Loading...
HomeMy WebLinkAboutC2009-342 - 9/8/2009 - ApprovedAMENDMENT No. 23 CITY 4F CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9217, 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, 3131 Briarpark, Suite 200, Houston, Texas 11042, ~Architect<Engineer -- AIE}, hereby agree to the amendment of the Contractfor 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, 2001, and administratively amended June 14, 2007, by Motion 2001-116 on July 10, 2007, and administratively amended on April 28, 2008, and by Motion 2008-221 on August 19, 2008 and by Motion No. 2008-213 on October 21, 2008 and administratively on December 4, 2008 and by Motion 2009-004 on January 13, 2009 and administratively onJune 18, 2009 agree to the following amendment: PGALwill provide Professional Construction Managementand Inspection Services for upcoming construction of the CCIA Airfield Equipment and Maintenance Facility ACC PN 10028}, CCIA ARFF Improvements UGC PN 10025}, CCIA Terminal Re- Roofing Project Old UVing} 2005 ACC PN 10026}, Toll Plaza Foundation Repairs, and Chiller Installation. Amendment 23 construction managementserviceswill be provided by PGAL. PGAL will provide construction inspection and engineering through its sub-consultant engineering firm of Coym, Rehmet and Gutierrez Engineering, L.P. of Corpus Christi, Texas. Construction Management and Inspection Services for the Toll Plaza Foundation Repair will be provided only if the project proceeds during the construction of the other projects far which those services are being provided through this amendment. Construction Management for the Chiller Installation project is separately contracted by the City with the engineering firm of Bath Engineering Corporation. PGAL will therefore provide inspection services far the Chiller installation project for civil engineering inspection as needed and requested. The scope of services will include services as provided by the Scope of Services letter attached as Exhibit A-23. Exhibit A, Section C Summary of Fees, is amended by the authorized construction management and inspection services for an additional fee not to exceed $212,150.00. A summary of the schedule of fees is attached as Exhibit B-23. Construction Management and Inspection services fees will be invoiced in a format that clearly indicates the project for which the fee is being invoiced. Invoices for services provided by Amendment No. 23 will be based on the hourly rate as set forth by Exhibit C-23. Any increase in fee required due to construction management or inspection services greater than the additional fee set forth b Amendment No. 23 will be subject to a mutual agreement and evidenced in writing as y an amendment of this contract. The City will separately provide or contract for specialty 2049-34~ Res. OZ83U5 o9iosio9 gmdz3.doc PGAL, Inc. Page 1 of 2 INCJ~ inspections for mechanical, electrical, plumbing, architectural and other systems. Invoices for travel, per diem and lodging will be evidenced by a copy of invoices. Invoices will be submitted only once per month. Each invoice will list the time incurred by classification, hourly rate and expense by project. The City will provide the consultant's on site employee with an automobile and cell phone for the duration of this amendment. The restated total not to exceed fee inclusive of all expenses is $3,310,747.60. Alf otherterms 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 Date Assistant City Manager RECOMMEN D By ~.~ ~~ Pete Anaya, P.E. Date PGAL, IN By 8 Z~' o~ Consu taut Date 3131 Briarpark, Suite 200 Houston, TX 77042 (713) 622-1444 Office (713) 968-9333 Fax ATTEST By /~~ `sf Armando Chapa, Date City Secretary APPRO ED AS TO F M By .