HomeMy Public PortalAboutORD15790 BILL NO. 2018-002
SPONSORED BY Councilman Mihalevich
ORDINANCE NO.
AN ORDINANCE AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN
AGREEMENT WITH JVIATION, INC. FOR SERVICES ASSOCIATED WITH THE
MASTER PLAN/AIRPORT LAYOUT PLAN UPDATE FOR THE JEFFERSON CITY
MEMORIAL AIRPORT.
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS
FOLLOWS:
Section 1 . The Mayor and Clerk are hereby authorized to execute a
supplemental agreement with Jviation, Inc. for services associated with the Master
Plan/Airport Layout Plan updated for the Jefferson City Memorial Airport.
Section 2. This agreement shall be substantially the same in form and content
as Exhibit A attached hereto.
Section 3. This Ordinance shall be in full force and effect from and after the date
of its passage and approval.
Passed: `--Ma 7 i e Approved: r r l Z,v7 q( 201y-
CAAAA_RN —rekv\ .
Presiding Officer Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM:
frerk City nselor
ITO 157` 1
JVIATION® Ma931 in Wildwood573.636.3200 Drive,SuiteFax573.101,636.Jefferson3201 City,MO 65109
JVIATION.COM
TRANSMITTAL LETTER
A 1"1'BNTION: Britt E.Smith,P.E> DA 1'h: May 15,2018
Department of Public Works
320 E. McCarty Street
TO: Jefferson City,MO 65101 PROJECT NO: 18-040B-1
RE: Master Plan Consultant Agreement JVIATION NO: 2017.JEF.01
We are sending you these items via: FedEx
COPIES DATE DESCRIPTION
1 5/15/18 Original Signed Consultant Agreement
❑For approval ® For your use ❑ For review and comment
SENDER: TELEPHONE:
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
1
Rev. 04/01/2016
Airport Name: Jefferson City Memorial
Project No.: 18-040B-1
Jviation Project No. 2017-JEF-01
County: Callaway
AVIATION PROJECT CONSULTANT AGREEMENT
(FEDERAL ASSISTANCE)
(Revision 04/01/2016)
THIS AGREEMENT is entered into by Jviation, Inc. (hereinafter the
"Consultant"), and the City of Jefferson, Missouri, (hereinafter the "Sponsor").
WITNESSETH:
WHEREAS, the Sponsor has selected the Consultant to perform professional
services to accomplish a project at the Jefferson City Memorial Airport; and
WHEREAS, while neither the Missouri Department of Transportation (MoDOT)
nor the Federal Aviation Administration (FAA) is a party to this Agreement, MoDOT
and/or FAA land acquisition, environmental, planning, design and construction criteria
and other requirements will be utilized unless specifically approved otherwise by
MoDOT; and
WHEREAS, the Sponsor intends to accomplish a project at the Jefferson City
Memorial Airport as listed in Exhibit I of this Agreement, entitled "Project Description",
which is attached hereto and made a part of this Agreement.
NOW, THEREFORE, in consideration of the payments to be made and the
covenants set forth in this Agreement to be performed by the Sponsor, the Consultant
hereby agrees that it shall faithfully perform the professional services called for by this
Agreement in the manner and under the conditions described in this Agreement.
(1) DEFINITIONS: The following definitions apply to these terms, as used in
this Agreement:
(A) "SPONSOR" means the owner of the airport referenced above.
(B) “SPONSOR’S REPRESENTATIVE” means the person or persons
designated in Section (23)(A) of this agreement by the Sponsor to represent the
Sponsor in negotiations, communications, and various other contract administration
dealings with the Consultant.
(C) "MoDOT" means the Missouri Department of Transportation, an
executive branch agency of state government, which acts on behalf of the Missouri
Highways and Transportation Commission.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
2
Rev. 04/01/2016
(D) "CONSULTANT" means the firm providing professional services to
the Sponsor as a party to this Agreement.
(E) "CONSULTANT'S REPRESENTATIVE" means the person or
persons designated in Section (23)(B) of this agreement by the Consultant to represent
that firm in negotiations, communications, and various other contract administration
dealings with the Sponsor.
(F) "DELIVERABLES" means all drawings and documents prepared in
performance of this Agreement, to be delivered to and become the property of the
Sponsor pursuant to the terms and conditions set out in Section (12) of this Agreement.
(G) "DISADVANTAGED BUSINESS ENTERPRISE (DBE)" means an
entity owned and controlled by a socially and economically disadvantaged individual as
defined in 49 Code of Federal Regulations (CFR) Part 26, which is certified as a DBE
firm in Missouri by MoDOT. Appropriate businesses owned and controlled by women
are included in this definition.
(H) "FAA" means the Federal Aviation Administration within the United
States Department of Transportation (USDOT), headquartered at Washington, D.C.,
which acts through its authorized representatives.
(I) "INTELLECTUAL PROPERTY" consists of copyrights, patents, and
any other form of intellectual property rights covering any data bases, software,
inventions, training manuals, systems design or other proprietary information in any
form or medium.
(J) "SUBCONSULTANT" means any individual, partnership,
corporation, or joint venture to which the Consultant, with the written consent of the
Sponsor, subcontracts any part of the professional services under this Agreement but
shall not include those entities which supply only materials or supplies to the
Consultant.
(K) "SUSPEND" the services means that the services as contemplated
herein shall be stopped on a temporary basis. This stoppage will continue until the
Sponsor either decides to terminate the project or reactivate the services under the
conditions then existing.
(L) "TERMINATE", in the context of this Agreement, means the
cessation or quitting of this Agreement based upon the action or inaction of the
Consultant, or the unilateral cancellation of this Agreement by the Sponsor.
(M) "USDOT" means the United States Department of Transportation,
headquartered at Washington, D.C., which acts through its authorized representatives.
(N) "SERVICES" includes all professional engineering and related
services and the furnishing of all equipment, supplies, and materials in conjunction with
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
3
Rev. 04/01/2016
such services as are required to achieve the broad purposes and general objectives of
this Agreement.
(2) SCOPE OF SERVICES:
(A) The services covered by this Agreement shall include furnishing the
professional, technical, and other personnel and the equipment, material and all other
things necessary to accomplish the proposed project detailed in Exhibit I of this
Agreement.
(B) The specific services to be provided by the Consultant are set forth
in Exhibit II of this Agreement, entitled "Scope of Services," which is attached hereto
and made a part of this Agreement.
(3) ADDITIONAL SERVICES: The Sponsor reserves the right to direct
additional services not described in Exhibit II as changed or unforeseen conditions may
require. Such direction by the Sponsor shall not be a breach of this Agreement. In this
event, a Supplemental Agreement will be negotiated and executed prior to the
Consultant performing the additional or changed services, or incurring any additional
cost for those additional services. Any changes in the maximum compensation and fee,
or time and schedule of completion, will be covered in the Supplemental Agreement.
Supplemental Agreements must be approved by MoDOT to ensure additional funding is
available.
(4) INFORMATION AND SERVICES PROVIDED BY THE SPONSOR:
(A) At no cost to the Consultant and in a timely manner, the Sponsor
will provide available information of record which is pertinent to this project to the
Consultant upon request. In addition, the Sponsor will provide the Consultant with the
specific items or services set forth in Exhibit III of this Agreement, entitled "Services
Provided by the Sponsor", which is attached hereto and made a part of this Agreement.
The Consultant shall be entitled to rely upon the accuracy and completeness of such
information, and the Consultant may use such information in performing services under
this Agreement.
(B) The Consultant shall review the information provided by the
Sponsor and will as expeditiously as possible advise the Sponsor of any of that
information which the Consultant believes is inaccurate or inadequate or would
otherwise have an effect on its design or any of its other activities under this Agreement.
In such case, the Consultant shall provide new or verified data or information as
necessary to meet the standards required under this Agreement. Any additional work
required of the Consultant as the result of inaccurate or inadequate information provided
by the Sponsor will be addressed per the provisions of Section (3) of this Agreement.
The Consultant shall not be liable for any errors, omissions, or deficiencies resulting
from inaccurate or inadequate information furnished by the Sponsor which inaccuracies
or inadequacies are not detected by the Consultant, unless the errors should have been
detected by the Consultant through reasonable diligence.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
4
Rev. 04/01/2016
(5) RESPONSIBILITY OF THE CONSULTANT:
(A) The Consultant shall comply with applicable local, state and federal
laws and regulations governing these services, as published and in effect on the date of
this Agreement. The Consultant shall provide the services in accordance with the
criteria and requirements established and adopted by the Sponsor; and if none are
expressly established in this Agreement, published manuals and policies of MoDOT and
FAA which shall be furnished by the Sponsor upon request; and, absent the foregoing,
manuals and policies of the FAA, as published and in effect on the date of this
Agreement.
(B) Without limiting the foregoing, land acquisition, environmental,
planning, design and construction criteria will be in accordance with the information set
out in Exhibit II of this Agreement.
(C) The Consultant shall be responsible for the professional quality,
technical accuracy, and the coordination of designs, drawings, specifications, and other
services furnished under this Agreement. At any time during construction of the
Sponsor project associated with this Agreement or during any phase of work performed
by others on said project that is based upon data, plans, designs, or specifications
provided by the Consultant, the Consultant shall prepare any data, plans, designs, or
specifications needed to correct any negligent acts, errors, or omissions of the
Consultant or anyone for whom it is legally responsible in failing to comply with the
foregoing standard. The services necessary to correct such negligent acts, errors, or
omissions shall be performed without additional compensation, even though final
payment may have been received by the Consultant. The Consultant shall provide such
services as expeditiously as is consistent with professional performance. Acceptance of
the services will not relieve the Consultant of the responsibility to correct such negligent
acts, errors, or omissions.
(D) Completed design reports, plans and specifications, plans and
specifications submitted for review by permit authorities, and plans and specifications
issued for construction shall be signed, sealed, and dated by a Professional Engineer
registered in the State of Missouri. Incomplete or preliminary plans or other documents,
when submitted for review by others, shall not be sealed, but the name of the
responsible engineer, along with the engineer's Missouri registration number, shall be
indicated on the design report, plans and specifications or included in the transmittal
document. In addition, the phrase "Preliminary - Not for Construction," or similar
language, shall be placed on the incomplete or preliminary plan(s) in an obvious
location where it can readily be found, easily read, and not obscured by other markings,
as a disclosure to others that the design report, plans and specifications are incomplete
or preliminary. When the design report, plans and specifications are completed, the
phrase "Preliminary - Not for Construction" or similar language shall be removed and
the design report, plans and specifications shall thereupon be sealed.
(E) The Consultant shall cooperate fully with the Sponsor’s activities on
adjacent projects as may be directed by the Sponsor. This shall include attendance at
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
5
Rev. 04/01/2016
meetings, discussions, and hearings as requested by the Sponsor. The minimum
number and location of meetings shall be defined in Exhibit II.
(F) In the event any lawsuit or court proceeding of any kind is brought
against the Sponsor, arising out of or relating to the Consultant's activities or services
performed under this Agreement or any project of construction undertaken employing
the deliverables provided by the Consultant in performing this Agreement, the
Consultant shall have the affirmative duty to assist the Sponsor in preparing the
Sponsor’s defense, including, but not limited to, production of documents, trials,
depositions, or court testimony. Any assistance given to the Sponsor by the Consultant
will be compensated at an amount or rate negotiated between the Sponsor and the
Consultant as will be identified in a separate agreement between the Sponsor and the
Consultant. To the extent the assistance given to the Sponsor by the Consultant was
necessary for the Sponsor to defend claims and liability due to the Consultant's
negligent acts, errors, or omissions, the compensation paid by the Sponsor to the
Consultant will be reimbursed to the Sponsor.
(6) NO SOLICITATION WARRANTY: The Consultant warrants that it has not
employed or retained any company or person, other than a bona fide employee working
for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed
to pay any company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gifts, or any other consideration, contingent upon or
resulting from the award or making of this Agreement. For breach or violation of this
warranty, the Sponsor will have the right to terminate this Agreement without liability, or
at its discretion, to deduct from the Agreement price or consideration, or otherwise
recover, the full amount of such fee, commission, percentage, brokerage fee, gifts, or
contingent fee, plus costs of collection including reasonable attorney's fees.
(7) DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS:
(A) DBE Goal: The following DBE goal has been established for this
Agreement. The dollar value of services and related equipment, supplies, and materials
used in furtherance thereof which is credited toward this goal will be based on the
amount actually paid to DBE firms. The goal for the percentage of services to be
awarded to DBE firms is 12% of the total Agreement dollar value.
(B) Eligibility of DBE’s: Only those firms currently certified as DBE’s by
MoDOT, City of St. Louis/Lambert Airport Authority, Metro, City of Kansas City, and
Kansas City Area Transportation Authority are eligible to participate as DBEs on this
contract. A list of these firms is available on MoDOT’s Office of External Civil Rights
webpage at the following address under the MRCC DBE Directory:
http://www.modot.org/business/contractor_resources/External_Civil_Rights/DBE_progra
m.htm
(C) Consultant's Certification Regarding DBE Participation: The
Consultant's signature on this Agreement constitutes the execution of all DBE
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
6
Rev. 04/01/2016
certifications which are a part of this Agreement. The Consultant shall not discriminate
on the basis of race, color, national origin, or sex in the performance of this Agreement.
The Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award
and administration of DOT assisted contracts. Failure by the Consultant to carry out
these requirements is a material breach of this Agreement, which may result in the
termination of this Agreement or such other remedy as the recipient deems appropriate.
1. Policy: It is the policy of the USDOT and the Sponsor that
businesses owned by socially and economically disadvantaged individuals (DBEs) as
defined in 49 CFR Part 26 have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with federal funds. Thus, the
requirements of 49 CFR Part 26 apply to this Agreement.
2. Obligation of the Consultant to DBEs: The Consultant
agrees to assure that DBEs have the maximum opportunity to participate in the
performance of this Agreement and any subconsultant agreement financed in whole or
in part with federal funds. In this regard the Consultant shall take all necessary and
reasonable steps to assure that DBEs have the maximum opportunity to compete for
and perform services. The Consultant shall not discriminate on the basis of race, color,
religion, creed, disability, sex, age, or national origin in the performance of this
Agreement or in the award of any subsequent subconsultant agreement. The
Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of USDOT assisted agreements and contracts. Failure by the Consultant
to carry out these requirements is a material breach of this Agreement, which may result
in the termination of this Agreement or such other remedy, as the recipient deems
appropriate.
3. Geographic Area for Solicitation of DBEs: The Consultant
shall seek DBEs in the same geographic area in which the solicitation for other
Subconsultants is made. If the Consultant cannot meet the DBE goal using DBEs from
that geographic area, the Consultant shall, as a part of the effort to meet the goal,
expand the search to a reasonably wider geographic area.
4. Determination of Participation Toward Meeting the DBE
Goal: DBE participation shall be counted toward meeting the goal as follows:
A. Once a firm is determined to be a certified DBE, the
total dollar value of the subconsultant agreement awarded to that DBE is counted
toward the DBE goal set forth above.
B. The Consultant may count toward the DBE goal a
portion of the total dollar value of a subconsultant agreement with a joint venture eligible
under the DBE standards equal to the percentage of the ownership and control of the
DBE partner in the joint venture.
C. The Consultant may count toward the DBE goal
expenditures to DBEs who perform a commercially useful function in the completion of
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
7
Rev. 04/01/2016
services required in this Agreement. A DBE is considered to perform a commercially
useful function when the DBE is responsible for the execution of a distinct element of
the services specified in the Agreement and the carrying out of those responsibilities by
actually performing, managing and supervising the services involved and providing the
desired product.
D. A Consultant may count toward the DBE goal its
expenditures to DBE firms consisting of fees or commissions charged for providing a
bona fide service, such as professional, technical, consultant, or managerial services
and assistance in the procurement of essential personnel, facilities, equipment,
materials or supplies required for the performance of this Agreement, provided that the
fee or commission is determined by the Sponsor to be reasonable and not excessive as
compared with fees customarily allowed for similar services.
E. The Consultant is encouraged to use the services of
banks owned and controlled by socially and economically disadvantaged individuals.
5. Replacement of DBE Subconsultants: The Consultant shall
make good faith efforts to replace a DBE Subconsultant who is unable to perform
satisfactorily with another DBE Subconsultant. Replacement firms must be approved by
the Sponsor and MoDOT.
6. Verification of DBE Participation: Prior to the release of the
retained percentage by the Sponsor, the Consultant shall file a list with the Sponsor
showing the DBEs used and the services performed. The list shall show the actual
dollar amount paid to each DBE that is applicable to the percentage participation
established in this Agreement. Failure on the part of the Consultant to achieve the DBE
participation specified in this Agreement may result in sanctions being imposed on the
Sponsor for noncompliance with 49 CFR Part 26. If the total DBE participation is less
than the goal amount stated by the Sponsor, the Sponsor may sustain damages, the
exact extent of which would be difficult or impossible to ascertain. Therefore, in order to
liquidate such damages, the monetary difference between the amount of the DBE goal
dollar amount and the amount actually paid to the DBEs for performing a commercially
useful function will be deducted from the Consultant's payments as liquidated damages.
If this Agreement is awarded with less than the goal amount stated above by the
Sponsor, that lesser amount shall become the goal amount and shall be used to
determine liquidated damages. No such deduction will be made when, for reasons
beyond the control of the Consultant, the DBE goal amount is not met.
7. Documentation of Good Faith Efforts to Meet the DBE Goal:
The Agreement goal established by the Sponsor is stated above in Subsection (7)(A).
The Consultant must document the good faith efforts it made to achieve that DBE goal,
if the agreed percentage specified in Subsection (7)(C)(8) below is less than the
percentage stated in Subsection (7)(A). Good faith efforts to meet this DBE goal
amount may include such items as, but are not limited to, the following:
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
8
Rev. 04/01/2016
A. Attended a meeting scheduled by the Sponsor to
inform DBEs of contracting or consulting opportunities.
B. Advertised in general circulation trade association and
socially and economically disadvantaged business directed media concerning DBE
subcontracting opportunities.
C. Provided written notices to a reasonable number of
specific DBEs that their interest in a subconsultant agreement is solicited in sufficient
time to allow the DBEs to participate effectively.
D. Followed up on initial solicitations of interest by
contacting DBEs to determine with certainty whether the DBEs were interested in
subconsulting work for this Agreement.
E. Selected portions of the services to be performed by
DBEs in order to increase the likelihood of meeting the DBE goal (including, where
appropriate, breaking down subconsultant agreements into economically feasible units
to facilitate DBE participation).
F. Provided interested DBEs with adequate information
about plans, specifications and requirements of this Agreement.
G. Negotiated in good faith with interested DBEs, and did
not reject DBEs as unqualified without sound reasons based on a thorough investigation
of their capabilities.
H. Made efforts to assist interested DBEs in obtaining
any bonding, lines of credit or insurance required by the Sponsor or by the Consultant.
I. Made effective use of the services of available
disadvantaged business organizations, minority contractors' groups, disadvantaged
business assistance offices, and other organizations that provide assistance in the
recruitment and placement of DBE firms.
8. DBE Participation Obtained by Consultant: The Consultant
has obtained DBE participation and agrees to use DBE firms to complete at least 12%
of the total services to be performed under this Agreement, by dollar value. All DBE
firms which the Consultant intends to use, including DBE firm participation above and
beyond the goal established in Subsection (7)(A), and the type and dollar value of the
services each DBE will perform, is as follows:
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
9
Rev. 04/01/2016
(A)
DBE NAME AND ADDRESS
(B)
TYPE OF DBE
SERVICE
(C)
DOLLAR
VALUE OF
DBE SUB-
CONTRACT
(D)
PERCENT
APPLICABLE
TO DBE
GOAL
(100%, 60%)
(E)
DOLLAR
AMOUNT
APPLICABLE
TO DBE GOAL
(C x D)
(F)
PERCENT OF TOTAL
CONTRACT
(E / TOTAL CONTRACT
AMOUNT)
Martinez Geospatial
2915 Waters Rd., Suite 100
Eagan, MN 55121
(contract includes a non-DBE sub
in the amount of $11,858)
GIS
Services $51,204.26 100% $39,346.26 13%
TOTAL DBE PARTICIPATION $39,346.26 13%
9. Good Faith Efforts to Obtain DBE Participation: If the
Consultant's agreed DBE goal amount as specified in Subsection (7)(C)(8) is less than
the Sponsor's DBE goal given in Subsection (7)(A), then the Consultant certifies good
faith efforts were taken by Consultant in an attempt to obtain the level of DBE
participation set by the Sponsor in Subsection (7)(A). Documentation of the Consultant’s
good faith efforts is to be submitted with this Agreement to the Sponsor and a copy
submitted to MoDOT.
(8) SUBCONSULTANTS:
(A) The Consultant agrees that except for those firms and for those
services listed below, there shall be no transfer of engineering services performed
under this Agreement without the written consent of the Sponsor. Subletting,
assignment, or transfer of the services or any part thereof to any other corporation,
partnership, or individual is expressly prohibited. Any violation of this clause will be
deemed cause for termination of this Agreement.
EXCEPTIONS (Subconsultant information):
List all Subconsultant(s) to be used for any piece of work outlined in this
agreement, excluding DBE Firms listed in the DBE Participation Subsection (7)(C)(8),
DBE Participation Obtained by Consultant, in this agreement. If none, write “N/A” in the
first row of the first column.
FIRM NAME COMPLETE ADDRESS NATURE OF SERVICES SUBCONTRACT
AMOUNT
Martinez Geospatial 2915 Waters Road, Suite 100
Eagan, MN 55212
GIS Services $51,204.26
(B) The Consultant agrees and shall require the selected
Subconsultants to maintain books, documents, papers, accounting records, and other
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
10
Rev. 04/01/2016
evidence pertaining to direct costs and expenses incurred under the Agreement and to
make such materials available at their offices at reasonable times during the Agreement
period and for three (3) years from the date of final payment under the Agreement for
inspection by the Sponsor or any of its authorized representatives (or any authorized
representative of MoDOT or the federal government), and copies thereof shall be
furnished.
(C) Unless waived or modified by the Sponsor, the Consultant agrees
to require, and shall provide evidence to the Sponsor, that those Subconsultants shall
maintain commercial general liability, automobile liability, professional liability and
worker's compensation and employer's liability insurance, or alternatively, a comparable
umbrella insurance policy submitted to and approved by MoDOT, for not less than the
period of services under such subconsultant agreements, and in an amount equal to the
Sponsor’s sovereign immunity caps as stated in section 537.600 RSMo and
subsequently adjusted by the Missouri Department of Insurance. If the statutory limit of
liability for a type of liability specified in this section is repealed or does not exist, the
minimum coverage shall not be less than the following amounts:
1. Commercial General Liability: $500,000.00 per person up to
$3,000,000.00 per occurrence;
2. Automobile Liability: $500,000.00 per person up to
$3,000,000.00 per occurrence;
3. Worker's Compensation in accordance with the statutory
limits; and Employer's Liability: $1,000,000.00; and
4. Professional Liability: $1,000,000.00, each claim and in the
annual aggregate.
(D) The subletting of the services will in no way relieve the Consultant
of its primary responsibility for the quality and performance of the services to be
performed hereunder, and the Consultant shall assume full liability for the services
performed by its Subconsultants.
(E) The payment for the services of any Subconsultants will be
reimbursed at cost by the Sponsor in accordance with the submitted invoices for such
services, as set forth in Section (9), entitled "Fees and Payments".
(F) The Consultant agrees to furnish a list of any MoDOT-approved
DBE Subconsultants under this Agreement upon the request of the Sponsor or MoDOT.
Further, the Consultant agrees to report to the Sponsor on a monthly basis the actual
payments made by the Consultant to such DBE Subconsultants.
(G) The Consultant agrees that any agreement between the Consultant
and any Subconsultant shall be an actual cost plus fixed fee agreement if the amount of
the agreement between the Consultant and Subconsultant exceeds Twenty-Five
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
11
Rev. 04/01/2016
Thousand Dollars ($25,000). Subconsultant agreements for amounts of $25,000 or less
may be lump sum or actual cost plus fixed fee as directed by the Sponsor.
(9) FEES AND PAYMENTS:
(A) The Consultant shall not proceed with the services described
herein until the Consultant receives written authorization in the form of a Notice to
Proceed from the Sponsor.
