Loading...
HomeMy WebLinkAbout020494 RES - 10/18/1988A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH THE JOINT VENTURE OF W. P. WILLS, CONSULTING ENGINEERS, INC. AND SHEARER ENGINEERING, INC. FOR DESIGN OF FUTURE AIRFIELD IMPROVEMENTS AT CORPUS CHRISTI INTERNATIONAL AIRPORT, INCLUDING WIDENING THE COMMERCIAL AVIATION RAMP BY 200 FEET AND CONSTRUCTING A CROSS TAXIWAY BETWEEN TAXIWAYS "A" AND "B"; AND APPROPRIATING $104,732.50. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. That the City Manager is hereby authorized to execute a contract with with joint venture of W. P. Wills, Consulting Engineers, Inc. and Shearer Engineering, Inc. for design of future airfield improvements at Corpus Christi International Airport, including widening the commercial aviation ramp by 200 feet and constructing a cross taxiway between Taxiways "A" and "B," all as more fully set forth in the contract, a substantial copy of which is attached hereto and made a part hereof, marked Exhibit "A." SECTION 2. That there is hereby appropriated $104,732.50 from the No. 541 Airport Bond Fund, to be 90 percent reimbursed by the Federal Aviation Administration, applicable to Project No. 541-601-603.31-597, Taxiway "C" Extension and Commercial Ramp Expansion. ATTEST: City Secretary APPROVED: 19 DAY OF Atf›+ 19Lz8 HAL GEORGE, CITY ATTORNEY BY Assistant pty Attorney 207JB024.res THE CITY OF CORPUS CHRIST , TEXAS 20494 ��C1F8�f�iM�fi CONTRACT FOR ENGINEERING SERVICES THE STATE OF TEXAS § COUNTY OF NUECES § The City of Corpus Christi, hereinafter called "City", and W. P. Wills Consulting Engineers, Inc. and Shearer Engineering, Inc., a Joint Venture, hereinafter called "Engineers", agree as follows: I. SERVICES TO BE PERFORMED The Engineers hereby agree, at their own expense, to perform all engineering services necessary to properly develop studies, designs, and plans and specifications on the following improvements to the Corpus Christi International Airport: A. Widen the commercial airline ramp by 200 feet. B. Construct a cross taxiway between Taxiway A & B. C. Construct a ramp for air cargo building and taxiway connection. D. Rehabilitate Taxiway A lighting system. E. Construct a security fence around airport. F. Repairs/replacement of general aviation ramp pavement. The scheduling of these projects is dependent upon availability of funding from both local and federal sources. The Engineer will only be authorized to proceed with these projects as directed herein or by amendment to this contract. The City and Engineer agree that additional projects may be added through execution of appropriate amendments to this contract. The City anticipates receiving Federal assistance for these improvements through the Federal Aviation Administration. Compliance with the following Federal regulations will be required. 1. Airport and Airway Improvement Act of 1982 as amended and the regulations of the Federal Aviation Administration (14 CFR, Part 152). 2. Title VI of the Civil Rights Act as indicated in attached Exhibits A-1 and A-2. 3. Rehabilitation Act of 1973 (29 U.S.C. 794) , Section 504 which assures non-discrimination towards the handicapped. 4. Affirmative Action Act as required by 14 CFR, Part 152, Subpart E. 5. Minority Business Enterprise (MBE) policy as defined in 49 CFR, Part 23, as indicated in attached Exhibit A-2. 6. Equal Opportunity Clause as defined in 41 CFR, Part 60-1.4. 7. Executive Order 11246 dated September 24, 1965. II. SCOPE OF SERVICES THE ENGINEER IS HEREBY AUTHORIZED TO PROCEED WITH ALL PHASES OF THE WORK ASSOCIATED WITH PROJECTS A AND B, AS LISTED IN SECTION I. Engineering Services - CCIA Future Airfield Improvements W. P. Wills/Shearer Engineering, A Joint Venture Page 1 of 8 Engineers' services under Section I will be those Basic Services which are in accordance with the Manual of Practice, General Engineering, as published in 1982 by the Texas Society of Professional Engineers and Consulting Engineers Council of Texas and will include the following: A. In the Preliminary Phase (for Work as Authorized by the City) 1. Conferences with the proper City representatives regarding the proposed project. Consult with Federal Aviation Administration and other agencies as required. 2. AP reliminary engineering study and report directly related to and part of the work being considered. The report to be prepared using Federal Aviation Administration design criteria and based on most current Federal Aviation Administration procedures. 3. Preliminary location, sizes and types of materials. 4. Preliminary cost estimate of proposed construction and total project budget. 5. City to furnish Engineers with preliminary information with copies of plans of such existing facilities as are necessary and available and with other information pertinent to the planning and design. 