~ , ~, Assistant City Attorney Date C:1Temporary Internet Files10LK31AEAmd23.doc ~~ AUTHnRItt~ SEG~~TARY Page 2 of 2 ~ ~ ' ~' ' , ~ July 7, 2009 To: Mr. Fred Segundo Director of Aviation Corpus Christi International Airport 1000 International Drive Corpus Christi, Texas 7$40b-1801 RE; Proposal for Professional Construction Management and Inspection Services - CCIA Airfield Equipment and Maintenance Facility ACC PN 10028}, CCIA ARFF Ymprovements ACC PN 10025}, CCYA Terminal Re-Roofing Project Old Wing} 2008 (CC PN 10026}, Toll Plaza Foundation Repairs, and Chiller Ynstallation PGAL is pleased to present the City of Corpus Christi and the Corpus Christi International Airport with this proposal for Professional Construction Management and Inspection Services for upcoming construction of the CCIA projects listed above. our fee for Construction Management and Inspection services for an assumed construction timeframe of one calendar year and based on the predicted staffing level shown in the enclosures to this letter is approximately $212,150,$0. This fee is approximately 5.6% of the combined construction value of these projects. Gf the total fee, approximately 7b% is to be handled by our local team member Coym, Rehmet and Gutierrez, L.P. of Corpus Christi, Texas. The actual amounts invoiced each month will vary based on actual staffing levels required for that month. The following is a breakdown of the proposed services according to team member; Construction Management and Coordination PGAL}; $ 51,592.40 X24%} Construction Inspection and Engineering. $1b0,558.40 ~7b%} ~Coym, Rehmet and Gutierrez Engineering L.P. -Local Firm} We propose to staff these projects with professionals who possess specif c training and experience in the various disciplines that will be required during this project. Please f nd included with this letter the additional supporting documentation serving as the basis of this proposal. For your review we have included aman-hour and cost breakdown for construction management and inspection services, a scope narrative with our understanding of the Airport's requirements and the resume of the proposed inspector. If you have any questions or need clarification, please call me at X713} 9b$-9315. we appreciate the opportunity to work with the City of Corpus Christi and CCIA on these important Airport Improvement Projects. Thank you, L.1. Vincik, P.E., RPLS, LEED AP Principal PGAL Exhibit A-23 Pa e 1 of 2 3131 Briarpark Suitt 20a Houston, TX 77042 [P] 713 522 ~ 444 [F] 713 96B 9333 r i ~ Corpus Christi Ynternational Airport PRUPaSED SCUPE FGR PRUFESSIUNAL C(]NSTRUCTIGN MANAGEMENT AND INSPECTION SERVICES CCIA AIRFIELD EQUIPMENT AND MAINTENANCE FACILITY (CC PN 10028), ARFF IMPROVEMENTS (CC PN 10025), TOLL PLAZA FOUNDATION REPAIRS, TERMINAL RE-ROOF (OLD WING) 2008, CHILLER INSTALLATION The following services will be performed: 1. Provide Project Manager and Engineer to manage and oversee all aspects of Construction Management and Inspection Program. The Engineer will make site visits periodically and as needed for the Pro j ect and will be available at all times to consult and provide assistance. The Project Manager will coordinate various aspects of project including assuring proper staffing levels as well as prepare billing and other oversight tasks. 2. Provide afull-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. Airport and Engineer understand that the Inspector will cover multiple projects and may not be present far all construction activities depending on the day-to-day work load. 3, Ensure all on-site employees will be bodged as required. 