(B) The amount to be paid to the Consultant by the Sponsor as full
remuneration for the performance of all services called for in this Agreement will be on
the following basis, except that the lump sum fee for labor, overhead and profit plus
other costs will not exceed a maximum amount payable of $283,254.00, which is shown
in Exhibit IV, "Derivation of Consultant Project Costs", and Exhibit V, "Engineering Basic
and Special Services-Cost Breakdown" attached hereto and made a part of this
Agreement. Payment under the provisions of this Agreement is limited to those costs
incurred in accordance with generally accepted accounting principles to the extent they
are considered necessary to the execution of the item of service.
(C) The Consultant's fee shall include the hourly salary of each
associate and employee, salary-related expenses, general overhead, and direct non-
salary costs as allowed by 48 CFR Part 31, the Federal Acquisition Regulations (FAR),
and 23 CFR 172, Procurement, Management, and Administration of Engineering and
Design Related Services. The hourly salary of each associate and employee is defined
as the actual productive salaries expended to perform the services. The other billable
costs for the project are defined as follows:
1. Salary-related expenses are additions to payroll cost for
holidays, sick leave, vacation, group insurance, worker's compensation insurance,
social security taxes (FICA), unemployment insurance, disability taxes, retirement
benefits, and other related items.
2. General overhead cost additions are for administrative
salaries (including non-productive salaries of associates and employees), equipment
rental and maintenance, office rent and utilities, office maintenance, office supplies,
insurance, taxes, professional development expenses, legal and audit fees, professional
dues and licenses, use of electronic computer for accounting, and other related items.
3. Direct non-salary costs incurred in fulfilling the terms of this
Agreement, such as but not limited to travel and subsistence, subcontract services,
reproductions, computer charges, materials and supplies, and other related items, will
be charged at actual cost without any override or additives.
4. The additions to productive salaries for Items in Subsections
(9)(C) 1 and 2 will be established based on the latest audit.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
12
Rev. 04/01/2016
5. The Consultant shall provide a detailed manhour/cost
breakdown for each phase of the project indicating each job classification with base
wage rates and the number of hours associated with each phase. The breakdown shall
include work activities and be in sufficient detail to reflect the level of effort involved.
This information shall be attached hereto and made a part of this Agreement as Exhibit
V "Engineering Basic and Special Services -Cost Breakdown".
6. The Consultant shall provide a detailed breakdown of all
Subconsultant fees, including overhead and profit, when requested by the Sponsor
and/or MoDOT. Once the cumulative amount to be paid to a Subconsultant by the
Consultant, as full remuneration for the performance of services, as called for in this
Agreement and any supplemental agreements hereafter, equals or exceeds Twenty-
Five Thousand Dollars ($25,000), submittal of a separate Exhibit IV, "Derivation of
Consultant Project Costs" and Exhibit V, "Engineering Basic and Special Services-Cost
Breakdown", prepared to solely reflect the Subconsultant’s fees shall be attached hereto
and made a part of this Agreement, subject to the process described in Section (3) of
this Agreement. These Exhibits prepared to reflect the Subconsultant’s fees shall be
labeled Exhibit IV-A and Exhibit V-A, respectively.
7. The Consultant shall provide a detailed breakdown of all
travel expense, living expense, reproduction expense, and any other expense that may
be incurred throughout the project. These expenses must be project specific and not
covered in or by an overhead rate.
8. The property and equipment used on this project such as
automotive vehicles, survey equipment, office equipment, etc., shall be owned, rented,
or leased by the Consultant, and charges will be made to the project for the use of such
property at the rate established by company policies and practices. Approval of the
Sponsor and MoDOT will be required prior to acquisition of reimbursable special
equipment.
9. The Consultant agrees to pay each Subconsultant under this
Agreement for satisfactory performance of its contract no later than 15 days from the
Consultant’s receipt of each payment the Consultant receives from the Sponsor. The
Consultant agrees further to return retainage payments to each Subconsultant within 15
days after the Subconsultant’s work is satisfactorily completed. Any delay or
postponement of payment from the above referenced time frame may occur only for
good cause following written approval of the Sponsor. This clause applies to both DBE
and non-DBE Subconsultants.
(D) The Consultant shall submit an invoice for services rendered to the
Sponsor not more than once every month. A progress summary indicating the current
status of the services shall be submitted along with each invoice. Upon receipt of the
invoice and progress summary, the Sponsor will, as soon as practical, but not later than
30 days from receipt, pay the Consultant for the services rendered, including the
proportion of the fixed fee earned as reflected by the estimate of the portion of the
services completed as shown by the progress summary, less partial payments
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
13
Rev. 04/01/2016
previously made. A late payment charge of one and one half percent (1.5%) per month
shall be assessed for those invoiced amounts not paid, through no fault of the
Consultant, within 30 days after the Sponsor 's receipt of the Consultant's invoice. The
Sponsor will not be liable for the late payment charge on any invoice which requests
payment for costs which exceed the proportion of the maximum amount payable earned
as reflected by the estimate of the portion of the services completed, as shown by the
progress summary. The payment, other than the fixed fee, will be subject to final audit
of actual expenses incurred during the period of the Agreement.
The Sponsor may hold a percentage of the amount earned by the
Consultant, not to exceed two percent (2%), until 100% of services as required by
Section (2), "Scope of Services," of this Agreement are completed and have been
received and approved by the Sponsor and MoDOT. The payment will be subject to
final audit of actual expenses during the period of the Agreement. Upon completion and
acceptance of all services required by Section (2), "Scope of Services," the two percent
(2%) retainage will be paid to the Consultant. As an alternative to withholding two
percent (2%) retainage as set forth above, the Sponsor may accept a letter of credit or
the establishment of an escrow account in the amount of said retainage and upon such
other terms and conditions as may be acceptable to the Sponsor and the Consultant. If
a letter of credit or escrow account is not acceptable to the Sponsor, then the percent
retainage will control.
(10) PERIOD OF SERVICE:
(A) The services, and if more than one, then each phase thereof, shall
be completed in accordance with the schedule contained in Exhibit VI, "Performance
Schedule," attached hereto and made a part of this Agreement. The Consultant and the
Sponsor will be required to meet this schedule.
(B) The Consultant and Sponsor will be required to meet the schedules
in this Agreement. The Sponsor will grant time extensions for delays due to
unforeseeable causes beyond the control of and without fault or negligence of the
Consultant and no claim for damage shall be made by either party. Requests for
extensions of time shall be made in writing by the Consultant before that phase of work
is scheduled to be completed, stating fully the events giving rise to the request and
justification for the time extension requested. The anticipated date of completion of the
work, including review time, is stated in Exhibit VI of this Agreement. An extension of
time shall be the sole allowable compensation for any such delays, except as otherwise
provided in Section (3) for additional/changed work and differing/unforeseen conditions.
Any extensions or additional costs shall be subject to MoDOT approval.
(C) As used in this provision, the term "delays due to unforeseeable
causes" include but are not limited to the following:
1. War or acts of war, declared or undeclared;
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
14
Rev. 04/01/2016
2. Flooding, earthquake, or other major natural disaster
preventing the Consultant from performing necessary services at the project site, or in
the Consultant's offices, at the time such services must be performed;
3. The discovery on the project of differing site conditions,
hazardous substances, or other conditions which, in the sole judgment of the Sponsor,
justifies a suspension of the services or necessitates modifications of the project design
or plans by the Consultant;
4. Court proceedings;
5. Changes in services or extra services.
(11) TERMINATION OF AGREEMENT – 2 CFR § 200 Appendix II(B):
(A) Termination for Convenience:
1. The Sponsor may, by written notice to the Consultant,
terminate this Agreement for its convenience and without cause or default on the part of
the Consultant. Upon receipt of the notice of termination, except as explicitly directed by
the Sponsor, the Consultant must immediately discontinue all services affected.
2. Upon termination of the Agreement, the Consultant must
deliver to the Sponsor all data, surveys, models, drawings, specifications, reports,
maps, photographs, estimates, summaries, and other documents and materials
prepared by the Consultant under this Agreement, whether complete or partially
complete.
3. The Sponsor agrees to make just and equitable
compensation to the Consultant for satisfactory work completed up through the date the
Consultant receives the termination notice. Compensation will not include anticipated
profit on non-performed services.
4. The Sponsor further agrees to hold the Consultant harmless
for errors or omissions in documents that are incomplete as a result of the termination
action under this clause.
(B) Termination for Default:
1. Either party may terminate this Agreement for cause if the
other party fails to fulfill its obligations that are essential to the completion of the work
per the terms and conditions of the Agreement. The party initiating the termination
action must allow the breaching party an opportunity to dispute or cure the breach.
2. The terminating party must provide the breaching party
seven days advance written notice of its intent to terminate the Agreement. The notice
must specify the nature and extent of the breach, the conditions necessary to cure the
breach, and the effective date of the termination action. The rights and remedies in this
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
15
Rev. 04/01/2016
clause are in addition to any other rights and remedies provided by law or under this
agreement.
3. Termination by the Sponsor:
a. The Sponsor may terminate this Agreement, in whole
or in part, for the failure of the Consultant to:
i. Perform the services within the time specified
in this Agreement or by Sponsor-approved extension;
ii. Make adequate progress so as to endanger
satisfactory performance of the Project;
iii. Fulfill the obligations of the Agreement that are
essential to the completion of the Project.
b. Upon receipt of the notice of termination, the
Consultant must immediately discontinue all services affected unless the notice directs
otherwise. Upon termination of the Agreement, the Consultant must deliver to the
Sponsor all data, surveys, models, drawings, specifications, reports, maps,
photographs, estimates, summaries, and other documents and materials prepared by
the Consultant under this Agreement, whether complete or partially complete.
c. The Sponsor agrees to make just and equitable
compensation to the Consultant for satisfactory work completed up through the date the
Consultant receives the termination notice. Compensation will not include anticipated
profit on non-performed services.
d. The Sponsor further agrees to hold Consultant
harmless for errors or omissions in documents that are incomplete as a result of the
termination action under this clause.
e. If, after finalization of the termination action, the
Sponsor determines the Consultant was not in default of the Agreement, the rights and
obligations of the parties shall be the same as if the Sponsor issued the termination for
the convenience of the Sponsor.
4. Termination by Consultant:
a. The Consultant may terminate this Agreement in
whole or in part, if the Sponsor:
i. Defaults on its obligations under this
Agreement;
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
16
Rev. 04/01/2016
ii. Fails to make payment to the Consultant in
accordance with the terms of this Agreement; or
iii. Suspends the Project for more than one
hundred eighty (180) days due to reasons beyond the control of the Consultant.
b. Upon receipt of a notice of termination from the
Consultant, the Sponsor agrees to cooperate with the Consultant for the purpose of
terminating the Agreement or a portion thereof, by mutual consent. If the Sponsor and
Consultant cannot reach mutual agreement on the termination settlement, the
Consultant may, without prejudice to any rights and remedies it may have, proceed with
terminating all or parts of this Agreement based upon the Sponsor’s breach of the
Agreement.
c. In the event of termination due to Sponsor breach, the
Consultant is entitled to invoice the Sponsor and to receive full payment for all services
performed or furnished in accordance with this Agreement and all justified reimbursable
expenses incurred by the Consultant through the effective date of termination action.
The Sponsor agrees to hold the Consultant harmless for errors or omissions in
documents that are incomplete as a result of the termination action under this clause.
(12) OWNERSHIP OF DRAWINGS AND DOCUMENTS:
(A) All drawings and documents prepared in performance of this
Agreement shall be delivered to and become the property of the Sponsor upon
suspension, abandonment, cancellation, termination, or completion of the Consultant's
services hereunder; provided, however,
1. The Consultant shall have the right to their future use with
written permission of the Sponsor;
2. The Consultant shall retain its rights in its standard drawing
details, designs, specifications, CADD files, databases, computer software, and any
other proprietary property; and
3. The Consultant shall retain its rights to intellectual property
developed, utilized, or modified in the performance of the services subject to the
following:
A. Copyrights. Sponsor, as the contracting agency,
reserves a royalty-free, nonexclusive and irrevocable license to reproduce, publish or
otherwise use, and to authorize others to use, for Governmental purposes:
I. The copyright in any works developed under
this Agreement, or under a subgrant or contract under this Agreement; and
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
17
Rev. 04/01/2016
II. Any rights of copyright to which Sponsor, its
Consultant or Subconsultant purchases ownership with payments provided by this
Agreement.
B. Patents. Rights to inventions made under this
Agreement shall be determined in accordance with 37 CFR Part 401. The standard
patent rights clause at 37 CFR § 401.14, as modified below, is hereby incorporated by
reference.
I. The terms "to be performed by a small
business firm or domestic nonprofit organization" shall be deleted from paragraph (g)(1)
of the clause;
II. Paragraphs(g)(2) and (g)(3) of the clause shall
be deleted; and
III. Subsection (l) of the clause, entitled
"communication" shall read as follows: "(l) Communication. All notifications required by
this clause shall be submitted to the Sponsor ".
IV. The following terms in 37 CFR 401.14 shall for
the purpose of this Agreement have the following meaning:
Contractor - Consultant
Government and Federal Agency - Sponsor
Subcontractor - Subconsultant
4. Basic survey notes, design computations, and other data
prepared under this Agreement shall be made available for use by the Sponsor without
further compensation and without restriction or limitation on their use.
(B) Electronically Produced Documents:
1. Electronically produced documents will be submitted to the
Sponsor, MoDOT, and/or FAA in data files compatible with CADD 2016 and Adobe
PDF. The Consultant makes no warranty as to the compatibility of the data files beyond
the above specified release or version of the stated software.
2. Because data stored on electronic media can deteriorate
undetected or be modified without the Consultant's knowledge, the electronic data files
submitted to the Sponsor will have an acceptance period of 60 calendar days after
receipt by the Sponsor. If during that period the Sponsor finds any errors or omissions
in the files, the Consultant will correct the errors or omissions as a part of this
Agreement. However, any changes requested by the Sponsor during the 60 calendar
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
18
Rev. 04/01/2016
day acceptance period that constitute Additional Services under Section (3) shall be
compensated in accordance with the terms of the Agreement. The Consultant will not
be responsible for maintaining copies of the submitted electronic data files after the
acceptance period.
3. Any changes requested after the acceptance period will be
considered additional services for which the Consultant shall be reimbursed at the
hourly rates established herein plus the cost of materials.
4. The data on the electronic media shall not be considered the
Consultant's instrument of service. Only the submitted hard copy documents with the
Consultant Engineer's seal on them will be considered the instrument of service. The
Consultant's nameplate shall be removed from all electronic media provided to the
Sponsor.
(C) The Sponsor may incorporate any portion of the deliverables into a
project other than that for which they were performed, without further compensation to
the Consultant; provided however, that (1) such deliverables shall thereupon be
deemed to be the work product of the Sponsor, and the Sponsor shall use same at its
sole risk and expense; and (2) the Sponsor shall remove the Consultant's name, seal,
endorsement, and all other indices of authorship from the deliverables.
(13) DECISIONS UNDER THIS AGREEMENT AND DISPUTES:
(A) The Sponsor will determine the acceptability of the drawings,
specifications, and estimates and all other deliverables to be furnished, and will decide
the questions that may arise relative to the proper performance of this Agreement. The
determination of acceptable deliverables may occur following final payment, and as late
as during the construction of the project which decisions shall be conclusive, binding
and incontestable, if not arbitrary, capricious or the result of fraud.
(B) The Sponsor will decide all questions which may arise as to the
quality, quantity, and acceptability of services performed by Consultant and as to the
rate of progress of the services; all questions which may arise as to the interpretation of
the plans and specifications; all questions as to the acceptable fulfillment of the
Agreement on the part of the Consultant; the proper compensation for performance or
breach of the Agreement; and all claims of any character whatsoever in connection with
or growing out of the services of the Consultant, whether claims under this Agreement
or otherwise. The Sponsor's decisions shall be conclusive, binding and incontestable if
not arbitrary, capricious or the result of fraud.
(C) If the Consultant has a claim for payment against the Sponsor
which in any way arises out of the provisions of this Agreement or the performance or
non-performance hereunder, written notice of such claim must be made within sixty (60)
days of the Consultant's receipt of payment for the retained percentage.
Notwithstanding Section (23) of this Agreement, the notice of claim shall be personally
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
19
Rev. 04/01/2016
delivered or sent by certified mail to the Sponsor. The notice of claim shall contain an
itemized statement showing completely and fully the items and amounts forming the
basis of the claim and the factual and legal basis of the claim.
(D) Any claim for payment or an item of any such claim not included in
the notice of claim and itemized statement, or any such claim not filed within the time
provided by this provision shall be forever waived, and shall neither constitute the basis
of nor be included in any legal action, counterclaim, set-off, or arbitration against the
Sponsor.
(E) The claims procedure in Subsections (13)(C) and (D) does not
apply to any claims of the Sponsor against the Consultant. Further, any claims of the
Sponsor against the Consultant under this Agreement are not waived or estopped by
the claims procedure in Subsections (13)(C) and (D).
(F) Not withstanding Subsections (13)(A) through (E) above, in the
event of any material dispute hereunder, both parties agree to pursue, diligently and in
good faith, a mutually acceptable resolution.
(14) SUCCESSORS AND ASSIGNS: The Sponsor and the Consultant agree
that this Agreement and all agreements entered into under the provisions of this
Agreement shall be binding upon the parties hereto and their successors and assigns.
(15) INDEMNIFICATION RESPONSIBILITY:
(A) The Consultant agrees to save harmless the Sponsor, MoDOT, and
the FAA from all liability, losses, damages, and judgments for bodily injury, including
death and property damage to the extent due to the Consultant's negligent acts, errors,
or omissions in the services performed or to be performed under this Agreement,
including those negligent acts, errors, or omissions of the Consultant's employees,
agents, and Subconsultants.
(B) The Consultant shall be responsible for the direct damages
incurred by the Sponsor as result of the negligent acts, errors, or omissions of the
Consultant or anyone for whom the Consultant is legally responsible, and for any losses
or costs to repair or remedy construction as a result of such negligent acts, errors or
omissions; provided, however, the Consultant shall not be liable to the Sponsor for such
losses, costs, repairs and/or remedies which constitute betterment of or an addition of
value to the construction or the project.
(C) Neither the Sponsor's review, approval or acceptance of or
payment for any services required under this Agreement, nor the termination of this
Agreement prior to its completion, will be construed to operate as a waiver of any right
under this Agreement or any cause of action arising out of the performance of this
Agreement. This indemnification responsibility survives the completion of this
Agreement, as well as the construction of the project at some later date, and remains as
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
20
Rev. 04/01/2016
long as the construction contractor may file or has pending a claim or lawsuit against
the Sponsor on this project arising out of the Consultant's services hereunder.
(16) INSURANCE:
(A) The Consultant shall maintain commercial general liability,
automobile liability, and worker's compensation and employer's liability insurance in full
force and effect to protect the Consultant from claims under Worker's Compensation
Acts, claims for damages for personal injury or death, and for damages to property from
the negligent acts, errors, or omissions of the Consultant and its employees, agents,
and Subconsultants in the performance of the services covered by this Agreement,
including, without limitation, risks insured against in commercial general liability policies.
(B) The Consultant shall also maintain professional liability insurance to
protect the Consultant against the negligent acts, errors, or omissions of the Consultant
and those for whom it is legally responsible, arising out of the performance of
professional services under this Agreement.
(C) The Consultant's insurance coverages shall be for not less than the
following limits of liability:
1. Commercial General Liability: $500,000.00 per person up to
$3,000,000.00 per occurrence;
2. Automobile Liability: $500,000.00 per person up to
$3,000,000.00 per occurrence;
3. Worker's Compensation in accordance with the statutory
limits; and Employer's Liability: $1,000,000.00; and
4. Professional ("Errors and Omissions") Liability:
$1,000,000.00, each claim and in the annual aggregate.
(D) In lieu of the minimum coverage stated in Subsections (16)(C)(1)
and (C)(2) above, the Consultant may obtain insurance at all times in an amount equal
to the Sponsor’s sovereign immunity caps as stated in section 537.600 RSMo and
subsequently adjusted by the Missouri Department of Insurance. If the statutory limit of
liability for a type of liability specified in this section is repealed or does not exist, the
Consultant shall obtain insurance with the minimum coverage stated in Subsections
(16)(C)(1) and (C)(2) above.
(E) The Consultant shall, upon request at any time, provide the
Sponsor with certificates of insurance evidencing the Consultant's commercial general
or professional liability ("Errors and Omissions") policies and evidencing that they and
all other required insurance is in effect, as to the services under this Agreement.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
21
Rev. 04/01/2016
(F) Any insurance policy required as specified in Section (16) shall be
written by a company which is incorporated in the United States of America or is based
in the United States of America. Each insurance policy must be issued by a company
authorized to issue such insurance in the State of Missouri.
(17) CONSTRUCTION PHASE OF THE PROJECT:
(A) This Agreement does not include construction phase services.
Review of shop drawings and other construction phase services can be added by
Supplemental Agreement after design has been completed and the construction
contract period has been determined.
(B) Because the Consultant has no control over the cost of labor,
materials, equipment, or services furnished by others, or over the construction
contractor(s)' methods of determining prices, or over competitive bidding or market
conditions, any of the Consultant's opinions of probable project costs and/or
construction cost, if provided for herein, are to be made on the basis of the Consultant's
experience and qualifications and represent the Consultant's best judgment as an
experienced and qualified design professional, familiar with the construction industry,
but the Consultant cannot and does not guarantee that proposals, bids, or actual total
project costs and/or construction costs will not vary from opinions of probable costs
prepared by the Consultant.
(C) The Consultant shall not have control over or charge of and shall
not be responsible for construction means, methods, techniques, sequences, or
procedures, or for safety precautions and programs in connection with the construction
work, since these are solely the construction contractor(s)' responsibility under the
construction contract(s). The Consultant shall not be responsible for the construction
contractor(s)' schedules or failure to carry out the construction work in accordance with
the construction contract(s). The Consultant shall not have control over or charge of
acts of omissions of the construction contractor(s), or any of its or their subcontractors,
agents, or employees, or of any other persons performing portions of the construction
work.
(18) NONDISCRIMINATION ASSURANCE: During the performance of this
Agreement, the Consultant, for itself, its assigns, and successors in interest (hereinafter
referred to as the "Consultant") agrees as follows:
(A) Compliance With Regulations: The Consultant will comply with the
"Title VI List of Pertinent Nondiscrimination Acts and Authorities", as they may be
amended from time to time, which are herein incorporated by reference and made a
part of this Agreement. In addition, the Consultant shall comply with all state statutes
related to nondiscrimination.
(B) Nondiscrimination: The Consultant, with regard to the work
performed by it during the Agreement, will not discriminate on the grounds of race,
color, or national origin in the selection and retention of Subconsultants, including
procurements of materials and leases of equipment. The Consultant will not participate
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
22
Rev. 04/01/2016
directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and
Authorities, including employment practices when the Agreement covers any activity,
project, or program set forth in Appendix B of 49 CFR Part 21.
(C) Solicitations for Subcontracts, Including Procurements of Materials
and Equipment: In all solicitations, either by competitive bidding, or negotiation made
by the Consultant for work to be performed under a subcontract, including procurements
of materials, or leases of equipment, each potential Subconsultant or supplier will be
notified by the Consultant of the Consultant’s obligations under this Agreement and the
Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin.
(D) Information and Reports: The Consultant will provide all
information and reports required by the Acts, the Regulations, and directives issued
pursuant thereto and will permit access to its books, records, accounts, other sources of
information, and its facilities as may be determined by the Sponsor, MoDOT or the FAA
to be pertinent to ascertain compliance with such Nondiscrimination Acts and
Authorities and instructions. Where any information required of the Consultant is in the
exclusive possession of another who fails or refuses to furnish the information, the
Consultant will so certify to the Sponsor, MoDOT or the FAA, as appropriate, and will
set forth what efforts it has made to obtain the information.
(E) Sanctions for Noncompliance: In the event of a Consultant’s
noncompliance with the nondiscrimination provisions of this Agreement, the Sponsor
will impose such contract sanctions as it, MoDOT, or the FAA may determine to be
appropriate, including, but not limited to:
1. Withholding payments to the Consultant under this
Agreement until the Consultant complies; and/or
2. Cancelling, terminating, or suspending this Agreement, in
whole or in part.
(F) Incorporation of Provisions: The Consultant will include these
nondiscrimination provisions in every subcontract, including procurements of materials
and leases of equipment, unless exempt by the Acts, the Regulations and directives
issued pursuant thereto. The Consultant will take action with respect to any subcontract
or procurement as the Sponsor, MoDOT or the FAA may direct as a means of enforcing
such provisions, including sanctions for noncompliance; provided, that if the Consultant
becomes involved in, or is threatened with litigation by a Subconsultant or supplier
because of such direction, the Consultant may request the Sponsor or the United States
to enter into such litigation to protect the interests of the Sponsor or United States.