6. Consultant to provide all survey work required for Preliminary Phase. 7. Utilize support material developed during Preliminary Phase or available from City and be responsible for the coordination of the project phases with the Federal Aviation Administration. 8. Furnish the City with six (6) copies of the preliminary report, drawings, and cost estimate. 9. Prepare answers to Federal Aviation Administration questions or concerns in preliminary design report. B. In the Design Phase (for Work as Authorized by City) 1. Furnish engineering data necessary for the City to prepare permits required by Local, State and Federal authorities, and advise the City regarding coordination of project with Federal agencies. 2. Preparation of detailed Contract plans and specifications for construction; furnish all necessary plans, specifications and proposal documents to the City for advertising for bids. City estimates a maximum of 25 sets of advertising documents will be required and will reimburse Engineer actual costs of all documents required in excess of 25. 3. Appropriate coordination meetings with the Federal Aviation Administration to facilitate approval of design concepts and detailed plans and specifications. Engineering Services - CCIA Future Airfield Improvements W. P. Wills/Shearer Engineering, A Joint Venture par 2 of S 4. Preparation of estimates of quantities and costs. 5. Assist City in securing bids; prepare bid tabulation sheet. 6. Analyze bids and make recommendation concerning award. 7. In the event the lowest bid exceeds the project budget cost, confer with City and make revisions as is necessary and satisfactory to City for the readvertising of the project for bids. C. In the Construction Phase (For Work as Authorized by City) 1. Check shop and working drawings when required and furnished by contractor. 2. Review and make recommendations based on laboratory test reports and data and hot -mix designs. 3. Consultation with the City and advise during construction. 4. General observations of the work and interpretation of the plans and ,specifications by periodic visits (as distinguished from the continuous services of a resident project representative) to the site by a qualified inspector. Periodic visits shall mean a minimum of one project visit weekly of a two hour duration during the Construction Phase. In performing these services, the Engineers will endeavor to protect the City against defects and deficiencies in the work of the contractor, but they cannot guarantee the performance of the contractor nor be responsible for the actual supervision of construction operations or for the safety measures that the contractor takes or should take. The Engineer shall promptly notify the City of any known defects discovered during general observations of the work. 5. Preparation of change orders and monthly and final estimates for payments to the contractor, based on contractor's submittal. 6. Represent the City in interpreting and rendering decisions on the requirements of the contract documents and claims or disputes between the contractor and the City, to include any disputes or claims made by the City against the contractor within one year of the final inspection; instruct the contractor on behalf of the City (including preparation of supplementary drawings or instruction required to effectuate the intent of the, contract documents) . 7. Final inspection. 8. Revision of the construction drawings to show the project as actually constructed and the furnishing of "As -Built" reproducible drawings. Engineering Services - CCIA Future Airfield Improvements W. P. Wills/Shearer Engineering, A Joint Venture Page 3 of 8 D. Special Services This contract includes the furnishing of Surveying and Geotechnical Services by the Engineer as Special Services. Surveying Services includes the gathering of all topographic information necessary for the design of this project. Geotechnical Services includes all subsurface investigations, non-destructive testing, laboratory testing, engineering analysis, and report preparation of such information as necessary for the design of this project. (The City is to receive three (3) copies of all laboratory reports and other summary reports prepared under this item.) The sum(s) authorized as Special Services are in addition to the Basic Fee as outlined in Section III, Paragraph A, herein. For Surveying Services associated with Projects A and B, as listed in Section I, the City agrees to pay the Engineer a sum not to exceed Two Thousand Eight Hundred Dollars ($2,800.00). For Geotechnical Services associated with Projects A and B, as