4. Provide off site clerical and technical staff for preparation of proper construction management and inspection documentation. 5. Participate inpre-construction conference with Project Manager and Inspector in attendance. ~. Inspector will attend weekly construction meetings and help resolve design and construction matters. 7. Advise CCIA representatives onminor changes that do not affect cost andlor quality of the Contractor's work. 8. Consult with Airport on changes in scope or design that affect cast and make recommendations toAirport for solution. 9. Review and coordinate contractor's progress schedule and critical path updates with the contractor and airport representatives. 10. Monitor amounts owed to the Contractor for progress and final payments. 1 1. Monitor and report on status of traffic control, barricades, SW3P, and other on-going safetyloperational tasks deemed as necessary. 12. Make pre~final and final inspections with the Airport staff and provide a statement of completion for the prof ect. 13. Review the Contractor's as-built construction drawings and prepare records of project as constructed. Exhibit A-23 Pa e2of2 EXHIBIT B-23 Section C-Summary of Fees is amended by the addition of Amendment No. ~ 9 to read: C~ Summa of Fees Total original Contract Total Authorized Fee $1,375,025 Runway 13131, Drainage Ph. 3, Airport Beacon Relocation & Master Plan Update} Amendment No.1 0 Pavement Repair Design Services 6,340 Amendment No. ~ 0 Runway Guard Light System Design Services 4,185 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 Draina a Phase V 9 140,043 Amendment 5 Fee 376,950 Amendment No. fi ~ Title Research 22,000 Amendment No. l 0 Benefit Cost Analysis Extending 13131 75,000 Amendment No. 8 0 BCA Extend 13131 Additional Presentations 8,000 Amendment Nv. 9 0 Master Plan --Additional Presentations 8,000 BCA Extend 13131 Additional Presen#ations -8,000 Amendment No.10 0 Drainage Line MD-1 Repairs 5,610 Amendment No.11 ~ Taxiway System Rehabilitation, and 0 Total Taxiway Rehabilitation Fee 94,000 Taxiway System SignagelLighting Rehabilitation 0 Total TW SignagelLighting Fee 50,000 Drainage Improvements Phase VI ~ 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-23 Pa e1of3 C:1Qocuments and SettingslDHerrerall.acal SettingslTempararylnternet FilesIQLK31A~Amd23ExhB-23,doc Total Fee Amendment No.12 9336 Amendment No.13 ~ Bid Phase Services --Revise Drainage Phase VI as Additive 1,500 Alternate Total Fee Amendment No.13 1,500 Amendment No.14 0 Conceptual Planning -- Rental Car Facilities 14,1 DO Total Fee Amendment No.14 14,100 Amendment No.15 Perimeter Road Improvements 0 Basic Services: D 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: ~ 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 11D,044 Equipment Airfield Equipment and Maintenance Facility Basic Services: Preliminary Phase Services Scope and Site Location --15°/0 25,000 Design} Airfield Equipment and maintenance Facility 25,000 Total Fee Amendment 15 374,065 Amendment 1 fi Construction Phase Services 41,457.00 Construction Inspection 218,287.80 Total Fee Amendment No.1 fi 259,744.80 Amendment No. 1l Design Phase Services 9,020 Exhibit B-23 Pa eZof3 C:1Documenls and 5ettingslDfierreralLocal SettingslTemporary Internet FileslQLK31AEAmd23ExhB-23.doc F ~ 1 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 far Airfield Equipment & 1,150 Maintenance Facility Total Amendment No.19 1,750 Amendment No. 20 Subsurface Utility Excavation -- Backhoe & Crew at $197.50 per 3,160 hour - Not to Exceed 16 Hours. Surveying Crew @ $125.00 per hour - Nat to Exceed 16 Hours. 