Loading...
HomeMy Public PortalAboutORD15318 BILL NO. 2014-62 SPONSORED BY COUNCILMAN Scrivner ORDINANCE NO. I5 531S AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A SUPPLEMENTAL AGREEMENT WITH BURNS & MCDONNELL ENGINEERING COMPANY, INC., FOR DESIGN SERVICES AT THE AIRPORT. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and City Clerk are hereby authorized and directed to execute a supplemental agreement with Burns & McDonnell Engineering Company, Inc. for design services related to runway rehabilitation project the Jefferson City Memorial Airport. Section 2. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approv/ /I. // Passed: I '4/ Approved: ` 04(11(/ / / / ,#' <A' Presiding Officer , Mayor ray ATTEST: APPROVED AS TO FORM: 4-ice Aird/ Cl Clerk Cit, Counselor Airport Name: Jefferson City Memorial Project No.: 12-04OB-1 Design & 13-0408-1 Construction County: Callaway AVIATION PROJECT CONSULTANT SUPPLEMENTAL AGREEMENT NO. 2 DESIGN SERVICES: Design Runway 12-30 for a Concrete Option & Integrate the 2009 Taxiway B Design Package into the Current Package THIS SUPPLEMENTAL AGREEMENT NO. 2 for Additional Design Services is entered into by the City of Jefferson (hereinafter, "Sponsor") and Bums & McDonnell Engineering Company, Inc. (hereinafter, "Consultant"). WITNESSETH: WHEREAS, the Sponsor and the Consultant entered into an Agreement on November 21, 2012, and amended September 13, 2013 to accomplish a project at the Jefferson City Memorial Airport, (hereinafter, "Original Agreement"); and WHEREAS, the Sponsor and the Consultant now desire to enter into Supplemental Agreement No. 2 to otherwise complete, extend or continue the Original Agreement as provided herein. NOW, THEREFORE, in consideration of the mutual promises, covenants, and representations contained herein the parties agree as follows: (1) SCOPE OF SERVICES: (A) The Services to be provided by the Consultant under Supplemental Agreement No. 2 are additional services which are beyond the scope of services provided in the Original Agreement. These additional professional services are generally described and defined in Section (17)(Federal) of the Original Agreement and Exhibit II — SA2, which is attached hereto and incorporated herein by reference. (2) FEES AND PAYMENTS: (A) The Consultant shall be reimbursed in accordance with Section (9)(Federal) of the Original Agreement. (B) The costs of Supplemental Agreement No. 2 shall be in addition to the cost of the Original Agreement. (C) The lump sum fee and maximum amount payable included in Section (9)(Federal) of the Original Agreement are hereby modified to be cost plus fixed fee not to exceed as follows: ] Rev.02/01/10 Description Fixed Fee Max. Fee Payable Original Amount $17,914.83 $241,035.00 Supplemental Agreement No. 1 (Construction $7,363.64 $99,690.00 Package No. 1 Supplemental Agreement No. 2 (PCC Design & $6,570.95 $79,980.00 Taxiway B Total $31,849.42 $420,705.00 (D) Estimated costs for the services in Supplemental Agreement No. 2 are defined in Exhibit IV — SA2 and Exhibit V — SA2, which are attached hereto and incorporated herein by reference. (3) PERIOD OF SERVICE: Exhibit VI, Performance Schedule, of the Original Agreement is hereby revised to include time for the performance of these additional services. The total time to be added to Exhibit VI for completion of these additional services shall be 10 calendar days after the Bid Opening of Package