Loading...
HomeMy WebLinkAboutC2014-112 - 3/14/2014 - NA RATIFICATION OF AMENDMENT NO. 23 TO AGREEMENT For PROFESSIONAL SERVICES This AGREEMENT is between the City of Corpus Christi, Texas, a Texas home-rule municipal corporation, "CITY", acting through its duly authorized City Manager or designee ("City Engineer"), and KSA Engineers, Inc. of Longview, Texas, acting through its duly authorized representative who is Joncie H. Young, President, (ENGINEER), which agree as follows: 1. DECLARATIONS. "CITY" desires to engage "ENGINEER" to provide services in connection with City's project, described as follows: CCIA MUFIDS Modifications, (Project No. E13127) "Project". 2. SCOPE OF WORK. "ENGINEER" shall provide services for the PROJECT in accordance with the accompanying Letters, Scope of Services, and Fee attached as"Exhibit A". 3. FEE. The "CITY" agrees to pay the "ENGINEER" for services provided in accordance with Exhibit "A", Scope of Services, and Fee under this AGREEMENT, a total fee not to exceed $36,000.00 (in figures), (Thirty Six Thousand Dollars and Zero Cents1 (in words) for a total revised fee not to exceed $3,817,538.05 (in figures), (Three Million Eight Hundred Seventeen Thousand Five Hundred Thirty Eight Dollars and Five Cents ) (in words) . CITY • CORPUS CHRISTI KSA ENGINEERS, INC. Gustavo onzalez, P.:. , (Date) Jon . oung (D te) Assistant City Manage eside For Public Works and tilities . yler, S - =•• Longview, TX 75601 (972) 542-2995 (972) 542-6750 RECOMMENDED: /7Ze)Daniel es, P. E., Executive Director of Public Works ENTERED I V/ y MAR 0 3 2014 Fred Segundo (Date) Director CONTRACT MANAGERS c Director of Aviation APPROVED AS TO FORM Project No. E13127 Airport Operating Fund Funding source: I�,/I�j'(� 530000-4610-35010-E13127 ` Net total $36,000.00 Legal Department (Date) Encumbrance Number: 2014-112 3/14/14 3SAMIRPOR-RE13127-CCIA MUFIDS MODIFICATIONS\AMENDMENT NO.23\AMENDMENT NO.23-KSA KSA Engineers Inc. INDEXED APPROVED nil;(. , X1,,,I,,, 60,9 Offic o gmt and Budget (Date) 3/t91q ATTEST e-52- 40 ' smill C TY SECRETARY K:\ENGINEERING DATAEXCHANGE\CLARISSAJ\AIRPORT\E13127-CCIA MUFIDS MODIFICATIONS\AMENDMENT NO.23\AMENDMENT NO.23-KSA ENGINEERS.DOCX February 10.2014 EXHIBIT"A" CITY OF CORPUS CHRISTI,TEXAS Corpus Christi International Airport MuFIDs MUFIDS SYSTEM UPGRADE SCOPE OF SERVICES This proposal is based on information provided by Corgan and Moye Consulting as developed with CRP staff. This report provides scope and budget estimates for the Corpus Christi MuFIDS project objectives and secondary (Add/Alternate) project desires. The intent of this document is to provide CRP Management proposed scope, schedule and cost information for each option in order to finalize the system upgrade scope. Please reference the attached'MuFIDS Upgrade Cost Opinion v3.1'for budget information. A. SERVICES 1. SYSTEM UPGRADES: a) The base system upgrade scope includes 2 new MuFIDS system servers, monitors, players, software, licenses. and support. The CRP current system integrator (Infax) will create the necessary AODB, screen templates, and provision for American Eagle, Southwest, and United automated interfaces (Airline inputs required by Airlines are outside of this scope). Scope includes Integration of FlightStets data feed allowing for real-time flight status tracking, airport delays and offering mobile app functionality. Accuweather weather forecast and map integration is included as well. 2. FIDS: a) Installation of a Qty (3) 4 monitor Flight Information Display units. These units will display Departures. Arrivals, Visual Paging, and Weather/Wayfinding/Advertising information. Units will be located in place of the existing FIDS locations in the ATO lobby, Gate Lounge area on Concourse, and near queuing area of the Security Checkpoint. Existing FIDS displays and millwork will be demolished. b) Addition of Qty (1) 2-monitor FIDS display at Game Time Restaurant displaying Departure and Arrival Information. c) Addition of Qty(1)2-monitor FIDS display at the Ambassador's Desk near Bag Claim displaying Departure and Arrival Information. d) Existing FIDS displays and millwork will be demolished. 