Loading...
HomeMy WebLinkAboutC2007-232 - 7/10/2007 - ApprovedAMENDMENT No. 11 ClTY OF CORPU3 CHRISTI CONTRACT FOR PR~FESSIONAL SERVICES pLi~ The City a~ Corp~ts Christi, a Texas home rule municipal corporation, P.~. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City} acting through its duly authorized City Manager or Designee (Director of ~ngineering Services) and Pierce Goodwin Alexander and Linville (PGAL), Inc., a Texas corporatian, 5555 San Felipe, Suite 1000, Houston, Texas 77056, (ArchitectlEngineer-AlE), hereby agree ko khe amendment of the Contract for Prafessianal Ser~ices author~zed by Motion No. 20Q4-224 an June 8, 2004 and September 13, 2005 and adminis#ratively amended February 1B, 2006 and administratively amended an April 18, 2006 and administratively arr~ended an May 19, 70~6 and by Motion No. 2006-272 on August 29, 2006 and administratively amended September 91, 2006 and administratively amended May 15, 2007, and administraki~ely amended June 14, 2007 as follows: PGAL will pro~ide design, bid, and construction phase services for the Corpus Christi International Airport Airfield Drainage Phase VI, Taxiway Rehabilitation, and Taxiways SignagelLighting Improvement projects. The scope of services will include design phase, bid phase, construction phase and survey services as provided by the 5cope of Senrices attached as Exhibit A-11. d~ ~~~~ Exhibit A, Section C 5ummary af Fees, is amended by the authorize serwces an additional tota! fee nat to exceed fee of $327,000.00. The total Amendment No. 1'f not to exceed fee incl~sive of a!I expenses is $327,000.00. A summary of the schedule of fees is attached as ~xhibit B-'f 1. PGAL wi41 use t~e surrtmary of faes fpr Amendment No. 11 when invoicing the City. Invoices for Amendment No. 31 wi[E be based on the Engin~er's estimate of the percentage of the services completed. ln~oices fortra~el, per diern and lodging wili be evidenced by a copy of invoices. The restated tatal not to exceed fee inclusive of all expenses is $2,230,068.00. All other terrr~s and cor~ditians of the .~une S, 2004 contract, as amended, between the City and Cansultantwill remain in full force and effect. CITY OF CORPUS CHRISTI gy Z f c~~? Ronald F. Massey, ate Assistant City Manager RECOMMENDED gy ~ ~~ 0~7 Angel R. Escobar, P. E. Date ATTEST By ~ ~~, f ~ -~ Armando Chapa, Date City Sec~etary PGAL, IN,C. By~ /%% ~ Z1/o 7 Consui#ant DaTi 5555 San Felipe, Suite 1000 Houston, TX 77056 (713) 622-1444 Office (713) 968-9333 Fax Au~MElt~lt~~ s~ Cv~i~ctl...~ ~ ~,„ ..~ ............... ..~ SFf~R ~ ,~ APPROVED AS TO FORM gy ~~.(/~- ']. O 2 ~ a ~ ~ A~Gictant C:itti~ 0 rnQ~~ Date 2007-232 aviaro~ MZao~-i~6 ]041 mp rovementslA~-PGAL1A~Amd 91.dac Page 1 of 1 SCOPE OF SERV~CES CCIA - AIP Project RFP 2003-0$ CCIA Taxiway System Rehabilitation, Taxiway Signage ar~d Lighting, and Airfield Drainage Phase VI PGAI. wil! pro~ide the foHowing services: BASiC SERVICES Preliminary Design P~ase - PGAL will: 1. Confer and attend meetir~gs with City representa#i~es and other interested parties on project requiremen~s, finances, schedules, project phasing, and other pertinent matters. 2. Make initial and other site ~isits as rec~uired to ~erify field survey informa#ion and location and condition of existing project features. 3. Re~iew exis#ing data, reports, and documents pertaining to tf~e project site and areas affected by the project improvements. 4. Deve~op prefiminary plan layouts for the Taxiway System, and signage. 5. Coordinate with utility companies as needed. 6. Coordinate with Surveying, and Geotechnical subconsultants. 7. Prepare preliminary estimates for design alternati~es. 8. Prepare 30% Design Submittal and coordina#e re~iews and handling of comments, including ~arious alternati~es for design consideration. Design Pi~ase - PGAL will: '1. Conduct and attend mee#ings and design conferences ~o obtain information and to resolve design matters. 2. Coflect engineering data and make fiefd investigations, engineering studies, and surveys necessary for design of the c~osen aiternatives. 