Loading...
HomeMy WebLinkAboutRES 14-205RESOLUTION NO. 14-205 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute a Professional Services Agreement with H. W. Lochner, Inc., of Kansas City, Missouri, in the amount of $244,200 for the design of improvements at the Beaumont Municipal Airport. The Agreement is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 23rd day of September, 2014. ayor Be y Ames - $� s �s ENGINEERING SERVICES CONTRACT STATE OF TEXAS COUNTY OF JEFFERSON CITY OF BEAUMONT CONTRACT FOR CITY OF BEAUMONT Design of 12,000 SF Hangar with 2,500 SF Office, 8-Unit T- Hangar; removal of 2 existing T- Hangars, And Relocate Parallel Taxiway for BEAUMONT MUNICIPAL AIRPORT SECTION 1 This Agreement made and entered into in Beaumont, Jefferson County, Texas between the City of Beaumont, a Municipal Corporation in the State of Texas, hereinafter termed "City ", and H.W. Lochner, Inc., duly licensed, and practicing under the laws of the State of Texas, hereinafter termed "Engineer ", said Agreement being executed by the City pursuant to the City Charter and Ordinances and Resolutions of the City Council, and by said Engineer for Engineering Services hereinafter set forth in connection with the above designated Project for the City of Beaumont. The City is awarding this contract in accordance with the State of Texas Government Code 2254, Professional and Consulting Services. General A. Detailed Project Description The Engineer shall start the design Phase of a 12,000 SF Hangar with 2,500 SF Office,8 -Unit T- Hangar; removal of 2 existing T- Hangars, and Relocate Parallel Taxiway for the Beaumont Municipal Airport as further defined in Attachment "A ". B. The Engineer shall not commence work on this proposed Project until he has been notified in writing to proceed. 00161vt SDA The Engineer, in consideration for the compensation herein provided, shall render all professional services necessary for the development of the Project to completion, as prov:.dcd in this Agreement. 11. Basic Services The Engineer shall perform the following basic services under this Contract as described in Attachment "A ", Project Description and Scope of Work. A. The Engineer shall: Meet with City officials to determine the City's requirements for the Project. 2. Verify field survey, field investigation and measurements provided by the City_ 3. Develop and prepare detailed plans, specifications, and contract documents for the construction of said Project. Furnish a cost estimate based on the plans and supporting contract documents for the proposed construction. 4. Assist the City during the construction phase of the project. 5. Furnish the City with three (3) copies of final plans and supporting documents and one (1) set of reproducible originals. 6. Furnish any additional information as may be listed in the Project description (Attachment A). 7. Meet with City staff to discuss any proposed adjustments. III. Additional Services All work that will be performed by the Engineer at the request of the City that is described in this paragraph and not included in the paragraphs above shall constitute Additional Services. Additional Services shall include, but are not limited to the following: A. Services required by the City in any litigation or other controversy as an expert witness, including actual testimony time, stand -by waiting time, preparation of engineering data and reports or depositions and consulting with the City or its attorney. B. Preparation of any special reports, applications for permits or grants and appearances before any regulatory agencies or public hearings not included in Section II.A.6. 2 '411811t .Spw C. Any revisions of previously approved work. D. Any travel and subsistence to points other than Engineer's or City's Offices and Project site. E. Preparation of exhibits. F. Additional services due to significant changes in scope of the Project or its design including but not limited to changes in size, complexity, or character of construction as agreed to by both parties. G. Services required and approved by the City during the construction phase of the proj e a. 1-1. Providing services after issuance of Letter of Acceptance from the City. IV. Coordination A. The Engineer shall hold monthly conferences with the Director of Public Works or his representatives to the end that the Project as developed shall have the full benefit of the City's experience and knowledge of existing needs and facilities, and be consistent with its current