endangered species of flora and fauna, or historic and archaeological resources. The location of water bodies close to the airport that may attract waterfowl will be identified. This inventory will also include, but not be limited to, information about the existing scrub jay buffer and any known endangered species such as gopher tortoise or burrowing owls. Information from the City's habitat conservation plan will be coordinated in the master plan. Task 2.7 -Obtain Economic, Employment, Business, and Population Data Information that defines the local socioeconomic picture will be obtained for use in subsequent tasks. This data will, where available, include such information as base population and the rate of change, historic and projected per capita income, and historical and projected disposable income. Likewise, information regarding total employment by general sector will also be obtained to identify growth in industrial sectors, as well as emerging trends in the area. Building permit information relating to total number of permits by type and overall value of construction in the area will be sought to identify the extent of expansion in both the housing and commercial sectors in the area. Task 2.8 -Inventory Existing Utility Infrastructure Serving the Airport The viability of any of the master plan development recommendations is highly dependent upon the ability of serving that development with the essential water, sewer, and electrical utilities that are required by code and necessary for development. Utility providers serving the Airport and adjacent tracts of land will be contacted to identify the adequacy of the service provided, available capacity, location of service lines, and their size, as well as other characteristics that could impact the viability of serving existing or proposed airport development areas. Information relating to the plans each provider has for extending utility services into presently unserved areas on or adjacent to the Airport will be identified, as well as information relating to the general costs associated with extending each of the requisite utilities. It is anticipated that the primary areas of focus under this task will be related to water service, sewer service, and electrical utilities. This will also include the proper coordination to ensure the existing and future local fire codes are met. ELEMENT 3 -AVIATION ACTIVITY FORECASTS Task 3.1 -Conduct Interviews of Airport Tenants Interviews of Airport tenants, including any corporate users and the FBOs, will be conducted. The interviews will solicit information such as satisfaction with current facilities, levels of activity conducted from the Sebastian Municipal Airport Scope of Services Master Plan Update A _ S Airport, perceived Airport needs, fixture plans, type of aircraft used, and anticipated fleet additions and changes. A listing of Airport tenants will be used to identify persons to interview, as well as for follow-up discussions on an as needed basis. Interview results will be tabulated and used in subsequent analyses. Task 3.2 -Inventory Historical and Current Air Traffic Activity Assemble and organize data on historic and current air traffic activity at Sebastian Municipal Airport. Information concerning the level of activity for any general aviation operations (both local and itinerant), military operations, fuel sales, and based aircraft (by aircraft type) will be sought. Information concerning peak hourly operations, daily, monthly, and annual activity will be solicited through interviews with the FBOs and quantified to the extent feasible. Any other pertinent data will be obtained from Airport records, the FAA, and FDOT. Task 3.3 -Identification of Factors or Opportunities Affecting Activity Levels A key element in the forecast process is the identification of potential for new or expanded service by existing airport users as well as the potential for the Airport to secure new service and users. This task will analyze potential changes in any business or economical patterns, or in potential operators based at the airport, to determine any potentially significant factors that could impact the level or type of activity at Sebastian Municipal Airport. Task 3.4 -Prepare General Aviation Forecasts Develop general aviation activity forecasts taking into consideration forecasts from other sources that may include the FAA and the State of Florida. The methodology used in this analysis will involve a variety of techniques that will identify state, regional, and national general aviation trends and their influence on activity at Sebastian Municipal Airport, as well as the influence local business and economic activity has on general aviation activity. Historic activity data will be organized to identify peaking characteristics, local and itinerant mix, and the fleet mix of based general aviation aircraft over the twenty year planning period. The results of Task 3.3 will also be taken into account in the preparation of these forecasts. Forecasts of general aviation activity will be prepared for the five, ten and twenty year planning horizon, and will provide projections of the following: ~ Based aircraft totals and fleet mix. ~ Annual general aviation operations (local vs. itinerant). ~ Annual instrument operations. ~ Peak month, Average day peak month, and peak hour operations. Task 3.5 -Prepare Working Paper 1 The first draft working paper will discuss the issues and information obtained during the inventory phase of the project, as well as the findings of the analyses conducted for the forecast element. This working paper will present, in narrative and graphic format, information relating to airport facilities, the access system serving the airport, environmental features affecting the current airport property and tracts immediately adjacent to the airport, airspace and obstruction considerations, and data related to land use compatibility. Sebastian Municipal Airport Scope of Services Master Plan Update A _ 6 Also, the drag working paper will address the historic and cun•ent activity levels, factors impacting Sebastian Municipal Airport, and the findings of the analytical portions of the forecast process. Twenty-five (25) copies of the draft inventory and aviation forecast chapters (Working Paper 1) will be prepared for distribution to the representatives of the Technical Review Committee for their review. Working Paper 1 will be prepared in black and white at the draft stage of the process. The chapters of Working Paper 1 will be produced in color when the report is finalized. Task 3.6 -Technical Review Committee Meeting 1 Working papers/draft reports will be distributed at least one week prior to the Technical Review Committee meeting for this element. This will allow the FAA, FDOT, and the Technical Review Committee time for review. FAA and FDOT approval of the Aviation Activity Forecasts will be obtained prior to subsequent analytical tasks on demand-driven factors and facilities. Task 3.7 -Public Meeting 1 A public meeting will be held after the Technical Review Committee meeting for this element. This meeting will serve to present the findings of the forecast analysis. ELEMENT 4 -CAPACITY ASSESSMENT/FACILITY REQUIREMENTS Task 4.1 -Analyze Airport Capacity and Delay The FAA's methodology for assessing airfield capacity and delay as delineated in FAA AC 150/5060-5 will be used to assess airfield capacity in the master plan update. This methodology will be applied to the forecasts developed under Element Three. This capacity assessment will analyze the ability of the current airfield configuration to meet the anticipated demand over the twenty year planning period. This analysis will consider the runway configuration, layout of taxiways and exit taxiways, weather conditions, aircraft fleet mix, and the percentage of local touch and go operations. Results will be expressed in terms of the hourly and annual service volume of the airfield, in minutes of delay per aircraft operation, and total estimated annual delay. Task 4.2 -Determine Design Aircraft and Runway Length Requirements Using information generated in the interviews conducted as part of the inventory, the characteristics of the current aircraft fleet will be identified paying particular attention to the level and type of operations for the most demanding aircraft. From this analysis design aircrafr will be identified for use in determining short term and long term runway length requirements, the approach category, and design group for use in airfield layout planning. The design or critical aircraft(s) may consist of a single aircraft type or may need to be identified by approach category, wingspan and/or by weight for different airport components. The design aircraft(s) must conduct a minimum of 500 itinerant operations annually. Analysis of runway length requirements at Sebastian Municipal Airport will primarily utilize the FAA's Airport Design software. However, where available, runway length requirements will also be determined Sebastian Municipal Airport Scope of Services Master Plan Update A _ ~ through the use of any aircraft characteristics manuals for airport planning, as provided for individual aircraft by the aircraft manufacturers. Required weather data that is necessary for runway lengths will be obtained either for Sebastian Municipal Airport or the neazest available reporting station which most likely is Vero Beach Municipal. Wind rose information required for the ALP will be generated from wind and weather observations for the past ten years. Task 4.3 -Determine Airfield Facility Requirements Using the results of the demand/capacity analysis (Task 4.1), as well as other relevant information from other tasks and airfield planning criteria, a preliminary listing of airfield facility requirements necessary to meet projected levels of demand for the five, ten, and twenty yeaz time frames will be prepared. These facility requirements will be based upon both accepted airport planning criteria, knowledge and expertise of the Technical Review Committee members, the Consultant, and the forecast of aviation activity for Sebastian Municipal Airport. Airfield facility needs to be assessed include: ~ Runways, and taxiways (length, width, size and/or strength). ~ Lighting and marking. ~ Aircraft pazking aprons (size and strength) and facilities (hangars). ~ Aircraft support facilities (fueling). ~ Navigational aids. .Airfield facility needs will be identified in terms of linear feet, strength, etc., and will be compared to existing facilities to identify excess or deficient facility capacity or capability. Airport facility needs, such as apron or hangar space, will be quantified either by area or total number required. As for any specific recommendations regarding potential instrument approach procedures, the Consultant will coordinate with the FAA Orlando Airport District Office (ADO) and the FAA Orlando Flight Procedures Office. It should be noted that the extent of analysis relative to proposed instrument approach procedures will be limited and will not be of a level to definitively determine exact criteria, but rather may identify desired approach enhancements and discuss issues of feasibility in a general nature. Task 4.4 -Determine General Aviation Facility Requirements Using the results of previous tasks and accepted planning criteria, the general aviation facilities necessary to meet both current and projected levels of demand for the five, ten and twenty year planning horizon will be determined. General aviation facility requirements to be assessed include: ~ Aircraft ramp and parking areas (including number and configuration of tiedowns). ~ Aircraft storage hangar positions by hangar type (t-hangaz, clearspan, etc.). ~ FBO facilities. ^i~ Access and vehicle parking areas. This assessment will quantify future development items needed to maintain an adequate level of service, function, and operation at the Airport. Sebastian Municipal Airport Scope of Services Master Plan Update A _ 8 Task 4.5 -Determine Airport Support Facility Requirements Using information provided by existing studies and aviation planning criteria established under preceding tasks, a set of facility requirements addressing the Airport facilities necessary to support the airfield, general aviation areas, and their related activity will be provided. Requirements for facilities, such as aircraft fueling, Aircraft Rescue and Fire Fighting (ARFF), airport maintenance and equipment, will be developed under this task. Task 4.6 -Quantify Land Area Requirements Sebastian Municipal Airport has committed much of its available land area for development for either airfield facilities or general aviation facilities. Remaining areas of land not presently committed to development in most instances are situated in aeeas difficult to develop such as off the ends of runways or in the midfield area surrounded by active airfield pavements. While some undeveloped areas still remain around the Airport, this has been developed steadily. As a result, it is necessary to identify and quantify potential additional land area necessary to satisfy the airfield needs, as well as providing space to ensure the safety and compatibly of the areas surrounding the Airport. Task 4.7 -Determine Utility Requirements for Facility Development Any future facility requirements at the Airport. will require a detemunation of the utilities needed for such development. This element will identify the extent to which any water, sewer, or electrical utilities are necessary in order to make the development of any future facilities feasible. Task 4.8 -Prepare Working Paper 2 The second draft working paper will document the information and evaluations of the demand/capacity process and the facility requirements. This working paper will present chapters with information regarding existing airport capacity, runway length needs, and required facilities necessary to meet future levels of activity. Twenty-five (25) copies of the draft demand/capacity and facility requirements chapters (Working Paper 2) will be prepared for distribution to the representatives of the Technical Review Committee for their review. Working Paper 2 will be prepared in black and white at the draft stage of the process. The chapters of Working Paper 2 will be produced in color when the report is finalized. Task 4.8 -Technical Review Committee Meeting 2 Working papers/draft reports will be distributed at least one week prior to the Technical Review Committee meeting for this element. This will allow the FAA, FDOT, and the Technical Review Committee time for review. Sebastian Municipal Airport Scope of Services Master Plan Update A - 9 ELEMENT 5 -AIRPORT ALTERNATIVES Task 5.1 -Identify Potential Airfield Alternatives On the basis of the airport facility requirements