Loading...
HomeMy WebLinkAboutC2009-113 - 3/9/2009 - NAAMENDMENT No. 19 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, 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 and by Motion 2009-004 on January 13, 2009 agree to the following amendment: PGAL will provide telecommunications consulting 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- 19. Exhibit A, Section C Summary of Fees, is amended by the authorize services an additional total fee not to exceed fee of $1,750.00. The total Amendment No. 19 not to exceed fee inclusive of all expenses is $1,750.00. A summary of the schedule of fees is attached as Exhibit B-19. Invoices for services provided byAmendment No.19 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 $3,075,570.80. 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 PGAL C. By ~~a~4--- ~ • °r u 9 B ~ 2 26 09 Oscar Martinez Date Consultant Dat Assistant City Manager 5555 San Felipe, Suite 1000 Houston, TX 77056 RECOMMEN) D (713) ti22-1444 Office By /~~ ~ j~ (713) 968-9333 Fax Pete Anaya, P.E. Date ATTEST By ? ~~ Armando Chapa, Date City Secretary APPROVEDf AS TO_FO 2009-113 Date 03/09/09 ~vementsV+E-PGALVIEAmd 19.doc Page 1 of 1 PGAL February 4, 2009 Mr. Kevin Stowers Interim Director of Engineering Services City of Corpus Christi, Texas 1201 Leopard Street, 3~d Floor Corpus Christi, Texas 78401-2120 Subject: Telecommunications Consulting Services for the Ai~eld Equipment and Maintenance Facility at Corpus Christi International Airport, Corpus Christi, Texas Dear Mr. Stowers: PC11; It is our distinct pleasure to submit our Professional Services Fee Proposal to assist the Corpus Christi International Airport (CCIA) with the design of the Telecommunications Infrastructure of the referenced facility at the CCIA site in Corpus Christi, Texas. Pierce Goodwin Alexander & Linville (PGAL) has committed our firm to provide these services to CCIA and we believe that our qualifications as stated herein will meet or exceed all of your requirements and expectations. PGAL offers: Extensive Technology Experience We have a successful history of strategic planning, site analysis and integrating technologies in facilities similar to this CCIA site. Experience of Key Personnel Proposed The firm has years of experience in programming, designing, visioning, developing guidelines and standards and constructing state of the art technology infrastructure including system relocation planning. In-House Technical Resources PGAL is composed of diverse, experienced professionals capable of providing all of the services required with a proven track record of success. Our PGAL Team adds value to the team of professionals already committed to the project. Dedication to The Corpus Christi International Airport We have carefully composed our team to bring superior capabilities to this project and have attempted to provide succinct, complete information. We appreciate this opportunity to share our capabilities and sincere interest to work with you on the development of this important project. We look forward to helping you achieve your goals for the success of this project. The contract for the professional services proposed shall be negotiated in good faith with targeted execution within the published schedule. Thank you very much for your consideration. Respectfully submitted, Gary W. Davis, LEED AP Associate Principal Director -PGAL Technology Planning Group Exhibit A-19 5555 San Felipe Suite 1000 Houston, TX 77056 [P] 713 622 1444 [F] 713 968 933 Pa e 1 of 5 PROJECT UNDERSTANDING Corpus Christi International Airport (CCIA) is currently in the construction document phase for a new Airfield Equipment and Maintenance Facility to be constructed in 2009. As the building interior has been planned and optimized, the impact of the technology is a key design component. Our efforts will focus the professional team to assure the impact of equipment space considerations, pathways and connectivity aze realized as a planned design factor, not a costly retrofit concern. This service offering integrates MDF/Demarc/IDF design, preparation of cabling performance specifications and construction administration. This PGAL group joins the architectural/consultant team with a vested interest in the success of the project providing guidance and sensitivity to this critical project discipline. PGAL Technology Planning Group is pleased to present the following proposal: PGAL will present the scope of duties and aspects of coordination required to accomplish the project tasks described herein. PGAL will coordinate with The CCIA IT personnel to identify needs and build consensus to achieve the goals and objectives of the team. The support services to be furnished shall encompass the following tasks: ^ Coordinate with Service Providers and Architectural and Engineering consultants regarding pathways for ILEC/CLEC entrance facilities or owner's fiber, or both. ^ Determination of expected needs for voice/data cabling, installation and associated connecting hazdwaze and equipment. ^ Documentation of proposed technology design elements i.e. conduits, cable trays, and support structures. Coordination with MEP consulting engineer confirming power distribution installation and HVAC requirements for the MDF/IDF Rooms and any genset power or UPS requirements. ^ Preparation of performance criteria and/or approved product specifications for cabling infrastructure for voice/data communication. ^ Evaluation of the Request For Proposal (RFP) or Construction Document responses and recommendation of cabling installation contractors/integrators. ^ Construction observation, installation quality assurance and attendance at necessary construction meetings. Proposed Scope of Services MDF Design and Documentation In this phase, we will document the following: • System equipment orientation • Support Structures • Connectivity and distribution approach Exhibit A-79 Pa e2of5 MDF MEP Engineering Design Coordination Objective: Document load data that impact the MEP design for the required amount of cooling and power. Determine what equipment will be utilized initially and what systems are forecast to accommodate proposed future requirements. This phase will include: • Confirm HVAC system design based on projected loads and budget restraints. • Confirm equipment power requirements for WAN/LAN/Telephony equipment including: UPS support determination Generator