Loading...
WA9302-CN 941213 .-,~..-- ~, AGENDA REQUEST FORM CITY COUNCIL MEETING: December 13, 1994 ITEM # 10/M ITEM CAPTION: Discussion and consideration of amending the contract with Shimek, Jacobs and FinIdea for the design of Village Parkway Ground Storage Reservoir Phase ] and the Vii]age Parkway Pump Station Improvements Phase II in the amount of $26,400.00 and authorizing the Mayor to sign. ,,,--,:, C C:;tU:' CIL D ,.A 'i'E -s ,-/ SUBMITTED B~""'Ke%Ih M. Grif~.E. TITLE: Asst. City Manager/Dir. Public Works INITIALS 4- STAFF COMMENTS: See Attached Memo. STAFF RECOMMENDATION Approval ~ Denial EXPLANATION: Staff recommends approval of the revisions to the contract and will be available to answer any questions at the Council meeting. BUDGET ANT.$ AMT. EST.$ +/- BUD:$ FINANCIAL COMMENTS: Funds for this project are available in CIP appropriated from operating funds transferred for this purpose. FINANCIAL REVIEW: ~ CITY MANAGER REVIEW: Agenda Request Form - Revised 1/94 SLIPPORT DOCUMENTATION FOR AGENDA ITEM STAMP RECEIVED BY CFFY MANAGER'S OFFICE: SUPPORT DOCUMENTATION SUBMITTED WITH ITEM: NO. OF ORIGINALS REQUIRED MEMOS/LETTERS/REPORTS/BILLS/MINUTE: ,/1 for a total of pages CONTRACT/AGREEMENT ........... : ~/' 3 originals for signature C.I.P. CONTRACT ................. : 6 originals for signature CHANGE ORDERS ................. : 3 originals for signature ORDINANCE .................... : 1 blueback for signature + 3 copies CAPTION ....................... : 1 blueback for signature RESOLUTION .................... : d/~ 2 blueback for signature + 1 copy PROCLAMATION ................. : 2 blueback for signature + 1 BIDS .......................... 1 each SUPPORTING DOCUMENTS (narrative) . . . 19 + original (over 10 pages or 5 double sided in length) LOCATION MAPS .................. 14 ZONING PLANS ................... 14 PRELIMINARY/FINAL PLATS .......... 14 SITE PLANS ...................... 14 LANDSCAPE PLANS ................ 14 ARCHITECTURAL RENDERINGS ........ 14 LENGTHY DOCUMENTS ............. 14 (zoning, subdivision ordinance, master plans) DATE PUBLISHED IN THE CITIZENS' ADVOCATE: (to meet legal requirements prior to consideration by council) NOTIFICATION TO: METHOD OF CONTACT: NOTES Agenda Request Distribution - Revised 1/94 MEMORANDUM To: Mayor and City Council From: Kenneth M. Griffin, P.E., Asst. City Manager/Dir. Public Works lIE: Discussion and consideration of amending the contract with Shimek, Jacobs and Finklea for the design of Village Parkway Ground Storage Reservoir Phase I and the Village Parkway Pump Station Improvements Phase II in the amount of $26,400.00 and authorizing the Mayor to sign. Date: December 6, 1994 On September 13th, 1994, the City Council approved a contract with Shimek, Jacobs and Finklea for the design of the Village Parkway Ground Storage Reservoir and the Village Parkway Pump Station Improvements. During the preliminary design of the facilities, several issues have come to light which provide the City the opportunity to address several need on a proactive basis instead of being reactive in the future. The current pump station is designed to accept a 450 horsepower pump. To allow for a more efficient utilization of the pump facility, the City of Coppell requested that two smaller pumps be designed to allow flexibility for the City to operate the pumps in a more efficient manner to meet the demands. However, there is still a future need to install the 450 horsepower pump to meet the ultimate build out City water needs. After reviewing this, the consultant has recommended that instead of reconfiguring the bay that is already set up to accept a 450 horsepower pump and the computer control center to operate the pump, that the City enlarge the Village Parkway facility to the east approximately 25 feet by 30 feet in size. This will allow the City to construct two bays to allow for the installation of the two 250 horsepower pumps at this time still leaving the existing bay for the 450 horsepower pump to be installed at sometime in the future. Proceeding in this direction will allow the City the greatest flexibility in the future for operating the pumps. The other issue that is to be considered in this revision to the design contract is the addition of a disinfectant facility. Recently, one test fell below the State required level for residual