2006/08/22 City Council Resolution (5)RESOLUTION NO. 2006 -215
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK
APPROVING
AMENDMENT I TO TASK ORDER 2006 -05
WITH WINZLER & KELLY FOR THE MARTIN AVENUE STORM DRAIN PROJECT
CITY PROJECT NO. 2006-03
WHEREAS, the City desires to analyze, prepare design documents, perform
environmental compliance tasks and provide public bid documents to alleviate back up of flood
waters localized in the Martin Avenue area; and
WHEREAS, the Rohnert Park Storm Water System Study completed where it was
identified the Martin. Avenue area is impacted by backwater conditions from the Laguna and
Hinebaugh Creek because of three storm drain outfalls which back up during high flows and cause
localized flooding, and
WHEREAS, the City has included the Martin Avenue project in its 2005 -2010 Capital
Improvement Program, and
WHEREAS, Winzler & Kelly has prepared both the storm drain model and the predesign
and alternative analysis for the Martin Avenue Storm Drain Project.
WHEREAS, Winzler & Kelly has expertise in evaluating storm drain systems and
preparing storm drain design plans and specifications.
NOW, THEREFORE, be it resolved by the City Council of the City of Rohnert Park that
it does hereby authorize and approve Amendment No. 1 to Task Order No. 2006 -05 with Winzler
& Kelly Consulting Engineers for the Martin Avenue Storm Drain Project for an amount notto
exceed $104,000. The total budget for engineering services is now $172,000.
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 22 d day of August, 2006.
BREEZE: AYE FLORES: AYE MACKENZIE: AYE VIDAK- MARTINEZ: AYE SMITHUA"_d
AYES: (5) NOES: (0) ABSENT: (0) ABSTAIN: (0)
AMENDMENT I TO
TASK ORDER NO. 200&05
CITY OF ROHNERT PARK
AND
WINZLER & KELLY CONSULTING ENGINEERS
AUTHORIZATION OF ADDITIONAL ENGINEERING SERVICES
FOR MARTIN AVENUE STORM DRAIN PROJECT NO. 2006-03
SECTION I -- 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 Wmzer & Kelly ( "Consultant ")
dated July 25, 2006.
SECTION 2 — SCOPE OF WORK
The additional 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 additional cost for the additional 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 $104,000..
Total compensation under this Task Order with this Amendment shall not exceed
$172,000,
SECTION 4 — TIME OF PERFORMANCE
The work described in SECTION 2 shall be completed during Fiscal Year 2006/07 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 22"d day of August, 2006.
CITY OF ROHNERT PARK
Stephen R Donley, City Manager
Per Resolution No. 2006 -215 adopted
by the City Council on August 22, 2006
Vv NZLER & KELLY ENGINEERS
(Date) Marc Solomon, Regional Manager (Date)
ATTACHMENT "A"
AMENDMENT 1
TASK ORDER NO. 2006-05
SCOPE OF SERVICES
MARTIN AVENUE STORM DRAIN PROJECT
CITY PROJECT NO. 2006 -03
(CIP NO. OF -1')
1. General Description and Background
The Martin Avenue area located north ofHinebaugh Creek and upstream of its confluence with
the Laguna has undergone periodic flooding, most recently from the December 2005 /January
2006 storms. Based on analysis from the Rohnert Park Storm Water System Study, the Martin
Avenue area is impacted by backwater conditions from the Laguna and Hinebaugh Creek. There
are three storm drain outfalls that discharge to Nnebaugh Creek from the project area. The storm
drains back up during high flows in Hinebaugh Creek causing local flooding in Martin Avenue
and surrounding buildings. The City wants to implement a solution to the localized flooding
prior to the 2006/2007 wet weather season.
Winzler & Kelly's Martin Avenue Storm Water Alternatives Analysis, dated August 4, 2006,
recommended the installation of three individual storm water pump stations as the permanent
solution.
This Scope of Services originally approved with Task Order 2006 -05 is modified to reflect the
recommended design as outlined below.
2. Project Tasks
The Scope -of -Work is as follows:
Task I Field Surveys — unchanged from Task Order 2006 -05
Task 2 Office Surveys - unchanged from Task Order 200605
Task 3 Study Phase - unchanged from Task Order 2006 -05
Task S Construction Documents
5.1 100 %, and Final Design Submittal
Consultant will prepare plans and specifications suitable for public bid.