3. Prepare necessary reports and recommendations for CCIA representati~es to make informed decisions on design issu~s. 4. Prepare detailed plans, specifications, estimates, and bid documents to submit for City and FAA re~iew and approval. All bid documents will be in accordance with appropria#e FAA advisory circulars and orders and will include project layout, plan and profile shee#s, existing and proposed typicaf sections, grading contours, utility base maps, taxiway pa~ing details, taxiway repair details, drainage plans and details, striping plans and details, taxiway signage and lighting pians and details, temporary and permanent erosion control features, and other appropriate FAA documentation requirements. 5. P~ovide 60% and 100°/a complete plan and bid documents for City Airport and FAA staff re~iew. Coordinate all re~iew comments and incorpo~ate as appropriate. 6. Prepare construction phasing and seque~ci~g plans. 7. Prepare Storm Water Pollution Pre~ention Plans. 8. Prepare details for barricading and ~raffic control. Exhibit A-11 Pa e 1 of 5 9. Prepare miscellaneous project features and details. The City will: a. designate an individual to have resportsibility, authority, and control for coordinating acti~ities for the construction contract awarded; b. provide the budget for the Project specifying the funds available for the construc#ion contract; c. pro~ide #he City's standard sp~cifications, standard detail sheets, standard and special pro~isions, and forms for required bid documents; and Bidding Phase -- PGA~ will: '1. Participate ~n pre-bid conference. 2. Re~iew all pre-bid q~aestions and prepare addenda as necessary for City appro~af. 3. Assist in solicifatio~ of bids by identification of prospective bidders and review of bids by solicit~d interests. 4. Attend bid opening, analyze bids, prepare bid tabulations, and make recommendation regarding award of contract. 5. Confer wi#h City and Airport staff ~nd make plan re~isions as necessary for read~ertising the project for bid if the lowest responsible bid exceeds a~ailable funding a# no additional charge to the Ci#y. The City wilf: a. arrange and pay for printing of all documents and addenda to be distributed to prospective bidders; b. advertise #he Project for bidding, maintain the list of ~rospecti~e bidders, receive and process deposits for ali bid documents, iss~e (with the assistance of the AIE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening; c. recei~e the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bit~ awards; and, d. prepa~e, review and p~o~i~e copies of the contract for execution between the City and the contractor. ~ Construction Phase (Construction Administration} - PGAL will: 1. Pro~ide consu~ta#ion and advice to the City and other govemmental authorities du~ing aEl phases of construction. 2. Participate in pre-construction conferer~ce. 3. Review and approve shop and working drawings and material andlor equipment submittals. 4. Provide interpretatior~s and clarifications of plans and specifications. 5. Ad~ise CCIA representatives on minor changes that do not affect cost andlor quality of #he Contractor's work. Exhibit A-94 Pa e2of5 6. Prepare and negotiate change orders an~ supplemental agreements tha# are necessary. 7. Inspect work periodically and pro~ide appropriate re~orts to the City's project manager, inspector, and contractor. 8. Review and coordinate contractor's progress schedule and critical path updates with the contractor and City and Airport representati~es. 9. Rewiew contractor pay requests for progress and final payments. 10. Make pre-final and fina~ inspections with City and Airpart staff and provide a Certi~cate o# Compietion for the project. 