HomeMy WebLinkAboutR-1999-061 CONTRACT FOR DESIGN OF MODIFICATION TO WATER TREATMENT PLANT PIPE GALLERY.RESOLUTION NO. R- 99- 61
A RESOLUTION authorizing execution of a contract with Carollo Engineers, P.C. for
design of modification to water treatment plant pipe gallery
WHEREAS, the City of Yakima has need for consulting services related to the
design of pipe gallery modifications; and
WHEREAS, the, City does not possess adequate in-house staff to perform the
necessary work involved in the design of these modifications; and
WHEREAS, the City of Yakima has complied with the provisions of RCW 39.80
which concertns the procurement of engineering and architectural services by a city; and
WHEREAS, the' City Council deems it to be in the best interest of the City to
enter into a contract with Carollo Engineers, P.C., for the design of modification to the
water treatment plant pipe gallery including plans and specifications; now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager, City Clerk and the Assistant City Manager are hereby authorized and
directed to execute thiattached and incorporated "Consulting Agreement" together with
its attachments.
ADOPTED BY THE CITY COUNCIL this -4t day of May 1999.
ATTEST:
rn.c
Karen Roberts, City Clerk
John Puccinelli, Mayor
ENGINEERING SERVICES AGREEMENT
THIS ENGINEERING SERVICES AGREEMENT (hereinafter "Agreement") is made
and entered into by and between the City of Yakima, a Washington municipal corporation
(hereinafter the "City"), and Carollo Engineers, A Professional Corporation (hereinafter
"Engineer").
WHEREAS, the City requires engineering services regarding design ofpiping modifications
within the filter pipe gallery at the Naches River Water Treatment Plant, Yakima,
Washington.
WHEREAS, the Engineer represents that it has the expertise necessary and is willing to
perform the engineering services required by the City in accordance with the terms and
conditions of this Agreement.
NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements
set forth herein, it is agreed by and between the City and Engineer as follows:
1. Scope of Services. The Engineer shall provide said engineering services to the City
through a series of mutually agreed task orders that shall become a part of this
Agreement. Specifically, prior to commencement of any services, the City and the
Engineer shall mutually agree upon and execute a task order for the specified
engineering services. Each task order shall describe the following items; the services
to be provided; the time of performance for the services; the fee for the services; and
any provisions additional to this Agreement. The engineering services may include,
but are not limited to, the services listed on general project description and draft task
orders attached hereto as Exhibit A. However, execution of this Agreement does not
obligate either party to provide or accept any services listed in Exhibit A until the
parties have mutually agreed upon and executed a specific task order for the services.
2. Time Period for Performance of Services. The Engineer shall provide such
services as are described on executed task orders in accordance with the time
schedule set forth on attached and incorporated Exhibit "B". The Engineer shall
proceed with such services in a timely and diligent manner, but shall not be
responsible for ' delays caused by beyond the Engineer's control or which could not
have been reasonably foreseen by the parties at the time the respective task order was
executed.
3. Compensation.
a. Fees for Services. For each specified task order executed by the parties, the
Engineer shall be paid for such services on a time spent basis in accordance
with the fee schedule attached hereto as Exhibit "C" and incorporated herein
by this reference. Said fee schedule is subject to revision by the Engineer not
-1-
sooner than one (1) year after execution of this Agreement, and no more once
each year thereafter.
b. Maximum Fee for Services. Each executed task order shall describe the
maximum fee to which the Engineer shall be entitled to under that task order.
The maximum fee shall represent the best estimate of the parties of the
maximum cost of the Engineer's services specified in that task order.
c. Renegotiation of Maximum Fee. The Engineer reserves the right to
renegotiate the maximum fee specified in a particular task order if the scope
of services in the task order is changed by the City, or if conditions beyond
the control of the parties shall cause the Engineer to incur additional costs
and expenses in providing the services required under the task order. In
either event, the Engineer shall promptly notify the City in writing of the
anticipated additional fees of reduction of fees. Thereafter, and unless
otherwise agreed by the parties, the Engineer shall not proceed with the
modified/changed services until the parties agree in writing to a renegotiated
maximum fee for that task order.
d. Payment of Compensation. Engineer shall submit monthly invoices to the
City. Said invoices shall itemize all services rendered during the preceding
monthly period. The City shall make payment to the Engineer within thirty
(30) calendar days of receipt of the invoice. All payments are expressly
conditioned upon the Engineer providing services hereunder that are
satisfactory to the City.
