Loading...
HomeMy WebLinkAboutC2014-267 - 7/16/2014 - NA r . . • AMENDMENT NO. 29 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: Runway 17 MALSR Station 12 and 14 Safety Mitigation (Project No. E11046B"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 $48,765.00 (in figures), (Forty Eight Thousand Seven Hundred Sixty Five Dollars and Zero Cents) (in words) for a total revised fee not to exceed $3,940,770.11 (in figures), (Three Million Nine Hundred Forty Thousand Seven Hundred Seventy Dollars and Eleven Cents ) (in words) . CITY •F 0 ' ' r KSA ENGINEERS,INC. % ...-/Ato)",.� - i • , -Amp- ":" 1 Ron.ld L. • son (Da - / J. cie . Youn., P.:. Date) City Manag .r r resi. •nt 14' • . Tyler, '.ui - 6'' ongview, TX 75601 (972) 542-2995 (972) 542-6750 R OMMND a /n . II , i q Gus Gonzaez, P.E. (Date) Assistant City Manager Public Works& Utilities ®--�^ 7,1/v//v Daniel Biles, P.E. Ddte a ( ) Executive Director, Public Works 9191 114 Fred S (Date) Director of Aviation APPR VE,D"AS TO FORM // tillji Legal Department (D e) 2014-267 7/16/14 JWIRPORT\E11046B-CCIA RUNWAY 17 MALSR STATION 12&14 SAFETY ENHANCEMENT\AMEND.MENT NO.29-KSA KSA Engineers Inc. INDEXED r i • APPROj� (1% Project No. E11046B O ce o Mgmt and Budgetec• (Diate) Airport 2012 GO Funding source: ATTEST 550950-3024-00000-G48E11046B $48,765.00 1 Encumbrance Number: CITY SECRETARY K:\ENGINEERING DATAEXCHANGE\CLARISSAJ\AIRPORT\E11046B-CCIA RUNWAY 17 MALSR STATION 12&14 SAFETY ENHANCEMENT\AMENDMENT NO.29-KSA ENGINEERS DOCX • • EXHIBIT A CITY OF CORPUS CHRISTI,TEXAS Design Phase and Bidding Phase Service Fees for the Enhanced Safety Improvements in State Highway 44 Right-of-Way Project at the Corpus Christi International Airport I. SCOPE OF SERVICES This proposal provides scope, schedule, and budget estimates for Design Phase and Bidding Phase Service fees for the Enhanced Safety Improvements in State Highway 44 Right-of-Way project at the Corpus Christi International Airport. Design and Bidding Phase Services will be performed as described in Exhibit A of the Engineer's existing Contract for A/E Professional Services,dated May 17,2011. Proposed fees and information are provided in association with LNV, Inc.(LNV). The Engineer shall provide the following services: A. SCOPE OF WORK 1. Provide topographic survey of existing site conditions. 2. Widen the south side of the east bound service road shoulder to provide a deceleration lane to access MALSR Station 12 from a stopped position. 3. Widen the south side of the west bound service road shoulder to provide a deceleration lane to access MALSR Station 14 from a slowed position. 4. Add rumble grooves to the deceleration shoulders to increase the awareness of pedestrian vehicle traffic encroaching them. 5. Relocate the north concrete barrier wall protecting MALSR Station 12 in its entirety to the south edge of the east bound State Highway 44 shoulder and terminate with a new REACT crash barrier system. 6. Review traffic signs for the service roads and upgrade, as appropriate, in accordance with MUTCD design traffic design standards. 7. Increase the radii of the entrance drive fillets to MALSR Station 12 and MALSR Station 14. 8. Increase the width of the north entrance drive appropriately to allow safer condition while entering from the westbound service road onto the MALSR Station 14 driveway at a slow speed. 9. Reconfigure/enlarge the parking geometry and grades in the east bound State Highway 44 median to more safely maneuver a vehicle In and out of MALSR Station 12. 10. Evaluation of site drainage. 