Loading...
HomeMy WebLinkAboutR-1998-063 East Mead Wastewater Collection System -- Ph.1• • RESOLUTION NO. • R-987 83 A RESOLUTION authorizing the City Manager and City Clerk of the City of Yakima to execute an Agreement with PLSA Engineering and Surveying for design and services during construction for East Mead Wastewater Collection System --Phase 1; and other documents related to planning, design, and construction of this project. WHEREAS, the City of Yakima has developed a plan for wastewater collection, treatment, disposal for the Yakima Regional Area; such plan being necessary to determine the needs of the area for health, safety, and well being of the people; and WHEREAS, the plan is developed in accordance with: the requirements of Public Law 92-500 and 95-217, and has been set forth facilities and systems required to be constructed, improved and rehabilitated to serve the needs of the area; and WHEREAS, the City of Yakima has identified the need for specific engineering services; and WHEREAS, tht City of Yakima has selected an engineering firm from the City of Yakima's rooster of qualified engineering professionals in compliance with applicable State requirements for acquisition of professional services; and WHEREAS, PLSA Engineering and Surveying has been selected to provide professional engineering services ' in response to the need to produce adequate collection system design and services during construction; and WHEREAS, an agreement with PLSA Engineering and Surveying to provide these services to the City of Yakima is in the best interest of the City of Yakima, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The -City Manager and City Clerk are hereby duly authorized to execute a contract in substantially the same form as the attached and incorporated Agreement for professional Wastewater services with PLSA Engineering and Surveying and other documents relating to the planning, design, and construction of this project for the City of Yakima, subject to review of the final contract documents by the City Attorney. ADOPTED BY THE CITY COUNCIL this 5th day of May, 1998 • ATTEST: De tC €y 1erk Mayor John Puccinelli CITY OF YAKIMA EAST MEAD WASTEWATER COLLECTION SYSTEM; PHASE 1 PROJECT 1782 ENGINEERING AND DESIGN SERVICES PLSA ENGINEERING & SURVEYING AGREEMENT This Agreement, made and entered into this id- day of June , 1998, by and between the City of Yakima, Washington, hereinafter call the "City", and PLSA Engineering & Surveying, Consulting Engineers, hereinafter called "Engineer", is for the provision by the Engineer to the City of professional services in support of City's Project 1782 - East Mead Wasterwater Collection System; Phase 1. In consideration of the covenants and agreements contained herein, and the terms and conditions hereof, the parties agree as follows: 1....SERVICES Engineer shall provide the City, professional consulting engineering services through task orders as provided in Section 2, below. The professional services to which the parties may agree by task orders may include, but are not limited to those listed in Exhibit A, attached hereto and by this reference incorporated herein. 2....TASK ORDERS Prior to commencement of any services, the City and Engineer shall mutually agree upon and execute a task order for the specified services. The task order shall describe the services to be provided, the time for performance of the service, the provisions for fees for the services, and any provisions additional to this agreement. Execution of this Agreement and Task Order No. 1 by the City and the Engineer authorizes the Engineer to proceed with the services described in Task Order No. 1. Execution of each subsequent task order shall incorporate each subsequent task order into this agreement. The execution of this agreement does not obligate either of the parties hereto to provide or accept any services unless and until the parties have mutually agreed upon and executed a specific task order for such services. 3....TIME PERIOD FOR PERFORMANCE OF SERVICES The Engineer shall commence such services as are described on executed task orders in accordance with the time schedule set forth therein, and shall proceed with the provision of such services in a diligent manner. The Engineer shall not be responsible for delays caused by factor beyond the Engineer's control or which could not reasonably have been foreseen by the parties at the time the task order was executed. 4....PAYMENT TO ENGINEER A. Fees for Services. In each specified task order executed by the parties, the parties shall specify payment to the Engineer for services performed by agreeing to pay the Engineer utilizing the hourly rate and expense schedule, plus a fixed fee as shown on the estimated fee determination summary sheet for each respective task.. The "Fee Schedule" is attached hereto as Exhibit "B" and by this reference incorporated herein. Said Fee Schedule is subject to revision by the Engineer at the time of its annual review and adjustments for inflation and promotion increases, which is scheduled for July 1, 1998. Thereafter the Fee Schedule may be revised once annually. Under the fee schedule method, the parties shall agree on an amount which represents the estimated maximum fee 1 to which Engineer shall be entitled under that task order. That amount shall represent the best estimate of the parties of the maximum cost of the Engineer's services specified in that task order. In the event the cost of services will exceed that estimate, due to a change of scope or other unforeseen circumstances beyond the Engineer's control, the Engineer shall advise the City in advance, and in writing of such excess costs and shall provide no additional services in excess of the original estimated costs without approval of the City. B. Estimated Fees. The estimated fees for anticipated task orders are shown on Exhibit "A„ C. Renegotiation of Fees. The Engineer reserves the right to renegotiate the fee or estimate of fee specified in any task order if the scope of services as specified in the task order is modified by the City or by others or by conditions beyond the control of the parties hereto, whereupon additional expenses shall be incurred by the Engineer. The City and the Engineer shall agree to such a change in fee and services in writing prior to the Engineer's provision of such modified or changed services. D. Time of Payments. Engineer shall periodically submit proper invoices for the un -billed portion of the services completed to that date. City agrees to pay the invoiced amounts within 30 days from the date of receipt of the invoice. E. Payment in the Event of Termination. In the event of termination of this Agreement, Engineer shall be compensated for services performed under this Agreement to the date of termination in accordance with the terms above. F. Permits and Advertising. City shall pay all regulatory permitting and advertising fees and all other project fees normally paid by the City for public works projects. 