policies and standards. To assist the Engineer in this coordination, the City shall make available for the Engineer's use in planning and designing the Project all existing plans, maps, field notes, statistics, computations, and other data in its possession relative to existing facilities and to this particular Project, at no cost to the Engineer. However, any and all such information shall remain the property of the City and shall be returned if instructed to do so by the Director of Public Works. B. The Director of Public Works will act on behalf of the City with respect to the work to be performed under this Agreement. He shall have complete authority to transmit instructions, receive information, interpret and define the City's policies and decisions with respect to materials, equipment, elements and systems pertinent to Engineer's services. C. The City will give prompt written notice to the Engineer whenever the City observes or otherwise becomes aware of any defect in the Engineer's services or any development that affects the scope or timing of Engineer's services. D. The City shall furnish approvals and permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be determined to be necessary by the City for the completion of the Project. The Engineer will provide the City reasonable assistance in connection with such approvals and permits such as furnishing of data compiled by the Engineer pursuant to other provisions of the contract, but shall not be obligated to develop additional data, prepare extensive reports or appear at hearings or the like unless compensated therefore under other provisions on this contract. 3 411151M, SD,A E. The Engineer shall promptly report, in writing, to the City any development that would affect the scope or timing of the Project. V. Fee Schedule A. General For and in consideration of the services to be rendered by the Engineer in this Agreement, the City shall pay and the Engineer shall receive the compensation hereinafter set forth for the Engineer's services described in Sections 11, III, and IV. B. Engineering Services The basis of compensation for Engineering Services shall be based on the rates as noted in Attachment "A ". The basic fee shall not exceed $244,200 for Project .A, and Project B. C. Compensation for Additional Services that are authorized by the City shall be determined when needed. VI. City Payments A. Payments shall be made to the Engineer based on the several phases as described above and in accordance with the following: Ninety -Eve percent (95 %) of the amount due the Engineer for work performed in each phase shall be payable on a monthly basis. 2. The remaining five percent (5 %) shalI be paid at the completion of each phase. B. Payment shall be made within thirty (30) days after- submittal of the request for payment for work performed. Payment shall be considered past due forty-five (45) days after submittal. C. The City reserves the right to make an audit of charges claimed for this contract for services. VII. Revisions to Drawings and Specifications The Engineer shall make, without additional expense to the City over and above the basic fee, such revisions to the Final Phase as may be required to meet the needs of the City. After approval of the Final Phase by the City, any revisions, additions, or other modifications made at the City's request that involves extra services and expenses to the Engineer shall be sub}ect to additional compensation to the Engineer for such extra services and expenses. 4 911511t SDA VIII. Ownership of Documents All documents including the original drawings, estimates, specifications, field notes and data, will remain the property of the Engineer as instruments of service. However, it is to be understood that the City shall have free access to all such information with the right to make and retain copies of drawings and all other documents including field notes and data. Any reuse without specific written verification or adaptation by Engineer will be at City's sole risk and without liability or legal exposure to Engineer. IX. Termination Either party to this Agreement may terminate the Agreement by giving the other thirty (30) days notice in writing and in accordance with the following procedure: A. Upon delivery of such notice by either party to the party, and upon expiration of the thirty day period, the Engineer shall discontinue all services in connection with the performance this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such others or