Loading...
HomeMy WebLinkAboutC2009-008 - 1/13/2009 - ApprovedAMENDMENT No. 18 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, (ArchitecUEngineer - 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, and by Motion 2008-221 on August 19, 2008 and by Motion No. 2008-273 on October 21, 2008 and administratively on December 4, 2008 agree to the following amendment: PGAL will provide architectural and engineering services for design, bid and construction phase services for the CCIA Airfield Equipment and Maintenance Facility. The scope of services will include services as provided by the Scope of Services letter attached as Exhibit A- 18. Exhibit A, Section C Summary of Fees, is amended by the authorize services an additional total fee not to exceed fee of $175,987.00. The total Amendment No. 18 not to exceed fee inclusive of all expenses is $175,987.00. A summary of the schedule of fees is attached as Exhibit B-18. Invoices for services provided by Amendment No. 18 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. Invoices will be submitted only once per month. The restated total not to exceed fee inclusive of all expenses is $3,073,820.80. 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 Oscar Martinez Da et Assistant City Manager RECOMM DED By ~~ ~~ 9 Kevin R. Stowers Date ATTEST PGAL, I a gy IS oD' Co tan ate 5 S elipe, Suite 1000 Ho on X 77056 13) 6 -1444 Office x(713) 8-9333 Fax .~ "l~S.G :.1....tl,,J,,l~'II''AUTHURILt~ ar couRCa ._.S~J1.~3~ Armando Chapa, Date City Secretary APPROVED AS TO FORM ~ ~ ~~~~ By 2009-008 Date M2009-007 01/13/09 Page 1 of 1 PGE~1, rovementsVlE-PGALW EAmd 1 B.doc December 2, 2008 ~('~~~ Mr. Kevin Stowers Interim Director of Engineering Services City of Corpus Christi, Texas ]201 Leopard Street, 3`d Floor Corpus Christi, Texas 78401-2120 a RE: Proposal for Professional Engineering, Architectural and Surveying ~ Services -CCIA Airfield Equipment and Maintenance Facility 8 Deaz Mr. Stowers: After careful review of the project criteria, PGAL is please to present the City of Corpus Christi and the Corpus Christi Intemational Airport this fee proposal to provide Architectural and Engineering design services and Topographic Survey services for the new CCIA Airfield Equipment and Maintenance Facility. PROJECT UNDERSTANDING The Corpus Christi International Airport (CCIA) is in need of a new facility to store, house and maintain airfield equipment. Currently CCIA is using an existing aviation hangar for this purpose, and wishes to free up the facility to serve in its intended role. PGAL was previously authorized to proceed with a preliminary site location and building scoping study in order to determine an order of magnitude project budget for this project (CC PN 10028). The preliminary study resulted in a site location that satisfies the needs of the Airport, and the requirements of the FAA. Likewise the site and building were sized and laid out in conformance with the budgetary constraints set forth by the FAA. We understand from coordination efforts during the preliminary study that the City of Corpus Christi and CCIA along with input from the FAA has allocated approximately $2,000,000 for construction of this facility and site development, not including design costs. Based on the results of the preliminary study, the optimum site location for the facility was determined to be just west of the existing Crescent Hangar in the empty field behind the electrical shop. Based on the Airport's needs as determined in the study, the proposed site will encompass about 66,000 square feet or about 1.5 Acres (See Exhibit 1). The size of the site was not only dictated by the building size but also to suit the turning characteristics of an Osh-Kosh Striker 1500 ARFF truck, which we understand will be the design vehicle for future CCIA facilities. The overall dimensions of the building, although still being finalized, are approximated to be 100 feet long by 78 feet wide, with two (2) vehicle service bays, and a limited amount of inventory, storage, personnel and services spaces eligible for federal funding. 