Loading...
HomeMy WebLinkAboutC2016-033 - 1/20/2016 - NA . CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277(City)acting through its duly authorized City Manager or Designee (Director of Engineering Services) and KSA Engineers, 140 E. Tyler Street, Suite 600, Longview, TX 75601, (Consultant), hereby agree as follows: 1. SCOPE OF PROJECT Runway 18-36 and Associated Work (Project No. E15222) — This proposal provides scope, schedule, and budget estimates for design and bidding for Runway 18-36 and Associated Work at the Corpus Christi International Airport,to include the rehabilitation of the distressed portions of Taxiway Alpha, design of drainage infrastructure improvements to collect and move storm water runoff away from the Runway 18 Localizer, design of crack seal and seal coat for runway 18-36, and the parallel taxiway A, P, M, and N, grade correction of two panels on the North GA Apron, as well as preparation and submittal of the required Obstruction Evaluation/Airport Airspace Analysis documents to the FAA. 2. SCOPE OF SERVICES The Consultant hereby agrees to perform services to complete the Project, as detailed in Exhibit"A". In addition, Consultant will provide monthly status updates(project progress or delays presented with monthly invoices)and provide contract administration services,as described in Exhibit "A", to complete the Project. Work will not begin on Additional Services until requested by the Consultant (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. 3. ORDER OF SERVICES The Consultant agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the Consultant and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the Consultant to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. Consultant shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 2016-033 1/20/16 Contract for Professional Services Page 1 of 7 AJ\AIRPORT\E15222-RUNWAY 18-36 AND ASSOCIATED WORK\CONTRACT FOR PROFESSIONAL SERVICES.DOC KSA Engineers INDEXED 4. FEE The City will pay the Consultant a fee as described in Exhibit "A" for providing services authorized, a total fee not to exceed $32,000.00. Monthly invoices will be submitted in accordance with Exhibit "B". The City's Project Manager from the Operating Department is responsible for assigning tasks to the Consultant and approving their daily/weekly/monthly hours. The Consultant is required to submit a detailed and approved hourly breakdown with their monthly invoice paperwork to the City for payment. 5. INDEMNITY Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs,to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement.This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. 6. INSURANCE 6.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 6.2 Consultant must furnish to the Director of Engineering Services with the signed Contract for Professional Services Page 2 of 7 K:\ENGINEERING DATAEXCHANGE\CLARISSAJV\IRPORT\E15222-RUNWAY 18-36 AND ASSOCIATED WORK\CONTRACT FOR PROFESSIONAL SERVICES.DOC agreement 2 copies of Certificates of Insurance (COI)with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises— Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) $2,000,000 Aggregate (Defense costs shall be outside policy limits) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. WORKERS' COMPENSATION Statutory (All States Endorsement if Company is not domiciled in Texas) Employer's Liability $500,000 /$500,000 /$500,000 6.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. Contract for Professional Services Page 3 of 7 K:\ENGINEERING DATAEXCHANGE\CLARISSAJ\AIRPORT\E15222-RUNWAY 18-36 AND ASSOCIATED WORK\CONTRACT FOR PROFESSIONAL SERVICES.DOC 6.4 Applicable for paid employees, Consultant must obtain workers' compensation coverage through a licensed insurance company.The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. An All States Endorsement shall be required if Consultant is not domiciled in the State of Texas. 