contracts are chargeable to this Agreement. As soon as practicable after receipt of notice of termination, the Engineer shall submit a statement, showing in detail the services performed under this Agreement to the date of termination. The Owner shall then pay the Engineer promptly that proportion of the prescribed charges which the service actually performed under this Agreement that is applicable and useable of this Project, less such payments on account of the charges as have been previously made. Copies of specifications prepared under this Agreement shall be delivered to the City when and if this Agreement is terminated, but subject to the restrictions, as to their use, as set forth in Section VIII, B. Failure by the Engineer to comply with the submittal of the statement, and documents as required above shall constitute a waiver by the Engineer of any and all rights or claims to collect any monies that the Engineer may rightfully be entitled to for services performed under this Agreement. X. Engineer's Warranty The Engineer warrants that he has not employed or retained any company or person other than a bona fide employee working solely for the Engineer to solicit or secure this Contract, and that he has not for the purpose of soliciting or securing this Contract paid or agreed to pay any company or person, other than a bona fide employee working solely for the Engineer, airy fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. XI. Equal Employment Opportunity The Engineer agrees to follow the City's Minority Business Enterprise Policy. C11islit �Spq XII. Assignment or Transfer of Interest The Engineer shall not assign or transfer its interest in the Contract without the written consent of the City. XIIL INDEMNIFICATION /LIABILITY THE ENGINEER SHALL SAVE HARMLESS THE CITY FROM ALL CLAIMS AND LIABILITY DUE TO ACTIVITIES OF HIMSELF, HIS AGENTS, OR EMPLOYEES, PERFORMED UNDER THIS CONTRACT AND WHICH RESULT FROM AN ERROR, OMISSION, OR NEGLIGENT ACT OF THE ENGINEER OR OF ANY PERSON EMPLOYED BY THE ENGINEER. THE ENGINEER SHALL ALSO SAVE HARMLESS THE CITY FROM ANY AND ALL EXPENSES, INCLUDING ATTORNEY FEES WHICH MIGHT BE INCURRED BY THE CITY IN LITIGATION OR OTHERWISE RESISTING SAID CLAIM OR LIABILITIES WHICH MIGHT BE IMPOSED ON THE CITY AS RESULT OF SUCH ACTIVITIES BY THE ENGINEER, HIS AGENTS, OR EMPLOYEES. The Engineer shall, within one week after signing the contract and before any work shall start, furnish the City with certificates of insurance naming the City as additional insured satisfactory to the City indicating the existence of Statutory Workmen's Compensation Insurance, and comprehensive General Liability Insurance and Professional Liability. Such insurance shall be at the Engineer's expense. The limits shall be as follows: Comprehensive General Liability and Auto Liability Insurance shall not be less than $1,000,000.00 per incident/$ 1,000,000.00 per occurrence. These certificates shall contain a provision that the City shall be notified thirty (30) days before cancellation of the insurance. The Engineer shall maintain such insurance in force during the life of the contract and no modification or change of insurance carriage and provision shall be made without thirty (30) days written advance notice to the City. XIV. Estimates of Cost Since the Engineer has no control over the cost of labor, materials or equipment or over the contractor's methods of determining prices, or over competitive bidding or market conditions, his opinions of probable Project Cost or Construction Cost provided for herein are to be made on the basis of this experience and qualifications and represent his best judgment as a design professional familiar with the construction industry but the Engineer cannot and does not guarantee that proposals, bids or the construction cost will not vary from opinions of probable cost prepared by him. G 9psitt .SDA XV. Interest in City Contracts Prohibited No officer or employee of the City shall have a financial interest, direct or indirect, in any Contract with the City, or shall be financially interested, directly or indirectly, in the sale to the City of any land, materials, supplies or service, except on behalf of the City as an officer or employee. XVI. Federal Requirements A. Agency Concurrence. Signature of a duly authorized representative of Agency in the space provided on the signature page hereof does not constitute a commitment to provide financial assistance or payments hereunder but does signify that this