chlorine in the system. Also, to further complicate the matter, while the State Inspector was reviewing our water system in November, 1994 several test taken in the field showed a deficiency in residual chlorine in the system. These were not official tests so they did not affect our standing, but it was somewhat alarming to take tests with the State Inspector that failed to meet the State minimum. Because of these concerns, the City has requested the consultant design a disinfectant system that would allow the City the greatest flexibility in controlling the residual chlorine in the system. The system would be designed to inject either directly into the incoming water supply from the City of Dallas or inject into the system after it has left the storage tanks. It is important to have the flexibility to inject directly into the City of Dallas water supply because with the additional ground storage tank the City will not be turning its water over as often as it has in the past. It is somewhat of a Catch 22 when you start increasing your storage facilities to meet your demands because during periods of low usage the water fails to turn over and has the potential to lose its residual chlorine. After reviewing the contract proposal, staff recommends approval of the revision to the contract and will be available to answer any questions at the Council meeting. SHIMEK, JACOBS & FINKLEA CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225 (214) 361-7900 ROSS L. JACOBS, RE. JAMES E. LAUGHLIN, RE. RONALD V. CONWAY, RE. JOHN W. BIRKHOFF, RE. MATT ARMSTRONG, RE. JOE R. CARTER, RE. GARY C. HENDRICKS, RE. December 2, 1994 c. L. SHIMEK, P.E. I. C. FINKLEA, P.E. Mr. Kenneth M. Griffin, P.E. Asst. City Manager/Dir. of Public Works/City Engineer City of Coppell Post Office Box 478 Coppell, Texas 75019 Re: Village Parkway Pump Station Improvements Addendum to Engineering Services Agreement Dear Mr. Griffin: As you requested, we are pleased to submit this revision to our Engineering Services Agreement with the City of Coppell, for the additions to the Village Parkway Pump Station Improvements, dated September 21, 1994. This revision modifies the scope of engineering services as follows: Phase II: Village Parkway Pump Station Improvements · Improvements to the Village Parkway Pump Station - Design Phase Preparation of plans, specifications and bidding documents for improvements to the Village Parkway Pump Station based in the following items: 1) Plans and specification for the installation of Pump No. 4 and Pump No. 5. Pump Nos. 4 and 5 are to be sized and selected based on system curve and hydraulic data provided by the City. Pump Nos. 4 and 5 are to be installed in a building expansion to the existing pump station. The pumps are to be connected to the existing suction and discharge headers immediately east of the existing building and housed in the proposed pump station expansion. The existing pump bay, originally designed for a 450 Hp pump, will remain reserved for future use. Pump Nos. 4 and 5 are to be controlled from the City's existing SCADA system. Selection of the proposed pump will be based on this information and on input received from the City concerning preferences on types and manufactures of pumps. The City will furnish a system head curve for the Village Parkway Pump Station and the condition for both the high water level and low water levels in the Ground Storage and Elevated Storage Tanks. 2) Review of existing record drawings and site investigation to establish correct fit of new equipment into existing pump station site. "T Mr. Kenneth M. Griffin, P.E. City of Coppell December 2, 1994 Page No. 2 3) Provide design plans and specifications to incorporate electrical for two high service constant speed pumps. Our design would include connection ports for accommodating Owner-specified mobile generator. Electrical design would include transfer switches to allow one or both new pumps to be connected to the generator; also, modifications to existing 280 volt system would be designed to allow switching of building auxiliaries to this generator. 4) Review of Owner-furnished generator specifications prior to their bidding for capacity, voltage drop, and stability for accommodating pump loads plus building auxiliaries. 