2006/02/28 City Council Resolution (4)RESOLUTION NO. 2006- 61
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK
AUTHORIZING AND APPROVING
TASK ORDER 2006 -03 WITH
WINZLER & KELLY CONSULTING ENGINEERS
FOR DESIGN SERVICES FOR THE MANHOLE RETROFIT INFLOW AND INFILTRATION
REDUCTION PROJECT
WHEREAS, the City desires to reduce inflow and infiltration in its wastewater collection
system; and
WHEREAS, the Preliminary Inflow and Infiltration Reduction Projects Technical
Memorandum completed in January 2006 identified projects in Sewer Basin 5 as being the most
cost effective in reducing inflow and infiltration;
WHEREAS, sewer manholes have been identified in the preliminary report and by City
operations staff as having significant amounts of inflow and infiltration which can be effectively
reduced by retrofitting the manholes;
WHEREAS, Winzler & Kelly has expertise in preparing sewer system design drawings
and specifications;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park
that it does hereby authorize and approve Task Order No. 2006 -03 by and between Winzler &
Kelly Consulting Engineers, a California Corporation, and the City of Rohnert Park, a municipal
corporation, for design services for the Manhole Retrofit Inflow and Infiltration Reduction
Project for an amount not to exceed $15,820.
BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed
to execute documents pertaining same for and on behalf of the City of Rohnert Park.
DULY AND REGULARLY ADOPTED this date of February 28,
ATTEST:
City Clerk
CITY OF-ROHNERT PARK
Mayor Tim Smith
BREEZE: AYE FLORES: AYE MACKENZIE: ABSENT VIDAK- MARTINEZ: AYE SMITH: AYE
AYES: (4) NOES: (0) ABSENT: (1) ABSTAIN: (0)
TASK ORDER NO. 2006-3
CITY OF ROHNERT PARK
AND
WINZLER & KELLY CONSULTING ENGINEERS
AUTHORIZATION OF ENGINEERING SERVICES
FOR MANHOLE RETROFIT 1/1 REDUCTION PROJECT
SECTION 1— PURPOSE
The purpose of this Task Order is to authorize and direct Winzler & Kelly to proceed
with the work specified in Section 2 below in accordance with the provisions of the MASTER
AGREEMENT between the City of Rohnert Park ( "City ") and Winzler & Kelly ( "Consultant ")
dated August 9, 2005.
SECTION 2 — SCOPE OF WORK
The items authorized by this Task Order are presented in Attachment "A" — Scope of
Services.
SECTION 3 — COMPENSATION AND PAYMENT
Compensation shall be as provided in the AGREEMENT between the parties hereto
referenced in SECTION 1 above. The total cost for services as set forth in SECTION 2 shall be
actual costs (time and materials) based on Consultants' standard labor charges in accordance with
the provisions of the AGREEMENT and as shown in Attachment `B" for an amount not -to-
exceed $15,820.
SECTION 4 — TIME OF PERFORMANCE
The work described in SECTION 2 shall be completed during Fiscal Year 2005/06 or as
extended by the City Manager.
SECTION 5 — ITEMS AND CONDITIONS
All items and conditions contained in the AGREEMENT for professional services
between City and Consultant are incorporated by reference.
Approved this 28th day of February 2006.
CITY OF ROHNERT PARK
Stephen R. Donley, City Manager
Per Reso. No. 2006 -61 adopted by the
Robnert Park City Council on 2/28/06.
WINZLER & KELLY ENGINEERS
Marc Solomon, Regional Manager
ATTACHMENT "A"
TASK ORDER NO. 2006 -3
SCOPE OF SERVICES
MANHOLE RETROFIT 1/1 REDUCTION PROJECT
CITY PROJECT NO. 2004 -10
1. General Description and Background
This project is to prepare bid documents including design and specifications for the retrofit of
approximately 40 manholes within Sewer Basin Five. This project is expected to be effective in
reducing infiltration and inflow (I /1) to the City's sewer collection system and was recommended
in the Preliminary Inflow and Infiltration (1 /1) Reductions Projects Technical Memorandum
prepared by Winzler & Kelly in January 2006.
2. Project Tasks
The Scope of Services is based upon discussions with City staff and the findings of the
Preliminary Inflow and Infiltration (I /1) Reductions Projects Technical Memorandum prepared
by Winzler & Kelly in January 2006. The scope includes tasks for meetings with City staff, field
surveys, preparation of bid documents, and estimating the opinion of probable cost.
Task 1 Surveys
Consultant will visit each of the 40 manholes and record the depth and condition of the manhole
grade adjustment rings extending from the top of the cone section and note the condition of the
concrete collar and manhole lid. A photograph will be taken of each manhole and the findings
from the field survey will be compiled in tabular format.
Task 2 Construction Documents
Consultant will prepare plans and specifications suitable for public bid. Plans will detail work to
be completed including location of the manholes and a generalized profile of a typical manhole.
Consultant will utilize City standard details where applicable. Consultant design submittals will
be provided for 90 percent and final design levels. Review comments from the 90% submittal
will be addressed and a final design will be prepared for a final review by the City. The City will
receive five copies of the design submittals.
Consultant will provide quality assurance and quality control review of each design submittal
before submitting to the City.
Specifications will establish the minimum level of quality acceptable including relevant
reference standards, allowable materials and construction methods, and testing procedures and
acceptance requirements. Consultant will also provide editing of the City's standard bid and
contract forms to meet specifics of the project. Specifications and other document will be
prepared using Microsoft Word 2000 software in CSI format.
An estimate of probable construction cost will be provided with a breakdown of material and
labor costs organized by specification section, with a separate summary in the same format as the
bid schedule.
