Loading...
HomeMy WebLinkAboutC2011-129 - 4/26/2011 - ApprovedY n AMENDMENT No. 29 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, administratively amended September 13, 2005, administratively amended February 16, 2006, administratively amended on April 18, 2006, administratively amended on May 19, 2006, by Motion No. 2006 -272 on August 29, 2006, administratively amended September 11, 2006, by Motion No. 2006 -399 on December 12, 2006, administratively amended May 15, 2007, administratively amended June 14, 2007, by Motion 2007 -176 on July 10, 2007, administratively amended March 27, 2007, administratively amended on April 28, 2008, by Motion 2008 -221 on August 19, 2008, by Motion No. 2008 -273 on October 21, 2`008, administratively amended on December 4, 2008 and by Motion 2009- 004 on January 13, 2009, administratively amended March 31, 2009, administratively amended on June 18, 2009, administratively amended August 20, 2009, by Motion 2009- 246 on September 8, 2009, by Motion 2009 -340 on December 8, 2009 and by Motion 2010 -097 on April 27, 2010 and by Motion 2010 -177 on July 20, 2010 and by Motion 2010- 302 on December 14, 2010 and by Motion 2011 -066 on March 22, 2011 agree to the following amendment: PGAL will provide Task Order Basic Design and Additional Services for Construction Management and Inspection services for twelve (12) calendar months for the scheduled duration of construction for the following project: • Corpus Christi International Airport Communications Center, Perimeter Security, Standby Generator and Commercial Aviation Apron Lighting Upgrades- Project No. E10075 The scope of services will include services as provided by the Scope of Services letters attached as Exhibit A -29a and Exhibit A -29b. Exhibit A, Section C Summary of Fees, is amended by the authorize design and construction management and inspection services for an additional not to exceed fee inclusive of all reimbursable expenses not to exceed $503,127.42. A summary of the schedule of fees is attached as Exhibit B -29. 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 will be submitted only once per month. Invoices for services provided by Amendment No. 29 will be based on the hourly rate as set forth by Amendment 29, Exhibit A -29b. Any increase in fee required due to construction management or inspection services greater than the .total additional fee set forth by the Contract as amended will be subject to mutual agreement and evidenced in writing as an amendment of this contract. The City will separately provide or contract for specialty 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, t_ _ - _ -1_ _ _ _ - ` -__ - --- 2011 -129 by project, M2011 -100 Page 1 of 2 04/26/11 J 200hlmprovements \AE- PGAL\AEAmd29.doc PGAL INDEXED r a Business and Financial Services will be invoiced based on the hourly rate set forth in Exhibit A -25. Invoices for Business and Financial Services will be invoiced only for services requested and actual time incurred by the Consultant. Reimbursable expenses for Amendment No. 29 are limited to out of town travel, lodging, per diem, architectural models, and presentation boards and will be evidenced by copies of receipts. The restated total not to exceed fee inclusive of all expenses is $4,750,927.50. All architectural or engineering plans and specifications delivered to the City for bid purposes will be sealed and signed by an architect(s) and engineer(s) registered to practice in the State of Texas. 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 QF OR US CHRISTI By 5 // Johnn Perales, P.E. Date Assistant City Manager RECOMMENDED By — "j- / Pete Anaya, P.E. Date B Fred undo D to ATTEST B Armando Chapa, Date City Secretary PGAL, I C. Consultant Date 3131 Briarpark, Suite 200 Houston, TX 77042 (713) 622 -1444 Office (713) 968 -9333 Fax AUTWILU I3YYntINCIL .