5555 San Felipe Suite 1000 Houston, TX 77056 [P] 713 622 1444 [FJ 713 966 9333 Exhibit A-18 Paae 1 of 7 and/or City sources. Our design scope will assume a single design and bid project encompassing all aspects. In addition to the site and building we understand the CCIA has received approval from the FAA to include with this project above-ground diesel and gasoline fuel tanks and dispensers, aggregate bins, a 10 to IS-ton gantry crane, a service lift for vehicles, a service pit, and a vehicle wash rack area. Where possible these items will be incorporated into the design via additive bid alternates to allow for the possibility of bidding them individually; subject to the availability of funds. DESIGN SERVICES Design services will include design development that resumes where the preliminary design leaves off. We will work with the airport staff to finalize the schematic design of the facility and deliver drawings to the City of Corpus Christi and CCIA for review and comments. Upon approval of the concept design, PGAL will prepare construction documents required for permitting and construction. The completed documents will be submitted to the City of Corpus Christi, CCIA and FAA for the purposes of obtaining a building permit. We will assist the city and the airport in the bidding process and with tabulating the bids received. Construction Administration services include answering RFI's, reviewing shop drawings, preparation and tabulation of change orders, review of contractor's pay application, and prepazation of a punch list. Record drawings will also be provided. COMPENSATION Compensation will include the following services: Basic Services: We propose to perform Basic Services for Professional Engineering and Architectural Services for design, construction documents, bidding and construction administration for a lump sum of $161,000. The fee includes Civil Engineering, Architectural and limited Interior Design, Structural, Mechanical, Electrical, Plumbing, Fire Protection, Site Lighting and Fueling design. Additional Services: We proposed to perform Professional Topographic Surveying Services for a lump sum of $ 14,987. Breakdown of Fees: Professional Engineering/Architectural Design Services: $186,000 (PGAL) Schematic Desi ngn Fee (Previously Contracted) -$25 000 Subtotal $161,000 Professional Surveying Services: $ 14,987 Coym, Rehmet and Gutierrez, L.P. Total: $175,987 Exhibit A-78 Paae 2 of 7 A more detailed analysis of the design fees and estimated construction costs is included in the enclosed "Opinion of Probable Cost". Itemized additional services: If any of the services listed are requested by the city and/or airport they can be negotiated separately under a sepazate work order: Construction Management and Inspection, Technology, Landscaping Design, Geotechnical Design, Environmental Assessment, LEED Commissioning, Energy Modeling, revisions to approved work or previous direction, other specialty consultants not listed. PROJECT SCHEDULE We are prepared to deliver this project for bidding by April 1, 2009, as required by the City of Corpus Christi and the FAA. If you have any questions or need clazification on this proposal, please call me at (713) 968-9315. We appreciate the opportunity to work with the City of Corpus Christi and CCIA on this important Airport improvement project. Sincerely, ~~~ L. J. Vincik, PE,I2PLS, LEEDS AP Principal PGAL c.c. Fred Segundo - CCiA Dvector of Aviation Roel Rodriguez -CCIA Facilities Manager Michael Lawrence, PE, LEED®AP -PGAL encl: Opinion of Probable Cost -Proposal Stage Scope of Design Services Exhibit A-18 Paue 3 of 7 co n o °v~ z°~ Q Z aQ ~a a ° a 7 ~ a a LL ~_ ~ ~ d U W Z F Z 2 8 ~ ~ g ~ ggi o~~S~ a ~ z W W g ¢¢G 00=<m W a9 W¢do~ c>¢ wa~~W oa a~acn $ 8 °0 , 8 8 8n 8 88 o °0. °0 ,0°, 58 8 8 8 5 ~i S S B °o B Xf ~ ~ ~i 8 g8 ~ . 