5) Design of pump station yard security lighting at the direction of the City. 6) Design of single control loops from Owners existing instrumentation system for accommodating automatic operation of each new pump. Modification of existing control room console to retrofitring selector switches plus associated interface wiring. 7) Relocate existing SCADA panel from present location to the main instrumentation panel and update main instrumentation panel drawings. 8) Specification of new SCADA computer and incorporation into new system. 9) Design and relocation of existing 4160 volt to 208 volt transformer. Transformer will be moved to switchgear room from present location. 10) Redesign of 208 volt motor control center automatic transfer arrangement to accommodate unit heaters and exhaust fans. 11) Electrical specifications in CSI format. 12) Design and specification of pump station building expansion, including all structural, architectural, lighting, power and ventilation. The proposed expansion will be attached immediately to the east of the existing structure and will be of like style and materials. The expansion is estimated to be approximately 25'x30' in size and will add approximately 750 square feet to the pump station building. 13) Design of power, control, instrumentation, SCADA, foundation and piping for chlorine and ammonia disinfection facilities (ohiofamine system). The disinfection facilities are to be pre- packaged pre-engineered, and self contained units housed in a fiberglass structure with attached chlorine and ammonia scrubbers. Two separate solution injection points are to be designed at locations directed by the City within the Village Parkway Pump Station. The disinfection facilities are to be designed in compliance with the current requirements of both the Texas Natural Resource & Conservation Commission, and Section 80 of the Uniform Fire Code. 14) Design and specification of power, control, instrumentation, equipment, SCADA and piping for two remote chloramine residual monitoring sites at locations to be selected by the City. The remote sites are to be designed to send the analyzer signal to the SCADA computer at Village Parkway Pump Station for automatic control of the chlorine and ammonia feeders. Mr. Kenneth M. Griffin, P.E. City of Coppell December 2, 1994 Page No. 3 · 15) Design and specification of chloramine residual instrumentation for both the existing ground storage reservoir and proposed ground storage reservoir. The analyzer signal from the ground storage reservoir is to be read at the Village Parkway Pump Station SCADA computer. 16) Design of controls and instrumentation in the main instrumentation panel, and specification of SCADA equipment to accommodate operation of the proposed disinfection equipment. 17) Construction plans will be reduced to half scale and made part of the bidding document booklet for bidding purposes. 18) Two sets of preliminary plans and specifications, and two sets of final plans and specifications will be provided to the City for review. It is our opinion, that the probable cost of construction of the pump station improvements as outlined above in the modified scope of services for Phase II of the original agreement, is in the range of $675,000. This estimate is based on conceptual layout designs, estimated pump sizes and piping requirements. A breakdown of the probable cost are shown on attached Exhibit "F", which we recommend be appended to the original agreement. For the additional scope of services outlined above, we propose to increase our Phase II lump sum compensa- tion by $26,400 making the revised lump sum amount for Phase II $92,900. The lump sum increase includes the following additional services breakdown: Pump Station Building Expansion Disinfection Total __ and Additional Electrical _ Facilities Additional Fees Architectural ...............................$ 8,500 ...............................$ 0 ...................