established in preceding elements, airfield development alternatives will be formulated. These airfield alternatives may include such items as runway extensions, and runway re-alignments, as well as actions to address existing design related deficiencies on the Airport. Included in the assessment of airfield alternatives will be analyses that will take into consideration the condition of runway and taxiway pavements to determine the best option for meeting both the short term and long term needs of these facilities. Instrument procedures and minimums at the airport, and the requirements that would need to be met associated with these improvements, will be identified. Airfield alternatives will be based on schemes for development within existing airport boundaries, or within expanded airport boundaries, and will show necessary major runway and taxiway development during the twenty-year planning period, as well as required changes to infrastructure to accommodate each airfield option evaluated. This task will be conducted simultaneously with following tasks, and will result in a series of overall development options for the current airport site and adjacent properties. Airfield alternatives will be analyzed based on their ability to satisfy the identified facility requirements, environmental considerations, engineering factors, cost, phasing, political viability, and ease of implementation. Task 5.2 -Identify FBO Area Alternatives Based on the forecast of demand and FBO facility requirements developed in previous tasks for Sebastian Municipal Airport, two or three alternatives for future FBO terminal facilities will be developed and graphically depicted. This task will be conducted simultaneously with other tasks in this element and result in a series of overall development options. Factors such as short and long term access to the site, availability and cost of providing supporting infrastructure, existing and future airfield operational facilities, potential environmental impacts and overall development costs, will influence the selection of alternative locations and configurations of the proposed facilities. Terminal alternatives will be evaluated on the basis of their ability to satisfy the identified facility requirements, accessibility from both landside and airside areas, ease of implementation, environmental considerations and cost, leading to the selection and discussion of the best option for meeting identified needs for the current airport site. Task 5.3 - Navaid Alternatives A cursory review of the status of the existing visual and the potential for future instrument approaches at the Airport will be conducted with attention being place on the increased use of Global Positioning Satellite (GPS) technologies. Therefore, this task will provide a cursory analysis of the viability of developing GPS non-precision approaches to the Airport. The FAA Southern Region will be contacted and the viability of these potential improvements or recommendations on potential instrument approach procedures will be coordinated with the FAA Orlando ADO representatives and representatives of the FAA Orlando Flight Procedures Office. The potential controlling obstructions and possible approach minimums will be identified in this task either using existing FAA analyses, or based on a cursory review of criteria and USGS Sebastian Municipal Airport Scope of Services Master Plan Update A - 10 topographical mapping. Task 5.4 -Determine Economic Development Alternatives This element of the study will identify and evaluate the economic development opportunities that aze possible for each altemative. The development of realistic economic opportunities will require close coordination with the staff from the City of Sebastian. Primarily, this will need to ensure that all of the efforts by the City and those suggested in this study are coordinated. Task 5.5 -Determine Preliminary Development Costs Using labor and materials price data from recent construction projects in the airport vicinity, and cost schedules provided by the FAA Orlando ADO and FDOT, preliminary cost estimates for each airport development option in the various alternatives considered during the planning process will be prepazed. Task 5.6 -Selection of Recommended Airport Development Alternatives The consultant will confer with the City of Sebastian and the Technical Review Committee to select a series of recommended development concepts for the airport which best meet the anticipated demand, and will do so in the most viable manner from a cost, phasing, engineering, and environmental perspective. This set of development options for the current airport will comprise the analytical basis for development at the current airport site. The recommendations from this alternatives analysis will be closely coordinated with the City, as well as representatives of FDOT and the FAA, to ascertain funding viability and overall viability of the Airport development needs. A definitive response from the FAA regazding the viability of on-airport development recommendations will be required at this stage of the master plan. Task 5.7 -Prepare Working Paper 3 The third draft working paper will document the analyses and findings of the alternatives analysis. As such, this working paper will present the chapter comparing the various development altematives explored for the Airport. Twenty-five (25) copies of the draft demand/capacity and facility requirements chapters (Working Paper 3) will be prepared for distribution to the representatives of the Technical Review Committee for their review. Working Paper 3 will be prepared in black and white at the draft stage of the process. The altemative analysis chapter in Working Paper 3 will be produced in color when the report is finalized. Task 5.8 -Technical Review Committee Meeting 3 Working papers/draft reports will be distributed at least one week prior to the Technical Review Committee meeting for this element. This will allow the FAA, FDOT, and the Technical Review Committee time for review. Sebastian Municipal Airport Scope of Services Master Plan Update A _ 11 Task 5.9 -Public Meeting 2 A public meeting will be held after the Technical Review Committee meeting for this element. This meeting will serve to present the facility requirements and alternatives being considered for the future development of the Airport. ELEMENT 6 -REFINED ALTERNATIVES Task 6.1 -Develop Refined Alternatives Analysis Based on input from the City of Sebastian, FDOT, FAA, and the comments from the Technical Review Committee and the general public, refinements to the selected alternatives will be made as determined necessary. This task may result in the revision of options or the combination of individual alternatives into a single alternative for implementation. This task will identify the rationale for the refinement, and each refinement will be discussed using the same criteria utilized to evaluate the initial set of alternatives. Task 6.2 -Prepare Working Paper 4 Twenty-five (25) copies of the draft refined alternatives (Working Paper 4) will be prepared for distribution to the representatives of the Technical Review Committee for their review. Working Paper 4 will be prepared in black and white at the draft stage of the process. The refined alternatives chapter in Working Paper 4 will be produced in color when the report is finalized. Task 6.3 -Noise Impacts & Compatible Land Use Noise impacts will be determined using the latest version of the FAA Integrated Noise Model (INM) software and will be based on activity levels, aircraft type, and/or previous analysis. The noise exposure contours depicting the 65, 70, and 75 DNL levels will be overlaid on an appropriate base map. Noise exposure contours will be prepared for the current year and for the activity forecast at the ten year period. A description of land use impacts comparing existing and planned land uses to the development recommendations of the airport master plan will also be developed. This will include consideration of existing zoning and building restrictions or permits that would be required. This land use element is not limited to the Airport property boundary. Off airport land uses will be identified to detemune compatibility with the operations and development of the Airport. The off airport evaluations will primarily be limited to those areas immediately surrounding the Airport and those areas off the extended runway centerlines (approach surfaces). Sebastian Municipal Airport Scope of Services Master Plan Update A _ 12 ELEMENT 7 -AIRPORT LAYOUT PLAN DRAWINGS Using the results of the alternative analysis developed as part of this study and FAA AC 150/5300-13, the current airport layout plan set for Sebastian Municipal Airport will be updated to reflect the recommended development alternatives. Development of ultimate airfield facilities will be based on short, intermediate, and long-range requirements which incorporate both airside and landside requirements. To provide an accurate base for the development of the ALP, the new aerial photography will be used to create a base map for the drawings. This base map will be of a scale, accuracy, and clarity to provide an accurate digital file for developing subsequent ALP set drawings. Guidelines for updating the ALP as defined by the FAA and FDOT will be followed. The ALP set will include the following sheets: ~ Title Sheet ~ Airport Layout Plan ~ Terminal Area Plan ~T Runway 04-22 Protection Zone Plans and Profiles ~ Runway 13-31 Protection Zone Plans and Profiles ~ FAR Part 77 Imaginary Surfaces 0• Airport Land Use Plan 0• Airport Property Map Task 7.1 -Title Sheet A title sheet will provide information concerning the Airport, including the AIP Project Number, client name, and location maps. Task 7.2 -Airport Layout Plan The Airport Layout Plan will be updated to reflect the recommended development of future needs as identified in this study. Information on this portion of the ALP set will include, but not be limited to, the physical layout of the airport and of the physical facilities developed thereon. Also to be incorporated on the ALP sheet will be the building and facilities data, runway protection zones, taxiway systems, NAVAID critical areas, building elevations, topography, roads and parking areas, wind rose/wind coverage, and the airport boundary. All existing and proposed modifications to FAA standards will be identified and delineated in a table, along with either the wavier allowing the modification, or the proposed method of addressing the modification. A table listing all of the modifications (existing and proposed) along with their proposed disposition will be incorporated onto the ALP and into the corresponding master plan chapter. Additionally, justification for requested modifications to standard will be provided in the airport plans chapter, which will be prepared in conjunction with the ALP drawing set. Task 7.3 -Terminal Area Plan A Terminal Area Plan for Sebastian Municipal Airport will be updated to reflect existing and recommended development of future general aviation needs as identified in this study. The terminal concept will focus on flexibility for future expansion. The plan will include recommendations for access and parking, buildings, hangars, FBOs, and entrance roads, as well as necessary security access to the airfield. The Terminal Area Sebastian Municipal Airport Scope of Services Master Plan Update A - 13 Plan will depict staged development, and will also present graphically any recommendations relating to the development of a local airport terminal structure and its associated ramp and support facilities. Task 7.4 -Runway Protection Zone Plans and Profiles Runway Protection Zone (RPZ) Plans and Profiles will be prepared for each runway end depicting the existing and any future changes to the RPZs associated with the runway system. The drawing will depict the location of roadways, structures, natural ground elevations, and other man-made or natural features with the limits of the RPZ. The drawing will also detail objects that penetrate approach surfaces or violate FAA Object Free Area criteria. Obstructions will be listed numerically in an obstruction table for each approach, with data describing the obstruction type, top elevation, allowable elevation, amount of penetration, and proposed dispositions. Additionally, the drawing will depict the configuration of required safety areas off each runway end. Plan views will be superimposed on aerial photos or on a detailed line drawing. Task 7.5 -FAR Part 77 Surtaces The FAR Part 77 surfaces associated with the ultimate airport configuration and approaches will be generated and superimposed on USGS quadrangle maps. Fifty (50) foot contour intervals will be shown for all FAR Part 77 sloping imaginary surfaces. This sheet will depict objects violating FAR Part 77 surfaces that have not been identified on the ALP or RPZ plans and profiles. The top elevation of each obstruction will be identified on the sheet, as will the disposition of the obstruction. The dimensions of the approach surfaces and transitional surfaces will be charted. This airspace plan (FAR Part 77 Surfaces) will depict the full length of all approach surfaces without the use of match lines or truncated depictions. Task 7.6 -Airport Land Use Plan A Land Use Plan for the area within the boundaries of the Airport will be updated, based on the identified overall development concepts. Included in the drawing will be aeronautical uses, agricultural uses, and industriaUcommercial development area. A depiction of current land uses in the immediate Airport environs will also be included. Standard classifications of land use (i.e., residential, commercial, industrial), in addition to the identification of major noise sensitive institutional land uses, will be undertaken. The land use information will be depicted graphically over a street layout of the Airport environs showing the Airport and major geographical features such as rivers, lakes, and rail lines. Based on information contained in the City and County comprehensive plans, a depiction of the future land use pattern in the immediate Airport environs will be generated. Task 7.7 -Airport Property Map An Airport Property Map will be updated to reflect parcels acquired either through fee simple purchase or easements purchased by the airport, with both federal funds and local sources of funding. In addition, the property map will also identify additional property required to meet the demands identified in this master plan. Sebastian Municipal Airport Scope of Services Master Plan Update A - 14 Task 7.8 -Prepare Draft Airport Layout Plan Set A total often (10) full size draft ALP sets will also be prepared under this task. Five (5) sets will go to the FAA, two (2) sets to FDOT, and