(H) Title VI List of Pertinent Nondiscrimination Authorities: During the
performance of this Agreement, the Consultant, for itself, its assignees, and successors
in interest (hereinafter referred to as the "Consultant") agrees to comply with the
following nondiscrimination statutes and authorities, including, but not limited to:
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
23
Rev. 04/01/2016
1. Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et
seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin);
2. 49 CFR Part 21 (Non-Discrimination in Federally-Assisted
Programs of the Department of Transportation—Effectuation of Title VI of the Civil
Rights Act of 1964);
3. The Uniform Relocation Assistance and Real Property
Acquisition Policies Act of 1970 (42 USC § 4601) (prohibits unfair treatment of persons
displaced or whose property has been acquired because of Federal or Federal-aid
programs and projects);
4. Section 504 of the Rehabilitation Act of 1973 (29 USC § 794
et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR
Part 27;
5. The Age Discrimination Act of 1975, as amended (42 USC §
6101 et seq.) (prohibits discrimination on the basis of age);
6. Airport and Airway Improvement Act of 1982 (49 USC § 471,
Section 47123), as amended (prohibits discrimination based on race, creed, color,
national origin, or sex);
7. The Civil Rights Restoration Act of 1987 (PL 100-209)
(Broadened the scope, coverage, and applicability of Title VI of the Civil Rights Act of
1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of
1973, by expanding the definition of the terms "programs or activities" to include all of
the programs or activities of the Federal-aid recipients, sub-recipients and contractors,
whether such programs or activities are Federally funded or not);
8. Titles II and III of the Americans with Disabilities Act of 1990,
which prohibit discrimination on the basis of disability in the operation of public entities,
public and private transportation systems, places of public accommodation, and certain
testing entities (42 USC §§ 12131-12189) as implemented by Department of
Transportation regulations at 49 CFR Parts 37 and 38;
9. The FAA’s nondiscrimination statute (49 USC § 47123)
(prohibits discrimination on the basis of race, color, national origin, and sex);
10. Executive Order 12898, Federal Actions to Address
Environmental Justice in Minority Populations and Low-Income Populations, which
ensures nondiscrimination against minority populations by discouraging programs,
policies, and activities with disproportionately high and adverse human health or
environmental effects on minority and low-income populations;
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
24
Rev. 04/01/2016
11. Executive Order 13166, Improving Access to Services for
Persons with Limited English Proficiency, and resulting agency guidance, national origin
discrimination includes discrimination because of limited English proficiency (LEP). To
ensure compliance with Title VI, you must take reasonable steps to ensure that LEP
persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
and
12. Title IX of the Education Amendments of 1972, as amended,
which prohibits you from discriminating because of sex in education programs or
activities (20 USC § 1681 et seq.).
(19) APPROVAL: This Agreement is made and entered into subject to the
approval of MoDOT.
(20) AVIATION FEDERAL AND STATE CLAUSES:
(A) Civil Rights – 49 USC § 47123: The Consultant agrees to comply
with pertinent statutes, Executive Orders and such rules as are promulgated to assure
that no person shall, on the grounds of race, creed, color, national origin, sex, age, or
disability be excluded from participating in any activity conducted with or benefiting from
Federal assistance. This provision binds the Consultant from the solicitation period
through the completion of the Agreement. This provision is in addition to that required
of Title VI of the Civil Rights Act of 1964.
(B) Trade Restrictions Certification – 49 U.S.C. § 50104, 49 CFR Part
30:
1. By execution of this Agreement, the Consultant certifies that
with respect to this Agreement, the Consultant:
A. is not owned or controlled by one or more citizens of a
foreign country included in the list of countries that discriminate against U.S. firms as
published by the Office of the United States Trade Representative (USTR);
B. has not knowingly entered into any contract or
subcontract for this project with a person that is a citizen or national of a foreign country
included on the list of countries that discriminate against U.S. firms as published by the
USTR; and
C. has not entered into any subcontract for any product
to be used on the project that is produced in a foreign country included on the list of
countries that discriminate against U.S. firms published by the USTR.
2. This certification concerns a matter within the jurisdiction of
an agency of the United States of America and the making of a false, fictitious, or
fraudulent certification may render the maker subject to prosecution under Title 18,
United States Code, Section 1001.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
25
Rev. 04/01/2016
3. The Consultant must provide immediate written notice to the
Sponsor if the Consultant learns that its certification or that of a subconsultant was
erroneous when submitted or has become erroneous by reason of changed
circumstances. The Consultant must require subconsultants provide immediate written
notice to the Consultant if at any time it learns that its certification was erroneous by
reason of changed circumstances.
4. Unless the restrictions of this clause are waived by the
Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be
awarded to a Consultant or subconsultant:
A. who is owned or controlled by one or more citizens or
nationals of a foreign country included on the list of countries that discriminate against
U.S. firms published by the USTR; or
B. whose subconsultants are owned or controlled by one
or more citizens or nationals of a foreign country on such USTR list; or
C. who incorporates in the public works project any
product of a foreign country on such USTR list.
5. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render, in good faith, the
certification required by this provision. The knowledge and information of a Consultant
is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of business dealings.
6. The Consultant agrees that, if awarded a contract resulting
from this solicitation, it will incorporate this provision for certification without modification
in all lower tier subcontracts. The Consultant may rely on the certification of a
prospective subconsultant that it is not a firm from a foreign country included on the list
of countries that discriminate against U.S. firms as published by USTR, unless the
Consultant has knowledge that the certification is erroneous.
7. This certification is a material representation of fact upon
which reliance was placed when entering into this Agreement. If it is later determined
that the Consultant or subconsultant knowingly rendered an erroneous certification,
MoDOT or the FAA may direct through the Sponsor cancellation of the Agreement for
default at no cost to the Sponsor, MoDOT or the FAA.
(C) Eligible Employees - Executive Order 07-13:
1. The Consultant shall comply with all the provisions of
Executive Order 07-13, issued by the Honorable Matt Blunt, Governor of Missouri, on
the sixth (6th) day of March, 2007. This Executive Order, which promulgates the State
of Missouri’s position to not tolerate persons who contract with the state engaging in or
supporting illegal activities of employing individuals who are not eligible to work in the
United States, is incorporated herein by reference and made a part of this Agreement.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
26
Rev. 04/01/2016
By signing this Agreement, the Consultant hereby certifies that any employee of the
Consultant assigned to perform services under this Agreement is eligible and authorized
to work in the United States in compliance with federal law. In the event the Consultant
fails to comply with the provisions of Executive Order 07-13, or in the event the Sponsor
has reasonable cause to believe that the Consultant has knowingly employed
individuals who are not eligible to work in the United States in violation of federal law,
the Sponsor reserves the right to impose such contract sanctions as it may determine to
be appropriate, including but not limited to contract cancellation, termination or
suspension in whole or in part or both.
2. The Consultant shall include the above-provision concerning
said Executive Order within every subcontract. The Consultant shall take such action
with respect to any subcontract as the Sponsor may direct as a means of enforcing
such provisions, including sanctions for noncompliance.
(D) Texting While Driving – Executive Order 13513, DOT Order
3902.10:
1. In accordance with Executive Order 13513, "Federal
Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order
3902.10 "Text Messaging While Driving" (12/30/2009), FAA encourages recipients of
Federal grant funds to adopt and enforce safety policies that decrease crashes by
distracted drivers, including policies to ban text messaging while driving when
performing work related to a grant or sub-grant.
2. In support of this initiative, the Sponsor encourages the
Consultant to promote policies and initiatives for its employees and other work
personnel that decrease crashes by distracted drivers, including policies that ban text
messaging while driving motor vehicles while performing work activities associated with
the project. The Consultant must include the substance of this clause in all sub-tier
contracts exceeding Three Thousand Five Hundred Dollars ($3,500) and involve driving
a motor vehicle in performance of work activities associated with the project.
(E) Veteran’s Preference – 49 USC § 47112(c): In the employment of
labor (except in executive, administrative, and supervisory positions), the Consultant
and all subconsultants must give preference to covered veterans as defined within Title
49 U.S.C. § 47112. Covered veterans include Vietnam era veterans, Persian Gulf
veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business
concerns (as defined by 15 U.S.C. § 632) owned and controlled by disabled veterans.
This preference only applies when there are covered veterans readily available and
qualified to perform the work to which the employment relates.
(F) Federal Fair Labor Standards Act (Federal Minimum Wage) – 29
USC § 201, et seq.: All contracts and subcontracts that result from this Agreement
incorporate by reference the provisions of 29 CFR Part201, the Federal Fair Labor
Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA
sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and
part time workers. The Consultant has full responsibility to monitor compliance to the
above-referenced statute and regulation. The Consultant must address any claims or
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
27
Rev. 04/01/2016
disputes that arise from this requirement directly with the U.S. Department of Labor –
Wage and Hour Division.
(G) Occupational Safety and Health Act of 1970 – 20 CFR Part 1910:
All contracts and subcontracts that result from this Agreement incorporate by reference
the requirements of 29 CFR Part 1910 with the same force and effect as if given in full
text. The Consultant must provide a work environment that is free from recognized
hazards that may cause death or serious physical harm to the employee. The
Consultant retains full responsibility to monitor its compliance and its subconsultants’
compliance with the applicable requirements of the Occupational Safety and Health Act
of 1970 (20 CFR Part 1910). The Consultant must address any claims or disputes that
pertain to a referenced requirement directly with the U.S. Department of Labor –
Occupational Safety and Health Administration.
(H) Energy Conservation Requirements – 2 CFR § 200, Appendix II(H):
The Consultant and any subconsultants agree to comply with mandatory standards and
policies relating to energy efficiency as contained in the state energy conservation plan
issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et
seq.).
(I) Debarment and Suspension (Non-Procurement) – 2 CFR Part 180
(Subpart C), 2 CFR Part 1200, DOT Order 4200.5 DOT Suspension & Debarment
Procedures & Ineligibility:
1. By executing this Agreement, the Consultant certifies that
neither it nor its principals are presently debarred or suspended by any Federal
department or agency from participation in this Agreement.
2. The Consultant, by administering each lower tier
subconsultant agreement that exceeds $25,000 as a "covered transaction", must verify
each lower tier Subconsultant participant of a "covered transaction" under the project is
not presently debarred or otherwise disqualified from participation in this federally
assisted project. The Consultant will accomplish this by:
A. Checking the System for Award Management at
website: https://www.sam.gov.
B. Collecting a certification statement similar to the
statement in Subsection (20)(I)1. above.
C. Inserting a clause or condition in the covered
transaction with the lower tier Subcontractor.
3. If the Sponsor, MoDOT or the FAA later determines that a
lower tier participant failed to disclose to a higher tier that it was excluded or disqualified
at the time it entered the covered transaction, the Sponsor, MoDOT or the FAA may
pursue any available remedy, including suspension or debarment of the non-compliant
participant.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
28
Rev. 04/01/2016
(J) Lobbying and Influencing Federal Employees – 31 U.S.C. § 1352, 2
CFR § 200, Appendix II(J), 49 CFR Part 20, Appendix A:
1. The Consultant certifies by execution of this Agreement, to
the best of its knowledge and belief, that:
A. No Federal appropriated funds have been paid or will
be paid, by or on behalf of the Consultant, to any person for influencing or attempting to
influence an officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant, the making of any
Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant, loan,
or cooperative agreement.
B. If any funds other than Federal appropriated funds
have been paid or will be paid to any person for influencing or attempting to influence an
officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal
contract, grant, loan, or cooperative agreement, the Consultant shall complete and
submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with
its instructions.
C. The Consultant shall require that the language of this
Subsection (20)(F) be included in the award documents for all sub-awards at all tiers
(including subcontracts, sub-grants, and contracts under grants, loans, and cooperative
agreements) and that all sub-recipients shall certify and disclose accordingly.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or entered into. Submission
of this certification is a prerequisitive for making or entering into this transaction
imposed by Section 1352, Title 31, United States Code. Any person who fails to file the
required certification shall be subject to a civil penalty of not less than Ten Thousand
Dollars ($10,000) and not more than One Hundred Thousand Dollars ($100,000) for
each such failure.
(K) Contract Workhours and Safety Standards Act Requirements – 2
CFR § 200 Appendix II (E)):
1. Overtime Requirements: No contractor or subcontractor
contracting for any part of the Agreement work which may require or involve the
employment of laborers or mechanics shall require or permit any such laborer or
mechanic, including watchmen and guards, in any workweek in which he or she is
employed on such work to work in excess of forty hours in such workweek unless such
laborer or mechanic receives compensation at a rate not less than one and one-half
times the basic rate of pay for all hours worked in excess of forty hours in such
workweek.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
29
Rev. 04/01/2016
2. Violation; Liability for Unpaid Wages; Liquidated Damages:
In the event of any violation of the clause set forth in Subsection (20)(K)1. above, the
contractor and any subcontractor responsible therefor shall be liable for the unpaid
wages. In addition, such contractor and subcontractor shall be liable to the Sponsor
and/or the United States for liquidated damages. Such liquidated damages shall be
computed with respect to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in Subsection (20)(K)1. above, in
the sum of Ten Dollars ($10) for each calendar day on which such individual was
required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in Subsection (20)(K)1.
above.
3. Withholding for Unpaid Wages and Liquidated Damages:
The FAA, MoDOT or the Sponsor shall upon its own action or upon written request of
an authorized representative of the Department of Labor withhold or cause to be
withheld from any monies payable on account of work performed by the contractor or
subcontractor under any such contract or any other Federal contract with the same
prime contractor, or any other Federally-assisted contract subject to the Contract Work
Hours and Safety Standards Act, which is held by the same prime contractor, such
sums as may be determined to be necessary to satisfy any liabilities of such contractor
or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in Subsection (20)(K)2. above.
4. Subcontractors: The contractor or subcontractor shall insert
in any subcontracts the clauses set forth in this Subsection (20) and also a clause
requiring the subcontractor to include these clauses in any lower tier subcontracts. The
prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in this Subsection (20).
(L) Breach of Contract Terms Sanctions - 2 CFR §200 Appendix II(A):
Any violation or breach of the terms of this Agreement on the part of the Consultant or
any Subconsultant may result in the suspension or termination of this Agreement or
such other action that may be necessary to enforce the rights of the parties of this
Agreement. The Sponsor will provide the Consultant written notice that describes the
nature of the breach and corrective actions the Consultant must undertake in order to
avoid termination of this Agreement. The Sponsor reserves the right to withhold
payments to the Consultant until such time the Consultant corrects the breach or the
Sponsor elects to terminate this Agreement. The Sponsor may proceed with termination
of this Agreement if the Consultant fails to correct the breach by deadline indicated in
the Sponsor’s notice. The duties and obligations imposed by the Agreement and the
rights and remedies available thereunder are in addition to, and not a limitation of, any
duties, obligations, rights and remedies otherwise imposed or available by law.
(M) Clean Air and Water Pollution Control – 2 CFR 200 § 200,
Appendix II(G): The Consultant agrees:
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
30
Rev. 04/01/2016
1. To comply with all applicable standards, orders, and
regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671q) and the
Federal Water Pollution Control Act, as amended (33 U.S.C. § 1251-1387); and
2. To report any violation to the Sponsor immediately upon
discovery. The Sponsor assumes responsibility for notifying the Environmental
Protection Agency and the FAA.
(21) ACTIONS: No action may be brought by either party hereto concerning
any matter, thing, or dispute arising out of or relating to the terms, performance, non-
performance, or otherwise of this Agreement except in the Circuit Court of Cole County,
Missouri. The parties agree that this Agreement is entered into at Jefferson City,
Missouri and substantial elements of its performance will take place or be delivered at
Jefferson City, Missouri, by reason of which the Consultant consents to venue of any
action against it in Cole County, Missouri. The Consultant shall cause this provision to
be incorporated into all of its agreements with, and to be binding upon, all
Subconsultants of the Consultant in the performance of this Agreement.
(22) AUDIT OF RECORDS: For purpose of an audit, the Consultant shall
maintain all those records relating to direct costs and expenses incurred under this
Agreement, including but not limited to invoices, payrolls, bills, receipts, etc. These
records must be available at all reasonable times to the Sponsor, MoDOT, the FAA, and
the Comptroller General of the United States or their designees and representatives, at
the Consultant's offices, at no charge, during the Agreement period and any extension
thereof, and for the three (3) year period following the date of final payment made under
this Agreement. If the Sponsor has notice of a potential claim against the Consultant
and/or the Sponsor based on the Consultant's services under this Agreement, the
Consultant, upon written request of the Sponsor, shall retain and preserve its records
until the Sponsor has advised the Consultant in writing that the disputed claim is
resolved.
(23) NOTICE TO THE PARTIES: All notices or communications required by
this Agreement shall be made in writing and shall be effective upon receipt by the
Sponsor or the Consultant at their respective addresses of record. Letters or other
documents which are prepared in 8.5 x 11 inch format may be delivered by telefax,
provided that an original is received at the same address as that to which that telefax
message was sent, within three (3) business days of the telefax transmission. Either
party may change its address of record by written notice to the other party.
(A) Notice to the Sponsor: Notices to the Sponsor shall be addressed
and delivered to the following Sponsor’s representative, who is hereby designated by
the Sponsor as its primary authorized representative for administration, interpretation,
review, and enforcement of this Agreement and the services of the Consultant
hereunder:
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
31
Rev. 04/01/2016
NAME AND TITLE OF SPONSOR’S
REPRESENTATIVE Ron Craft, Airport Division Director
SPONSOR’S NAME City of Jefferson
SPONSOR’S ADDRESS 320 East McCarty Street
Jefferson City, MO 65101
PHONE 573-634-6469 FAX
E-MAIL ADDRESS RCraft@jeffcitymo.org
The Sponsor reserves the right to substitute another person for the individual named at
any time, and to designate one or more other representatives to have authority to act
upon its behalf generally or in limited capacities, as the Sponsor may now or hereafter
deem appropriate. Such substitution or designations shall be made by the Sponsor in a
written notice to the Consultant.
(B) Notice to the Consultant: Notices to Consultant shall be addressed
and delivered to Consultant's representative, as follows:
NAME AND TITLE OF
CONSULTANT’S REPRESENTATIVE Joe Pestka
CONSULTANT’S NAME Jviation, Inc.
CONSULTANT’S ADDRESS 931 Wildwood Drive, Suite 101
Jefferson City, MO 65109
PHONE 573-636-3200 FAX 573-636-3201
E-MAIL ADDRESS Joe.pestka@jviation.com
The Consultant reserves the right to substitute another person for the individual named
at any time, and to designate one or more other representatives to have authority to act
upon its behalf generally or in limited capacities, as the Consultant may now or
hereafter deem appropriate. Such substitutions or designations shall be made by the
Consultant's president or chief executive officer in a written notice to the Sponsor.
(24) LAW OF MISSOURI TO GOVERN: This Agreement shall be construed
according to the laws of the State of Missouri. The Consultant shall comply with all
local, state, and federal laws and regulations which govern the performance of this
Agreement.
(25) CONFIDENTIALITY: The Consultant agrees that the Consultant's
services under this Agreement are a confidential matter between the Consultant and the
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
32
Rev. 04/01/2016
Sponsor. The Consultant shall not disclose any aspect of the Consultant's services
under this Agreement to any other person, corporation, governmental entity, or news
media, excepting only to Consultant’s lawyers, accountants, insurers, and such
employees, Subconsultants, and agents as may be necessary to allow them to perform
services for the Consultant in the furtherance of this Agreement, without the prior
approval of the Sponsor; provided, however, that any confidentiality and non-disclosure
requirements set out herein shall not apply to any of the Consultant's services or to any
information which (1) is already in the public domain or is already in the Consultant's
possession at the time the Consultant performs the services or comes into possession
of the information; (2) is received from a third party without any confidentiality
obligations; or (3) is required to be disclosed by governmental or judicial order. Any
disclosure pursuant to a request to the Sponsor under Chapter 610, RSMo, shall not
constitute a breach of this Agreement. The content and extent of any authorized
disclosure shall be coordinated fully with and under the direction of the Sponsor, in
advance.
(26) SOLE BENEFICIARY: This Agreement is made for the sole benefit of the
parties hereto and nothing in this Agreement shall be construed to give any rights or
benefits to anyone other than the Sponsor and the Consultant.
(27) SEVERABILITY AND SURVIVAL:
(A) Any provision or part of this Agreement held to be void or
unenforceable under any law or regulation shall be deemed stricken, and all remaining
provisions shall continue to be valid and binding upon the Sponsor and the Consultant.
(B) All express representations, indemnifications, or limitations of
liability made or given in this Agreement will survive the completion of all services by the
Consultant under this Agreement or the termination of this Agreement for any reason.
(28) PAYMENT BOND: In the event that any subconsultants are used to
supply at least fifty thousand dollars ($50,000) worth of materials and/or labor not within
the scope of environmental assessment services or licensed professional services as
defined by chapter 327, RSMo, the Consultant shall require any such subconsultants to
provide laborers and materialmen with adequate bond security. Payment bonds shall
be executed by any such subconsultants with the subconsultant as principal and a
surety company authorized to do business in the State of Missouri as surety, and any
agent executing the same on behalf of a subconsultant or surety company must attach
a current Power of Attorney setting forth sufficient execution authority. Said payment
bonds must be acceptable to the Sponsor to cover all materials used, all labor
performed, and all insurance premiums necessary to comply with Section 107.170,
RSMo, and must be provided to the Sponsor prior to the performance of such
subconsultant services under this Agreement.
(29) AMENDMENTS: Any change in this Agreement, whether by modification
or supplementation, must be accomplished by a formal contract amendment signed and
approved by the duly authorized representative of the Sponsor and the Consultant.
(30) ATTACHMENTS: The following Exhibits and other documents are
attached to and made a part of this Agreement:
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
33
Rev. 04/01/2016
(A) Exhibit I: Project Description.
(B) Exhibit II: Scope of Services.
(C) Exhibit IIA: Current FAA Advisory Circulars, Standards, Guidance
and MoDOT Standards
(D) Exhibit III: Services Provided by the Sponsor.
(E) Exhibit IV: Derivation of Consultant Project Costs.
(F) Exhibit V: Engineering Basic and Special Services - Cost
Breakdown.
(G) Exhibit VI: Performance Schedule
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
IN WITNESS WHEREOF, the parties hereto have entered into this Agreement,
executed by their respective proper officials, on the date last written below.
Executed by the Consultant the /Y' day of a/ , , 20/5 .
Executed by the Sponsor the i day of , 20 31
.