$ 8,500 Structural .......................................5,000 .................................0 ......................5,000 Electrical ..........................................7,500 ...............................2,000 ......................9,500 Civil .............................................2.400 ...............................1.000 ......................3.400 $23,400 $3,000 $26,400 We are enclosing a copy of Exhibit "D" of the original agreement which has been revised to reflect his change. The revised scope of the project and the engineering services are outlined in this letter and the revised Phase II lump sum amount, has no affect on the Phase I portion of our agreement nor on the time of completion schedule as shown on Exhibit "B" of the original agreement. If you are in agreement with the revised scope of engineering services and compensation amounts, please have one copy of this Engineering Services Agreement Amendment executed for the City of Coppell and returned to our office. Mr. Kenneth M. Griffin, P.E. City of Coppell December 2, 1994 Page No. 4 Of course if you desire, rather than revising our existing agreement we will be happy to issue a new Engineering Services Agreement which incorporates these changes and which will supersede our original agreement dated September 21, 1994. We appreciate the opportunity to provide continued engineering services to the City of Coppell and are available to discuss this proposal further at your convenience. Sincerely, Gary C. Hendricks, P.E. ACCEPTED FOR T!tF, CITY OF COPPELL Date: December 13, 1994 Revised.' 12/2/94 EXHIBIT "D" PAYMENT SCHEDULE PHASE II: VILLAGE PARKWAY PUMP STATION IMPROVEMENTS Payment for engineering services described under Part I through Part III (for Phase II: Village Parkway Pump Station Improvements), shall be based on the lump sum amount of $92,900. It is our opinion that the probable cost of construction of the pump station improvements as outlined in the scope of design services for Phase II of this project, is in the range of $675,000. This estimate is based on the attached itemized Opinion of Construction Cost, labeled Exhibit "F" The schedule of payment shall be as follows: Part Ia: Preliminary Plans and Specifications ...................42% of Fee Part Ib: Final Plans and Specifications .............................34% of Fee Part II: Bidding Phase .........................................................7% of Fee Part III: Construction Phase ...............................................17% of Fee Estimated Charges Part Ia: Preliminary Design Phase $39,018 Part Ib: Final Design 31,586 Part II: Bid Phase Services 6,503 Part III: Construction Administration 15,793 Not to Exceed Lump Sum Amounts: 92,900 Design Phase services will be invoiced on a monthly basis, based on percent complete of plans. Bidding Phase services will be billed after completion of the Pre-Construction Conference. Construction Administration services will be invoiced as a percent of construction complete (dollar value). Engineering Services Agreement Page 14 of 15 EXHIBIT "F" SHIMEK, JACOBS & FINKLEA ProjectNo. 94156 CONSULTING ENGINEERS Client: City of Coppell, Texas Page No. iofl Project: Village Parkway Pump Station Expansion Date: December 1, 1994 Budget Estimate Based on Conceptual Layout By: Gary Hendricks ENGINEER'S OPINION OF CONSTRUCTION COST Item No. ~ Description I Quantityl Unit IPrice [ Amount I 1 48" x 16" Tapping Sleeve and Valve 2 Ea. $8,000.00 $16,000.00 2 36" x 16" Tapping Sleeve and Valve 2 Ea. $7,000.00 $14,000.00 3 Piping 16" Steel Piping 40 L.F. $400.00 $16,000.00 24" Steel Piping 32 L.F. $450.00 $14,400.00 4 8" Pump Control Valve 2 Ea. $8,000.00 $16,000.00 5 Worthington 250 Hp Pump 2 Ea. $37,000.00 $74,000.00 6 Pavement Removal 70 S.Y. $10.00 $700.00 7 Pavement Replacement 70 S.Y. $50.00 $3,500.00 8 Electrical Emergency Generator Connection 208 V Transformer Modifications 480 V MCC for 2 New Pumps Conduits/Cables/etc. Instrumentation Modifications Computer Control and Installation 1 L.S. $245,000.00 $245,000.00 9 25' x 30' Building Addition (includes HAV) 750 S.F. $85.00 $63,750.00 Pump Station Expansion Subtotal: $463,350.00 10 Dinsinfection Facilities: Pre-Packaged Chlorine Facility including Scrubber 1 L.S. $75,000.00 $75,000.00 Pre-Packaged Ammonia Facility including Scrubber 1 L.S. $65 000.00 $65,000.00 Chloramine Analyzers 4 Ea. $2 000.00 $8,000.00 Flow Proportion Controllers (CL2 and NH3) 2 Ea. $2 500.00 $5,000.00 Gas Detector (CL2 and NH3) 1 Ea. $4 500.00 $4,500.00 Romote Analyzer Sites (Vault, SCADA, Power, etc.) 2 Ea. $7 000.00 $14,000.00 Yard Piping, Electrical, Injectors, Misc. I L.S. $7 000.00 $7,000.00 Dinsinfection Subtotal: $178,500.00 Project Subtotal: $641,850.00 Contingencies @ 5% $32,100.00 PROJECT TOTAL: $673,950.00 USE: $675,000.00