Loading...
HomeMy WebLinkAboutC2018-155 - 3/8/2018 - NA TASK ORDER NO. 11 This Task Order pertains to a Master Services Agreement for Professional Services by and between City of Corpus Christi, Texas (City) and "Garver, LLC." (ENGINEER) dated February 16, 2016 by Ordinance 030765, (Agreement). ENGINEER shall perform services on the project described below as provided in this Task Order and in the Agreement. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution, this Task Order shall supplement the Agreement as it pertains to the project described below. TASK ORDER NO. 11 PROJECT NAME: E17112 CCIA Terminal Apron Reconstruction II E17113 CCIA East GA Reconstruction III 1. PROJECT DESCRIPTION — The project scope includes the reconstruction of the Terminal Apron and the East GA. 2. SCOPE OF SERVICES (Task Order No. 11) — The scope of services includes adding an ACHM pavement section alternate for improvements to Rehabilitate Terminal Apron Phase II and East GA Apron Phase III. This task order is more fully described in Exhibit A. 3. COMPENSATION — The total amount not to exceed for Task Order No. 11 only is $28,500. This Task Order is approved and Consultant may proceed. All other terms and conditions of the Agreement rema'• in full for o and effect. C OF • " ' :. CH- ' GARVER, LLC. .0//6-- , ' - y e , 4"-- „5 iK eff H. Edmonds, P.E. (Date Frank Mclllwain, P.E. (Date) Director of Engineering Services 3010 Gaylord Parkway, Suite 190 Frisco, TX 75034 (972) 377-7540 Office TASK ORDER NO. 8 Fund Name Accounting Account Activity No. Amount Unit No. Airport CIP Grants 3020-274 550950 E171121563020C $14,107.50 Airport Capital Reserve 3018-274 550950 , E171121563018C 1,567.50 Airport CIP Grants 3020-274 550950 E171131563020C 11,542.50 Airport Capital Reserve 3018-274 550950 E171131563018C [ 1,282.50 Total , $28,500.00 2018-155 3/08/18 Exhibit A Garver LLC Page 1 of 1 INDEXED • GARVER APPENDIX A SCOPE OF SERVICES CITY OF CORPUS CHRISTI CORPUS CHRISTI,TEXAS 2.1 General Generally, the scope of services includes design and bidding services to add an ACHM pavement section alternate for improvements to Rehabilitate Terminal Apron Phase II and East GA Apron Phase III. Improvements will consist primarily of the rehabilitation/reconstruction of concrete pavement for the terminal and east general aviation apron. 2.2 Surveys 2.2.1 Design Surveys Design Surveys will not be part of this scope. Existing survey for the East GA Apron and Terminal Apron will be provided by LNV, Inc., from previous projects. in ACAD survey basemaps and other survey data required for Garver to perform design and will assumed to be correct. 2.2.2 Property Surveys Property surveys will not be part of this scope. 2.3 Geotechnical Services Geotechnical services will not be part of this scope. Existing geotechnical information acquired by Garver will be utilized. Existing geotechnical information for the East GA Apron was previously provided to Garver by the Owner and will be assumed to be correct. 2.4 Preliminary Coordination As it pertains to the ACHM pavement alternative. Garver will serve as the Owner's representative in the preliminary phase of the project and furnish consultation and advice to the Owner during the performance of this service. Garver will attend preliminary conferences alone or with Owner's representatives. local officials, state and federal agencies, utility companies and others regarding the proposed project, its general design. functions, and impact. Garver will assist the Owner in ordering and directing the accomplishment of such special services as may be necessary. Garver will prepare preliminary designs, and submit copies for review and approval to the Owner and FAA in the number indicated herein. Garver will attend conferences for review and conduct coordination conference(s) of interested agencies and utilities, if required. 2.5 Utility Coordination As it pertains to the ACHM pavement alternative, Garver will furnish plans to all known utility owners potentially affected by the project at each stage of development. Garver shall conduct coordination meetings among all known affected utility owners to enable them to coordinate efforts for any Appendix A-Scope of Services 1 of 4 Rehabilitate Terminal Apron Phase II and East GA Apron Phase III(ACHM Alt.) Garver Project No. 17181172 EXHIBIT A Page 1 of 7 • GARVER necessary utility relocations. Garver will include the surveyed locations of the observable and marked utilities in the construction plans. Garver will also include proposed and/or relocated airfield electrical and water utility information in the construction plans as provided by the utility companies. 2.6 Environmental Services Environmental services shall not be part of this scope. Garver will not perform wetland delineation or obtain the appropriate environmental permits for the project from the US Army Corps of Engineers and to obtain clearance from the US Fish and Wildlife Service (USFWS) and the State Historic Preservation Office (SHPO). 2.7 Drainage Study As it pertains to the ACHM pavement alternative, drainage improvements will consist of that to maintain existing conditions. Existing conditions of current drainage structures include, but are not limited to culverts, ditches. or subsurface drainage, and will be included in the design, if necessary. but incorporated to match existing drainage characteristics. Garver will not develop a hydrologic model using HEC-HMS and will not perform hydrologic analyses of the existing drainage basin. 2.8 Conceptual Design The conceptual design for the Terminal Apron was previously performed by Garver, however, the East GA conceptual design for these limits were performed by others and are assumed to be correct. 2.9 Design Submittals (60%, 90%, 100%, and Final) As it pertains to the ACHM pavement alternative, Garver will prepare detailed construction drawings, specifications. instructions to bidders, general provisions and special provisions, all based on guides furnished to Garver by the Owner and FAA. Contract Documents (Plans. Specifications, and Estimates)will be prepared for award of one(1) construction contract. These designs shall conform to the standards of practice ordinarily used by members of Garver's profession practicing under similar conditions and shall be submitted to the FAA office from which approval must be obtained. Detailed specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 150/5370-10 (latest edition) or other appropriate standards approved for use by the FAA. A specimen copy of the General Provisions and applicable prevailing wage rates will be obtained by Garver from the FAA or Department of Labor as appropriate for incorporation into the specifications for the proposed project. Garver will submit to the FAA Airport's Regional Office advance copies of the plans and specifications and cost estimates for review. Garver will make any additions to respond to comments by the FAA, and when the documents have been approved. Garver will furnish plans to the FAA and to the Owner for bidding and coordination purposes. Garver will also prepare sedimentation and erosion control plans and details for the contract documents and specifications so that a Stormwater Pollution Prevention Plan (SWPPP) will be obtained by the Contractor. 2.10 Property Acquisition Documents Property acquisition documents shall not be part of this scope. Appendix A- Scope of Services 2 of 4 Rehabilitate Terminal Apron Phase II and East GA Apron Phase Ill(ACHM Alt.) Garver Project No. 17181172 EXHIBIT A Page 2 of 7 • GARVER 2.11 Bidding Services Garver will assist the Owner in advertising for and obtaining bids or negotiating proposals for each separate prime contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, attend pre- bid conferences. The Owner shall be responsible for receiving and processing deposits for Bidding Documents. The Owner will pay advertising costs outside of this contract. Garver will issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. Garver will consult with and advise the Owner as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) (herein called "Contractor(s)") for those portions of the work as to which such acceptability is required by the Bidding Documents. Garver will consult with the Owner concerning and determine the acceptability of substitute materials and equipment proposed by Contractor(s) when substitution prior to the award of contracts is allowed by the Bidding Documents. Garver will attend the bid opening, prepare bid tabulation sheets and assist the Owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. Garver will assist the Owner in the execution of all contract documents and furnish a sufficient number of executed documents for the Owner. Contractor and FAA. 2.12 Construction Phase Services Construction services may be added to this scope by amendment or through a separate agreement. 2.13 Project Deliverables The following will be submitted to the Owner, or others as indicated, by Garver: 1. Up to three paper and one digital copy of the 60% Design (half size plans and contract documents)with opinion of probable construction cost to each of the following: the FAA. City of Corpus Christi Aviation Department, and City of Corpus Christi Engineering Department. 2. Up to three paper and one digital copy of the 90% Design (half size plans and contract documents)with opinion of probable construction cost to each of the following: the FM, City of Corpus Christi Aviation Department, and City of Corpus Christi Engineering Department. 3. Up to three paper and one digital copy of the 100% Design (half size plans and contract documents)with opinion of probable construction cost to each of the following: the FAA, City of Corpus Christi Aviation Department, and City of Corpus Christi Engineering Department. 4. Up to three paper and one digital copy of the Final Design (half size plans and contract documents)with opinion of probable construction cost to each of the following: the FAA, City of Corpus Christi Aviation Department, and City of Corpus Christi Engineering Department. 5. One digital copy of the plans to each potentially affected utility company at applicable milestones. 6. One digital copy of the Final Plans and Specifications to the Contractor. 7. One digital copy of the Construction Management Plan to both the FAA and City of Corpus Christi Aviation Department. 8. Electronic files as requested. 2.14 Extra Work The following items are not included under this agreement but will be considered as extra work: Appendix A-Scope of Services 3 of 4 Rehabilitate Terminal Apron Phase II and East GA Apron Phase Ill(ACHM Alt.) Garver Project No. 17181172 EXHIBIT A Page 3 of 7 GARVER 1. Redesign for the Owner's convenience or due to changed conditions after previous alternate direction and/or approval. 2. Submittals or deliverables in addition to those listed herein. 3. Design of any utilities relocation other than water or airfield electrical, or any utilities not located within the project limits. 4. Retaining walls or other significant structural design. 5. Street lighting or other electrical design. 6. Preparation of a Storm Water Pollution Prevention Plan (SWPPP). The construction contract documents will require the Contractor to prepare, maintain, and submit a SWPPP to DEQ. 7. Construction materials testing. 8. Environmental Handling and Documentation, including wetlands identification or mitigation plans or other work related to environmentally or historically(culturally) significant items. 9. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR. 10. Construction phase services or project closeout services. Extra Work will be as directed by the Owner in writing for an additional fee as agreed upon by the Owner and Garver. 2.15 Schedule Garver shall begin work under this Agreement within ten (10) days of a Notice to Proceed and shall complete the work in accordance on a mutually agreeable schedule but generally in conformance with the schedule included as Appendix D. Appendix A- Scope of Services 4 of 4 Rehabilitate Terminal Apron Phase II and East GA Apron Phase Ill(ACHM All.) Garver Project No. 17181172 EXHIBIT A Page 4 of 7 • • • • APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase II and East GA Apron Phase III Fee Summary (Total) Title I Services Estimated Fees 80%Design Submittal $11,900.00 90%Design Submittal $8,700.00 Final Design Submittal $5,500.00 Issue for Bids Submittal $1,800.00 Bidding Services $800.00 Subtotal for Title 1 Services $28,500.00 L 20171T1B1172-CCIA East GA III-Terminal Apron IIConeet8lgienMnmMpIm9 Mt2019-01-0911191172 APPENDIX B-Genet Fee Spreadsheet(Asphalt MWuew) EXHIBIT A Page 5 72 7 • APPENDIX B City of Corpus Christi Rehabilitate Terminal Apron Phase II Fee Summary Title I Services Estimated Fees 80%Design Submittal $8,545.00 90%Design Submittal $4,785.00 Final Design Submittal $3,025.00 Issue for Bids Submittal $880.00 Bidding Services $440.00 Subtotal for Title I Services $15,675.00 L:1201T17181172-COIR East GA III-Terminal Apron IACmeapslClienBDraMAsptalt At12018.01-0317181172 APPENDIX B-Garver Fee Spreadsheet import Alternative) EXHIBIT A Page 8 of 7 APPENDIX B City of Corpus Christi Rehabilitate East GA Apron Phase III Fee Summary Title I Services Estimated Fees 60%Design Submittal $5,355.00 90%Design Submittal $3,915.00 Final Design Submittal $2,475.00 Issue for Bids Submittal $720.00 Bidding Services $360.00 Subtotal for Title I Services $12,825.00 L:12217117181172-CCIA East GA III-Terminal Apron II%CwiraclalClien80rafiMphall Alt12018-81.0317181172 APPENDIX B-Garver Fee Spreadahe (Asphalt Alternative) EXHIBIT A Page 7 of 7 Master Services Agreement Garver Engineers 'DESCRIPTION NOT TO EXCEED AMOUNT' Maximum Contract Amount Original(February 16,2016) 51,500,000.00 Maximum Contract Amount Original Renewal One(December 22,2017) $1500,000.00 Total Maximum Contract Amount $3,000,000.00 Task 1—Design and Bid Phase Services for the Perimeter Fence Replacement and Improvements Project (E15221) $298,716.00 Task 2—Construction Phase&Close out Phase Services for the Perimeter Fence Replacement and Improvements Project (E15221) $346,964.00 Task 2,Amendment 1-Decrease Resident Project Rep and increase Construction Materials testing,No Value $0.00 Task 3—Surveying,Design and Bid Phase Services for Rehab of Taxiway Kilo(E16451) $166,400.00 Task 4—Surveying,Design and Bid Phase Services for Air Carrier Ramp and East GA Apron(E15223&E15234) $219,100.00 Task 5—Construction Phase&Close out Phase Services for Taxiway Kilo(E16451) $361,774.00 Task 6—Taxiway K Fire Suppression Incident(E17071) $34,500.00 Task 7—Construction Phase,Testing and Close Out for East GA&Terminal Apron (E15223&E15234) $5135,800.00 Task 8-Design and Bid Phase Services for Terminal Apron Reconstruction II(E17112)and East GA Apron(E17113) $286,000.00 Task 9- Service Animal Relief Areas(SAM)Proposal $24,900.00 Task 10-CRP AOA Fencing E15221-Construction Administration Service Hours Added $141,665.60 Task 11-Adding ACHM Design to E11712/E11713 Rehabilitate Terminal Apron PH Il and East GA Apron PH III $28,500.00 Total Task Orders $2,554,319.60 Amount Remaining on Master Services Agreement $445,680.40 EXHIBIT B PAGE 1 OF 1