Loading...
Res 153-2009 11/17/2009 RESOLUTION NO. �5 3-a,�� Resolution Authorizing The City Manager To Execute A Professional Services Agreement With Camp Dresser � McKee Inc. For Lake Arrowhead Raw Water Pipeline Assessment — Phase II (Sta 281+00 To Sta 683+50) In The Amount Of $771,500.00 WHEREAS, the City of Wichita Falls desires to enter into an engineering services contract for the Lake Arrowhead Raw Water Transmission Line Condition Assessment Project Phase 2; and WHEREAS, Camp Dresser & McKee, Inc. is proposing to do this work for an amount of $771,500.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WICHITA FALLS, TEXAS, THAT: The City Manager is authorized to execute the attached Professional Services Agreement befinreen the City of Wichita Falls and Camp Dresser � McKee Inc. for Lake Arrowhead Raw Water Pipeline Assessment — Phase II (sta 281+00 to sta 683+50) in the amount of $771,500.00, with such changes to form as are approved by the City Attorney. PASSED AND APPROVED this the 17th day of November, 2009. A OR ATTEST: � i Clerk � Professional Services Agreement between the City of VVichita Falls and Camp Dresser & McKee Inc. for Lake Arrowhead Raw Water Pipeline Assessment — Phase II (sta 281+00 to sta 683+50) OWNER: The City of Wichita Falis, a Texas muni p�al corporation '1'!9 ENGINEER: Camp Dresser & McKee lnc.,J2a "t'aylor Street, Suite 1050, T-'t. Worth, Ta. 76102 PROJECT: Lake Arrowhead Raw Wata� Pipeline Assessment — Phase II (sta 281+00 to sta G83+50) TIMETABLE: See attached Appendix A PAYMENT: 1. Payment for Services. UWNER agrees to pay tlie follo�viitg amounts for services rendered pursuant to this Contract, a rotal amouni not to exceed 5771 �500, subject to completion of the follo�ving phases: Phase Amounl Task I- Kickoffmeeting, Development of Project Plan 8� $ 25,A00 Data Collection, manhole evaluation/ layout Task 2- ProcuremenU [nstalla�ion of Access Manholes 5255,600 Task 3- Remote Field Eddy CurrenV'I'ransformer Couplin� 5295,000 Task 4- Failure Risk Analysis SI I5,500 Task 5- Final 2ecommendaiionlReport 580,000 Totalfor Projeet S97I,500 The aforementionecl amounts are inclusive of all costs and expenses of completing die project. These services include all tasks appropriate to compkte this project Therc are no aclditional reimbuts�ble costs provided by this conlract. 2. Times of Payments: 2.1. Times of Payments---GNGINEER shall submit monthly statements for services rertclered. The s[atements will be bnsed upon ENGINEER'S estimate ofthe proportion ofthe mtal services actually completed at the time ofbilling. OWNER shall make prompt monthly payments in response to F.NGINEER'S monthly statements. 2.2. Past-Dae Pay�nents---OWNER agrees to pay a charge of 0.5%per month on all invoiced o�ved amounts not paid within 30 days of the date of the invoice, calculated froro tlie date ofthe invoice. In addition, ENGINEGR may, after giving 10 days' written notice ro OWNER, snspend services wider this Agreement until the 6NGINEER has been paid in ful{ all amow�u due for services and expenses. OWNER'S REPRESENTAT[VS: Russell Schreiber, Director of Public Works, Ci[yof Wichitx Palls SERV ICES OF ERGINEER-- ENGINEER shall perfami professional engineering services ns descri6ed in Appendi� A. GENERAL CONDITIONS: 1. TerminaHoo—OWNER may terminate this Ag�ecmen[ upon t 0 days written notice to EIVGiNEER wkh ihe understanding that all services being perfonned under Ihis Agreement shall cease upon the date specified in such notice. In the e�ent ofearly terniination, ENGINEER shall invoice OVJN£R for any phase completed prior to termination and the percentage of work satisfactorify completed and submitted to OWAIER for any pliase parily completed on lhe effective date of the termination. 