Consultant: Sponsor:
Jviation, Inc. City of Jefferson, Missouri
/ 04 I s
By: / ! �lw By: ��✓� -Q r�
ignature Signature
Title: Office Manager Title: `1/k.gp,/'
ATTEST: ATTEST:
By: By: €�J... ►,1 r. '.-4.0141,aSignature .ig ature
Title: Title: 244 404-4.,
APperoso 13 TO FORM
34
Rev.04/01/2016
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
Exhibit I -1
EXHIBIT I
PROJECT DESCRIPTION
1. Update the airport layout plan (ALP) and Master Plan for existing airport.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 1 of 33
Table of Contents
Project Overview
Master Plan Study Goals
Airport Master Plan Key Issues
Task 1.0 Study DesignProject Management
1.1 Preliminary Planning
1.2 Preliminary Master Plan Goals and Airport Issues
1.3 Establish Planning Advisory Committee (PAC)
1.4 Consultant Team Coordination
Summary and Deliverables
Task 2.0 Public Outreach Program
2.1 City Council
2.2 Stakeholder Outreach/Coordination – Planning Advisory Committee
(PAC)
2.3 Surveys Of Airport Tenants & Users
2.4 Public Outreach Materials
Summary and Deliverables
Task 3.0 Inventory of Existing Conditions
3.1 Collect and Review Existing Documentation
3.2 Existing Airport Facilities Inventory
3.3 Regional Setting and Land Use
3.4 Existing Environmental Conditions
3.5 Regional Socioeconomic Conditions
3.6 Historical Aviation Activity
3.7 Airport Financial Condition
3.8 Airport Geographic Information Systems (AGIS) Survey and Obstructions
Analysis
Summary and Deliverables
Task 4.0 Aviation Activity Forecasts
4.1 Historical and Existing Aviation Activity Data Analysis
4.2 General Aviation Activity Projections
4.3 Future Critical Design Aircraft
4.4 Master Plan Forecast Review and Approval
4.5 Develop Working Paper 1
Summary and Deliverables
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 2 of 33
Task 5.0 Airfield Capacity and Facility Requirements
5.1 Airfield Demand/Capacity Analysis
5.2 Determine Aircraft Operational Requirements
5.3 Airport Design Standards Review/Evaluation
5.4 Airside Requirements
5.5 Landside Requirements
5.6 Assess Potential for On-Airport, Non-Aeronautical Development
Summary and Deliverables
Task 6.0 Development Alternatives and Recommended Plan
6.1 Review/Update Master Plan Goals
6.2 Identify Viable Development Alternatives
6.3 Evaluate and Rank Development Alternatives
6.4 Prepare Recommended Development Plan and Program
6.5 Environmental Review
6.6 Develop Working Paper 2
Summary and Deliverables
Task 7.0 Airport Layout Plan (ALP)
7.1 ALP Drawing Set
7.2 ALP Drawing Set Approval Process
7.3 ALP Drawing Set Deliverables
Summary and Deliverables
Task 8.0 Program Implementation Plan
8.1 Project Cost Estimates
8.2 Airport Capital Improvement Plan (CIP)
8.3 Airport Development Plan
8.4 Develop Working Paper 3
Summary and Deliverables
Task 9.0 Project Documentation
9.1 Draft and Final Master Plan Technical Report
9.2 Executive Summary
9.3 Airports Geographic Information System (AGIS) Electronic Files
Summary and Deliverables
Task 10.0 Project Management / Contract Administration
10.1 Contract Preparation & Execution
10.2 Project Grant Applications
10.3 Project Management and Coordination
Attachment A Project Fee
Attachment B [Sub-Consultant] – Scope of Work
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 3 of 33
SCOPE OF WORK
FOR
Jefferson City Memorial Airport
Jefferson City, Missouri
AIRPORT MASTER PLAN & ALP UPDATE
PROJECT OVERVIEW
Jefferson City Memorial Airport (“JEF” or the “Airport”) is an important transportation facility for
Jefferson City, Missouri and the Central Missouri region. As the Missouri state capital, JEF serves
numerous government and business aviation interests along with recreational users. As one of the
busiest airports in the state, the Jefferson City Memorial Airport accommodates more than 60 based
aircraft, two fixed base operators (FBO), and a popular local restaurant. Additionally, the City of
Jefferson (the “Airport Owner” and “Sponsor”) has a desire to enhance the economic benefit of the
Airport for the community by developing it to attract additional business and tourism uses.
The last comprehensive Airport Master Plan (AMP) update for Jefferson City Memorial Airport was
prepared in the early 1990’s, with an Airport Layout Plan (ALP) update associated to a project in the
early 2000’s. A new plan will help guide future development at the airport and ensure projects are
eligible for future federal Airport Improvement Program (AIP) grants. This plan is also required to
address the significant changes that have occurred since the last AMP was completed. In particular,
the following areas will be assessed:
Local, regional and national general aviation (GA) and commercial industry
FAA airport design standards
Existing and future aviation needs
National and local economy
Jefferson City Memorial Airport development and operational policies
Preparation of the Airport Master Plan shall be accomplished in accordance with current FAA
requirements, regulations, rules, policies, grant assurances and Advisory Circulars (ACs), including,
but not limited to:
FAA Order 5100.38D Airport Improvement Program (AIP) Handbook;
FAA AC 150/5070-6B, Airport Master Plans;
FAA AC 150/5300-13A, Airport Design;
FAA Memo on Guidance on Airport Recycling, Reuse and Waste Reduction Plans, dated
9/30/2014;
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 4 of 33
FAA AC 150/5060-5, Airport Capacity and Delay;
FAA AC 150/5325-4B, Runway Length Requirements for Airport Design;
14 CFR Part 77, Objects Affecting Navigable Airspace;
FAA Order 1050.1F, Environmental Impacts: Policies and Procedures;
FAA Order 5050.4B, NEPA Implementing Instructions for Airport Actions;
FAA 1050.1F, Environmental Desk Reference (2015);
FAA’s Standard Operating Procedure (SOP) 2.00, Standard Procedure for FAA Review and approval
of Airport Layout Plans (ALPs), dated 10/1/13; and FAA SOP 3.00, Standard Operating Procedure
for FAA Review of Exhibit 'A' Airport Property Inventory Maps, dated 10/1/13;
FAA guidance with respect to the collection of an AGIS-compliant aerial survey, including
the AGIS Transition Policy dated 8/23/2012.
As a block grant state, the Missouri Department of Transportation (MoDOT) Aviation Section
administers the AIP funding for almost all of the state’s general aviation airports, including JEF. Many
references to “FAA” in this document can therefore be replaced by “MoDOT”. We have separated
the FAA and MoDOT roles where possible, but the two agencies work very closely together.
As noted in Chapter 1 of the FAA’s AC 150/5070-6B, Airport Master Plans: “The elements of a master
planning process will vary in complexity and level of detail, depending on the size, function, issues,
and problems of the individual airport. The technical steps described in this AC are generally
applicable, although each step should be undertaken only to the extent necessary to produce a meaningful product for a
specific airport. The sponsor, the sponsor’s consultant, and FAA representatives must carefully prepare a scope of work
that reflects the circumstances (and requirements) of the individual airport.” (Emphasis added)
The FAA requires that, at a minimum, each master plan produce the following items:
Inventory of Existing Conditions
Forecasts of Aviation Demand – seek concurrence from MoDOT
Landside, Airside and Terminal Area Facility Requirements
Airport Layout Plan (ALP) – must be formally signed by MoDOT and the City of Jefferson
Analysis of Development Alternatives
Environmental Considerations
Airport Capital Improvement Plan (ACIP)
Airports Geographic Information Systems (AGIS) Survey – must be accepted by FAA and
uploaded onto the FAA AGIS online portal.
MoDOT approval of the ALP is typically accompanied with a set of conditions, including the need to
obtain necessary environmental review and approvals as well as the availability of federal funding.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 5 of 33
MoDOT also notes that its approval of an ALP is not a commitment to fund any of the projects
shown on the Plan.
MASTER PLAN STUDY GOALS
The goal of this Airport Master Plan is to serve as a guiding plan for the Jefferson City Memorial
Airport to continue to operate in a safe, efficient, and effective manner as aviation demand, market
conditions, and technologies evolve. As a public-use airport which receives funding from MoDOT
and the FAA, the Airport Master Plan must ensure that the Airport will continue to comply with all
appropriate federal regulations, obligations, and design standards. Jefferson City Memorial Airport
must also be consistent with, and meet the City of Jefferson’s goals for public facilities. Specifically,
the AMP must also fulfill the broad master planning goals established by the FAA in FAA AC
150/5070-6B, Airport Master Plans, which include the following:
Document issues that the proposed development will address;
Justify the proposed development through the technical, economic, and environmental
investigation of concepts and alternatives;
Provide an effective graphic presentation of the development of the Airport and anticipated
land uses in the vicinity;
Establish a realistic schedule for implementing the development proposed in the Master Plan,
particularly the short-term capital improvement program;
Propose an achievable financial plan to support the implementation schedule;
Provide sufficient project definition and detail for subsequent environmental evaluations that
may be required before the project is approved;
Present a plan that adequately addresses the issues and satisfies Local, State, and Federal
regulations;
Document policies and future aeronautical demand to support municipal or local deliberations
on spending, debt, land use controls, and other policies necessary to preserve the integrity of
the Airport and its surroundings; and
Set the stage and establish the framework for a continuing planning process.
The FAA grant assurances strongly recommend that airports be financially self-sufficient to the extent
feasible. As a result, sound financial management and planning is required to ensure that the Airport
meets its obligations, and also not serve as a drain on the City of Jefferson’s finances. The Jefferson
City Memorial Airport Master Plan will present a recommended course of action for improving the
Airport’s short-, medium-, and long-term financial sustainability.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 6 of 33
AIRPORT MASTER PLAN KEY ISSUES
The FAA wants each master plan to identify and focus on the unique issues at an airport. As identified
in scoping discussions, the Jefferson City Memorial Airport Master Plan will emphasize the following
areas:
Inventory existing facilities and obtain FAA AGIS-compliant base mapping
Inventory existing environmental resources and assess environmental impacts of proposed
projects and the need for additional environmental documentation
Detailed analysis on all precision and non-precision approaches for future aviation demand.
Prepare GA activity forecasts
Prepare assessments of facility requirements needed to meet demand forecasts
Analyze alternatives for major development areas
Program implementation plan, including a CIP
Identification of future capital improvements based on the analysis of existing and future
demand as well as a financial evaluation which will identify how those improvements may be
funded and prepare a 20-year Capital Improvement Plan
A vision of future aviation trends and an airport development timeline needed to utilize them
to the fullest extent possible
Effective outreach to the public and stakeholders
Create an updated set of Airport Layout Plan drawings
TASK 1.0 STUDY DESIGN
Jviation has the overall and primary responsibility for the preparation of the Jefferson City Memorial
Airport Master Plan. Jviation will conduct the Master Plan professionally and utilize experienced staff
and sub-consultants throughout the project to assure quality and the timely performance of scoped
tasks. Note that Jviation will be supported by sub-consultant Martinez Geospatial, who will conduct
the aerial obstruction survey and prepare the FAA-required AGIS and 14 CFR Part 77 mapping (see
Task 3.8). Contract provisions relevant to subcontractors will be in accordance with FAA’s AIP
Handbook, Table U-15, AIP Handbook Clarification of 49 18.36(i) (2 CFR § 200.326, Contract
provisions).
1.1 Preliminary Planning.
This Task consists of the finalization of the Scope of Work, project schedule, and consultant fee for
review by the Airport Sponsor, the FAA, and the State. This task is eligible for FAA reimbursement
as part of the Master Plan grant. Jviation will hold two (2) meetings with the Airport and City of
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 7 of 33
Jefferson staff to identify the goals, key issues, current trends and review the draft Scope of Work at
Jefferson City Memorial Airport. Jviation will update the Draft Scope of Work based on comments
received.
Jviation will furnish the Draft Final Scope of Work to Airport staff for their use in preparing an
Independent Fee Estimate (IFE). As addressed in FAA procurement guidelines, the Sponsor should
as a starting point, prepare an IFE prior to receiving the Jviation cost proposal. Jviation will prepare a
project cost estimate using detailed hourly fees and labor approximations by task to compare with the
IFE.
Revisions to the Draft Final Scope of Work, project schedule, and fee may be necessary to respond
to the Sponsor and MoDOT, in order to arrive at the final negotiated Scope of Work, project schedule,
and fee. The project fee is included with this Scope of Work.
1.2 Preliminary Master Plan Goals and Airport Issues
In association with the Sponsor, Jviation will provide a listing of current airport issues that could be
addressed in the Airport Master Plan, as well as a series of preliminary goals that will serve as the basis
of the overall planning effort. These should not only reflect the needs of the Sponsor, but also those
goals and objectives stipulated by the FAA (as listed in its advisory circulars, national system plans,
etc.), the State (as reflected in its statewide system plan), and other sources. Note that the goals will be
later reviewed and updated in Task 6.1.
1.3 Establish Planning Advisory Committee (PAC)
A committee, known as the Planning Advisory Committee (PAC), will be established to help guide
the direction of the Master Plan and offer feedback at critical points on elements within the plan as it
is developed. The committee may include members from the Airport Staff, the City of Jefferson,
airport users, air traffic control tower staff, MoDOT, local government groups, and other key
stakeholders. Additional members may be added at the discretion of airport management. The Airport
will be responsible for providing a listing of participants as well as for extending formal invitations to
participate in the PAC. It is anticipated that JEF may utilize the Airport Advisory Committee for the
PAC.
1.4 Consultant Team Coordination
This task consists of coordinating, negotiating and contracting with members of the Jviation Team
that prepare specific tasks in the scope of work. Jviation will oversee the sub-consultant’s efforts,
quality of work, and deadlines. Sub-consultant work will be reviewed and edited by Jviation. Jviation
will review and submit monthly invoices from sub-consultants and Jviation, as well as FAA payment
request forms, which will be reviewed and processed by the Sponsor, MoDOT, and the FAA.
Task 1.0 Summary & Deliverables:
Task Product(s): An accepted Scope of Work, project and project fee (see Attachment A);
an established PAC; TWO (2) scoping meetings; and signed contractual agreements with all
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 8 of 33
relevant parties to the study; project related goals and objectives that will be integrated into
Working Paper 1 (under Task 4.0).
Sponsor Task Responsibilities: The Sponsor will actively coordinate with Jviation on
providing detailed project goals and objectives, and on reviewing and commenting on the
Scope of Work; will participate in TWO (2) scoping meetings; will be responsible for providing
an appropriate Independent Fee Estimate (IFE); will actively work to execute contracts; will
provide a listing of PAC participants, and will extend invitations to those PAC members.
Jviation Task Responsibilities: Jviation will actively coordinate with the Sponsor and
MoDOT to establish a final Scope of Work, project schedule, and project fee; will conduct
TWO (2) scoping meetings; will actively work to execute contracts; and will assist the Sponsor
in establishing the PAC. Throughout this Scope of Work, it is anticipated that two
representatives from Jviation will attend all meetings.
TASK 2.0 PUBLIC OUTREACH PROGRAM
Jviation will develop and manage a public outreach program tailored specifically to the Jefferson City
Memorial Airport Master Plan. The overall goals of the outreach program are to ensure that everyone
who is directly affected by, or who has an interest in the Airport, has access to pertinent information
and has a voice in the planning process. (Note that one key element of the outreach program typically
involves education - specifically regarding the laws, regulations, policies, guidelines, standards, and
procedures that govern an airport’s operation, maintenance, funding, and development.)
It is important that ultimate work products effectively reflect the character of the Airport, the Sponsor
and the region. To that effect, this task encompasses a basic level of coordination to establish the
product "look” (e.g., style, themes, colors, etc.) of the ultimate work products. This "look" will be
consistently applied to all documents, presentations, public communications, etc. (Note that unless
otherwise stipulated, this task will not include more intensive graphical efforts that could include items
such as designing new airport logos, letterhead, etc.)
The public outreach process will utilize the internet and electronic media to increase public
participation in the Master Plan. Jviation will prepare and oversee electronic surveys.
2.1 City Council
The City Council sets airport policy and is the legal airport sponsor of the Jefferson City Memorial
Airport. The Council Members will have access to all of the information produced during the Master
Plan and will be briefed by Airport staff on the progress of the Master Plan. It is not anticipated that
any formal presentations will be made to the City Council.
2.2 Stakeholder Outreach/Coordination – Planning Advisory Committee (PAC)
As described in Task 1.3, a Planning Advisory Committee will be established to provide overall
guidance to the project. Meetings will be conducted at key points throughout the process to solicit
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 9 of 33
guidance, feedback and direction to the overall Plan. Membership and meeting dates/times will be
identified, and will be incorporated in the overall project schedule. Agendas will be prepared and
distributed to the PAC prior to coordination meetings. Minutes will be provided to all committee
members and will be included in the final report documentation. In addition, the Consultant will
provide the Airport Manager with a monthly draft project update to be distributed to the PAC.
The PAC will provide input to the planning process, but will not have decision making authority.
TWO (2) PAC meetings are anticipated to occur during the following phases of the planning process:
Solutions Phase: to present the airport facility requirements and draft development alternatives.
Implementation Phase: to present the recommended airport development plan, as well as the
associated program implementation plan. This presentation will occur before the Airport
Layout Plan (ALP) is submitted to FAA for formal review.
2.3 Surveys of Airport Tenants & Users
On-line surveys will be conducted of airport users, airport tenants, airport businesses, based aircraft
owners/pilots, transient aircraft pilots, and airport users at large. They will be surveyed concerning
their existing and planned activities on the Airport, as well as their existing and anticipated facility
needs. The survey results will be collated, analyzed, and included in the technical analysis.
2.4 Public Outreach Materials
Another element of the outreach program will involve developing public information materials.
Several types of materials, and various outreach methods, will be used to generate public awareness of
the Master Plan. The materials and outreach program will also serve as important sources of
information for interested parties so that they can provide informed input to the planning process, as
well as for decision making at key points in the Study. The outreach materials include the following:
Email: The Airport management distributes information to stakeholders primarily through
the use of group e-mail lists. Jviation will provide information to the Airport for distribution
through these e-mail lists. Small efforts to accommodate the posting of such information to
existing social media or websites can be considered part of this scope, but large efforts are not
included. This effort does not include creation of a project website or social media presence.
Handbills: Handbills that detail the goals of the project and significant information will be
provided. The handbill will include basic information and will direct the readers to call for
further information. Up to one hundred (100) printed handbills will be provided under this
Scope for distribution at the airport.
Task 2.0 Summary & Deliverables:
Task Product(s): TWO (2) PAC meetings; an Airport tenant/user survey; and other
communication elements. As shown in the following table, meetings are generally grouped
around one another and are anticipated to occur at four specific phases within this project.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 10 of 33
The anticipated topics of discussion, as well as the actual meetings and their sequencing are
also reflected below.
Phase Topics of Discussion Meeting(s) & Sequence
1 Project Kickoff - Project Initiation
- Checklist
Kickoff Meeting with Airport
2 Investigation - Project Introduction
- Project Process
- Inventory
- Forecasts
Meeting with Airport
3 Solutions - Facility Requirements
- Alternatives
PAC Meeting
4 Implementation - Financial Plan
- Airport Layout Plan (ALP)
PAC Meeting 2
Sponsor Task Responsibilities: The Sponsor will facilitate the scheduling of briefings with
the City Council members, if appropriate; will coordinate with Jviation with respect to
establishing the PAC; will provide guidance in the design of the overall public coordination
program; will assist in reviewing presentation and publication materials; and will provide a
listing of key stakeholders to receive the survey.
Jviation Task Responsibilities: Jviation will conduct TWO (2) airport meetings, TWO (2)
PAC meetings including supporting presentation materials; will conduct a stakeholder survey;
and will provide other communication elements.
TASK 3.0 INVENTORY OF EXISTING CONDITIONS
This phase of the project involves the establishment of a sound basis for plan development through
the compilation, assimilation and documentation of current airport base data. A thorough inventory
is designed to provide essential data regarding the physical, operational, environmental, and functional
characteristics of the Airport, its sub-components, and both on- and off-airport environs. This process
is intended to identify the linkages between the Airport, its users and the community services and
facilities that support these activities. Maximum utilization of existing information that is current and
applicable to the objectives and overall intent of this study will be made to avoid redundancy and
unnecessary data collection. This task will also involve the generation of an aerial and ground-based
survey that complies with the standards and requirements of the FAA AGIS.
3.1 Collect and Review Existing Documentation
Existing (and secondary) data and information, such as, but not limited to, documents, maps, studies
and projects currently underway or in the planning stages (on- and off-airport property and in the
vicinity) which may directly or indirectly influence this study effort will be identified and documented.
Such information would, for example, include a review of any existing master plans, statewide plans,
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 11 of 33
ALPs, environmental plans, surface transportation plans, utility plans (if available), engineering and
construction plans and reports, local comprehensive plans, community master plans, and regional
transportation plans, among others. Jviation will collect, analyze and incorporate data from these
studies as related to the development of the Airport. Jviation will also review all relevant FAA and
State system plans with regard to the Airport (including State and Federal role classifications).
3.2 Existing Airport Facilities Inventory
Data will be collected on the specifications and conditions of all relevant existing facilities on and
around the Airport. This effort will utilize existing information to the extent feasible, and will include
documentation of the following:
Size and capacity of each facility;
Current tenants and types of uses;
Age and condition of each facility;
General compliance with FAA design criteria, as well as with building and fire codes, and the
ADA, as appropriate;
Physical confirmation of Runway Safety Area (RSA) dimensions (via visual, onsite inspection
– not surveyed); and
Any operational, physical, or other constraints.
Airport elements to be inventoried will include the following:
Airfield Facilities: runway(s), taxiways, navigation aids (NAVAIDs), communications facilities,
etc.
PCN Analysis: if appropriate, airfield pavement analysis based on existing fleet mix using the
“user method” of analysis.
Airspace: critical airspace surfaces as defined within 14 CFR Part 77, Objects Affecting Navigable
Airspace; FAA Order 8260.3B, United States Standard for Terminal Instrument Procedures (TERPS);
and FAA AC 150/5300-13A, Airport Design.
Meteorological Data: Available wind information relative to the Airport will be obtained from
the National Oceanic and Atmospheric Administration (NOAA) for the most recent ten-year
reporting period. Data should appropriately quantify the prevailing wind conditions for
current VFR and IFR conditions, as well as for selected approach minimums. Additional
meteorological data such as temperature and precipitation will also be obtained.
General Aviation Facilities: aircraft hangars, aircraft parking aprons and tiedowns, airport
buildings/FBOs, etc.
Support Facilities: airfield maintenance facilities, airport maintenance equipment, fuel storage
facilities, fuel dispensing facilities and equipment, aircraft deicing facilities, etc.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 12 of 33
Access, Circulation, and Parking: airport access road(s), circulation drives, automobile parking
areas (long-term and short-term), ground transportation facilities, etc. (including rights-of-
way).
Utilities: electrical, water, natural gas, sewer, stormwater, telephone, internet, cable/fiber
optics, etc. (including rights-of-way).
Other Facilities and Equipment: airport fencing (security and wildlife), airport perimeter road,
rental car facilities, airport security systems, airfield maintenance vehicles, snow removal
equipment (SRE), aircraft rescue and firefighting (ARFF), etc.
Airport Administration: management structure, minimum standards, rules and regulations,
leases, and other best management practices (BMPs).
3.3 Regional Setting and Land Use
Assembled primarily from existing Sponsor-provided information, an inventory of existing land uses
and zoning within the environs of the Airport will be made, documented and reviewed, including
those areas anticipated to be affected as a result of this study. General limits will be initially established
for determining land use and zoning patterns that are based on current flight tracks, noise sensitive
uses/areas, as well as adjacent land uses in terms of their compatibility with aircraft operations. In
addition, natural characteristics that could impact development and planning on- and off-airport
property will be identified.
3.4 Existing Environmental Conditions
The Airport’s environmental setting must be documented early in the planning process in order to
identify any potential problem areas on or near the Airport that may impact potential future
operational and/or facility development scenarios. As stated in FAA AC 5070-6B, Airport Master Plans,
considering environmental factors throughout the master planning process provides useful
information and planning principles that will help expedite the eventual environmental review of
projects. This task recognizes the need to achieve a balance between the manmade and the natural
environment. Although every proposed development project will have some impact on the natural
environment, the use of prudent planning criteria, along with sound environmental data and analysis,
will help minimize unavoidable environmental impacts and the delay of project design and
construction. Therefore, Jviation will do the following:
1. Conduct an assessment of applicable environmental laws and regulations on Federal, State and
Local levels. (In particular, FAA Order 5050.4B, National Environmental Policy Act (NEPA), and
FAA Order 1050.1F, Environmental Impacts: Policies and Procedures, and should be consulted as a
guide to help planners identify potential environmental impacts specific to the Airport that
should be considered as planning continues.)
2. In order to directly integrate environmental considerations into the planning process, existing
environmental data and documentation on and around the Airport that are related to those
applicable laws and regulations will be inventoried. (This inventory will be based on existing
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 13 of 33
data available from primary and secondary sources – no new data will be generated as part of this
effort.)
3. Produce a listing of existing Airport-related environmental permits, orders of conditions,
current status, other relevant documentation. (i.e., SWPPP, VMP, etc.).
3.5 Regional Socioeconomic Conditions
Air travel demand levels are directly impacted by local, regional and national socioeconomic trends,
such as population growth, per capita or disposable personal income, and rates of employment.
Jefferson City Memorial Airport’s catchment (or service) area will be defined and the socioeconomic
characteristics for that area will be identified. Other potentially relevant regional trends and
considerations (i.e., tourism industry) will be identified as well.
3.6 Historical Aviation Activity
Jviation will research and collect information on aircraft fleet mix, flight track utilization, and flight
procedures specific to the Airport. This task will also require collecting information on aircraft based
at the Airport, including the number and type (single engine, multi-engine piston, turboprop, jet, and
helicopter). Specific manufacturer and model data will be gathered for the largest type of based and/or
itinerant aircraft that regularly use the Airport. Historical and current based aircraft and operations
data will be obtained from a multitude of sources including the Sponsor, various FAA databases, the
State, local businesses (e.g., the FBO), among others.
3.7 Airport Financial Condition
The objective of this task is to gather documents which affect the financial management of airport
operations and capital development, as well as to develop an understanding of the structure,
constraints, requirements and opportunities for financing airport activities as related to the
development of a Capital Improvement Program (CIP). The documents gathered and reviewed will
be used to complete subsequent tasks relating to alternative evaluations and the program
implementation plan.