2,000 PGAL Administration & Coordination 516 Total Amendment No. 20 5,filfi Amendment No. 21 Taxiway B4 Widening Desi n Phase Services -Preparation of Plans, Specifications, 6,200 9 Bid and Contract Documents Bid Phase Services 5,350 Construction Phase Services 5,800 Total Amendment No. 21 17,350 Amendment No. 22 Perimeter Road Improvements Additional Services: Construction Management and Inspection 0 Total Amendment No. 22 0 TOTAL AUTHORIZED FEE 3,098,596.80 Amendment No. 23 Airfield Equipment and Maintenance Facility, ARFF Improvements, CCIA Terminal Re-Roofing Project Old Wings 2008, Toll Plaza Foundation Repairs, and Chiller Installation Additional Services -Construction Management and Inspection 212,150.80 Total Amendment No. 232 212,150.84 TOTAL AUTHORIZED FEE 3,310,747.fi0 Exhibit B-23 Pa e3of3 C:IDvcuments and 5ettingslDHerreralL.vcai 5ettingslTempvrary Internet Files10LK31A~Amd23~xh8-23.dvc ~ M ~~~ d Q Q O C ~ a I D O ~~ 00 0dp J N O O a N ~ ~ ~ ~ ~' ~ "~ ~ 4 DO ~D M N ~ N M N~ 00 09 ri M 0~ ~ V1 r` ~ n~ ~ H N O ~ ~ b9 69 6A FA V! b9 FR 64 to b'! Vl 4A U9 N 69 C N~ ~~ .Ni ry O O 0 0 O O O ° 0 0 °a o ~ vo ~ N~ n M O' O O ~ O I C v°i vo1 M M a O Chi Q O D ~~~ Obi n ~ `~ ~'? d 00 N ~ 's ~ ~ '7 M r ~ n ,~ M ~, O N ~D h ~ 00 ~ 65 FA FR FR +A p b 4 ~ C 64 b9 64 K n V} O 69 69 iR a0 d~ o ~ 009 ~ ~' h ~ M ~ I l O N1 ~ ~ y vii rMi C n I v i h ~' y ~p ~ :. ^~ ^' ly - i 0 '~ ' V V w1 64 ~D N ~ D0 D D 69 fR 64 iR i9 p O O Q Q O 69 6R fA d9 pO Q O 69 O ! 1 FR ~ ~ ~ 009 ry y ~G O W OG O ~ p n Ili ' y N +^ a• M~ yr r 4 ~ ~ Q ' v1 N ~ rn CC~~ ry '." w r I M ~, ~ ~ ~ ~ N ~ „ Q+ H i + Q r r b9 69 b9 69 G9 bA 69 65 ifl iA 69 y4 fl4 ~ .~ ~ ~ a ~ h ~ ~ ~ oa oS~ Q 8 0 ~~° ~ , ©(•~ N ~0 ° tiG oho ~ ' V1 ' 1(1 ~ ~ M ~ ~ ~ rl [/J p vt N t~ r~ OOO~i~ r~ M ~ . ~I L N ~ M ~ ~ N ~ N ~ ~ a ~~ U l `°h °0 °° '° ~ ao 0o a o0 00 0 ~ a o l o g o a a 0 q ooa ~v~ ov o a9 o C; ~I~rr ~ cao o ~G O ~D 00 `~ ~ ~ ~ a ~i ' O ~ v'I N t• M O« h .. ~ M M P,~ ~ ~ M On N ~ ~ 1/ ~ p 'a`' wa ~ a u~z ~~ ~~ ~~ I~ ~~~ ~ ~ ~~~ ~ 0 GGf~~+ ~ . (~.I I~ ~ ~ ~ ~ `DN °0°° ~ ~ N oa ooa O O ° O a ~ ~ ~ O ~ a o I O ~ O ~ ID v a ~ aov ~ ~ 0R ~ m ~ o 09 ~ Z ~ E~ D 0 0 v~ N n t+t 0~ /l r~ r1 ~, u1 M ~ N ~, 0 ~ ~ ~ F > . ~ N ^" Ifi ,r ~ ~ 0+ ~ p . `" Q W ~ ~' h ,~ ~v ~ ~~,+fl~ ~, vrrfl~ ~ ~Z z~~A ° , ~~ ~p~,,,,,~.aw U[IQAU~Iw ~h ~° a N oo °oc °o, oo da a o °o o o ~ ~ ~ °a X0°9 c~~ rn M 00q o0 Z '~ ,~ G~ V} Q ~r ~ OQ a ~ q~ O ~ o ~ oa o In N ~ M aw N^' v, w rn M N ~ u~ m pl '"'~N ~ ,K Q; a~ ~z a f~ xw~za 4 ~ c ~ 0 E~OW ;~ a Vz~•~~N~ ..p~~gp rev, wu4~r ~~,v-~ ~ ~,~~, ~ 0 ~d dV,Z z ~ N ~ °° c o 0 0 o a o 0o a o 0 o o 0 o ° o v ~~09 o c ~; H z ~ ~ ~~+ rr ~i ~ ~ ~ O+ N ° ~ P W a~0 ~ vi N f! (n 0~ I ~ vp1 VOi r1 M ~ y, Qa+ r~~t N V1 M Ow ~ E ~ t ~ ..: ~ ~ Z ~ pH~x ~g a z ~ i ~, a ~ x ~ ~ ~~ ~~~ ~~~~ ~ ~~~ z ~~ ~ 0 ~ ~~ ~ F ~h D°°° a .~~ '° r°a ao 00 a° oo ~ 0 o o c a o ooa ~~a4 1 oQ9 s ~ d O E„I A ~ o 0 0~~ vii N ~ r~~1 OOi ~ I o d r~~t M ~ b o v a ~ M N ~~ ' a U ~ w0 ~ ~ N - ~ ,~ ~, a ~~ p a ,~ ~ Ow ~~ v~~ ~ ~~-~ us ~, ~~u~ ~ 0'0 Wp p~ ~Dh ooao ~ ~ N ao aov o,0 0o v, a0 ov ~ a v ~ o I o ° °~ o o vii oov ~~aa o°~r~i~ ~ ,~ °Q l Gc ~ ri .. h ~; ~ ~ ~ i ~ ~ ~ 69 V! V} 64 i/1 69 bA ifl Vl O Vf O IA 69 ~i O O O ~ p ~ V V (~ E.y ' G ~ ~ ~ N 0 0 Q O O 0 0 O O O v~ir N n M Oai~ h .. .. N O 1 0 0 m M a ~ ~ ~~ a0 ~ m Chic '" '" N i pq i ~ r i ' 4 ~,v, v~~+n ~~~r~ ~, u~~~ O ~ ~. °o °o °a °o °o I I ~ `~ \° b. o ~ .. N b4 ~G O ~ ~ ~ M ~ ~ z ~, ~ ~ f,5 r,A 69 FR b4 V4 b9 ~ a x s: ' Q ~ * ~ z ° ~ ~ ~ ~w Q ~ o0 ~ a ~ ~~ 0 G ~w z ~ a ~ ' 0 ~ ~z ~p~w x p ~ ~F ~W~Q w ~ ~~w 4 oc ~ ~~- ~ ~ ua o L•cw d ~ ~-~ a w o ~~'~ X ~~ ~,~ w ~ ~ c a Q ~ d~~A zo~Q 0 F.I Q 0 ~.5 ~ Q ,~ a ~'~ ~, 4 ... •., ,~ z' b-~ d ~ .