Loading...
HomeMy WebLinkAboutC2015-231 - 7/28/2015 - NA • AMENDMENT NO. 37 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 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project(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 $10,000.00 (in figures), (Ten Thousand Dollars and No Cents) (in words) for a total revised fee not to exceed $6,805,403.00 (in figures), (Six Million Eight Hundred Fifteen Thousand Four Hundred Three Dollars and No Cents) (in words). 4. OWNERSHIP OF DOCUMENTS. All documents including contract documents (plans and specifications), record drawings, contractor's field data and submittal data will be the sole property of the City and may not be used again by the NE without the express written consent of the Director of Capital Programs. However, the NE may use standard details that are not specific to this project. CITY OF CORP . C -ISTI KSA ENGINEERS,INC. el I 7/Z; / MO, ...///// if. I rie H. Gra r.E. Date Jon . oun. . (Date) Executive Director of •ublic Works 1/4. L P -side 40 -. yler, ' 600 Longview, TX 75601 (972) 542-2995 (972) 542-6750 RECOMMENDED .-1//0/ 1 Fred Segun•o / (Date) Director of Aviation APPRO ED 4,,ark, Office ofMgmt and Budget (D. - ) 2015-231 7/28/15 WIRPORT1E11046B-CCIA RUNWAY 18 MALSR STATION 12&I4 SAFETY EMiANCEMENTAMENDMENT NO. X KSA Engineers Inc. INDEXED • APPROVED AS TO LEGAL FORM _ 2 AS746)45IS ,.: ant City Attorney (Date) F' City Attorney ATTEST 14A-e- 11L-C CITY SE RETARY Project No. E11046B Airport CIP Funding source: 3024-274 550950 E1104661503024C $10,000.00 Encumbrance Number: K\ENGINEERING DATAEXCHANGE\CLARISSAJ\AIRPORT\E11046B-CCIA RUNWAY 18 MALSR STATION 12&14 SAFETY ENHANCEMENT\AMENDMENT NO. 37\AMENDMENT NO.37-KSA ENGINEERS DOCX R EXHIBIT A CITY OF CORPUS CHRISTI,TEXAS Re-package and Bidding Phase Service Fees for the Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project at the Corpus Christi International Airport I. SCOPE OF SERVICES This proposal provides scope, schedule, and budget estimates for re-package of existing design documents and Bidding Phase Service fees for the Enhanced Safety Improvements in State Highway 44 Right-of-Way project at the Corpus Christi International Airport. The re-package of the existing design documents and Bidding Phase Services will be performed as described in Exhibit A of the Engineer's existing Contract for NE Professional Services, dated May 17, 2011. The Engineer shall provide the following services: A. SCOPE OF WORK 1. Modify contract documents to the meet the current version (as of Notice to Proceed date) issued by the City of Corpus Christi. 2. Technical specifications will remain unchanged from their previous version (signed and sealed on 02/17/2015). B. TRAVEL 1. This amendment excludes travel expenses for the re-package phase of the existing approved design documents as it is assumed all review meetings will take place via teleconference. This amendment includes travel expenses ONLY for the pre-bid meeting. Any other requested dates of travel will require additional compensation by the Owner. C. DELIVERABLES 1. This amendment includes electronic submission throughout the proiect of ANSI D plan drawings and specifications. Any requested printed copies of plans and specifications will require additional compensation by the Owner. II. SCHEDULE The re-package will commence with written Notice to Proceed from the Owner to the Engineer and will terminate upon electronic delivery of the sealed Design Documents to the Owner by the Engineer. The re-package shall be completed within two(2)weeks of phase commencement. The Bidding Phase will commence with written Notice to Proceed 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$10,000 on a lump sum basis. EXHIBIT"A" Page 1 of 1 KSA Engineers, Inc. Project No. CRP.036 f a 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. 37 EXHIBIT"B" Page 1 of 4 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. 37 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 Flight 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 Amendment No. 30 Construction Administration Phase and Close Out Service Fees for the $2,724,339.60 Runway 13-31 Extension/Displacement and Connecting Taxiways Project Amendment No. 31 Additional Design Components to the Runway 13-31 $74,803.00 Extension/Displacement and Connecting Taxiways Project Amendment No. 32 AMEND. NO. 37 EXHIBIT"B" Page 3 of 4 • Additional Design phase services to Runway 17 MALSR Sta 12 & 14 $24,884.00 Safety Mitigation Amendment No. 33 Environmental Services for Runway 13-31 $16,190.00 Amendment No. 34 Construction Administration Services for Runway 13-31 $19,700.00 Amendment No. 35 Reallocation and Additional Construction Administration Fees for the Runway 17- 35 Extension/Displacement and Connecting Taxiways -$55.71 Project Amendment No. 36 Development of Utility Easement including Metes and Bounds descriptions for AEP Primary service for the Runway 13-31 Extension / $4772.00 Displacement and Connecting Taxiways Project at the Corpus Christi International Airport Amendment No. 37 Repackage Design Documents and Bidding Phase Services for the Runway 18 MALSR Station 12 and 14 Access Safety and Site $10,000.00 Improvements Project Amended Total Fee $6,815,403.00 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. 37 EXHIBIT"B" Page 4 of 4 Sample form for: Payment Request COMPLETE PROJECT NAME 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% Co& 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% m T. < J n � ^w A M y . r SO* SUPPL ER ER I TO EIASSIGGNNED BY CTI Y PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus Chnsti DISCLOSURE OF INTEREST 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: KSA Engineers,Inc. P.O.BOX: STREET ADDRESS: 140 E.Tyler,Suite 600 CITY: Longview ZIP: 75601 FIRM IS: I. Corporation e2. Partnership 3. Sole Owner 0 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this age 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: �0- � e_ €.�r Title: "fr, f —b (Type or Print) Signature of Certifying Date: Person: _ V o"IJ I 1 l d DE ITIONS 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