2. Ownership & Maintenancc of Documents--All documents and digitnl fifes prepared and/or assemblecl by ENGINEER wider this Aareement shall become the pro�rty of the OWNER ond shall be delivered to OR+NER wilhout restriction on future use. 01VNGR's re-use of documems on fumre projects �vill be ac die sole risk of OWNER. FNGINEF.,R may make copies of any and all docwnents fa• its files a�id re-use information conpiued tl�erein. ITIGINE6R will maintain project records for dvee years after the O WNER I�as m2de final payment to the Contractor and all oUier pending matters are ctosed and provide copics thereof to OV✓NER if requested. C:1lkrcunxnu end Sd�eigsutou�lLotal Seuir.gslTrny�arary Imemtt FilalCmkM.(kulodclSSV6N41UPSA utDM fnr lal;e AamvMxd Rmv WaM Linc Assessmcnl-M�aSC II 5771500 (2).decPage l 3. Controlling [.a�v—This agreement is perf'ornia6le and is to be governed by tha law applicable in Wichita Falls, Texas. Sole venue for any action arising uncler this Agreement shall be in Wichita (:ounty, Texas. 4. Assign�ent of Cootract--ENGINEF..R shall not assign, sublet or transfer any rights under or interest in (including, but widwut limita6ons, monies that may become due or monies dtat are di�e) lhis Agreement without the wTiuen consent of the udier. Unless specificnlly stated to tlx comrary in any tivriuen consent to an assignment, no assignment will release or diuharge the assignor from any duty or responsibiliry imder this Agrecment. Nothing contained in this paragraph shall prevent ENGINEER finm employing independent consuttents, associates, subcontractors, and employees to assist it in the perfo�inance ofservices hereunder. $, Na Third-Party Beneficiaries—Notiiing hercin shall be conmved to give any rights or benefils to anyone other than OWNER and ENGINEER. 6. indcpendent Contractor--In perfom�ing services imder this Agreement, the relationsbip between 01VNER nnd £NGiNE6R is that of indepeizdrnt contractor, and OWNGR and ENGINEER by the execution of this Agreement do not change:heindependentcontractorstatusofENGINEER. NotrnnorprovisionofthisAgreementoractofENGINEERfnthc perfonnance oFUiis Agreement shall be construed as making ENGINEER or any agent, servairt or employee of ENGINEER the agent, senant or employee of OWNER. 7. IRdeainity—SNGINEER aerees to release defend iudemnifi and hold the OWNER whole and humless a,r_�inst anv and alt claims, suits. and actions fex dama$es. costs, and expenses topersons orpronertv that mny arise out oE or be occasroned by pt from anv neg1�*erst act� eROr or omission of F.NGINEER ur any ofTicer, a�ent, servant, employee or subcontractor of' ENG[NEER in the execution or performance of ihis Contrnct 'f1�e ENGINEER funher agrees ro releuse defend indemnify, and hold hazmless the O WNF.R �nd the OWNER's officeis_ ar_ents. and em�vees from liability for any claims of iniuries or damage made bv or on behalf of ENGINEER or any of ENGINEER's of}"icers, agents or emolovees resultin� from tfie performance or attemoteJ perfo�mance af tfiis Contract regardless of whether the injurv or dnmage is caused in whole or in part bv �nv acts Qr omissions af OWNER � any hidden or aoparent conditioa ofpro�erty owned or co�trolled b�he OWNBR. This indemnity shall not applv to anv claim to the extent to which GNGINEER isprohibited from indemnifvine a ¢ovemmenta! entitv pursuant to Tex. Local Gov't Code 6 271.904 or other law. This agreement and said atWchments may oniy be mnended, supplemented, modified or cenceled hy a duly execWed written instrument. EXECUTED, Ihis the ___ day of _, 20Q__ OWNER: C[ty of Wlchita Falls, Texas ENGINEER: Camp �esscr & Mcliyee Ina � r. s � V 5�'.`1�L+'+J Uarron txiker, City Manager (seal) A'1'TEST: Lydia Ozuna, City Clcrk FORM APPROVED: Miles Risley, City Attorney C:�Doa�ma�n mxi S.