Loading...
HomeMy WebLinkAboutC2008-302 - 8/19/2008 - ApprovedAMENDMENT No. 15 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 Pierce Goodwin Alexander and Linville (PGAL), Inc., a Texas corporation, 5555 San Felipe, Suite 1000, Houston, Texas 77056, (Architect/Engineer - AIE), hereby agree to the amendment of the Contract for Professional Services authorized by Motion No. 2004-224 on June 8, 2004 and September 13, 2005 and administratively amended February 16, 2006 and administratively amended on April 18, 2006 and administratively amended on May 19, 2006 and by Motion No. 2006-272 on August 29, 2006 and administratively amended September 11, 2006 and administratively amended May 15, 2007, and administratively amended June 14, 2007, by Motion 2007-176 on July 10, 2007, and administratively amended on April 28, 2008 agree to the following amendment: PGAL will provide architectural and engineering services for design, bid, and construction phase services of: • CCIA Perimeter Road Improvements; CCIA Airport Rescue and Firefighting Facility; and CCIA Airfield Equipment and Maintenance Facility. The scope of services will include design phase, bid phase, construction phase and survey services as provided by the Scope of Services attached as Exhibit A-15 Exhibit A, Section C Summary of Fees, is amended by the authorize services an additional total fee not to exceed fee of $374,065.00. The total Amendment No. 15 not to exceed fee inclusive of all expenses is $374,065.00. A summary of the schedule of fees is attached as Exhibit B-15. PGAL will use the summary of fees for Amendment No. 15 when invoicing the City. Invoices for Amendment No. 15 will be based on the Engineer's estimate of the percentage of the services completed. Invoices for travel, per diem and lodging will be evidenced by a copy of invoices. The restated total not to exceed fee inclusive of all expenses is $2,629,069.00." All other terms and conditions of the June 8, 2004 contract, as amended, between the City and Consultant will remain in full force and effect. CITY OF,CORPUS CHRISTI By ~ 8 ' ge R. Escobar, P.E. at nterim Assistant City Manager RECOMMEN ED By ~ ~lC7g/g Kevin R. Stowers Date ATTEST By ~ ~~ t/~~ Arman o Chapa, ate City Secretary APPROV D AS TO FORM /~ ~. n. r(1 , ~ Cl PGAL, NC. By Gno~l~ 8 ~ 0$ Consultant Date 5555 San Felipe, Suite 1000 Houston, TX 77056 (713) 622-1444 Office (713)968-9333 Fax ~,026~- ~~ ~t-ftwn~c~u ~ catlnca. ng..~l`~.~Dg ,,ff~~ """~~SECRETAR~• 2008-302 ~~~ M2008-221 ate 08/19/08 wementsWE-PGALWEAmdl5.doc Page 1 of 1 PGAL, Inc. SCOPE OF SERVICES EXHIBIT A-15 CORPUS CHRISTI INTERNATIONAL AIRPORT PROJECT DESCRIPTIONS: CCIA Perimeter Road Improvements The project will lengthen the existing airfield perimeter road system to those portions of the current airfield perimeter fence line that do not have an all- weather paved roadway. Engineering for this project will include designing the new perimeter roadway segments as well as grading, drainage, and pavement markings and tying into the existing perimeter road system. The engineering design of the new pavement section and the geotechnical engineering for this project are beyond the scope of our services. We understand this work may be performed by PSI of Corpus Christi, Texas. Although not anticipated, the relocation and/or redesign of any airfield NAVAIDS, lighting or electrical features that may be encountered during the project are also outside the scope of this proposal. If the need arises, those services would be considered additional services and may be negotiated at the appropriate time. CCIA Airport Rescue and Firefighting Facility The completed project will result in: • Widening the existing bay doors on the building to suit larger (wider) ARFF trucks from the existing 14-ft wide doors to a minimum of 15-ft and preferably to 16-ft if possible; • Adding approximately 30-feet width of new Portland cement concrete pavement to the entire perimeter of the existing ARFF apron to better suit ARFF vehicle turning, parking and other maneuvers; • Remove and replace areas of the existing ARFF apron pavement that are exhibiting failure; • Construct a new ARFF station access road to the south connecting to Taxiway D. The new ARFF road is to be constructed of Hot-Mix Asphaltic Pavement (HMAC) and is to be about 973-feet long and 24-ft wide. The new ARFF road will require a new dual 7'x4' culvert to cross the existing ditch that parallels Taxiway D. Repairs to Taxiway lighting system will also be required; and • Re-grade the existing ditch around the ARFF station midfield area to drain more effectively. Also replace the existing culvert crossing under the north ARFF access road to bring it up to the required 25-yr capacity. CCIA Airfield Equipment and Maintenance Facility The project is intended to result in a new facility to store, house and maintain airtield equipment to free existing aviation hangar being used for this purpose for use as an aviation hangar. This phase is intended to determine the final site and building layout for this project. Engineering Services consist of a schematic design study to determine the most efficient building to suit the operational Exhibit A-15 Pa e 1 of 6 needs, and to study the various site options around the airfield in order to place the building where it would most effectively serve the Airport. This schematic design study will advance the project to approximately the 15% design development stage. The 15% development results will be submitted by the Consultant to City and Airport Staff to: demonstrate the various options analyzed; work with the Airport staff to make recommendations for final site design; and • provide an order-of-magnitude cost estimate and schedule. PGAL will provide the following services: BASIC SERVICES Preliminary Design Phase -PGAL will: 1. Confer and attend meetings with City representatives and other interested parties on project requirements, finances, schedules, project phasing, and other pertinent matters. 