three (3) sets to the City for review. The full size draft ALP sets transmitted to the FAA and FDOT will include a transmittal letter addressing any significant changes to current ALP, proposed ALP, modifications to standards and rationale for same, and design group for each runway Twenty-five (25) copies of the airport plans chapter and reduced ALP set will also be prepared for distribution to the representatives of the Technical Review Committee. The reduced ALP set will be printed on 11 x 17 sheets. ELEMENT 8 -FINANCIAL PLAN Task 8.1 -Refine Airport Development Phasing Schedule Based upon the previous evaluations and technical meetings, the airport development schedule reflecting economic feasibility and operational requirements of the recommended airport plan will be refined. The development schedule will be prepared for the long-term based on facilities needed at each planning activity level, and for the short-term based on the City's input relative to project need and priority. The revised phasing will be closely coordinated with the City. The development schedules will include development of new facilities, land acquisition, pavement evaluations and rehabilitation, utility system evaluation and improvement, fuel farms, and major equipment replacement. Task 8.2 -Refine Airport Development Cost Estimates Based upon the previous evaluations and technical meetings, the airport development cost estimates to reflect the revised requirements and schedule of development associated with the recommended airport concepts will be refined. Task 8.3 -Prepare Financial Plan A recommended airport financial plan, which includes estimates of the amount of funds available from federal and state grant-in-aid programs, will be prepared to determine the net amount of capital funds required by the City to accomplish each proposed stage of improvement for the Airport. Alternative financing strategies that maybe available for implementing the proposed development program will be explored. Sources of airport funds, including any through-the-fence agreement, will be analyzed as to their financial implications, their use to finance proposed airport development projects, and airport operations and maintenance needs. Estimates of the magnitude and timing of any bond issues that may be required to cover the cost of airport improvements will be made. The financial plan will be broken into afive-year initial phase, an intermediate phase, and along-term phase. Task 8.4 -Prepare Working Paper 5 The fifth draft working paper will present the results of the preceding analyses, outlining the overall airport capital improvement program, and ordering projects numerically based on the City's order of priority for the Sebastian Municipal Airport Scope of Services Master Plan Update A - I S first five years. Projects for the five to ten year period, and the ten to twenty year horizon, will be consolidated and, where possible, listed by the City's order of priority. These projects will be prioritized by their importance, as identified in the master plan and through the refinement process, and the anticipated sources of funding for the elements of the selected airport master plan concept will be identified. This will include the identification of local, state, and federal funds, as well as potential sources of private investment for airport improvements. General estimates of equipment costs and operation, and maintenance costs associated with the Airport, will be factored into the financial program. Twenty-five (25) copies of the draft financial plan (Working Paper 5) will be prepared for distribution to the representatives of the Technical Review Committee for their review. Working Paper 5 will be prepared in black and white. ELEMENT 9 -FINAL DOCUMENTATION/COORDINATION MEETINGS Task 9.1 -Prepare Final Master Plan Update Report Review comments received during the study process will be incorporated as appropriate into the draft working papers, which then will be combined to create the Sebastian Municipal Airport Master Plan Update Report. This report will highlight the corrections and improvements made to the draft working papers. Five (5) color copies of the complete master plan update will be prepared. One (1) final draft will be delivered to the FAA, two (2) to FDOT, and two (2) to the City for a final review. The final airport master plan update will be prepared after the FAA, FDOT, and City have all approved the final draft. Twenty-five (25) GBC bound final reports of the Sebastian Municipal Airport Master Plan Update will be prepared for distribution. Of the these copies, one (1) will be sent directly to FDOT and two (2) will be forwarded directly to the FAA Orlando ADO. The remaining twenty-three (23) will be sent to the City of Sebastian. A total of five (5) final full size ALP sets will also be prepared under. One (1) set will go to the FAA, two (2) sets to FDOT, and two (2) sets to the City of Sebastian. Digital copies of both the master plan report and ALP set will also be delivered to FAA, FDOT, and City of Sebastian. The report text and tables will be provided using Microsoft Word and Excel. The ALP package will be created using AutoCAD 2000 software, however, depending on the AutoCAD version used by the City of Sebastian at the time of delivery, the digital ALP files can be provided in either a 2000 or Release 14 format. Task 9.2 -Technical Review Committee Meetings Color graphic displays and pertinent handout material necessary to describe the evaluations and findings of interim submittals of the master plan study will be prepared for each of the Technical Review Board meetings. Each member of the Technical Review Committee will be provided with athree-ring notebook to use for filing draft working papers. Up to fifteen (15) binders will be provided by the Consultant. Meetings with the Technical Review Committee will be primarily to review the materials prepared in the working papers, Sebastian Municipal Airport Scope of Services Master Plau Update A - 16 as well as to establish revisions. Comments received during these meetings will be considered in preparing the final report documents. Three (3) such meetings, plus one meeting to be conducted in conjunction with the inventory process have been budgeted over the course of the study. The first meeting will be held after Working Paper 1 (inventory and forecasts) is distributed, the second after Working Paper 2 (demand/capacity and facility requirements), and the third after Working Paper 3 (alternatives analysis). Task 9.3 -Public Meetings The interim submittals under the master plan study will be presented to the general public during three (3) public meetings over the course of the planning period. The first meeting will be held following the Technical Review Committee meeting (either the same day, or following day) for Working Paper I (inventory and forecasts). The second public meeting will be held after the Technical Review Committee meeting for Working Paper 3 (airport alternatives). Advertising for these meetings, will be done by the City and maybe accomplished using press releases and direct mailings to interested public groups in the Sebastian Municipal Airport area. Task 9.4 -Coordination Meetings To respond to issues that will arise over the course of the planning period, as well as to brief City representatives and representatives of the FDOT and/or the FAA, five (5) project coordination meetings (outside of the Technical Review Committee and Public Meetings) have been budgeted. The coordination meetings are seen as key opportunities to allow for the discussion between the City and the Consultant at key milestones in the project. Typically, these meetings are during such milestones as the preparation of the aviation~activity forecasts, the alternatives analysis/refined alternatives process, and during the preparation of the capital improvement program and financial plan. However, the five (5) coordination meetings can be changed at any time or during any portion of the project. It is important that at least one (1) of these meetings be reserved to coordinate the elements of a financial plan as this element is essential to address the viability of project funding with FDOT and the City. ELEMENT 10 - STORMWATER MASTER PLAN As a part of the overall Airport Master Plan Update, the City of Sebastian intends to study the stormwater runoff conditions at the City's Municipal Airport. The study will include a stormwater analysis of the property owned by the Airport and the adjacent properties impacting or being impacted by the airport property. The study will address existing conditions as well as future developments identified in the Airport Master Plan. To perform this study, the Consultant will review the existing construction plans, aerial photos/mapping (if available), field surveys and soil data, in addition to interviewing the airport personnel and users. This information, the analysis and computer models, and the findings will be compiled in a Stormwater Master Plan Report for review by the City, St. Johns Water Management District, FDOT, and FAA. Sebastian Municipal Airport Scope of Services Master Plan Update A _ t~ The basic tasks of this work will include: Task 10.1 -Methodology Establishment of the design criteria based on the standards set forth by the FAA, FDOT, St. Johns Water Management District, Environmental Protection Agency, U.S. Corps of Engineers, and the City of Sebastian. Other jurisdictional authorities with potential significance include the Florida Department of State, Division of Historical Resources, and the County. Task 10.2 -Inventory Study of the Climate, ground water, soil classifications, wetlands, flood plains, topography, and endangered and threatened species. This phase also includes the condition evaluation of the existing pipes and drainage structures (may include the use of closed circuit television), identification of the drainage basins, determination of the size and lengths of all pipe structures, channels, and other culverts. Task 10.3 - Existing Drainage System Evaluation of the existing drainage system using computer modeling to determine its functional condition and any system deficiencies. Task 10.4 - Future Expansion Evaluation of the proposed developments at the airport and their impact on the existing drainage system. This phase includes the conceptual design of the proposed drainage facilities and acquiring a conceptual permit for these improvements. Also included in this phase is the preparation of the probable construction cost for future development. Sebastian Municipal Airport Scope of Services Master Plan Update A - I8 ... AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN _ CITY OF SEBASTIAN (Florida) AND THE LPA GROUP INCORPORATED CONTENTS Page Preamble and Agreement ........................................................................ 1 to 2 Exhibit A -General Provisions for Program Management and General Consulting Services .................................................................. A-1 to P:-2 Exhibit B -General Provisions for Planning and Environmental Services ....................................................................... B-1 to B 2 Exhibit C -General Provisions for Engineering Services .................................. C-1 to C-8 Exhibit D -General Provisions for Architectural Design Services ...............:.......................................................................... D-1 to D-10 Exhibit E -Duties, Responsibilities, and Limitations of Authority of Resident Project Representative ............................................. E-1 to E-4 Exhibit F -Payments and Miscellaneous Provisions ......................................... F-1 to F-7 Exhibit G -Sample Work Authorization Form ............................................... G-1 AGREEMENT FOR PROFESSIONAL SERVICES ,.. BETWEEN CITY OF SEBASTIAN (Florida) AND THE LPA GROUP INCORPORATED THIS AGREEMENT is made and entered into this ;day of, 2000, by and between the City of Sebastian (Florida), hereinafter referred to as the OWNER, and THE LPA GROUP INCORPORATED, hereinafter referred to as the CONSULTANT. WITNESSETH WHEREAS, the OWNER intends to initiate various planning, design, engineering and environmental projects and construct certain airfield, landside, and terminal improvements over the next five years, more or less, (three years with two additional 1-year renewal options) at the Sebastian Municipal Airport, referred to as .the PROJECT, each of which will be described in future Work Authorizations; and, WHEREAS, the OWNER may require other general consulting. services in the conduct of its business over the period of this AGREEivIENT, which will be described in future Work Authorizations; and, WHEREAS, the CONSULTANT has represented to the OWNER that it is qualified to perform the various described tasks and work of the projects, and, based upon CONSULTANT'S representations, the OWNER desires to retain the services of the CONSULTANT to perform the work described herein. NOW TI~REFORE, for and in consideration of their mutual benefit, the parties hereto agree as follows: The CONSULTANT shall, upon receipt of each duly executed Work Authorization, perform the work described in the Work Authorization in accordance with the attached Exhibits "A", "B", "C", "D", and "E" as may be required in said Work Authorizations. The OWNER, in consideration of the performance of the CONSUZTANT's undertakings under this AGREEMENT, pursuant to Work Authorizatons fully executed by the OWNER and CONSULTANT, shall pay the CONSULTANT the consideration determined in each Work Authorization: which consideration shall constitute complete payment for all services furnished in connection with the work required to be performed under the Work Authorization. Page 1 April 17, 2000 The following Exhibits aze attached to and made part of ties AGREEMENT; A - "General Provisions for Program Management and General Consulting Services" B - "General Provisions for Planning and Environmental Services" C - "General Provisions for Engineering Services" D - "General Provisions for Architectural Design Services" E - "Duties, Responsibilities, and Limitations of Authority of Resident Project Representative" F - "Payments and Miscellaneous Provisions" G - "Sample Work Authorization Form" This AGREEMENT shall apply to all projects initiated within-five yeazs, more or less, after the effective date of the first Work Authorization. This AGREEMENT, together with the Exhibits identified above and subsequent Work Authorizations, constitutes the entire agreement between the OWNER and the CONSULTANT and supersedes all prior written or oral understandings. This AGREEMENT and said Exhibits may only be amended, supplemented, modified, or canceled by a duly executed written instrument. This AGREEMENT and said Exhibits shall be hereafter referred to as the MASTER AGREEMENT. IN WTTNESS WHEREOF, the parties hereto have made and executed this AGREEMENT as of the date first above written. WITNES / t' ~/~ Z~'~-- ATrEST• Kattv_-yn 1. 