11. Preparation of Traffic Control Plan. 12. Preparation and Submittal of required Obstruction Evaluation/Airport Airspace Analysis (OE/AAA)Documents. AMEND.NO.29 EXHIBIT A Page 1 of 2 KSA Engineers, Inc.Project No.CRP.036 13. Preparation of the Construction Safety and Phasing Plan. 14. Preparation of the Construction Management Plan. 15. Acquisition of required TxDOT Permits. B. DESIGN REQUIREMENTS 1. Plans and specifications shall be in full compliance with all design and construction standards of the FAA, City of Corpus Christi,TxDOT, and other governing authorities,as applicable. C. TRAVEL 1. This amendment excludes travel expenses for the Preliminary Design Phase and Final Design Phase as it is assumed all review meetings will take place via teleconference. This amendment includes travel expenses for the following meetings: pre-bid meeting and bid opening. Any other requested dates of travel will require additional compensation by the Owner. D. DELIVERABLES 1. This amendment includes submission throughout the project of up to ten (10) sets of ANSI D (22" x 34") plan drawings, twenty-five (25) sets of ANSI B (11" x 17') plan drawings, and twenty-five (25) sets of specifications. The number of plans and specifications specified shall include deliverables for the entirety of the project and are not specified on a per design phase basis. Any other requested copies of plans and specifications will require additional compensation by the Owner. II. SCHEDULE, The Preliminary Design Phase will commence with written notification from the Owner to the Engineer and will terminate upon delivery of Preliminary Design Documents to the Owner by the Engineer. The Preliminary Design Phase shall be completed within six(6)weeks of phase commencement. The Final Design Phase will commence with receipt of all Preliminary Design Documents review comments by the Engineer from all governing authorities and will terminate upon delivery of Final Design Documents to the Owner by the Engineer. The Final Design Phase shall be completed within four(4)weeks of phase commencement. The Bidding Phase will commence with written notification from the Owner to the Engineer and will terminate upon delivery of the Bid Tabulation and associated bid documents to the Owner by the Engineer. The Bidding Phase shall be completed on as needed basis. III. FEES The Engineer proposes to provide Design Phase and Bidding Phase services for $48,765.00 on a lump sum basis. AMEND.NO.29 EXHIBIT A Page 2 of 2 KSA Engineers.Inc.Project No.CRP.036 c , 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. 4N600' — 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. 29 EXHIBIT"B" Page 1 of 4 g. Amendment No. 7 Infield Taxiway Connectors/Runway 13-31 Project (Supplement to Task Order No. 4) $201,800.00 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. 29 EXHIBIT"B" Page 2 of 4 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 Right Information Display System (MUFIDS) Modifications at $36,000.00 CCIA Amendment No. 24 17-35 Runway NavAids additional scope to provide Environmental Due $5,800.00 Dilligence Audit (EDDA) waivers Amendment No. 25 Gate 10B —Additional Scope of Construction Admin and Inspection $7,371.50 Services Amendment No. 26 17-35 Runway Additional Survey Scope $2,300.00 Amendment No. 27 13/31 Runway Additional Field Investigation by RETL. $9,315.00 Amendment No. 28 17/35 Runway Extension/Displacement and Connecting Taxiways $49,680.56 Amendment No. 29 Enhanced Safety Improvements in State Highway 44 Right of Way $48,465.00 Amended Total Fee $3,940,770.11 ADDITIONAL CONTRACTS Sanitizer Installation Design Total Fee $19,680.00 Jetway Bridge Holding Position Markings & Diversion Aircraft Parking Layout AMEND. NO. 29 EXHIBIT"B" Page 3 of 4 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. 29 EXHIBIT"B" Page 4 of 4 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% l X 055 O � n , . . ., . 6.011) oatuA Stilll IF?,Nirrtithtt wiry TO HE ASSKiNED It Y-crry--- -, It VI .........-...... City 01 crry oF cogns cuRisTr . -,,, , -, --t i r—o , , ,, , DISC LOSIURE OP IN 1 ii Rti.r., 1 chr,.,r . 04.01'0)1-pus(Irish Ordinance 17112,ns amended,reqUire,S all persons o (inns seek iu .to do business with the City to provide the following information. Fvery question must be answerz,d 11 the question is not app:ienble, answer with "NA" See reverse side tor Filing Requirements, Ccrtificaiions and definitions. COMPANY NAME: KS:\ Engineers, Inc. P. 0. BOX: STREET ADDRESS: 140 E.Tyler,Suite(MO CI FY: Loug,vioN ZIP: 75011 1-1161 l'•:. ; Col pluitt iofi N 2 lit-rtnefAip 11 ... 