��.,Il - .- APPROVED AS TO FORM B -4 i'lI Assistant City Attorney Date Page 2 of 2 HAHOMEXEM NSI GENIAIR_ restored120041mprovements \AE- PGALIAEAmd29.doc t March 31, 2011 PGAL Mr. Fred Segundo Director of Aviation Corpus Christi International Airport 1000 International Drive Corpus Christi, Texas 78406 RE: Proposal for Professional Engineering and Architectural Services -- CCIA Communications Center, Perimeter Security, Standby Generator and Commercial Aviation Apron Lighting Upgrades Dear Mr. Segundo: PGAL is please to present CCIA with this fee proposal to provide professional engineering, architectural surveying and other design services as requested to provide CCIA with a bid -ready set of plans and specifications to construct the subject project. This proposal is based on the scoping and feasibility study previously submitted to CCIA on March 11, 2011 which outlined each project and gave an order of magnitude opinion of probable cost to complete each. The scope of the project was further refined in a telephone conversation between Ms. Grace Gonzalez, PE and Mr. Victor Gonzalez and Mr. Michael Lawrence on March 30, 2011. PROJECT UNDERSTANDING Based on the refined scope we understand that the Communications Center Upgrades will take place as defined in the study, likewise for the Perimeter Road security upgrades, and the primary back -up generator upgrades. The relocation of the existing aerial primary and secondary main electrical power feeds for the Airport into underground conduits is excluded from this proposal. Also part of the included scope are the proposed upgrades to the conunercial aviation apron lighting. CCIA personnel directed PGAL design option I from the study that provides for the replacement of the existing poles and luminaries with new hinged poles using the existing foundations. As directed, we propose to lump these independent project phases into a single ready -to- bid package that will be advertised, awarded and constructed under a single general contractor contract. If CCIA wishes to break the phases into separate contracts, additional fee will be required to cover the costs of preparing and bidding multiple contracts. lt:� 3131 Briarpark Suite 200 Houston, TX 77042 [P] 713 622 1444 [F1 713 968 9333 COMPENSATION Basic Services: Engineering and Architectural Design Services: $169,636.62 Topographic Surveying Fee: $ 20,000.00 Subsurface Utility Engineering Fee: $ _14,000.00 Total Design Services Fees: $203,636.62 If you have any questions or need clarification 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, s LJ n r P , LEED® AP Pringa�al Mr. Kevin Stowers — CC Assistant Director of Engineering Services Ms. Grace Gonzalez, PE — CCIA Airport Engineer End Opinion Of Probable Cost with Fees Shown Project Scope Document Exhibit A -29a Pa e 2 of 7 PIAL COMMUNICATIONS CENTER, SECURITY AND STANDBY GENERATOR UPGRADES, PRIMARY AND SECONDARY MAIN ELECTRICAL POWER FEEDS - RELOCATE UNDERGROUND CONDUIT CC PROJ NO. 14233 PGAL PROJ NO. R1001262 DATE PREPARED: March 31, 2011 PREPARED BY: Michael Lawrence,P.E,- PGAL FINAL DESIGN PROPOSAL 2. PERIMETERSECURITYUPGRADES AIRPORT OPINION OF PROBABLE CONSTRUCTION COST: UANTITY B UNIT PRICE S 500,00 AMOUNT $ 4,000.00 5.2 $1,953,372.00 1. COMMUNICATIONS CENTER UPGRADES NIT NTITY UNIT PRICE AMOUNT 31 PAY ITEM PEC DESCRIPTION 1 QUANTITY i UNIT PRICE AMRUN . 1.1 ARCH __ FINISH OUT INTERIOR SPACE PER CCIA SPECIFICATIONS LS 1 $ 30,000.00 S 49 500.00 1.2 LIGHTING INSTALL NEW LIGHT FIXTURES AS NEEDED FOR NEW SPACE LS 1 $ T i 7500.00 10000 TECH INSTALL NEW FIBERIDATAISECURITY CABLESAND CONNECTTO EXIST LS 1 $ 5,500.00 $ 1-3 125,000,00 SYSTEM 40000.00 NEW PVC DUCTBANK INSTALLED IN OPEN FIELD TO CONNECT EXIST 3.5 ALLOW 5,500.00 14 ELEC INSTALL NEW ELECTRICAL OUTLETS SWITCHES ETC LS 1 3 3.5m,00 $ 3 50D.00 1 - HVAC INSTALL NEW BACKUP AIR HANDLER IN CEILING AND ROUTE ALL PIPING LS 1 S 7,500.00 $ 7,500.00 1.8 FUR INSTALL N FU N 1TU E PROVIDED BY CCIA LS 1 S 17.500.00 1 500.00 1 500. 