Task 3 Project Management and CIP Oversight
Consultant will prepare a work plan identifying the major tasks and milestones. Staff
assignments, task prerequisites, and detailed schedule breakdown will be developed under this
task. The work plan communicates to the project stakeholders what is being done, who is
responsible, and when tasks start and stop.
Consultant will conduct a project kickoff meeting with the City's staff. The kickoff meeting will
be used to communicate the project objective, gather background information, and solicit
comments and questions from the City. Consultant will prepare a Council Agenda Transmittal
report and resolution for Council consideration of this Task Order and for Council approval for
bidding the project.
3. Schedule
The anticipated schedule is shown in the table below:
Task
Start
Complete
Notice to Proceed
March 1, 2006
City Coordination Meeting
March 2, 2006
Field Surveys
March 6, 2006
March 13, 2006
Draft Construction Drawings and Specifications
March 1, 2006
April 3, 2006
Opinion of Probable Cost
March 27, 2006
March 31, 2006
City Review
April 3, 2006
April 14, 2006
Final Bid Documents
April 17, 2006
April 28, 2006
4. Fee
The work described above will be completed on a time and materials basis for a not -to- exceed
budget of $15,820. Direct costs are to cover project expenses including office consumables and
expenses. The estimated level of effort and costs associated with performing each task are
summarized in Attachment 2. Any additional services not included in this Scope of Services will
be performed only after receiving written authorization from the City and a corresponding
budget augmentation. Please note that the rates for field surveys will be performed at Prevailing
Wage rates according to California State Law.
Attachment 1: Fee Proposal for Manhole Retrofit I/I Reduction Project
02056 -060 2 Attachment "A"
Task Order 2006 -3
7CNZLERKEL LY Exhibit B
C O N S U L T! N G E N G 1 N E E R S
FEE SCHEDULE - CENTRAL CALIFORNIA
(Effective July 2005)
Hourly Rates(*)
Principal
$ 180-245
Associate Engineer
160-210
Senior Project Engineer
115-170
Project Engineer
90-120
Staff Engineer
65-90
Associate Scientist
145-185
Senior Project Scientist
110-150
Project Scientist
80-120
3- Person Survey Crew
240-300
2- Person Survey Crew
160-215
1- Person Survey Crew
80-130
Construction Manager
110-160
Construction Inspector
80-110
Staff Technician
55-115
Designer
75-125
ft.f D
75-115
Word Processor & Clerical Support 45-85
Employee time will be billed in accordance with the fees listed above. These rates are subject to
change on an annual basis. For other than professional employees, time spent over 8 hours per day,
time spent on swing shifts, and time spent on Saturdays will be charged at 1.5 times the hourly billing
rate. Work on Sundays will be charged at 2.0 times the hourly billing rate and holiday work will be
charged at 2.5 times the hourly billing rate. All field personnel charges are portal to portal.
Professional employees will not be charged out at premium charge rates for overtime work.
Expenses and other similar project related costs are billed out at cost plus 15 %. The cost of using
equipment and specialized supplies is billed on the basis of employee hours dedicated to projects.
Our rates are:
A. Office consumables $5.00 /hr
B. Environmental Department, Survey and Inspector consumables $10.00 /hr
C. Environmental, Construction and Land Surveying equipment Various at market
Payment for work and expenses is due and payable upon receipt of our invoice. Amounts unpaid
thirty (30) days after the issue date of our invoice shall be assessed a service charge of one and one
half (1.5) percent.
(•� These rates do not apply to forensic related services, or to work for which Prevailing Wage obligations exist. It
is the responsibility of the client to notify Winzler & Kelly in writing if Prevailing Wage obligations are applicable,
in which case the fees will be adjusted proportionate to the increase in labor cost.
Central CA Fee Schedule July 2005
ATTACHMENT I
PROJECT COST ESTIMATE
WfNZLF-R&,-KF-LLY
Fee Pmposal for Manhole Retrolft In Recluclion Project
City of R~ Park
Ear Rero oeCee vAel
St88.00
Cw4
5140.00
5+10.00
5100.00
505.00
58500
5130.00
595.00
4250.00
KEY TASK ACTWITIES
<M
R1
RM
f$)
Mo
ol
(s)
(M
M
(m
0
(s)
. 7
a)
m
I a)
m
SW
1.1 Flell Surve
0
w
0
w
ON
w
0
34
0
to
1.2 8—y, - Offloe 0
14
a
w
0
w
0
w
0
w
0
Z
2,:�*V,
w
2
5280
4
5300
w
SGw
w
5870
.
21
0
�
m�*k�
7—
7
-invoF-1
0
18
si=
w
0
w
2.2 Final DaWgn Submittal 0
w
o
w
e
Sego
0
w
1—
o
w
o
w
0
w
0
44
0
1 W
32
0
w
ux
0
w
0
w
54030
5+60
w200
2.i MMIM. ....vuctloh coat
So
0
44
0
w
0
w
0
w
0
w
0
'o
wo
2.5 QAfQC
So
l
o
w
a
so
o
0
w
^ $130
0
0
w
0
U70
7.
0
--7
w
0
7—
2
3.1 Prep— Work Plan
w
4
Mao
0
w
0w
0
w
w
o
w
5890
$710 10
3.2 Klkoff Meeting
0
w
4
Uao
w
o
w
0
w
o
w
o
w
o
w
0
w
$2.
3.3 BIM-thbf 1.atl.n M-flga
0
5s++ j.
122
3.4 Pr ratio Councli Docurnenits
0
w
0
u
0
SUBTOTALS 0
w
ea
6a
w9w
+20
514000
0
50
40
54080
20
St 300
53]]00
w
w'
w
51420
Tow
539+20
315820
S16 820
W&kf. Page 1