e. Payment in the Event of Termination. In the event that either party
terminates this Agreement under Section 22, Engineer shall be compensated
in accordance with the above terms for all satisfactory services provided to
the City up to the effective termination date.
f. Maintenance of Financial Records/Documents. The Engineer shall make the
cost records, accounts and related financial documents pertaining to this
Agreement available for inspection by representatives of the City during the
term of this Agreement and for a period of three (3) years following the final
payment to the Engineer by the City. In the event that any audit or inspection
identifies any discrepancy in such financial records, the Engineer shall
provide the City with appropriate clarification and/or financial adjustments
within thirty (30) calendar days of notification of the discrepancy.
g.
Permit and Advertising Cost. The City shall pay all fees for costs of
necessary permits, advertising and similar items normally associated with
public works projects.
-2-
4. Standard of Performance. The Engineer shall perform all work and services
required under this Agreement in accordance with generally accepted engineering and
consulting standards, and shall be responsible for the technical soundness and
accuracy of all work and services furnished pursuant to this Agreement.
5. Cost Estimates. The City is herewith advised that the Engineer has no control over
the cost of labor, material, equipment; subcontractors' and suppliers' methods of
producing and delivering such goods and services; or over the methods and styles of
competitive bidding or market conditions. Accordingly, the Engineer's cost
estimates are made and furnished on the basis of the Engineer's experience and
qualifications and represent only best judgment as an engineering firm familiar with
the construction industry. As such, the Engineer cannot and does not warrant or
guarantee the accuracy of its cost estimates, or that cost estimates will not vary
significantly from the actual project or construction costs realized by the City.
6. Ownership of Documents. All reports, designs, drawings, and specifications
prepared by the Engineer pursuant to this Agreement shall be the property of the City
upon payment being made by the City to the Engineer in accordance with Sections
3 of this Agreement. The Engineer shall provide the City with originals and/or
reproducible copies of such documents in accordance with the respective task order,
or when requested by City representatives. The Engineer does not intend or represent
that such documents are suitable for reuse by the City or others on extensions of this
project or with regard to any other project. Any such reuse without the written
permission of the Engineer shall be at the City's risk.
7. Design Intent. The Engineer shall prepare the design documents, drawings, and
specifications with the understanding that a representative of the Engineer may be
observing the quality and progress of the resulting construction for compliance with
the design intent. Additionally, the parties agree that compensation for such
monitoring shall be addressed in an appropriate task order.
8. Information to be provided by the City. The City shall provide the Engineer with
access to all information at its disposal that is pertinent to the site of project area,
including but not limited to previous reports, drawings, plats, surveys, utility records,
and other similar data. Absent specific written direction to the contrary, the Engineer
shall be entitled to rely upon the completion and accuracy of such documentation.
9. Status of Engineer. Engineer and the City understand and expressly agree that
Engineer is an independent contractor in the performance of each and every part of
this Agreement. The Engineer shall have the sole judgment of the means, mode or
manner of the actual performance of work/services required under this Agreement.
The Engineer, as an independent contractor, assumes the entire responsibility for
carrying out and accomplishing the work/services required under this Agreement.
Additionally, and as an independent contractor, the Engineer and its employees shall
-3-
make no claim of City employment nor shall claim against the City any related
employment benefits, social security, and/or retirement.
10. Taxes and Assessments. Engineer shall be solely responsible for compensating its
employees and for paying all related taxes, deductions, and assessments, including
but not limited to, federal income tax, FICA, social security tax, assessments for
unemployment and industrial injury, and other deductions from income which may
be required by law or assessed against either party as a result of this Agreement. In
the event the City is assessed a tax or assessment as a result of this Agreement,
Engineer shall pay the same before it becomes due.
11. Nondiscrimination Provision. During the performance of this Agreement, Engineer
shall not discriminate on the basis of race, age, color, sex, religion, national origin,
creed, marital status, political affiliation, or the presence of any sensory, mental or
physical handicap. This provision shall include but not be limited to the following:
employment, upgrading, demotion, transfer, recruitment, advertising, layoff or
termination, rates of pay or other forms of compensation, selection for training, and
the provision of services under this Agreement.
