Loading...
HomeMy WebLinkAboutO-1992-1847 . . ORDINANCE NO. 1847 AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA PORTE AND CLAUNCH & MILLER, INC., FOR PROFESSIONAL ENGINEERING SERVICES FOR THE FARRINGTON WATERLINE REPLACEMENT PROJECT: APPROPRIATING NOT TO EXCEED $300,000.00 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. City Council appropriates the sum of $300,000.00 from the 1992 Capital Improvement Fund, Utility CIP Fund (Fund 003), to fund said contract. The City Council officially finds, determines, Section 2. 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 City for the time required by law preceding this meeting, as required by the Open Meetings Law, Article 6252-17, Texas Revised Civil Statutes Annotated: 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. Section 3. This Ordinance shall be effective from and after its passage and approval, and it is so ordered. PASSED AND APPROVED, this 22nd day of June, 1992. C~F LA PORTE BY.~~ No an L. Malone, yor AT~~ ::~c~z Knox W. Askins, City Attorney .... '. , ~ ~ - - CLAUNCH & MILLER, INC. Engineering Consultants " ~. June 15, 1992 Mr. Robert Herrera City Manager City of La Porte P. O. Box 1115 La Porte, Texas 77572-1115 Re: Engineering Services for the Farrington waterline Project Dear Mr. Herrera: Claunch & Miller, Inc, (CMI) is pleased to submit this proposal for providing engineering services on the above referenced project. DESCRIPTION OF PROJECT: The project is for the replacement of a 12" waterline along the west side of Farrington Blvd. from Spencer Highway to an elevated water storage tank, a distance of approximately 3,000 linear feet. It also includes replacement of the sidewalk on the west side of Farrington Blvd. As per the City's directions, a new PVC 12" waterline will replace the existing cast'iron 12" waterline. The alignment for the w?terline will be between the western curb and" the western R.O.W, of Farrington Blvd. in the same proximity as the existing waterline. SCOPE The scope of engineering services and the associated fees are as follows: SURVEY SERVICES o Provide survey services and base mapping of the project site suitable for design. o The survey will provide information on the west side of Farrington from Spencer Highway to the Elevated Water Tank. The survey will also provide information on existing utilities, including manholes and water meters and valve information in the median and on the east side of Farrington Blvd. GEOTECHNICAL SERVICES o Provide a geotechnical report presenting an investigation of the soils in the project area. o. The geotechnical report will provide usual and customary- information on the existing soil. It will also include bedding and backfill recommendations, and trench safety information. The report will be based on information obtained from three (3) ten (10) foot deep borings in the project area. 3701 Kirby Drive, Suite 892. Houston, Texas 77098. (713) 524-7113 ~ . ? e e r/-:-:~~-~-'-? , c/(---)::: \, : , .""C;,,,,,/ I !~:~__-=...,.f .------- --.-" ....~ PRELIMINARY ENGINEERING PHASE o Research existing utilities in the project area, o Determine a recommended alignment for the new waterline o Determine construction method and/or scheduling to minimize disruption of water service to the community. o Prepare estimated construction costs for the project. o Develop a project schedule. o Prepare a report'presenting the findings, costs, schedules and appropriate sketches or exhibits of recommended improvements. o Provide five (5) copies of the preliminary engineering report to the City of La Porte. o The from phase preliminary the City's phase will be completed in 21 calendar days written authorization to proceed with this DESIGN ENGINEERING PHASE o Prepare detailed plan and profile drawings of the final design as presented in the preliminary engineering report. These plans will be at a scale of 1" = 20' horizontal and 1" = 2' vertical. Drawings will be prepared through C,A,D.D. (Computer Aided Design and Drafting), The C.A.D.D. file will be supplied to the City of La Porte. o Prepare contract specifications suitable for bidding. o Prepare an update of the construction cost based on the final design. o Furnish five (5) sets of construction documents to the City of La Porte. o The design phase will be completed in 22 calendar days from the City's written authorization to proceed with the design phase. CONSTRUCTION ADMINISTRATION PHASE o Assist the City in obtaining bids for the Project. o Dispense construction documents from eMI's office to potential bidders. ,. . e e 1/----..-.....-" /.. . . C"~\ (; V · ;' c ., / ; .-i!:\ .'v, : ~........- ~:::.~......