0 oran, CT2C City Clerk (SEP,L) WITNESS C O SEBAS' (Flori ) v TITLE: G~Y cz K. G-a~-`" THE LP/A~ G/7ROUP IN~CORpPORQATED TITLE: V,~~ /".e~s,.~t„- bu -~,.~ C~ ~?~ ~J.~~c ""~ ~ ~--- n `~ ~ a~ ,`~,' Page 2 "^ April 1 i , 2000 ~~ EXI~BIT A GENERAL PROVISIONS FOR PROGRAM MANAGEMENT AND GENERAL This is an exhibit attached to and made a part of the AGREEMENT between the OWNER and the CONSULTANT for Professional Services. For elements of the PROJECT described in the referenced AGREEMENT, the CONSULTANT shall perform Professional Services in accordance with acceptable architectural, engineering and surveying practices. These services shall be the limits of the CONSULTAi~iT's responsibility under this AGREEMENT. These General Provisions set forth the general requirements for the performance of the various services for program management and general consulting required under this AGREEMENT. The CONSULTANT under each duly executed Work Authorization shall perform the scope of work required by such Authorization, and unless requirements to the contrary aze specifically prescribed therein, shall perform the required services in accordance with the following requirements. SECTION I -PROGRAM MANAGEMENT AND GENERAL CONSULTING SERVICES A. The services for program management respond to the complexities resulting from multiple project, multi-discipline, and long-range programs. Typical program management services can include: 1. Project formulation/programming; 2. Projects coordination; 3. Master program scheduling; 4. Consultant/subconsultant coordination; 5. Funding and financial coordination assistance; 6. Meeting prepazation and documentation; and, 7. Technical assistance. B. The general consulting services to be provided under this section aze undefined, general in nature, and only required periodically by the OWNER. Typical services anticipated might include: 1. Presentation preparation; 2. Coordination of meetings with local, state, and federal officials; 3. Site visits; 4. Facility inspection; 5. Obstruction surveys; 6. Property surveys 7. Other services requested by the OWNER that aze not otherwise directly associated with a current project. Page A-1 Maroh 8, 2000 C. Specific program management services will be reviewed in advance with the OWNIIt and set forth in each Work Authorization. FAA approval of scope .will be obtained for FAA funded items and tasks. D. The amount of compensation and method of payment will be established when each planning Work Authorization. is developed and presented for approval. SECTION II -MISCELLANEOUS PROVISIONS 1. Exlribit "F", Payments and Miscellaneous Provisions, specifies requirements for payments to CONSULTANT, OWNER's responsibilities, other miscellaneous and FAA mandatory provisions. Page A-2 March S, 2000 E7~ffiBTT B GENERAL PROVISIONS FOR PLANNING AND ENVIRONMENTAL SERVICES This is an exhibit attached to and made a part of the AGREEMENT between the OWNER and the CONSULTANT for professional consulting services. For elements of the PROJECT described in the referenced AGREEMENT, the CONSULTANT shall perform professional services as hereinafter described, which shall include customary planning, environmental, and auxiliary services incidental thereto. These services, when performed in accordance with acceptable practices, shall be the limits of the CONSULTANT'S responsibility under this AGREEMENT. These General Provisions set forth the general requirements for the performance of the various services for planning and environmental projects required under this AGREEMENT. The CONSULTAi~1T under each duly executed Work Authorization shall perform the scope of work required by such Authorization, and unless requirements to the contrary are specifically prescribed therein, shall perform the required services in accordance with the following requirements. SECTION I -SERVICES A. Basic and Special Services for planning projects will be reviewed in advance with the OWNER and set forth in each Work Authorization. FAA approval of scope will be obtained for FAA funded items and tasks. B. The amount of compensation and method of payment will be established when each planning Work Authorization is developed and presented for approval. C. At the written request of the OWNER, the CONSULTANT shall accomplish such special services as required by the OWNER to complete the PROJECT. Af the option of the OWNER, special services may be provided by the OWNER through contracts with other professionals or may be provided by the CONSULTANT. When the CONSULTANT is requested to provide special services, such services may be provided by the CONSULTANT'S own forces or through subcontracts with other professionals. However, contracts with other professionals for special services must have the approval of the OWNER before the work is initiated. (OWNER'S approval of CONSULTANT'S Work Authorization listhlg subconsultants and subconsultant fees will be considered approval of subconsultant's contract.) Special services which may be requested include, but are not necessarily limited to the following: 1. Soils and materials investigations including test borings, laboratory testing of soils attd materials, and related analyses and recommendations; 2. Reproduction of additional copies of reports and other documents above the specified number described in each work authorization; Page B-1 March 8, 2000 The accomplishment of special surveys and investigations, such as aerial photography and mapping, and the preparation of special reports and drawings as may be requested or authorized in writing by the OWNER in connection with the PROJECT; 4. Land surveys as necessary to establish property boundaries required for property acquisition purposes or preparation of property maps; and, 5. Special environmental studies including biotic studies, historical and archeological studies, noise studies and other related work. SECTION II -MISCELLANEOUS PROVLSIONS 1. Exhibit "F", Payments and Miscellaneous Provisions, specifies requirements for payments to CONSULTANT, OWNER's responsibilities, other miscellaneous and FAA mandatory provisions applicable to Planning Projects. Page B-2 Marcli 8, 2000 EDIT C GENERAL PROVISIONS FOR ENGINEERING SERVICES This is an exhibit attached to and made a part of the AGREEMENT between the OWNER and the CONSULTANT for professional consulting services. For elements of the PROJECT described in the referenced AGREEMENT, which aze .primarily engineering projects, the CONSULTANT shall perform professional services as hereinafter described, which shall include customary civil, stn~ctural, mechanical, and electrical engineering services. These services, when performed in accordance with acceptable engineering practices, shall be the limits of the CONSULTANT'S responsibility under this AGRRRt~tFNT, These General Provisions set forth the general requirements for the performance of the various services for development projects required under this AGREEMENT. The CONSULTANT under each duly executed Work Authorization shall perform work required to accomplish the intent of such work authorization, and unless otherwise specifically prescribed therein, shall perform the required services in accordance with the following,requirements. SECTION I -BASIC SERVICES A. Basic Engineering Services will generally be completed in four (4) phases: 1. Preliminary design phase; 2. Final design phase; 3. Bidding phase; and, 4. Construction phase. The general types of services to be performed in each phase are described herein. However, typical services may be changed or deleted as required for each project. Additional services may be added as mutually agreed upon between OWNER and CONSULTANT. Such addiflons, changes, or delefions will be outlined in each Work Authorization. B. Preliminary Desi ng Phase This phase involves those activities required for defining the scope of a project and establishing preliminary requirements. Items of work for this phase of a project include: 1. Conferring with the OWNER on project requirements, finances, schedules, early phases of the PROJECT, and other pertinent matters; and meeting with concerned agencies and parties on matters affecting the PROJECT; 2. Advising OWNER as to the necessity of providing or obtaining from others data or services of the types described in Section II such as, but not limited to field surveys, soil borings, aerial mapping and laboratory testing. At OWNER'S option, services may be provided by the OWNER through duect contracts with Page C-1 March 8, 2000 other professionals or may be provided by the CONSITLTANT in accordance with Exhibit "F", Payments and Miscellaneous Provisions, Section L2; and, Developing design schematics, sketches, project recommendations, and preliminary layouts and cost estimates. C. Final Design Phase After authorization to proceed with the Final Design Phase, CONSiTLTANT shall, on the basis of the accepted Preliminazy Design documents and the construction budget authorized by OWNER: 1. Prepaze necessary engineering reports and recommendations; 2. Prepare detailed plans, specifications, and cost estimates; Print and provide necessary copies for in-house production of engineering drawings and contract specifications; Advise OWNER of any adjustments to the preliminary estimate of probable construction costs caused by changes in general scope, extent or character or design requirements of the PR07ECT, or mazket conditions. Furnish to OWNER a revised opinion of probable construction costs based on the Final Drawings and Specifications; 5. Prepaze for review and approval by OWNER, its legal counsel and other advisors, necessary Bidding information, bidding forms, the Conditions of the Contract, and the form of AGREEMENT between the OWNER and Contractor; and, 6. Distribute documents for approvals to FAA, OWNER, State, and other regulatory agencies. D. Bidding Phase After authorization to proceed with the Bidding Phase, CONSITLTANT shall: Assist the OWNER in advertising for and obtaining bids for each separate prime contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, and receive and process deposits for Bidding Documents; 2. Assist the OWNER in conducting a prebid conference for each separate prime contract to share pertinent bidding and technical information and requirements with prospective bidders. Page C-2 March 8, 2000 3. Issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. 4. Distribute sets of Bidding Documents to Prospective Bidders and plan offices (Dodge and AGC) during the Bidding Phase. 5. Attend the bid opening, prepare bid tabulation sheets and assist OWNER in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. E. Construction Phase 1. The CONSULTANT's responsibility to provide Basic Services for the Construction Phase under this AGREEMENT commences with the award of each Contract For Construction and terminates at the earlier of the issuance by the OWNER of the fmal Certificate for Payment or 30 days after the date of Substantial Completion of th~ Work, but if so stated by Work Authorization, may be extended under the terms of Section II "Special Services"; 2. CONSULTA1~iT shall attend and administer the preconstruction conference; 3. Visits to Site and Observation of Construction: In connection with observations of the work of Contractor(s) while it is in progress: a. CONSULTANT shall make visits to the site at intervals appropriate to the various stages of construction as CONSULTANT deems necessary in order to observe as an experienced and qualified design professional the progress of the various aspects of Contractor(s)' work. Based on information obtained during such visits and on such observations, CONSULTANT shall endeavor to determine in general if such work is proceeding in accordance with the Contract Documents and CONSULTAl~IT shall keep OWNER informed of the progress of the work; b. If OWNER requests more extensive site representation than is described in 3.a above, CONSULTANT will provide. a Resident Project Representative(s) as a Special Service; c. CONSULTANT shall not during such visits or as a result of such observations of Contractor(s)' work in progress, supervise, direct or have control over Contractor(s)'s work nor shall CONSULTANT have audrority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by Contractor(s), for safety precautions and programs incident to the work of Contractor(s) or for any failure of Page C-3 March 8, 2000 Contractor(s) to comply with laws, rules, regulations, ordinances, codes or orders applicable to Contractor(s) furnishing and performing their work. Accordingly, CONSULTANT can neither guarantee the performance of the construction contracts by Contractor(s) nor assume responsibility for Contractor(s)' failure to furnish and perform their work in accordance with the Contract Documents; 4. Defective Work: During such visits and on the basis of such observations, CONS'[JLTANT may disapprove of or reject Contractor(s)' work while it is in progress if CONSULTANT believes that such work will not produce a completed PROJECT that conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the PROTECT as reflected in the Contract Documents. 