Agreement conforms to .Agency's applicable requirements. B. Audit and Access to Records. For all negotiated contracts and negotiated modifications (except those of $10,000 or less), Owner, Agency, the Comptroller General, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the Engineer which are pertinent to the Agreement, for the purpose of making audits, examinations, excerpts, and transcriptions. Engineer shall maintain all required records for three years after final payment is made and all other pending matters are closed. C. Restrictions on Lobbying. Engineer and each Consultant shall comply with Restrictions on Lobbying (Public Law 101 -121, Section 319) as supplemented by applicable Agency regulations. This Law applies to the recipients of contracts and subcontracts that exceed $100,000 at any tier under a Federal loan that exceeds $150,000 or a Federal grant that exceeds $100,000. If applicable, Engineer must complete a certification form on lobbying activities related to a specific Federal loan or grant that is a funding source for the Agreement. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 USC 1352. Each tier shall disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Certification and disclosures are forwarded from tier to tier up to the Owner. Necessary certification and disclosure forms shall be provided by Owner. D. Suspension and Debarment. Engineer certifies, by signing this Agreement, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency. Engineer will not contract with any Consultant for this project if it or its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Necessary certification forms shall be provided by the Ovumer. 7 C111511t SbA XVII. Entire Agreement This Agreement, together with Attachment "A ", shall represent the entire Agreement between the City and H.W. Lochner, Inc. and supersedes all prior negotiation, representations, or Agreements, either orally, or by written instrument signed by both the City and H.W. Lochner, Inc. SECTION 2 IN WITNESS WHEREOF, the City of Beaumont has lawfully caused these presents to be executed by the hand of the City Manager of said City, and the Corporate Seal of said City to be hereunto affixed and this instrument to be attested by the City Clerk, and hereunto authorized Steve Harris, P.E., does now sign, execute and deliver this document. Done at Beaumont, Texas, on this ATTEST: By"2 Kirk D ans. PE ATTEST: li Tina Broussard City Clerk 8 day of , A.D. 2014. H.W. Lochner, Inc. By .—. resident, Aviation Services Steven D. Harris, PE CITY OF BEAUMONT I'M Kyle Hayes City Manager 911511t SDA ATTACHMENT "A" ATTACHMENT A SCOPE OF WORK Beaumont Municipal Airport The Consultant shall not proceed with the services herein until a written Notice to Proceed is received from the Sponsor unless otherwise requested by the Sponsor (City of Beaumont). The following is a detailed description of the specific services that are included in the proposed Scope of Services. The Consultant, in consideration of the payment on the pact of the Sponsor, agrees to provide engineering and architectural services on the following project: Project A: Corhstruct a 12,000 SF hangar with 2500 SF offhce; 8 -Unit T- Hangar; and remove 2 writs of existing Hangar "A': Project B: Relocate lire Parallel Taxiwah The Consultant, ir, consideration of the payment on the part of the Sponsor, agrees to perform the engineering and architectural services enumerated as follows: The Consultant will produce an architect /engineer's design report, produce construction plans, contract documents /technical specifications, tabulation of construction quantities, and engineer's opinion of probable construction costs and project budget for the Project. The Consultant will assist the Sponsor with administrative services, bidding services and coordination with TxDOT. The services required for construction bids and award of the construction contract, construction administration, construction observation, and materials acceptance testing may be added to this Agreement by Supplement upon completion of the Desigr Phase services. All services will be performed in accordance with good architectural and engineering practice and applicable published design criteria of the FAA, primarily FAA Advisory Circular 150/5300 -13A "Aitporl Design," with Change I dated 02/26/2014 and Advisory Circular 150/5370 -1 OF "Standards.jor Specifying Construction ofAirporls ", and all applicable building codes and standards. The following is a detailed description of the specific services that are a duty of this Agreement. A. BASIC SERVICES I . Preliminary Phase a. Coordination with the Sponsor regarding project scope, schedule, and budget. b. Provide required exhibits to the Sponsor to depict project details. Update Airport Capital Improvement Plan Project Costs. d. Prepare survey services Scope of Services to be completed by others. Box Hangar and T- Hangar Parallel Taxiway Relocation Beaumont Municipal Airport 13eautnont. "Texas 1'age i °I JlS11t '50A c. Prepare geotechnical services Scope of Services to be completed by others. 