3. Sale 0,,,etter IA 4, Assoziaiion El 5. Other F„,„.., DISCLOSURE. QUESTIONS If-additional space is necessary,please use the reverse side of this page or attach separate sheet. i. State the ii of eitch "employee" of the City of Corpus Christi havittg till 'ownership interesc constituting 3%or more(lithe ownership in the abcr.e named "firm." Name .1nb Title end Citv Dern-talent.,'i I known) N/A 2 State the names of each -offi-ial" o' the (:ity (if Corpus Christi Jim,ing an -ownersitip interest" constituting 3%or more offhe ownership in ine'above named"firm," Name Title N/A 3 State die names of each 'hoard member"of the City of Corpus Christi having an "ownership inici est" constituting 3%or more of the ownership in the above named "Cum." Name Board,Commission or Committee N/A , • , , t, State the names of each emplii.ce u: office: of a "C011Stiliaill" 1:01' the City of curpos enlist, N'Ali., warlced on any matter related to the subject of this contract and has an "ownership interei constituting 3%or more of the ownership in the above named "firm,- Name Consultant N/A I''II_IXC REQUIREMENTS if a pe"rson who requests official action on a matter knows 111111 the requested s ction will cooler an economic benefit on any City trittcial or employee that k distinguishable frcrrn the effect that the r etion will have on members of the public in general or a subs.antial seenirent thereof.you shall disclose that fad in a signed tsritini to the City official, employee or body that has been requested to .,et in the matter. unless the interest of the City official or employee in the matter is apparent. the disclosure shall also he made in a signed writing Frlea syitli the City Secretary. !Likes es Ord irancc Sectie rl 2-319(d)j CERTIFICATION I CO;illY dila', all information provided k true arid correct as of the date of this statement, thatI have not 1•: trwin+gly withheld disclosure of any information requested: and that supptcrnental statements. will he promptly.tihinined to the Cit\ of Corpas Christi, l ex:as as changes cc our. Certifying Persr►r►. L f {.: t" Signature of Certifying _ [)ate; Person: = ,$ I)r}'I ti ITIONS a. "Board •ielltb'er." A member of .nv hoard, commission, or t.olniuittee appointed by the Cit, Council ohihe City of Corpus Christi.•I"e\as h. "Fenuoinie benefit", lin action Altlt is liken' 1C) aflc4t alt economic interest if' it is libel r to have all c.flect on that iirtcrc t that is distintu :hathle front its effect on members of the p.II} ir. ±, tjenerari or al substantial segment thereof. e. "Employee.- Any person employed by the City of or pus t_'hrisli. Texas either on a fill or Ilar'- Mlle basis. he not trs all independent contractor. id, 'firm." Any entity operated grit economic hninl, whether professional, industrial of commercial. ai:d whellter established to produce or deal rv;th a product or service. i•rehl:ling hit not limited lo. earn ies operated in the form of sole proprietor lip, as sell-employed person, partnership, corporation,joint struck company,joint 'rcntnre, r .eeiv"rship or trust, and entities which for purposes of liraatiltrt a c t'e lictd as inion prop°.organizations.. e. "Official." t ire 'Mayor, members of the City (fowled, City Manager, Deputy Cit) Manager, Assistant(Wiry rManagers. Department and Division I leads, and Municipal Court Judges of the City of Corpus Christi.Texas, f. "Ownership Interest". legal or equitable interest. whether initially or consirtictively Ireich ii a firm. including when such interest is he'd threcmoh an agent, trust, estate. or holding entity. "Constructively held" refers to holdings of control established through ••;oti e trusts. 11rosres, i'rP special terms ofv'enture° or partnership agreements" a.:. "C'.inisul ;lit1 Any tx:rst,n or }roil, such as alr;;iiecas and architects, hir"csl by the' C.'ity Corous C;hrisii fir the purpose_of prulessveinal consultation and reclaimmerle•hilar:.