11. Review contrac#or's as-built construcfion drawings and prepare records of project as constructed. Ti~e Ciijr will: a. pre~are appficationslestimates for payments to contractor; and b. conduct the final accep#ance inspection with the Engineer. ADD}TIONAL SERVICES A. ADDITIONAL SERVICES (ALLOWANCE) This sec#ion defines the scope (and Allowance) for compensation for additional services that may be included as part of this contract. The fee for such services will be nego#iated when required. The A/E will, with written authorization by the Director of Engineering Services, do the following: Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will pre~are this documentation for all required signatures. The A/E will pre~are and sUbmi# all permits as applicable to the appropriate IocaE, state, and federal authorities, including, but not limited to: a. Wetfands Delinea~ion and Permit b. Temporary Discharge Permi~ c. NPDES PermitlAmendments d. Texas CommESSion on Environmental Quality {TCEQ) Permits/Amendments e. N~aeces County f. Texas Historical Commission (THC) g. U.S. Fish and Wildlife Service (USFWS) h. U.S. Army Corps of Engineers (USACE) i. United Sfates Environmentaf Protection Agency (USEPA) j. Texas Depar#ment of License and Regulation (TD~R ) Topographic Survey. Topographic survey for the project is authorized and does not require written authoriza#ion by the City's Director of E~gineering Ser~ices. PGAL will proceed with the authorized topographic survey necessary to design the projects upon receip# of #he executed contract and notice to proceed. Exhibit A-11 Pa e3of5 PGAL will pro~ide fie~d surveys, as required for design including t#~e necessary co~trol points, coordinates and elevations of poin#s (as required for the aerial mapping of the Project area - aerial ~hotography to be provided by Ci#y). Establish base survey controls for line and ele~ation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with thE C~ty's Global Positioning System (GPS) cantrol network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surrreyor~' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. lnclude reference to a minimum of two (2) found bo~ndary monuments from the project area. En~ironmer~tal Assessments a. pro~ide en~ironmental site evaluations and Arch~ology Reports that are needed for the Project, a~d b. identify and develop a scope of work for any testing, handling and disposal of hazardous materiaEs andlor contaminated soils that may be discovered during const~uction. Construction Observation Services. Provide Project Observation servEces including day-to-day detailed coordination with the City's staff and tes~ing laboratory. Start-up Services. Pro~ide on-site services and verification for all sta~t-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. Warranty Phase. Pro~ide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Projec#. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or repiace impro~ement under the maintenance guaranty #erms of the contract. Documer~t the condition and prepare a report for th~ City staff of the locations and conditions requiring actfon, with its recommendation for the method or action to best correct defecti~e conditions and submi# to City Staff. Compl~te the inspec#ion and prepare the report no later than sixty (60) days priar to the end of the maintenance guarar~ty period. If applicable, provide SCADA Documenta#ion. Provide standardized SCADA documentation, which wifl include PFDs, P&IDs, Ioop sheets, logics, SCADA architecture, DCS IIO lists, instrument iists, tie-in lists, piping lists, equipment lists, and instr~mer~tation specification sheets. The City wiil pro~ide geotecl~nical investigations, soil core sampling, laboratory testing, related analyses and reports. Exhibit A-71 Pa e4af5 C. PROPOSED PROJECT SCHEDULE The City and PGAL agree to the following preliminary project schedule and mutually agree to fiacilitate the timely completEOn of each p#~ase of the projec#. It is mutuaily r~cognized the schedule is a preliminary schedule and is subject to revision. DAY DATE ACTIVfTY Monda 7123107 NTPIBe in Prelimina Phase Frida 09/07/07 S~bmit 30% Submittal Frida 09/21/07 Cit Rewiew ~4 da s Frida 10/19/07 6d% Submittal Frida 11/02/07 Cit Review 14 da s Frida 12/28/07 Final Submittal for Bids Monda 1/21/08 Ad~ertise for Bids Monda 1128108 Ad~ertise Second Time Monda 210410$ Pre-Bid Conference Wednesda 2/27108 Recei~e Bids Wednesda 3/19/08 Award Contract Monda 4107/08 Pre-construction meetin INTP Wednesda 4114108 Be in