Loading...
HomeMy WebLinkAboutO-2006-2952 Nt ~......../_---------- ---------- .. . REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: October 23, 2006 Requested By. ~ "",... Department: Public Works Appropriation Source of Funds:o Fund 04~ 045-9892-936-1100 Account Number: 045-9892-937-1100 Amount Budgeted: $450,000 Exhibits: Ordinance Amount Requested: $64,010 Exhibits: En"dneerine Contract Budgeted Item: YES Exhibits: SUMMARY & RECOMMENDATION The City of La Porte has selected the firm of Claunch and Miller, Inc. to design the rehabilitation of Lift Station No.8, located in Creekmont, and Lift Station No. 32, located on Underwood Road. The Project is the second round of five (5) lift station rehabilitation projects planned in the next few years. Claunch & Miller has performed professional engineering services for the rehabilitation of two (2) previous lift station projects (L.S. No.9 and L.S. No. 40). The Agreement with the Engineer is as follows: Design Engineering Phase Total $47,100, Coustructiou Phase (~~ )~ f~e) (/j1 Total $16,910 1 y TOTAL ENGINEERING $64.010 Action Required bv Council: Approve Ordinance authorizing the City Manager to execute an agreement with Claunch and Miller, Inc. to provide professional engineering services for rehabilitation of Lift Station No.8 and Lift Station No. 32 in the amount of$64,01O. /~0b Date ORDINANCE NO. 2006- ~q5;)-' AN ORDINANCE APPROVING AND AUTHORIZING AN AGREEMENT BETWEEN THE CITY OF LA PORTE AND CLAUNCH & MILLER, INC., TO PROVIDE ENGINEERING SERVICES FOR THE REHABILITATION OF LIFT STATION NO. 8 AND LIFT STATION NO. 32, APPROPRIATING THE SUM NOT TO EXCEED $64.010.00, 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, a copy of which is on file in the office of the City Secretary. The City Manager is hereby authorized to execute such document and all related documents on behalf of the ci ty 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 not to exceed $64,010.00 from city of La Porte utility Capital Improvement Fund (Fund 045), 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 City 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. Section 3. This Ordinance shall be effective from and after its passage and approval, and it is so ordered. PASSED AND APPROVED, this 23rd day of October, 2006. By: CITY OF LA POR-"r&". .^.... r--. .,) "., \ \ \:'~. L'\ \'./~~.. , ..I-....c:... , "'-- J 'v r--.- ~, Alton E. Porter Mayor ATTEST: 'dJit1t:lL/l ~.dII Martha A. Gillet. City Secretary o::a zJ Knox W. Askins City Attorney APPROVED: 2 AGREEMENT FOR SERVICES This Agreement entered into as of the d91t1 day of De{' ,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 construction administration services associated with the construction of the proposed Lift Station #8 and #32 Rehabilitation (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 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 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. 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 Not-To-Exceed Amount of $64,010 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: Design Engineering Phase: $47,100 Construction Phase Services: $16,910 Total Project: $64,010 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 3.05 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. 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. 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 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 I 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 I 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 resolved 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. ENTERED INTO AND AGREED by the parties hereto as the day and year first written. ATTEST: CLAUNCH & MILLER, INC. Consultant ~ ~ 13fi;; BY: ~i-~ t WL CHRISTOPHER E. CLAUNCH, P.E. President CIlY OF LA PORTE, TEXAS Client ATTEST: CIlY OF LA PORTE, TEXAS Client./' ,/ BY: ~cJ~ CITY ATTORNEY fJ1~fl/ CIlY SECRETARY ~ ~~ CLAUNCH & MILLER, INC. Engineering Consultants EXHIBIT "A" September 22, 2006 Mr. Steve Gillett Director of Public Works City of La Porte 2963 23rd Street La Porte, Texas 77571 Re: Proposal for Engineering and Construction Phase Services For Wastewater Lift Stations #8 and #32 Rehabilitation Dear Mr. Gillett: Claunch & Miller, Inc. (CMI) is pleased to submit this proposal for performing engineering and construction phase services for the above referenced project. The proposal is based on our understanding of the project provided in the Manning Preliminary Evaluation and our site visit on September 15th. The tasks include engineering design services and construction phase services for the rehabilitation of Lift Station No. 8 and Lift Station No. 32. For your convenience this proposal consists of General Overview, Scope of Services, and Schedule. GENERAL OVERVIEW Based on information and data provided by the previously developed Manning investigation and our field visit, Lift Station No. 8(L.S.