2. Design Phase - Preliminary Engineering Report a. Prepare Preliminary Engineering Report (PER): A Preliminary Engineering Report which includes a narrative regarding the proposed project, soils investigation and laboratory test results and foundation design along with recommended alternatives, pavement design alternatives and life cycle cost analysis, construction phasing, engineer's opinion of probable construction cost and project budget. The Preliminary Engineering Report will be prepared as a part of the design and will include the architects /engineer's opinion of probable construction cost and Project budget, which will be submitted to Sponsor (two [2] copies) iFor review and comment. b. Finalize Preliminary Engineering Report with consideration of preliminary (90 %) review cornments and submit two (2) copies of the Final Engineering Report to the Sponsor for final approval and authorization to advertise. Final report will be submitted with final Construction Plans and Contract Documents /Technical Specifications. 3. Design Phase _. Plans and Specifications a. Prepare Construction Plans and Contract DOCtlments/Technical Specifications for the Project. 1) Prepare Construction Plans for the Project. The Construction Plans will generally include the following: Project A: Construct a 12,000 SF hangar with 2500 SF office; 8 -Unit T- Hangar; and reniove 2 units of existing Hangar "A ". • Title Sheet General Airport Layout Plan • Construction Safety and Phasing Plan • General Notes and Summary of Quantities • Pavement Demolition Plans • Electrical Demolition Plans • Typical Sections • Site Plan with Apron Tie -In • Access Paving Details — Taxiway and Apron • Utility Relocations • Lighting and Electrical Details • Drainage Details Box Hangar and T- Hangar Parallel Taxiway Relocation Beaumont Municipal Airpor7 Beaumont, Texas Page 2 g11511t sDq • Erosion Control Details • Fire Suppression Details • TAC Compliance Drawing • Foundation Plan & Details • Structural Details • Drainage and Erosion Control Details • Miscellaneous Details Prc jest B: Relocate the Parallel Taxiwa {V. • Title Sheet • General Airport Layout Plan • Construction Safety and Phasing Plan • General Notes and Summary of Quantities • Pavement Demolition Plans • Electrical Demolition Plans • Typical Sections • Parallel Taxiway A Plan and Profiles • Connecting Taxiways Plan and Profiles • Apron and Taxilane Tie -ins Plans • Site Plan • Spot Elevations • Grading Plans and Erosion Control • Drainage Plans • Drainage and Erosion Control Details • PCCP Joint Plan and Details • Access Paving Details — Taxiway and Apron • Utility Relocations Taxiway Lighting Plan Taxiway Sign Plan and Details Lighting and Electrical Details Electrical Vault Plan and Details • Fire Suppression Details • TAC Compliance Drawing Foundation Plan & Details Box Hangar and T- liatgar Parallel Taxiway Relocation Beaumont Municipal Airport Beaumont, "I'exas Page 3 911511t SDA • Structural Details • Pavement Marking Plan and Details • Miscellaneous Details • Cross Sections - Taxiway • Prepare SWPPP and Assist in Preparation of NOI 2) Prepare Contract Documents /Technical Specifications that are in accordance with FAA criteria and satisfy project specific needs. The specifications shall be developed using all applicable building codes and fire codes. 3) Calculate plan quantities and prepare preliminary engineers' opinion of probable construction cost and Project budget. 4) Submit preliminary (90% completion) Construction Plans, Contract Documents /Technical Specifications, engineer's opinion of probable construction cost, and Project budget to the Sponsor (two [2] copies) and FAA (one [1] copy) for review and comment. 5) Attend and conduct Design Review Meeting and conduct a field check at the Beaumont Municipal Airport at the 90% preliminary submittal level. 