Using the most current FAA-approved CIP for the Airport, anticipated Federal, State, and Local
capital investments for the next FIVE (5) years will be identified in relation to the most recent
MoDOT information concerning their AIP program and funding schedule. Airport-generated revenue
and expense information will also be gathered from the Sponsor. The Sponsor’s budget, as it pertains
to the Airport, will also be reviewed and summarized.
3.8 Airport Geographic Information Systems (AGIS) Survey and Obstructions Analysis
The FAA requires that Airports Geographic Information Systems (AGIS)-compliant aerial mapping
be prepared and submitted as part of an airport master plan effort for the purposes of:
Providing required survey data to multiple FAA internal lines of business;
Serving as a basemap for the ALP, in conformance with the requirements of SOP 2.00,
Standard Procedure for FAA Review and Approval of Airport Layout Plans (ALPs); and
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 14 of 33
Analyzing airspace clearance in relation to imaginary surfaces associated with 14 CFR Part 77,
as well as selected TERPS and Airport Design surfaces among others.
This task will compile survey data and create an AGIS file that is compliant with the following
regulations:
FAA AC 5300-16A, General Guidance and Specifications for Aeronautical Surveys: Establishment of
Geodetic Control and Submission to the National Geodetic Survey, including Table 2;
FAA AC 5300-17B, General Guidance and Specifications for Aeronautical Survey Airport Imagery
Acquisition and Submission to the National Geodetic Survey; and
FAA AC 5300-18B, General Guidance and Specifications for Submission of Aeronautical Surveys to NGS:
Field Data Collection and Geographic Information System (GIS) requirements. (It should be noted that
FAA AC 150/5300-18C was published by FAA on September 20, 2015, but cancelled by FAA
on February 2, 2016.)
Martinez Geospatial will produce and upload the AGIS files to the FAA Airports GIS Program
website for FAA and National Geodetic survey (NGS) review and approval. This process will follow
all current FAA requirements and standards, including submission of Survey Statement of Work,
Survey Quality Control Plan and Imagery Plan prior to actual survey activities. The survey and aerial
imagery data collected for the AGIS will also be used to create the Airport Layout Plan (ALP) drawing
set to current FAA Standard Operating Procedures (SOP) standards. See Attachment B for a detailed
description of the tasks to be accomplished in the scope of work prepared by Martinez Geospatial.
Task 3.0 Summary & Deliverables
Task Product(s): A complete airport inventory of the critical data elements required by FAA
AC 150/5070-6B, Airport Master Plans, for successfully conducting the master planning effort;
an FAA AGIS-compliant airport basemap uploaded onto the FAA Airports GIS Program
website for use throughout the planning process, and for use by FAA; description of public
outreach program that will be integrated into Working Paper 1 (under Task 4.0).
Sponsor Task Responsibilities: The Sponsor will coordinate with Jviation to identify data
and sources for required inventory elements; will collect required inventory elements and
provide to Jviation in a timely manner.
Jviation Task Responsibilities: Jviation will coordinate with Sponsor to identify required
inventory elements; will provide the Sponsor with a detailed listing of inventory elements that
they will be required to collect and make available; will provide the compiled airport inventory
data to the Sponsor as a project deliverable.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 15 of 33
TASK 4.0 AVIATION ACTIVITY FORECASTS
The importance of assessing future trends relating to airport utilization and operational activity levels
is especially significant in the development of the Airport Master Plan in that many of the proposals
and recommendations of the plan will be principally based on aviation activity demand forecasts. This
ultimately enables the determination of potential impacts created by the type and magnitude of future
operational activity at the Airport.
In essence, forecasting acts as the hub for the remainder of the plan. Airport facility requirements are
driven by the need to provide adequate operational capital to accommodate both existing and
anticipated traffic levels, as well as the need to meet FAA design standards. In many cases, managerial
and project implementation decisions are based on conditions and occurrences that are projected to
transpire in the future, including aircraft operational levels as well as types of activity. Because of the
importance and potential long-term effects of aviation activity forecasts, they must be reasonable,
appropriate and defensible.
The activity forecasts will be prepared in conformance with FAA AC 150/5070-6B, Airport Master
Plans, as well as FAA’s Forecasting Aviation Activity by Airport and FAA’s Guidance on Review and
Approval of Local Aviation Forecasts.
4.1 Historical and Existing Aviation Activity Data Analysis
A variety of sources of aircraft activity data will be utilized to analyze operational data for the Airport,
including the following:
FAA Airport Master Record Form 5010;
FAA Terminal Area Forecast (TAF);
FAA Traffic Flow Management System Counts (TFMSC) – instrument flight plan records;
Third party (vendor) data providers;
Previous airport planning documents;
Discussions with Airport Management, airport tenants, and users; and
MoDOT State Airport System Plan.
4.2 General Aviation Activity Projections
The Consultant will compile a summary of aviation activity and operational data for the Airport to
indicate historical growth and present a basis for statistical analysis of future based aircraft, annual
aircraft operations, passengers and related factors. These projections are intended to provide an
indication of the types and levels of activity expected at the Airport during a 20-year planning period,
with the last year of complete historic operations/activity data being 2016. The forecasts will be
developed for the period of 2017 through 2037 and broken down into short-term, intermediate-term,
and long-term (for 0-5 year, 6-10 year and 11-20 year) time periods. A summary of forecasts of
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 16 of 33
Aviation Activity Forecasts will be provided and presented in a manner that corresponds with heading
formats used in the FAA’s TAF documentation.
Projections of aviation demand will be developed using FAA-approved forecasting methodologies,
and will include the following categories:
1. Critical Aircraft: The existing and future critical aircraft will be defined along with an
appropriate Runway Design Code (RDC) for each runway. (A “critical aircraft” is defined as
the most operationally demanding aircraft that conducts, or is projected to conduct, at least
500 annual operations on a given runway.)
2. Based Aircraft: A forecast will be developed for the total number of based aircraft by
classification consistent with FAA categorizations.
3. Operations Forecasts: Forecasts of operations will be made for the following classifications:
a. Total annual operations, subdivided by air carrier, air taxi, general aviation and military
b. Based aircraft by type
- Single-engine
- Multi-engine
- Turboprop
- Turbojet
- Rotorcraft
c. Percent local vs. itinerant operations
d. Total operations: annual/peak month/average day/peak hour
e. Piston-engine & turbine powered aircraft operations
f. Instrument (IFR) operations
The forecasts will be compared to FAA’s TAF to determine if they are within the range of variance
allowed by FAA. If the Master Plan forecasts exceed FAA’s allowable variance, the differences
between the Master Plan and TAF will be explained in the forecast text.
Note that the results of this analysis will be used as critical input to determine future needs for airside,
landside, and support facilities at the Airport. This information will play an important role in
determining the need and timing of future airport development as well as its potential impact on the
Airport environs.
4.3 Future Critical Design Aircraft, Airport Reference Code, Runway Design Code
Building on the forecasts of demand and the identification of the future critical design aircraft will be
the basis for the future Airport Reference Code (ARC), Runway Design Code (RDC), and Taxiway
Design Group (TDG) to be discussed in Facility Requirements.
4.4 Master Plan Forecast Review and Approval
MoDOT will review and concur with an Airport Master Plan’s forecasts of aviation demand. With
Sponsor approval of the forecast projections, the forecasts will be submitted to MoDOT for review
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 17 of 33
as early as possible in the planning process. Specifically, approval of the forecast by MoDOT (or
agreement to proceed without approval) will be required prior to commencement of Task Five.
Note that the Master Plan forecasts will be also compared with the FAA’s TAF using the
recommended FAA Excel spreadsheets. The forecasts will be submitted to MoDOT for review and
concurrence, and all MoDOT comments will be addressed. Once approved by MoDOT, the forecasts
can then be used for the facility requirements determination.
4.5 Develop Working Paper 1
Jviation will develop a detailed working paper describing the project initiation/introduction, data
collection and analysis efforts comprised in Tasks 1.0 through Task 4.0. This working paper will be
written in terms that are easily understandable to a layperson and will serve as the basis of discussions
with the PAC. Ultimately, the Working Paper will also form the basis of the first three chapters of the
Airport Master Plan that documents the results of efforts associated with these tasks (see Task 9.1).
Task 4.0 Summary & Deliverables:
Task Product(s): Working Paper 1 that summarizes the project initiation/introduction, data
collection and analysis efforts associated with Tasks 1.0 through Task 4.0, and their associated
sub-tasks; an aviation activity forecast approved by MoDOT that will serve as input for several
subsequent tasks.
Sponsor Task Responsibilities: The Sponsor will assist Jviation as required in reviewing
and updating Working Paper 1, as well as in ultimately approving the aviation forecasts prior
to submission to MoDOT.
Jviation Task Responsibilities: Jviation will produce Working Paper 1 in draft and final
formats; will also lead coordination efforts with MoDOT in the review and approval of the
forecasts. Jviation will meet with the airport to review and discuss Working Paper 1.
TASK 5.0 AIRFIELD CAPACITY AND FACILITY REQUIREMENTS
This task will utilize the results of the Aviation Activity Forecasts to assess the ability of existing airside
and landside facilities to meet the forecasted level of demand for the five, ten and twenty-year planning
horizons. Activities conducted under this task will result in the detailed definition of requirements for
additional facilities, expansion to existing facilities and the determination of those facilities that will
meet the forecast of demand over the course of the planning period.
Guidance to be utilized in this analysis includes FAA Advisory Circular 150/5300-13A, Airport Design;
and FAA AC 150/5060-5, Airport Capacity and Delay, as well as the consultant’s operational experience
on general aviation airports. No computer models will be used to calculate airfield or airspace capacity.
The Airport’s landside and airside facilities will be evaluated in relation to several criteria/factors:
Ability to meet forecasted demand levels
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 18 of 33
Physical condition, and remaining functional (service) life of the facilities
Compliance with FAA design criteria
Compliance with local building and fire codes (as appropriate)
Suitability of facilities for additional aeronautical uses
The extent of improvement required to meet these criteria will be determined and documented with
appropriate calculations during this task. The facility requirements analysis will identify the needed
improvements for the areas listed.
5.1 Airfield Demand/Capacity Analysis
Airport operating capability in light of long-term planning considerations will be determined and
presented in terms of an Annual Service Volume (ASV) and capacity as related to both visual flight
rules and instrument flight rules. The capacity of an airfield is primarily a function of the major aircraft
traffic surfaces that compose the facility and the configuration of those surfaces (runways and
taxiways). However, it is also related to and considered in conjunction with wind coverage, airspace
utilization and capacity, ground access capacity, the types of aircraft that utilize the facility and the
availability and type of navigational aids.
5.2 Determine Aircraft Operational Requirements
Based on the aviation demand forecasts, Jviation will identify the types of aircraft expected to operate
at the Airport, with particular attention being given to the critical aircraft defined in the previous task.
Jviation will analyze the operational requirements of these aircraft to assist in the determination of
facility standards, including the Runway Design Category (RDC) and Taxiway Design Group (TDG)
in accordance with FAA Advisory Circular 150/5300-13A, Airport Design. This will include runway
length requirement determinations.
5.3 Airport Design Standards Review/Evaluation
An evaluation of the airfield dimensional criteria with respect to FAA AC 150/5300-13A, Airport
Design, will be conducted and recommendations made for resolution for any discrepancies. The facility
analysis and recommendations related to the critical/design aircraft and the existing and future
physical layout of the runway system at the Airport are critical issues that will be addressed as soon as
practicable within the process of preparing the Master Plan. Any deviations from FAA design
standards, along with proposed remedies, will be identified. Those deviations deemed to be irreparable
will be submitted to the FAA for a potential “Modification to Standards” determination. Any such
determinations would have to be included in the Master Plan document as well as on the ALP.
5.4 Airside Requirements
Based on the aviation forecasts and capacity analysis, and in consideration of established facility
standards, Jviation will convert the aeronautical demand forecast into the number, type, and amount
of airside facilities required to meet future demand including the following:
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 19 of 33
Runway(s): The analysis will include comparing the existing length, width, and pavement
strength against FAA’s recommended RDC and critical design aircraft for each runway. In
support of these, Jviation will obtain current meteorological/wind data for the Airport (if
available) and update the existing airport wind rose.
Taxiways: As noted above, the existing taxiway system will be analyzed against FAA’s
recommended TDG for adequate geometry, width, capacity and/or safety related
enhancements, particularly in relation to the latest FAA airport design standards.
Airfield Lighting, Markings and Navigational Aids: This task will analyze whether any additional
navigation aids, particularly any new instrument approaches warranted given the level and type
of activity identified, as well as the prevailing weather. Note that as a general policy, FAA is
not installing new ground-based navigation transmitters (such as VORs, ILS’s, or NDBs) at
GA airports, but they are publishing new GPS instrument approach procedures. Airfield
lighting and markings will be reviewed for safety related items.
Airspace – Obstruction Removal: The FAA’s grant assurances require airport sponsors to protect
the appropriate airspace in the vicinity of an airport. Based on the survey and mapping
prepared in Task 3.8, the FAR Part 77 imaginary surfaces, appropriate TERPS surfaces, and
other critical surfaces identified in FAA AC 150/5300-13A, Airport Design, will be analyzed. If
penetrations to those surfaces are identified, recommendations will be presented to clear the
imaginary surfaces of those penetrations, as well as options that include lighting, marking, or
use of visual approach guidance systems that may be viable alternatives to physically removing
objects.
5.5 Landside Requirements
Considering established facility standards, Jviation will convert the aeronautical demand forecast into
generalized information regarding number, type, amount and nature of aprons, terminal area aircraft
parking spaces, hangars, automobile parking, access roads, security fencing and facilities, and regional
roadway network interfaces, automobile parking requirements, maintenance buildings, fueling facilities
location, and the approximate land area needed. Jviation will also identify airport land areas that are
not suitable for facilities that require taxiway access (if any) as well as those areas that are deemed to
be available for non-aeronautical uses (if any). Specific landside requirements will include the
following:
GA Terminal / FBO Building Requirements: The GA terminal building also serves as the airport
administration offices. This building’s condition and size will be determined and compared to
its ability to meet future needs. An FBO is housed in a separate building directly south of the
terminal building.
Aircraft Parking and Storage Requirements: Anticipated requirements for GA aircraft, including
transient and tie-down aprons and hangars, will be determined. The demand for additional
corporate jet and turboprop aircraft parking facilities will also be addressed. As noted
previously, there are a wide variety of different missions and aircraft types encompassed by
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 20 of 33
the term GA and they each have different facility needs. Those various requirements will be
identified in this task. The additional amount of paved parking apron, and the number of
hangars by type of hangar, will be identified.
Aviation Fuel Storage & Dispensing: Discussions with the Airport/FBO, and a review of fuel
sales data, will be used to determine if current fuel storage and through-put capacity is
adequate. The fuel tank farm will be evaluated for conformance with current EPA regulations.
Deicing Facilities: An evaluation of compliance with current and anticipated future regulations
for deicing and fluid capture will be made and appropriate mitigation measures identified, if
appropriate
Airport Support Facilities: Various support facilities and equipment are necessary to operate the
Airport. The need for any support facility renovation, additional airport maintenance
equipment, or the need for additional support facilities will be identified.
Airport Road Circulation and Vehicle Parking: This task will assess the public road and vehicle
parking needs.
Regional Transportation Network: This task will confirm that existing regional road network
currently meets, and will continue to meet future airport needs. This task will consider the
need for an increase in landside roadway capacity for new tenants located at the Airport and
generate more daily trips on local road network to/from the Airport.
Utilities: Utility requirements (electricity, gas, water, sewer, phone, cable, etc.) for future
facilities and activities will be determined based on the projected aviation activity, potential
non-aeronautical commercial development in undeveloped areas, aviation facility
requirements, and the location and types of exiting utilities. (Note that requirements will largely
be a function of the quality of existing utility data.)
Emergency Response/Security: Emergency response and security issues relative to the needs of the
Airport will be reviewed and recommendations provided.
5.6 Assess Potential for On-Airport, Non-Aeronautical Development
The FAA states that an airport’s primary function is to serve aviation demand. However, the FAA
also recognizes that some airports have more property than can be used for aviation activity. Based
on the forecasted level of aviation demand and the potential aviation-related development at the
Airport, the Airport Master Plan will identify any on-airport property that may be designated as surplus
for aviation related purposes. Any non-aeronautical development must be fully compatible with
aviation activity and airport operations, and must not interfere with any existing and future aviation
use of the airport, per FAA Order 5190.6B, Airport Compliance Manual, Chapter 22, Releases from
Federal Obligations. At the same time, non-aeronautical development can potentially generate a source
of revenue for the airport that enhances the airport’s ability to be financially self-sufficient.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 21 of 33
Task 5.0 Summary & Deliverables:
Task Product(s): Applicable airport capacity and facility requirements data that will be
presented in Working Paper 2 (see Task 6.0).
Sponsor Task Responsibilities: The Sponsor will assist Jviation as required in reviewing
and updating data generated as part of this task.
Jviation Task Responsibilities: Jviation will generate required airport capacity and facility
requirements data.
TASK 6.0 DEVELOPMENT ALTERNATIVES AND RECOMMENDED PLAN
Based on the defined goals and objectives of the airport, in consultation with the PAC, as appropriate,
and on an evaluation of potential alternatives for airport development, this task will result in a specific
recommended plan for long-term development of the Airport. Specifically, conceptual alternatives
that can accommodate the facility requirements identified in the previous task will be analyzed and
presented. In evaluating practical development alternatives to satisfying existing and forecasted
aviation needs, two (2) alternative concepts/layouts and Rough Order of Magnitude (ROM) cost
estimates for airside and landside facilities will be prepared. Additionally, building on the
environmental data collection detailed in Task 3.4, environmental criteria will be considered in
weighing alternatives and concepts as required by FAA and MoDOT. As a tool of the alternatives
review and evaluation, Jviation will employ a weighted evaluation matrix that will be developed based
upon criteria developed in consultation with the Sponsor. Two (2) alternatives may be developed for
the following:
Runway 9/27 Runway Protection Zone
Runway 9/27 Extension
Runway 12/30 extension
Helicopter operations
Hotspots
Hangar development
Preliminary ATCT locations
Terminal Building
6.1 Review/Update Master Plan Goals
Based on the goals for the study, Jviation will review and update the project goals to ensure that they
are consistent with the intent, direction and purpose of the previous tasks and based on input from
the Sponsor and PAC. These updated goals will serve as the basis for the preparation of the
Recommended Plan and will help to ensure a commonality in terms of communication, direction and
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 22 of 33
cohesiveness of future airport improvements. Additionally, Jviation will prepare the physical,
environmental and policy-related evaluation criteria that will guide the development of the Airport
and its facilities. This will consist of identifying those factors that restrict or constrain potential
development, as well as those factors that may guide the direction of development. Each of these
factors will be ranked as to its relative importance in determining or impacting the viability of
development alternatives. A numerical weighting value may be assigned to each factor for use in
evaluating the various recommendations that are developed as a part of the Alternatives Analysis.
6.2 Identify Viable Development Alternatives
Starting with the required facility needs and improvements identified in Task 5, two (2) alternatives,
where needed, to implement these facilities will be developed and analyzed. The process of identifying
alternatives will begin with a “brainstorming” session with the Sponsor and others, as appropriate.
TWO (2) alternatives that are capable of meeting requirements will be developed for each of the
proposed development items listed in Task 6.0.
6.3 Evaluate and Rank Development Alternatives
The development alternatives will be evaluated through the use of a decision matrix that will rank the
concepts based on a cost/benefit analysis. This evaluation will be conducted in conjunction with a
ROM cost analysis and environmental review in order to ensure that the established goals of the
Airport are met and that they are consistent with Federal requirements. While the PAC may also
identify additional evaluation criteria, it is anticipated that the evaluation factors may include the
following:
Operational Performance (demand-capacity, aeronautical safety and efficiency)
Compliance with FAA design standards
Environmental factors/compatibility
Cost (this analysis will include both capital costs as well as life-cycle costs)
Compatibility with future aviation needs, activities, and development
Ability to support stated Sponsor goals and objectives
At the discretion of the Sponsor and the PAC, the evaluation factors can be weighted in terms of their
priority, and the weighted evaluation system then used to rank the various options. Each element of
the Airport will be assessed (e.g. future land uses, facility alternatives, aviation vs. non-aeronautical
land uses, etc.). The final preferred layout concept will be assessed in terms of the overall airport
6.4 Prepare Recommended Development Plan and Program
Based on the results of the alternatives evaluation process, Jviation shall prepare the Recommended
Development Plan and Program in both narrative and graphic form, as a precedent to the preparation
of the ALP. The Recommended Development Plan and Program shall depict specific projects in
concert with an implementation phasing program. Note that the implementation program will be
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 23 of 33
"demand based" to facilitate timed development activities which are focused on project need, available
resources, anticipated activity levels and prevailing conditions. Physical and operational aspects of the
Airport will be evaluated as a part of this assessment and determination of facilities and projects.
As part of the preparation of the Recommended Development Plan and Program, specific
environmental considerations will be documented. Additionally, an “action plan” will be formulated
to provide direction to the Sponsor for future environmental actions, including any required Federal,
State or local environmental planning efforts and permitting associated with the development plan.
6.5 Environmental Review
In association with the identification of the Recommended Development Plan and Program, the
following environmental actions will be taken:
1. Coordination letters will be sent to applicable Federal, State and Local permitting agencies (e.g.
the US Fish and Wildlife Service; US Army Corp of Engineers, the Missouri Department of
Natural Resources, the State Historic Preservation Office, etc.), to solicit their feedback on
rare and endangered species on and in the vicinity of the airport, historic and archeological
resources, any other known environmentally sensitive resources situated on or adjacent to the
Airport.
2. Responses from the coordination letters will be used to identify if any existing facilities or
proposed projects at Jefferson City Memorial Airport would impact listed environmental
resources. If potential impacts or disturbance are identified, this task will provide and a listing
of potential environmental studies (e.g., environmental assessments [EA], etc.), additional
agency coordination, review, approvals, and permitting that may be required. This task will
not involve preparation of an EA; obtaining agency permits; development of mitigation plans;
or other follow-on actions that may be identified. Those follow-on items will be recommended
to be completed separately from the Master Plan.
6.6 Develop Working Paper 2
Jviation will develop a detailed working paper describing the analysis efforts comprised in Task 5.0
and Task 6.0. This working paper will be written in terms that are easily understandable to a layperson
and will serve as the basis of discussions with the PAC. Ultimately, the Working Paper will also form
the basis of two chapters of the Airport Master Plan that document the results of these task efforts
(see Task 9.1).
Task 6 Summary & Deliverables:
Task Product(s): Working Paper 2 that summarizes the analysis efforts associated with Tasks
5.0 and Task 6.0 and their associated sub-tasks.
Sponsor Task Responsibilities: The Sponsor will assist Jviation as required in reviewing
and updating Working Paper 2.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 24 of 33
Jviation Task Responsibilities: Jviation will produce Working Paper 2 in draft and final
formats. Jviation will meet with the airport to review and discuss Working Paper 2.
TASK 7.0 AIRPORT LAYOUT PLAN (ALP)
Jviation will prepare an ALP drawing set that reflects existing conditions and the recommended
development of future needs as identified in this study. The ALP will also conform to FAA Airports
Standard Operating Procedure (SOP) 2.00, Standard Procedure for FAA Review and Approval of Airport
Layout Plans (ALPs). The completed checklist will be submitted to MoDOT with the ALP submittal.
The ALP set will be prepared in full-color with aerial photo backgrounds where available for ease of
readability. Drawings will be based on mapping provided in Task 3.8, as well as land use plans and
zoning maps provided by the Sponsor.
7.1 ALP Drawing Set
The ALP drawing set will include the following drawings (note that the number of sheets for each
may vary depending on the complexity of the Airport):
Cover Sheet: The cover sheet will include the title of the project, location and vicinity maps,
and a sheet index.
Airport Layout Plan (ALP) Drawing: All proposed development will be provided in an
AutoCAD format consistent with current ALP standards, including all existing and proposed
information and data as required by FAA AC 150/5070‐6B, Airport Master Plans, FAA AC
150/5300‐13A, Airport Design, as well as all other applicable FAA standards and SOP
checklists. Also included on this plan will be an appropriate signature block. Data included in
this sheet typically will include, but not be limited to, the physical layout of the existing and
future airport and of the physical facilities developed thereon. This includes existing and
future runway and taxiway systems, NAVAID critical areas, roads and parking areas, and the
airport boundary, among others. This sheet will be scaled appropriately to the standards
established by FAA.
