Loading...
HomeMy WebLinkAbout07/10/2018 06N Hathaway Street Sanitary Sewer Improvements Agreement with HLABUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT 1 Item No. 6.N. For Meeting of: July 10, 2018 ITEM TITLE: Resolution authorizing Task Order 2018-02 to the agreement with HLA, Inc., in an amount not to exceed $113,160, to provide engineering services for the Hathaway Street Sanitary Sewer I mprovements project SUBMITTED BY: Mike Price, Wastewater/Stormwater Division Manager, 249-6815 Scott Schafer, Director of Public Works SUMMARY EXPLANATION: The Wastewater Division entered into Contract No.2017-072 with HLA as approved by City Council on June 6, 2017 to engineer, design, and assist in multiple projects in an amount not to exceed two -hundred and fifty -thousand dollars ($250,000) per calendar year (2017, 2018, and 2019) for tasks requested by the City Wastewater Manager for the Yakima Wastewater Collections System. Task Order 2018-02 provides design and construction engineering services for the Hathaway Street Sanitary Sewer I mprovements project. This proposed project will construct 1,900 feet of new sewer main between North 6th Avenue and North 15th Avenue in public right-of-way (ROW) along Hathaway Street. The placement and extension of the new sewer main in the public ROW will also allow for the decommission of a deteriorated sewer main that traverses backyard easements between North 6th Avenue and North 8th Avenue; providing public sanitary sewer service available to an additional 24 properties adjacent to Hathaway Street. This Wastewater Division project will coincide with the Water Division's Hathaway Street Watermain Replacement project, allowing the water system and sewer system projects to be bid and constructed under one contract. Savings to the City resulting from the combination of the water and sewer system projects into one contract are estimated to total as much as $185,000: • Single roadway restoration for both projects saves $100,000 • Economy of scale pipe installation savings of $35,000 • Single traffic control for both projects saves $25,000 • Single contract administration for both projects saves $15,000 • Single topographic survey for both projects saves $10,000 • Impacts to customers along Hathaway are minimized by executing the sewer and water 2 projects at the same time. The terms of Task Order 2018-02 would be in an amount not to exceed $113,160. (See attached Task Order 2018-02 with Exhibit A and B) Exhibit A of the Agreement describes the Scope of Work. Exhibit B of the Agreement Describes the Estimated Cost. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Economic Development APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description Upload Date 0 resolution 6/28/2018 0 HLA Contract Hathaway Impro\.ements 6;11/2018 Type Coker Memo tract A RESOLUTION 3 RESOLUTION NO. R -2018 - authorizing Task Order 2018-02 to the Professional Services Agreement with HLA, Inc., for $113,160 to provide engineering services for the Hathaway Street Sanitary Sewer Improvements project. WHEREAS, the City of Yakima owns and operates wastewater collection and treatment facilities in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City of Yakima Wastewater/Stormwater Division requires engineering and consulting services associated with Hathaway Street sanitary sewer improvements; and WHEREAS, the City of Yakima used the procedure established by the State of Washington and used the Municipal Research and Service Center Professional Services Roster process to select a firm to perform the engineering work; and WHEREAS, HLA, Inc. was determined to be qualified to perform the needed engineering services; and WHEREAS, the Scope of Work and Budget included in this Task Order meet the needs and requirements of the City of Yakima for this project; and WHEREAS, the City desires to enter into Task Order 2018-02 to the existing Professional Services Agreement with HLA, Inc. 2017-072 to provide engineering services required for Hathaway Street sewer system improvements; and WHEREAS, the City Council has determined that it is in the best interest of the City of Yakima to enter into Task Order 2018-02 under the Professional Services Agreement with HLA, Inc., 2017-072 as approved by Council on June 6, 2017, to provide engineering services for Hathaway Street sewer improvements; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached Task Order 2018-02 to the Professional Services Agreement between the City of Yakima and HLA, Inc., 2017- 072 in an amount not to exceed One -Hundred Thirteen Thousand One Hundred and Sixty Dollars ($113,160). ADOPTED BY THE CITY COUNCIL this 10th day of July, 2018. ATTEST: Kathy Coffey, Mayor Sonya Claar Tee, City Clerk 4 TASK ORDER NO. 2018-02 REGARDING AGREEMENT BETWEEN CITY OF YAKIMA (CITY CONTRACT NO. 2017-072, RESOLUTION NO. R-2017'069) AND HLA ENGINEERING AND LAND