Loading...
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