12. Compliance With Law. Engineer agrees to perform all work/services under and
pursuant to this Agreement in full compliance with any and all applicable laws, rules,
and regulations adopted or promulgated by any governmental agency or regulatory
body, whether federal, state, local, or otherwise.
13. No Insurance. It is understood the City does not maintain liability insurance for
Engineer or its employees and subcontractors.
14. Indemnification and Hold Harmless.
a. Engineer agrees to protect, defend, indemnify, and hold harmless the City, its
elected officials, officers, employees and agents from any and all claims,
demands, losses, liens, liabilities, penalties, fines, lawsuits, and other
proceedings and all judgments, awards, costs and expenses (including
attorneys' fees and disbursements) caused by or occurring by reason of any
negligent act and/or omission of the Engineer, its officers, employees, agents,
and/or subcontractors, arising out of or in connection with the performance
of this Agreement.
b. In the event that both Engineer and the City are negligent, the Engineer's
liability for indemnification of the City shall be limited to the contributory
negligence for any resulting suits, actions, claims, liability, damages,
judgments, costs and expenses (including reasonable attorney's fees) that can
be apportioned to the Engineer, its officers, employees, agents, and/or
subcontractors.
-4-
c. Nothing contained in this Section or this Agreement shall be construed to
create a liability or a right of indemnification in any third party.
15. Insurance provided by Engineer.
a. Commercial Liability Insurance. On or before date the this Agreement is
fully executed by the parties, the Engineer shall provide the City with a
certificate of insurance as proof of commercial liability insurance with a
minimum liability limit of One Million Dollars ($1,000,000.00) combined
single limit bodily injury and property damage. The certificate shall clearly
state who the provider is, the amount of coverage, the policy number, and
when the policy and provisions provided are in effect (any statement in the
certificate to the effect of "this certificate is issued as a matter of information
only and confers no right upon the certificate holder" shall be deleted). Said
policy shall be in effect for the duration of this Agreement. The policy shall
name the City, its elected officials, officers, agents, and employees as
additional insureds, and shall contain a clause that the insurer will not cancel
or change the insurance without first giving the City thirty (30) calendar days
prior written notice (any language in the clause to the effect of "but failure to
mail such notice shall impose no obligation or liability of any kind upon the
company" shall be crossed out and initialed by the insurance agent). The
insurance shall be with an insurance company or companies rated A -VII or
higher in Best's Guide and admitted in the State of Washington.
b. Commercial Automobile Liability Insurance. On or before date this
Agreement is fully executed by the parties, the Engineer shall provide the
City with a certificate of insurance as proof of commercial automobile
liability insurance with minimum liability limit of One Million Dollars
($1,000,000.00) combined single limit bodily injury and property damage.
The certificate shall clearly state who the provider is, the amount of coverage,
the policy number, and when the policy and provisions provided are in effect
(any statement in the certificate to the effect of "this certificate is issued as a
matter of information only and confers no right upon the certificate holder"
shall be deleted). Said policy shall be in effect for the duration of this
Agreement. The policy shall name the City, its elected officials, officers,
agents, and employees as additional insureds, and shall contain a clause that
the insurer will not cancel or change the insurance without first giving the
City thirty (30) calendar days prior written notice (any language in the clause
to the effect of "but failure to mail such notice shall impose no obligation or
liability of any kind upon the company" shall be crossed out and initialed by
the insurance agent). The insurance shall be with an insurance company or
companies rated A -VII or higher in Best's Guide and admitted in the State of
Washington.
-5-
c. Professional Liability Insurance. On or before the date this Agreement is
fully executed by the parties, the Engineer shall provide the City with a
certificate of insurance as evidence of Professional Errors and Omissions
Liability Insurance with coverage of at least One Million Dollars
($1,000,000.00) per occurrence and an annual aggregate limit of at least One
Million Dollars ($1,000,000.00). The certificate shall clearly state who the
provider is, the amount of coverage, the policy number, and when the policy
and provisions provided are in effect. The insurance shall be with an
insurance company rated A -VII or higher in Best's Guide. If the policy is on
a claims made basis, the retroactive date of the insurance policy shall be on
or before January 1, 1998, or shall provide full prior acts. The insurance
coverage shall remain in effect during the term of this Agreement and for a
minimum of three (3) years following the termination of this Agreement.
d. Insurance provided by Subcontractors. The Engineer shall ensure that all
subcontractors it utilizes for work/services required under this Agreement
shall comply with all of the above insurance requirements.
16. Delegation of Professional Services. The services provided for herein shall be
performed by Engineer, and no person other than regular associates or employees of
Engineer shall be engaged upon such work or services except upon written approval
of the City.
17. Assignment. This Agreement, or any interest herein, or claim hereunder, shall not
be assigned or transferred in whole or in part by Engineer to any other person or
entity without the prior written consent of the City. In the event that such prior
written consent to an assignment is granted, then the assignee shall assume all duties,
obligations, and liabilities of Engineer stated herein.
18. No Conflict of Interest. Engineer represents that it or its employees do not have any
interest and shall not hereafter acquire any interest, direct or indirect, which would
conflict in any manner or degree with the performance of this Agreement. Engineer
further covenants that it will not hire anyone or any entity having such a conflict of
interest during the performance of this Agreement.
19. Severability. If any portion of this Agreement is changed per mutual agreement or
any portion is held invalid, the remainder of the Agreement shall remain in full force
and effect.
20. Integration. This written document constitutes the entire agreement between the
City and Engineer. There are no other oral or written Agreements between the parties
as to the subjects covered herein. No changes or additions to this Agreement shall
be valid or binding upon either party unless such change or addition be in writing and
executed by both parties.
-6-
21. Termination. The City or Engineer may terminate this Agreement, with or without
cause, by giving the other party thirty (30) calendar days written notice of
termination.
22. Notices. Unless stated otherwise herein, all notices and demands shall be in writing
and sent or hand delivered to the parties to their addresses as follows:
TO CITY:
TO ENGINEER:
City Engineer
City Hall
129 North 2nd Street
Yakima, WA 98901
Carollo Engineers, A Professional Corporation
12426 W. Explorer Drive, Suite 200
Boise, ID 83713
or to such other addresses as the parties may hereafter designate in writing. Notices
and/or demands shall be sent by registered or certified mail, postage prepaid, or hand
delivered. Such notices shall be deemed effective when mailed or hand delivered at
the addresses specified above.
23. Governing Law. This Agreement shall be governed by and construed in accordance
with the laws of the State of Washington.
24. Venue. The venue for any action to enforce or interpret this Agreement shall lie in
the Superior Court of Washington for Yakima County, Washington.
25. Year 2000 Information Technology Compliance. ENGINEER has taken
reasonable actions to examine statements made byproduct and system manufacturers
with respect to Year 2000 information technology compliance and has not knowingly
specified a product or system identified by the manufacturer as non-compliant.
ENGINEER has not and will not knowingly specify non-compliant components or
systems identified by the OWNER or OWNER's consultant as required to be Year
2000 compliant. For the purposes of this identification, Year 2000 compliant means
that the information technology accurately processes date/time data (including, but
not limited, to, calculating, comparing, and sequencing) from, into, and between the
twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year
calculations, to the extent that other information technology, used in combination
with the information technology being acquired, properly exchanges date/time data
with it.
-7-
CITY OF YAKIMA
By:
R. A. Zais, Jr.
City Manager
DATE: ti)'C
iqr
ATTEST: (J
City Clerk - Karen.. Roberts
City Contract No. 99-63
Resolution No. R-99-61
CAROLLO ENGINEERS, P.C.
By:
• Principal
By:
DATE:
Principal
-8-
EXHIBIT A
TASK ORDER(S) & ESTIMATED FEES
The cost estimate for Tasks 1 of the services required in this Agreement are shown in the
table immediately following. Expenses include direct out-of-pocket expenses and direct
charges for computer equipment. Out-of-pocket expenses include such things as travel,
communications, postage, and reproduction costs.
Task
1
Labor Hours Labor Costs ($) Expenses ($) Total ($)
696 58,260 4,000 62,260
Subtotal
696 58,260 4,000 62,260
Cost not to exceed $62,260.000
Total of the Services required by this Agreement $62,260.00
-9-
EXHIBIT B
PROPOSED SCHEDULE & PHASING
SCOPE OF WORK
The following tasks for providing engineering services has been developed to complete the
design phase of filter pipe gallery modifications at the Naches River WTP. Construction
documents consisting of contract requirements, drawings, and technical specifications will
be prepared. This project will provide upgrades and improvements to the existing filter pipe
gallery at the Naches River WTP. Design components included in this project are:
• Replacement of existing piping within the filter pipe gallery.
• Installation of a new filter -to -waste (FTW) system.
• Where necessary, replacement of valves, actuators, and other ancillary items.
• Installation of new filter effluent and backwash supply flow meters.
• Necessary electrical, instrumentation, and control improvements.
Refer to Task Order No. 1 for the subtasks necessary to complete Task Order No. 1.
TIME OF PERFORMANCE
ENGINEER shall commence work on the 3rd day of May, 1999, and shall complete the
services under Task Order No. 1 by the 3rd day of November, 1999.
-10-
EXHIBIT C
FEE SCHEDULE
Fees for services estimated in the proceeding tasks, are based on the rate schedule set forth
below. Rates shown include salary costs, overhead costs, profit. All rates shown are on a per
hour basis.
Principal $163.50
Project Manager $126.25
Project Staff $102.50
Clerical $41.50
In addition to the above hourly rates, direct out-of-pocket expenses specifically related to
services provided under the terms of this agreement will be billed at cost. Computer costs are
also recovered through a special billing rate and would be applied to the hours billed under
the various tasks.
Fee Schedule is attached to Task Order No. 1.
-11-
TASK ORDER NO. 1
CITY OF YAKIMA, WASHINGTON
(OWNER)
AND
CAROLLO ENGINEERS, A Professional Corporation
(ENGINEER)
This Task Order is issued by the OWNER and accepted by the ENGINEER pursuant to the
mutual promises, covenants, and conditions contained in the Agreement between the above
named parties dated the day of , 1999, in connection with:
CITY OF YAKIMA, WASHINGTON
FILTER PIPE GALLERY MODIFICATIONS
PURPOSE
The purpose of this Task Order is to provide design related services as detailed below for
upgrading and improving the City of Yakima's filter pipe gallery at the Naches River Water
Treatment Plant (WTP).
ENGINEER'S SERVICES
The following tasks for providing engineering services has been developed to complete the
design phase of filter pipe gallery modifications at the Naches River WTP. Construction
documents consisting of contract requirements, drawings, and technical specifications will
be prepared. This project will provide upgrades and improvements to the existing filter pipe
gallery at the Naches River WTP. Design components included in this project are:
• Replacement of existing piping within the filter pipe gallery as shown on
Exhibit A.
• Installation of a new filter -to -waste (FTW) system.
Where necessary, replacement of valves, actuators, and other ancillary items.
Installation of new filter effluent and backwash supply flow meters.
Necessary electrical, instrumentation, and control improvements.
The tasks for completing the design phase of this project are described below. These tasks
comprise the services that will be provided as part of this Task Order.
Task 1.0 -Project Management and Communications
Manage work efforts of design team including subconsultants, assign man power, review
work progress, coordinate quality control and review procedures, and communicate
workshop schedules and progress with the City. In addition, attend and conduct the
following meetings and workshops:
-1-
A. Design workshop with City's engineering and plant operations personnel.
B. One meeting with the Washington Department of Health.
C. Ninety percent design review meeting with City staff in Yakima.
Workshops defined above will take place in Yakima and will include Carollo's project
manager and project engineer. Two sets of half size copies of drawings and two copies of
specifications (loose leaf binder) will be provided to Yakima for the 90 percent design
review. Carollo will also submit five copies each of the drawings and specifications to
Yakima and two copies each to the Washington Department of Health at 90 percent
completion for comments and will address review comments provided.
Task 2.0 -Alternatives Analyses
Analyses of alternative piping configurations will be performed. Preliminary layouts will be
developed. Discussion of the alternatives will be the focus of the design workshop. The
preferred alternative will be selected at the design workshop.
Task 3.0 -Prepare Plans and Specifications
A. Prepare contract front-end documents (general conditions).
B. Prepare technical and equipment specifications. Prior to the 90 percent
design review meeting, a copy of the proposed contract document provisions
(Carollo standard provisions for advertisement for bids, instruction to
bidders, bid forms, bond forms, agreement forms, general conditions,
supplementary general conditions and general requirements) will be
submitted to the City of Yakima for review and comment.
C. Prepare design drawings for the following engineering disciplines. A
preliminary list of drawings is included as Exhibit B.
• General
• Mechanical
• Electrical
• Instrumentation & Control
D. Conduct quality control and review checks.
E. Prepare engineer's construction cost estimate for the facilities.
F. Complete final drawings and specifications. Prepare plans and specifications
ready for printing after incorporating review comments from the City, quality
control/review team, and Washington Department of Health.
CLIENT FURNISHED SERVICES
It is understood that the City will provide the following information (as available) to
complete the design work:
• Existing information, maps, plats, and site plans of the existing Naches River
Water Treatment Plant site.
-2-
• Existing geotechnical studies and reports of the existing site and adjoining
land areas.
Existing facilities mapping that shows locations of existing infrastructure (ie.
pipelines, structures, valve vaults, electrical power conduits, chemical feed
lines, etc.)
• City standard details.
• Geotechnical and survey data as needed.
ADDITIONAL SERVICES
Carollo will provide the following additional services as requested by the City: printing of
plans and specifications; construction management services including bidding assistance,
support services during construction, and field engineering services. These tasks and
compensation will be added to this agreement by amendment in another Task Order.
TIME OF PERFORMANCE
Time of completion for services defined in this Task Order shall be six months from the
issued Notice to Proceed.
PAYMENT
OWNER shall pay ENGINEER on an hourly basis in accordance with the attached fee
schedule included as Exhibit C. Engineer's total compensation for the Scope of Services
identified in this Task Order, including engineer's subconsultants, shall not exceed the
amount of $62,260 unless authorized by OWNER. Exhibit D presents a breakdown of
estimated engineering costs for Task Order No. 1.
ENGINEER shall submit monthly invoices that will be based on ENGINEER'S estimate of
the proportion of the total services actually completed at the time of billing. OWNER agrees
to pay invoices within 30 days of their date.
-3-
EFFECTIVE DATE
This Task Order No. 1 is effective as of the day of , 1999.
IN WITNESS WHEREOF, duly authorized representatives of the OWNER and of the
ENGINEER have executed this Task Order No. 1 evidencing its issuance by OWNER and
acceptance by ENGINEER.
CAROLLO ENGINEERS, CITY OF YAKIMA
A Professional Corporation
'‘:
Accepted this day of , 19
By:
(Officer)
By:
Glenn Rice
Principal Assistant City Manager
-4-
, 1 I
_1.0._.11.11111111
FILTER NO.3
11
FILTER NO.1
smoisike
41111111
•
11
11
via N N1111111110
11
'lion =Evil*
11
FILTER NO.4
0111iNG 101
EXHIBIT A
PIPING III BOLD TO HZ REMO=
11
FILTER NO.2
rys
--
EXHIBIT B
CITY OF YAKIMA
FILTER PIPE GALLERY MODIFICATIONS
PRELIMINARY LIST OF DRAWINGS
GENERAL
G-1 Cover
G-2 List of Drawings/Design Criteria/Location and Vicinity Maps
G-3 Process Flow Diagram/Hydraulic Profiles
G-4 Symbols and Abbreviations
MECHANICAL
GM -1 Mechanical - Details No. 1
GM -2 Mechanical - Details No. 2/Equipment Schedule
M-1 Filter Pipe Gallery - Demolition No. 1
M-2 Filter Pipe Gallery - Plan
M-3 Filter Pipe Gallery - Sections No. 1
M-4 Filter Pipe Gallery - Sections No. 2
ELECTRICAL
GE -1
GE -2
GE -3
General Electrical Legend & Symbols
General Electrical Abbreviations
Electrical Standard Details I
GE -OL -1 One Line Diagram
1 E-1 Filter Gallery - Plan View
1E-2 Filter Gallery - Sections
1E-3 480V Power - Plan View
INSTRUMENTATION
GI -1
GI -2
GI -3
GI -4
GI -5
GI -6
Instrumentation -
Instrumentation -
Instrumentation -
Instrumentation -
Instrumentation -
Instrumentation -
Symbols and Abbreviations I
Symbols and Abbreviations II
Symbols and Abbreviations III
Symbols and Abbreviations IV
Symbols and Abbreviations V
Standard Details I
I-1 Control Schematics - I
-5-
PI -CFL- 1
PI -CFL -2
PI -CFL -3
PI -CFL -4
PI -CFL -5
PI -CFL -6
PI -CFL -7
PI -CFL -8
EXHIBIT B
CITY OF YAKIMA
FILTER PIPE GALLERY MODIFICATIONS
PRELIMINARY LIST OF DRAWINGS
Process & Instrumentation - Filter No.
Process & Instrumentation - Filter No.
Process & Instrumentation - Filter No.