SURVEYING, INC. PROJECT DESCRIPTION: HatbmwaVStrmmtSan|tarVSmwer|mnprovemnmntn—Primrity 3 (PROJECT) HLA Pject No. 18091E The City of Yakima (CITY) desires to install approximately 1,900 linear feet of 8 -inch diameter sanitary sewer main along Hathaway Streetincluding seven new manholes. A new sewer main will be constructed between North 6th Avenue and North 8th Avenue to replace an existing deteriorated sewer main that traverses through back yard easements. Side sewer stubs will be installed to the north and south properties to allow for future connections when the deteriorated line is taken out of commission. A new sewer main will be oonntructed, extending west from the existing sewer main along Hathaway Street to North 15th Avenue. This new sewer main will serve properties to the north and oouth, providing stubs for future connections. New side sewer stubs will be constructed along the existing sanitary sewer main for future connections, and locations will be identified by the CITY. Sanitary sewer improvements will coincide with the CITY's Hathaway Street Watermain Replacement project, City Contract No. 2O18 -U40. HLA PjectNo. 18041, and pjects will be bid and constructed under one contract. SCOPE OF SERVICES: At the direction of the CITY, HLA Engineering and Land Surveying, Inc. (HLA), shall provide professional engineering and land surveying services for the PROJECT. HLA services shall include: PHASE 1�_EN ESIGN AND FINAL PLANS, SPECIFICATIONS, AND ESTIMATE A. Meet with CITY staff to confirm manhole installation locations and limits of sanitary sewer collection pipeline replacement. B. Provide assistance for pjeo updates and related administrative documents to the appropriate agencies that have jurisdiction over design and construction of this project. C. A topographic survey of the project area was completed as part of the Hathaway Street Watermain Replacement project. Limited additional topographic nunxay, if any, is anticipated as necessary to complete design, p|ons, and specifications including caII for utility locates. D. Perform the field investigations necessary to design the identified improvements including measuring inverts within manholes and all associated traffic control for field investigations. E. Perform the preliminary design and present preliminary plans to the CITY prior to detailing final plans. F. Review and discuss preliminary plans with CITY staff, G. On the basis of approved preliminary p|ans, perform the final deokgn, and prepare complete Plans and Specifications for publicly -bid improvements, as authorized by the CITY. H. Prepare the Engineer's Estimate of construction cost. I. Furnish the CITY electronic copies of the final Plans and Specifications for bidding and construction. It is anticipated HLA will prepare one (1) complete set of Plans and Specifications for one bid call; additional bid packages will be considered additional services. G: \ Contracts & Task OrderskYakima \20181Wastewater'Priority ` Hathaway '20,8-02 \2018-05-10COY �Task Order 2018-02.docx Page 1 of 6 5 J. Answer and supply such information as is requested by prospective bidders. K. Prepare and issue addenda, if necessary. L. Attend bid opening and participate in the bid evaluation process, M. Prepare tabulation of all bids received by the CITY and review bidder's qualifications. N. Make recommendation of construction contract award to the lowest responsible bidder. PHASE 2— SERVICES DURING CONSTRUCTION A. Prepare and transmit Notice of Award to the Contractor, B. Coordinate execution of the Contract with the CITY and Contractor, including review of Bond and Insurance requirements. C. Coordinate and facilitate Preconstruction Meeting with the CITYContractor, private utilities, and affected agencies. D. Prepare and issue Notice to Proceed to the Contractor. E. Furnish the field survey crew necessary to set horizontal and vertical control for the improvements authorized for construction. F. Furnish a qualified resident engineer who shall make construction observations and be on the job site at all times that significant work is in pnogneun, whose duty shall be to provide surveillance of pjeotconmtructionforsubstanda|connp|ianoawithP|onsandSpeuificationo. G. Perform measurement and computation of pay items, prepare and file progress reports on the PROJECT with the CITY, and provide monthly progress pay estimates to the CITY. H. Administer construction meetings (as needed). I. Consult and advise the CITY during construction and make a final report of the completed work. J. The CITY is required to monitor the Contnacto/n payment of prevailing wage rates. As part of construction services, HLA will monitor General Contractor and Subcontractor compliance with State labor standards during the construction phase of the PROJECT. This work includes checking monthly certified payno||o, conducting employee interviews in the fie|d, and issuing letters of non-compliance and/or Ietters of missing documents. K. Review Contractor's submission of samples and shop drawings, where applicable. L. Review materials testing results for compliance with Plans and Specifications, M. Prepare and submit proposed contract change orders when applicable. N. Perform final walk-through with the CITY and Contractor, and issue final punch list. 0. Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the resident engineer and Contractor. If as -built drawings from the Contractor are not received by HLA within thirty (30) calendar days from the date of the letter of recommendation of project acceptance, HLA will submit the reproducible record drawings to the CITY with a note stating that no as -built information was received by HLA. o.m"mra"*mTask om"rs\,m~"umowv=w=te, nmrw`Hathaway '20,00zvon:o`vCOY WWTask Order 20,o -D2 docx Page 2 of 6 6 ADDITIONALSERNCES Provide professional engineering and land surveying services for additional work requested by the CITY that is not included in other phases of work. ITEMS TO BE FURNISHED AND RESPONSIBIL The CITY will provide or perform the following: A. Provide full information as to CITY requirements of the PROJECT, B. Assist HLA by placing at their disposal all available information pertinent to the site of the PROJECT including previous eopurtn, drmwinga, p|ete, aunxsya, utility rauonds, and any other data relative to design and construction of the PROJECT. C. Make contact with property owners affected by the PROJECT and gain necessary access to property for field investigation, design, and construction of improvements. D. Examine all studies, reports, sketches, estimates, specifications, drawings, pnopnools, and other documents presented by HLA and render in writing decisions pertaining thereto within a reasonable time so as not to delay the work of HLA. E. Obtain approvaof all governmental authorities having jurisdiction overthe PROJECT and such approvals and consents from such other individuals or bodies as may be necessary for completion of the PROJECT. F. Pay for PROJECT bid advertisement costs. TIME OF PERFORMANCE: The services called for under the various phases of this Agreement shall be completed as follows: PHASE 1 — ENGINEERING DESIGN AND FINAL PLANS, SPECIFICATIONS, AND ESTIMATE Plans, specifications, and cost estimate for all project elements shall be completed within 45 calendar days foliowing authorization to proceed. The design will be completed concurrently with the Hathaway Street Watermain Replacement project, and one contract bid package will be prepared for Contractor bidding. PHASE 2 — SERVICES DURING CONSTRUCTION Engineering services during construction for the PROJECT shall begin upon construction contract award by the CITY to the lowest responsible bidder and shall extend through both the completion of construction and completion of as -constructed drawings and labor documentation closeout, as requested and directed by the CITY. A maximum of 70 working days has been assumed for the construction of watermain and sanitary sewer improvements. Should the Contractor be granted time extensions for construction completion due to recognized de|oys, requested additional work, and/or change orders, engineering services beyond the 70 working days shall be considered additional services. PHASE 3 — ADDITIONAL SERVICES Time of completion for work directed by the CITY under this phase shall be negotiated and mutually agreed upon at the time of service requested by the CITY, FEE FOR SERVICE: For the services furnished by HLA as described under this Agreement, the CITY agrees to pay HLA the fees as set forth herein, The amounts listed below may be revised only by written agreement of both parties. G: \Contracts»Task Orders Yakima20181Wastewater'Priority oHathaway '2018-02120,�5-1oCOY WVV Task Order 2018-02 docx Page 3 of 6 7 �U�EE�UNG[)ES|8NAND FINAL PLANS, SPECIFICATIONS, AND ESTIMATE All work shall be performed on a time -spent basis at the normal hourly billing rates in affectat time of the Task Order. All work directed by the CITY for this PROJECT phase shall be performed on a time - spent basis at the hourly billing rates provided in EXHIBIT 6 of theAgreement (City Contract No. 2017- 072. Resolution No. R'2817-060). plus reimbursement for direct non -salary expenses as described in section 5.1.1. An estimate of time and expenses for services is provided in EXHIBIT 1 below. The estimated maximum amount of this phase of work is $45,390.00. PHASE 2—SERVICES DURING CONSTRUCTION All work shall be performedonmUmo'epentbasisct the normal hourly billing rates in affect at time of the Task Order. All work directed by the CITY for this PROJECT phase shall be performed on a time - spent basis at the hourly billing rates provided in EXHIBIT B of the Agreement (City Contract No. 2017- 072, Resolution No. R-2017-069). plus reimbursement for direct non -salary expenses