�ti�laoutgll.aeal5eninQslTanpo�m��� 1Memet Fiks�CartenL(A�ibolc�SBVON411 aPSA ��-CDM Rr 1: �I:c Ano.til�ead R�v \Vattt Linc Asscssmcrtt-Phnsc II b771500 (?).dcePage 2 APPENDIX A City of Wichita Falls Lake Armwhead Raw Water Transmission Line Condition Assessment I'mject � The Gty of Wichita Falis, Texas desires to know the condition of a section of its Lake Arnowhead Raw Water Transmission Line, This pipeline is 54.uuh diauieter prestiressed co�urete pressure pipe (AWWA C301j. The conditlon assessment will be rnnducbed from pipeline Stahon 281+00 m Stadon 683+50, a distance of approximately 7.65 ntiles. I. Scope of Project Task 1- Developrnent of Project P1an CDM (and subconsultant task ]eaders) will meetwiE}t City staff to p]an the execution of ti�e project CDM will conduct a Project kickoff ineeting to discuss the City's goals and expectations and discuss tiie vnique chaIlenges this project poses. Deliverables: Minabes fmm kickoff ineeting �nd a technieal memorandum outlining project plan. Task 2- Inatallation of Access Manholes for Condition Asaessment CDM will contract with Hanson Pipe and Precest to design and instaII eight 30- inch diameter manhole access points for the elechomagnetic testing. The City will stake the locatioris of the access manways and dewater the pipeline as needed prior to co�huction of the manhole access podnts. C;DM will contract with a general co�rtractor to excavate the access manwAy Iocations and aseist Hanson in installing the manways. Excavation will require a pit as follows: 66 inches for the saddIe with an additiona136 inches on each end of the saddle and 3 feet to 4 feet clearance on each side of the pipe perpendicular bo the pipe, Two feet of clearsnce vndex the pipe witl also be requireci, The contracto�'s work will be coordinated with Hanson's work to minimize openpits and exposed pipe both for safety reasons. The ge�ral mntractor sha[I farm and pour concrete around each manway access and restore each site to ib original oondition. CDM will provide on�ite consbruction o�ervation and coordination of thia work. It is assumed that e�dsling utilities will �t be in conflict with the eight proposed access locations. In tite event that interfering utilities are discovered, an addition scope and fee will be submitted Deliverable: Eight (8} 30" acceas manholes installed on 54" pipetine. Page t of4 C:1Doeumt+�c md Seuingslstoulgllaca� SeltiapflTempauy Intmel FIa1Con1enL0utlook�58VON41L1PSA wLDM far l.ake Arrawhwd Raw W�er Ime Assessmrnt-Ph� II 5771500 (2).d¢page 3 ; Task 3- Remote Field Eddy Current/Transformer Coupling Tnspection Once the access mantioles are aIl instatled and the acceas manholes are dewatered. The Pressure P'ipe Inspection Company (PPIC�, submntractor to CDM, wi11 perform their Remote Field Eddy Cun�ent/Transformer Coupling Inspection on fliis pipeline. 1'hey will provide inforrnation on the 7.65 miles of this pipeline between 281+00 and Station 683+5p, ppIC has estimated that the field besting can be complet�d in approximabely 10 days. CDM wil! provide on- site observation and coordinaEion of this work_ Deliverable: Condition Assessment Report diat detaiIs H�e review of the RPEC/TC data. The report will indicabe distressed sections ofpipe, which wiIl be ranked in order of the quantitaHve estnnates of die number of luoken prestressing wir�dings in each pipe. The mndition assessment data will be pmsented in both electronic and hard copy forrnats. Task 4- Failure Risk Ana�ysis and Repaiz Priority The faiture risk analysis will be prepared by Simpson Gumpertz & Heger Inc. (SGH), subco�ultant to CDM. The analysis wiIl ptovide, for each pipe design and mver height, a mlationship beiween the rnxmber of broken wires and the infiemal pressure that cauaes cerFain limit shates to be exceeded. The results of this analysis witl