- - -' ::. o During the bidding process, provide information to and answer questions from potential bidders concerning the Project's construction documents. o Conduct a pre-bid conference for potential bidders. o Evaluate the bids and bidder and advise the apparent low bidder. the qualifications of the apparent low City as to the acceptability of the o Act as the City's construction phase. Project representative during the o Review and respond accordingly to all submittals as required by the contract specifications. o 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. o Review the contractor's pay estimates, evaluate the completion of work and make payment recolnmendations to the City. o 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. o 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). CMI's effort will be directed toward providing a greater degree of confidence for the City of La Porte that the completed work of Contractor(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. o 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. Submit a written report to the City of La Porte addressing the Contractor's compliance with Contract Documents, coupled with recommendations concerning project status, as it may affect the City's final payment. Provide a written determination of project completion. o Prepare a recommendation for Final Payment. e e r:.-:::-::.:...::::- ':J:'~ --.~.~= I; (---)::: \/ (; , / i \~ -':~ I \.J . !~:-.~.=~.:..I._- .. :: - ----- - -- --.. --,.j CONSTRUCTION OBSERVATION (IF REQUESTED BY THE CITY) o Provide a Project representative to observe and monitor the progress and quality of the work by the Contractor. o Provide daily reports on the status of the construction. o Take color photographs construction. of the Project's site prior to o Participate in the processing of submittals and change orders and the issuance of instructions as required by the City. ADDITIONAL SERVICES o "Additional Services" shall only be performed when directed by the City to CMI. These services are not considered normal or customary engineering services. o Services resulting from significant changes in the extent of th~ Project or its design including but not limited to changes in size, complexity, the City's schedule, or character of construction or method of financing; and revising previously accepted studies, reports design documents or Contract Documents when such revisions are due to causes beyond CMI's control, o Preparing documents for for Contractor(s) work out of sequence work. alternate bids requested by the City which is not executed or documents for o 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. o 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 additional listed 5 services. services CM!. endeavor to apprise the City of any potential or extended services which may result from the above items, prior to CMI's expenditure of time on such As previously noted, any such extended or additional shall only be performed when directed by the City to o Ad~itional services not otherwise provided for in the scope of services. e e [ ;:::0_=-':::'-:::::,:::'-)::; I, (-) .... (; "v . .. ..~ f'-. / t -.,- v 1"- I ,:::::::.::-:::."._:::,-~ _. . ._ FEE A manhour estimate is provided as an attachment to this proposal to indicate the source of the following lump sum fees. Survey Services o Claunch & Miller, Inc.'s fee for the field survey services is the lump sum amount of $4,900.00. Geotechnical Services o Claunch & Miller, Inc,'s fee for the geotechnical services is the lump sum amount of $1,815,00. Preliminary Engineering Phase o Claunch & Miller, Inc.'s fee for the preliminary engineering phase is the lump sum amount of $5,150.00. Final Design Phase o Claunch and Miller, Inc, will perform the Final Design Phase for the Lump Sum amount of $8,150,00. Construction Administration Phase o Claunch and Miller, Inc. will perform the Construction Administration Phase for the Lump Sum amount of $6,300.00. Construction Observation o Claunch & Miller, Irtc.'s fee for a provide the construction observation hourly rate of $35.00 per hour. site representative to services shall be at an Additional Services o Additional services beyond those described in the Basic Services will be invoiced on the basis of direct labor cost times a factor of 2.5 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. e e f-' .----- --- - ..... -.- I I/~::::::::'::"::' ":',-'--;J ; 0/ (--- C J , ) (IV' I I' ..~~. r'\ , : 1'-...... _..._~ _~ ...~ i -.-...--.-----. "--....... L____ _. _ __ _ _______.._ Claunch & Miller, Inc. appreciates the opportunity to submit this proposal and to continue working for the City of La Porte. Sincerely, CLAUNCH & MILLER, INC. ~~IL-E~ Christopher E. Claunch, P.E. President CEC/kc r'.. .