5. Interpretations and Clarifications: CONSULTANT shall issue necessary interpretations and clarifications of the Contract Documents and in connection therewith prepare work directive changes and change orders as required; 6. Shop Drawings: CONSULTANT shall review and approve (or take other appropriate action in respect of) Shop Drawings (as that term is defined in the aforesaid Standard General Conditions), samples and other data which Contractor(s) aze required to submit, but only for conformance with the design concept of the PROJECT. Such reviews and approvals or other action shall not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto; 7. Substitutes: CONSULTANT shall evaluate and determine the acceptability of substitute materiais and equipment proposed by Contractor(s), but subject to the provision of Section II, paragraph 13; 8. Inspections and Tests: CONSULTANT shall have authority, as OWNER's representative, to require special inspection or testing of the work, and shall receive and review all certificates of inspections, testings and approvals required by laws, rules, regulations, ordinances, codes, orders or the Contract Documents (but only to determine generally that their content complies with the requirements of, and the results certified indicate compliance with, the Contract Documents); 9. Disputes between OWNER and Contractor: CONSULTANT shall act as initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work thereunder and make decisions on all claims of OWNER and Contractor(s) relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the work. CONSULTANT shall not be liable for the results of any such interpretations or decisions rendered in good faith; Page C-4 March 8, 2000 ` 10. Applications for Payment: Based on CONSULTANT'S on-site observations as an experienced and qualified design professional, on information provided by the Resident Project Representative and on review of applications for payment and the accompanying data and schedules: a. CONSULTANT shall determine the amounts owing to Contractor(s) and recommend in writing payments to Contractor(s) in such amounts. Such recommendations of payment will constitute a representation to OWNER, based on such observations and review, that the work has progressed to the point indicated, and that, to the best of CONSULTANT'S knowledge, uiformation and belief, the quality of such work is generally in accordance with the Contract Documents (subject to an evaluation of such work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and to any other qualifications stated in the recommendation). In the case of unit price work, CONSULTANT'S recommendations of payment will include determinations of quantities and classifications of such work (subject to any subsequent adjustments allowed by the Contract Documents); b. By recommending any payment, CONSULTANT will not thereby be deemed to have represented that exhaustive, continuous or detailed reviews or examinations have been made by CONSULTANT to check the quality or quantity of Contractor(s)'s work as it is famished and performed beyond the responsibilities specifically assigned to CONSULTANT in this AGREEMENT and the Contract Documents. CONSULTANT'S review of Contractor(s)' work for the purposes of recommending payments will not impose on CONSULTANT responsibility to supervise, duect or control such work or for the means, methods, techniques, sequences, or procedures of construction or safety precautions or programs incident thereto or Contractor(s) compliance with laws, rules, regulations, ordinances, codes or orders applicable to their furnishing and performing the work. It will also not impose responsibility on CONSULTANT to make any examination to ascertain how or for what purposes any Contractor has used the moneys paid on account of the Contract Price, or to determine that title to any of the work, materials or equipment has passed to OWNER free and clear of any lien, claims, security interests or encumbrances, or that there may not be other matters at issue between OWNER and Contractor that might affect the amount that should be paid. 11. Contractor(s)' Completion Documentsf. CONSULTANT shall receive and review maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals which are to be assembled by Page C-5 March 8, 2000 Contractor(s) in accordance with the Contract Documents (but such review will only be to determine that their content complies with the requirements of, and in the case of certificates of inspection, tests and approvals the results certified indicate compliance with, the Contract Documents); and shall transmit them to OWNER with written comments; 12. Insoections: CONSULTANT shall conduct an inspection to determine if the work is substantially complete and a fmal inspection to determine if the completed work is acceptable to OWNER, FAA and other governing agencies so that CONSULTANT may recommend, in writing, final payment to Contractor(s) and may give written notice to OWNER and the Contractor(s) that the work is acceptable (subject to any conditions therein expressed), but any such recommendation and notice will be subject to the limitations expressed in paragraph E.lO.b; and, 13. Limitation of Responsibilities: CONSULTANT shall not be responsible for the act or omissions of any Contractor, or of any subcontractor or supplier, or any of the Contractor(s)' or subcontractor's or supplier's agents or employees or any other persons (except CONSULTANT'S own employees and agents) at the site or otherwise furnishing or performing any of the Contractor(s)' work; however, nothing contained in paragraphs E.1 through E, 12 inclusive, shall be construed to release CONSULTANT from liability for failure to properly perform duties and responsibilities assumed by CONSULTANT in the Contract Documents. SECTION II -SPECIAL SERVICES A. Services Requiring Authorization in Advance If authorized in writing by OWNER, CONSULTANT shall accomplish such special services of the following types which are not considered normal or customary Basic Services except where specifically provided for otherwise in the Work Authorizations. At OWNER'S option, services may be provided by the OWNER through direct contracts with other professionals or may be provided by the CONSULTANT. When the CONSULTANT is requested to provide special services, such services may be provided by the CONSULTANT'S own forces or through subcontracts with other professionals; however, contracts with other professionals for special services must have the approval of the OWNER before the work is initiated (OWNER approval of CONSULTANT'S Work Authorization listing subconsultants and subconsultant fees will be considered approval of subconsultai~t's contract.) Special services will be paid for by OWNER as indicated in each Work Authorization in addition to the compensation for Basic Services described herein. 1. Prepazation of applications and supporting documents for governmental grants, louts or advances in connection with the PR07ECT; preparation or review of environmental assessments and impact statements; review and evaluation of the Page C-6 March 8, 2000 effect on the design requirements of the PROJECT of any such statements and documents prepared by others; and assistance in obtaining approvals of authorities having jurisdiction over the anticipated environmental impact of the PROJECT. 2. Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by OWNER; commonly referred to as A/E survey. 3. Services resulting from significant changes in the general scope, extent or character of the PROJECT or its design including, but. not limited to, changes in size, complexity, OWNER's schedule, chazacter of construction or method of financing; and revising previously accepted studies, reports, design documents or Contract Documents when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to the prepazation of such studies, reports or documents, or aze due to causes beyond CONSULTANT's control. 4. Providing renderings or models for OWNER's use. 5. Preparing to serve or serving as a consultant or witness for OWNER in any litigation, public hearing or other legal or administrative proceeding involving the PROJECT (except as agreed to under Basic Services). 6. Soils and material investigations including test borings, laboratory testing of soils and materials, related analyses and recommendations. 7. Quality assurance testing during construction. 8. Furnishing services of a Resident Project Representative to assist CONSULTANT in observing performance of the work of Contractor(s). 9. Prepazation of Disadvantaged Business Enterprise Program. 10. Cost accounting services, grant administration, and grant closeout. 11. Reproduction and postage of reports, contract documents and specifications to FAA, OWNER, Contractor, regulatory agencies, prospective bidders, and plan rooms. 12. Services in connection with work directive changes and change orders to reflect changes requested by OWNER if the resulting change in compensation for Basic Services is not commensurate with the additional services rendered. 13. Services in making revisions to Drawings and Specifications occasioned by the acceptance or substitutions proposed by Contractor(s); and services after the awazd of eadt contract in evaluating and determining the acceptability of an unreasonable Page C-7 March 8, 2000 or excessive number of substitutions proposed by Contractor. 14. Services resulting from delays beyond the control of CONSULTANT. 15. Additional or extended services during construction made necessary by (1) work damaged by fire or other cause during construction, (2) a significant amount of defective or negligent work of any Contractor, (3) acceleration of the progress schedule involving services beyond normal working hours, (4) default by any Contractor, or (5) other causes beyond CONSULTANT's control. 16. Evaluating an unreasonable or extensive number of claims submitted by Contractor(s) or others in connection with the work. 17. Services after issuance to the OWNER of the final certificate for payment or in the absence of such certificate, more than 30 days after the date of Substantial Completion of the Work. 18. Provide assistance in the closing of any financial or related transaction for the PROJECT. 19. Provide assistance in connection with the refining and adjusting of any equipment or system. 20. Preparation of a set of reproducible record prints of Drawings showing those changes made during the construction process, based on the marked-up prints, drawings and other data furnished by Contractor(s) to CONSULTANT and which CONSULTANT considers significant. 21. Operational Phase Services: a. Provide assistance in connection with the refining and adjusting of any equipment or system. b. Assist OWNER in training OWNER's staff to operate and maintain the PROJECT. c. Assist OWNER in developing systems and procedures for control of the operation and maintenance of and record keeping for the PROJECT. SECTION ffi -MISCELLANEOUS PROVISIONS 1. Exhibit "F", Payments and Miscellaneous Provisions, specifies requirements for payments to CONSULTANT, OWNER's responsibilities, other miscellaneous and Page C-8 March 8, 2000 FAA mandatory provisions. Page C-9 March 8, 2000 E7~IT D GENERAL PROVISIONS FOR ARCffiTECTURAL DESIGN SERVICES This is an exhibit attached to and made a part of the AGREEMENT between the OWNER and the CONSULT~llYT for professional consulting services. For elements of the PROJECT which are primarily building improvements, described in the referenced AGREEMENT, the CONSULTANT shall perform professional services as hereinafter described, which shall include customary azchitectural, structural, mechanical, and electrical engineering services. These services, when performed in accordance with acceptable engineering and architectural practices, shall be the limits of the CONSULTANT'S responsibility under this AGREEMENT. These General Provisions set forth the general requirements for the performance of the various architectural services for projects required under this AGREEMENT. The CONSULTANT under each duly executed Work Authorization shall perform the scope of work required by such Authorization, and, unless requirements to the contrary aze specifically prescribed therein, shall perform the required services in accordance with the following requirements. SECTION I -BASIC SERVICES A. Basic Architectural Services will generally be completed in five (5) phases: 1. Schematic design phase; 2. Design development phase; 3. Contract Document phase; 4. Bidding phase; and 5. Construction phase. The general types of services to be performed in each phase are described herein. However, typical services may be changed or deleted as required for each project. Additional services may be added as mutually agreed upon between OWNER and CONSULTANT. Such additions, changes, or deletions will be outlined in each Work Authorization. B. Schematic Desi na Phase 1. The CONSULTANT shall review the program furnished by the OWNER to ascertain the requirements of the Project and shall arrive at a mutuat understanding of such requirements with the OWNER. 2. The CONSULTANT shall provide a preliminary evaluation of the OWNER's program, schedule and construction budget requirements, each in terms of the other, subject to the limitations set forth in Exhibit F, paragraph II.A. Page D-1 Match 8, 2000 3. The CONSUZTANT shall review with the OWNER alternative approaches to design and construction of the Project. 4. Based on the mutually agreed upon program, schedule and construction budget requirements, the CONSULTANT shall prepare, for approval by the OWNER, Schematic Design Documents consisting of drawings and other documents illustrating the scale and relationship of Project components. 5. The CONSULTANT shall submit to the OWNER a preliminary estimate of Construction Cost based on current area, volume or other unit costs. C. Design Deyelooment Phase 1. Based on the approved Schematic Design Documents and any adjustments authorized by the OWNER in the program, schedule or construction budget, the CONSULTANT shall prepare, for approval by the OWNER, Design Development Documents consisting of drawings acid other documents to fix and describe the size and character of the Project as to architectural, structural, mechanical and electrical systems, materials and such other elements as may be appropriate. 2. The CONSULTANT shall advise the OWNER of any adjustments to the preliminary estimate of Construction Cost. D. Construction Documents Phase 1. Based on the approved Design Development Documents and any further adjustments in the scope or quality of the Project or in the construction budget authorized by the OWNER, the CONSULTANT shall prepare, for approval by the OWNER, Construction Documents consisting of Drawings and Specifications setting forth in detail the requirements for the construction of the Project. 2. The CONSULTANT shall assist the OWNER in the preparation of the necessary bidding information, bidding forms, the Conditions of the Contract, and the form of AGREEMENT between the OWNER and the Contractor. 3. The CONSULTANT shall advise the OWNER of any adjustments to previous preliminazy estimates of Construction Cost indicated by changes in requirements or general market conditions. 4. The CONSULTANT shall assist the OWNER in connection with the OWNER's responsibility for filing documents required for the approval of governmental authorities having jurisdiction over the Project. E. Biddin Phase Page D-2 March 8, 2000 After authorization to proceed with the Bidding Phase, CONSULTANT shall: 1. Assist the O WNER in advertising for and obtaining bids for each separate prime contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, attend pre-bid conferences and receive and process deposits for Bidding Documents. 2. Issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. 3. Consult with and advise OWNER as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) (herein called "Contractor(s)") for those portions of the work as to which such acceptability is required by the Biddutg Documents. 4. Consult with OWNER concerning and determine the acceptability of substitute materials and equipment proposed by Contractor(s) when substitution prior to the awaztl of contracts is allowed by the Bidding Documents. 