Loading...
HomeMy WebLinkAboutC2017-186 - 5/30/2017 - Approved °O_: e4kp A�^r SERVICE AGREEMENT NO. 940 oaroRwsc°. .. 1852 Appraisal Services for Corpus Christi International Airport THIS Appraisal Services for Corpus_ Christi International Airport Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Aviation Management Consulting • Group ("Contractor'), effective upon execution by the City Manager or the City • Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Appraisal Services in response to Request for Bid/Proposal No. 180 ("RFB/RFP"), which RFB/RFP includes- the required scope of work and all specifications and which RFB/RFP and the Contractor's bid: or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Appraisal Services for the Corpus Christi International Airport ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance.with Exhibit 2. 2. Term. This Agreement is for 60 months, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or Purchasing Division. This Agreement includes an option to extend the term for up to zero additional zero-month periods ("Option Period"), provided, the parties do so prior to expiration of the original,term or the then-current Option Period. The decision to exercise the option to extend the term of this Agreement is, at all times, within the sole discretion of the City and is conditioned upon the prior written agreement of the Contractor and the City Manager. 3. 'Compensation and Payment. The total value of this Agreement is not to exceed $140,000.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown .in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 2017-186 Page 1 of 7 croL 5/30/17 M2017-074 Aviation Management Consulting INDEXED 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Mario Tapia Aviation Department 361-289-0101 ext. 1292 MarioT@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. Page 2of7 7. Inspection and Acceptance. Any Services that are provided but not accepted, by the City must be corrected.or re-worked immediately at no charge to the City. . If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. In addition, the products purchased under this Agreement shall be warranted by the Contractor or; if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within - the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor.. Contractor will perform the work required by this Agreement :at an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant .or employee of the Contractor be considered an employee of the City. 12. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the. Contractor must obtain prior written approval from the Page 3 of 7 Contract Administrator if the subcontractors were not named at the time of bid or proposal, as applicable.: In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were.employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing : a COI in advance to the City; are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. . 14. Waiver. No waiver byeither party of any breach of any term or conditionof this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants topay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes. Upon request; the City Manager shall be provided proof of payment of these taxes within 15.days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sprit by certified mail. Notice must be Sent as follows: IF TO CITY: City of Corpus Christi Attn: Mario Tapia Assistant Director of Aviation 1000 International Drive, Corpus Christi, Texas 78406 Fax: 361-826-4533 IF TO CONTRACTOR: Aviation Management Consulting Group Affn: Jeff Kohlman Managing Principal 9085 E. Mineral Circle, Suite 315, Centennial, Colorado 80112-3499 Fax: 303-792-2751 17. CONTRACTOR AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY _ OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES') FROM AND AGAINST Page 4 of 7 ANY AND..ALL LABILITY, _LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE WHATSOEVER ON ACCOUNT OF PERSONAL INJURIES (INCLUDING DEATH AND WORKERS' COMPENSATION CLAIMS), PROPERTY LOSS OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEEMENT OR THE PERFORMANCE OF THIS AGREEMENT IF CAUSED BY THE SOLE NEGLIGENCE OF CONTRACTOR. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS. AND ALL OTHER COSTS. AND EXPENSES OF ANY KIND ARISING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT 18. Termination. (A) The City Manager may terminate this Agreement for Contractor's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator must.give the Contractor written notice of thebreach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Assignment.: No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the Page 5 of 7 n 1L City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 20. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 21. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement and its attachments B. the bid solicitation document, including addenda (Exhibit 1) C. the Contractor's bid response (Exhibit 2) 22. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement. 23. Governing Law. This Agreement is subject to all federal, State, and local laws, rules, and regulations. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 24. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. (SIGNATURE PAGE FOLLOWS) Page 6of7 OPs CONTRACTOR Signature: A-, Printed Name: A. y-la,t\mbA, Title: Rai J rPt•inci o\ / Date: 5f 1`1 I1 CITY OF CORPUS CHRISTI Signature: A,.rovedastoform:5 l.'7 17. Printed Name: rY . �- 2 v ��2 - �/ .4 Title: dc�-rferv.