No. 2 - Runway 12-30 & Taxiway B Rehabilitation, which includes time for performance of all remaining services in the Original Agreement and the services in Supplemental Agreement No. 2 and submittal of all deliverables. (4) DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS: (A) DBE Goal: The following DBE goal has been established for this Supplemental Agreement No. 2. The dollar value of services and related equipment, supplies, and materials used in furtherance thereof which is credited toward this goal will be based on the amount actually paid to DBE firms. The goal for the percentage of services to be awarded to DBE firms is 0.00% of the total Supplemental Agreement No. 1 dollar value. (B) DBE Participation Obtained by Consultant: The Consultant has obtained DBE participation, and agrees to use DBE firms to complete 0.00% of the total services to be performed under this Supplemental Agreement No. 2 by dollar value. The DBE firms which the Consultant shall use, and the type and dollar value of the services each DBE will perform, is as follows: CONTRACT %OF DBE FIRM NAME, STREET AND TYPE OF DBE TOTAL$VALUE $AMOUNT SUBCONTRACT COMPLETE MAILING SERVICE OF THE DBE TO APPLY $VALUE ADDDRESS SUBCONTRACT TO TOTAL APPLICABLE TO DBE GOAL TOTAL GOAL N/A N/A N/A N/A N/A (5) SUBCONSULTANTS: (A) The Consultant agrees that except for those firms and for those services listed below, there shall be no transfer of engineering services performed 2 Rev.02/01/10 under this Supplemental Agreement No. 2 without the written consent of the Sponsor. Subletting, assignment, or transfer of the services or any part thereof to any other corporation, partnership, or individual is expressly prohibited. Any violation of this clause will be deemed cause for termination of this Supplemental Agreement No. 2. Exceptions (Subconsultant Information): FIRM NAME COMPLETE ADDRESS NATURE OF SERVICES Archer-Elgin Surveying 310 East 6th Street Topographical Surveys Rolla, Missouri 65401 (6) ORIGINAL AGREEMENT: Except as otherwise modified, amended, or supplemented by this Supplemental Agreement No. 2, the Original Agreement between the parties shall remain in full force and effect and the terms of the Original Agreement shall extend and apply to this Supplemental Agreement No. 2. IN WITNESS WHEREOF, the parties have entered into this Supplemental Agreement No. 2 on the date last written below. Executed by the Consultant this 26th day of April, 2014. Executed by the Sponsor this day of , 2014. CONSULTANT: SPONSOR: Burns & McDonnell Engineering Co., Inc. City of Jefferson BY BY Title: Director of Aviation Services. Title: Mayor ATT By Title: City Clerk Approved as to Form: Title I —CD,4 u.,S c I„i2 3 Rev.ozioino EXHIBIT II — SA2 SCOPE OF SERVICES 1. General Description of Services: The original agreement required the Consultant to provide for the design of a Mill & Overlay project for Runway 12-30. Based on conditions identified in the original geotechnical investigation and discussion with MoDOT and Sponsor staff, it was determine the serviceable life of the pavement system was beyond the benefit of a mill &overlay. As a result, a revised design using a concrete pavement system was developed and incorporated into the project documents. In addition and during the revised design process, the MoDOT and the Federal Aviation Administration, (FAA)programmed potential funds to be available for the construction of a