5. Attend the bid opening, prepaze bid tabulation sheets and assist OWNER in evaluating bids or proposals and in assembling and awazding contracts for construction, materials, equipment and services. 6. Furnish sets of Bidding Documents to contractor bidding and plan offices (Dodge, AGC, etc.) during the Bidding Phase. The number of documents and their distribution will be specified in the Work Authorization(s). F. Construction Phase 1. The CONSULTANT'S responsibility to provide Basic Services for the Construction Phase under this AGREEMENT commences with the awazd of the Contract for Construction and terminates at the earlier of the issuance to the Owner of the final Certificate for Payment or 60 days after the date of Substantial Completion of the Work, but may be extended under the terms of Section II "Special Services". 2. The CONSULTANT shall provide administration of the Contract for construction as set forth below, unless otherwise provided in this AGREEMENT. 3. CONSULTANT shall attend preconstruction conference. 4. Visits to Site and Observation of Construction: In connection with observations of the work of Contractor(s) while it is in progress: Page D-3 Mardi 8, 2000 a) CONSULTANT shall make visits to the site at intervals appropriate to the vazious stages of conslruction as CONSULTANT deems necessary in order to observe as an experienced and qualified design professional the progress. and quality of the various aspects of Contractor{s)' work. Based on information obtained during such visits and on such observations, CONSULTANT shall endeavor to determine in general if such work is proceeding in accordance with the Contract Documents and CONSULTANT shall keep OWNER informed of the progress of the work. b) If OWNER requests more extensive site representation than is described in F.4(a) above, CONSULTANT will provide a Resident Project Representative(s) as a Special Service. c) CONSULTANT shall not, during such visits or as a result of such observations of Contractor(s)' work in progress, supervise, direct or have control over Contractor(s)' work nor shall CONSULTANT have authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by Contractor(s), for safety precautions and programs incident to the work of Contractor(s) or for any failure of Contractor(s) to comply with laws, rules, regulations, ordinances, codes or orders applicable to Contractor(s) furnishing and performing their work. Accordingly, CONSULTANT can neither guarantee the performance of the construction contracts. by Contractor(s) nor assume responsibility for Contractor(s)' failure to furnish and perform their work in accordance with the Contract Documents. 5. Defective Work: During such visits and on the basis of such observations, CONSULTANT may disapprove of or reject Contractor(s)' work while it is in progress if CONSULTANT believes that such work will not produce a completed Project that conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the Project as reflected in the Contract Documents. 6. Interpretations and Clarifications: CONSULTAi'VT shall issue necessary interpretations and clarifications of the Contract Documents and in connection therewith prepaze work directive changes and change orders as required. 7. Shop Drawings: CONSULTANT shall review and approve (or take other appropriate action in respect oft Shop Drawings (as that term is defined in the aforesaid Sta<~dazd General Conditions), samples and other data which Conhactor(s) are required to submit, but only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. Such reviews and approvals or other action shall not extend to means, Page D-4 March 8, 2000 methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. 8. Substitutes: CONSULTANT shall evaluate- and determine the acceptability of substitute materials and equipment proposed by Contractor(s), but subject to the provision of Section II, pazagraph A.37. 9. Inspections and Tests: CONSULTANT shall have authority, as OV~'NER's representative, to require special inspection or testing of the .work, and shall receive and review all certificates of inspections, testings and approvals required by laws, rules, regulations, ordinances, codes, orders or the Contract Documents (but only to determine generally that their content complies with the requirements of, and the results certified indicate compliance with, the Contract Documents). 10. Disputes: CONSULTANT shall act as initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work thereunder and make decisions on all claims relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the work. 11. Applications for Payment: Based on CONSULTANT'S on-site observations as an experienced and qualified design professional, on information provided by the Resident Project Representative and on review of applications for payment and the accompanying data and schedules: a) CONSULTANT shall determine the amounts owing to Contractor(s) and recommend in writing payments to Contractor(s) in such amounts. Such recommendations of payment will constitute a representation to O WNER, based on such observations and review, that the work has progressed to the point indicated, and that, to the best of CONSULTANT'S knowledge, information and belief, the quality of such work is generally in accordance with the Contract Documents (subject to an evaluation of such work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and to any other qualifications stated in the recommendation). In the case of unit price work, CONSULTANT'S recommendations of payment will include final determinations of quantities and classifications of such work (subject to any subsequent adjustments allowed by the Contract Documents). b) By recommending any payment, CONSULTANT will not thereby be deemed to have represented that exhaustive, continuous or detailed reviews or examinations have been made by OWNER to check the quality or quantity of Contractor(s)'s work as it is furnished and performed beyond the responsibilities specifically assigned to CONSULTAi~TT in this AGREEMENT and the Contract Documents. CONSULTANT'S review of Page D-5 March 8, 2000 Contractor(s)' work for the purposes of recommending payments will not impose on CONSULTANT responsibility to supervise, direct or control such work or for the means, methods, techniques, sequences, or procedures of construction or safety precautions or programs incident thereto or Contractor(s) compliance with laws, rules, regulations, ordinances, codes or orders applicable to their furnishing and performing the work. It will also not impose responsibility on CONSULTANT to make any examination to ascertain how or for what purposes any Contractor has used the moneys paid on account of the Contract Price, or to determine that title to any of the work, materials or equipment has passed to OWNER free and clear of any lien, claims, security interests or encumbrances, or that there may not be other matters at issue between OWNER and Contractor that might affect the amount that should be paid. 12. Contractor(s)' Completion Documents: CONSULTANT shall receive and review maintenance and operating instructions, schedules, guazantees, bonds and certificates of inspection, tests and approvals which aze to be assembled by Contractor(s) in accordance with the Contract Documents (but such review will only be to determine that their content complies with the requirements of, and in the case of certificates of inspection, tests and approvals the results certified indicate compliance with, the Contract Documents); and shall transmit them to OWNER with written comments. 13. Inspections: CONSULTANT shall conduct an inspection to determine if the work is substantially complete and a fmal inspection to determine if the completed work is acceptable so that CONSULTANT may recommend, in writing, fmal payment to Contractor(s) and may give written notice to O WNER and the Contractor{s) that the work is acceptable (subject to any conditions therein expressed), but any such recommendation and notice will be subject to the limitations expressed in paragraph F.ll.b. 14. Limitation of Responsibilities: CONSULTANT shall not be responsible for the act or omissions of any Contractor, or of any subcontractor or supplier, or any of the Contractor(s)' or subcontractor's or supplier's agents or employees or any other persons (except CONSULTANT's own employees and agents) at the site or otherwise furnishing or performing any of the Contractor(s)' work; however, nothing contained in paragraphs F.1 through F.13 inclusive, shall be construed to release CONSULTANT from liability for failure to properly perform duties and responsibilities assumed by CONSULTANT in the Contract Documents. SECTION II -SPECIAL SERVICES A. Services Requiring ,Authorization in Advance Page D-6 March 8, 2000 If authorized in writing by OWNER, CONSULTANT shall accomplish such speciai services of the following types which are not considered normal or customary Basic Services except where specifically provided for otherwise in the Work Authorizations. At OWNER'S option, services may be provided by the OWNER through duect contracts with other professionals or may be provided by the CONSULTANT. When the CONSULTANT is requested to provide special services, such services may be provided by the CONSULTANT'S own forces or through subcontracts with other professionals. However, contracts with other professionals for special services must have the approval of the OWNER before the work is initiated, however CONSULTANT shall remain responsible for work of subconsultants. Special services will be paid for by OWNER in addition to the compensation for Basic Services described herein. 1. Prepazation of preapplications and/or applications and supporting documents for governmental grants, loans or advances in connection with the Project; preparation or review of environmental assessments and impact statements; review and evaluation of the effect on the design requirements of the project of any such statements and documents prepazed by others; and assistance in obtaining approvals of authorities having jurisdiction over the anticipated environmental impact of the Project. 2. Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by OV4'NER; commonly referred to as A/E survey. 3. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, OWNER'S schedule, character of construction or method of fmancing; and revising previously accepted studies, reports, design documents or Contract Documents when such revisions are requuedby changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to causes beyond CONSULTANT'S control. 4. Providing renderings or models for OWNER'S use.. 5. Preparing documents for alternate, separate or sequential bids requested by OWNER after receipt of original. bids and for Contractor(s)' work which is not executed or documents for out-of-sequence work. 6. Investigations involving detailed consideration of operations, maintenance and overhead expenses; providing Value Engineering during the course of design; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; assistance in obtaining financing for the Project; evaluating processes available for licensing and assisting OWNER in obtaining process licensing; detailed quantity surveys of material, equipment and labor, and Page D-7 March 8, 2000 audits for inventories required in connection with construction performed for OWNER. 7. Services resulting from the awazd of more separate prime contracts for construction, materials, equipment or services for the Project than are contemplated by an approved Work Authorization, and services resulting fmm the arranging. for performance by persons other than the principal prime contractors of services for the OWNER and administering OWNER'S contracts for such services. Providutg any type of property surveys or related engineering services needed for the transfer of interests in real property and field surveys for design purposes and engineering surveys and staking to enable Contractor(s) to proceed with their work, and providing land surveys and other special field surveys. 9. Assistance in connection with bid protests, re-bidding or renegotiating contracts for construction, materials, equipment or services. 10. Services during out-of-town travel required of CONSULTANT other than visits to the site as required by Section I. 11. Preparing to serve to serving as a consultant or witness for OWNER in any litigation, public hearing or other legal or administrative proceeding involving the Project (except as agreed to under Basic Services). 12. Soils and Material Investigations including test borings, laboratory testing of soils and materials, related analyses and recommendations. 13. Quality Assurance testing during construction. 14. Furnishing services of a Resident Project Representative to assist CONSULTANT in observing performance of the work of contractor(s). 15. Preparation of Disadvantaged Business Programs. 16. Cost accounting services, grant administration, and grant closeout. 17. Reproduction of additional copies of reports, contract documents and specifications above the specified number furnished in Basic Services described in each Work Authorization. 18. Providing analyses of the OWNER's needs and programming the requirements of the Project. Page D-8 March 8, 2000 19. Providing financial feasibility or other special studies. 20. Providing planning surveys, site evaluations or comparative studies of prospective sites. 21. Providing special surveys, environmentai studies and submissions required for approvals of governmental authorities or others having jurisdiction over the Project. 22. Providing services relative to future facilities, systems and equipment. 23. Providing services to verify the accuracy of drawings or other information furnished by the OWNER. 24. Providing coordination of construction performed by separate contractors or by the OW1YEit's own forces and coordination of services required in connection with construction performed and equipment supplied by the OWNER. 25. Providing services in connection with the work of a construction manager or separate consultants retained by the OWNER. 26. Providing detailed estimates of Construction Cost. 27. Providing detailed quantity surveys or inventories of material, equipment and labor. 28. Providing analyses of owning and operating costs. 29. Providing interior design and other similar services required for or in connection with the selection, procurement or installation of furniture, furnishings and related equipment. 30. Providing services for planning tenant or rental spaces. 31. Making investigations, inventories of materials or equipment, or valuations and detailed appraisals of existing facilities. 