utilization planning Any redundancy requirements Engineering and Architectural Coordination • Review documents and specifications w/ validation. • Documentation of equipment and special Architect and Engineers IT team for coordination and features and requirements to Owner Optical Fiber and/or Telecommunications Service Provider Coordination The following scope of services defines activities to be performed during the evaluation and implementation of required telecommunications services. Airport Fiber Provisioning or Local Exchange Service Coordination (if required) Objective: Confirm owner provided optical fiber and / or available incumbent Local Exchange Carrier (LEC), telecommunications' service offerings for the proposed site. • Coordinate with the ILEC for services provision to the facility. • Propose pathway for duct bank for entrance facilities or fiber interconnectivity from an Airport source. Structured Communications Infrastructure Design The following scope of services defines the activities to be performed during the network infrastructure design process. This is a two-step process addressing: (1) Network Planning (2) Infrastructure Design Review Network Infrastructure Planning Objective: Document elements of Cabling Infrastructure. • Assist CCIA with selection of manufacturers for Cabling and Termination Hazdwaze. • Prepaze Performance Specification for Cabling Infrastructure based on design pazameters approved by CCIA IT team. • Submit Construction Documents and Performance Specification to Certified Installers of Selected Manufacturer for design and pricing. Exhibit A-79 Pa e3of5 Infrastructure Design Review Objective: To assist CCIA with review of documentation and pricing from Infrastructure Design-Build Contractors. • Advise regarding scope and design integrity of cabling contractors' deliverables. Construction Administration - OptionaUHourly Meeting Attendance, Observation, Documentation, Commissioning Objective: To represent the telecommunications and data team during the normal construction process to help assure the technical specifications are met and technology interests are addressed at the appropriate time in the construction sequence. • The PGAL/TPG Project Manager will attend necessary construction meetings representing the IT groups' interest. • Observe construction progress • Respond to RFI's, Review Shop Drawings and Prepare Punchlist • Upon project completion, confirm that all test documentation, equipment manuals, as-built information, warranty statements and final lien releases are delivered to CCIA. Basis of Compensation Basic Compensation FOR BASIC SERVICES, as described herein the compensation will be computed as follows: A lumn sum fee of One Thousand Five Hundred Dollars. ($1,750) Exhibit A-79 Pa e4of5 Progress Payments Basic Services in each phase shall total the following percentages of the total compensation payable: Basic Compensation payable MDF Equip. Room Design thirty seven point five percent (37.5%) $ 638.00 Site Provisioning Coordination twenty-five percent (25%) $ 474.00 Structured Cabling Design thirty seven point five percent (37.5%) $ 638.00 Construction Administration Optional $ Hourly Total Basic Compensation one hundred percent (100%) $ 1.750 00 For Project Representation Beyond Basic Services As authorized by the Owner, compensation shall be computed as follows: An hourly rate for consultants and support personnel based on the following fee schedule: Additional Services: Gary Davis, LEED AP, Director- Technology Planning Group Shane Whatley, RCDD, Senior Technology Planner Technical Assistant Technical Clerical/CAD Draftsperson Terms and Conditions As defined by the prime agreement Professional Liability Insurance As defined by the prime agreement. $175.00/HR $160.00/HR $ 90.00/HR $ 65.00/HR We appreciate this opportunity to work with CCIA team and look forward to the successful completion of this project. Gary W. Davis Director - PGAL Technology Planning Group ~~?~ Date: Corpus Christi International Airport Date: Exhibit A-79 Pa e5of5 EXHIBIT B-19 Section C-Summary of Fees is amended by the addition of Amendment No. 19 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 and 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. 6 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 Surveying 9,336 Exhibit B-79 Pa e 1 of 3 H:\HOME\KEVINS\GENwIR_reslored120091mprovemenislAE-PGAL W EAmdl9ExhB49.doc 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-19 Pa e2of3 H \HOME\KEVINS\GENWIR_resloreT20°4lmprovemenlsWE-PGALWEAmtl19ExIiB-19.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 Amendment No. 19 Telecommunications Design forAirfield Equipment & Maintenance Facility 1,750 Total Amendment No. 19 1,750 TOTAL AUTHORIZED FEE 3,075,570.80 Exhibit B-19 Pa e3of3 H:\HOME\KEVlNS\GENNIR_restored00041mprovaments\AE-PGALW EAmdl9ExhB-19.tloc CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance '17'1'12, as amended, requires all persons or firms seeking to do business with the City to provide the following info anon. Every question must be answered. If the question is not applicable, answer with'NA'. FlRM NAME: ~G~ L sTREET:5555 ~iN ~~Pc, #-/000 CITY: ~/D(/STON, T zlP:~70S( FlRM is: 1. Corporation ~ 2. Parfiership ^ 3. Sole Owner ^ 4. Assoaation ^ 5. Other ^ DISCLOSURE QUESTIONS If addttional space is necessary, please use the reverse side of this page or attach separate sheet ~. State fhe 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 "Frm". Name Job Title and City DepartrneM (rf known) ND/yE 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest' constituting 3°k or more of the ownership in the above named "firm". Name Title /yoN~~ 3. State the names of Leh "board member" Of the City ~ Corpus Christi having an "ownership interest' eonslittrting 3% or more of the ownership in fhe above named "firm". Name Board, Commission or Committee NONc=' 4. State the names of each employee or 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 NDN~ cERnFlCaTE I certify that all information provided is true and correct as of the date of this statement, that i have not knowingly wrdhheld dsdosure of arty infomtation requested; and that supplemental statements wall be promptly submitted to the Cily of Corpus Christi, Texas as ch-an/gesoc~cur. Certifying Petson: '`- . " • "~ N C/ Title: ~~/yC/CAL {Type or Print) Signature of Ceriifirina Person: ~~~~ Date: Z~26 O `~