6.5 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. 6.6 Consultant shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 6.7 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 6.7.1 List the City and its officers, officials,employees and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy and professional liability/Errors & Omissions policy; 6.7.2 Provide for an endorsement that the"other insurance"clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; 6.7.3 Workers'compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and 6.7.4 Provide thirty(30)calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 6.8 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and Contract for Professional Services Page 4 of 7 K.\ENGINEERING DATAEXCHANGE\CLARISSAJVIIRPORT\E15222-RUNWAY 18-36 AND ASSOCIATED WORK\CONTRACT FOR PROFESSIONAL SERVICES.DOC to maintain the required insurance shall constitute a material breach of this contract. 6.9 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 6.10 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 6.11 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 6.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 7. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the Consultant at the address of record. In this event, the Consultant will be compensated for its services on all stages authorized based upon Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. 8. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. 9. ASSIGNABILITY The Consultant will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the Consultant staff. If the Consultant is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 10.OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, Contract for Professional Services Page 5 of 7 K:\ENGINEERING DATAEXCHANGE\CLARISSAJ.AIRPORT\E15222-RUNWAY 18-36 AND ASSOCIATED WORK\CONTRACT FOR PROFESSIONAL SERVICES.DOC contractor's field data, and submittal data will be the sole property of the City, may not be used again by the Consultant without the express written consent of the Director of Engineering Services. However, the Consultant may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 11.STANDARD OF CARE Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 12.DISCLOSURE OF INTEREST Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 13.CERTIFICATE OF INTERESTED PARTIES Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. 14.CONFLICT OF INTEREST Consultant agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary's Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. 15.ENTIRE AGREEMENT AND CONTROLLING LAW This Agreement represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 16.CONFLICT RESOLUTION BETWEEN DOCUMENTS Consultant hereby agrees and acknowledges if anything contained in the Consultant- prepared Exhibit A, Consultant's Scope of Services, or contained in any other document prepared by Consultant and included herein, is in conflict with this Agreement, this Contract for Professional Services Page 6 of 7 K:\ENGINEERING DATAEXCHANGE\CLARISSAJ\AIRPORT\E15222-RUNWAY 18-36 AND ASSOCIATED WORK\CONTRACT FOR PROFESSIONAL SERVICES.DOC Agreement shall take precedence and control to resolve said conflict. CI -pF CORP CHRISTI KSA ENGINE RS, INC. __) --=, -- ---6"-- /' ' -‘ '1 A , /-l( lok. Gus onzalez, P E. `-) Date Mitchel Fo ner Date Assistant City Ma ager President Mitchell L. Fortner, President Public Works and Utilities 140 E. Tyler Street, Suite 600 Longview, Texas 75601 RECOMMEN I E to (903) 236 — 7700 Office N \ 11 1 .._ ) 1 11 i 4 / 40 rie H. G .y, '.E. Date E 'The Director of Public Works Fred Segundo / Date Director of Aviation APPROVED AS TO LE AL FORM / /1 /V.a, ///� 6 ♦ — ' ' P. /regal Departmen� nate 7APP OVED (.. .6--th,yi IL_ ‘i 7 ffic� of Management Dat and Budget Fund Name Accounting Unit Account Activity No. Account Amount No. Category Airport CIP 3026-274 