32. Preparing a set of reproducible record drawings showing significant changes in the Work made during construction based on marked-up prints, drawings and other data furnished by the Contractor to the CONSULTANT'. 33. Providing assistance in the utilizatibn of equipment or systems such as testing, adjusting and balancing, preparation of operation and maintenance manuals, training personnel for operation and maintenance, and consultation during operation. Page D-9 March 8, 2000 34. Providing services of consultants for other than azchitectural, structural, mechatuoal and electrical engineering portions of the Project provided as a part of Basic Services. 35. Providing any other services not otherwise included in this AGREEMENT or not customarily furnished in accordance with generally accepted azchitectural practice. 36. Services in connection with work directive changes and change orders to reflect changes requested by OWNER if the resulting change in compensation for Basic Services is not commensurate with the additional services rendered. 37. Services in making revisions to Drawings and Specifications occasioned by the acceptance or substitutions proposed by Contractor(s); and services after the award of each contract in evaluating and determining the acceptability of an unreasonable or excessive number of substitutions proposed by Contractor. 38. Services resulting from significant delays, changes or price increases occurring as a direct or indirect result of material, equipment or energy shortages. 39: Additional or extended services during construction made necessary by (1) work damaged by fire or other cause during construction, (2) a significant amount of defective or negligent work of any Contractor, (3) acceleration of the progress schedule involving services beyond normal working hours, and (4) default by any Contractor. 40. Services in connection with any partial utilization of any part of the Project by OWNER prior to Substantial Completion. 41. Evaluating an unreasonable or extensive number of claims submitted by Contractor(s) or others in connection with the work. 42. Services after issuance to the O WNER of the final certificate for payment or in the absence of such certificate, more than 60 days after the date of Substantial Completion of the Work. SECTION III -MISCELLANEOUS PRO VISIONS Exhibit "F", Payments and Miscellaneous Provisions, specifies requirements for payments to CONSULTANT, OWNER's responsibilities, other miscellaneous and FAA mandatory provisions. Pala D•to March 8, 2000 E%HIBIT E DUTIES RESPONSIBILITIES AND LIMITATIONS OF AUTIiOR1TY OF RESIDENT PROTECT REPRESENTATIVE This is an exhibit attached to and made a pazt of the AGREEMENT between the OWNER and the CONSULTANT for Professional Consulting Services. For elements of the PR07ECT described in the referenced AGREEMENT, the CONSULTANT shall perform Resident Project Representative services in accordance with the following: A. General: Resident Project Representative (RPR) will be the CONSULTANT'S agent at the site, will act as directed by and under the supervision of CONSULTANT, and will confer with CONSULTANT regarding RPR actions. RPR's dealings in matters pertaining to the onsite work shall in general be only with the CONSULTANT and Contractor, and dealings with subcontractors shall only be through or with the full knowledge of Contractor. Written communication with OWNER will be only through or as directed by CONSULTANT. B. Duties and Responsibilities of RPR: 1. Schedules: Review the progress schedule, schedule of shop drawing submissions, and schedule of values prepazed by Contractor and consult with the CONSULTANT concerning acceptability. 2. Conferences and Meetines: Attend meetings with Contractor such as preconstruction conferences, progress meetings and other conferences as required in consultation with CONSULTANT and notify those expected to attend in advagce. Prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as the CONSULTANT'S liaison with Contractor, working principally through Contractor's superintendent and assist him in understanding the intent of the contract documents. Assist the CONSULTANT in serving as the OWNER'S liaison with the Contractor when the Contractor's operations affect the OWNER'S onsite operations. b. As requested by the CONSULTANT, assist in obtaining from the OWNER additional details or information, when required at the job site for proper execution of the work. 4. Shop Drawings and Samples: a. Record date of receipt of shop drawings and samples, receive samples Page Ul March 8, 2000 which are furnished at the site by Contractor, and notify the CONSULTANT of their availability for examination. b. Advise the CONSULTANT and Contractor or its superintendent immediately of the commencement of any work requiring a shop drawing or sample submission if the submission has not been approved by the CONSULTANT. 5. Review of Work Re~'ection of Defective Work Inspection and Tests: a. Conduct onsite observations of the work in progress to assist CONSULTANT in determining if the work is proceeding in accordance with the contract documents and that completed work will conform to the contract documents. b. Report to the CONSULTANT whenever RYR believes that any work is unsatisfactory, faulty, or defective or does not conform to the contract documents or does not meet the requirements of any inspections, tests, or approval required to be made or has been damaged prior to final payment, and advise the CONSULTANT when he believes work should be corrected or rejected or should be uncovered far observation or requires special testing, inspection, or approval. c. Verify that. tests, equipment, and systems startups and operating and maintenance training are conducted as required by the contract documents and in presence of the appropriate personnel, and that Contractor maintains adequate records thereof; observe, record, and report to the CONSULTANT appropriate details relative to test procedures and startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the PROJECT, record the results of these inspections, and report to CONSULTANT. 6. Interpretation of Contract Documents: Transmit to Contractor, CONSULTANT'S clarifications and interpretations of the contract documents. 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in drawings or specifications and report them with RPR's recommendations to CONSULTANT. Transmit to Contractor decisions as issued by CONSULTANT. 8. Records: a. Maintain at the job site orderly. files for correspondence, reports of job conferences, shop drawings and samples submissions, reproductions of original contract documents including all addenda, change orders, field rage E-2 March 8, 20D0 orders, additional drawings issued subsequent to the execution of the 4rontract, CONSULTANT'S clarifications and interpretations of the wntract documents, progress reports and other project related documents. b. Keep a diary or log book, recording hours on the job site, weather condiflons, data relative to Contractor's questions or extras or deductions, quantities of materials installed on the PROJECT, list of visiting officials and representatives of manufacturers, fabricators, suppliers, and distributors, daily activities, decisions, observations in general and specific observations in more detail as in the case of the observing test procedures. Send copies to the CONSULTANT. c. Record names, addresses, and telephone numbers of all contractors, subcontractors, and major suppliers of materials and equipment. Reports: a. Furnish to CONSULTANT, OWNER, and the Federal Aviation Administration periodic reports as required of the progress of the work and Contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. Consult with the CONSULTANT in advance of scheduled major tests, inspections, or start of important phases of the work. c. Report immediately to the CONSULTANT upon the occurrence of any accident. d. Review and certify Contractor's payroll submittals for compliance with Federal law pertaining to classification and wage rates. 10. 1'~ment Requests: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to the CONSULTANT, noting particulazly their relation to the schedule of values, work completed, and material and equipment delivered at the site but not incorporated in the work. 11. Certificates Maintenance and Operation Manuals: During the course of the work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed; and deliver this material to the CONSULTANT for his review and forwarding to OWNER prior to fmal acceptance of the work. 12. Completion: Page E-3 March 8, 2000 a. Before the CONSULTANT issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. b. Conduct final inspection in the company of CONSULTAN'T', OWNER, and Contractor and prepaze a final list of items to be completed or corrected. c. Verify that all items on final list have been completed or corrected and make recommendations to the CONSULTANT concerning acceptance. C. Limitations of Resident Pro~,ect Representative's Authority: Except upon written instructions of the CONSULTANT, RPR: 1. Shall not authorize any deviation from the contract documents or approve any substitute materials or equipment. 2. Shall not exceed limitations of the CONSULTANT'S authority as set forth in the contract documents. 3. Shall not undertake any of the responsibilities of Contractor, subcontractors,. or Contractor's superintendent, or expedite the work. 4. Shall not advise on or issue directions relafive to any aspect of the means, methods, techniques, sequences, or procedures of construction unless such is specifically called for in the contract documents. 5. Shall not issue directions as to safety programs in connection with the work. 6. Shall not accept Shop Drawing or sample submittals from anyone other than Contractor. 7. Shall not authorize the OWNER to occupy or utilize the PROJECT in whole or in part, without the approval of CONSULTANT. 8. Shall not participate in specialized field or laboratory tests, or inspections conducted by others except as specifically authorized by CONSULTANT. Paga E-4 March 8, 2000 EDIT F PAYIVIENTS AND MISCELLANEOUS PROVISIONS. This is an exhibit attached to and made a part of the AGREEMENT between the OWNER and the CONSULTANT for professional consulting services. SECTION I- PAY141ENTS TO THE CONSULTANT The OWNER agrees to compensate the CONSULTANT for services performed in accordance with one of the following methods as hereinafter set forth. It is further agreed that such compensation includes both direct and indirect costs chargeable to the PROJECT under generally accepted accounting principles. The method of payment and the amount of payment for specified services shall be detailed in each Work Authorization. The receipt of an approved Work Authorization will constitute the CONSULTANT'S Notice-to-Proceed. Unless otherwise approved in writing, the CONSULTANT is not to undertake any work prior to the receipt of an approved Work Authorization executed by the OWNER. Cost Plus Fixed Fee Under this method of payment, the CONSULTANT'S compensation will be equal to direct hourly cost times a factor to cover overhead plus direct non-salary expense and a fixed fee to cover profit. The cost may be more or less than estimated, but the fixed fee will neither increase nor decrease, unless there is a change in the scope, complexity, or duration of the work. In that event, the fixed fee would be subject to re-negotiation. Should the total cost be more than the estimated budget in an approved Work Authorization, a supplemental Work Authorization covering the additional costs of the particular task in question will be prepared by the CONSULTANT acrd submitted to the OWNER for review and approval. 2. Hourlv Fee Schedule and Subconsultants Under this method of payment, the CONSULTANT'S compensation will be based on actual hours worked, by discipline, times the then current fee schedule, plus direct non-salary expenses, including the direct costs of subconsultants plus a lump sum administrative fee. The hourly fee schedule will only be utilized for specific minor items of work performed as special services. Lump Sum For work that can be defined and delineated in advance, payment to the CONSULTANT will be made on the basis of a lump sum. The agreed lump sum shall represent full payment for all payroll, overhead, profit, and other direct non-salary expenses as hereinafter described. The Page F-1 March 8, 2000 4 lump sum will- not increase nor decrease unless there is a change in the scope, complexity, or duration of the work. In that event, the lump sum would be subject to re-negotiation, and CONSULTANT will prepare and submit a supplemental Work Authorization for OWNER approval. 4. General Payments to the CONSULTANT on account of the above fees are payable upon receipt and are past due thirty (30) days after the date of invoices. Amounts not paid within 30 days of invoice date are delinquent and OWNER agrees to pay a late payment fee in the amount of 1 per month or the maximum late payment fee permitted by applicable law (whichever is less) on any unpaid amount for each month, or fraction thereof, that such payment is delinquent. Invoices shall be submitted periodically for the amount of work carried out in that period. The OWNER shall not retain any amounts due from the CONSULTANT'S invoices, nor withhold said invoices pending FAA and/or other agency approval. 5. The following defmitions will apply to the payments for services. a. Salary Cost -For purposes of this AGREEMENT, direct salary cost is defined as the current actual cost of salaries of personnel for the time directly chargeable to the FROJECT. b. Overhead -For the purpose of this AGREEMENT, overhead shall be as described in Chapter 4 of FAA Advisory Circular 150/5100-14C as amended.