2. Make initial and other site visits as required to verify field survey information and location and condition of existing project features. 3. Review existing data, reports, and documents pertaining to the project site and areas affected by the project improvements. 4. Develop preliminary 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 alternatives. 8. Prepare 30% Design Submittal and coordinate reviews and handling of comments, including various alternatives for design consideration. Design Phase -PGAL will: 1. Conduct .and attend meetings and design conferences to obtain information and to resolve design matters. 2. Collect engineering data and make field investigations, engineering studies, and surveys necessary for design of the chosen alternatives. 3. Prepare necessary reports and recommendations for CCIA representatives to make informed decisions on design issues. 4. Prepare detailed plans, specifications, estimates, and bid documents to submit for City and FAA review and approval. All bid documents will be in accordance with appropriate FAA advisory circulars and orders and will include project layout, plan and profile sheets, existing and proposed typical sections, grading contours, utility base maps, taxiway paving details, taxiway repair details, drainage plans and details, striping plans and details, taxiway signage and lighting plans and details, temporary and permanent erosion control features, and other appropriate FAA documentation requirements. 5. Provide 60% and 100% complete plan and bid documents for City Airport and FAA staff review. Coordinate all review comments and incorporate as appropriate. Exhibit A-15 Pa e2of6 6. Prepare construction phasing and sequencing plans. 7. Prepare Storm Water Pollution Prevention Plans. 8. Prepare details for barricading and traffic control. 9. Prepare miscellaneous project features and details. The City will: a. designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded; b. provide the budget for the Project specifying the funds available for the construction contract; c. provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents; and Bidding Phase -PGAL will: 1. Participate in pre-bid conference. 2. Review all pre-bid questions and prepare addenda as necessary for City approval. 3. Assist in solicitation of bids by identification of prospective bidders and review of bids by solicited interests. 4. Attend bid opening, analyze bids, prepare bid tabulations, and make recommendation regarding award of contract. 5. Confer with City and Airport staff and make plan revisions as necessary for readvertising the project for bid if the lowest responsible bid exceeds available funding at no additional charge to the City. The City will: a. arrange and pay for printing of all documents and addenda to be distributed to prospective bidders; b. advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening; c. receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards; and, d. prepare, review and provide copies of the contract for execution between the City and the contractor. Construction Phase (Construction Administration) -PGAL will: 1. Provide consultation and advice to the City and other governmental authorities during all phases of construction. 2. Participate in pre-construction conference. 3. Review and approve shop and working drawings and material and/or equipment submittals. 4. Provide interpretations and clarifications of plans and specifications. Exhibit A-15 Pa e3of6 5. Advise CCIA representatives on minor changes that do not affect cost and/or quality of the Contractor's work. 6. Prepare and negotiate change orders and supplemental agreements that are necessary. 7. Inspect work periodically and provide appropriate reports 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 representatives. 9. Review contractor pay requests for progress and final payments. 10. Make pre-final and final inspections with City and Airport staff and provide a Certificate of Completion for the project. 11. Review contractor's as-built construction drawings and prepare records of project as constructed. The City will: a. prepare applications/estimates for payments to contractor; and b. conduct the final acceptance inspection with the Engineer. ADDITIONAL SERVICES A. ADDITIONAL SERVICES (ALLOWANCE) This section 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 negotiated 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 prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Wetlands Delineation and Permit b. Temporary Discharge Permit c. NPDES Permit/Amendments d. Texas Commission on Environmental Quality (TCEQ) Permits/Amendments e. Nueces County f. Texas Historical Commission (THC) g. U.S. Fish and Wildlife Service (USFWS) h. U.S. Army Corps of Engineers (USAGE) i. United States Environmental Protection Agency (USEPA) j. Texas