550950 E152221493026C 50950 $32,000.00 Total $32,000.00 Contract for Professional Services Page 7 of 7 K\ENGINEERING DATAEXCHANGE\CLARISSAJWIRPORT\E15222-RUNWAY 18-36 AND ASSOCIATED WORK\CONTRACT FOR PROFESSIONAL SERVICES,DOC • • • CITY OF CORPUS CHRISTI,TEXAS Design Phase and Bidding Phase Service Fees for the Runway 18-36 and Associated Work 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 Runway 18-36 and Associated Work at the Corpus Christi International Airport. The Engineer shall provide the following services: A. SCOPE OF WORK 1. Rehabilitate the distressed portions of Taxiway Alpha - Use the results of the geotechnical investigation to provide the design of the rehabilitation of the distressed areas. 2. Design of drainage infrastructure to collect and move storm-water runoff away from the Localizer antenna at runway 18. This may also require minor site and grade modifications that will be designed as required to promote positive drainage. 3. Design of Crack Seal and Seal Coat on runway 18-36, its parallel taxiway 'A', and taxiways P, M, and N. 4. Grade correction of two panels on the North GA Apron. 5. Preparation and Submittal of required Obstruction Evaluation /Airport Airspace Analysis (OE/AAA) Documents. 6. Preparation of Opinion of Total Project Costs. 7. Preparation of the Construction Safety and Phasing Plan. 8. Preparation of the Construction Management Plan. 9. Participate in Design Documents Review Teleconference and prepare meeting summary notes. 10. Coordination with and acquisition of required permits from necessary utility companies. 11. Additional services for a) Geotechnical Investigation and Testing, and b) Topographic survey are not included in this proposal and will be engaged as required and will require additional compensation by the owner. 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, and other governing authorities, as applicable. C. TRAVEL 1. This amendment includes travel expenses for the following meetings: pre-design meeting, Preliminary Design Documents review meeting, Final Design Documents review meeting, pre-bid meeting, and bid-opening. Any other requested dates of travel will require additional compensation by the Owner. EXHIBIT"A" Page 1 of 8 KSA Engineers, Inc. Project No. CRP.044 • D. DELIVERABLES 1. This amendment includes submission throughout the project of up to eight (8) sets of ANSI D (22" x 34") plan drawings, twenty (20) sets of ANSI B (11" x 17") plan drawings, and twenty (20) 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 Design Phase will commence with written notification from the Owner to the Engineer and will terminate upon delivery of Design Documents to the Owner by the Engineer. The Design Phase shall be completed within eight(8)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 $32,000.00 on a lump sum basis. As detailed in Exhibit-1 under summary of costs, this includes bidding fees of $10,000 for the total project bid through a single solicitation. KSA Engineers, Inc. Project No. CRP.044 EXHIBIT"A" Page 2 of 8 EXHIBIT 1 - COSTS EXHIBIT"A" Page 3 of 8 CORPUS CHRISTI INTERNATIONAL AIRPORT CONTRACT FOR RUNWAY 18-36 ASSOCIATED WORK SUMMARY OF COSTS DESIGN PHASE Scope Design Fee LOC Runway 36 Drainage $ 5,540.00 Taxiway Alpha distressed area Rehab $ 5,690.00 Crack Seal Runway 18-36 and associated parallel and connecting taxiways $ 10,770.00 $ 22,000.00 BIDDING PHASE Scope Bidding Fees LOC Runway 36 Drainage Taxiway Alpha distressed area Rehab** $ 10,000.00 Crack Seal Runway 18-36 and associated parallel and connecting taxiways** $ 10,000.00 ** Bidding Phase Services costs for these items are not applied here since all components are presumed to be bid in a single bid solicitation. TOTAL DESIGN AND BIDDING PHASE $ 32,000.00 EXHIBIT"A" Page 4 of 8 Corpus Christi International Airport _ Base Bid:LOC Runway 36 Drainage Design Manhour Projection and Fee Calculation for Engineering Services