listed in Section I, the City agrees to pay the Engineer a sum not to exceed Two Thousand Eighty Five Dollars ($2,085.00). E. Reimbursable Expenses. Under FAA Guidelines, reasonable travel expenses incurred by the Engineer are eligible for reimbursement. Therefore, the City agrees to pay the Engineer a sum not to exceed Two Thousand Four Hundred Dollars ($2,400.00) for round trip travel between Dallas and Corpus Christi, a per diem, and car rental. These expenses shall be evidenced by and paid based upon receipts and invoices prior to reimbursement. F. Order of Services Engineer agrees to begin work on Projects A and B as listed in Section I immediately upon authorization from the City and to complete the Preliminary Phase within 30 calendar days after authorization. The Design Phase (when authorized) will be completed within 45 calendar days of written notice to proceed with this phase. The construction phase (when authorized) shall be contingent upon the completion schedule of the construction. III. FEE A. Fee for Basic Services Authorized For Basic Services associated with Projects A and B, as listed in Section I, the City will pay the Engineer a fixed fee of Ninety Seven Thousand Four Hundred Forty Seven and 50/100 Dollars ($97,447.50) providing for services only (except Special Services and Reimbursable Expenses) in this Contract. This fee will be full and total compensation for all services outlined herein. Fees for Special Services and Reimbursable Expenses are as outlined in Section II, Paragraphs D and E of this Contract. Engineering Services - CCIA Future Airfield Improvements. W. P. Wilts/Shearer Engineering, A Joint Venture B. Payment of Fee for Preliminary Phase Services For the Preliminary Phase Services relating to Projects A and B, the sum of Fourteen Thousand Five Hundred Eighty Dollars ($14,580.00) shall be due and payable. Approval of the preliminary engineering report shall be required prior to final payment, except that the City will approve monthly payments to a maximum of 75% of this fee until such time as the preliminary phase is approved. C. Payment of Fee for Design Phase Services For the Design Phase Services relating to Projects A and B, the sum of Seventy Two Thousand Nine Hundred Ninety Seven and 50/100 ($72,997.50) shall be due and payable. Approval of final plans and specifications and receipt of bids will be required before final payment for this phase payment is made. Payment may be made on a monthly basis based on invoices submitted by the Engineer. D. Payment of Fee for Construction Phase Services For the Construction Phase Services relating to Projects A and B, the sum of Nine Thousand Eight Hundred Seventy Dollars ($9,870.00) shall be due and payable. Payment may be made on a monthly basis based on invoices submitted by the Engineer and relative to the percentage completion of actual construction. IV. TERMINATION OF CONTRACT Either party to the Contract may terminate the Contract by giving to the other thirty (30) days notice in writing. Upon delivery of such notice by the City to the Engineers, and upon expiration of the thirty -day period, the Engineers shall discontinue all services in connection with the performance of the Contract and shall proceed to cancel promptly all existing orders and contracts insofar as such orders or contracts are chargeable to this Contract. As soon as practicable after receipt of notice of termination, the Engineers shall submit a statement showing in detail the services performed under this Contract to the date of termination. The Owner shall then, after review and approval of such statement, pay the Engineers promptly that proportion of the prescribed charges which the services actually performed under this Contract bear to the total services called for under this Contract, less such payments on account of the charges as have been previously made. Copies of all completed or partially completed, design, plans and specifications prepared under this Contract shall be delivered to the Owner when and if it is terminated. V. RENEGOTIATION In the event that the scope of the Engineers' services as outlined herein for the improvement project is determined, by the Engineers' Preliminary Phase work, to be substantially different from the description of services or construction budget contained herein, the fee set forth in this Contract shall be renegotiable only insofar as this Contract pertains to the project or projects so determined to be substantially different. Fees for projects determined to be substantially in accordance with descriptions and budgets contained herein shall not be renegotiable. Engineering Services - CCIA Future Airfield Improvements W. P. Wills/Shearer Engineering, A