Airport Data Sheet: A data sheet will be provided that includes wind roses, wind coverage tables,
airport data tables, appropriate runway data tables, and declared distances table. All existing
and proposed modifications to FAA standards will be identified and delineated in a table along
with their proposed disposition. Additionally, justification for requested modifications to
standard would be provided in the Airport Plans narrative that will be prepared in conjunction
with the Airport Layout Plan Drawing set.
Terminal Area Plan: Jviation will prepare a terminal area plan that will illustrate existing and
proposed facilities proximate to the airport’s terminal area, including such elements as building
(including terminal) configuration and location, taxiway and apron development, vehicle
access roads (including recommendations for service road and access locations) and parking
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 25 of 33
areas, specifically indicating those facilities which currently exist and those which are proposed.
The relationship with appropriate immediately surrounding airfield and landside components
(i.e., runway, taxiways, object free area, runway protection zones, external roadways, on-airport
navigational aids, airport boundary, among other considerations) will also be illustrated as will
available topographical characteristics. The information on this sheet shall be depicted at a
scale not less than 1”=100’, unless another scale is mutually agreed upon by the Sponsor, the
FAA, and the Consultant.
Airport Airspace Drawing: Based on AC 150/5300-13A, Airport Design, an Airport Airspace
Drawing will be prepared in accordance with the findings, recommendations and approvals
resulting from the study. All existing 14 CFR Part 77 imaginary surfaces will be shown with
50-foot contours on a basemap at an appropriate scale.
Inner Portion of the Approach Drawing(s): Jviation will prepare Inner Portion of the Approach
Surface Drawings that reflects each runway end, based on AC 150/5300-13A, Airport Design.
This drawing(s) will include a plan view showing the existing and the ultimate runway
protection and (inner) approach zones developed for each runway end. Plan and profile views
of each area will be developed identifying all physical features, including the most significant
physical obstructions within the selected viewport. The obstruction's height and location will
be noted by dimension lines. General areas of obstructions requiring removal or relocation
will be noted.
Runway Departure Surface Drawing: Jviation will prepare a Runway Departure Surface Drawing
that reflects each runway end, based on AC 150/5300-13A, Airport Design. This drawing(s)
will include a plan view showing the existing and the ultimate runway departure surfaces
developed for each runway end. Plan and profile views of each area will be developed
identifying all physical features, including the most significant physical obstructions within the
selected viewport. The obstruction's height and location will be noted by dimension lines.
Land Use Drawing: Jviation will prepare a Land Use Drawing depicting existing and
recommended uses of all land within the ultimate airport property line (on-airport) and within
the vicinity of the Airport (off-airport). Land uses will be depicted by general land use
categories, including such categories as agriculture, residential, industrial, commercial, parks
and open space, aviation-related, public, among others as appropriate, but including special
note of noise sensitive uses.
Exhibit “A” Property Map/Airport Property Map: This map may meet the requirements
established in SOP 3.00, Standard Operating Procedure for FAA Review of Exhibit 'A' Airport
Property Inventory Maps. Using information provided by the Sponsor, the FAA, the State, and
other entities, the Exhibit “A” Property Map or Airport Property Map will be updated to
visually portray all land interests, easements, or other encumbrances presently owned and
controlled within the airport influence zone. Specifically, the drawing will document the date
the property was acquired, the Federal aid project under which it was acquired (if applicable)
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 26 of 33
and the type of ownership (fee, easement, etc.). Additionally, all land interests to be acquired
will also be delineated.
7.2 ALP Drawing Set Approval Process
MoDOT approval and signature of the ALP drawing set is required in order to complete this task. To
accomplish this, Jviation will follow the following procedure:
1. Once a DRAFT ALP has been finalized, Jviation will submit ONE (1) hard copy (along with
a completed SOP checklist) to MoDOT project manager for a preliminary review. MoDOT
project manager will then provide comments back to Sponsor/Jviation, who will then update
the ALP based on those initial MoDOT comments.
2. Jviation will then submit ONE (1) FINAL DRAFT hard copies of the ALP drawing set, as
well as individual electronic PDF copies of each ALP sheet to the MoDOT project manager
for formal circularization within FAA. Once completed, FAA will provide final formal
comments to the Sponsor/Jviation via the FAA OE/AAA website/email.
3. Jviation will then update the ALP per FAA’s final comments, and will then produce the
FINAL ALP sets consistent with quantities listed below.
4. The Sponsor must then sign the ALP set (at a minimum, they must sign the ALP sheet). Note
that the Sponsor signer may be whoever signs grants or someone authorized by the local
government, and serves as “verification” that the set has been accepted and adopted by the
local sponsor/government.
5. Jviation will then deliver the signed ALP sets to MoDOT project manager for formal
approval/signature along with a listing of who/where signed ALPs must be delivered. Once
the ALP sheet is signed by MoDOT, the MoDOT project manager will then mail the ALPs
to the requested recipients. MoDOT typically distributes copies to the following: the Sponsor,
FAA Airports Central Region, MoDOT, and Jviation. Note that only the Sponsor will receive
an original approval letter; all others receive a copy.
6. Once received from the MoDOT, Jviation will then scan the signed ALP sheet, incorporate it
into a final electronic ALP set. This electronic, signed ALP set will be provided to MoDOT.
A copy of the approval letter will be uploaded separately.
7.3 ALP Drawing Set Deliverables
The ALP set will be plotted in full size (24"x36" or 22"x34") and with the following copies distributed
as follows:
TWO (2) DRAFT ALP sets to the Airport for review
ONE (1) DRAFT ALP set each to MoDOT for review.
TWO (2) FINAL DRAFT ALP sets to the Airport for review.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 27 of 33
ONE (1) FINAL DRAFT ALP set to MoDOT and the FAA for internal circularization, as
well as electronic versions (i.e., PDF) of each sheet saved as a separate file document.
FIVE (5) FINAL, Airport-signed ALP Sets to MoDOT for final approval, signature, and
distribution.
Electronic (PDF & AutoCAD) files of MoDOT -signed ALP set will be delivered to the
Sponsor, the FAA and the State via an electronic device.
Task 7.0 Summary & Deliverables:
Task Product(s): A signed ALP Drawing Set for the Airport, the FAA and for the State.
Sponsor Task Responsibilities: The Sponsor will provide Jviation with reviews of the
DRAFT ALP sets.
Jviation Task Responsibilities: Jviation will produce an ALP Drawing set that is compliant
with FAA SOP 2.00 standards; will update the DRAFT ALP based on appropriate comments
provided by the Sponsor, the FAA and the State; will follow the prescribed MoDOT process
to obtain signatures on the final ALP Drawing; will produce draft and final ALP sets in the
quantities described above.
TASK 8.0 PROGRAM IMPLEMENTATION PLAN
A key component of the master planning process is to identify a development program that is practical,
reasonable, and capable of assisting in enhancing the economic viability of the Airport. The Program
Implementation Plan presents the estimated costs and guidance on how to implement the findings
and recommendations of the overall planning effort. Note that the plan must balance funding
constraints, project sequencing limitations, environmental processing requirements, agency and tenant
approvals and coordination process, business issues, and Sponsor’s preferences.
8.1 Project Cost Estimates
Cost estimates of proposed capital improvements, based on current dollars, will be prepared for the
first five-year period; a more generalized cost breakdown will be prepared for the ten-year period; and
a facility breakdown with costs will be prepared for the twenty-year period. These facility requirements
could include such items as the terminal, runways, taxiways, aprons, hangars, access roads, perimeter
roads, safety areas, lighting and signing, fencing, buildings and hangars, auto parking, airport
maintenance, fuel facilities, among others as appropriate. Conceptual planning-level facility costs will
be prepared using unit prices extended by the size of the particular facility tempered with engineering
judgment considerations. Cost estimates are intended to be used for planning purposes only and are
not to be construed as formal opinions of probable construction cost.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 28 of 33
8.2 Airport Capital Improvement Plan (CIP)
Development and updating of the Airport’s CIP will involve:
Identification of capital improvements to be undertaken in the next 20 years (through 2037).
Ranking each project based on MoDOT/FAA’s priority ranking system, as well as factors
such as lead times for environmental review and approval, and financial capability.
Potential capital improvement funding sources will be identified, as well as potential shares of
each project cost. (It should be noted that once the ALP is approved, there is no commitment
by any party to fund or implement any specific project shown on the ALP. In addition, funding
of future projects provided by any party will be contingent on their financial condition and
funding status, which is subject to change over time.)
An implementation schedule will be established in three phases: Phase I — 5 Year CIP (2018-
2022); Phase II — 6-10 Year CIP (2023-2027); and Phase III — 11-20 Year CIP (2028-2037).
A financial analysis will be conducted that will outline the actions and initiatives necessary to
carry out the CIP in a fiscally sound manner. Included in the financial analysis will be the
identification of alternate project phasing considerations and projections of revenues and
expenses based on a number of factors including historical operating results, anticipated
inflationary impacts, tenant lease provisions and terms, and anticipated operational changes
that could affect the airport’s financial performance.
8.3 Airport Development Plan
In addition to being listed and described in tabular format in the report, the proposed projects will be
identified on a drawing entitled "Airport Development Plan" that will graphically display all of the
planned projects by phase.
8.4 Develop Working Paper 3
Jviation will develop a detailed working paper describing the data collection and analysis efforts
comprised in Task 7.0 and Task 8.0. This working paper will be written in terms that are easily
understandable to a layperson and will serve as the basis of discussions with the PAC. Ultimately, the
Working Paper will also form the basis of two chapters of the Airport Master Plan that documents
the results of efforts associated with these tasks (see Task 9.1).
Task 8.0 Summary & Deliverables:
Task Product(s): A 20-year CIP for the Airport; an analysis of the Airport’s current leasing
agreements, including recommendations for potential modifications; Working Paper 3 that
summarizes the analysis efforts associated with Tasks 7.0 and Task 8.0 and their associated
sub-tasks.
Sponsor Task Responsibilities: The Sponsor will assist Jviation as required in reviewing
and updating Working Paper 3.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 29 of 33
Jviation Task Responsibilities: Jviation will produce an appropriate and reasonable 20-year
CIP for the Airport, in addition to a financial plan designed to guide development over the
long term. Jviation will produce Working Paper 3 in draft and final formats. Jviation will meet
with the airport to review and discuss Working Paper 3.
TASK 9.0 PROJECT DOCUMENTATION
In addition to the documentation described in previous tasks, the following documentation elements
are included in this project scope.
9.1 Draft and Final Master Plan Technical Report
An Airport Master Plan Technical Report will be prepared that meets the standards of FAA AC
150/5070-6B, Airport Master Plans. The report will be submitted in draft working papers (submitted in
PDF format) for review and comment by the Sponsor and MoDOT throughout the study as indicated
in previous tasks. (Draft deliverables also will be provided to MoDOT in MS Word as appropriate.)
The Master Plan Technical Report will generally follow the structure of this Scope of Work and will
include the following sections:
Chapter One: Introduction and Goals (based on Working Paper 1)
Chapter Two: Inventory of Existing Conditions (based on Working Paper 1)
Chapter Three: Aviation Activity Forecasts (based on Working Paper 1)
Chapter Four: Airfield Capacity and Facility Requirements (based on Working Paper 2)
Chapter Five: Development Alternatives and Recommended Plan (based on Working Paper 2)
Chapter Six: Airport Layout Plan (ALP) (based on Working Paper 3)
Chapter Seven: Program Implementation Plan (based on Working Paper 3)
Appendices: Public involvement program summary; additional backup data used for a
significant analysis will be included in the appendix
At the conclusion of the project, the Master Plan Technical Report will be produced as a bound,
8.5”x11” document with pull-out 11”x17” copies of the ALP drawing set for ease of reference. The
following quantities of the report will be produced:
ONE (1) hard copy each of draft Master Plan Technical Report to the Sponsor and MoDOT
for review and comment.
FIVE (5) hard copies of final Master Plan Technical Report to the Sponsor.
TWO (2) hard copies each of final Master Plan Technical Report to MoDOT.
Electronic files in PDF format of each project deliverable and the final technical report will
also be submitted to the Sponsor and MoDOT on an appropriate electronic storage device.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 30 of 33
The final Master Plan Report will be presented to the Sponsor for approval/adoption. Copies of the
Sponsor’s meeting minutes and/or other documentation describing the Sponsor’s action with respect
to the Airport Master Plan will be provided to MoDOT, as appropriate.
9.2 Executive Summary
A concise summary document, with graphics, will be produced for high level review of important
details, decisions and recommendations. Electronic files of the Executive Summary in Microsoft Word
and PDF format will be provided to the Sponsor, the Airport, and MoDOT.
9.3 Airports Geographic Information System (AGIS) Electronic Files
All electronic data prepared will be uploaded to the FAA AGIS website and provided to the Sponsor.
Task 9.0 Summary & Deliverables:
Task Product(s): A Master Plan Technical Report (draft and final); an executive summary;
and an electronic deliverable of the AGIS survey.
Sponsor Task Responsibilities: The Sponsor will assist Jviation as required in reviewing
and updating the various Master Plan Technical Report chapters in a timely manner.
Jviation Task Responsibilities: Jviation will actively coordinate with the Sponsor to
produce a Master Plan Technical Report (draft and final) and an executive summary; and will
provide the Sponsor with an electronic deliverable of the AGIS survey.
TASK 10.0 PROJECT MANAGEMENT / CONTRACT ADMINISTRATION
In addition to the study components and documentation described in previous tasks, the following
general tasks are identified for project management and contract administration.
10.1 Contract Preparation & Execution
Upon approval of the final scope and fee, Jviation will prepare the appropriate contract paperwork
and coordinate approval with the Sponsor. Jviation will initiate further consultant services upon
execution of the Contract, which shall coincidentally serve as the official Notice-to-Proceed.
10.2 Project Grant Applications
Jviation will prepare the necessary MoDOT grant application forms to be executed by the Airport
Sponsor and submitted to MoDOT. The forms are required in order for MoDOT to issue the grant for
the Airport Master Plan.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 31 of 33
10.3 Project Management and Coordination
Jviation will assist the Sponsor with various project management and contract administrative issues
that arise during the progress of the project, from initiation through project close-out. This effort
includes miscellaneous consultation with the Sponsor and MoDOT to discuss the status of the project;
misc. coordination with Jviation's sub-consultant(s); maintaining the project schedule; coordinating
funding issues relating to year-end expenditures for the Sponsor and the State; tracking DBE
participation on the project; filing and processing of invoices (including sub-consultants) and other
miscellaneous work items and coordination not captured in specific tasks noted above, including
assistance to the Sponsor for complying with Federal, State and Local audits involving project records
& files, project costs, schedule and other contract issues.
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 32 of 33
ATTACHMENT A FEE PROPOSAL
Jefferson City Memorial Airport
Airport Master Plan & ALP Update
February 16, 2018
Page 33 of 33
ATTACHMENT B SUBCONSULTANT SCOPE OF WORK
Scope and Fee Proposal
Digital Orthophotography, Topographic/Planimetric Mapping,
Obstruction Surveys, and Airports-GIS Services
Jefferson City Memorial Airport (JEF)
2/8/2018
Scope and Fee Proposal
Jefferson City Memorial Airport (JEF)
Digital Orthophotography, Topographic/Planimetric Mapping, Obstruction Surveys, and Airports-GIS Services
2/8/2018
1
PROJECT SUMMARY
CLIENT Joe Pestka
CLIENT CONTACT Jviation
CLIENT ADDRESS 931 Wildwood Drive, Suite 101
Jefferson City, MO 65109
PROJECT LOCATION Jefferson City Memorial Airport (JEF)
Martinez Geospatial, Inc. (MTZ) will provide Jviation with remote-sensing and photogrammetry
services in support of a Master Plan Update/ALP. The main objective of this effort will be to fulfill the
data-collection requirements for updating a paper ALP.
This proposal also includes tasks required to comply with FAA Airports-GIS program standards. All
survey and photogrammetry work will be accomplished in accordance with the following Advisory
Circulars:
AC-150/5300-16A (16A)
AC-150/5300-17C (17C)
AC-150/5300-18B (18B)
The Airports-GIS objective for this project is to collect and submit Safety-Critical data for the airport.
Furthermore, base-mapping (planimetric & topographic data) collected in support of the ALP update will
also be formatted and submitted to Airports-GIS. Specifically, acquisition of data will include an Airport
Airspace Analysis for the existing runways, NAVAID inventory & survey, Runway Ends & Profiles
survey, and collection (through remote-sensing) of planimetric & topographic data.
MTZ will fulfill the data collection, formatting, and delivery requirements of the FAA Airports-GIS
program. In general, MTZ’s approach to fulfilling the GIS requirements will be accomplishing those
required tasks as outlined in Table 2-1 (Survey Requirements Matrix) of 18B, Column “Airport
Layout Plan.”
PROJECT SPECIFICATIONS
STATE MISSOURI
COUNTY CALLAWAY
PROJECT TYPE AVIATION (AIRPORTS-GIS INCLUDED)
COORDINATE SYSTEM MISSOURI STATE PLANE – CENTRAL ZONE
HORIZONTAL DATUM NAD83
VERTICAL DATUM NAVD88 (GEOID12B)
FIELD-SURVEY PROVIDED BY JVIATION
MAPPING SCALE 1”=100’, 2’ CONTOURS
MAPPING FORMATS REQUIRED STANDARD CAD w/ DTM and AIRPORTS-GIS
ORTHO RES & PHOTO FORMAT 0.5’ GSD, TIF & TFW FORMAT
Scope and Fee Proposal
Jefferson City Memorial Airport (JEF)
Digital Orthophotography, Topographic/Planimetric Mapping, Obstruction Surveys, and Airports-GIS Services
2/8/2018
2
PROJECT AREA DEFINITION
The total project area consists of three major components:
AREA A Planimetric & Topographic Mapping Limit - This area defines
the limit for the compilation of planimetric & topographic data,
necessary for the ALP update.
AREA B Part 77/TSS Airspace Analysis Limits - Horizontal Limits of the
applicable the applicable Obstruction Identification Surfaces (OIS)
as defined by FAR Part 77 and AC-150/5300-13A.
AREA C
Airports-GIS Airspace Analysis Limits - Horizontal Limits of the
applicable Obstruction Identification Surfaces (OIS) as defined in
AC-150/5300-18B.
PROJECT TASKS
Project Planning/Project Management/FAA Airports-GIS Coordination/Field-Survey Consultation
MTZ will assist Jviation in developing, submitting, and gaining approval of the “Statement of Work” for
the project through the ADO and FAA Airports-GIS. MTZ will develop, submit, and gain approval of the
“Imagery/Remote Sensing Plan” and the “Survey & Quality Control Plan” required by the FAA Airports-
GIS Program. MTZ will work with the field-surveyor to obtain necessary FAA Report information
regarding field-survey, including methodologies and equipment specifications.
Aerial Imagery Acquisition
New color aerial imagery will be captured for all areas defined in the PROJECT AREA DEFINITION
section of this proposal utilizing a digital photogrammetric camera. The aerial imagery acquisition flight
mission will be executed in accordance with all guidelines and specifications within FAA AC 150/5300-
17C.
The aerial imagery acquisition flight mission will consist of a single “block” of imagery, collected to the
following specifications:
IMAGERY RESOLUTION
PURPOSE/USE
10cm
Covering the entire airspace analysis area / full horizontal extents
of the Part 77/TSS Surfaces and AGIS Surfaces. This imagery will
be utilized for obstruction surveys/airspace analysis. This imagery
also will be utilized for the planimetric/topographic data collection
task.Ortho-imagery will also be generated of this area.
Upon completion of the flight mission, the imagery will be reviewed through in-house Quality Assurance
procedures for photogrammetric acceptability and compliance with AC 150/5300-17C requirements.
Scope and Fee Proposal
Jefferson City Memorial Airport (JEF)
Digital Orthophotography, Topographic/Planimetric Mapping, Obstruction Surveys, and Airports-GIS Services
2/8/2018
3
Geodetic Control / Validate PACS & SACS (JVIATION TASK)
There is currently one PACS monument and two SACS monuments published for the airport. This
project will validate/utilize these monuments to serve as the project tie to the NSRS. If the existing
PACS/SACS monuments are determined to be damaged or the validation is unsuccessful the surveyors
will establish temporary geodetic control points, as required. Geodetic data will be tied to the NSRS
using the latest published adjustment (2011).
Following are the specific PACS & SACS locations to be used:
Station Type Designation PID Horizontal
Datum
Vertical Datum GEOID
PACS JEF ARP AD9628 NAD83(2011) NAVD88 GEOID12B
SACS JEF AP STA B2 AD 9631 NAD83(2011) NAVD88 GEOID12B
SACS JEF C AI4754 NAD83(2011) NAVD88 GEOID12B
Survey Imagery Photo Control (JVIATION TASK)
A combination of photo-identifiable control points and artificial targets will be selected or set/surveyed
for use as imagery ground control. Jviation will provide field-survey services for this task. Imagery
Control will be set, surveyed (properly tied to NSRS), and documented in accordance with AC-
150/5300-17C and FAA Airports-GIS requirements. Ground Control data and documentation will be
submitted to FAA Airports-GIS along with the AP Acquisition Report.
Aero Triangulation
The digital aerial imagery will be imported onto a digital photogrammetric workstation where it will be
oriented with field-surveyed ground control. This procedure will establish both horizontal and vertical
control for orienting individual photogrammetric models. This orientation will be accomplished using
Soft Copy Aerial Triangulation methods.
Create Digital Ortho Imagery
Digital orthophotos will be produced to meet the needs of Jviation and the Airport as well as to comply
with the requirements of the FAA Airports-GIS program and AC 150/5300-17C. One set of ortho
imagery will be produced, covering the following defined areas and meeting the following specifications:
RESOLUTION COVERAGE LIMIT
0.50’ GSD AREA A
Runway Surveys (JVIATION TASK)
Jviation will accomplish survey of both runways at JEF (09/27 & 12/30). Survey tasks will include survey
of runway-end-points and runway-profiles. For each runway-end-point, a monument will be set,
surveyed, and documented in accordance with AC-150/5300-18B. Runway-centerline-profiles will be
surveyed at 50-foot stations. Runway survey data will be utilized for the Airport Airspace
Analysis/Obstruction Surveys task. Runway survey data will be properly formatted by MTZ and reported
in the FAA Airports-GIS deliverable.
Scope and Fee Proposal
Jefferson City Memorial Airport (JEF)
Digital Orthophotography, Topographic/Planimetric Mapping, Obstruction Surveys, and Airports-GIS Services
2/8/2018
4
NAVAID Surveys (JVIATION TASK)
Jviation will accomplish survey of NAVAIDs associated with JEF. Each NAVAID will be surveyed and
documented in accordance with AC-150/5300-18B. NAVAID survey data will be properly formatted by
MTZ and reported in the FAA Airports-GIS deliverable. The NAVAID Survey will include the following:
Airport Beacon 9 PAPI
27 PAPI 9 REILS
27 REILS 12 VASI
30 VASI 12 REILS
30 MALSR 30 LOCALIZER & DME
30 GLIDESLOPE 30 LOM (OUTER MARKER & NDB)
Airport Airspace Analysis/Obstruction Surveys
18B/AGIS
An Airport Airspace Analysis will be performed in accordance with AC 150/5300-18B. This task will be
performed in order to comply with the requirements of the FAA Airports-GIS Program for projects
involving Airport Layout Plan updates. The Airport Airspace Analysis will meet the following
specifications:
RUNWAY ANALYSIS TYPE
09/27 Runways-Without-Vertical-Guidance
12/30 Runways-With-Vertical-Guidance
Formatting of final reported 18B/AGIS obstacles will adhere to the specifications of AC 150/5300-18B,
Chapter 5 Airport Data Features.
Part 77/TSS
An FAR Part 77 & Threshold Siting Obstruction Survey will be performed in support of the Airport Layout
Plan Update. Using the digital stereo imagery, the prescribed Part 77/TSS Obstruction-Identification-
Surfaces will be examined and analyzed to identify natural and manmade objects penetrating the
surfaces. The Part 77/TSS Obstruction Survey will meet the following specifications:
RUNWAY ANALYSIS TYPE
09/27 Visual-Other-Than-Utility (BV)
12 Non-Precision-Instrument-C (NPI-C)
30 Precision-Instrument-Runway (PIR)
09 TSS TBD (AC 150/5300-13A, Table 3-2)
27 TSS TBD (AC 150/5300-13A, Table 3-2)
12 TSS TBD (AC 150/5300-13A, Table 3-2)
30 TSS TBD (AC 150/5300-13A, Table 3-2)
Scope and Fee Proposal
Jefferson City Memorial Airport (JEF)
Digital Orthophotography, Topographic/Planimetric Mapping, Obstruction Surveys, and Airports-GIS Services
2/8/2018
5
Part 77/TSS Collection Criteria
The obstruction-identification-surfaces, defined in the previous section, will be digitally referenced with
the 3D Stereo Imagery. Using the 3D imagery, trained technicians will visually examine all surfaces and
collect X-Y-Z point data for objects seemingly meeting collection criteria. Collected data will then be
mathematically analyzed against the surfaces using custom script processes to produce a final dataset.