Department of License and Regulation (TDLR ) Topographic Survey. Topographic survey for the project is authorized and does not require written authorization by the City's Director of Engineering Services. PGAL will proceed with the authorized Exhibit A-15 Pa e4of6 topographic survey necessary to design the projects upon receipt of the executed contract and notice to proceed. PGAL will provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area -aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. Environmental Assessments a. provide environmental site evaluations and Archeology Reports that are needed for the Project, and b. identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. Construction Observation Services. Provide Project Observation services including day-to-day detailed coordination with the City's staff and testing laboratory. Start-up Services. Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare-the report no later than sixty (60) days prior to the end of the maintenance guaranty period. If applicable, provide SCADA Documentation. Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS I/O lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. Exhibit A-15 Pa e5of6 The City will provide geotechnical investigations, soil core sampling, laboratory testing, related analyses and reports. Exhibit A-15 Pa e6of6 EXHIBIT B-15 Section C-Summary of Fees is amended by the addition of Amendment No. 15 to read: C. Summary of Fees Total Original Contract Total Authorized Fee (Runway 13/31, Drainage Ph. 3, Airport Beacon Relocation & Master Plan Update) $1,375,025 Amendment No. 1 0 Pavement Repair Design Services 6,340 Amendment No. 2 0 Runway Guard Light System Design Services 4,785 Amendment No. 3 0 Drainage and Slope Grade Deficiency Corrections 6,700 Amendment No. 4 0 Open Cut acid Repair Taxiways A, B, D & E Design 22,658 Amendment No. 5 0 West General Aviation Apron Rehabilitation 236,907 Drainage Phase V 140,043 Amendment 5 Fee 376,950 Amendment No. 8 0 Title Research 22,000 Amendment No. 7 0 Benefit Cost Analysis Extending 13/31 75,000 Amendment No. 8 0 BCA Extend 13/31 Additional Presentations 8,000 Amendment No. 9 0 Master Plan -Additional Presentations 8,000 BCA Extend 13/31 Additional Presentations -8,000 Amendment No. 10 0 Drainage Line MD-1 Repairs 5,610 Amendment No. 11 0 Taxiway System Rehabilitation, and 0 Total Taxiway Rehabilitation Fee 94,000 Taxiway System Signage/Lighting Rehabilitation 0 Total TW Signage/Lighting Fee 50,000 Drainage Improvements Phase VI 0 Total Drainage Ph. VI Fee 183,000 Total Fee Amendment No. 11 327,000 Amendment No. 12 0 Additional Services: 0 Exhibit B-15 Pa e 1 of 2 H:\HOMEIKEVINS\GENW IR_restoretl\20041mprovemenlsNE-PGAL\AEAmtll5Exh8-15.tloc Surveying 9,336 Total Fee Amendment No. 12 9,336 Amendment No. 13 0 Bid Phase Services -Revise Drainage Phase VI as Additive Alternate 1,500 Total Fee Amendment No. 13 1,500 Amendment No. 14 0 Conceptual Planning -Rental Car Facilities 14,100 Total Fee Amendment No. 14 14,100 Amendment No. 15 Perimeter Road Improvements 0 Basic Services: 0 Preliminary Phase Services 6,000 Design Phase Services 92,900 Bid Phase Services 3,026 Construction Phase Services 26,590 Additional Services: 0 Surveying 50,505 Total Perimeter Road Improvements 179,021 Airport Rescue and Firefighting Facility Basic Services: 0 Preliminary Phase Services 2,600 Design Phase Services 0 Pavement Design & Documentation 70,000 Building Design and Documentation 53,900 Bid Phase Services 3,000 Construction Phase Services 25,012 Additional Services: 0 Surveying 15,532 Total Airport Rescue and Firefighting Facility 170,044 Equipment AirFeld Equipment and Maintenance Facility Basic Services: Preliminary Phase Services (Scope and Site Location - 15% Design) 25,000 Airfield Equipment and Maintenance Facility 25,000 Total Fee Amendment 15 374,065 TOTAL AUTHORIZED FEE 2,629,069 Exhibit B-15 Pa e2of2 H:\HOME\KEVI NS\GE N\AIR_res\oretl120041mpmvemenlsW E-PGAL\AEAmtl 15ExhB-0 S.tloc CITY OF CORPUS CHRISTI ~ DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance t7t 12, as amended, requires all persons or fines seeking to do business with the City to provide the following inf anode. Every question must be answered. If the question is not applipble, answer with'NA'. FlRM NAME: ~GA L sTREET: 5555. yrV ~~L./PE #lC}~IJ CRY. DUS?baJ ~ ap: 7 Os ,~ FlRM is: 1. Corporation r~ 2. Partriership ^ 3. Sole Owner ^ 4. Assortiation ^ 5. Other ^ 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 an "ownership interest" constituting 3% or mwe of the ownership in the above named "firm". Name Job Tine and City Deparbnent (d known) NO~E~ 2. State ttre names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title /1/ON~ 3. State the names of each "board member" of the Cily of Corpus Christi having an "ownership interest" constituting 3% w more of the ownership in the above named "firm". Name Board, Commission or Committee NO~t/~~ 4. State the names of each employee w officer of a "consultant" for the City of Corpus~Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant ivoN c cERnFICaTE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly wdhheld dsdosure of any information requested; and that supplemental statement, vn11 be promptly submitted to the City of Corpus Christi, Texas as chan`g/es occur. Certifying Person: L . J- V /N C /K Title: PGQ/N C/PAL (type or Prim) Signature of Certifirinn Person: Date: 8 7 0 g