Joint Venture VI. ENGINEERS' LIABILITY Acceptance and approval of the final plans by the City shall not constitute nor be deemed a release of the responsibility and liability of the Engineers, their employees, associates, agents and consultants, for the accuracy and competence of their designs, working drawings, and specifications or other documents and work, nor shall such approval be deemed to be an assumption of such responsibility by the City for any defect in designs, working drawings and specifications or other documents prepared by the Engineers, their employees, subcontractors, agents and consultants. VII. OWNERSHIP OF DOCUMENTS Upon completion of the project (or upon termination of this Contract, if previously terminated) , the Engineers shall furnish to the City, in a suitable container for filing, "record drawings", reproduced on linen or mylar drafting film from the original drawings, together with a correct and legible set of specifications. VIII. ASSIGNABILITY The Engineers shall not assign, transfer or delegate any of his 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 Engineers' staff. If either Engineer is a partnership, in the event of the termination of the partnership, this Contract shall inure to the individual benefit of such partner or partners as the City may designate. No parts of the Engineers' fee may be assigned in advance of receipt by the Engineers without prior, written consent of the City. IX. TECHNICAL ASSISTANCE AND CONSULTATIONS The City shall 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 prior to such employment. X. ARBITRATION A. Except as may be otherwise provided in this Contract, or as the parties hereto may otherwise agree, in writing, all claims, counter -claims, disputes or other matters in question between the City and the Engineers arising out of or relating to this Contract or the breach thereof, will be decided by arbitration in accordance with the current applicable Construction Industry Arbitration Rules of the American Arbitration Association, subject to the limitations stated in Paragraphs C and D below. This Contract, and any other agreement or consent to arbitrate entered into in accordance therewith as provided below, will be specifically enforceable under the prevailing law of any court having jurisdiction. B. Notice of demand for arbitration must be filed in writing with the other party to this Contract, with the Federal Aviation Administration and with the American Arbitration Association. The demand must be made within a reasonable time after the claim, dispute or other matter in question has Engineering Services - CCIA Future Airfield Improvements W. P. Wills/Shearer Engineering, A Joint Venture ��r� a ^c arisen. In no event may the demand for arbitration be made after the time when institution of legal or equitable proceedings based on such_ claim, dispute or other matter in question would be barred by the applicable statute of limitations. C. All demands for arbitration and all answering statements thereto which include any monetary claim must contain a statement that the total sum or value in controversy as alleged by the party making such demand or answering statement is not more than $200,000 (exclusive of interest and costs). The arbitrators will not have jurisdiction, power or authority to consider or make findings (except in denial of their own jurisdiction) concerning any claim, counter -claim, dispute or other matter in question where the amount in controversy thereof is more than $200,000 (exclusive of interest and costs) or to render a monetary award in response thereto against any party which totals more than $200,000 (exclusive of interest and costs). D. No arbitration arising out of, or relating to, this Contract may include, by consolidation, joinder or in any other manner, any additional party not a party to this Contract. E. By written consent signed by all the parties to this Contract and containing a specific reference hereto, the limitations and restrictions contained in Paragraphs C and D above may be waived in whole or in part as to any claim, counter -claim, dispute or other matter specifically described in such consent. No consent to arbitration in respect of a specifically described claim, counter -claim, dispute or other matter in question will constitute consent to arbitrate any other claim, counter -claim, dispute or other matter in question which is not specifically described in such consent or in which the sum or value in controversy exceeds $200,000 (exclusive of interest and costs) or which is with any party not specifically described herein. F. The award rendered by the arbitrators will be final, not subject to appeal, and judgment may be entered upon it in any court having jurisdiction thereof. XI. ACCESS TO RECORDS The Federal Aviation Administration, the Comptroller General of the United States, or any of the duly authorized representatives shall have access to any books, documents, papers and records of W. P. Wills Consulting Engineers and Shearer Engineering, Inc. which are directly pertinent to the herein referenced grant program, for the purpose of making audits, examinations, excerpts, and transcriptions. W. P. Wills Consulting Engineers and Shearer Engineering, Inc. agree to maintain all required records for three years after the City makes final payment and all other pending matters are closed. XII. DISCLOSURE OF INTERESTS Engineers further agree, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this Contract, the Disclosure of Interests form attached hereto. Engineering Services - CCIA Future Airfield Improvements W. P. Wills/Shearer Engineering, A Joint Venture Page 7 of 8 EXECUTED IN DUPLICATE, each of which shall be considered an original, this day of , 1988. ATTEST: CITY OF CORPUS CHRISTI By: City Secretary Juan Garza, City Manager APPROVED: By: day of , 1988 Assistant City Attorney W. P. WILLS CONSULTING ENGINEERS //\"C - By : aire,i//1- W. P. Wills SHEARER ENGINEERING, INC. By: // / //r/ /./41/,'/7� Engineering Services - CCIA Future Airfield Improvements W. P. Wilts/Shearer Engineering, A Joint Venture Page 8 of 8 CONTRACTOR CONTRACTURAL REQUIREMENTS TITLE VI ASSURANCES During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor) agree as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations) , which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to - (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination, or suspension of the contract, in whole or in part. EXHIBIT A-1 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt—by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. MINORITY BUSINESS ENTERPRISE (MBE) ASSURANCES 1. Policy. It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this agreement. 2. MBE Obligation. The contractor agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. EXHIBIT A-2 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112. as amended, requires all persons or firms seeking to do business with the Cityto provide the following information. Every question must be answered. if the question is not applicable, answer with "NA." Corporations whose shares are publicly traded and listed on national or regional eg onol stock exchanges or over-the- counter markets may file o current Securities and Exchange Commission Form 10-K with the City in lieu of answerin the questions below. See reserve si e for definitions. g FIRM NAME: STREET: CITY: ZIP:. FIRM is: 1. Corporation ( ) 2. Partnership ( ) . Sole Own c ) 4, • Association ( ) 5. Other !/ /Mb/1ff /76',/5 2-e//,3 as #// r� DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. _1. State the names of each "employee" of the City of Corpus Christi having on "ownershipinterest" constituting3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known /rane 2. State the names of each "official" of the City of Corpus Christi having an "ownershipinterest" constituting3% or more of the ownership in the above named "firm". Name Title /14.4# 3. State the names of each "board member" of the City of Corpus Christi havingan "ownershipinterest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission, or Committee 4,44e CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that 1 have not knowingly withheld disclosure of any information requested: and that supplemental statements will be promptly submitted tog y p p y the City of Corpus Christi, Texigs as c anges occur. w fL 7eJ"/ �a��r Certifying Person:j7/67,0/ •t r i/7/ i7,C 4/C7.- 1/1 - - Date: /1 7 Signature of Certifying Person: CITY OF CORPUS CHRISTI, TEXAS CERTIFICATION OF FUNDS (City Charter Article IV Section 2 September 13, 1988 I certify to the City Council that $ 104,732.50 , the amount required for the contract, agreement, obligation or expenditures contemplated in the above and foregoing ordinance is in the Treasury of the City of Corpus Christi to the credit of: Fund, No. and Name No. 541 Air ort Bond Fund Project No. 541-601-603.31-597 Project Name Taxiway "C" Extension and Commercial Ramp Exp.ansi_on from which it is proposed to be drawn, and such money is not appropriated for any other purpose. ?Ar , 191z FIN 2-55 Revised 7/31/69 The above resolution Betty N. Turner David Berl anga , Sr. Leo Guerrero Clif Moss Bill Pruet Mary Rhodes Frank Schwing, Jr. Mary Pat Sl avi k Linda Strong 99.066.01 Corpus Christi, Texas 0 day of iUctb-ec.e�t� , 198 g was passed by the following vote: (kit it4/1--1 --t J Opp (464efik 20494