#8) receives flow from the Creekmont Subdivision and commercial development along Myrtle Creek, Underwood and Spencer Highway. We understand that there are approximately 508 existing equivalent connections, an average daily flow of approximately 177,800 gpd and a peak flow of approximately 494 gpm. Ultimate build- out of the service area will provide approximately 618 equivalent connections, an average daily flow of approximately 216,300 gpd, and a peak flow of approximately 601 gpm. Lift Station No. 32(L.S.#32) is located on Underwood Road and receives flow from Spenwick Subdivision and the commercial areas along Underwood and Spencer Highway. L.S.#32 also receives flow from Lift Station No. 33. The lift station serves approximately 394 equivalent connections currently with average daily flows of 137,900 gpd and a peak flow rate of approximately 383 gpm. Future growth in the area will ultimately increase connections to 512 equivalent connections with average daily flows of approximately 179,200 gpd and a peak flow of approximately 498 gpm. These lift stations are currently wet welll dry well type stations with Gorman Rupp suction lift pumps. We understand the City desires to rehabilitate the existing lift stations by removing the existing mechanical equipment, backfilling the existing dry wells, and installing new submersible pumps and associated mechanical equipment. The electrical controls and control Page 1 of7 4635 Southwest Freeway, Suite 1000 · Houston, Texas 77027-7169 · 713-622-9264 · Fax 713-622-9265 panel will be replaced. The wet well tops will be replaced and modified with sealed hatches. Our assumption at this time is that the rehabilitation can be performed. If during the design process we uncover factors that will require a complete reconstruction of the lift station, a proposal will be provided for services associated with the change in project scope. The wet well walls were briefly examined during the site visit and indicated light to moderate deterioration of the wet well walls, however the walls are dirty and blast cleaning during the rehabilitation process will provide additional information as to the wet well wall condition and the need for grouting prior to applying any spray on coatings. The control panel will require replacement as well as all controls and electrical components. SCADA and remote alarm or information controls are not a part of this project. From preliminary information supplied in the Manning report, it appears that there will be sufficient depth to allow for acceptable pump cycle time and operation and at the same time maintain adequate water levels over the submersible pump volutes. Run times and pump level settings will be determined with the selection of the pumps during the design phase. Access to L.S.#8 is provided by a newly constructed concrete driveway from King Williams Drive with a concrete turn around near to the lift station. Additional site work and paving will be required for access to the station and to improve site drainage and maintenance requirements. L.S.#32 is accessed from a driveway from Underwood Road which appears adequate and additional significant site work and paving is not anticipated. The City has budgeted $225,000 and $200,000 for the construction cost and engineering for the rehabilitation of lift stations No.8 and 32 respectively. These budgets appear adequate based on our previous experience with similar projects and will be evaluated and updated as the project progresses. This proposal addresses the engineering services that CMI will provide the City of La Porte during the Design and Construction Phases. CMI will utilize an electrical subconsultant for the electrical components and control system designs. Since it is anticipated that all work will be confined to the existing station, no surveyor geotechnical work is included for this project. SCOPE OF SERVICES I. DESIGN ENGINEERING PHASE A. Perform field reconnaissance and partial survey of the site and immediate vicinity to obtain information on surface features and any other information that would impact construction. A detailed topographic survey will not be performed. A geotechnical evaluation will not be performed. B. Research and gather existing relevant data on the project such as existing utility information. Page 2 of7 C. Obtain estimated population and land use data for the project area from the City. D. Obtain estimated flow information data for the proposed development from the City. E. Determine the service area for the lift station and anticipated flow rates in coordination with the City. F. Coordinate with the City of La Porte and apprise the City ofCMI's findings and analysis, and obtain input from the City. G. Prepare project specifications, drawings, bid documents and construction drawings based on the anticipated improvements. H. The lift station rehabilitation design shall include the site plan, demolition, bypass pumping, mechanical and piping details, structural details, site work, and electricallcontrol systems. No SCADA is part of this project nor are any remote alarm or information processes. CMI will endeavor to apprise the City of La Porte of the anticipated construction cost as the project progresses. I. Prepare final cost estimate for the proj ect. J. Complete coordination with other governmental entities or utility agencies in regard to the project. Assist the City in obtaining and/or securing approvals required by all governmental authorities with jurisdiction over the design and/or the operation of the project and all public and private utilities including pipeline transmission companies affected by this project. This assistance will involve the usual expected coordination and approval process. When the process involves work beyond the expected, such as special submittals, designs, appearances at special meetings, coordination of utility/pipeline excavation efforts, permitting applications, etc., such work would be considered under the Additional Services portion of this proposal K. Coordinate with the City of La Porte during the final design process and provide draft documents for the City to review and comment upon. Incorporate appropriate comments with the final bid documents. L. Coordinate with Texas Commission on Environmental Quality (TCEQ) during the design phase. Furnish necessary documentation to TCEQ for their review and approval. M. Incorporate appropriate comments into the final bid documents. N. Furnish five (5) sets of construction documents to the City. Page 3 of7 II. CONSTRUCTION PHASE SERVICES This phase will be entered into after the acceptance of the Design Phase documents by the City of La Porte. Bid Phase Services A. Assist the City in obtaining bids for the project. The City of La Porte will advertise the project and will absorb all related advertising costs. CMI will coordinate with the City and will assist in developing the wording of the advertisement. B. Dispense construction documents from CMI's office to potential bidders. C. During the bidding process, provide information to and answer questions from potential bidders concerning the Project's construction documents and prepare addendums as necessary. D. No pre-bid conference is included in this scope. E. Evaluate the bids and the qualifications of the apparent low bidders and advise the City as to the acceptability of the apparent low bidder. Construction Administrative Services A. Act as the City's Project Representative during the construction phase. B. Review and respond accordingly to all submittals as required by the contract specifications. C. Prepare change orders necessitated by field conditions. D. Review the contractor's pay estimates, evaluate the completion of work, and make payment recommendations to the City. E. Visit the site at 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. Full time site representation is not included as part of the Construction Administration tasks. Page 4 of7 F. Claunch & Miller, Inc. (CMI) will not be responsible for the means, methods, techniques, sequences or procedures of construction selected by 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. During site visits and on the basis of on-site observations CMI shall keep the City informed of the progress of the work, shall endeavor to guard the City against defects and deficiencies in such work and may disapprove or reject work failing to conform to the Contract Documents. G. Conduct a final inspection of the Project and make a recommendation for Final Payment on the Proj ect. III. ADDITIONAL SERVICES Additional services are those services that are beyond the services provided for in the scope portion of this proposal. The following are items which are included but not limited as items to be considered additional services. These items will only be provided when authorized by the City. A. Surveying (boundary, topographical and any other survey where a licensed survey is required). B. Right-of-way research, deed research, and abstracting. C. Site Easement and Right of Way Acquisition work such as: preparation of metes and bounds; verification of ownership of property; preparation and submitttal of title report or title commitment; initial contact with property owner(s) to gain right-of- way entry in order to conduct field surveys and geotechnical testing. D. Geotechnical Investigations E. Environmental Site Assessment F. Traffic Control Planning and Design G. Storm Water Pollution Prevention Plan (SWPPP) H. Printing of Final Plans, Specifications, and Reports beyond those copIes to be provided to the client as noted in the scope of services. Cost of plans and specifications ,and bid documents for use by potential bidders will be charged to the potential bidder and not to the City. Page 5 of7 1. Extra Construction Phase Services in the event the project extends beyond its designated contract period. (If required) J. Other miscellaneous tasks that the City of La Porte desires CMI to perform. K. Assist the City as an expert witness or factual witness in any legal proceedings or litigation arising from the development, permitting or construction of the Project. L. Assist the City in making arrangements for the work to proceed in the event that the construction contractor is declared in default for any reason. M. Prepare supporting data and other services in connection with change orders in the event the scope of services is changed or modified. N. Services and costs associated with any special efforts or studies involving this project such as State Revolving Fund applications, reports, trips to Austin, or associated work. O. Assist the City in securing any special licenses or permits (USACOE, etc.) which may be required for the completion of the project, it being understood by the parties of this agreement that the fees for said special licenses and permits will be paid by the City. P. Provide any other services related to the project not otherwise indicated in the Scope of Services and not customarily furnished in accordance with generally accepted engineering practices. Q. Re-packaging of bid documents to provide multi-bid packages and/or rebidding the project. R. The provision of the construction site representation and associated supervision and administration and associated costs. S. Preparing the bid document so that it can be bid in two packages with two contracts. T. Conducting and attending a pre bid conference. Page 6 of7 IV. FEE The fee is separated into: Design Phase, and Construction Phase. Any Additional Services requested by the City will be invoiced and paid for at the direct cost plus 10% and CMI labor costs at raw labor cost times a factor of 3.05. Such tasks and costs will only be performed upon authorization from the City. DESIGN ENGINEERING PHASE Design Phase Services: Electrical Subconsultant: The lump sum cost of: The cost plus 10% cost of: $ 38,300.00 $ 8,800.00 Total of Design Engineering phase: $ 47,100.00 CONSTRUCTION PHASE SERVICES Bid Phase Services: Construction Administration services: Electrical Subconsultant cost: The lump sum cost of: The lump sum cost of: The cost plus 10% cost of: $ 3,430.00 $11,100.00 $ 2,380.00 Total of Construction Phase: $ 16,910.00 Total Fees associated with the above described scope of work is: $ 64,010.00 Claunch & Miller, Inc. appreciates the opportunity to submit this proposal and we look forward to working with the City of La Porte on this very important project. Our project manager for this project will be James E. Thompson, P.E. and he can be reached at the number below if you have questions or need further information. Sincerely, CLAUNCH & MILLER, INC. lA~cGt,- J ~ Christopher E. Claunch, P.E. President Page 7 of7 10/4/2006 - 2:57 PM Claunch & Miller, Inc. City of La Porte Lift Station #8 AND #32 Rehabilitation Total 8 68 20 180 94 56 Rates $ 201.50 $ 135.00 $ 135.00 $ 90.00 $ 65.00 $ 45.00 Total Labor Costs $ 1,612 $ 9,180 $ 2,700 $ 16,200 $ 6,110 $ 2,520 Direct costs Electrical Consultant Proiect exoenses 1 $850.00 $ 850.00 $ - ITotal Direct costs 1$ 850.00 I IITotal Labor & Direct Cost $ 39,172.00 LS 8&32 schedulemanhours.xls eM FIRM: Project Name: PROJECT NO. CONSTRUCTION PHASE SERVICES Y CONTRACT ASSIGNMENT PROJECT DURA liON CNSTRUCTION PHASE SERVICES PROJECT MANAGER DESIGN ENGINEERfTECH CONSTRUCTION MANAGER ADMINISTRATIVE ASSISTANT EXPENSES TOTAL CM&llABOR COSTS COSTS TOTAL CMI LABOR AND COST CONSTRUCTION CONTRACT PRICE % OF CONTRUCTION COST CLAUNCH AND MILLER City of La Porte. Lift Station #8 and 32 Rehabilitation GFS NO. STRAIGHT TIME PROJECT PROJECT CONSTRUCTION ADMINISTRATIVE MANAGER DESIGN ENGNR MANAGER ASSISTANT 45,00 30.00 40.00 15.00 3.05 3.05 3.05 3.05 137.25 91.50 122.00 45.75 NO NO NO NO 131.25 91.50 122.00 57.50 $14,530.00 $0.00 $14,530.00 $350,000.00 4.15%