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'\..:...,....~..~:.~~-.~~