be shown in a diagram from which one can determine the risk of pipe failure and repair priorities for a pipe design wjth a knoKrrt number of broken wires. SGH wilI provide a detailed report inciuding failure risk analysis for each distressed pipe. Deliverable: Final report of risk analysis and repair priorities including the results of the fietd investigahons and test results. Task 5 - F3naE Recommendation CDM will prepare and submit a report to the City t�at includes the suppoiYing data and reports accumulated during the various testing and field irnestigations aiong with tfie history of the pipeline including utstallaiion, operation and maintenance based on intetviews and other information pmvidecE by the City. CDM will recommend what action, if any, ahould be mken to provide for the continuous suppIy of raw water from Lake Armwhead to the City's secondary reservoir through this pipeline. Recommendations may include, but are not limitied fn: rehabilitation alternatives, replacem2�tt, and protec[ion The estimated costs and a echedule for the zecommended repairs/replacernent/proGection of the selected pipe wiIl also be provided. CDM will conduct a workshop to explain tfiese findinga ro the appropriate City staff and will accompany the Director of Public Works at a Gty Council meeHng or other appropriate meeflng to explain the findings and the rernmmendations. Page 2 of4 C:�Dowmrnu anA SdGnSlurna�ll�cal Sd1in�lTm�puay inkrret Fiks�CartentOndoak�S8VON411aPSA wCDM fa la{;c Artowhcad Raw Water Line Asussmad-Phase It S77t 500 (2).dacPage 4 Deliverables: A drak report will be presented to the Gty for review. After mmments, a final report will be prepared. F'ive printed copies and an electmnic ftle in PDF formet wi]1 be submitted t�o the City. IL Responeib�liteea of the Owner l. Locate and stake the access manhole locafions. 2. Dewatering and de-preasurizing the waterline until the testing is completed. 3. Provide technical informa6on regazding the fabrication and installaHon of the pipeline, Including but not limited m: - a. Consiruction di�awings b. Pipe sIwp drawings c. Pipe laying schedttles d Soil or Geotechnical studies in the area e. Operating eonditions including maximum working pressure plus transient pressures experienced and expedibed to be experienced in the future £ Pipeline performxnce report g. Inspection reporta h. Repair reporis i. Photographs of construciion or repair of pipeline j. Leakage or failure studies. 4. City to contact ell Iandowners within the swpe of th'ss project to inform them of the project and secure appiopriate access to their property while the work is being done, 5. Lock out and tag out of pumps prior tn Confined Space Entry system including if it is nec�asary. ]II. Project ScheduIe • Jan 1- Jan 4--- CCI'Y w dewater pipe • 7an 5– Feb 1---CONTRAG'TOR to excavate 8 locations, instal[ maniales (rro spoolpiece e�deasions�, pourconcrctc aroutd seddles, backfilYcompaction up to top ofpipe, instali fence (T posts and ] 6-footpanets) to protect holes. • Feb Z- Feb 12— PPIC pa�'orms RFEC iaspection • Feb l5 - Feb 2fi -- CONTRACTOR removes fence, backfilU compaction; demobilizat�n • Report will be written and submitted to City on or before May 30, 2Q10. Page 3 of4 � C�oamunls and Seltin�lstoulgl(atatl Scai�slTempoauy FnMrnet FikslConp�u�.OuUoolclS8VON41 UP$A w�CDM for Lake Arrwrhrad Raw W yu [,ine Assessmertt•Phatc 115771500 (2).d¢Page 5 Proposed Coet Breakdown Task 1- Kickoff ineetutg, Development of Project Plan & Data Collection, manhole evaluation/layout $ 25,400 Task 2- Procurement/TnstallaHon of Access Manholes $ 255,6(� Task 3- Remote FieId Eddy Cument/T►xnsformea• Coupling $295,Q00 Task 4- Failure Risk Analysis $115,5U0 Task 5- Final Recommendadon/ Report $80,000 Total for Project $771,500 Page 4 of4