5 5 2 ~~ 5~ g~ QQ g25g ~ ~ 55 ~~ 25~ $g 5~~cc 5 ~~ XC3 gg N g_ , g i3 °ad 55 ~~5 Q 2S 2 Q ~Q 525 ,S 5~~ ~25 ~ ~ ~ ~ gg 25m y. $8 ~ ~ Q LT H H ~in ~g!'~ iA ~ ~ y iA .~d' wv~ ~~ `$ ~~ c~ vTA w ~~ r F r r F ~ S ~:n ~ N N W O O O N g S ~ 0 0 0 0 0 S O O N S O O t9 0 0 0 0 0 U n ~- n G H O ~ I~ ~ ~ ~ pQpQ N ~Ng ~ 88 N 88(O(~~{ O t9 ( pr~8 9 0 (Ny ~(9 (Ny W ~~ 58 0 0 8 0 88 0 0 Z ~ m M( m m 9 ~ p f9 0 p NN~ di ~ o p ~N 7 mm NL WW F QQ ~ gg O $ gg O opop O~ 88G8 N Nsr ~ 1~ ~ g ~N CCyO~ NN oN N ~pn ~Oi . -.- ~ ~ ~ ZZ ! $ B C LU ~ U U Uf O~ JUN ~ W W y J{I~ yJ J J J, JJ J. ] J ~ N mO ~7 .J Q YY 5W LL w ~ 3 W ~ ~ ~ a LL( (_) 7 ~¢ ~ LL ~ Oa ~ , i z F p W w a N ' ¢ z c ~ ~ o o U U c i ~ ¢ O J d W ~ f W q ~ ~ ~ ~ WF ~ Z f~ - W ~ z ¢ ¢ ¢ a i ~ N f = ~¢ LL ~ i `~ v 3 o Td cW, f U Z a g i ~ ~ o 3¢ O y [ L ft a O ~Z W dam' Z F U ' 3 ' Z N < W a0 p p 3 O Z ~ Z LL . W a 6 ~ W O ~ N 7 i ¢ W LL S U nZ a m z ~ i ~ ~ O O W ~ ~ d N V d N i ~ a ¢ m N p F < Z ~ W ~ m ~ m o U~ Z 1~Z a y a ~ (7~ 3 Z U z ZZZ p a ~~ i¢ N d W ~ O~ LL < ~ ~ ( ~ O a O w Na m 2 U m Z¢ ~ - J ~ W Q ~ G ¢F° Z 6 = O o ~ Q Z ¢ °~ ~m W ° ~ ~$ ~~ ~ W ¢ ~ O y~ Z ~ ¢ ' ~ o W ~w ~ on ~~ y o OZ 3 z " °~ ~ 'o W ;e N Z N ~¢ -° V1 W ~ J N ww ¢~ W ga O ~ Z Q() ~.+Z ~ N ~°j Nl N ¢ ¢w i i ag tqF- 2% a fJJ Y W F Z z~ 1- o W ¢ Z ° ~ Z o 'd kk W ~u~ ~ ¢ ~ ao N m3 ~ W~ ~ 11lfH J¢ ~ o w z G~ wfn zr z° wa a ~ VI gacoi o yy~~ c~S~ ° ¢ a ~ n~ a a ~~ °~ W~ a za ~ { - N ~j 7 J¢ ¢a C7 >Z ZN y m ~ ~ mw wg ~~¢ ~ ug° z~ rW-~ ~ ~z ~~ ~ Z9 9 o ~ ~ ~ w »~ a ¢ ° a~ ¢o ~¢ 3 3w ~5 ~ ~m m i c c v i i O6 55~~ iX ~u~ ~~ ~~i ~o ~~ ~~ m~ v ¢ ¢ w ~m cri dd dd dd dd dd dii. ii~ a N ~ Z y LL V _' J » J J J J 5 J J » J J J J J J J J J J J J J J - J w 2 W 2 2 Y a ~ » ~o uv oo »» ooo o~ »> ~~ S ~~ » ~ » ~~ S ~s ~ a~[ ~a ¢ a a 6 ~ W Exhibit A-18 Pnno d of 7 r 0 a a E W n 0 SCOPE OF DESIGN SERVICES CCIA - AIP Project RFP 2003-08 CCIA Airfield Equipment and Maintenance Facility BASIC SERVICES Preliminary Design Phase I. 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 azeas 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 Survey and Geotechnical subconsultants. 7. Prepare preliminary estimates for design alternatives. 8. Prepaze 30% Design Submittal and coordinate reviews and handling of comments, including various alternatives for design consideration. Design Phase 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/orders, and City of Corpus Christi Specifications and will include project layout, Civil and Architectural site plans, all required azchitectural and structural building design sheets, existing and proposed utilities, grading contours, utility base maps, pazking and paving details, drainage plans and details, all mechanical, electrical and plumbing plans, temporazy and permanent erosion control features, and other 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. 6. Prepare construction phasing and sequencing plans. 7. Prepaze Storm Water Pollution Prevention Plans. Exhibit A-18 Page 5 of 7 8. Prepare details for barricading and traffic control. 9. Prepaze miscellaneous project features and details. Bidding Phase 1. Participate in pre-bid conference. 2. Review all pre-bid questions and prepare addenda as necessazy for City approval. 3. Assist in solicitation of bids by identification of prospective bidders and review of bids by solicited interests. 4. Analyze bids, prepaze bid tabulations, and make recommendation regazding award of contract. Construction Phase (Constrnction Administration) 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. 5. Advise CCIA representatives on minor changes that do not affect cost and/or quality of the Contractor's work. 6. Prepaze and negotiate change orders and supplemental agreements that aze necessazy. 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 wntractor and City and Airport representatives. 9. Review contractor pay requests for progress and final payments. 10. Make pre-fmal and final inspections with City and Airport staff and provide a Certificate of Completion for the project. Assist Airport in obtaining certificate of occupancy for building. 