Loading...
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