6) Finalize Final Engineering Report, Construction Plans and Contract Docurnents/Technical Specifications with consideration of preliminary (90% completion) review comments, 7) Submit Final Engineering Report, Construction Plans, Contract Documents/ Technical Specifications, engineer's opinion of probable construction cost and project budget: to the Sponsor (two [2] copies) for final approval and authorization to advertise. 4. Bidding Phase a. Assist the Sponsor with advertisement for bids. The Consultant shall prepare the advertisement and send the "Notice to Bidders" to prospective Contractors. (The Sponsor shall place the advertisement in the appropriate media.) b. Print and distribute Construction Plans and Contract Documents/Technical Specifications to plan holding houses and prospective Bidders. c. Answer questions, clarify points, prepare and issue addenda as necessary pertaining to the Construction Plans and Contract Documents /Technical Specifications during the Bidding Services phase. d. Attend one (1) bid opening. Box Hangar and T- Hangar Parallel Taxiway Relocation Beaumont Municipal Airport Beaumont, Texas Page 4 911511t SAA e. Tabulate and analyze bid results, prepare project budget, review Contractor's qualifications provided by the Contractor, and make recommendation of contract award. B. SPECIAL SERVICES 1. Design Survey (by others) 2. Geotechnical Investigation (by others) TIME SCHEDULE The Consultant agrees to proceed with the services immediately upon receipt of a written Notice to Proceed (NTP) by the Sponsor and to employ such personnel as required to complete the Scope of Services in accordance with the following time schedule: A. BASIC SERVICES Project A: Construct a 12,000 SF hangar with 2500 SF office; 8 -01it T- Hangar; acrd ren:ow 2 units of existing Hangar "A". 1. Preliminary Phase .............................. .........................Begins with written Notice to Proceed. 2. Design Phase— Architectural & Engineering Design Report a. Submit Preliminary Engineering Report ......... .............................45 Calendar Days After Written Notice to Proceed b. Submit Final Engineering Report .................... .............................15 Calendar Days After Receipt of Review Comments for Item A.3.a..4) 3. Design Phase — Plans and Specifications a.3.4) Submit Preliminary Plans and Specifications .........................60 Calendar Days After Receipt of Review Comments for Item A.2.a. a.3.7) Submit Final Plans and Specifications ....... .............................30 Calendar Days After Receipt of Review Comments for Item A.3.a.4) 4. Bidding Phase ............................. ............................... ............. ......................... . . ..As Required Project B: Relocate the Parallel Taxiway Preliminary Phase .............................. .........................Begins with written Notice to Proceed 2. Design Phase —Engineering Design Report a. Submit Preliminary Engineering Report ......... .............................60 Calendar Days After Written Notice to Proceed b. Submit Final Engineering Report .................... .............................15 Calendar Days After Receipt of Review Comments for Item A.3.a.4) 3. Design Pliase — Plans and Specifications Box Hangar and T -Hangar Parallel Taxiway Relocation Beaumont Municipal Airport Beaumont. Texas Page 5 9115111 - SD> a.3.4) Submit Preliminary Plans and Specifications ..........................60 Calendar Days After Receipt of Review Comments for Item A.2.a. a.3.7) Submit Final Plans and Specifications ....... .............................30 Calendar Days After Receipt of Review Comments for Item A.3.a.4) 4. Bidding Phase ......................................................................... .............................As Required B. SPECIAL SERVICES 1. Design Surveying ...................................................................... ............................... By Others 2. Geotechnical Investigation ...................................................... ............................... By Others C. CONSTRUCTION SERVICES 1. Construction Services .... ............................... ............................May be Added by Supplement The schedule presented above does not include review time by the Sponsor, TXDOT, FAA, or other interested agencies. COMPENSATION The Sponsor agrees to compensate the Consultant for performing engineering services as described herein on the following basis: Project A: Construct a 12,000 SF hangar with 2500 SF office; S -Unit T- Hangar; and remove 2 units of existing Hangar 'W" A. BASIC SERVICES 1. Preliminary Phase ................................................ ..............................$ 10,600.00 Lump Sum 2. Design Phase — Preliminary Engineering Report . ..............................$ 13,500.00 Lump Sum 3. Design Phase — Plans and Specifications ............. ..............................$ 50,100.00 Lump Sum 4. Bidding Phase ....................................................... ..............................$ 5,200.00 Lump Sum Subtotal Basic Services $79,400.00 Lump Sum B. SPECIAL SERVICESIBY OTHERS 1. Design Surveying .................................................................... ............................... (By others) 2. Geotechnical Investigation .................................................... ............................... (By others) 3. TDLR Texas Accessibility Standards (TAS) Review ............ ............................... (By others) Subtotal Special Services (Bv others) Total Project .4 Basic and Special Services $79,400.00 Lump Sum Boa Hangar and T- Hangar Parallel Taxiway Relocation Beaumont Municipal Airport Beaumont. Texas Page 6 911511t SDH Project B: Relocate the Parallel Taxiway A. BASIC SERVICES 1. Preliminary Phase ... ............................... ............. ........ ......................$ 22,600.00 Lump Sum 2. Design Phase — Preliminary Engineering Report... ..... ...................... $ 48,200.00 Lump Sum 3. Design Phase — Plans and Specifications ............ ............................... $ 86.600.00 Lump Sum 4. Bidding, Phase . ............................... .......................................... ............. 6,200.00 Lump Sum Subtotal Basic Services $164,800.00 Lump Sum B. SPECIAL SERVICES (BY OTHERS) 1. Design Surveying .................................................................... ...... ......................... (By others) 2. Gcotechnicai Investigation .................................................... ............................... (By others) Subtotal Special Services (Bv others Total Project B Basic and Special Services $164,800.00 Lump Sun: TOTAL BASIC SERVICES PROJECTS A & B $244,200.00 Lump Sum 5. CONSTRUCTION SERVICES 1. Construction Services ............ ............................... May be Added by Supplemental Agreement The Consultant shall not proceed with the services described herein until written authorization in the form of a Notice to Proceed is received from the Sponsor. For Item A. Basic Services, partial payment shall be made to the Consultant for those portions of the services completed. The Consultant shall submit to the Sponsor a monthly statement showing an estimate of completion, and the portion of compensation requested for each element and phase of the services. The request i:or partial payments will not be in excess of the value of the services completed at the time the statement is rendered. For Item B. Special Services, Payment for Surveying and Geotechnical shall be made by others. For Item C. Construction Services, the method of payment may be added to this Agreement by Supplement upon completion of Item A.3. Design Services phase. Progress payments shall be made to the Consultant within thirty (30) calendar days of receipt of proper billing statemen". Box Hangar and T- Hangar Parallel Taxiway Relocation Beaumont Municipal Airport Beaumont, Texas Page 7 911511t sbq BEAUMONT MUNICIPAL AIRPORT BEAUMONT, TEXAS LOCHNER PROJECT NO. X00009315 PROJECT A: CONSTRUCT 12,000 SF BOX HANGAR & 2,500 SF OFFICE; 8-UNIT T- HANGAR; REMOVE 2 UNITS OF EXISTING HANGAR "A" ENGINEER`S OPINION OF PROBABLE CONSTRUCTION COST September 15, 2014 C. lUsem% uttonLAppDatalLooalWkmsoRlWtndomkTemporary lntems( Files% Content,OuWok1072tiGGUSgEsbmale Payitems (Beaumont) (3).ASIESTIMATE Contingency (10 %) $ 122,200.00 TOTAL BID $ 1,344,200.00 PROJECT A: CONSTRUCT 12,000 SF BOX HANGAR & 2,500 SF OFFICE; 8 -UNIT T-HANGAR; REMOVE 2 UNITS OF EXISTINl3 HANGAR W ITEM SPEC. UNIT NO. NO. ITEM DESCRIPTION QUANTITY UNIT COST TOTAL 1 HNGR Construct Box Hangar (12,000 S.F.) 1 L.S. $ 567,000.00 $ 567,000.00 2 HNGR Construct Office Build -Out (2,500 S.F.) 1 L.S. $ 125,000.00 $ 125,000.00 3 HNGR Construct 8 -Unit T- Hangar 1 L.S. $ 432,000.00 $ 432,000.00 4 HNGR Remove 2 Units of Existing T- Hangar 1 L.S. $ 68,000.00 $ 68,000.00 5 HNGR Utility Extensions (Allowance) 1 L.S. $ 30,000.00 $ SUBTOTAL_ $ 1,222,000.00 Contingency (10 %) $ 122,200.00 TOTAL BID $ 1,344,200.00 BE.AUMONfT MUNICIPAL.. AIRPORT BEAUMONT, TEXAS September 15, 2014 PRELIMINARY PROJECT COSTS TOTAL COST PROJECT A: CONSTRUCT 12,000 SF BOX HANGAR & 2,500 SF OFFICE; S -UNIT T- HANGAR; REMOVE 2 UNITS OF EXISTING HANGAR "A" Engineering Design Services - Civil, Structural, Electrical (Est.) Special Services Survey (Est.)