modified version of the Original Taxiway B project which was completed in 2009. Based on this condition, the Sponsor requested the Consultant to modify the Runway 12-30 package to allow the incorporation of the Taxiway B design. As a result, the following tasks were/are required to complete both modifications to the original contract: 2. Runway 12-30 Modifications: The Consultant will provide the following design services for the conversion of the original Mill & Overlay project into a concrete pavement design project: a. Develop a revised scope of work for the surveyor to capture the revised limits of planned grading. b. Perform a Life Cycle Cost Analysis, (LCCA) for a minimum of three concrete pavement design options. c. Develop a preliminary engineering report that includes the incorporation of a concrete pavement design alternate. d. Coordinate with the FAA—Technical Operations Group, the MoDOT and the Sponsor for the purposes of determining the impact of the proposed finished pavement elevations may have with the existing glide slope and approaches for Runway 12-30. e. Redesign the intersection of Runway 12-30 and Runway 9-27 to accommodate the new elevation changes created by the proposed concrete design. f. The following drawings will be added to the original design package: (1) Rigid Pavement Elevation Plans— 9 drawings. (2) Jointing Plans— 8 drawings. (3) Typical Section Details— 1 drawing. (4) Jointing and Paving Details— 1 drawing. 4 Rev.02/0 1/10 3. Import, Integrate and Update the 2009 Taxiway B Construction Project into the Runway 12-30 Package: The Consultant will provide the following design services for this work effort: a. Review the existing FAA Advisory Circulars and determine the modifications needed to bring the 2009 design package to the current standards. b. Provide a summary of evaluation to the Sponsor and the MoDOT. c. Incorporate those modifications directed by the MoDOT based on items a. and b. above. d. Import, Integrate and Update the following 32 drawings from the original 2009 documents: (1) Site Layout Plans: C103, C104, C105, C106, and C108. (2) Taxiway B Plan & Profiles: C202 and C203. (3) Grading Plans: C304, C305, C306 and C308. (4) Jointing Plans: C403, C404, C405, C406 and C408. (5) Rigid Pavement Elevation Plans: C452, C453, C454, C455, and C457. (6) Pavement Marking Plans: C501 and C502. (7) Cross Sections: C703, C704, C705 and C706. (8) Electrical Demolition Plan: E101. (9) Electrical Site Plans: E201, E202 and E203. (10) Electrical Taxiway Fixture Coordinate Schedule: E501. 5 Rev.02/01/10 DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS LIGHTING IMPROVEMENTS&RUNWAY 12-30 MILL&OVERLAY AND RUNWAYS 12-30&9-27 HIRLSIMIRLS JEFFERSON CITY MEMORIAL AIRPORT AMENDMENT 02 DESIGN CHANGE:Design R/W 12-30 for Unbonded Concrete Overlay&Add T/W B Package from 2008 BASIC AND SPECIAL SERVICES April 26,2014 1 DIRECT SALARY COSTS; TITLE HOURS RATE/HOUR COST f$) Office Field Contract Project Manager 0.00 $50.50 $0.00 $0.00 $0.00 Assoc.Civil Engineer 7.00 $45.00 $315.00 $0.00 $0.00 Sr.Civil Engineer 42.00 $35.00 $1,470.00 $0.00 $0.00 Staff Civil Engineer 142.00 $29.00 $4,118.00 $0.00 $0.00 Assist.Civil Engineer 83.00 $26.00 $2,158.00 $0.00 $0.00 Sr.Electrical Engineer 8.00 $45.00 $360.00 $0.00 $0.00 Staff Electrical Engineer 32.00 $35.00 $1,120.00 $0.00 $0.00 Assist.Electrical Eng. 0.00 $30.00 $0.00 $0.00 $0.00 Sr.Technician 149.00 $23.00 $3,427.00 $0.00 $0.00 Staff Technician 310.00 $21.00 $6,510.00 $0.00 $0.00 Field Engineer 0.00 $44.00 $0.00 $0.00 $0.00 Clerical 4.00 $18.00 $72.00 $0.00 $0.00 777.00 Total Direct Salary Costs $19,550.00 $0.00 $0.00 2 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD: Percentage of Direct Salary Costs @ 236.11% Office $46,159.51 Percentage of Direct Salary Costs @ 177.34% Field $0.00 Percentage of Direct Salary Costs @ 82.10%Contract $0.00 3 SUBTOTAL: Items 1 and 2 $65,709.51 $0.00 $0.00 4 PROFIT: 10.00% %of Item 3 Subtotal $6,570.95 $0.00 $0.00 Subtotal $72,280.46 $0.00 $0.00 5 OUT-OF-POCKET EXPENSES: a.Transportation(Office Staff) 0.00 Miles @ $0.555 /miles $0.00 b.Transportation(Field Staff) 0.00 Miles @ $0.555 1 Miles= $0.00 c.Per Diem (meals)office (per day) 0.00 days @ $35.00/day= $0.00 d.Per Diem(lodging)office (per day) 0.00 days @ $77.00 1 day= $0.00 e.Per Diem field(meals): per day 0.00 days @ $35.001 day = $0.00 f.Per Diem field(Lodging): per day 0.00 days @ $77.001 day = $0.00 g.Comp,hrs:(N/A) 149.00 Hours @ $0.00/Hour= $0.00 h.Comp.hrs:(N/A) 628.00 Hours @ $0.001 Hour= $0.00 i.Materials and Supplies = $199.55 $0.00 $0.00 Total Out-of-Pocket Expenses $199.55 $0.00 $0.00 6 SUBCONTRACT COSTS: a. Surveyor.Archer-Elgin = $0.00 $0.00 $0.00 b. Surveyor:Amendment 2 = $0.00 $0.00 $7,500.00 c. Geotechnical:Terracon = $0.00 $0.00 $0.00 d. Taliaferro&Browne-DBE: - $0.00 $0.00 $0.00 Subtotal $0.00 $0.00 $7,500.00 7 MAXIMUM TOTAL FEE: Items 1,2,3,4,5 and 6 $72,480.00 $0.00 $7,500.00 TOTAL: SUMMARY-SA2 $79,980.00 SUMMARY-SA2 9/1/2014 Jeff City Mem Airport RW-12-30 design fee Amend-02 for PCC rev 08-31-14 dgh.xlsx DERIVATION OF CONSULTANT PROJECT COSTS SUMMARY OF COSTS LIGHTING IMPROVEMENTS 8,RUNWAY 12-30 MILL&OVERLAY AND RUNWAYS 12-30&9-27 HIRLSIMIRLS JEFFERSON CITY MEMORIAL AIRPORT AMENDMENT 02 DESIGN CHANGE:Design RfW 12-30 for Unbonded Concrete Overlay&Add T1W B Package from 2008 BASIC AND SPECIAL SERVICES April 26,2014 Classification: Assoc.Civil Sr.Civil Staff Civil Assist.Civil Sr.Electrical Staff Electrical Assist. Sr.Technician Staff Field Clerical Other Costs Manager Engineer Engineer Engineer Engineer Engineer Engineer Electrical Eng. Technician Engineer Gross Hourly Rate: $186.71 $166.371 $129.40 $107.22 $96.13 $166.37 $129.40 $110.92 $85.04 $77.64 $162.68 $66.55 A.BASIC SERVICES PACKAGE NOA: PRELIMINARY DESIGN 1 PHASE-no change (1,2,3,4,5) Total= PACKAGE NOA: DESIGN PHASE-no 2 change (1 2 3 4 5) Total= 3 PACKAGE NO.1: BIDDING PHASE-no change (1,2,3,4,5) Total= SURVEY-no change 4 (1,2,3,4,5) Total= 5 SUBSURFACE INVESTIGATION-no Total= change (1,2,3,4.5) PART A SUBTOTAL= B.SPECIAL SERVICES PACKAGE NO.2: PRELIMINARY DESIGN 1 7.00 4.00 14.00 2.00 8.00 4.00 14.00 4.00 (1,2,3,4,5) Total= $6.204.00 $1,164.62 $517.61 $1,501.07 $192.25 $1,035.22 $340.14 $1,086.98 $266.20 $99.91 PACKAGE NO.2: 2 DESIGN PHASE 38.00 128.00 81.00 8.00 24.00 145.00 296.00 (1,2,3.4.5) Total= $66,276.00 $4,917.29 $13,724.04 $7,786.32 $1,331.00 $3,105.66 $12,330.20 $22,981.86 $99.64 3 PACKAGE NO.2: BIDDING PHASE-no Total= change (1,2,3,4,5) 4 SURVEY (1,2.3.4,5) Total= $7,500.00 $7.500.00 5 SUBSURFACE INVESTIGATION (1,2,3,4,5) Total= PART B SUBTOTAL= $79,980.00 GRAND TOTAL= $79,980.0 (1)Mileage.Motel and Meals (3)Computer Services (5)Other(identify) (2)Equipment.Materials and Supplies (4)Vendor Services EXHIBIT V SUMMARY-SA2 91112014 Jeff City Mem Airport RW-12-30 design fee Amend-02 for PCC rev 08-31-14 dgh.xlsx