~ Q ~ ~ ~ H0 Q A U x a F z~u ~ ~p v o f ~ 0 a H ~~u ~ .gyp Q~ a--~ a F Q.~ E~ W a~~ ~o ~ u a~ ~ F ~ F o F m ~EH F a~Qp ^ aI-~ H ~ .a Q ~.~.41 ~ y•~ ~ ,0,x.5 ^ ~ r~r-~~ * ~ Qa (~ U Q rQ1~I A~ O F Qa,a,Uv~U u~ CCp~p.U~nU V~ aE~~ ~ ~ wrn N ~ r, GY ~ w ~ '~ ~m o.o m~ 0.t N G 3 p to C 10 ~ L ~}.~ ~ Q 'C 3 U at ,o 0. ~ L ~ 0 _ s~ ~.o ~~ U aQ+ ~. 6 ~ ~Q. ld d1 ~ c {+~ r N ~r I p ~ r ~ m ~ 01 R w °~ ~~ Q CL. CRY DF CORPUS CHRISTI DISCLDSLIRE CF INTERESTS City of Corpus Christi Ordinance '(7~ ~2, as amended, requires al( persons or firms seeking to do business with the City to provide the following information. Every ques4on must be answered. (f the question is not applicable, answer with'NA". ,~ FIRM NAME: .~ ~ ~ CRY: - ~ ~ ZlP: ~ STREET. ~ • `on ~ 2. Partnershi o 3. Sole Owner ^ 4. Association v FIRM ~s. ~ . Corporati p ~. Other o DISCLOSURE QUESTIONS if additions(space is necessary, please use the reverse side of this page or attach separate sheet ~ , State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constitu'dng 3°/~ or more of the ownership in the above named "firm". Name Jab Tie and City Depariment ~~ known} 0~~ 2. Starts the names of each "o#fc~al" of the City of Corpus Christi having an "ownership interest" consfituting 3°/0 or more of the ownership in the above named "firm". Name Tie ~~~ 3. S'~te the names of each "boaroi member' of the City of Corpus Christi having an "ownership interest canstatufing 3~ or more o_ f the ownership in the above named "firm". Name Board, Commiesion or Committee 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 ar this contract and has an "ownership interest' constituting 3°~O ar more of the ownership in the above named "firm'. Name Consultant CERTIFICATE ' 1 certifjr that all information provided is true and correct as of the date of #his statement, that 1 Dave not knowingly w~hheld c~closure of any informa~n requested; and that supplemental statements vn~l be promptly subm~ted to the City of Corpus Chr~i, Texas as changed occur. . .- Ce ` 'n Person: ~ Tide: ~ ~ ~ ~9 Type or Prints ~~ Signature of Cer~yirtg. Person: Date, DEFiNITI~NS a. °Board Member. A member of any board, commission yr committee appoin#ed by the Cdr Council of the City of Carpus Christi, Texas. b. "Employee. Any person employed by the Cry of Corpus Chrisfi, Texas, either on a full or part time bass, but not as an independent contractor. ~~ c, ~Firm~. Any erxtity operated for econonUC gain, whether professional, industrial or commeraal and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietvrship,.asseif-employed person, parlnership, corporafivn, joint stock company, joint venture, receivership or trust and entitres which, for purposes of taxarban, are treated as non-profit argan~ations. d. ~Offiaal~. The Mayor: members of the City Counal, City Manager, Deputy City Manager, Assistant City Managers, Department and Dms~on Heads and Murus~pal Court Judges of ifie City of Corpus Chrrsti, Texas. e. Ownership lnteres~'. Legal or equitable interest, whether actually or cor~rur~vely held, in a firm, including when such rnteres# rs held through an agent, trust, estate or holding entity. "Construc~tiveiy held refers to~ holding or control establishhed through voting #rusts, pro~aes or speaal terms of venture or partnership agreement. f. "Consultar~'. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professronal consultation and recommendation.