11. Review contractor's as-built construction drawings and prepaze records of project as constructed. ADDITIONAL SERVICES 1. Geotechnical investigations, soil core sampling, laboratory testing, related analyses and reports; 2. Land surveys and topographic maps, field and/or construction surveys, and photogrammetric surveys; 3. Permitting would be an additional service, if required; 4. Environmental studies and document preparation; 5. Preparation of as-built construction plans; 6. Construction Management and Inspection Services to Include: Exhibit A-78 Page 6 of 7 A. Provide Project Manager/Bngineer to manage and oversee all aspects of Construction Management and Inspection Program. Engineer will make site visits periodically and as needed for the Project and will be available at all times to consult and provide assistance. B. Provide Full-Time Civil Inspector trained and familiar with the type of construction required for the project to monitor construction activities, materials testing, track project progress and prepare daily reports for submission to the Airport and Engineer. C. Provide vehicles, airfield radios and any other equipment necessazy fot Engineer and Inspector to work within the Airport Operations Area. All on-site employees will be badged as required. D. Provide off-site Clerical and Technical staff for preparation of proper Construction Management and Inspection documentation. E. Participate in pre-construction conference with Project Manager and Inspector(s) in attendance. F. Attend weekly construction meetings and help resolve design and construction matters. G. Consult with Airport on changes in scope or design that affect cost and make recommendations to Airport for solution. H. Monitor amounts owed to the contractor for progress and final payments. I. Monitor and report on status of traffic control, ban•icades, SW3P. Exhibit A-18 Pane 7 of 7 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 Airfield 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 Amendment 16 Construction Phase Services 41,457.00 Construction Inspection 218,287.80 Total Fee Amendment No. 16 259,744.80 Amendment No. 17 Design Phase Services 9,020 Exhibit B-78 Pa e2of3 H9HOME\KEVINSIGENWIR resloreE\20041mpmvememsV\E-PGALWEAmO18Ex~e-18.tloc Total Amendment No. 17 9,020 Amendment No. 18 Equipment Airfield Equipment and Maintenance Facility Basic Services: Design Phase Services 146,446 Bid Phase Services 3,000 Construction Phase Services 26,541 Total Amendment No. 18 175,987 TOTAL AUTHORIZED FEE 3,073,820.80 Exhibit B-18 Pa e3of3 H \HOME\KEVINS\GENWIR resloreT20B41mpmvemenlsNE-PGAINEAmtllBEzhB-0B.GOc 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 City to provide the following information. Every question must be answered. If the question is not applipble, answer wdh'NA'. FlRM NAME: ~~ ~- STREET: 555.5 SnVI Cali ~e ~[QDO cmr: zIP: 7185,E FlRM is: 1. Corporation ~ 2. Partnership ^ 3. Sole Owner ^ 4. Assoaation ^ 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 more of the ownership in the above named "firm". Name Job Title and City Department (rf known) NONE 2. State tite names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of fhe ownership in the above named "firm". Name Title NOME 3. State the names of each "board member" of fhe Cily of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Board, Commission or Committee NaNE 4. State the names of each employee or officer of a "consultant" for the City of Corpus~Christi who worked on any matter related m tite subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant ~~~ CERTIFlCATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly wahheld dsdosure of arty intortnation requested; and that supplemental statemerds will be promptly subm0ted to the Cily of Corpus Christi, Texas as changes occur. Certifying (Type or Print) Signature of Certifyitg. Petson:_ Title: PR r rJ a 1 PA ~- Date: ~L~/~ 10 ~'