- For billing under the cost plus fixed fee method of payment, overhead as defined herein shall be drect salary cost times the current overhead rate of the CONSULTANT when the Work Authorization is signed. c. Direct Non-salar~Expenses -These generally include items of expense duectly chazgeable to the PROJECT and substantiated by appropriate documentation. Typical items may include the cost of subconsultants, living and traveling expenses of employees, communications expense, postage, reproduction, computer time, identifiable supplies and other items that can be identified with the PROJECT. SECTION II -MISCELLANEOUS PROVISIONS A. Estimates: 1. Since the CONSULTANT has no control over the cost of labor and materials or over competitive bidding and market conditions, the estimates of construction cost provided for herein are to be made on the basis of his experience and qualifications, but the CONSULTANT does not guazantee the accuracy of such estimates as compared to the Contractor's bids or the PROJECT construction cost. B. Extra Work: Page F-2 March 8, 2000 1. It is mutually understood and agreed that the OWNER will compensate the CONSULTANT for services resulting from significant changes in general scope of the PROJECT or its design, but not necessarily limited to, changes in size, complexity, project schedules, character of construction, revisions to previously accepted studies, reports, design documents for contract documents and for prepu~ation of documents for separate bids, when such revisions are due to causes beyond the CONSULTANT's control and when requested and authorized by the OWNER. Compensation for such extra work when authorized by the OWNER shall be established in each Work Authorizafion. CONSULTANT shall promptly notify OWNER in writing of all extra work or cost variations on the PROJECT prior to undertaking said work. C. Reuse of Documents: 1. All documents including drawings and specifications prepared by the CONSULTANT pursuant to this AGREEMENT aze instruments of service with respect to the PROJECT. They aze not intended or represented to be suitable for reuse by OWNER yr others on extensions of the PROJECT or on any other PROJECT. Any reuse without written verification will be at OWNII2's sole risk and with no liability or legal exposure to CONSULTANT. Any such verification or adaptation will entitle CONSULTANT to further compensation at rates to be agreed upon by OWNER and CONSULTANT. Notwithstanding these provisions the OWNER shall be provided upon request a reproducible copy of any drawing produced under this AGREEMENT at the cost of reproduction, and will be permitted full use of such documents subject to the limitations set forth herein. D. Responsibility of the CONSULTANT: 1. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion, and the coordination of all designs, drawings, specifications, reports, and other services furnished by the CONSULTANT under this AGREEMENT. 2. Approval by the OWNER and other agencies of drawings, designs, specifications, reports, and incidental engineering work or materials furnished hereunder shall not in any way relieve the CONSULTANT of his responsibility for the technical adequacy of his work except as to matters involving peculiar conditions or uses of the property known to the OWNER or other agencies but not to the CONSULTANT. 3. The CONSULTANT shall not be responsible for any time delays in the PROJECT caused by the loss or destruction of any portion of the PROJECT including, but not limited to, fue, theft, smoke, storm, vandalism, sudden or accidental damage from irregularities in electrical current, or any other circumstance beyond the Page F-3 March 8, 2000 ' CONSU'LTANT's control. E. Responsibilit~of OWNER: As a part to this AGREEMENT, the OWNER shall: 1. Make available for the CONSULTANT'S use all record drawings, maps, information as to unusual conditions or practices affecting the CONSULTANT'S services, soil data, etc., that aze readily available to the OWNER. 2. Designate a person to act with authority on the OWNER'S behalf and respond in a timely manner to submissions by the CONSULTANT providing approvals and authorizations as appropriate so that work may continue at a normal pace. 3. Pay all costs associated with special services authorized by the OWNER and all costs associated with obtaining bids from Contractors, including but not limited to cost of printing, postage and public notice of advertisement. 4. Furnish such accounting, insurance and legal counseling services as OWNER may require for this PROJECT. Obtain advice of an attorney, insurance counselor or other consultants as OWNER deems appropriate for examination of the Contract Documents prepared by CONSULTANT. 5. Pay all costs incidental to compliance with requirements of these paragraphs 1 through 4. F. Termination: 1. This AGREEMENT may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this AGREEMENT through no fault of the terminating party provided that no such termination may be effected unless the other party is given: a. Not less than 10 calendar days written notice of intent to terminate; and, b. An opportunity for consultation with the terminating pazty prior to terminafion. 2. This AGREEMENT may be terminated in whole or in part in writing by either pazty without cause on sixty (60) days written notice. 3. Upon receipt of a ternnation notice, the CONSULTANT shall promptly discontinue all services affected (unless the notice directs otherwise) and deliver or otherwise make available to the OWNER all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as may Page F-4 March 8, 2000 ` ~ r have been accumulated'oy the CONSULTANT in performing this AGREIIVIENT, whether completed or in process. 4. If this AGREEMENT is terminated by either party, the CONSULTANT shall be paid for services rendered pursuant to this AGREEMENT. If termination of the AGREEMENT occurs at the conclusion of one phase and prior to authorization of the OWNER to begin the next phase, payment by the OWNER of the completed phase shall be considered full compensation due the CONSULTANT. G. Audit: Access to Records 1. The CONSULTANT shall maintain books, records, documents, and other evidence directly pertinent to the work under this AGREEMENT in accordance with generally accepted accounting principles and practices. The OWNER, the Federal Aviation Administration, the Comptroller General of the United States or any of their duly appointed representatives shall have access to any books, documents, papers, records, and other evidence for the purpose of examination, audit, excerpts, and transcriptions. 2. Records described above shall be maintained and made available during the performance under this AGREEMENT and for a period of three years after the OWNER makes fmal payment and all other pending matters aze closed. H. Headines 1. The headings of the Exhibits, Sections, Schedules, and Attachments as contained in this AGREEMENT are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Exhibits, Sections, Schedules, and Attachments. I. Assi ng ment 1. CONSULTANT acknowledges that its services are unique and personal and its rights under this AGREEMENT may not be assigned or its duties or obligations delegated without the express written consent of OWNER. SECTION III -MANDATORY FAA PROVISIONS (AC 150/5100-14C APPENDIX 1): Title VI Assurances During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest (hereinafter referred to as the "CONTRACTOR") agrees as follows: Page F-5 MarcU S, 2000 " ` ' 1. Compliance with Regulations: The CONTRACTOR shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which aze herein incorporated by reference and made a part of this contract. Nondiscrimination: The CONTRACTOR, with regazd to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin or sex in the selection and retention of subcontractors, including procurement of materials and of leases of equipment. The CONTRACTOR shall not participate either duectly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix "B" of the Regulations. Solicitations for Subcontracts. Including Procurements of Materials and Eouinment: In all solicitations either by competitive bidding or negotiation made by the CONTRACTOR for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the CONTRACTOR of the CONTRACTOR'S obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The CONTRACTOR shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the OWNER or the Federal Aviation Administration to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a CONTRACTOR is in the exclusive possession of another who fails or refuses to famish this information, CONTRACTOR shall so certify to the OWNER or the Federal Aviation Adnrinistration as appropriate and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the CONTRACTOR'S noncompliance with the nondiscrimination provisions of this contract, the OWNER shall impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding of payments to the CONTRACTOR under the contract until the CONTRACTOR complies, and/or Cancellation, termination., or suspension of the contract, in whole or in pazt. Page F-6 Mach 8, 2000 ~. . _~ ~ 6. Incomoration of Provisions: The CONTRACTOR shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The CONTRACTOR shall take such action with respect to any subcontract or procurement as the OWNER or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a CONTRACTOR becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the CONTRACTOR may request the OWNER to enter into such litigation to protect the interests of the OWNER and in addition, the CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. Disadvantaged Business Enterprise (DBE) Assurances 1. Policv: It is the policy of the DOT that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts fmanced in whole or in part with federal funds under this AGREEMENT. Consequently, the DBE requirements of 49 CFR Part 26 apply to this AGREEMENT. 2. DBE Obli ag tion: The CONTRACTOR agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this AGREEMENT. In this regard, CONTRACTOR shall take all necessary and reasonable steps in accordance with 49 CFR Pazt 26 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. CONTRACTOR shall not discriminate on the basis of race, color, national origin, or sex in the award and performance ofDOT-assisted contracts. Further, the CONTRACTOR agrees to comply with all provisions of the O WNER's DBE program as amended from time to time. Pxge F-7 Mtvch 8, 2000 h ~',-? ti E7~TT G SAMPLE WORK AUTHORIZATION FORM CITY OF SEBASTIAN (Florida) Work Authorization for Professional Services (Project Identification No.) (Work Authorization No.) It is agreed to undertake the following work in accordance with the provisions of our Prime Agreement for Professional Services dated Description of Assignment: Basis of Compensation/Period of Services: Agreed as to scope of services, time schedule, and budget: For the City of SeUastiau (Florida) For THE LPA GROUP INCORPORATED Date: Date: Attachment: Supporting Data for Budget Page G•1 March 8, 2000 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #9 Project Identification: Engineering and Bidding Services for Phase I of Runway 9-27 Reactivation IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entifled PROFESSIONAL SERVICES AGREEMENT dated, APRIL 28, 2000: Description of Assignment: SEE ATTACHED EXHIBIT "A" entitled Runway 9-27 Obstmc6on Clearing Proposal and "B" Description of Fees. Basis of Compensation/Period of Services: Basis of compensation will be on a lump sum basis in the amount of $26,097, as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than fourteen (14) consecutive calendar days henceforth. AGREED as to scope of services, time schedule, & budget this IG~.G day of ~~'Gr-~/ ,2002: CITY OF SEBASTIAN A F rida m ipal corporation i' By - errenc ore, City Manager THE LPA GROUP, INC. By; ~ '~ ~j.~z~~~~~- Mohsen Mohammadi, Principal Associate (Seal) Atte t: _ .~ Sally A. io; CMC, City Clerk Approved as to Form and Content for Reliance by the City of a stias Rich Stringer, rty Att t y Staff Approvals: Airport Manager Finance Director s eo budget only General Services Administrator _ THE LPA GROUP INCORPORATED EXH-zgZ-~` A 1 ~a Transportation Consultants 12000 RESEARCH PARKWAY, SUITE 152 ~ ORLANDO, FL 32826-3287 ~ 407-306-0200 ~ FAX 407-3060460 August 22, 2002 Mr. Jason Milewski Airport Manager City of Sebastian 1225 Main Street Sebastian, FL 32958 Subject: Sebastian Municipal Airport Runway 09-27 Obstruction Clearing Proposal Dear Mr. Milewski: Enclosed please find a fee proposal for engineering services for the proposed Runway 09-27 Obstruction Clearing (Phase 1 of the runway project) at the Airport. If the enclosed meets with your approval, please forward us a signed agreement and notice to proceed. Design Services Our understanding of the scope includes the following: ~ Provide plans, including the following: o Cover sheet o Safety plan and notes o Obstacle Removal Plans and Cart Path Relocation o Demolish J&S Aviation and dispose of off-site o Disassemble Velocity Aircraft and deliver to Owner at a location on the airport. o Relocate Golf Cart Path ~ Provide appropriate details for any removals ~ Provide 11" x 17" plans for inclusion in the project manual ~ Provide technical specifications (General Requirements and Technical Specifications) for the clearing items. ~ Provide cost estimate and bid schedule for inclusion in the contract documents. ~ Asbestos survey and laboratory analysis, and preparation of an ACM removal plan and specification, if necessary. (To be completed by subconsultant). Deliverables include the following: ~} 1 review copy to the Airport at 90% ~ 2 bound copies sent to the FAA at 90% review stage ~ 1 set of unbound reproducible documents at bidding stage ATLANTA ~ BATON ROUGE ~ CHARLESTON ~ CHARLOTTE ~ CHICAGO ~ COLUMBIA ~ GREENSBORO ~ GULFPORT ~ KNOXVILLE MOBILE ^ MYRTLE BEACH ~ ORLANDO ~ RALEIGH ~ RICHMOND ~ SARASOTA ~ TALLAHASSEE ~ TAMPA ~ WEST PALM BEACH Mr. Jason Milewski, Page 2 E~(~r~il°f A ~ of d Bidding Services Bidding Services include general coordination and the following: ~ Prepare for and attend the Pre-Bid Conference; ~ Issue addenda as necessary; ~ Assist the City in opening, tabulating, and evaluating bids; and LPA assumes the following for bidding services: ~ The City of Sebastian will distribute Bidding and Contract Documents to potential bidders; ~ The City of Sebastian will prepare the construction contract. Note that this scope does not include services for construction phase services, and does not include surveying, mapping, or geotechnical services. All existing information will be used to develop the plans. We anticipate this project to be completed quickly, by the end of August 2002. Please call me at 407-306-0200 with any questions or comments. I look forward to working with you on this firs phase of the Runway project at the Airport. Sincerely, THE LPA GROUP INCORPORATED «original signed and mailed» Mark C. Jansen, P.E. Project Manager cc: Mohsen Mohammadi, Ph.D., P.E. File (TA4120011.1d) Exhibit B SEBASTIAN MUNICIPAL AIRPORT RWY 09-27 PHASE I -REMOVE OBSTACLES MANHOUR ESTIMATE Desian Services Project Senior Technical ItemlTask Description Manager Engineer Designer Technician Assistant Coordination with Ciq 8 Prelim Plans Preparatior 4 14 6 Final Plans Preparatior 4 12 Coordination with FAP 2 2 Coordination with Subconsultant: 6 6 4 Details 2 8 16 Site Visits 6 Specifications 4 4 Preliminary Construction Cost Estimate 2 6 Quality Contro 2 Total: 10 44 34 22 10 THE LPA GROUP INCORPORATED 8!22/2002 Page B-1 Exhibit B SEBASTIAN MUNICIPAL AIRPORT RWY 09-27 PHASE I -REMOVE OBSTACLES MANHOUR ESTIMATE BIDDING SERVICES Project Senior Technical ItemlTask Description Manager Engineer Designer Technician Assistant Coordination with City Pre-Bid Meeting Issue Addende Bid Opening Review Bids & Recommend Total: 32 16 THE LPA GROUP INCORPORATED 8/22!2002 Page B-1