Process & Instrumentation - Filter No.
Process & Instrumentation - Filter No.
Process & Instrumentation - Filter No.
Process & Instrumentation - Filter No.
Process & Instrumentation - Filter No.
PI -BW -1 Process & Instrumentation - Backwash
1
1 Timing Diagram
2
2 Timing Diagram
3
3 Timing Diagram
4
4 Timing Diagram
EXHIBIT C
CAROLLO ENGINEERS, P.C.
FEE SCHEDULE
As of March 1, 1999
Boise, Idaho
Hourly Rate
Engineers/Scientists (E/S)
E/S I $62.00
E/S II 71.00
E/S III 85.00
E/S IV 102.50
E/S V 120.50
E/S VI 126.25
E/S VII 138.50
E/S VIII 158.50
Principal 163 50
Engineering Aides (EA)
EAI
EA II
EA III
EA IV
EA V
EA VI
EA VII
Engineering Technicians (ET)
ET I
ET II
ET III
ET IV
ET V
ET VI
ET VII
30.75
56.50
69.00
70.25
75.00
81.75
106.00
42.75
44.00
49.75
55.50
61.75
73.75
86.25
Support Staff
Office Aides 30.00
Clerical 41.50
Word Processor 68.00
Computer
Computer Equipment (PC) 12.00
Word Processor (Processing Time) 12.00
CAD/Graphics (Processing Time) 18.00
Travel and Subsistence at cost
Mileage .35/mile
Subconsultant Cost + 10%
Other Direct Costs Cost + 10%
This Fee Schedule is subject to annual revisions due to labor adjustments.
G:\FORMS\WP\CONTRACT\FEE\99fee.wpd 1
EXHIBIT D
CITY OF YAKIMA
FILTER PIPE GALLERY MODIFICATIONS
ESTIMATED ENGINEERING COSTS
Manhours Per Drawing
General No. of
Discipline Drawings PM/PE Engineer Designer Secretary
General 4 2 4 8 2
Mechanical 6 2 16 24 2
Electrical 7 2 4 8 2
Instrumentation 16 2 4 8 2
TOTALS 33 66 204 360 66
Estimated
Labor Class No. of Manhours Avg.$/Manhour Cost ($)
PM/PE 66 $135 $8,910
Engineer 204 95 19,380
Designer 360 75 27,000
Secretary 66 45 2,970
TOTALS $58,260
Other Direct Costs
Printing 1,000
Computer 1,000
Travel 2,000
Total $62,260
-8-
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 15
For Meeting Of 5/4/99
ITEM TITLE: Water Treatment Plant Pipe Gallery Modifications Design Contract
SUBMITTED BY: Dueane Calvin, Water/Irrigation Manager
Dave Brown, Water/Irrigation Engineer
Glenn Rice, Assistant City Manager
r4{A1_,-
CONTACT PERSON/TELEPHONE: Dueane Calvin / 576-6480
SUMMARY EXPLANATION:
Staff respectfully requests City Council to approve the attached resolution authorizing the City Manager
to execute the accompanying contract with Carollo Engineers, P.C. of Boise, Idaho for the design of
modifications to the water treatment plant pipe gallery. This contract requires Carollo Engineers, P.C. to
design and produce plans and specifications for modifications to the water treatment plant pipe gallery.
A study completed in 1997 by Gray and Osborne recommended the piping be replaced due to
corrosion failure. An evaluation of the Water Treatment Plant operations, completed by Carollo
Engineers in 1998, recommended that the filter -to -waste valve size be increased and that the
backwash process be modified. These modifications will replace the failing pipe, increase the size of
the filter -to -waste valves and modify the backwash process to insure continued compliance with the
Enhanced Surface Water Treatment Rule. Financial support for this contract will be from
appropriations approved by Council in the 477 Fund.
Not to Exceed Engineering Cost $62,260.00
Estimated Construction Cost $200,000.00
Resolution X Ordinance _Contract X Other (Specify) Contract
Funding Source 477 Fund — Capital Improvements
'SI
APPROVED FOR SUBMITTAL:
City Manager
STAFF RECOMMENDATION:
Approve resolution authorizing the City Manager to execute the accompanying contract for the design
of modifications to the water treatment plant pipe gallery by Carollo Engineers, P.C. of Boise, Idaho.
BOARD/COMMISSION RECOMMENDATION:
COUNCIL ACTION: