Loading...
HomeMy WebLinkAboutO-2001-2468 e e ORDINANCE NO. 2001-;l,.f(, ~ AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA PORTE AND CLAUNCH' MILLER, INC., FOR ENGINEERING DESIGN SERVICES FOR IMPROVEMENTS TO LIFT STATION 40; APPROPRIATING NOT TO EXCEED $24,250.00 TO FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE: Section 1. The City Council hereby approves and authorizes the contract, agreement, or other undertaking described in the title of this ordinance, in SUbstantially the form as shown in the document which is attached hereto and incorporated herein by this reference. The City Manager is hereby authorized to execute such document and all related documents on behalf of the City of La Porte. The City Secretary is hereby authorized to attest to all such signatures and to affix the seal of the City to all such documents. The City Council appropriates the sum not to exceed $24,250.00 from the utility Capital Improvement Fund 003 to fund said contract. section 2. The City Council officially finds, determines, recites, and declares that a sufficient written notice of the date, hour, place and subject of this meeting of the City Council was posted at a place convenient to the public at the City Hall of the ci ty for the time required by law preceding this meeting, as required by the Open Meetings Law, Chapter 551, Texas Government Code; and that this meeting has been open to the public as required by law at all times during which this ordinance and the subject matter thereof has been discussed, considered and formally acted upon. The City Council further ratifies, approves and confirms such written notice and the contents and posting thereof. e e ORDINANCE NO. 2001-~q~% PAGE 2 Section 3. This Ordinance shall be effective from and after its passage and approval, and it is so ordered. PASSED AND APPROVED, this~1.tJ! day of ft!JJeul1IY , 2001 By: CITY. OF LA PORTE N~-:( ~~ Mayor ATTEST: ~~~~tfiJJj)j City Secretary Knox City e e REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: Fe~rua Appropriation Requested By: S. Gillett Source of Funds: Utility CIP Department: Account Number: 003-9890-814-1100 Report: Resolution: Ordinance: xx Amount Budgeted: $250,000 Exhibits: Ordinance Amount Requested: $24,250 Exhibits: Contract for Enldneerine Services Budgeted Item: YES Exhibits: SUMMARY & RECOMMENDATION An engineering evaluation was performed last year for Lift Station # 40, which serves the former Bayshore Municipal Utility District. The Study, performed by Claunch & Miller, Inc., identified improvements to the facility to rehabilitate the structural, mechanical and electrical systems, and to provide additional capacity to serve undeveloped areas of south La Porte. Proposed improvements include removal of existing pumps and control system, cleaning and recoating wet well walls and replacement of control system and pumps. The pumps will be replaced with submersible type pumps, which will require modifications to the wet well top and hatch opening. Existing flow will be bypass pumped during construction of the proposed improvements. Claunch & Miller has submitted a proposal to perform engineering design services for this Project. The costs associated with this Project are as follows: Final Design Phase Construction Phase Total Engineering $20,250.00 4.000.00 $24,250.00 Adequate funding is available for the engineering phase of this Project. Action Required bv Council: Approve an ordinance authorizing the City Manager to execute a contract with Claunch & Miller, Inc. to perform engineering design services for the Lift Station 40 Project in an amount not to exceed $24,250.00. Aooroved for City Council Aeenda ~ I, \~~ Robert T. Herrera, City Manager d...-ao .O( Date e e AGREEMENT FOR SERVICES This Agreement entered into as of the ;)lJfI- day of FE~ J..{){)I, A.D., by and between Claunch & Miller, Inc. hereinafter referred to as the "Consultant", and the City of La Porte, Texas, hereinafter referred to as the "Client". WITNESSETH WHEREAS, the Client has requested various services of the Consultant with respect to engineering design and preparation of contract documents for the construction of the proposed lift station improvements (hereinafter referred to as the Project). NOW, THEREFORE, Client and Consultant hereby agrees as follows: 1. Eneaeement of Consultant. Consultant hereby agrees to perform the services required under the scope of services related to the Project, and to provide Client with copies of the information, opinions, design calculations and contract documents made the basis of the scope of the services, which is set out in Attachment "A" and made a part of this contract. Consultant agrees to initiate services upon receipt of an executed copy of this Agreement. 2. Availability of Information. Client agrees to provide Consultant with all available information pertinent to the Project. Client will also pr~vide copies of reports, drawings, and other data, and will, at Consultant's request, provide written authorization to review Client's files relative to the Project which may be in possession of third parties. Consultant agrees to return all original documents to Client upon completion of the Project, but reserves the right to make and keep reproducible copies of all such material. 3. Access to Facilities. Client will provide access for the Consultant to e e enter the property and facilities of Client, as necessary for Consultant to perform services as required under the Project. 4. Instruments of Service ~ All documents prepared in accordance with this contract including exhibits, field notes, laboratory data, orig~al drawings, and specifications are the property of the Client. The Consultant is given the right to use any of this data in connection with future engineering projects. The Consultant may retain copies or reproducibles of any information prepared for this Project. 