Plans will detail the work to be completed including plan and profiles, construction details, work
area, and staging area. Drawings will be prepared using AutoCAD Version 2006 software and
formatted for 11 "xl T' and 22 "x34" sheets. Consultant will utilize City standard details where
applicable. Consultant will use its own drafting standards.
Because of the schedule, design submittals will be provided for the 100% and final design levels.
Review comments from the 100% 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, with
half-size (11" x IT') drawings.
5.2 QA./QC
Consultant will provide quality assurance and quality control review of each design submittal
before submitting to the City.
5.3 Specifications
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.
5.4 Opinion of Probable Construction Cost
An estimate of probable construction cost will be provided with a detailed breakdown of material
and labor costs organized by specification section, with a separate summary in the same format
as the bid schedule.
Consultant shall not develop the Storm Water Pollution Prevention Plan (SWPPP) as a part of
this scope. The Contractor will be required in the Contract Documents to submit the SWPPP.
Task 6 Environmental C'oordinadomPermits - unchanged from Task Order 2006 -05
Because the project is located within the potential habitat for the California Tiger Salamander
(CTS) identified by the U.S. Fish & Wildlife Service (Service) the project does not appear to
qualify for a CEQA exemption. As such, Winzler & Kelly will prepare an Initial
Study/Mitigated Negative Declaration (IS /MND). The ISAIND will discuss alternative
treatment options but the analysis will focus on the preferred treatment option for the project.
The IS/MND will involve the following tasks:
Task 7 Project Management- unchanged from Task Order 2006 -05
02056 -05018 2 Attachment "A"
Amendment 1 to Task Order 200605
Attachment B
Fee Estimate for
Martin Avenue Project
Bi"class
Principal I
a
7
5
2-
support
8
1
crew
i k
-,` rte u�;�.'•,`'.
Prbctpet In
Project
ProjsM
EkKblesl
Stab
Tech Licensed
Survey
Survey
$103,060
Charge
Manager
Engineer
Engineer
Engineer
Designer
Editor Surveyor
CAD
Crew
R. Vogler R.
Y. Soften
April
P.
fE9}EIC ; :
subs &
subtotal.
M. Solomon R. J n
R. Houser
1. Mott
Valverde
D. Durnbar
Ae
n
Bl!gV
Ns
!ft(fiRik `
labor cost expenses
corwanables
expenses
subtotal cost
Task 205 1x4 455 S 110 110 90 70 110. S 9S 226
% ?'.' %•':`'''
71elt5- Con&wtDoewner#s
16
foe
120
80
180
100
24
48
foo
fR
'y: ?! ,
S 94640 S
S.080 $
4,220 S
4220
$ 102,M
100% Submittal
10
100
120
s0
160
100
24
48
100
10
83,840 $
5,000 $
4,220 $
9,220
b 103,080
7'esk8- aldAssistance
_
_
' ..;,:k; ; +•;
'h•'•;S:::t::
S - $
_ $
Task 8.1 -Pre -Bid Coherence
-
-
-
-
-
"; +:'•S
$ $
$
- b
Task 8.2- Blddens' Assistance
_
_
_
_
.;:: ;;rW ,y
'•
$
$
- $
-
S -
Task &3- Addenda
_
_
_
_
_
%fo: %:'::
g $
- $
- $
-
$ -
Task BA- Bid Evaluation
$ - b
- S
- $
-
$ -
%'`
phases - Conswcacn Menegurneat
.
_.
% ? <•`.:%
;:sf�:;;G. %;
$ $
- $
- $
b
Task SA- Contract AdndNetreOon
- _
_
_
_
_
$:•i' ✓.;.y:%
$ _ $
_ g
_ $
_
$
Task 8.2 - Cormtruc0on Observation (up 40 4 site We{ta)
_
_
_
_
_
i•:<:i
'fi
$ $
- $
- b
-
b
Task 9,3- Taefing
$ g
$
-
$ -
::.
Stt WUls
16
100
120
BD
160
100
24
48
100
16
: %''s> S 93,840 8
5,000 S
4,22D S
9,228
$ 103,060
•~ :..;
Labor fee by Classification
$ 3,280 $
18,5D0 $
1 8,800 S
8,800
$ t7,80O
$ 8,000
31,680 S
5,280
$ 9,500
$ 3,800
S 93,840
% of total labor fed
3%
18%
20%
9%
191%
10%
2%
8%
10%
4%
t00%
Cmocwnents and Settings*muftocal SdOngsMurporary internal: FlIes1OLK231TO 2006 -M Amend 1 Merlin Avd_Akach B 082208 8!8/2006