Multiple Quality-Assurance processes are performed for obstruction data through the project life cycle to
ensure accuracy and completeness. Data will be collected to fulfill the following criteria:
1) A single X-Y-Z point will be collected / analyzed for any manmade or natural object penetrating
a surface. The point will be placed on the highest point of the object. The X-Y location will
correspond to the horizontal position of the highest portion of the object, not necessarily the
center or middle.
2) If a large group of trees or terrain (obstruction area) is found to penetrate a surface,
representative selection criteria will be used. In this case, the obstruction area will be outlined
with a bounding polygon in order to represent the horizontal extents of the area. A grid will then
be overlaid on the area. Within each grid sector, the highest object will be collected. Within the
primary surface, the transitional surface, and within the first 5,000 feet of the approach surface,
100-foot grid spacing will be used. Within 10,000 feet of the approach surface, but outside
5,000 feet, 200-foot grid spacing will be used. 200-foot grid spacing will also be used within the
horizontal surface. Outside of 10,000 feet of the approach surface and within the conical
surface, 500-foot grid spacing will be used.
3) Within the first 2,500 feet of the approach area, all significant objects will be collected,
regardless of penetration value. This will include the following objects:
a. Roadways (with the prescribed Part 77 vertical offsets applied)
b. Railroads (with the prescribed Part 77 vertical offsets applied)
c. Towers
d. Poles
e. Buildings
f. Major natural features (river, ditch, hill, bluff)
DELIVERABLE DESCRIPTION
AutoCAD FILE This file will contain the following pieces of data:
1) Obstruction Surface Linework
2) Obstruction X-Y-Z Points (with description, number, & elevation)
3) Obstruction Area Polygon (if applicable)
4) Obstruction Area Grid (if applicable)
SPREADSHEET
(EXCEL)
This file will contain the following pieces of data:
Object type
Object number (corresponding to CAD File)
Northing / Easting / Elevation
Height-Above-Runway-End
Height-Above-Touchdown-Zone
Height-Above-Airport-Elevation
Distance-to-Runway-End
Distance-From-Runway-Centerline (and direction)
Penetration Value
Surface Affected
Scope and Fee Proposal
Jefferson City Memorial Airport (JEF)
Digital Orthophotography, Topographic/Planimetric Mapping, Obstruction Surveys, and Airports-GIS Services
2/8/2018
6
Planimetric & Topographic Mapping Compilation
Utilizing the aerotriangulated digital imagery, photographic stereo pairs will be oriented and compiled on
digital photogrammetric workstations within AREA A. Mapping data will be compiled meeting the
following specifications:
PLANIMETRIC DATA SCALE 1”=100’ SCALE (CLASS II STANDARDS)
TOPOGRAPHIC DATA SCALE 2’ CONTOUR INTERVAL (CLASS II STANDARDS)
MAPPING DELIVERABLE FORMAT
PLANIMETRIC FILE AUTOCAD (Other formats available upon request)
CONTOUR FILE AUTOCAD (Other formats available upon request)
DIGITAL-TERRAIN-MODEL FILE AUTOCAD (Other formats available upon request)
Planimetric data collection will include the following features:
Building Footprints (no 3D roofs, however building spot heights will be provided)
Pavement Edges
Roadway Edges and Crown
Tall Antennas
NAVAIDS (includes both electronic and visual NAVAIDS/Approach Light Systems)
Vegetation Outlines (Groups/Areas only)
Movement-Area Paint Markings
Airfield Signs
Airfield Lights
Utility Poles
Fences, including Perimeter Fence
The following features will not be collected as part of the planimetric collection:*
Utility boxes
Manholes
Landside pavement paint-markings
Miscellaneous/small concrete pads
Off airport signs
The CAD products defined above will be delivered directly to Jviation for the updating of ALP drawings.
Scope and Fee Proposal
Jefferson City Memorial Airport (JEF)
Digital Orthophotography, Topographic/Planimetric Mapping, Obstruction Surveys, and Airports-GIS Services
2/8/2018
7
Mapping Edit and GIS Formatting
In addition to generating mapping data in CAD formats, all collected data will be edited and formatted in
the appropriate AGIS format. In terms of GIS-attributes, MTZ will be responsible for populating all
geospatial-related and/or critical attributes required for upload. Delivery of completed AGIS files will be
made directly to FAA-AGIS. In general terms, the final AGIS file created by MTZ will include both
Safety-Critical and Non-Safety-Critical Data. This includes the following:
1) Safety-Critical
a. Airport Airspace Analysis Data (Obstructions)
b. Runway Survey Data
c. NAVAID Survey Data
2) Non-Safety-Critical
a. Planimetric Data
b. Topographic Data
Final GIS data will meet the following specifications:
GIS DATA-MODEL UTILIZED FAA Airports-GIS (AC 150/5300-18B, Chapter 5)
GIS DELIVERY FORMAT ArcGIS Shapefile
Airports-GIS Data Submission and Final Reporting
All data will be formatted into compliant Airports-GIS format and prepared for submission. Prior to
submission, the survey-files will be tested using the FAA’s survey-file-test tool in order to ensure
acceptability. A “Final Report” will be generated in accordance with Advisory Circular 150/5300-18B
and submitted with the final project file. Project close-out will also consist of ensuring receipt and
acceptance of the obstruction survey and digital mapping data by Jviation, the FAA and NGS.
Scope and Fee Proposal
Jefferson City Memorial Airport (JEF)
Digital Orthophotography, Topographic/Planimetric Mapping, Obstruction Surveys, and Airports-GIS Services
2/8/2018
8
DELIVERABLE OVERVIEW
DELIVERABLE NOTES
FAA AIRPORTS-GIS STATEMENT-OF-WORK MTZ WILL SUBMIT
FAA AIRPORTS-GIS IMAGERY PLAN MTZ WILL SUBMIT
FAA AIRPORTS-GIS SURVEY/QUALITY CONTROL PLAN MTZ WILL SUBMIT
AP ACQUISITION REPORT (RAW AERIAL IMAGERY,
CONTROL DATA, AND A.T. REPORT)
MTZ WILL SUBMIT
AIRPORTS-GIS AIRPORT AIRSPACE ANALYSIS DATA SHAPEFILE Format
PART 77/TSS DATA AutoCAD/Excel Format
PLANIMETRIC MAPPING DATA AutoCAD (Standard Formatting of Data)
TOPOGRAPHIC MAPPING DATA AutoCAD (Standard Formatting of Data)
COMPREHENSIVE AIRPORTS-GIS COMPLIANT DATA
FILE, INCLUDING:
1) Safety Critical Data (Airspace, Runways, NAVAID)
2) Non-Safety-Critical Data (Plan/Topo Mapping)
SHAPEFILE Format
DIGITAL ORTHO IMAGERY OF AREA ‘A’ (0.50’ GSD) MULTIPLE COPIES WILL BE PROVIDED
FAA AIRPORTS-GIS FINAL REPORT MTZ WILL SUBMIT
Scope and Fee Proposal
Jefferson City Memorial Airport (JEF)
Digital Orthophotography, Topographic/Planimetric Mapping, Obstruction Surveys, and Airports-GIS Services
2/8/2018
9
FEE SCHEDULE
It is understood that compensation for this project will be on a LUMP SUM basis. MTZ will invoice
Jviation monthly based on percent-complete of each category below. The following is a proposed fee
schedule based on major production processes/work category:
TASK
FEE
Project Planning/Project Management/FAA Airports-GIS Coordination/Field-
Survey Consultation
$5,192.10
Imagery Acquisition (Flight Mission)
$11,858.00
Aerotriangulation
$1,944.00
Orthophoto Production (0.50’ GSD)
$5,100.00
Planimetric/Topographic Mapping
$11,881.32
Airspace Analysis/Obstruction Survey (Airports-GIS, Part 77, TSS)
$7,920.00
Mapping Edit, GIS Formatting / FAA Compliance (Mapping & Obstruction Survey)
$7,308.84
TOTAL
$ 51,204.26
Area A - Planimetric/Topographic Mapping Limit
2915 Waters Road Suite 100Eagan, Minnesota 55121Tel: 651.686.8424 Fax: 651.686.8389
MTZ | Martinez Geospatial
Red Limit - Planimetric/Topographic Mapping Limit
Blue Limit - 0.50' GSD Ortho Imagery Limit
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
Exhibit II -1
.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
Exhibit IIA -1
EXHIBIT IIA
CURRENT FAA ADVISORY CIRCULARS REQUIRED FOR USE IN AIP FUNDED
PROJECTS
Updated February 19, 2018
View the most current versions of these ACs and any associated changes at
http://www.faa.gov/airports/resources/advisory_circulars/.
NUMBER TITLE
70/7460-1L Obstruction Marking and Lighting
150/5020-1 Noise Control and Compatibility Planning for Airports
150/5070-6B
Change 2
Airport Master Plans
150/5070-7
Change 1
The Airport System Planning Progress
150/5100-13B Development of State Standards for Non Primary Airports
150/5200-28F Notices to Airmen (NOTAMS) for Airport Operations
150/5200-30D Airport Winter Safety and Operations
150/5200-31C
Changes 1-2
Airport Emergency Plan
150/5210-5D Painting, Marking and Lighting of Vehicles Used on an Airport
150/5210-7D Aircraft Rescue and Fire Fighting Communications
150/5210-13C Airport Water Rescue Plans and Equipment
150/5210-14B Airport Rescue Fire Fighting Equipment, Tools and Clothing
150/5210-15A Airport Rescue and Firefighting Station Building Design
150/5210-18A Systems for Interactive Training of Airport Personnel
150/5210-19A Driver’s Enhanced Vision System (DEVS) Ground Vehicle Operations on
Airports
150/5220-10E Guide Specification for Aircraft Rescue and Fire Fighting (ARFF) Vehicles
150/5220-16D Automated Weather Observing Systems (AWOS) for Non-Federal Applications
150/5220-17B Aircraft Rescue and Fire Fighting (ARFF) Training Facilities
150/5220-18A Buildings for Storage and Maintenance of Airport Snow and Ice Control
Equipment and Materials
150/5220-20A Airport Show and Ice Control Equipment
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
Exhibit IIA -2
150/5220-21C Aircraft Boarding Equipment
150/5220-22B Engineered Materials Arresting Systems (EMAS) for Aircraft Overruns
150/5220-23 Frangible Connections
150/5220-24 Foreign Object Debris Detection Equipment
150/5220-25 Airport Avian Radar Systems
150/5220-26
Change 1
Airport Ground Vehicle Automatic Dependent Surveillance – Broadcast (ADS-
B) Out Squitter Equipment
150/5300-7B FAA Policy on Facility Relocations Occasioned by Airport Improvements or
Changes
150/5300-13 A
Change 1
Airport Design
150/5300-14C Design of Aircraft Deicing Facilities
150/5300-16A General Guidance and Specifications for Aeronautical Surveys: Establishment
of Geodetic Control and Submission to the National Geodetic Survey
150/5300-17C Standards for Using Remote Sensing Technologies in Airport Surveys
150/5300-18B
Change 1
General Guidance and Specifications for Submission of Aeronautical Surveys
to NGS: Field Data Collection and Geographic Information System (GIS)
Standards
150/5300-19 Airport Data and Information Program
105/5320-5D Airport Drainage Design
150/5320-6F Airport Pavement Design and Evaluation
150/5320-12C
Changes 1-8
Measurement, Construction, and Maintenance of Skid Resistant Airport
Pavement Surfaces
150/5320-15A Management of Airport Industrial Waste
150/5235-4B Runway Length Requirements for Airport Design
150/5335-5C Standardized Method of Reporting Airport Pavement Strength-PCN
150/5340-1L Standards for Airport Markings
150/5340-5D Segmented Circle Airport Marker System
150/5340-18F Standards for Airport Sign Systems
150/5340-26C Maintenance of Airport Visual Aid Facilities
150/5340-30J Design and Installation Details for Airport Visual Aids
150/5345-3G Specification for L-821, Panels for the Control of Airport Lighting
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
Exhibit IIA -3
150/5345-5B Circuit Selector Switch
150/5345-7F Specification for L-824 Underground Electrical Cable for Airport Lighting
Circuits
150/5345-10H Specification for Constant Current Regulators and Regulator Monitors
150/5345-12F Specification for Airport and Heliport Beacons
150/5345-13B Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of
Airport Lighting Circuits
150/5345-26D FAA Specification for L-823 Plug and Receptacle, Cable Connectors
150/5345-27E Specification for Wind Cone Assemblies
150/5345-28G Precision Approach Path Indicator (PAPI) Systems
150/5345-39D Specification for L-853, Runway and Taxiway Retro reflective Markers
150/5345-42H Specification for Airport Light Bases, Transformer Housings, Junction Boxes,
and Accessories
150/5345-43H Specification for Obstruction Lighting Equipment
150/5345-44K Specification for Runway and Taxiway Signs
150/5345-45C Low-Impact Resistant (LIR) Structures
150/5345-46E Specification for Runway and Taxiway Light Fixtures
150/5345-47C Specification for Series to Series Isolation Transformers for Airport Lighting
Systems
150/5345-49C Specification L-854, Radio Control Equipment
150/5345-50B Specification for Portable Runway and Taxiway Lights
150/5345-51B Specification for Discharge-Type Flasher Equipment
150/5345-52A Generic Visual Glideslope Indicators (GVGI)
150/5345-53D Airport Lighting Equipment Certification Program
150/5345-54B Specification for L-884 Power and Control Unit for Land and Hold Short
Lighting Systems
150/5345-55A Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway
Closure
150/5345-56B Specification for L-890 Airport Lighting Control and Monitoring System
(ALCMS)
150/5360-12F Airport Signing & Graphics
150/5360-13
Change 1
Planning and Design Guidance for Airport Terminal Facilities
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
Exhibit IIA -4
150/5360-14A Access to Airports by Individuals with Disabilities
150/5370-2G Operational Safety on Airports During Construction
150/5370-10G Standards for Specifying Construction of Airports
150/5370-11B Use of Nondestructive Testing in the Evaluation of Airport Pavements
150/5370-12B Quality Management for Federally Funded Airport Construction Projects
150/5370-13A Off-Peak Construction of Airport Pavements Using Hot-Mix Asphalt
150/5370-15B Airside Applications for Artificial Turf
150/5370-16 Rapid Construction of Rigid (Portland Cement Concrete) Airfield Pavements
150/5370-17 Airside Use of Heated Pavement Systems
150/5380-7B Airport Pavement Management Program
150/5380-9 Guidelines and Procedures for Measuring Airfield Pavement Roughness
150/5390-2C Heliport Design
150/5395-1A Seaplane Bases
150/5100-14E Architectural, Engineering, and Planning Consultant Services for Airport Grant
Projects
150/5100-17
Changes 1 – 6
Land Acquisition and Relocation Assistance for Airport Improvement Program
Assisted Projects
150/5300-9B Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects
150/5300-15A Use of Value Engineering for Engineering Design of Airports Grant Projects
150/5320-17A Airfield Pavement Surface Evaluation and Rating (PASER) Manuals
150-5370-6D Construction Progress and Inspection Report – Airport Improvement Program
(AIP)
150-5370-12B Quality Control of Construction for Airport Grant Projects
MoDOT MoDOT DBE Program- http://www.modot.org/ecr/index.htm
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
Exhibit III -1
EXHIBIT III
SERVICES PROVIDED BY THE SPONSOR
The Sponsor, as a part of this Agreement, shall provide the following:
1. Assist the Consultant in arranging to enter upon public and private property as
required for the Consultant to perform his services.
2. Obtain approvals and permits from all governmental entities having jurisdiction
over the project and such approvals and consents from others as may be
necessary for completion of the project.
3. Prompt written notice to the Consultant whenever the Sponsor observes or
knows of any development that affects the scope or timing of the Consultant's
services.
4. One (1) copy of existing plans, standard drawings, bid item numbers, reports or
other data the Sponsor may have on file with regard to this project.
5. All payments to landowners or tenants associated with the acquisition of the
required property rights prior to or concurrent with closing.
6. All staff, procedures and activities related to acquiring the property , including but
not limited to appraisals, reviews, negotiations, relocation assistance and
eminent domain.
7. Pay all publishing costs for advertisements of notices, public hearings, request
for proposals and other similar items. The Sponsor shall pay for all permits and
licenses that may be required by local, state or federal authorities, and shall
secure the necessary land easements and/or rights-of-way required for the
project.
8. Issue Notice to Airmen (NOTAM's) through the applicable FAA Flight Service
Station.
9. Disadvantaged business enterprise (DBE) goals for the project based upon
proposed bid items, quantities and opinions of construction costs.
10. Guidance for assembling bid package to meet Sponsor’s bid letting
requirements.
11. Designate contact person (see Section (23)(A)).
12. Pay costs for title searches.
Airport: Jefferson City Memorial
MoDOT Project No.: 18-040B-1
Exhibits IV and V - 1
EXHIBIT IV
DERIVATION OF CONSULTANT PROJECT COSTS
EXHIBIT V
ENGINEERING BASIC AND SPECIAL SERVICES-COST BREAKDOWN
DERIVATION OF CONSULTANT PROJECT COSTS
JEFFERSON CITY MEMORIAL AIRPORT
JEFFERSON CITY, MISSOURI
PHASE I PLANNING SERVICES
February 19, 2018
1 DIRECT SALARY COSTS:
TITLE HOURS RATE/HOUR COST ($)
Principal 0 $80.00 $0.00
Project Manager 168 69.00 11,592.00
Survey Dept. Manager 52 69.00 3,588.00
Planner II 752 40.00 30,080.00
Surveyor I 160 28.00 4,480.00
CAD/GIS II 398 28.00 11,144.00
Project Coordinator 172 28.00 4,816.00
Admin Support 94 21.00 1,974.00
Total Direct Salary Costs = $67,674.00
2 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD:
Percentage of Direct Salary Costs @ 191.20 % = $129,394.00
3 SUBTOTAL:
Items 1 and 2 = $197,068.00
4 PROFIT:
15% of Item 3 Subtotal* = $29,560.00
*Note: 0-15% Typical
Subtotal $226,628.00 Lump Sum Fee
5 OUT-OF-POCKET EXPENSES:
a. Mileage 1300 Miles @ $0.545 / Mile = $709.00
b. Meals 10 Days @ $51.00 / Day = $510.00
c. Motel*8 Nights @ $110.00 / Night= $880.00
d. Travel and Airline C 0 Trips @ $500.00 / Trip = $0.00
e. Miscellaneous (printing, shipping, etc…) = $3,323.00
*Includes estimated taxes and fees for lodging
Total Out-of-Pocket Expenses = $5,422.00 Not to Exceed
6 SUBCONTRACT COSTS:
a. MTZ/Martinez Geospatial =$51,204.26
b. Travel Insights, Inc.=
c. MTZ/Martinez Geospatial =
= $51,204.00 Not to exceed
7 MAXIMUM TOTAL FEE:
Items 1, 2, 3, 4, 5 and 6 = $283,254.00 Not to exceed
EXHIBIT IV
Exhibit IV - 1 updated 12/2011
DERIVATION OF CONSULTANT PROJECT COSTS
JEFFERSON CITY MEMORIAL AIRPORT
JEFFERSON CITY, MISSOURI
PLANNING SERVICES
February 14, 2018
1 DIRECT SALARY COSTS:
TITLE HOURS RATE/HOUR COST ($)
Project Manager 30 $57.67 $1,730.10
Production Manager 40 40.00 1,600.00
Senior Photogrammetrist 38 27.00 1,026.00
Geospatial Technician 1 120 25.00 3,000.00
Geospatial Technician 2 180 22.00 3,960.00
Geospatial Technician 3 85 20.00 1,700.00
CAD Editor 40 25.00 1,000.00
Total Direct Salary Costs = $14,016.10
2 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD:
Percentage of Direct Salary Costs @ 155.20 % = $21,753.19
3 SUBTOTAL:
Items 1 and 2 = $35,769.33
4 PROFIT:
_10___ % of Item 3 Subtotal* = $3,576.93
*Note: 0-15% Typical
Subtotal $39,346.26 Lump Sum Fee
5 OUT-OF-POCKET EXPENSES:
a. Mileage 0 Miles @ $0.00 / Mile = $0.00
b. Meals 0 Days @ $0.00 / Day = $0.00
c. Motel 0 Nights @ $0.00 / Night= $0.00
d. Computer 0 Hours @ $0.00 / Hour =$0.00
e. Materials and Supplies = $0.00
Total Out-of-Pocket Expenses = $0.00 Not to Exceed
6 SUBCONTRACT COSTS:
Keystone Aerial - Raw Aerial Imagery Acquisition =$11,858.00
b. Name of firm: type of work =$0.00
c. Name of firm: type of work =$0.00
= $11,858.00 Not to exceed
7 MAXIMUM TOTAL FEE:
Items 1, 2, 3, 4, 5 and 6 = $51,204.26 Not to exceed
EXHIBIT IV
Exhibit IV - 1 updated 12/2011
MARTINEZ GEOSPATIAL
LO
C
A
T
I
O
N
:
J
e
f
f
e
r
s
o
n
C
i
t
y
M
e
m
o
r
i
a
l
A
i
r
p
o
r
t
CL
I
E
N
T
:
C
i
t
y
o
f
J
e
f
f
e
r
s
o
n
,
M
i
s
s
o
u
r
i
PR
O
J
E
C
T
D
E
S
C
R
I
P
T
I
O
N
:
A
i
r
p
o
r
t
M
a
s
t
e
r
P
l
a
n
SU
M
M
A
R
Y
F
E
E
P
R
O
P
O
S
A
L
B
Y
T
A
S
K
1.
0
S
t
u
d
y
D
e
s
i
g
n
$2
,
4
5
8
$
0
$
0
$
2
,
4
5
8
0
.
9
%
2.
0
P
u
b
l
i
c
O
u
t
r
e
a
c
h
P
r
o
g
r
a
m
$1
9
,
4
6
3
$
0
$
0
$
1
9
,
4
6
3
6
.
9
%
3.
0
I
n
v
e
n
t
o
r
y
o
f
E
x
i
s
t
i
n
g
C
o
n
d
i
t
i
o
n
s
$5
2
,
3
4
9
$
5
1
,
2
0
4
$
0
$1
0
3
,
5
5
3
36.6%
4.
0
F
o
r
e
c
a
s
t
s
o
f
A
v
i
a
t
i
o
n
A
c
t
i
v
i
t
y
$
1
6
,
1
2
8
$
0
$
0
$
1
6
,
1
2
8
5
.
7
%
5.
0
D
e
m
a
n
d
/
C
a
p
a
c
i
t
y
A
n
a
l
y
s
i
s
a
n
d
F
a
c
i
l
i
t
y
R
e
q
u
i
r
e
m
e
n
t
s
$1
6
,
4
6
3
$
0
$
0
$1
6
,
4
6
3
5.8%
6.
0
A
l
t
e
r
n
a
t
i
v
e
s
A
n
a
l
y
s
i
s
$3
9
,
4
5
6
$
0
$
0
$3
9
,
4
5
6
13.9%
7.
0
A
i
r
p
o
r
t
L
a
y
o
u
t
P
l
a
n
(
A
L
P
)
$5
2
,
8
5
8
$
0
$
0
$5
2
,
8
5
8
18.7%
8.
0
I
m
p
l
e
m
e
n
t
a
t
i
o
n
P
l
a
n
$6
,
7
5
1
$
0
$
0
$6
,
7
5
1
2.4%
9.
0
P
r
o
j
e
c
t
D
o
c
u
m
e
n
t
a
t
i
o
n
$1
5
,
9
8
1
$
0
$
0
$1
5
,
9
8
1
5.6%
10
.
0
P
r
o
j
e
c
t
M
a
n
a
g
e
m
e
n
t
&
C
o
n
t
r
a
c
t
A
d
m
i
n
i
s
t
r
a
t
i
o
n
$4
,
7
2
2
$
0
$
0
$4
,
7
2
2
1.7%
Re
i
m
b
u
r
s
a
b
l
e
E
x
p
e
n
s
e
s
$5
,
4
2
2
$
5
,
4
2
2
1
.