5. Determination of Fees ~ The fees for the scope of services as stated in Attachment "A" provided by Consultant under this agreement will be based on a Lump Sum Amount of $24,250.00 for design and construction administration. 6. Payment and Fee Schedule ~ The Consultant will submit a monthly invoice for services rendered. The invoice will be based upon the Consultant's estimate of the proportion 'of the total services actually completed at the time of the invoice for design and construction administration. Services will be invoiced using the following fee schedule: Final Design: $ 20,250.00 Construction Administration: $ . 4,000.00 ii e. e 7. Terms ofPavment - Payment offees as determined under Paragraph 5 herein above' shall be due and payable by Client within thirty (30) days following receipt of Consultant's monthly invoice. 8. Additional Services - Additional services beyond those described in the Scope of Services will be invoiced on the basis of direct labor cost time~ a factor of 2.99 and direct cost plus 10%. 9. Termination - The Client may terminate this contract at any time by giving seven (7) days' notice in writing to the Consultant. In that case, all finished or unfinished documents and other materials produced under this contract, shall become the Client's property. If the contract is terminated by the Client in accordance with this provision, Consultant shall be paid for all services performed to the date of termination. Consultant may terminate this contract upon seven days' written notice in the event of substantial failure by the Client to perform in accordance with the terms hereof through no fault of the Consultant. 10. Governine Law - This Agreement shall be deemed to have been made under, and shall be construed and interpreted in accordance with the laws of the State of Texas. The venue of any suit for enforcement or construction of this contract shall be in Harris County, Texas. 11. Dispute Resolution - The parties will attempt in good faith to resolve any controversy or claim arising out of or relating to this agreement promptly by negotiation between senior executives of the parties who have authority to settle the controversy. The disputing party shall give the other party written notice of the dispute. Within ten days after III e e receipt of said notice, the receiving party shall submit to the other a written response. The notice and response shall include (a) a statement of each party's position and a summary of the evidence and arguments supporting its position, and (b) the name and title of the executive who will represent that party. The executive shall meet at a mutually acceptable time and place within twenty days of the date of the disputing party's notice and thereafter as often as they reasonably deem necessary to exchange relevant information and to attempt to resolve the dispute. If the controversy or claim has not been resolved within thirty days of the meeting of the senior executives, the parties shall endeavor to settle the dispute by mediation under the Construction Industry Mediation Rules of the American Arbitration Association. If the matter has not been resolyed pursuant to the aforesaid mediation procedure within ninety days of the commencement of such procedure, (which period may be extended by mutual agreement), or if either party will not participate in such procedure, the controversy shall be settled by arbitration in accordance with "American Arbitration Association Construction Industry Arbitration Rules" by a sole arbitrator. The arbitration shall be governed by the United States Arbitration Act, 9 U.S.C & 1.16, and judgment upon award rendered by the Arbitrator may be entered by any court having jurisdiction thereof. The place of arbitration shall be Harris County. The arbitrator is not empowered to award damages in excess of actual damages, including punitive damages. iv e e ENTERED INTO AND AGREED by the parties hereto as the day and year first written. A TrEST: CLAUNCH & MILLER, INC. Consultant / /J /J BY, t%,~~ t ~ CHRISTOPHER . CLAUNCH, P.E. President ~. 4-- CITY OF LA PORTE, TEXAS Client By:G~ WJ)~ v ~ ~ e e CLAUNCH & MILLER, INC. Engineering Consultants ATTACHMENT "A" January 17, 2001 Mr. Steve Gillett" Director of Public Works P.O. Box 1115 La Porte, TX 77572-1115 RE: Engineering Services for Design of Lift Station #40 Dear Mr. Gillett: Claunch & Miller, Inc. (CMI) is pleased to submit this proposal for providing engineering design services on the above refereI).ced project. DESCRIPTION OF PROTECT CMI prepared a report, entitled "Lift Station #40 Evaluation" for the City of La Porte in December of 1999. The report provides an evaluation of Lift Station #40 and the 10" and 12" force main extending to the Gulf Coast Waste disposal Authority's (GCWDA) Bayport treatment plant. Lift Station #40 is located near the southern limits of the City in the Shady River Subdivision. Future development in the southern limits of the City is anticipated and the City desires to upgrade the station tb serve additional developed areas.' The City also desires to rehabilitate the structural, mechanical and electrical systems of the station and replace the existing suction lift pumps with submersible type pumps. The report recommended improvements to the lift station consisting of the removal of the existing pumps and control system, cleaning and recoating the wet well walls and replacement of the control system and pumps. The pumps will be replaced with submersible type pumps which will require modifications to the wet well top and hatch opening. Existing flow to the wet well will have to be bypassed during the construction of the proposed improvements. . The preliminary estimated cost for the construction of the improvements was estimated to be $196,400.00. Page 1 of 5 3701 Kirby Drive, Suite 860. Houston, Texas 77098. (713) 524-7113 e e SCOPE The scope of engineering services is as follows: Survey Services · Survey services will consist of field measuring and sketching the existing wet well and improvements to augment City supplied data. · Vertical elevation information will be based on the City of LaPorte datum, if available. Geotechnical Service · No geotechnical services will be obtained for this project. DESIGN ENGINEERING PHASE · Prepare detailed plan and proflle drawings of the final design as presented in the engineering evaluation report. . Provide plans for electrical and control systems. . Prepare contract specifications for the project suitable for bidding. . Prepare an update of the construction cost based on the final design. · Furnish five (5) sets of construction documents for t\1e project to the City of La Porte. CONSTRUCTION ADMINISTRATION PHASE . Assist the City in obtaining bids for the Projects. · Dispense construction documents from CMI's office to potential bidders. . During the bidding process, prov:ide information to and answer questions from potential bidders concerning the Project's construction documents. . Evaluate the bids and the qualifications of the apparent low bidders and advise the City as to the acceptability of the apparent low bidders. Page 2 of 5 e e · Act as the City's Project representative during the construction phase. · Review and respond accordingly to all submittals as required by the contract specifications. · Consult and advise the City; issue all instructions to the Contractor requested by the City; and prepare and issue, as required, change orders with the City's approval. · Review the contractor's pay estimates, evaluate the completion of work and make payment recommendations to the City. · Visit the site at intervals appropriate to the various stages of construction to observe the progress and quality of executed work and to determine in general if such work is proceeding in accordance with the Contract Documents. Such site visits are intended to be periodidn nature and are not intended to be full time site representation. · Claunch & Miller, Inc. (CMI) will not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor(s) or the safety precautions and programs incident to the work of the Contractor(s). CMl's effort will be directed toward providing a greater degree of confidence for the City of La Porte that the completed work ofContractor(s) will conform to the Contract Documents, but CMI will not be responsible for the failure of Contractor(s) to perform the work in accordance with the Contract Documents. · Conduct a final inspection of the project upon completion of the construction. Prepare a punch list of items to be completed by the contractor prior to final payment. Verify that the punch list items have been addressed to the City's satisfaction prior to final payment. · Prepare a recommendation for Final Payment for the project. . Provide as,built drawings based on contractor's redlines. Page 3 of 5 e. e ADDITIONAL SERVICES . "Additional Services" shall only be performed when directed by the City to CM!. These services are not considered normal or customary engineering services. . Services resulting from significant changes in the extent of the Project or its design including but not limited to changes in size, complexity, the City's schedule, or character of construction or method of financingj and revising previously accepted studies, reports design documents or Contract Documents when such revisions are due to causes beyond CMI's control. . Preparing documents for alternate bids requested by the City or documents for out of sequence work. . Preparing to serve or serving as a consultant or witness for the City in any litigation, public hearing or other legal or administrative proceeding involving the Project. . Additional or extended services during construction made necessary by (1) work damaged by fire or other cause during construction, (2) a significant amount of defective or neglected work of Contractor(s), (3) prolongation of the construction contract time, (4) acceleration of the progress schedule involving services beyond normal working hours and (5) default of contractor . CMI will endeavor to apprise the City of any potential additional or extended services which may result from the above listed 5 items, prior to CMI's expenditure of time on such services. As previously noted, any such extended or additional services shall only be performed when directed by the City to CM!. . Additional services not otherwise provided for in the scope of services. /" Page 4 of 5 " . . e FEE Final Desie:n Phase Claunch and Miller, Inc. will perform the Final Design Phase for the Lump Sum amount of: $20,250.00 Construction Administration Phase Claunch and Miller, Inc. will perform the Construction Administration Phase for the Lump Sum amount of: $4,000.00 TOTAL $24,250.00 Additional Services Additional services beyond those described in the Scope of Services will be invoiced on the basis of direct labor cost times a factor of 2.99 and direct cost plus 10%. FEE SCHEDULE Claunch & Miller, Inc. will submit monthly progress invoices for all engineering work completed to invoice date. The invoices would be based on a percentage of completion of each phase applied to the lump sum fee. Claunch & Miller, Inc. appreciates the opportunity to submit this proposal and to continue working for the City of La Porte. Sincerely, CLAUNCH & MILLER, INC. 0 z: C;; 2 44_____ r. . , ~~~~- ./ ames E. Thompson, P.E. Senior Project Manager JET/md Page 5 of 5