-.-.....-- _. _._.- --" j (-::~~:::;.:.-- -/:. I I/(~-) C;, 'v' , " v r'\/ , (, '. ,J ~. , ;~::::'-;-:-:':'=;~w._'~~~_ '..:,:: TASK Co-ord w/Surveyor Co-ord w/Geotech Utility Search Exhibits for P.E.R. Cost Estimates P.E.R. Site Visits Review & Coord. P.E.R. w/City Corrections Write P.E.R. Type & Bind Complete P&P Sheets Redline Design Draft Design Review Correct Final Cost. Est. Draft Specs. Final Specs. Reviews w/City Corrections . Final Plot Sign & Seal Pre-Bid meeting Meeting Minutes Answer questions Bid Opening Eval. Bids., Qualif. & Recommend Award Pre-Const. Meeting Meeting Minutes Periodic Site Visits Review Submittals & Respond Misc. Time w/problem Resolution Pay Est. Process (2 est.) Final Insp. & Punchlist e e ATTACHMENT FARRINGTON BLVD. PROPOSAL 6-15-92 KANHOUR ESTIMATE PROJ MGR. ENG. 1 2 2 1 1 2 2 2 2 2 4 1 8 -1 23 2 2 --1 13 1 2 1 2 2 4 1 2 1 2 8 4 2 4 2 4 1 1 -L 20 25 3 1 1 2 2 -L 9 2 3 1 6 8 1 2 2 2 2 4 4 SR. DES. 4 4 8 4 4 4 2 ---..l 31 16 16 16 2 4 4 2 4 4 --L 70 2 2 2 2 CLERICAL 2 2 1 --11 13 2 4 6 2 --L 16 2 -L 8 2 4 4 2 _-__ _4...._.__._...__ __., I f:r-:::..:....;:::.,::.:-, -...;::: i ! I, {_..-._ C' ". / I I ~ ) (,\,/ I : I~~~;f~~~~__.~ ~'. ~7 I Final Review of Punchlis t Final Payment Co-ord w/City Status Meetings TOTAL: Project Manager: Engineer: Senior Designer: Clerical: Project Manager: Engineer: Senior Designer: Clerical: ESTIMATED EXPENSES e e 3 4 ....L - - - - 32 16 4 84 56 107 $36.54 x 2.5 $30.00 x 2,5 $18.75 x 2.5 ... $12.98 x 2.5 ... 84 hours x $91.35 56 hours x $75,00 - 107 hours x $46.88 ... 53 hours x $32.45 ... Mileage: 1,440 miles x .25 ... Reproduction: P.E.R. : MISC. : 5 final sets. 5 draft interim sets 2 in house sets ~ progress sets 16 x $25.00 5 sets 2. in house sets 7 x $10,00 Photo Film & Processing - Postage: Misc. TOTAL: SAY: $91.35 $75.00 $46.88 $32.45 $ 7,673.40 $ 4,200.00 $ 5,016,16 $ 1.719,85 $18,609.41 $ 360.00 $ 400,00 $ 70,00 $ 50.00 $ 10.00 S 110.00 $ 1,000.00 $19,609.41 $19,600,00 2 -L 16 53 e e , ...." ". I . . ',.' THE STATE OF TEXAS COUNTY OF HARRIS AGREEKENT FOR SERVICES This Agreement entered into as of the ~L, day Dfr A.D., 1992, 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 docwnents for the construction of the proposed 12" Waterline Replacement on Farrington Blvd. from Spencer Highway to the Elevated Water Tank (hereinafter referred to as the Project). NOW, THEREFORE, Client and Consultant hereby agrees as follows: 1. Engagement 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 docwnents 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. '. ;, e e ;. ~'- 2. Availability of Information - Client agrees to provide Consultant with all available information pertinent to the Project. Client will also provide 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 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, original 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, Before using any specific references to this project naming the City of La Porte as Client, the Consultant shall obtain permission from the City of La Porte. The Consultant may retain copies of reproducible 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 $26,315.00, 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. A status report on the work completed will accompany the invoice. Services will be invoiced using the following fee schedule: ~. e e ~ '.. " , ' "'\/ Phase I - Preliminary: $ 5,150.00 Phase II - Final Design: $ 8,150.00 Phase III - Construction Administration: $ 6,300.00 Survey Services: $ 4,900.00 Geotechnical Services: $ 1,815.00 at 7. Terms of Payment - Payment of fees 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 times a factor of 2.5 and direct cost plus 10%. 9. Termination The Client may terminate this contract time by giving seven (7) days' notice in writing to the Consultant. case, all finished or unfinished documents and other materials any that In 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. Governing 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. -. ~ .. .. . . ENTERED INTO AND AGREED by the parties hereto as the day and year first written. CLAUNCH & MILLER, INC. Consultant >t:{-';"'" ;. '"" ,,'~'-'., -.'--. .. ~~ ._.~,~,..t,,,.;:":f <..' l~...{ I ..~ ~ '. ~ ':1, ~ .}~ BY:~-l,? e ~ CHRISTOPHER E. CLAUNCH, P.E. President ~ f-: ~ ,r"','" ; ..' -', ~ ..:.$" CITY OF LA PORTE, TEXAS Client .", ByG<~ T. \-\~ ,~~~'~':",: ,?;o;>->O: ,:.. .~. .,t-i'r. ~. ....r,...-. "t?"' ;' ",'~.~,,~' .. ... "~'';'~;:'~~, .f A1''Fo}i;ST:' -'1 ' f t ~\'-1' .~~,~. i { " ~. ''-/ " & , v. .tduL ~ ;: .. r-" . (!I/;; -;;~.' ,,~ ,'.f' . ~ ." ':~,:"~7,,', ~_# '. 7'\..:...,....~..~:.~~-.~~