Cortstruction Frida 10/28/08 End Construction NQTE: Starting date and subsequent scheclule dafes may be revised #o begin work as soon as authorized. Exhibit A-11 Pa e5of5 EXHIBIT B-11 Section C-Summary of Fees is amended by the addition o~FAmendment No. 91 to read: C. Summary of Fees Total Original Cont~act Total Authorized Fee (Runway 13/31, Drainage Ph. 3, Airport Beacon Relocation & Master Plan Update} $9,375,025 Arnendment No. 1 Pavement Repair ~esign Services 6,340 Amendment No. 2 Runway Guard ~.ight System Design Services 4,785 Amendment No. 3 Drainage and Slape Grade Deficiency Corrections 6,700 Amendment No. 4 Open C~t and Repair Taxiways A, B, D& E Design 22,fi58 A~nendment No. 5 West General Aviation Apron Rehabilitation 236,907 Drainage Phase V 140,a43 Amendment 5 Fee 376,950 Amendment No. 6 Title Research 22,000 Amendment No. 7 Benefit Cast Analysis Extending ~ 3/31 75,oao Amendment No. 8 BCA Extend 13/31 Ac~ditional Presentations 8,000 Amendment No. 9 Master Plan -Addi#ional Presentatior~s g,ppfl BCA Extenc! 13131 Additionaf Presentations -B,Oqp Amendment Na. 10 Drainage Line MD-1 Repairs 5,610 Amendment No. 11 Taxiway System Rehabilitation, and Basic Services: Preliminary Phass Services 17,000 Design Phase Ser~ices 5'~,000 Bid Phase Services 4,250 Construction Phase Ser~ices 12,750 Additional Services: Surveying 9,000 Tota! Taxiway Rehabilitation Fee 94,000 H.1HOIuSE1KEVINSIGENSAlR_reslored420041mprovemenlsSAE-PGALL4EAmd71 ExhB-41.doc Exhihit B-11 Pa e 1 of 2 Taxiway System SignagelLighting Rehabifitation Basic 5ervic~s: Preliminary F'hase Services g,~pQ Design Phase Services 24,60p Bid Phase Ser~ices 2,pgp Construction Phase Servfces 6,150 Adclitional Services: Surveying 9,0~0 Total T1N Sigr~agelLighting Fee 54,000 Drainage Impravements Phase VI Basic Services: Preliminary Phase Ser~ices 32,4Q0 Design Phase Services 97,200 Bid Phase Services 8,100 Construction Phass Services 24,3fl0 Additional Sen+ices: Surveying 21,000 TotaE Drainage Ph. VI Fee 183,000 Total Fee Amendment No. 11 327,00~ Total Authorized ~ee $2,23D,068 H:IHOMEIKEVINS4GENIAIR reslored420041mpravamentslqE-PCvqLVIEAmdllExhB-11.doc Exhibit B-'t1 Pa e 2 of 2 C~TY OF CORPUS CHRISTI ~ ~~,~ D&SCl.OSURE OF INTERESTS City af Corpus Christi Ordinance 17'1'~2, as amended, rsquires alE persans or ftrms seeking to do business witf~ the City to provide the foliowing informaf~o~. Every ques~ion rr~ust be answersd. Ef the question is not a~piicable, ar~swer wrth "NA'. FlRM NAME: PG~ L s~~: .~'1r.,~S~ sflN ~EL~PE ~#-/ooo cmr: ~U N >C ztP: D.S.6 FlRM is: 1. Corparatian ~ Z. Partnership a 3. Sots Owner ^ 4. Asso~iatian o S. Other ~ DISCLOSURE QUESTtONS If addifional space is necessary, please use the reverse side of this page or attach separate shset 1. Sta~e t~te narttes of ~°employee" of 1i~ City of Corpus Christi having an "ownership interesY' constit~ng 3°,6 or more of fh~ ownershi~ in the abave named "firm". l~ame Job Title and City De~aitr~er~t (~f ~mowR) /t/~NE 2. Staf~ the names o~ each "olTicial" of the Ci#y of Corptts Christi having an "ownership irrterest" caestiwting 3% or more of the ownershep in riie ahove r~amed "~irm". EVame Tt~e /UO~E' 3. Sf~e the names aF ~acFt "board member" o~E the C~ty a~ Corpus Christi having ar~ "ownership interes~' constrte~ti~g 396 or more of the oMrnership in #he above ~amed 'Yrm". Name Board, Commission or Commitbee ~ /V ON ~ 4, Sl~e tf~e oames of each employee ot oificer of a"consulf~rtt" for ihe C'~ty o~ Corpus~Christi wl~o worked on any rr~at~er related fio ttt~ subject af this c~nntrac# anc~ 6as an "owrreershi~ ir~fierest" oonstit~rting 396 or more of ~e owrtership in tfie a~ove ~amed "firm"- Name Consuitant ,G . c% ~~vc~K ~'G~~ c~tn~ca~ I cer6fy that al! informatson provided is true and carrect as o# the date a~ this s~emerrt, that I[~ar-e not knowingly w~hhel~ d~sciosure of arry infam~ation reqc~ested; and that snpplemental statemerds v~rt~l be promp#fy subm~ted to the C~y of Carpus Chrsfii, Texas as changes occur. Certifying Pe[son: ~• J ~N C!~' Tme:1~iP~NC/P~# L (Type or Print} S~gr~ature of Ce~ying Person: . Date: ~-~Z9 ~ 7 _.