as described in section 5.1.1. An estimate of time and expenses for services is provided in EXHIBIT 1 below. The estimated maximum amount of this phase of work is $67,77000. PHASE 3— ADDITIONAL SERVICES Any additional work requested by the CITY that is not included in other phases shall be authorized by the CITY and agreed to by HLA in writing prior to proceeding with the services. HLA shall perform the additional services as directed/authorized by the CITY on a time -spent basis at the hourly billing rates included in our General Agreement, plus reimbursement for direct non -salary expenses such as laboratory testing, reproduction expenses, out of town travel costs, and outside engineers. Proposed: Approved: HLA Engin,Inc. Michael T. Battle. PE, President City of Yakima Cliff Moore, City Manager G: \Contracts & Task Orders \mmm"uvvmmm°""m Priority oHathaway 'zo,o-0,\2018-05-16oo,wwras^nrd"zmv-0z*oc, Date Page 4 of 6 8 EXHIBIT 1 — PROFESSIONAL SERVICES During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: Hathaway Street Sanitary Sewer Improvements — Priority 3 (PROJECT) Task Order No. 2018-02 HLA Project No. 18091E For the services described in Task Order No. 2018-02, compensation shall be paid per Section 5 of the Agreement (City Contract No. 2017-072, Resolution No. R-2017-069). The following spreadsheet shows the estimated time and expenses to perform said services. Project Title: Hathaway Street Sanitary Sewer Improvements - Priority 3 Client: City of Yakima Task Order No 2018-02 Date: May 14, 2018 Task No. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Project Task Senior Principal Engineer $202 Licensed Principal Engineer 3181 Project Engineer 3136 ENGINEER'S HOURLY ESTIMATE Senior Prin Land Suneyor 3197 ENGINEERING DESIGN AND FINAL PLANS, SPECIFICATIONS, AND ESTIMATE Project Management Project Meetings Field intesbgations and topographic survey Reaew public and private utilities Retiew easting easements and right-of-way Preliminarydesign In-house project review, quality control Review w/and Incorporate Agency comments Final design, plans, and specifications Prepare estimate of construction cost Furnish copies of plans and specifications Answer bidders questions Prepare and issue addenda Attend bid opening 16 Labor Subtotal Review bids/Prepare tabulation of bids Make recommendation of contract award 2 0 0 2 2 2 2 0 0 0 0 0 13 4 4 2 2 2 12 2 2 2 2 2 2 2 50 4 4 2 4 2 44 2 4 24 6 2 6 6 2 2 2 116 0 1 0 0 0 0 0 0 7 Two Man Survey Crew $214 0 2 0 0 14 CAD Technician 3119 0 2 2 4 2 48 2 24 2 0 0 4 0 0 0 98 Word Processing Technician $79 2 2 0 0 0 2 2 2 0 2 0 2 2 2 20 Total Hours Task Direct Costs 13 , $1,106 13 $1,142 16 1 $2,222 12 31,448 8 113 11 18 60 11 4 8 14 4 6 7 318 $510 $13,114 $1,072 $2,058 $6,682 $1,256 3430 3816 $1,450 $272 3430 $632 $45,069 EXPENSES: Travel. Mileage Meals/Lodging Misc, Expenses: Advertisement Telephone Postage Printing 12 copies plans/specs Sub -Consultants: None Anticipated Cost/Unit 3054 $000 $0.00 Ground Days Days Miles Subtotal - Labor Subtotal - Expenses 40 Multiplier Total - ENGINEERING DESIGN AND FINAL PLANS, SPECIFICATIONS, AND ESTIMATE G:1Contracts 8. Task Orders \Yakima \201[311Naslewaler - Priority 3 Hathaway - 2018-02\2018-05-10 COY MN Task Order 2018-02.d ocx $300,00 $0.00 $45,069,00, $32l::60: $45,390,60, Page 5 of 6 9 Project Mtle: Hathaway Street Sander, Sewer Improvements - Priority 3 Client: City of Yakima Task Order No, 2018-02 Date: May 14, 2018 Task No, 1 2 3 4 5 6 10 Project Task SERVICES DURING CONSTRUCTION Assist City with Reviewitontract Prep, Conduct Pre -Construction Meeting Construction Obsenration Construction Staking Field Inspection Reports Construction Administration Construction Meetings Submittal Review State Labor StandaMs Compliance Progress Payrn encs Change Orders 12 13 14 Labor Subtotal Final Walk-Through/Punchlis Project Closeout Record Drawings Senior Principal Engineer $202 0 0 0 0 a 1 0 16 Licensed Principal Engineer 81 Project Engineer $136 2 2 12 24 12 4 30 4 4 44 96 tic Pane Land Surveyor $197 4 0 0 ENGINEER'S HOURLY ESTIMATE Two Man Survey Drew $214 0 16 Resident Engineer/ Inspector 12 290 16 O 4 O 2 O 2 2 336 Contract AdmirmstratO 124 8 0 16 24 6 8 4 4 2 94 Engineering Technician $79 Total Hours 2 10 2 0 334 0 27 8 43 16 82 18 24 29 2 8 16 4 4 2 6 2 70 22 14 14 20 15 660 Task Direct Costs $792 $792. $37,916 $4,373 $2,877 $7,516 $2,008. $2 148 $1,941 $1,670 $1,174 91,288 $1,604 $1,507 667,608 EXPENSES: Travel: Mileage Meals/Lodging Misc. Expenses: (None) Advertisement Telephone Postage Sub -Consultants: Cost/Unit 00 541 Ground Days Days Miles 300 $162 00 None Anticipated $0.00 $0 i001 Subtotal - Labor Subtotal - Expenses Total - SERVICES DURING CONSTRUCTION [Multiplier 0: \Contracts & Task OrdersWakima1.20181Wastewater - Priority 3 Hathaway - 2018-0212018-05-16 COY VVVV Task Order 2018-02.docx 90 00 $67,606 00 $162.00 567,768 00 Page 6 of 6