0 NEW COMMUNICATIONS MANHOLE FOR SYSTEM INTERCONNECT EA 2 Subtotal Communica one enter U radee: s 7a 009.10 2. PERIMETERSECURITYUPGRADES AIRPORT GENERATOR UPGRADES UANTITY B UNIT PRICE S 500,00 AMOUNT $ 4,000.00 5.2 PAY ITEM SEC SDRIPTION NIT NTITY UNIT PRICE AMOUNT 31 GEN NEW FIBER OPTIC CABLE PULLED THROUGH EXISTING PERIMETER ROAD 3 -3" PVC LS 1 i 400,000,00 i 2 -1 FIBER COMPLETE IN PLACE LF 23,495 $ 7.00 S 164,485,00 3.2 1 GEN DUCTS LS $ 111.000.00111 1 50 000,00 50 000.00 FIBER NEW FIBER OPTIC CABLE: AND FLEXIBLE INNERDUCT PULLED THROUGH LF 10000 $ 12,50 ; 2 -2 ; 80000,00 EXISTING UTILITY TUNNEL AND AIRFIELD DUCT SYSTEM GEN NDP REVISIONS LS 125,000,00 1 40000.00 NEW PVC DUCTBANK INSTALLED IN OPEN FIELD TO CONNECT EXIST 3.5 ALLOW REFURBISHEDSSWITCHGEAR - ALLOWANCE LS 2 -3 DUCTBANK COMMUNICATIONS MANHOLE TO NEW PERIMETER ROAD OUCTSANK, PULL LF 900 $ 17.50 $ 15,750.00 LS WIRES AND #6 COUNTERPOISE GROUND WIRE 80000,00 s0 800.00 3-7 ALLOW 2-4 PULLBOX NEW ELECTRICAL PULL BOXES AND GROUND RODS EA 7 $ 2,51)0.00 S 17.500.00 2-5 MANHOLE NEW COMMUNICATIONS MANHOLE FOR SYSTEM INTERCONNECT EA 2 $ 15,000.00 S 30,ODO.00 PROPOSED CANTILEVERED 20' CHAIN -LINK FENCE GATE WITH ROLLERS AND EA 2 15,000.00 2 -6 GATE HIGH SPEED GATE OPERATOR $ $ 30,000,00 PROPOSED CANTILEVERED 30' CHAIN -LINK FENCE GATE WITH ROLLERS AND 2-7 GATE HIGH SPEED GATE OPERATOR EA 1 ; 20,000,00 S 20,000,00 ACCESS PROPOSED SECURITY ACCESS CONTROL CARD READER, STAND AND EA 3 $ 15,000.00 $ 2 6 CONTROL INTERFACE WITH CCIA ACCESS CONTROL SYSTEM p5,000.00 PROPOSED CCTV CAMERA WITH PAN- TILT -ZOOM, MONUTED ON A FREE 2 -9 CCTV STANDING 14 -FOOT POLE AND HOUSED IN AN ALL WEATHER ENCLOSURE. EA 3.00 $ 25,000.00 S 75,000.00 WORK INCLUDES INTERFACE WITH CCIA CCTV SYSTEM 2 -10 LIGHT PROPOSED AREA LIGHT LED INSTALLED ON 18-FOOT POLE EA 3 S_ 5 0110.00 j 15 000.00 2 -11 POWER POWER AND CIRCUITS FOR CCTV CAMERA. AREA LIGHT & GATE EA 3 $ 8,500.0* S 25,500.00 OPERATOR PROPOSED ACCESS ROAD RECONSTRUCTION TO INCLUDE 6" SUBGRADE 2.12 ROAD PREPARATION, GEOGRIO, 12" CRUSHED AGGREGATE BASE, PRIME COAT SY 1,007 $ 85.00 85,595.00 0.15 9AIJ AND 4' H Subtolal Perimeter Security Upgradea: ; "6 3. PRIMARY AIRPORT GENERATOR UPGRADES UANTITY B UNIT PRICE S 500,00 AMOUNT $ 4,000.00 5.2 PAY ITEM I SPEC DESCRIPTE N UNIT UANTITY UNI PRICE AMOUNT 31 GEN 1250 KVA, 2400 VOLT, DIESEL GENERATOR WITH AUXILIARY FUEL TANK, LS 1 i 400,000,00 i LIGHT LABOR COMPLETE IN PLACE 1 20 000.00 S 20 000.00 460,000.00 3.2 1 GEN AUXILLWRY FUEL TANK FOR SDP LS $ 111.000.00111 1 50 000,00 50 000.00 3.3 GEN MCS REVISIONS LS 1 80000.00 ; 80000,00 3.4 GEN NDP REVISIONS LS 1 40000.00 $ 40 OOD.00 3.5 ALLOW REFURBISHEDSSWITCHGEAR - ALLOWANCE LS 1 $ 95000.00 $ 95000.00 3 8 ALLOW REFURBISH MCS SWITCHGEAR - ALLOWANCE LS 1 80000,00 s0 800.00 3-7 ALLOW TEST AND REFURBISH THE SDP EMERGENCY GENERATOR - ALLOWANCE LS 1 ; 20,000.00 $ 20,000.00 Subtotal Airport Prima Generator U radea: i28 000,08 4. COMMERCIAL APRON PAY ITEM SPEC 5-1 LIGHT LIGHTING UPGRADES DESCRIPTION DEMOLITION OF EXISTING POLES UNIT EA UANTITY B UNIT PRICE S 500,00 AMOUNT $ 4,000.00 5.2 LIGHT NEW GROUND MOUNTED HINGE POLES ON EXISTING FOUNDATIONS EA B S 3,500.D0 i 28 000.00 5.3 LIGHT NEW LIGHT FIXTURES EA 32 $ 500.00 S 118 541 LIGHT LABOR LS 1 20 000.00 S 20 000.00 S•5 ALLOW ALLOWANCE FOR NEW POLE FOUNDATIONS LS 1 $ 111.000.00111 11 Subtotal Commercial Apron Lighting Upgrades: ; T9 000.00 Exhibit A -29a Pa e3of7 EXHIBIT 9 CCIA Comm Canter - EsBmate - Final Design Proposabdis 101`2 Prins Dale: 3r3112011 PUL Exhibit A -29a Page 4 of 7 FXHIBIT 9 CCIA Comm Center. - Esllmate - Flnal Design Proposabds 2 of 2 Plat Data: 3131/2011 CC PROJ NO. 10233 PGAL PROJ NO. R1001252 DATE PREPARED: March 31, 2011 PREPARED BY: Mlehsel Lawrence P.E: PGAL -FIOIALD IGN PROPOSAL . -_,r SCOPE OF DESIGN SERVICES CCIA -- CCIA Communications Center, Perimeter Security, Primary Back -Up Generator and Commercial Aviation Apron Lighting Upgrades BASIC SERVICES Preliminary Design Phase 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 projects. 5. Coordinate with utility companies as needed. 6. Coordinate with Survey, Geotechnical and Subsurface Utility subconsultants. 7. Prepare preliminary estimates for design. 8. Prepare 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 matte field investigations, engineering studies, and surveys necessary for design of the chosen alternatives. 3. Prepare detailed plans, specifications, estimates, and bid documents to subunit for Airport, 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, MEP and Architectural site plans, all required architectural and structural building design sheets, existing and proposed utilities, grading contours, utility base maps, parking and paving details, drainage plans and details, all mechanical, electrical and plumbing plans, temporary and permanent erosion control features, and other documentation requirements. 4. Provide 60% and 100% complete plan and bid documents for City Airport and FAA staff review. Coordinate all review continents and incorporate as appropriate. 5. Prepare construction phasing and sequencing plans. 6. Prepare Storm Water Pollution Prevention Plans. 7. Prepare miscellaneous project features and details. Exhibit A -29a Pa e 5 of 7 Bidding Phase 1. Participate in pre -bid conference. 2. Review all pre -bid questions and prepare addenda as necessary for City approval. 3. Assist review of bids by solicited interests. 4. Analyze bids, prepare bid tabulations, and make recommendation regarding award of contract. Construction Phase (Construction 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. 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 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 Substantial Completion for the project. Assist Airport in obtaining certificate of occupancy for building. 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: A. Provide Project Manager and Engineer 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. t t A -29a 6of7 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 necessary for 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, 1. Monitor and report on status of traffic control, barricades, SW3P. Exhibit A -29a Pa e 7 of 7 April 6, 2011 ?GAL To: Mr. Fred Segundo Director of Aviation Corpus Christi International Airport 1000 International Drive Corpus Christi, Texas 78406 -1801 RE: Proposal for Professional Construction Management and Inspection Services - CCIA Communications Center, Perimeter Security, Standby Generator and Commercial Aviation Apron Lighting Upgrades 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 project listed above. 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): $118,062.80 (39 %) Construction Inspection (Electrical Engineer): $ 28,800.00 (10 %) Construction Inspection (Civil Inspector): $152,628.00 (51 %) (LNV — MB, Local Firm) TOTAL: $299,490.80 We propose to staff these projects with professionals who possess specific training and experience in the various disciplines that will be required during this project. Please find included with this letter the additional supporting documentation serving as the basis of this proposal, For your review we have included a man -hour and cost breakdown for construction management and inspection services. The services to be performed are as follows: 1. Provide Project Manager and Engineer /Architect to manage and oversee Construction Management and Inspection Program. The Engineer will make site visits periodically and as needed for the Project 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 a licensed professional electrical engineer to oversee the electrical portions of the project on an as- needed basis. 3. Provide a full -time on -site 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. 4. Ensure all on -site employees will be badged as required. 5. Provide off -site clerical and technical staff for preparation of proper construction management and inspection documentation. Exhibit A -29b 3131 Briarpark Suite 260 Houston, TX 77042 iPl 713 622 1 444 [F1713 96B 9333 Pa e 1 of 3 6. Prepare responses to contractor's requests for information (RFI), and track all RFI's for proper close out. 7. Prepare Architect's supplementary instructions (ASI's) as needed, and engineer's letters to help correct field issues. 8. Participate in pre - construction conference with Project Manager and Inspector in attendance and monthly meetings as necessary. 9. Inspector will attend weekly construction meetings and help resolve design and construction matters. 10. Advise CCIA representatives on minor changes that do not affect cost and/or quality of the Contractor's work. 11. Consult with Airport on changes in scope or design that affect cost and make recommendations to Airport for solution. 12. Review and coordinate contractor's progress schedule and critical path updates with the contractor and airport representatives. 13. Monitor amounts owed to the Contractor for progress and final payments. 14. Monitor and report on status of traffic control, barricades, SW3P, and other on -going safety /operational tasks deemed as necessary. 15. Make pre - final and final inspections with the Airport staff and provide a statement of completion for the project. 16. Review the Contractor's as -built construction drawings and prepare records of project as constructed. If you have any questions or need clarification, please call me at (713) 968 -3315. We appreciate the opportunity to work with the City of Corpus Christi and CCIA on these important Airport Improvement Projects. TAkKo >���� I QI NG P i -vt L. J. Vincik, .E., LEED AP Principal PGAL CC: Mr. Kevin Stowers - Assistant Director of Engineering Services Mr. Dan Biles —Assistant Director of Engineering Services Ms. Grace Gonzales, PE - CCIA Project Engineer Mr. Victor Gonzales - CCIA Project Manager Eric]: Man Hour and Cost Breakdown for CM services ffExh� A -29b 2 of 3 C ORPUS C I FEE PROPOSAL CONSTRUCTION MANAGEM91117 AND INSPECTION SERVICES MOKrHIYMAhHOW AND FEE 05MMMON riiiiiiiiiii��� - r� a a a ��� �� �� a �■F rn� �� ar F�1 �®® �■ m��rr�is��r�nr�rrrm����� ® ■ ■��� �® w��w�t�ww� ®w��i�imm ® ■rr�im�i�rrr� • iwiii�i�r� riii�iiiiiii��� ■�r�■rr�r■��rrr�€i ® ®��wES©�� • �SE7�liiii�iiiiiii��� �� ®® F7X] F F FlFF F FIMF ®FL7 �e FEE= ® FIER E�71L'� FiDEffiS7 F�ffi.7 F7E7 F F F�£II F�� FF�]�F�L7 F�� F F E1 �II�F�F�F F�iFd+7FF�]F�F:']F�F�]F� F�FFE�] [BE= EEO= �a��Eimer FI Il�?1F�F�F�F�F�F�F�F�FL7�F� 77FF� � Folliffm� ®nom �Ii FE3MMFMMMMFEMMMEI FINEK=FMMXM low= �II7' E11E]GGMIF1111115=1 !li H wimi 4wNII % xh ibit A -29b i 3 of 3 EXHIBIT B -29 Section C- Summary of Fees is amended by the addition of Amendment No. 27 to read: C. Summary of Fees Exhibit B -29 Pa e1 of H AHOMEIKEV INSZEMAI R_ restoredW04 Imp rovements \AE- PGAL\AEAmd29ExhB- 29.doc Total Original Contract Total Authorized Fee (Runway 13131, 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 13131 75,000 Amendment No. 8 0 BCA Extend 13131 Additional Presentations 8,000 Amendment No. 9 0 Master Plan — Additional Presentations 8,000 BCA Extend 13131 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 SignagelLighting Rehabilitation 0 Total TW SignagelLighting 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 -29 Pa e1 of H AHOMEIKEV INSZEMAI R_ restoredW04 Imp rovements \AE- PGAL\AEAmd29ExhB- 29.