* Geotechnical (Est.)* TDLR Texas Accessibility Standards (TAS) Review (2) Construction Total Bid (Est.) $ 79,400.00 Subtotal $ 79,400.00 $ 4,800.00 $ 7,400.00 $ 2,400.00 Subtotal $ 14,600.00 $ 1,344,200.00 Subtotal $ 1,344,200.00 * Contracted bythe City _ TOTAL PROJECT A COSTS (EST.) $ 1,439,200 PROJECT B: RELOCATE PARALLEL TAXIWAY En sneering Preliminary phase Design Phase - Preliminary Engineering Report Design Phase - Plans and Specifications Bidding Phase Special Services Design Survey (By Others)(Est.)* Geotechnical Investigation (By Others) (Est.)* Construction Total Bid (Est.) $ 22,600.00 $ 48,200.00 $ 86,600.00 $ 7,400.00 Subtotal $ 164,800.00 $ 11,800.00 $ 21,500.00 Subtotal $ 33,300.00 $ 3,199,769.10 Subtotal S 3,199,769.10 * Contracted by the City TOTAL PROJECT B COSTS (EST.} $ 3,397,869 TOTAL PROJECT A& B COSTS (EST.) $ 4,836,069 C: Weersle) umnV. GVDOtol6vicelUSfuosottlWriCOxs4T�rporayinterrotFOe kOortMnt. OuUwk% 072HG6US5MsbmateP *)11zms(0eaumW)(3�x193SUD3ET BEAUMONT MUNICIPAL AIRPORT BEAUMONT, TEXAS LOCHNER PROJECT NO. X00008315 PROJECT B: RELOCATE PARALLEL TAXIWAY ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST September 15, 2014 G: IUawaliJ, nbM4ppCo( a�loealU ,liaocotAP✓Indovrolran�mry IMOmat F, fwl ,oaten40�tbok17:1HG8t++�1EsEmab PayRVmc (OOxomonl) PROJECT B; B. RELOCATE PARALLEL TAXIWAY 17EM NO. SPEC. NO, ITEM DESCRIPTION QUANTITY UNIT U fr COST TOTAL 1 MOB Mobilization t L.S, $ 200,000.00 S 200,000.00 2 TEMP Temporary Marking, LUhVng, & Barricades 1 L.S. $ 10,000,00 S 10,000.00 3 P -101 Remove Existing Concrete Pavement 1,572 S.Y. $ 5,00 S 7,860.00 4 P -101 Remove Ex €sting Asphalt Pavement 21,928 S.Y. $ 2.00 S 43,852.00 5 P -101 Saw Cut 1,145 L.F. $ 1.50 S 1,717.50 6 P -101 Remove Existing Taxiway Lighting System 1 L.S. $ 5,000.00 $ 51000.00 7 P -101 Remove Existing Airport Signs 1 L.S. $ 2,000.00 5 2,000.00 8 P -101 Remove Existing Drainage! Structures 1 L.S. $ 4,000,00 $ 4,000.00 9 P -152 Class A Excavation 10,000 C.Y. $ 7.00 $ 70,000,00 10 P -155 Lime 613 TON $ 160.00 $ 130,080.00 11 P -155 Lime Stabilized Subgrade (9` j 31,268 S.Y. $ 5.00 $ 156,340.00 12 P -156 Erosion Control Barrier - Straw Wattles 200 L.F. $ 8.00 $ 11600.00 13 P -209 Crushed Aggregate Base Course (4 ") 31,268 S.Y. $ 8,00 $ 167,608.00 14 P -501 6" P.C.C. Paysment 29,952 S.Y. S 50.00 $ 1,497,800.00 15 P-620 Yellow Re11ecWHzed Pavement Marking 6,392 S.F. $ 2.50 $ 15,980.00 16 P-620 Black Non- Raflectorizsd Pavement Marking 11,903 S,F. $ 1.50 $ 17,854.50 17 P-620 Yellow Temporary Non- Reflectorized Pavement Marking 5,594 S.F, $ 1.00 $ 5,594.00 18 P-620 Thermoplastic Pavement Marking 670 S,F, $ 35.00 $ 30,450.00 19 P-620 Temporary Displaced Threshold 1 L.S. $ 25,000,00 $ 25,000.00 20 D -705 38` RCP 120 L.F, $ 140.00 $ 16,800 -00 21 0-705 35' Safety End Treatment f EA. $ 4,500.00 $ 4,W0= 22 D -705 48" RCP 400 L.F. $ 200.00 $ 80,000.00 23 D -705 48" Safety End Treatment 8 EA. $ 5,000.00 $ 40,000.00 24 D -705 Concrete Flume 860 S.Y. $ 80.00 $ 68,800.00 25 T -901 Seeding 6.3 ACRE $ 2,000.00 $ 112,800.00 26 T -908 Mulching 6.3 ACRE $ 11,500,00 $ 9,450.00 27 L -108 Underground Cable (1 /c, #8 AWG, 5kV XLP /USE) 12,030 L.F. $ 1.00 $ 12,030.00 28 L -108 Bare Copper Counterpoise in Separate Trench 8,760 L.F. $ 3.00 $ 26,280.00 29 L -109 Install 10.0 kW Constant Current Regulator and Controls 1 EA. $ 12,500.00 $ 12,500.00 30 L -110 1" PVC Conduit and Trench 10,150 L.F. $ 2.50 $ 25,375.00 31 L -110 2 -2" PVC Concrete Encased Electrical Dud 590 L.F. $ 14.00 $ 8,260,00 32 L -125 M.i.T.L. Base Mounted (LEl XBlue Lens) 161 EA. $ 750.00 $ 120,750.00 33 L -125 New 1 Module (LED) Lighted Sign 6 EA. $ 3,000,00 $ 18,000.00 34 L -125 New 2 Module (LED) Lighted Sign 4 EA $ 3,500.00 $ 14,000.00 35 L -125 New 3 Module (LED) Lighted Sign 6 EA. $ 4,500.00 $ 27010.00 SUBTOTAL $ 2,908,881.00 Contingency (10%) _j 290,888$-10 TOTAL. BID $ 3,199,769.10 BEAUMONT MUNICIPAL AIRPORT (BMT) LOCHNER City of Beaumont, Texas M tart iN M 61,0011 Sur* UOU I Kanwc Coy. rAwwn 454131 -M51 BW.Yaf.BPYb hNloctlnb.- Exhibit 4F Terminal Area Development Alternative 3 source: uoogie tans, inc. aenai Legend A-46. Jefferson County Existing Properly Line N rips Code 245 Ultimate Paved Surfaces LO NOT TO SCALE Texas Abstract NumtH r r 2