9
%
TO
T
A
L
P
L
A
N
N
I
N
G
F
E
E
S
$2
3
2
,
0
4
9
$
5
1
,
2
0
4
$
0
$
2
8
3
,
2
5
4
1
0
0
.
0
%
DE
T
A
I
L
E
D
H
O
U
R
L
Y
F
E
E
P
R
O
P
O
S
A
L
Ta
s
k
JO
B
C
L
A
S
S
I
F
I
C
A
T
I
O
N
Pr
i
n
c
i
p
a
l
P
r
o
j
e
c
t
M
a
n
a
g
e
r
Su
r
v
e
y
Ma
n
a
g
e
r
P
l
a
n
n
e
r
I
I
S
u
r
v
e
y
o
r
I
C
A
D
/
G
I
S
Project Coordinator
A
d
m
i
n
S
u
p
p
o
r
t
T
o
t
a
l
H
o
u
r
s
C
o
s
t
S
u
m
m
a
r
y
HO
U
R
L
Y
B
U
R
D
E
N
E
D
R
A
T
E
$
2
6
7
.
9
0
$
2
3
1
.
0
7
$
2
3
1
.
0
7
$
1
3
3
.
9
5
$
9
3
.
7
7
$
9
3
.
7
7
$
9
3
.77
$
7
0
.
3
2
1.
0
S
t
u
d
y
D
e
s
i
g
n
1.
1
P
r
e
l
i
m
i
n
a
r
y
P
l
a
n
n
i
n
g
22
4
$
0
$
0
$
7
3
0
1.
2
P
r
e
l
i
m
i
n
a
r
y
M
a
s
t
e
r
P
l
a
n
G
o
a
l
s
a
n
d
A
i
r
p
o
r
t
I
s
s
u
e
s
2
2
4
$
0
$
0
$
7
3
0
1.
3
E
s
t
a
b
l
i
s
h
P
l
a
n
n
i
n
g
A
d
v
i
s
o
r
y
C
o
m
m
i
t
t
e
e
0$0
1.
3
C
o
n
s
u
l
t
a
n
t
T
e
a
m
C
o
o
r
d
i
n
a
t
i
o
n
2
4
6
$
0
$
0
$
9
9
8
Su
b
t
o
t
a
l
‐
T
a
s
k
1
0
6
08
0
0
0
0
1
4
$
0
$
0
$2,458
2.
0
P
u
b
l
i
c
O
u
t
r
e
a
c
h
P
r
o
g
r
a
m
2.
1
C
i
t
y
C
o
u
n
c
i
l
c
o
o
r
d
i
n
a
t
i
o
n
0
$
0
$
0
$
0
2.
2
S
t
a
k
e
h
o
l
d
e
r
O
u
t
r
e
a
c
h
C
o
o
r
d
i
n
a
t
i
o
n
‐
P
A
C
1
2
2
4
1
2
9
5
7
$
0
$
0
$
7
,
9
5
7
2.
3
S
u
r
v
e
y
s
O
f
A
i
r
p
o
r
t
T
e
n
a
n
t
s
&
U
s
e
r
s
4
1
6
1
6
3
6
$
0
$
0
$
4
,
5
6
8
2.
4
P
u
b
l
i
c
O
u
t
r
e
a
c
h
M
a
t
e
r
i
a
l
s
8
2
4
8
1
2
5
2
$
0
$
0
$
6
,
9
3
9
Su
b
t
o
t
a
l
‐
T
a
s
k
2
0
2
4
0
6
4
0
2
0
3
7
0
1
4
5
$
0
$
0
$
1
9
,
4
6
3
3.
0
I
n
v
e
n
t
o
r
y
o
f
E
x
i
s
t
i
n
g
C
o
n
d
i
t
i
o
n
s
3.
1
C
o
l
l
e
c
t
&
R
e
v
i
e
w
E
x
i
s
t
i
n
g
D
o
c
u
m
e
n
t
a
t
i
o
n
2
1
6
2
4
4
2
$
0
$
0
$
4
,
8
5
6
3.
2
E
x
i
s
t
i
n
g
A
i
r
p
o
r
t
F
a
c
i
l
i
t
i
e
s
I
n
v
e
n
t
o
r
y
2
1
6
8
2
6
$
0
$
0
$
3
,
3
5
6
3.
3
R
e
g
i
o
n
a
l
S
e
t
t
i
n
g
a
n
d
L
a
n
d
U
s
e
4
4
$
0
$
0
$
5
3
6
3.
4
E
x
i
s
t
i
n
g
E
n
v
i
r
o
n
m
e
n
t
a
l
C
o
n
d
i
t
i
o
n
s
2
1
2
1
4
$
0
$
0
$
2
,
0
7
0
3.
5
R
e
g
i
o
n
a
l
S
o
c
i
o
e
c
o
n
o
m
i
c
C
o
n
d
i
t
i
o
n
s
4
4
$
0
$
0
$
5
3
6
3.
6
H
i
s
t
o
r
i
c
a
l
A
v
i
a
t
i
o
n
A
c
t
i
v
i
t
y
2
8
8
1
8
$
0
$
0
$
2
,
2
8
4
3.
7
A
i
r
p
o
r
t
F
i
n
a
n
c
i
a
l
C
o
n
d
i
t
i
o
n
6
6
4
1
6
$
0
$
0
$
2
,
5
6
5
3.
8
A
G
I
S
S
u
r
v
e
y
&
O
b
s
t
r
u
c
t
i
o
n
s
A
n
a
l
y
s
i
s
52
1
6
1
6
0
4
9
4
3
2
6
$
5
1
,
2
0
4
$
0
$
8
7
,
3
5
1
Su
b
t
o
t
a
l
‐
T
a
s
k
3
0
1
4
5
2
8
2
1
6
0
0
4
8
9
4
4
5
0
$
5
1
,
2
0
4
$
0
$
1
0
3
,
5
5
3
Pl
a
n
n
i
n
g
F
e
e
P
r
o
p
o
s
a
l
Pr
i
m
e
F
e
e
S
U
B
?
?
S
U
B
1
To
t
a
l
Es
t
i
m
a
t
e
d
Percent of Total Fee
2/
2
3
/
2
0
1
8
Page 1 of 3 L:\JEF\MP‐ALP Update\A. Project Management\02 Fee\JEF Master Pl an v3_2‐23‐18.xlsx
Ta
s
k
JO
B
C
L
A
S
S
I
F
I
C
A
T
I
O
N
Pr
i
n
c
i
p
a
l
P
r
o
j
e
c
t
M
a
n
a
g
e
r
Su
r
v
e
y
Ma
n
a
g
e
r
P
l
a
n
n
e
r
I
I
S
u
r
v
e
y
o
r
I
C
A
D
/
G
I
S
Project Coordinator
A
d
m
i
n
S
u
p
p
o
r
t
T
o
t
a
l
H
o
u
r
s
C
o
s
t
S
u
m
m
a
r
y
HO
U
R
L
Y
B
U
R
D
E
N
E
D
R
A
T
E
$
2
6
7
.
9
0
$
2
3
1
.
0
7
$
2
3
1
.
0
7
$
1
3
3
.
9
5
$
9
3
.
7
7
$
9
3
.
7
7
$
9
3
.77
$
7
0
.
3
2
4.
0
Fo
r
e
c
a
s
t
s
o
f
A
v
i
a
t
i
o
n
A
c
t
i
v
i
t
y
4.
1
H
i
s
t
o
r
i
c
a
l
a
n
d
E
x
i
s
t
i
n
g
A
v
i
a
t
i
o
n
A
c
t
i
v
i
t
y
D
a
t
a
A
n
a
l
y
s
i
s
21
2
1
4
$0
$
0
$
2
,
0
7
0
4.
2
G
e
n
e
r
a
l
A
v
i
a
t
i
o
n
A
c
t
i
v
i
t
y
P
r
o
j
e
c
t
i
o
n
s
21
6
1
8
$0
$
0
$
2
,
6
0
5
4.
3
F
u
t
u
r
e
C
r
i
t
i
c
a
l
D
e
s
i
g
n
A
i
r
c
r
a
f
t
41
6
1
2
3
2
$0
$
0
$
4
,
1
9
3
4.
4
M
a
s
t
e
r
P
l
a
n
F
o
r
e
c
a
s
t
R
e
v
i
e
w
a
n
d
A
p
p
r
o
v
a
l
4
1
6
2
0
$0 $0
$
3
,
0
6
7
4.
5
D
e
v
e
l
o
p
W
o
r
k
i
n
g
P
a
p
e
r
1
4
1
6
1
2
3
2
$0 $0
$
4
,
1
9
3
Su
b
t
o
t
a
l
‐
T
a
s
k
4
0
1
6
0
7
6
0
0
2
4
0
1
1
6
$
0
$
0
$
1
6
,
1
2
8
5.
0
D
e
m
a
n
d
/
C
a
p
a
c
i
t
y
A
n
a
l
y
s
i
s
a
n
d
F
a
c
i
l
i
t
y
R
e
q
u
i
r
e
m
e
n
t
s
5.
1
A
i
r
f
i
e
l
d
D
e
m
a
n
d
/
C
a
p
a
c
i
t
y
A
n
a
l
y
s
i
s
8
8
$
0
$
0
$
1
,
0
7
2
5.
2
D
e
t
e
r
m
i
n
e
A
i
r
c
r
a
f
t
O
p
e
r
a
t
i
o
n
a
l
R
e
q
u
i
r
e
m
e
n
t
s
16
1
6
$0
$
0
$
2
,
1
4
3
5.
3
A
i
r
p
o
r
t
D
e
s
i
g
n
S
t
a
n
d
a
r
d
s
R
e
v
i
e
w
/
E
v
a
l
u
a
t
i
o
n
41
6
2
0
$0
$
0
$
3
,
0
6
7
5.
4
A
i
r
s
i
d
e
R
e
q
u
i
r
e
m
e
n
t
s
41
6
8
2
8
$0
$
0
$
3
,
8
1
8
5.
5
L
a
n
d
s
i
d
e
R
e
q
u
i
r
e
m
e
n
t
s
12
8
2
0
$0
$
0
$
2
,
3
5
8
5.
6
A
s
s
e
s
s
P
o
t
e
n
t
i
a
l
f
o
r
O
n
‐
A
i
r
p
o
r
t
,
N
o
n
‐
A
e
r
o
n
a
u
t
i
c
a
l
D
e
v
e
l
o
p
m
e
n
t
4
1
6
1
0
3
0
$0 $0
$
4
,
0
0
5
Su
b
t
o
t
a
l
‐
T
a
s
k
5
0
1
2
0
8
4
0
2
6
0
0
1
2
2
$0 $0
$
1
6
,
4
6
3
6.
0
A
l
t
e
r
n
a
t
i
v
e
s
A
n
a
l
y
s
i
s
6.
1
Re
v
i
e
w
/
U
p
d
a
t
e
M
a
s
t
e
r
P
l
a
n
G
o
a
l
s
0 $0
$
0
$
0
6.
2
Id
e
n
t
i
f
y
V
i
a
b
l
e
D
e
v
e
l
o
p
m
e
n
t
A
l
t
e
r
n
a
t
i
v
e
s
81
2
2
0
$
0
$
0
$3,456
6.
3
Ev
a
l
u
a
t
e
a
n
d
R
a
n
k
D
e
v
e
l
o
p
m
e
n
t
A
l
t
e
r
n
a
t
i
v
e
s
16
8
0
4
0
1
3
6
$
0
$
0
$18,164
6.
4
Pr
e
p
a
r
e
R
e
c
o
m
m
e
n
d
e
d
D
e
v
e
l
o
p
m
e
n
t
P
l
a
n
a
n
d
P
r
o
g
r
a
m
8
2
4
1
6
4
8
$
0
$
0
$6,564
6.
5
En
v
i
r
o
n
m
e
n
t
a
l
R
e
v
i
e
w
61
6
2
2
$0
$
0
$3,530
6.
6
De
v
e
l
o
p
W
o
r
k
i
n
g
P
a
p
e
r
2
8
1
6
2
4
1
6
6
4
$
0
$
0
$7,743
Su
b
t
o
t
a
l
‐
T
a
s
k
6
0
4
6
0
1
4
8
0
8
0
1
6
0
2
9
0
$0 $0
$
3
9
,
4
5
6
7.
0
A
i
r
p
o
r
t
L
a
y
o
u
t
P
l
a
n
(
A
L
P
)
7.
1
A
L
P
D
r
a
w
i
n
g
S
e
t
0
$
0
$
0
$
0
C
o
v
e
r
S
h
e
e
t
2
8
1
0
$
0
$
0
$1,018
A
i
r
p
o
r
t
D
a
t
a
T
a
b
l
e
s
S
h
e
e
t
16
1
2
2
8
$
0
$
0
$3,268
A
i
r
p
o
r
t
L
a
y
o
u
t
P
l
a
n
(
A
L
P
)
(
E
x
i
s
t
i
n
g
&
F
u
t
u
r
e
)
32
3
2
6
4
$
0
$
0
$7,287
T
e
r
m
i
n
a
l
A
r
e
a
P
l
a
n
16
2
4
4
0
$
0
$
0
$4,394
A
i
r
p
o
r
t
A
i
r
s
p
a
c
e
D
r
a
w
i
n
g
(
F
A
R
P
a
r
t
7
7
)
16
1
6
3
2
$
0
$
0
$3,644
A
i
r
s
p
a
c
e
E
x
i
s
t
i
n
g
/
U
l
t
i
m
a
t
e
A
p
p
r
o
a
c
h
P
r
o
f
i
l
e
s
16
1
6
3
2
$
0
$
0
$3,644
I
n
n
e
r
P
o
r
t
i
o
n
A
p
p
r
o
a
c
h
D
r
a
w
i
n
g
(
4
)
32
3
2
6
4
$
0
$
0
$7,287
D
e
p
a
r
t
u
r
e
S
u
r
f
a
c
e
D
r
a
w
i
n
g
s
(
4
)
32
3
2
6
4
$
0
$
0
$7,287
L
a
n
d
U
s
e
D
r
a
w
i
n
g
16
1
6
3
2
$
0
$
0
$3,644
E
x
h
i
b
i
t
"
A
"
P
r
o
p
e
r
t
y
M
a
p
/
A
i
r
p
o
r
t
P
r
o
p
e
r
t
y
M
a
p
8
1
6
6
3
0
$
0
$
0
$3,135
7.
2
A
L
P
D
r
a
w
i
n
g
S
e
t
A
p
p
r
o
v
a
l
P
r
o
c
e
s
s
8
1
2
1
2
3
2
$
0
$
0
$4,581
7.
3
A
L
P
D
r
a
w
i
n
g
S
e
t
D
e
l
i
v
e
r
a
b
l
e
s
8
8
8
2
4
$
0
$
0
$3,670
Su
b
t
o
t
a
l
‐
T
a
s
k
7
0
1
6
0
2
0
6
0
2
1
6
1
4
0
4
5
2
$0 $0
$
5
2
,
8
5
8
8.
0
I
m
p
l
e
m
e
n
t
a
t
i
o
n
P
l
a
n
8.
1
P
r
o
j
e
c
t
C
o
s
t
E
s
t
i
m
a
t
e
s
2
4
6$0$0 $998
8.
2
A
i
r
p
o
r
t
C
a
p
i
t
a
l
I
m
p
r
o
v
e
m
e
n
t
P
l
a
n
(
C
I
P
)
2
4
4
1
0
$
0
$
0
$1,373
8.
3
A
i
r
p
o
r
t
D
e
v
e
l
o
p
m
e
n
t
P
l
a
n
2
8
4
1
4
$
0
$
0
$
1
,
9
0
9
8.
4
D
e
v
e
l
o
p
W
o
r
k
i
n
g
P
a
p
e
r
3
2
8
4
6
2
0
$
0
$
0
$2,471
Su
b
t
o
t
a
l
‐
T
a
s
k
8
0
8
0
2
4
0
1
2
6
0
5
0
$0 $0
$
6
,
7
5
1
2/
2
3
/
2
0
1
8
Page 2 of 3 L:\JEF\MP‐ALP Update\A. Project Management\02 Fee\JEF Master Pl an v3_2‐23‐18.xlsx
Ta
s
k
JO
B
C
L
A
S
S
I
F
I
C
A
T
I
O
N
Pr
i
n
c
i
p
a
l
P
r
o
j
e
c
t
M
a
n
a
g
e
r
Su
r
v
e
y
Ma
n
a
g
e
r
P
l
a
n
n
e
r
I
I
S
u
r
v
e
y
o
r
I
C
A
D
/
G
I
S
Project Coordinator
A
d
m
i
n
S
u
p
p
o
r
t
T
o
t
a
l
H
o
u
r
s
C
o
s
t
S
u
m
m
a
r
y
HO
U
R
L
Y
B
U
R
D
E
N
E
D
R
A
T
E
$
2
6
7
.
9
0
$
2
3
1
.
0
7
$
2
3
1
.
0
7
$
1
3
3
.
9
5
$
9
3
.
7
7
$
9
3
.
7
7
$
9
3
.77
$
7
0
.
3
2
9.
0
P
r
o
j
e
c
t
D
o
c
u
m
e
n
t
a
t
i
o
n
9.
1
Dr
a
f
t
a
n
d
F
i
n
a
l
M
a
s
t
e
r
P
l
a
n
T
e
c
h
n
i
c
a
l
R
e
p
o
r
t
1
2
1
6
1
6
8
5
2
$
0
$
0
$7,167
9.
2
E
x
e
c
u
t
i
v
e
S
u
m
m
a
r
y
8
1
6
1
6
1
2
5
2
$
0
$
0
$6,617
9.
3
A
i
r
p
o
r
t
s
G
e
o
g
r
a
p
h
i
c
I
n
f
o
r
m
a
t
i
o
n
S
y
s
t
e
m
(
A
G
I
S
)
E
l
e
c
t
r
o
n
i
c
F
i
l
es
8
1
2
2
0
$
0
$
0
$2,197
Su
b
t
o
t
a
l
‐
T
a
s
k
9
0
2
0
0
4
0
0
4
4
2
0
0
1
2
4
$0 $0
$
1
5
,
9
8
1
10
.
0
P
r
o
j
e
c
t
M
a
n
a
g
e
m
e
n
t
&
C
o
n
t
r
a
c
t
A
d
m
i
n
i
s
t
r
a
t
i
o
n
10
.
1
Co
n
t
r
a
c
t
P
r
e
p
a
r
a
t
i
o
n
&
E
x
e
c
u
t
i
o
n
2
2
5
9
$
0
$
0
$1,199
10
.
2
P
r
o
j
e
c
t
G
r
a
n
t
A
p
p
l
i
c
a
t
i
o
n
s
224$0$0 $455
10
.
3
P
r
o
j
e
c
t
M
a
n
a
g
e
m
e
n
t
a
n
d
C
o
o
r
d
i
n
a
t
i
o
n
4
1
6
2
0
$
0
$
0
$3,067
Su
b
t
o
t
a
l
‐
T
a
s
k
1
0
0
6
0
2
0
0
0
7
0
3
3
$0 $0
$
4
,
7
2
2
Es
t
i
m
a
t
e
d
T
o
t
a
l
M
a
n
‐
h
o
u
r
s
0
1
6
8
5
2
7
5
2
1
6
0
3
9
8
1
7
2
9
4
1
,
7
9
6
Su
m
m
a
r
y
C
o
s
t
s
$
0
$
3
8
,
8
2
0
$
1
2
,
0
1
6
$
1
0
0
,
7
3
0
$
1
5
,
0
0
3
$
3
7
,
3
2
0
$
1
6
,
1
2
8
$
6
,
6
1
0
$
5
1
,
2
0
4
$
0
$
2
7
7
,
8
3
2
Ot
h
e
r
D
i
r
e
c
t
C
o
s
t
s
(
d
i
r
e
c
t
n
o
n
‐
s
a
l
a
r
y
e
x
p
e
n
s
e
s
)
Ta
s
k
De
s
c
r
i
p
t
i
o
n
Quantity
U
n
i
t
s
$
p
e
r
U
n
i
t
C
o
s
t
S
u
m
m
a
r
y
Pl
o
t
t
i
n
g
1,000
S
F
$
0
.
2
0
$200
Re
p
r
o
d
u
c
t
i
o
n
2,000
C
o
p
i
e
s
$
1
.
0
0
$2,000
Ai
r
F
a
r
e
Round Trips
$
5
0
0
.
0
0
$0
Pe
r
D
i
e
m
10
D
a
y
s
$
5
1
.
0
0
$510
Lo
d
g
i
n
g
(
i
n
c
l
u
d
e
s
e
s
t
.
t
a
x
e
s
a
n
d
f
e
e
s
)
8
N
i
g
h
t
s
$
1
1
0
.
0
0
$880
Ot
h
e
r
/
m
i
s
c
e
l
l
a
n
e
o
u
s
(
F
i
n
a
l
D
e
l
i
v
e
r
a
b
l
e
s
P
r
o
d
u
c
t
i
o
n
)
$1,123.00 $1,123
Mi
l
e
a
g
e
1,300
M
i
l
e
s
$
0
.
5
4
5
$709 $5,422 Summary Costs (Reimbursables)
2/
2
3
/
2
0
1
8
Page 3 of 3 L:\JEF\MP‐ALP Update\A. Project Management\02 Fee\JEF Master Pl an v3_2‐23‐18.xlsx
Exhibit VI - 1
EXHIBIT VI
PERFORMANCE SCHEDULE
The Consultant agrees to proceed with services immediately upon receipt of 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:
EX
H
I
B
I
T
V
I
Je
f
f
e
r
s
o
n
C
i
t
y
M
e
m
o
r
i
a
l
A
i
r
p
o
r
t
Ma
s
t
e
r
P
l
a
n
Pr
o
p
o
s
e
d
S
c
h
e
d
u
l
e
20
1
8
2019
Ta
s
k
J
a
n
F
e
b
M
a
r
A
p
r
M
a
y
J
u
n
J
u
l
A
u
g
S
e
p
O
c
t
N
o
v
D
e
c
J
a
n
F
e
b
Fi
n
a
l
i
z
e
a
n
d
E
x
e
c
u
t
e
A
g
r
e
e
m
e
n
t
s
Re
p
o
r
t
D
e
v
e
l
o
p
m
e
n
t
In
t
r
o
d
u
c
t
i
o
n
a
n
d
I
n
v
e
n
t
o
r
y
Ae
r
i
a
l
M
a
p
p
i
n
g
/
G
e
o
s
p
a
t
i
a
l
S
e
r
v
i
c
e
s
Ac
t
i
v
i
t
y
F
o
r
e
c
a
s
t
s
Fa
c
i
l
i
t
y
R
e
q
u
i
r
e
m
e
n
t
s
Al
t
e
r
n
a
t
i
v
e
s
A
n
a
l
y
s
i
s
CI
P
a
n
d
E
x
e
c
u
t
i
v
e
S
u
m
m
a
r
y
Ai
r
p
o
r
t
L
a
y
o
u
t
P
l
a
n
a
n
d
M
a
s
t
e
r
P
l
a
n
D
e
v
e
l
o
p
m
e
n
t
De
l
i
v
e
r
a
b
l
e
s
Wo
r
k
i
n
g
P
a
p
e
r
1
‐
I
n
v
e
n
t
o
r
y
a
n
d
F
o
r
e
c
a
s
t
s
Wo
r
k
i
n
g
P
a
p
e
r
2
‐
F
a
c
i
l
i
t
y
R
e
q
u
i
r
e
m
e
n
t
s
a
n
d
A
l
t
e
r
n
a
t
i
v
e
s
Wo
r
k
i
n
g
P
a
p
e
r
3
‐
F
i
n
a
n
c
i
a
l
a
n
d
A
L
P
Me
e
t
i
n
g
s
Ki
c
k
‐
O
f
f
/
I
n
v
e
s
t
i
g
a
t
i
o
n
m
e
e
t
i
n
g
PA
C
M
e
e
t
i
n
g
1
PA
C
M
e
e
t
i
n
g
2
Su
b
m
i
t
f
o
r
F
A
A
A
i
r
s
p
a
c
e
F
e
a
s
i
b
i
l
i
t
y
R
e
v
i
e
w
Sc
h
e
d
u
l
e
i
s
s
u
b
j
e
c
t
t
o
M
o
D
O
T
a
n
d
/
o
r
F
A
A
r
e
v
i
e
w
o
f
m
a
t
e
r
i
a
l