Task Sr.Project Project CAD Admin. Mileage& Sub- Phase ID Manager Engineer Technician Assistant Expenses Consultants Subtotals Total DESIGN PHASE' $4,013 A 1 Pre-Design Teleconference and Prepare Meeting Summary Notes2 $0 A 2 Prepare Design Plans 2 12 $1,140 A 4 Prepare Design Front-End Documents/Non-Technical Specifications 4 $480 A 5 Prepare Opinion of Total Project Costs 0.5 1 $203 A 6 Internal Quality Control Review 2 2 $570 A 7 Submit Design Documents for Review' 1 $120 A 8 Design Documents Review Teleconference and Prepare Meeting Summary Notes' 1 2 $405 A 9 Incorporate City Comments into Final Design Plans and Specifications 1 4 6 $1,095 GENERAL PROJECT DOCUMENT PREPARATION $1,528 B 1 Submit Sealed Bid Documents' 1 1 $285 B 2 Prepare Construction Safety and Phasing Plan 1 2 1 $460 B 3 Prepare Construction Management Plan 1 2 1 $460 B 4 Prepare and Submit Obstruction Evaluation/Airport Airspace Analysis(OE/AAA)Documents 0.5 2 $323 BIDDING PHASE' $10,000 C 1 Bidding Phase Services $10,000 Total Projected Manhours_ 8 23 18 2 $0 $0 Hourly Rate $165 $120 $75 $55 Total Estimated Cost $1,320 _ $2,760 $1,350 $110 $0 $0 $15,540 $15,540 'Due to the shortage of time,KSA has assumed only one design phase and one review by the City and FAA DBE Percentage of Total Fee= 0.00% 'This proposal includes costs for the following:a)One design review meeting,b)Pre-bid meeting,and c)Bid opening. 3 KSA recommends that all review documents be submitted electronically in order to reduce printing and postage expenses. g KSA recommends that to save travel costs all design review with the City and/or FAA will be handled via teleconference. KSA recommends that all sealed bid documents be submitted electronically in order to reduce printing and postage expenses. 6 Bidding expenses are shown here but not used in the Design Costs since this task will be bid as apart of the runway 18-36 Associated Work Project.These charges as indicated above will accrue if this task is to be bid on its own. ni X m Q -71 'Cost Estimates based on preliminary design 0estimates and are subject to change Page 2 oft 03D Corpus Christi International Airport Alternate 1:Taxiway Alpha Rehabilitation: Manhour Projection and Fee Calculation for Engineering Services Task Sr.Project Project CAD Admin. Mileage& Sub- Phase - ID Manager Engineer Technician Assistant Expenses Consultants Subtotals Total DESIGN PHASE' $4,163 A 1 Prepare Design Plans2'6.7 2 12 $1,140 A 2 Prepare Design Front-End Documents/Non-Technical Specifications 2 $240 A 3 Prepare Opinion of Total Project Costs 2 $240 A 4 Internal Quality Control Review 0.5 1 $203 A 5 Submit Design Documents for Review3 1 2 $405 A 6 Design Documents Review Teleconference and Prepare Meeting Summary Notes° 1 3 _ $525 A 7 Incorporate City Comments into Final Design Plans and Specifications 2 4 8 $1,410 $0 GENERAL PROJECT DOCUMENT PREPARATION $1,528 B 1 Submit Sealed Bid Documents' 1 1 $285 B 2 Prepare Construction Safety and Phasing Plan 1 2 1 $460 B 3 Prepare Construction Management Plan 1 2 1 $460 B 4 Prepare and Submit Obstruction Evaluation/Airport Airspace Analysis jOE/AAALDocuments 0.5 2 $323 BIDDING PHASE $10,000 C 1 Bidding Phase Services' $10,000 Total Projected Manhours 8 23 20 2 $0 $0 Hourly Rate $165 $120 $75 $55 Total Estimated Cost $1,320 _ $2,760 $1,500 $110 $0 $0 $15,690 $15,690 1 Due to shortage of time between expected NTP and bid solicitation dates,KSA has assumed only one design phase. DBE Percentage of Total Fee= 0.00% 2 Travel-See notes for LOC 36 Drainage Proposal 3 KSA recommends that all review documents be submitted electronically in order to reduce printing and postage expenses. °KSA recommends that to save travel costs all design review with the City and/or FAA will be handled via teleconference. 'KSA recommends that all sealed bid documents be submitted electronically in order to reduce printing and postage expenses. 6 The costs provided here do not include costs to perform topographical survery for design.The project will be designed to match and tie into existng elevations 'The costs provided here do not include costs to perform geotechnical investigations of the site.Data available from the existing project will be used. B Bidding expenses are shown here but not used in the Design Costs since this task will be bid as an additive alternate with the Runway 18-36 Associated Work.Bid Phase fees as indicated above will accrue if this task is to be bid by iself. vain -0 rn X Ca = tD 11 ol -1 0 co Corpus Christi International Airport Alternate 2:Crack Seal Seal Coat Runway 18-36 Manhour Projection and Fee Calculation for Engineering Services Task Sr.Project Project CAD Admin. Mileage& Sub- Phase - ID Manager Engineer Technician Assistant Expenses Consultants Subtotals Total DESIGN PHASE' $7,223 A 1 Prepare Design Plans' 2 4 12 $1,710 A 2 Prepare Design Front-End Documents/Non-Technical Specifications 2 6 $1,050 A 3 Prepare Opinion of Total Project Costs 2 4 $810 A 4 Internal Quality Control Review 0.5 1 $203 A 5 Submit Design Documents for Review' 2 2 _ $570 A 6 Design Documents Review Teleconference and Prepare Meeting Summary Notes° 2 3 $690 A 7 Incorporate City Comments into Final Design Plans and Specifications 2 8 12 $2,190 GENERAL PROJECT DOCUMENT PREPARATION $3,550 B 1 Submit Sealed Bid Documents' 1 1 2 $395 B 2 Prepare Construction Safety and Phasing Plan 4 4 9 1 $1,870 B 3 Prepare Construction Management Plan 1 2 _ 1 $460 1 3 4 B 4 Prepare and Submit Obstruction Evaluation/Airport Airspace Analysis(OE/AAA)Documents $825 BIDDING PHASE' $10,000 C 1 Bidding Phase Services $10,000 Total Projected Manhours 19.5 38 37 4 So $0 Hourly Rate $165 _ $120 $75 $55 Total Estimated Cost $3,218 $4,560 $2,775 $220 _ $0 $0 $20,773 $20,773 'Due to the shortage of time,KSA has assumed only one design phase and one review by the City and FAA DBE Percentage of Total Fee= 0.00% 2 Travel-See notes for LOC 36 Drainage Proposal 'KSA recommends that all review documents be submitted electronically in order to reduce printing and postage expenses. °KSA recommends that to save travel costs all design review with the City and/or FAA will be handled via teleconference. 'KSA recommends that all sealed bid documents be submitted electronically in order to reduce printing and postage expenses. 'Bidding expenses are shown here but not used in the Design Costs since this task will be bid as an additive alternate with the Runway 18-36 Associated Work.Bid Phase fees as indicated above will accrue if this task is to be bid by iself co _ V 0 coD unrii — __ _ _ ma. ir r LEGEND # JOE MIREUR RD. `'R ' - ,1 Iill .. i RWY 18-36 CRACK SEAL SEAL COAT j :' TAXIWAY CRACK SEAL AND SEAL COAT LOCALIZER RUNWAY 36c DRAINAGE IMPROVEMENTSTAXIWAY A DISTRESSED AREA REHAB 1Pr —16 I *711164: I. ' ' EAST GA APRON(AREA 1—4) RECONSTRUCTION - - RUNWAY 18-36 LOCALIZER RUNWAY 36 DRAINAGE TWY N TWY M TWY P „; IMPROVEMENT I - 1.\SIww \l -A T \ , 1 i w • ••_ . — it i„,„ , , , , , 1' , ,,,.., 4 ,11_,,•-• Li-::-- , . . 'i-WY A DISTRESSED f . ;� ,/ , a AREA REPAIR L_ , �1 t a ' I —� / r ,r , V..;— Ill •f'N 1 / ,/.1.'11 .(•''n s i , CO I m W 037, 0 co D PROJECT NAME Project No. EXXXXX •`' 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 $0 $0 $0 $0 $0 $0 $0 0% Design Phase 0 0 0 0 $0 0 0 0% Bid Phase 0 0 0 0 0 0 0 0% Report Phase 0 0 0 0 0 0 0 0% Construction Phase 0 0 0 0 0 0 0 0% Subtotal Basic Services $0 $0 $0 $0 $0 $0 $0 0% Additional Services: Permitting $0 $0 $0 $0 $0 $0 $0 0% Warranty Phase 0 0 0 0 0 0 0 0% Inspection 0 0 0 0 0 0 0 0% Platting Survey 0 0 0 0 0 0 0 0% Reporting 0 0 0 0 0 0 0 0% Co & M Manuals TBD TBD TBD TBD TBD TBD 0 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $0 $0 $0 $0 $0 $0 $0 0% Summary of Fees Basic Services Fees $0 $0 $0 $0 $0 $0 $0 0% Additional Services Fees 0 0 0 0 0 0 0 0% Total of Fees $0 $0 $0 $0 $0 $0 $0 0% - urn d x m 3- M 0