3. BIDS: a) Installation of a Qty(2) 2 monitor Baggage Information Display units. These units will be pole mounted from the ceiling above each Bag Claim carousel and will display Arrival Baggage Claim assignments for the assigned carousel. Monitors will be arranged in a back-to-back configuration to allow visibility from either side of the carousel. b) Existing BIDS LED boards will be demolished. 4. TUGMAN INTERFACE: a) Installation of Qty (2) Tugman Input Panels for Ramp Personnel use. These units will be mounted to wall on the ramp next to each bag claim carousel allowing ground service personnel manual input to the system. 5. GIDS: a) Addition of Qty(5) 1-monitor GIDS display at each Airline gate counter displaying Airline signage and gate/flight information. b) Gate counter back walls will be modified to eliminate the current signage and back wall height will be altered to counter height. EXHIBIT"A" Page 1 of 2 KSA Engineers.Inc.Project No.CRP.034 • February 10,2014 6. CIDS: a) Addition of Qty(3) 1-monitor displays mounted on wall behind each Airline Ticket Counter space. There will be single 46-55"monitor provided for each Airline displaying branding information and content TBD. b) Existing signage on ATO back wall will be altered. 7. USER WORKSTATIONS: a) Installation of Qty (5) user workstations to allow manual input from CRP and Airline Personnel. These workstations will replace the 5 existing workstation currently serving Admin, Dispatch, American Eagle,Southwest,and United. b) Existing workstations will be decommissioned. B. DESIGN PHASE 1. Two design phase site visits,to include: a) Conduct and document Stakeholder interviews and further document basis of design assumptions related to technology systems(design criteria documents, expand existing systems vs.new,warranty programs,support requirements,et al). b) Perform site survey to document existing conditions. c) Development of deliverable drawings and specifications with two publication cycles. C. BIDDING PHASE 1. Bidding phase services shall include: a) Assisting the City in obtaining bids for the work. b) Response to contractor questions as necessary to clarify the intent of the documents. c) Assist the City in evaluating bids or proposals and in assembling and awarding contracts for the work. d) Issuance of conformed, Issued for Construction documents. D. CONSTRUCTION PHASE, 1. Construction phase services shall include: a) Response to contractor RFI's and Submittals. b) Participation in Pre-Construction Meeting and Site Walk. c) Final Inspection and Reporting. II. SCHEDULE Site Visits and Stakeholder Meetings 1 Week Design Review Documents 2 Weeks Stakeholder Feedback 1 Week Final IFB Documents 1 Week Bidding Services As Required Construction Phase Services 4 Weeks III. FEES We propose to complete this work with a Lump Sum Fee amount of $36,000. This amount includes printing, delivery,and reimbursable expenses.All reimbursable expenses are included in the fixed fee amount. EXHIBIT"A" Page 2 of 2 KSA Engineers,Inc.Project No.CRP.034 Exhibit B FEE SCHEDULE KSA Engineers, Inc. CONTRACT FOR PROFESSIONAL A/E SERVICES CITY OF CORPUS CHRISTI FOR CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS Original Contract TASK FEE Task Order No. 1 — Preparation of Environmental Assessment $161,649.00 Task Order No. 2—AGIS Airspace Analysis and Data Submittal/Upload $286,416.00 Task Order No. 3— Runway 17-35 Extension/Displacement and $566,000.00 Connecting Taxiway Project Task Order No. 4/1000' — Runway 13-31 Extension/Displacement and $720,000.00 Connecting Taxiway Project Task Order No. 4A/600' — Runway 13-31 Extension/Displacement and $148,000.00 Connecting Taxiway Project Task Order No. 5—Taxiway Utilization Study $80,196.00 Total Original Project Fees $1,962,261.00 Amendment No. 1 Topographic Survey, Plats, Metes & Bounds for Right of Way Acquisition for Access to Relocated Approach Lighting System for Runway 17 $ 5,577.50 (Supplement to Task Order No. 2) Amendment No. 2 Task Order No. 6 - North General Aviation Apron $49,400.00 Amendment No. 3 Task Order No. 7 - Pinson Road & Employee Parking Drainage $24,150.00 Improvements Amendment No. 4 Additional Desktop Biological and Jurisdictional Waters Evaluation $4,028.45 (Supplement to Task Order No. 1) Amendment No. 5 Infield Taxiway Connectors/Runway 17-35 Project (Supplement to Task Order No. 3) $100,000.00 Amendment No. 6 Infield Taxiway Connector/Runway 17-35 Project $40,000.00 (Supplement to Task Order No. 3) AMEND. NO. 23 EXHIBIT"B" Page 1 of 3 • Amendment No. 7 Infield Taxiway Connectors/Runway 13-31 Project $201,800.00 (Supplement to Task Order No. 4) Amendment No. 8 Revise Environmental Assessment and Perform Environmental Due Diligence Audit (EDDA) for NAVAID Relocations $16,010.00 (Supplement to Task Order No. 1) Amendment No. 9 Task Order No. 8 - Construction Administration Fees for RWY 17-35 $1,000,000.00 Extension/Displacement and Connecting Taxiways Project Amendment No. 10 AGIS Attribute Revisions for the Truncation of RWY 13 Extension from $8,573.25 1600' to 1000' (Supplement to Task Order No. 2) Amendment No. 11 Civil, Electrical and NAVAID Design Revisions for the Truncation of RWY $20,000.00 13 Extension from 1600' to 1000' (Supplement to Task Order No. 4) Amendment No. 12 Taxiway Utilization Study Update for the Truncation of RWY 13 Extension $2,300.00 from 1600' to 1000' (Supplement to Task Order No. 5) Amendment No. 13 Task Order No. 9— Phases 1 & 2 Reconstruction of East General $121,050.00 Aviation Apron (Areas 1 & 2) Amendment No. 14 Task Order No. 10— East General Aviation Apron Extension $140,000.00 Amendment No. 15 Task Order No. 11 — East General Aviation Apron Wash Rack $25,000.00 Amendment No. 16 Task Order No. 12—Gate 10B Replacement $6,549.25 Amendment No. 17 Task Order No. 8 - Construction Administration Fees for RWY 17-35 0.00 Extension/Displacement and Connecting Taxiways Project -Adjustment to Amendment No. 9— E11122, E11046 Amendment No. 18 Task Order No. 8 - Construction Administration Fees for RWY 17-35 0.00 Extension/Displacement and Connecting Taxiways Project -Adjustment to Amendment No. 9— E11046, Testing AMEND. NO. 23 EXHIBIT"B" Page 2 of 3 Amendment No. 19 Task Order No. 8— Repackaging Task Orders 4, 10,11; E11047 10,000.00 Amendment No. 20 Repackage the bid documents of the Runway 17/35 project Extension/ $4,300.00 Displacement and Connecting Taxiway, E11046A Amendment No. 21 Construction Administrative Services for Gate 10B Construction Project $31,038.60 E13062 Amendment No. 22 Water Distribution Modeling Associated with 48" TM Closure at CCIA $9,500.00 Amendment No. 23 Multi-User Flight Information Display System (MUFIDS) Modifications at $36,000.00 CCIA Amended Total Fee $3,817,538.05 ADDITIONAL CONTRACTS Sanitizer Installation Design Total Fee $19,680.00 Jetway Bridge Holding Position Markings & Diversion Aircraft Parking Layout Total Fee $16,925.00 Blast Study for Aircraft Powering In and Out of East RON Positions and Add Aircraft Jet Engine Ingestion Zone Markings to the Holding Position Markings at Gates 1, 3B and 6A Total Fee $11,672.50 Resident Project Representative for Sanitizer Installation Total Fee $4,500.00 AMEND. NO. 23 EXHIBIT"B" Page 3 of 3 Sample form for: COMPLETE PROJECT NAME Payment Request Revised 07/27/00 Project No. XXXX Invoice No. 12345 Invoice Date: Total Amount Previous Total Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract invoiced Invoice Invoice Complete Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3,000 1,000 500 1,500 50% Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,500 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% 0 & M Manuals TBD TBD TBD TBD TBD TBD TBD 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% Summary of Fees Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11% Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% MX m = CD Eel J A ....r • SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: \<5 P.O.BOX: STREET ADDRESS: I yr kt2cf ZIP: —7 )a70 FIRM IS: I. Corporation 2. Partnership _ 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant N/A EXHIBIT "D" Page 1 of 2 • FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: 'Tat( purl( Title: - (e j (dr' n (Type or Print) Signature of Certifying Date: 3(6 /I Person: DEF O a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. EXHIBIT "D" Page 2 of 2