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 -29 Page 2 of 4 H:IHOME\KEVINSIGENI AIR_ restored1 20041mprovements \AE- PGAL\AEAmd29ExhB- 29.doc 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 for Airfield Equipment & Maintenance Facility 1,750 Total Amendment No. 19 1,750 Amendment No. 20 Subsurface Utility Excavation — Backhoe & Crew at $197.50 per hour — Not to Exceed 16 Hours. 3,160 Surveying Crew @ $125.00 per hour — Not to Exceed 16 Hours. 2,000 PGAL Administration & Coordination 516 Total Amendment No. 20 5,676 Amendment No. 21 Taxiway 134 Widening Design Phase Services -- Preparation of Plans, Specifications, Bid and Contract Documents 6,200 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 Wing) 2008, Toll Plaza Foundation Repairs, and Chiller Installation Additional Services — Construction Management and Inspection 212,150.80 Total Amendment No. 23. 212,150.80 Amendment No. 24 Airfield Equipment and Maintenance Facility, ARFF Improvements, CCIA Terminal Re- Roofing Project (Old Wing) 2008, Toll Plaza Foundation Repairs, and Chiller Installation Exhibit T B-29' � Pa e3 HAHOME1KEVI NSIGENL4IR_ restored1 20041mprovements lAE- PGALIAEAmd29ExhB- 29.doc Additional Services — Construction Management and Inspection 100,023.50 Total Amendment No. 24 100,023.50 Amendment No. 25 Rent Car Quick Turnaround Facility Phase 1 — Concept Design 118,000 Phase 2 — Final Design 235,000 Phase 3 — Construction Services 105,000 Business and Financial Assistance Services 26 ,000 Reimbursable Expenses 33,000 Total Amendment No. 25 517,000 Amendment No. 26 Taxiway Rehabilitation Project No. 10019; Taxiway Signage /Lighting Project No. 10020; Airfield Drainage Phase 6 Project No. 10021; and Airfield Perimeter Road Improvements Project No. 10027. Additional Services — Construction Management and Inspection 97,087.83 Total Amendment No. 26 97,087.83 Amendment No. 27 Airfield Equipment, Storage & Maintenance Facility Project No. 10068. Additional Services — Construction Management and Inspection 59,932.95 Total Amendment No. 27 59,932.95 Amendment No. 28 Corpus Christi International Airport Consolidated Rent Car Quick Turn Around Facility Project No. 10031 Total Amendment No. 28 163,008.00 Amendment No. 29 Corpus Christi International Airport Communications Center, Perimeter Security, Standby Generator and Commercial Aviation Apron Lighting Upgrades- Project No. E10075 Basic Services — Design 169,636.62 Additional Services: Topographic Surveying 20,000 Underground Utility Engineering 14,000 Project Management /Inspection 299,490.80 Total Amendment No. 29 503,127.42 TOTAL AUTHORIZED FEE 4,750,927.50 Ex �B ; 29 Pa H AHOMEKEVINS\GEN\AI R_ resloreT20041mprovements \AE- PGALWEAmd29ExhB- 29.doc SUPPLIER NUMBER TO BE ASSIGNED BYZTk'Y _— — PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi 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 applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME P:G;A L P. O. BOX: STREET ADDRESS: 31 t3R / ,q/ -rAQK Dq . z CITY: Q(�SCC�/� ZIP: 7741�Z FIRM IS: 1. Corporation 1 Partnership ❑ 3. Sole Owner ❑ 4. Association 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 (if known) 2. State the 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 /U 4 /V � 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission 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 of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name D N Consultant ° a FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted VI tothe City of Corpus Christi, Texas as changes occur. Certifying Person: r Title: PjQ //V C_J�� (Type or Print) Signature of Certifying �� Date: f J' Person: _6? DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas, b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation.