HomeMy WebLinkAbout1992-06-22 Regular Meeting
MINUTES OF THE REGULAR MEETING OF LA PORTE CITY COUNCIL
JUNE 22, 1992
1. The meeting was called to order by Mayor Malone at 6:05 P.M.
Members of City Council Present: Mayor Norman Malone,
Councilpersons Mike Cooper, Bob Thrower, Bob McLaughlin, Alton
Porter, Deotis Gay, Jack Maxwell, Jerry Clarke
Members of City Council Absent: Councilperson Guy Sutherland
Members of City Staff Present: City Manager Bob Herrera,
Assistant City Attorney John Armstrong, City Secretary Cherie
Black, Police Chief Bobby Powell, Director of Public Works
Steve Gillett, Director of Parks and Recreation Stan Sherwood,
Human Resources/Purchasing Manager Louis Rigby, Planning
Director Chuck Harrington, Recreation Director Tim O'Connor
Others Present: John Black, Bayshore Sun; 20 citizens
2. The invocation was given by Councilperson Bob McLaughlin.
3. Council considered approving the minutes of the meeting held
June 8, 1992.
Motion was made by Councilperson Cooper to approve the June 8
minutes as presented. Second by Councilperson Clarke. The
motion carried, 6 ayes, 0 nays, 2 abstain.
Ayes: Councilpersons Cooper, Thrower, McLaughlin,
Maxwell, Clarke and Mayor Malone
Nays: None
Abstain: Councilpersons Porter and Gay
4. Retiree Jack Maxwell was presented a gold watch from the City
to commemorate his years of dedicated service to the City.
5. Centennial Certificates were delayed to await the arrival of
two of the recipients.
6. A special presentation of appreciation plaques was made to
Debra Donnellan and Jason Redden, for their heroic efforts in
the saving of a life at the wave pool.
7. There were no citizens wishing to address Council.
8. Council considered an ordinance approving and authorizing a
professional engineering contract for the Farrington waterline
replacement project.
• •
Minutes, Regular Meeting, La Porte City Council
June 22, 1992, Page 2
The Assistant City Attorney read: ORDINANCE 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.
Motion was made by Councilperson Clarke to adopt Ordinance
1847 as read by the Assistant City Attorney. Second by
Councilperson Thrower. The motion carried, 8 ayes and 0 nays.
Ayes: Councilpersons Cooper, Thrower, McLaughlin, Porter,
Gay, Maxwell, Clarke and Mayor Malone
Nays: None
At this time, item 5 was addressed, and Centennial Certificates of
Appreciation were presented to Jim Longnecker, Pauline Staner and
Irene Hardy.
9. Council considered approving the Airport Master Plan.
Jim Coffman of Coffman Associates, who prepared the Plan, gave
a brief presentation of highlights of the plan.
Motion was made by Councilperson McLaughlin to approve the
Airport Master Plan. Second by Councilperson Thrower. The
motion carried, 8 ayes and 0 nays..
Ayes: Councilpersons Cooper, Thrower, McLaughlin, Porter,
Gay, Maxwell, Clarke and Mayor Malone
Nays: None
10. Council considered a consent agenda, as follows: (A) Consider
awarding a bid for bank sand; (B) Consider awarding a bid for
cement stabilized sand; (C) Consider awarding a bid for
concrete.
Councilperson Gay requested that item C be removed from
discussion. After his questions had been answered, motion was
made_ by Councilperson Gav to approve the consent agenda.
Second by Councilperson Thrower. The motion carried, 8 ayes
and 0 nays.
Ayes: Councilpersons Cooper, Thrower, McLaughlin, Porter,
Gay, Maxwell, Clarke and Mayor Malone
Nays: None
11. There were no administrative reports.
Minutes, Regular Meeting, La Porte City Council
June 22, 1992, Page 3
12. Councilpersons Cooper,a Thrower, McLaughlin, Porter, Gay,
Maxwell, Clarke and Mayor Malone brought items to Council's
attention.
13. Council adjourned into executive session at 6:59 P.M. to
address the following items under V.A.T.S. - Article 6252-17:
(A) Section 2(F) - (Personnel) - Discuss appointments to
various Boards and Commissions; (B) Section 2(E) - (Legal)
Receive report from Counsel regarding Houston Chemical
Services, Inc./Southern Ionics, Inc. Council returned to the
table at 8:30 P.M., with no action taken on the executive
session items.
144. There being no further business to come before the Council,
the meeting was duly adjourned at 8:35 P.M.
Respectfully su witted:
Cherie Black, City Secretary
Passed & Approved this the
13 day of July, 199
rman L. Malone, Mayor
REQ~ -_?S,'I'_-_h_nF___r:fTY.._~~'Ot1N~'_TT,, _~1GE_ND~TENI
Agenda Date Requested: _,7.,_zr~e_-2_?,_-_7 J`l?--
Requested By : __S .__G l l ~tt_--. ,.__ - _ _ . __ ___ Depa z:•tment_ : _ Puri l is Wa •l~,s._
--._XX-XX____-_--- Report _--__...._-.___----.. ___----- ___--__- 12r,5~-,1r,t.ion __.____--_-__----_-__ Ordinanr_e
Exhibits: Proposed Contract for.' L'rofess:i.r,n.=,1 Engineering Services
_ w
SUMNLAF2.Y- &__.F:.EC~~hIhI~ND~T.InN
The City of La Forte has requested three ~~ualifi.r_ation Statements far
professional engineering services f<,~• t:hr~ Farrir,c3-ton Waterline Replacement
Projer_t. The Project consists of rel~,.lar_ement of approximately 3,00(1 feet
of 12 i_nclz cast-iron water line and rE~construr.ti.on of sidewalks along the
western side of Farrington L~lvd. betiaeen Spencer Highway and the Fairmont.
Elevated Watc.r Storage Tank. rst--i_matr~d c;<,nstruct.ian cost i.s $200,000.
After evaluation of the Qua] i-E .c-Kati-on St:,7lements, the firm of Claunch &
Miller, Inc. was identified as the t.ol? respondent, and negotiations were
begun to develop a sr_.ope of work and an accel.,t=able contract. With a
detailed Scope c:,f Work idcrnt.i-fic-'d, C az,nch ,~ Mille,,- 11as provided a proposed
Contract, wl,ir_h is attached. > cl~~t.=,iar.,~_t c•~,5t l~c•c>~,kclown of ea~~h phase is as
fo]lows.
RAS7.C SEi2VIC[S
Phase I - Preliminary Enq i nc~°c,r:i nct
Phase II - Final Design
Pt,ase III - Biddingi C'c,nsi: ruct..i.on Acln, i n i st r~,t :ion
Toi-a l Basic Ser~~.i c;es
REQUIRED ADDITIONAL SERVICES
Topographic Survey
Geotechnir_.al Services
Total RF:qui.t•ecl -Acld.itic~nal S<~rvic;es
$ 5,7.50.00
8,150.00
6,300.00
$19, X0(1. on
$ 9,900.00
1.815,00
$ 6 , 715. (10
The proposed Contract also ~_~rc>vi.des for cc,nstruction observation services
at ar, hourly rate o.f $35, i f aui l,c,ri-zed.
Tc,t:al ,'~-, r,t-r-ac~t ,'r,st $26,315.00
3`>, C'c,nt r,Sic'~c~"1' _ __79.0._00
'I'r,l ,, 1 I~c~gne~tit.c~cl ;~nf l,c„- i zai-:ion $?7, 1115.00
Act:i.on Requited l:,y Cotznei l : :1,.zt_l~c~,- irra t tzc; C' i_ty Manacle r to execute a
<-~ontract. wi.tl-, Claunch & Nli.l lt~r', In<:. f:or- [_~i-:_,fessior,al. engineering services
f_or.- the Farrinc.tton 6Vaterl ine Rcl_~I.,cr_>..mc~nt Pi-c,j,~,-;t fr~r <~,n authorized budget
of $27,.107.00
--_
. ,- _ - _
Avai.labilit:y of Eunds:
_.__..---__.._-- General Fund _ __...-- _-- Water/Wastewater
___XXY~__Capital Improvement _ __-_ General Revenue Sharing
--- ---- Other __...
~lc;coun[: N,imber: Ut:-l t. t: y_. c'f.F' L'~_tnc;l .(1.(7_,__-._ [?nruas E1v..~ilable: --~k_YES __-__-- NO
_ ---
~1p~~rovec~_ fc~r__ C~ t~~__Counc _i_l - '~c~c_ncl -,
Robert: ']'. Ilerrera L~'1T(-•;
City Nlanagc>r
~ ~
c r'1'v of C,A PoR~rE ,
IN'CE12 OFFICE MEMORANDUM
;tune ].7, ]_992
`.['O: I<tI<r-~c,'x.As)cins, C.i.Cy Ati~.ornc~°
FROM: we c .i..1let.t, D.i.rer_.tor a.E Pub.lic Works
SUI3J1sC'1': (-rc~l:in,~nce Al-~prc~vi_nq Fngineeriny Contract
Farrington W._rtr~rl.tri~ Rercl.acement Prrajer_t
'1'lrr~ i'i.l.:y has rec:~F~i_veca Si~.~rLr-~ments of: Qua.li.f_i.r.ati.ons from t1~Iree f_ir~rns
1:.r~ 1:cer.Eorrn prof~ssi.~~nal engineet•ing SeL'V1c7eS far the alcove
r.F~ferenc~ed l~rcc;jec~t . '1'Irca .Firm o.f Claunch & h1i 1.1er, Tnc. was
seler_t.ed as the trap respondent, and a pr.oF~osed contt•ar.,t has Been
ncgaC.iated (~ri:t~cc.~lced ) . Funds have l~~een budgeted i.n the 1992
CaYital Imp rovement Fund, Utility CIF Eund (Fund 0O3), in the
~3ffIC111n1. c~j $3CIU, OU1) Ir,-• e~ngi nF~~er.i.ng and construction of
. this
project..
Please prepare ari QCd1ClaC1CP_ aLlthcarlZing the City Manager to execLlte
this coni.ract, which is scheduled to be considered try Council on
Jurce 22, 1992.
xc: Jrahn ,7 c:>erns, Assistant City Manager
Cherie 131ac1c, Ci[:y Sr'r..retary
C~
CITY OF LA PORTE
~~
INTER OFFICE MEMORANDUM
June 9, 1992
TO: Robert T. Herrera, City Manager
~''
FROM: Charles Harrington, Director of Plann g
Fred Thompson, City Engineer ,'~~ ~
t D' rector of Public ~iior-ks
Steve Gillet i
SUBJECT: Evaluation of Qualification Statements
Professional Engineering Services
Farrington Waterline Replacement Project
The City of La Porte solicited Qualification Statements from three
(3) firms to provide professional engineering servi_res for the
construction of the Farrington Waterline Project. The Statements
were evaluated by the above referenced committee, and the results
of the evaluation are tabulated on Attachment A.
The Committee evaluated the Statements based on the firms' .response
to the Requests for Qualifications, using the Evaluation Criteria
outlined in the Request (Attachment A). Based on the firms`
response, Claunch & Miller, Inc. (Firm A) was selected as the top
respondent.
It is recommended that the City negotiate a contract with Claunr_h
& Miller, Inc. to provide professional engineering services for the
construction of the Farrington Waterline replar_ement Project.
Attachments
ac: John Joerns, Assistant City Manager
ATTACHMENT A
EVALUATION CATEGORIES
1. Qualifications and experience of the firm and key personnel
assigned to the Project.
2. Similar successful project experience.
3. Project approach and understanding of Project Requirements.
4. Methods used to keep client involved in selection of design
criteria and decision making process.
5. Ability to prepare thorough preliminary and final construction
cost estimates.
6. Ability to prepare bid proposals, contract documents and
specifications.
7. Ability to meet project budgets and schedules.
8. Ability to work closely with the City of La Porte and its
officials to successfully complete the Project on time and
within budget.
9. Display sensitivity to "neighborhood" issues.
RATINGS
1 - FAIR; 2 - GOOD; 3 - EXCELLENT
EVALUATION CATEGORY FIRM A FIRM B FIRM C
1 2 2 2
2 3 2 1
3 3 2 1
4 3 1 1
5 3 2 1
6 2 2 2
7 3 1 1
8 3 2 1
9 3 2 2
TOTAL SCORE 25 16 12
•
CITY OF LA PORTE
INTER OFFICE MEMORANDUM
June 17, 1992
TO: %%~~ Knox Askins, City Attorney
FROM: LIL.~''~teve Gillett, Director of Public Works
SUBJECT: Ordinance Approving Engineering Contract
Farrington Waterline Replacement Project
The City has received Statements of Qualifications from three firms
to perform professional engineering services for the above
referenced project. The firm of Claunch & Miller, Inc. was
selected as the top respondent, and a proposed contract has been
negotiated (attached). Funds have been budgeted in the 1992
Capital Improvement Fund, Utility CIP Fund (Fund 003), in the
amount of $300,000 for engineering and r_onst.ruction of this
projer_t .
Please prepare an ordinance authorizing the City Manager to execute
this contract, which is scheduled to be considered by Council on
June 22, 1992.
xc: John ,7oerns, Assistant City Manager
Cherie Black, City Secretary
•
ORDINANCE N0.
C
AN ORDINANCE APPROVING AND AUTHORIZING .A CONTRACT BETWEEN THE CITY
OF LA PORTS 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 PORTS:
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 $300,000.00 from the 1992 Capital
Improvement Fund, Utility CIP Fund (Fund 003), to fund said
contract.
Section 2. The City Council officially finds, determines,
recites and declares that a sufficient written notice of the date,
hour, place and subject of this meeting of the City Council was
posted at a place convenient to the public at the City Hall of the
City for the time required by law preceding ,this meeting, as
required by the Open Meetings Law, Article 6252-17, Texas Revised
Civil Statutes Annotated; and that this meeting has been open to the
public as required by law at all times during which this ordinance
and the subject matter thereof has been discussed, considered and
formally acted upon. The City Council further ratifies, approves
and confirms such written notice and the contents and posting
thereof.
Section 3. This Ordinance shall be effective from and after
its passage and approval, and it is so ordered.
PASSED AND APPROVED, this 22nd day of June, 1992.
ATTEST:
CITY OF LA PORTS
BY
Norman L. Malone, Mayor
Cherie Black, City Secretary
APPRO
Knox W. Askins, City Attorney
FROM CLRUNCH & MILLER, INC. 06.17.1992 10 23 N0. 3 P.10
THE STATE OF TEXAS
COUNTY OF HARRIS
AGRBBM$NT FOR SffitVICES
This Agreement entered into as of the day
of A.D., 1992, by and between Claunch b Miller,
Inc. hereinafter referred to as the "Consultant", and the City of La
Porte, Texas, hereinafter referred to as the "Client". ~~~
T~TriESSETB
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 12" Waterline Replacement
on Farrington Blvd. from Spencer Highway to the Elevated Water Tank
(hereinafter referred to ae 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
art executed copy of this Agreement.
bb.l(.177G 1
• •
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
7. Terms of Payaent Payment of fees as deterinined under
Paragraph 5 herein above shall be due and payable by Client within thirty
(30) days following r®ceipt of Consultant's monthly invoice.
8. additional Services - Additional services beyond those
described in the Saope of Serviaes will bo ixrvoiced on the basis of direct
labor cost times a factor of 2.5 and direct cost plus 10X.
9. Termination - The Client aay~terminat® 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
teraination. 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 Agreeaent shall be deemed to have
been cede 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.
FROM CLRUNCH & MILLER, INC. 86.17.1992 18=24 N0. 3 P.11
• •
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 Glient upon completion
of the Project, but reserves the right to make and keep reproducible copies
of all such materiel.
3. Access to F~gilities - 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 $~rvice - Ail documents prepared in
accordance with this contract including exhibits, field notes, laboratory
date, 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. ~ete,~ination 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. p~gYment and Fee Schedule - The Consultant will submit
a monthly invoice for services rendered. The invoice will ba 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 accomgany the invoice. Services will be invoiced using the following
fee schedule:
FROM CLRUNCH & MILLER, INC. 06.17.1992 10a2S N0. 3 P.13
ENTERED INTO AND AGREED by the parties hereto as the day and
year first written.
CLAUNCH & MILLS&, INC.
Consultant
BY.
CHRISTOPHER CLAUNCH, P.E.
President
CITY OF LA PORTS, TEXAS
Client
BY:
ATTEST:
FROM CLRUNCH & MILLER. INC.
..... , .
:.
Juno 15, 1992 ,
06.17.1992 10:17 N0. 3 P. 2
CLA ~
UNCH & MILLER, INC.
Engineering Consultants
Mr. Robert Herrera
City Manager
City of La Porte
P. 0. Box 1113
La Porte, Texas 77572-1115
Re: Bngineering Services for the Farrington waterline Project
Dear Mr. Herrera:
Claunch & Miller, Inc. (CHI) is pleased to submit this proposal for
providing engineering services on the above referenced project.
DESCRIPTION Og PROJ .T; '
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 sew PVC 12" waterline will replace the
existing cast iron 12" waterline. The alignment for the waterline will be
between the western curb and the western R.O.W. of Farrington Blvd. in the
same proximity as the existing waterline,
mpg
The scope of engineering services and the associated fees are as follows:
SYJRVEY 3E1tVi .RS
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 aanholes and water meters and valve information in
the median and on the east side of Farrington $Ivd.
L E VI ES
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 (IO) foot deep borings in the project area,
370! Kirby Drive, Suite 892 • Houston, Texas 77098 • (713) 524-7113
FROM CLRUNCN & MILLER. INC. 06.17.1992 10s16 N0. 3 P. 3
~ ~;y;
~.ai1;"ri'W e~d.k 4.~ti.~.
PRELIMINARY ENGINE.a~ ASF
o Research existing utilities in the project area.
o Deteraine a recoaaended alignment for the new waterline
o Deteraine construction method and/or ceheduling to miniaize
disruption of water service to the coawunity:
o Prepare estimated construction costs for th® project.
o Develop a project schedule.
o Prepare a report presenting the findings, costa, schedules and
appropriate sketches or exhibits of recomaended improvements.
o Provide five (5) copies of the preliainary engineering report
to the City of La Porte.
o The preliainary phase will be completed in 21 calendar days
from the City's written authorisation to proceed with this
phase
DES_~GN ENGINEERING PHA4R
a 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 I.a Porte.
o Prepare contract specifications suitable for bidding.
a Prepare an update of the construction cost based on the final
design.
o Flxrnish 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 ADh[zNISTRATI P ASS
o Assist the City in obtaining bids for the Project.
o Dispense construction documents from CMI's office to potential
bidders.
FROM CLRUNCH & MILLER. INC. 06.17.1992 10s19 N0. 3 P. 4
:.bl~:v::;.:;;o'ri;c~%'i..
j A y~ ~.~ ••5 a'
~i~.X''~.~'ts'ao
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 the qualifications of the apparent Iow
bidder and advise the City as to the acceptability of the
apparent low bidder.
o Act as the City's Project representative during the
construction phase.
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, changr orders with the City's approval.
o Review the contractor's pay estimates, evaluate the completion
of work and make payment recommendations to the City.
o Visit the site at intervals appropriate to the various stages
of construction to observe the progress and quality of ex®cut®d
work and to determine in general if such work is proceeding in
accordance with the Contract Documents. •
o Claunch & Mfller, 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 Ia Porte that
the completed work of Contractor(s) will conform to the
Contract Documents, but CMI will not be responsible fqr 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 tsay affect the City's final
payment. Provide a written determination of project completion.
o Prepare a recommendation for Final Payment.
FROM CLRUNCH & MILLER. INC.
+ r : ~.~yj
06.17.1992 10s20 N0. 3 P. 5
•
i.`ONSTRUCTION OB 'j'rnN r7F QttA~7~CTli'l~ gY THE CITY)
o Provide a Project representative to observ® 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 of the Projaat's site prior to
construction.
o Participate in the processing of submittals and chango orders
and the issuance of instructions as required by the City.
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
the Project or its design including but not limited to changes
. in size, coaaplexity, 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 alternate bids requested by the City
for Contractor(s) work which is not executed or documents for
out of sequence work.
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 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
CMI.
o Additional services not otherwise provided for in the scope of
services.
FROM CLRUNCH & MILLER, INC.
06.17.1992 10120 ND 3 P 6
•
A manhour estimate is provided es an attachment to this proposal to
indicate the source of the following lump sum fees.
o Claunch ~~ Miller, Inc.'s fee for the field survey services is
the lump sum amount of $4,900.00.
Geotechnical g~+-vice$
o Claunch & Miller, Ine.'s fee for the geotechnical services is
the lump sum amount of $1,815.00.
Prel minarv EnQinee the linen
o Claunch & Miller, Inc.'s fee for the preliminary engineering
phase is the lump sum amount of $5,150.00.
o Claunch and Miller, Imo. will perform the Final Design Phase
for the Lump Sum amount of $8,150.00.
¢onstruction 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, Inc.'s fee for a site representative to
provide the construction observation services shall be at an
hourly rate of $35.00 per hour.
~0.dd~t~onal Serviceg
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 10X.
Claunch & Miller, Inc. will submit monthly progress invoices for ell
engineering work completed to invoice date. The invoices would be based
on a percentage of completion of each phase applied to the lump sun fee.
FROM CLRUNCH & MILLER. INC. 06.17.1992 10=21 N0. 3 P. 7
'dam;~'j=.~~a'z~-+I
Claunch 6c Miller, Inc. appreciates tho opportunity to submit this proposal
and to continue working for the City of La Porte.
Sincerely,
CLRUNCH & MILLER, INC.
o ~ ~~~r~" !~1
Christopher E. Claunch, P.E.
President
CEC/kc
FRDM CLpUNCH & MILLER. INC. 06.17.1992 10:22 N0. 3 P. B
•
.,i '. •. f ~ ~ .~ '
.. M:.~
'w~.'. r ... .. .•
ATrACERLEDIT
FAxRINGTON BLVD. PROPOSAL 6-15-92
MANHOUR EST.I!lATE
PROD
TASK MGR. ENG~ SR. DES. CLERICAL
Co-ord w/Surveyor 1 - 4
Co-ord rr/Geoteoh 2 - -
Utility Search 2 2 4 2
8xhibits for P.S.R. 1 2 8 -
Cost Estimates P.E,R. I' 2 4 2
Site Visits 2 2 4 -
Reviep & Coord.
P.E.R. w/City 4 - - -
Corrections 1 Z 4 1
Write P.L.R. 6 2 2 -
Type & Bind ~ ~ ~ 8
23 13 31 13
Colsplete P&P Sheets 1 2 16 -
Redline Design 2 4 16 -
Draft Design 1 1 16 -
Review 2 2 2 ~ -
Correct - 1 4 -
Final Cost. Est. 2 2 4 2
Draft Specs. 4 8 2 4
Final Specs. 2 4 - b
Reviews w/City 4 - 4 -
Corrections 1 i 4 2
Final Plat .
Sign & Seal ~, ~ ~ _3...
20 2S 70 16
Pre•Bid meeting 3 - - -
Heeting liinutes 1 - - 2
Answer questions 1 .. 2 2 -
Bid Opening 2 - - -
Eval. Bids., Qualif.
6~ Recommend Award _..~._ _ ~
9 2 2 8
Pre-Const. Meeting 3 - - -
Meeting Minutes 1 - - 2
Periodic site Visits 6 8 - -
Review Submittals & .
Respond 1 2 2' 4
Misc. Time w/problem
Resolution 2 2 2 -
Pay Est. Process
(2 est.) 2 4 ~ - 4
Final Insp. &
Punchlist 4 - 2
FROM CLpUNCH & MILLER, INC.
~•:f -. ..
Final Review of
Punchlist
Final. Payment
Co-ord w/City
Status Meetings
TOTAL:
Project Manager:
Engineer:
Senior Designer:
Clerical:
Project Manager:
Engineer:
Senior Designer:
Clerical:
06.17.1992 10122 N0. 3 P. 9
•
3
4 - - 2
16 k 16
84 56 107 S3
$36.54 x 2.5 = $91.35
$30.00 x 2.5 = $75.00
$18.75 x 2.5 = $46.88
$12.98 x 2.5 - $32.45
84 hours x $91.35 $ 7,673.40
56 hours x $75.00 = $ 4,200.00
107 hours x $46.88 - $ 5,016.16
53 hours x $32.45 = $ 1.719.65
$18,604.41
ESTIMATED EX~
Mileage: 1,440 miles x .25
$
360.00
Reproductioa: 5 final sets
5 draft interim sots
2 in house sets
4 progress seta '~
16 x $25.00 - $ 400.00
P.E.R.: 5 sets -
~ in.house sets -~-
7 x $10.00 4 $ 70.00
MISC.: Photo Film & Processing = $ 50.00
Postage: $ 10.00
Hisc. ~ S 110.E
$ 1,000.00
TOTAL: ~ $1 9,609.41
SAY: $1 9,600.00
• ~ RST FQR_CITY____COUNC_T._I,-_AGENL~ITEM
Agenda Date Requested: J:tane__~?_r__.-1-_9~?.__.
Requested By: S. G~1=left=----.-_---.-----.------_.._.----- [ir,[:,art:ment: ub1 S'-_--1V~x_ks_
~X~.X___-- Repo r t-----____- __--_ -----.-- ____-- _-- R e s o .1 ca t i o n __ . -----__._-- _ O r d i n a n c e
Exhibits:
SUMMARY & REC,i)MML•;NDATION
On May 2>3, 1992, the La Porte Municipal A:i.rport Advisory Board unanimously
approved the Airport Master Plan. Tlie Plan Consultant, Coffman Associates,
will present the Plan at the .7i.ine 22, ].992 Council Meeting.
It is rer_ommended that the city Counr_il officially approve the Airport
Master P.l an prepared by Coffman Assoc i.~ii:.es .
Action Required by Council: Approve tl~c ..<li.r~_~ort Master Flan prepared by
Coffman Assor.iai-es.
Availability of Funds:
General Fund _ __ _ Water/Wastewater
Capital Improvement _____ _________ _ General Revenue Sharing
Other
Account Number: Fur~cls Available: YES NO
A~~oved .for Cit~Coi.inc:i 1 Ac~Nncla
Robert T. Herrera DATE
City Manager
RE~ST__F~OR CI_TY___CntlN.c~'IT,_ Ac~ENI~ITEM
Agenda Date Requested : ,June__ ??_t-_ ;1.992
Requested By: _Steve_Gi_llet_t__~ ____ __ Department: ~'ublir Works
L~F~~ "V.
_. X X X_ - Report ------------------ -------- ___.__-- R e s o 1. u t i o n __ ___-.---___-- O r d i n a n c e
Exhibits: 1. Bid Recap Sealed Bids X0487 - Cement Stabilized Sand
SUMMITRY _&_-_RECc~MMENDATION
Advertised, sealed bids x0487 for the annual supply of cement stabilized
sand and 7% cement stabilized uti_.lity bedding wc_,r.e opened and read on June
15, 1992. Bid requests were mailed to nine (9) area suppliers with six (6)
retur.•ni.ng bids.
Low bid meeting specifications r.~as sul:,mitt=~-~rl by Hi-ghlands Stabilize far the
cement stabilized sand at. a 1_~ri.ce <-,f ni.ne clc-,Mars .end seventy ccnt:s ($9.70)
per t.on for materials 1-,icked up k,y ci_ty forces and thirteen dollars and
twenty-five cents ($13.25) per ton fc,r clel:ivered material. This price
represents an increase of eight percent (8'>) above last year's price.
Using esti_mat:ed quanti-ties, the hr-:ice of t.l~i s contract wou.lcl bc. $.18, 667.50.
Low bid meeting specifications was submitted by Gulf States Materials for
the 7 o cement stabi.li.zed util it,y bedding ai: a price of eight dollar. s and
fifty cents ($8.50) per ton f_or materials picked up by city forces and
eleven dollars ($1.1..00) per tc,n for delivered materials. These prices
represent no r_hange in the prices from last year. Using estimated
quantit.i_es, the cost of this contract would be $32,325.OU.
Staff recommends award of thF~ contr.-ac:;t to supply c-_~ment stabilized sand to
Highlands Stabi.l.ize and the c~c,ntrac•t. to supl,_ly 7% cement stabilized utility
bedding to Gulf States Materi.a].s, low bi.dde.rs meeting specifications for
each type of material.
Action Required by Counc_•il:
Award bid for the supply of cement
l.ow bidder meeting speci_ficat:i.or~s.
stabilized utility beddinq_ to Gulf
specifications.
stabilized sand t.o
Award 1,id for tl-,e
States Mater. i.a 1 s ,
Highland Stabilize,
supply of 7o cement
low bidder meeting
Availabili.t.y of Funds: - _ ---
_ ~XX___..__General Fund _.___.___._._._._-__ WaterlWastewater
________.._______Capital Improvement. _____ __________ Genera 1 Revenue Sharing
__- _ Other
Acc_•ount Number: ---.0~_1_-7O(l_-7(11--'_ll:.~i.________----_ E'uncas Available: __Y.X---YES ---- NO
--- _
A~ i• o vp d_ for City C o u n c i 1_~ d ~_ n d a -- - __=___-_---_- --_-._-
G~ ~,...~---T ~ --~~,~.~,..~-- ------ ------ --------- ---- ~ I ~ ~ 1 q Z ----------
Robert T. Herr=,ra DATi3
City Manager
CITY OF LA PORTE
INTER-OFFICE MEMORANDUM
JUNE 16, 1992
TO: Steve Gillett, Director of Public Works
FROM: Susan Kelley, Buyer ~~~
SUBJECT: Sealed Bid #0487- Cement Stabilized Sand
Advertised, sealed bids #0487 for cement stabilized sand and
7o cement stabilized utility bedding were opened and read on June
15, 1992. Bid requests were mailed to nine (9) area suppliers with
six (6) returning bids.
Low bid was submitted by Highlands Stabilize for the cement
stabilized sand. Using yearly estimates, the total cost would be
$18,667.50. Gulf States Materials was low bid for the 7$ cement
stabilized utility bedding. Using yearly estimates, the total cost
would be $9,750.00. The total cost of both contracts combined
would be $28,417.50.
The cement stabilized sand (delivered) is an 8o increase over
last year's price, while the utility bedding price remained the
same. -
Please submit your recommendation with an agenda request form
by the prescribed time before the next regular council meeting. If
there is a need to delay bringing this bid before council, please
notify me.
Attachment: Bid Tabulation
xc: Buddy Jacobs, w/ attachment
Curtis Herrod, w/ attachment
Orville Burgess, w/ attachment
•
BID TABULATION - CEMENT STABILIZED SAND
CEMENT STABILIZED SAND
PICKED UP (900 tons)
DELIVERED (750 tons)
SUB-TOTAL
7$ STAB. UTILITY BEDDING
PARKER LAFARGE GULF STATES
$11.75 $12.50
$16.30 $15.10
$22,800.00 $22,575.00
ABEL SAND HIGHLANDS STAB BAYTOWN SAND : WALKER SAND
$22.00 $9.70 NO BID NO BID
$22.00 $13.25 $18.00 $14.25
$36,300.00 $18,667.50 $13,500.00 $10,687.50
PICKED UP (500 tons} $10.25 $8.50 $22.00 NO BID NO BID
DELIVERED (500 tons) $14.80 $11.00 $22.00 NO BID $16.09
SUB-TOTAL $12,525.00 $9,750.00 $22,000.00 $8,045.00
GRAND TOTAL $35,325.00 $32,325.00 $58,300.00 $18,667.50 $21,545.00
NO BID
NO BID
$10,687.50
RES.T__fO13__Cl_TY_ COt1NCTL _AGEN.I~ITEM
Agenda Date Requested: June_?2.~_19~?
r
Requested By • ~ ~~~~s-W De)~a.rtment : Publ c__Works
__ Stev_e__Gil l~tt._-_.__ -_
----- X.~~---- Report ---- --.._.- --- --- -- ---------- Resolution __- -------- O r d i na nc e
Exhibits: 1. Bi.cl Recap Sealed Bi.cls X0=106 - Banlc Sand
~U~1Mf1RY_ ~4 ._t2Fc c..,MMFN_n;1TI~)N
Advertised, sealed bir_ls n0486 for• the annual. supply of bank sand were
opened and .read on June 15, 1992. laid ,-ee}nests ware mailed t:o five (5)
area suppliers with three. (3) rrturn.i.nr~ bids.
Low b.id meetinc) speci.f:ir~-~t:ions ~~as st~},rnii.i.r_d by Baytown Sand and Gravel at
a price of_ five dollars ($5.01)) per r_rzbic yard . This prir_e represents a
five percent (5°0) increase o~~er last: ye~~-,r' s l.-price. Using estimated. yearly
quantiti-es, the total cost nf_ this contract: would be twenty-one thousand,
five hundred dollars ($21,500.110).
Staff rer_ommends award of a contract fo-:• the supply of bank sand to Baytown
Sand and Gravel, low bidder. meeting s}?cc:i_fi.cati.or,s. Funds for this
purchase are budgeted in the Annual. Opc>rations Budget= of the Street
Mai.ntenanr_e and tti'ater.•/Wastewater tiivisic,ns.
Action Required by Council:
Award contract for the annual supply of_ banlt sand to Baytown Sand and
Gravel, log-e bidder meeting specifications.
Availability of Funds:
XXX --General Funcl
__ _ --Capital Improveru~nt
Other
~XX Water/Wastewater
-.__._____.____..__ General Revenue S1•,aring
Account. Number : _..____V~ t-_c~t s___._
l~unrls Available: XX YES NO
---
Al,?~~roved-for Ci.t.~Cot_~ncil._ Ac~c:_ncaa
Robe~:-t T. Herrera DATN; ------
City Manager
CITY OF LA PORTE
INTER-OFFICE MEMORANDUM
JUNE 16, 1992
TO: Steve Gillett, Director of Public Works
FROM: Susan Kelley, Buyer~,e~~
SUBJECT: Sealed Bid #0486 - Bank Sand
Advertised, sealed bids #0486 for bank sand were opened and
read on June 15, 1992. Bid requests were mailed to five (5) area
suppliers with three (3) returning bids.
Low bid of $5.00 per yard was submitted by Baytown Sand &
Clay. Based on the yearly estimate of 4,300 yards, the total cost
would be $21,500.00.
This is a 5$ increase of last year's price.
Please submit your recommendation with an agenda request form
by the prescribed time before the next regular council meeting. If
there is a need to delay bringing this bid before council, please
notify me.
LR/gr
Attachment: Bid Tabulation
xc: Buddy Jacobs., w/ attachment
Orville Burgess, w/ attachment
• •
BID TABULATION - BANK SAND
BAYTOWN SAND ABEL SAND
BANK SAND (4,300 cu.yd.) $5.00 $6.00
(price per yard)
WALKER SAND
$6.25
TOTAL $21,500.00 $25,800.00 $26,875.00
RF ,ST__FQFt_.--CITY Cc~(1N~IL,__~1GFNl~~E~N
Agenda Date Requested: ,Tun~_,_221__1992
Reduested By: __-_,_Steye___Gi__l1-ett_ __._ '_ _ DeI_,artment: Publ._r__ Worts
_.__ X X X __-- Report -----------------___-- R e n o .l r.~ t i o n _--- -.------___-- O r d i n a n c e
Exhibits: 1. Bid Rer_ap Sealer_1 Bids fr0=189 - Concrete
- - --_--
SUMN~ARY_& RECOMhIENDATIC~N
Advertised, sealed bids #[)489 for the annual supply of conr_rete were opened
and read on June 15 , 199? . I3i_d requests werE: mailed to nine (9) area
suppliers with three (3) returning .kids and one (1) no bid.
Low bid meeting specifications was sizbmitt_ed by Excell Materials at a price
of forty-nine dollars ($49.00) per yard for five sack and fifty-one dollars
and seventy-:Ei.ve rents ($51..75) per ya1-d for six sack.. Low bid was a six
percent (6o) increase over last. year's bi-d 1_,rice. Using estimated yearly
quantities, t_he total r,ost of the contract- would be twenty-f.ive thousand,
one hundred, eighty-seven dollars and fi.f.ty rents ($?5,187.50).
Staff rer..ommE:nds award. of c•onl.r.~c~t for t I-,c:, ,~nntaal su2-,ply c;E cor,c,'et.e to
Exr_el l Mater.'ials, .low biclrler mce_~ti.nq st_,e.~~ i f i.c<itions. Additionally, staff
recommends award of a conti.nge>_ncy contract. foi:' the supply of concrete to
Houston Shell, second low bidder. The contingency contract would be used
should the primary contract 1,e Finable to supply materials as needed. Funds
for this purchase are budgeted in the Street Maintenance Division's annual
Operating Bi.idget.
.'-lotion Requi.recl by Council
Award contract for t h,-~ sr,t_,i,ly c,C rc.,nr~r~~t c~ i,, t;~c;el l Matcr_ial.s, low k~iclder
meeting s1,ecif icai..ions wi t_1-, a c:c:, r, t.:i.ngr--,ncy r~c,nt r'act awarded t:o 1-louston
Shell..
.._
Availal,il~t:y of Funds:
_ ~XX -Genera ]. Fund _.____-___.____._ [Vater/6Vastewater
_ Capital Improvement ______-_-___-__.___ General Revenue Sharing
Other
Ar_count Number: _..(~_~_-~0(7_Z_~~-x_1_.5____..-----__-___ I'uncls Available: _-k~_YES _--- NO
Z
Robert T. Herrera DATE
City Manager
• ~
CITY OF LA PORTS
INTER-OFFICE MEMORANDUM
JUNE 16, 1992
TO: Steve Gillett, Director of Public Works
FROM: Susan Kelley, Buyer ~,~g~
SUBJECT: Sealed Bid #0489 - Concrete
Advertised, sealed bids #0489 for concrete were opened and
read on June 15, 1992. Bid requests were mailed to nine (9) area
suppliers with three (3) returning bids and one (1) no bid.
Low bid meeting specifications was submitted by Excell
Materials, Inc. Using yearly estimates, the total cost of the
contract would be $25,187.50.
This is a 6$ increase over last year's bid.
Please submit your recommendation with an agenda request form
by the prescribed time before the next regular council meeting. If
there is a need to delay bringing this bid before council, please
notify me.
Attachment: Bid Tabulation
xc: Buddy Jacobs, w/ attachment
Orville Burgess, w/ attachment
•
BID ?ABULATION - CONCRB4S
CONCRB48 - 5 SACK (25Q cu.yd.}
CONCRB4B - 6 SACK (250 cu.yd.}
BKC6LL HA4'L HOU$40N SHKLL P10NB6R CONCR4 LAN$DONNB
#49.00 #50.00 #50.00 x0 BID
#51.75 #53.00 #53.00 KO BID
404AL #25,187.50 ;25,750.00 #25,754.00