� , ,� �� /�� 0 If, // �� Assi . t City Att. ney Date: ,/I//7 For y Attorney ATTEST: C2 ' ' REBECCA HUERTA CR`( SECRETARY Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance/Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: 1/Exhibit 1: RFB/RFP No. 180 M1:-11 °1AUTH KILL' Exhibit 2: Contractor's Bid/Proposal Responseff COtlNfll�.. „L r..... / tr SECRETac ' • • Page 7 of 7 Attachment A: Scope of Work 1. Background A; In anticipation of a number of changes in leases :and uses of parcels over the next five year period, the Contractor will provide various appraisal tasks upon _direction from the Contract Administrator to accommodate these changes. For each scope of work/task order, the City reserves the right to negotiate the specific assignment on either a lump sum or time and material basis. B. While specific assignments will be determined at the time of need, it is 1 anticipated that the following tasks represent potential tasks to be accomplished during the five (5) year period: Update of the 2011 appraisal for all airport parcels and buildings. • Valuation of a newly-developed office and hangar complex to establish a fair market value. Valuation of two (2) FBO complexes upon expiration of the Base Lease Term. •. Valuation of vacated hangars and other aviation related facilities that revert to the City at the end of the lease term. • Valuation of a new Coast Guard office and hangar facility to-be - _ _ completed in 2017 that will ultimately revert to the City. C. These projects are expected assignments and are not intended to be definitive assignments.The City and Contractor will negotiate a specific scope and budget for the agreed to assignments prior to commencement of each scope of work/task order. 2. Scope of Work A. The anticipated appraisal services may include the following: 1. Fair market sales value of improvements based on comparable facilities and business terms, showing a separate value for land, each facility/capital improvement, hangar, apron, parking lot surface improvements, and. the fuel .farm improvements. The Appraisal shall contemplate that the improvements will revert to the City in the future at the end of 20, 25 and 30 year terms and shall include a projection of the financial impacts associated with each term length. The Appraisal should anticipate that the leases are on a "triple net" basis. Page 1 of 5 2. Fair market rental value of all land, as if unimproved; improved; aviation with airfield access; aviation without airfield access; and commercial non-aviation without airfield access. 3. Fair market rental value of the aircraft apron. 4. Fair market rental value of the parking lot surface improvements. B. The detailed approach for establishing the appraised value, i.e., replacement cost,income stream,or comparable market sales of small hub category airports in Texas and the surrounding region, with an explanation of benefits and drawbacks relevant to each approach that is not recommended, along with the benefits and limitations of the recommended approach or combination of approaches for each scenario, relevant to this property. C. The appraisal assignment shall be done, and the appraisal shall conform with, the Uniform Standards.of Professional Appraisal Practice ("USPAP"). FAA Order 5190.6B, and CFR 24.103 and CFR 24.104 should be considered resources also, as well as the guidelines set out in 49 CFR Part 24/Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally-Assisted Programs; and Uniform Standards for Federal Land Acquisitions ("Yellow Book"). D. Current Properties on Airport Include: 1. Parcel B1 (Industrial Park) = 102.36 Acres (4,458,939.76 SF) 2. Parcel Cl (East Landside Parcels) = 98.75 Acres (4,301,638.15 SFl 3. Parcel C2 (East Landside Parcels) = 50.21 Acres (2,187,105.44 SF) 4. West General Aviation Office Buildings: • WGA OF-1 o Single-Story o 3,105 SF o Built in 1962 o Atlantic Aviation Terminal o Has public lounge, pilot lounge, flight planning room, service desk, vending area, offices and conference room. • WGA OF-2 o Two-Story o 4,860 SF o Built in 1962 Page 2 of 5 n�� o Sub-leased:to:Advantage Aircraft o First Floor Facilities: Offices, Radio Shop, Fabrication Shop. General Shop, Parts Storage, Loading Dock; and a Break Room. o Second Floor: Used for storage Hangars: • WGA H-1 = 14,000 SF • WGA H-2 = 14,000 SF • WGA H-3 = 11,500 SF Ramp: • • Apron-466,514 SF • • 57 Fixed Wing Tie-Downs • 10" Thick concrete Fuel Farm:. • Apron 11,246 SF • Fuel Tanks . O 2- 12,000 Gallon JET-A o 1 10,000 Gallon AV-GAS . o 1 - 50 Gallon Unleaded • Fuel Trucks o 1 —5,000 Gallon JET-A . o 1 -3,000 Gallon JET-A o 1 -.2,500 Gallon JET-A o 1 - :1,000 Gallon AV-GAS Miscellaneous: • Asphalt Parking- 61,823 SF • Undeveloped Land (Grass) - 170,087 SF • Fencing-950 Linear Feet 5. East General Aviation Office Building: . • EGA OF-1 . • o Single-Story O 4,900 SF o Circa 1990 o Signature Flight Support Terminal o Has public lounge, pilot lounge, flight planning room, service desk, vending area,,offices and conference room. • EGA OF-2 o Single-Story o 2,500 SF . Page 3 of.5 o Circa 1970 o Southwest Cargo Offices o Offices • EGA OF-3 o Single-Story O 4,365 SF o Circa 1970 o Signature Flight Support Operations& Maintenance o Offices, Storage areas • EGA OF-4 • o Single-Story O 4,365 SF o Circa 1970 o Subleased to Ocean Air Center LLC o Mechanics.Shop • EGA OF-5 o Single-Story O 2,824 SF • o Circa 1980. o Subleased to Al Dodds Aviation o Offices •. EGA OF-6 o Single-Story O 5,842 SF o Circa 1980. o Subleased to CC Flight School o Flight School Hangars: • EGA H-1 = 28,047 SF • EGA H-2 = 10,921 SF • EGA H-3 = 33,029 SF Ramp: • Apron -354,765 SF • 30 Fixed Wing Tie-Downs Fuel Farm: • Apron- 4,776 SF • Fuel Tanks O 3 - 12,000 Gallon JET-A O 1 - 12,000 Gallon AV-GAS O 1 -2,000 Gallon Unleaded • Fuel Trucks Page 4o{5 o 1 -5,000 Gallon JET-A o 1 -3,000 Gallon JET-A o 1 —750 Gallon AV-GAS Miscellaneous: • Asphalt Parking -86,766 SF • Undeveloped Land (Grass) - 140,948 SF • Fencing -700 Linear Feet • Page 5 of 5 Attachment B: Bid/Pricing Schedule F. ..:!Niii,.Al' CITY OF CORPUS CHRISTI W 1 Pricing Form PURCHASING DIVISION 185 RFP No. 180 Appraisal Services.for Corpus Christi International Airport PAGE E 1 OF 1 AG 02/17/2017 Aviation Management Consulting Group; Inc. . G4 : • PROPOSER AUT ORIZED SIGNATURE 1. Refer to"Instructions to Proposers" and Contract Terms and Conditions before completing your pricing. 2. Quote your best price. 3. In submitting this,pricing form, Proposer certifies that: a. the prices in this proposal have been'arrived at independently,without consultation, communication, or agreement with any other Proposer orcompetitor, for the purpose of restricting competition with regard to prices; b. Proposer is an Equal Opportunity Employer; and the Disclosure of Interest information on file.with City's purchasing office, pursuant to the Code of Ordinances, is current and true. c. Proposer has incorporated any changes issue through Addenda to the RFP in this pricing. ITEM DESCRIPTION HOURLY RATE UNIT 1.0 Loaded Hourly Rate to complete appraisal tasks HR Principal $260 Task orders willbeeither lump sum or cost Consultant $200 reimbursable at the proposed hourly rate. Project Analyst $140 The rate will be a set rate for the.first 12 months, an Teaming Partner $150 allowable increase of up to 2%will be built In for the remaining twelve month periods. Page 1 or 1 Attachment C: Insurance/Bond Requirements INSURANCE REQUIREMENTS 1. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. • Contractor must furnish to the City's Risk Manager and Contract Administrator one (1) copy of Certificates of Insurance 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 by endorsement, and a waiver of subrogation endorsement is required on GL, AL and WC if applicable. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $2,000,000 Aggregate 1. Commercial Broad Form 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 WORKERS'S COMPENSATION Statutory and complies with Part 2 of this (All States Endorsement if Company is attachment. not domiciled in Texas) $500,000/$500,000/$500,000 Employers Liability Page 1 of 3 PROFESSIONAL LIABILITY $1,000,000 Per Claim 1 (Errors and Omissions) $1,000,000 Each Policy Year Aggregate (Defense costs not included in face value of the policy) 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. C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. 2. ADDITIONAL REQUIREMENTS A. Applicable for- paid employees, Contractor 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 statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor'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. C. Contractor shall be required to submit renewal certificates of insurance throughout the . term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, andactivitiesof or on behalf of thenamed insured performed under contract with the City, with the exception of the workers' compensation policy; Page 2 of 3 • 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; • Workers' compensation and employers' liability. policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor'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 Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor maybe held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor'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 contract. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2017 Insurance Requirements Purchasing-Aviation Appraisal Services 05/04/2017 sw Risk Management Page 3 of 3 l4 - Attachment D: Warranty Requirements Warranty is not required for the service, item 8. Warranty. Is not applicable. • • Page 1 of 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1011 Complete Nos.1-4 and 6 if there are interested parties. . OFFICE USE ONLY .. Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's:place Certificate Number: of business. 2017-208799 Aviation Management Consulting Group,Inc. Centennial,CO United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/17/2017 being filed. City of Corpus Christi Date Ac nowl dged: 1,4eCV . v � 3 Provide the identification number used by the governmental entity or state agency to track or identify the cont ct, d provide a description of the services,goods,or other property to be provided under the contract. 940 Appraisal Services for Corpus Christi International Airport 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Kohlman,Jeff - Centennial,CO United States X 5 Check only if there is NO Interested Party.. ❑ • 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. KATELYN WATSON 11 I Notary Public- State of Colorado M. Notary ID 20164048610 ► 7/14 c My:Commission Expires Dec 27, 2020 Signatu of rii agent of contracting business entity AFFIX NOTARY STAMP f SEAL ABOVE Sworn to and subscribed before me,by the said Se-CF `n\1y ,- ,this the `- day of Mc,,, , 20 1'7 ,to certify which,witness my hand and seal of office. I • �Y lYt7\VV d�r� ‘.('i c.jlnkS0 VVAoVic Signature of officer administering oath Printed name of bfficer administering oath Title of offiicerAdministeriing oath Forms provided by Texas Ethics Commission www.ethics.state.lx.us Version V1.0.883