5....STANDARD OF PERFORMANCE Engineer shall perform his services 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. 6....TERMINATION Either party may terminate this Agreement at any time upon 30 days written notice to the other party. 7....OPINIONS OF COST Engineer has no control over the cost of labor, materials, equipment, or services provided by parties other than Engineer and its subcontractors. Engineer has no control over contractor's methods of determining prices, or other competitive bidding conditions or market conditions, and its opinions of probable project or construction costs are to be made on the basis of its experience with the construction industry. However, Engineer cannot and does not guarantee that proposals, bids, or actual project or construction costs will not vary from the opinions of probable costs prepared by the Engineer. 2 8....CONSTRUCTION SAFETY Engineer shall not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by contractors or the safety precautions and programs and programs incident to the work of contractors. 9....OWNERSHIP OF DOCUMENTS The originals of all documents, including drawings and specifications, prepared by the Engineer shall remain the property of the Engineer. The engineer shall provide the City with reproducible and/or non -reproducible copies of the documents, drawings, and specifications, and other work products as specified in each task order. It may further be required that the engineer provide additional copies on computer media of all documents, drawings, and specifications, and other work products as specified in each task order. Such documents, drawings and specifications are not intended or represented by the Engineer to be suitable for reuse by the City or others on extensions of the services provided for the intended project or on any other project. Any reuse without the written verification of adaptation by the Engineer will be at the City's sole risk and without liability or exposure to the Engineer, and the City shall indemnify and hold harmless the Engineer from all loses, claims, damages, and expenses, including attorney's fees arising out of or resulting therefrom. Any such verifications or adaptations by the Engineer will entitle the Engineer to further compensation at rates agreed to by the parties. Engineer shall provide a reproducible copy of the final record drawings showing the construction project measurements when authorized to do so by task order. 10....DESIGN INTENT Engineer shall prepare design documents, drawings, and specifications with the understanding that he may be observing the quality and progress of resulting construction, for compliance with the intended design, and furthermore that such observation of any construction will be compensated by the City at the rates agreed upon by the parties hereto. 11....INDEMNITY The Engineer shall defend, indemnify, and hold harmless City from any and all claims or liabilities, including attorneys fees, arising out of Engineer's negligent performance of this Agreement. Engineer shall comply with all federal government, state and local laws and ordinances applicable to the work to be performed under this Agreement. Prior to beginning work under this Agreement, Engineer shall provide "Certificates of Insurance" as evidence that policies providing the following coverage and limits of insurance are in full force and effect. A. General Comprehensive Liability With respect to liability for injuries to or death of persons and with respect to liability for destruction of or damages to property, the insurance coverage shall be $500,000 combined single limit and such coverage shall include the special provisions listed below: 3 1. The City of Yakima, its elected or appointed officials, employees, and agents shall be named as an additional insured and the coverage shall be applicable to and protect the City, its officers, employees, and agents from liability arising from or relating to Engineer's activities relating to this Agreement. Such insurance shall be primary and other insurance maintained or carried by the City shall be separate and distinct and shall not be contributing with the insurance listed hereunder. 2. Such insurance shall not include explosion, collapse, or underground exclusions commonly referred to as the "XCU" hazards. B. Automobile Comprehensive Liability With respect to liability for injury to or death of persons and with respect to liability for destruction of or damage to property, the city, its officers, employees, and agents shall be named insured and the insurance coverage shall be $500,000 combined single limit. Such insurance shall be primary and other insurance maintained or carried by the City shall be separated and distinct and shall not be contributing with the insurance listed hereunder. Failure of either or all of the named insured to report a claim under such insurance shall not prejudice the rights of the City, its officers, employees, and agents thereunder. The city, its officers, employees, and agents will have no obligation for the payment of premiums because of its being named as insured under such insurance. Prior to beginning work for property acquisition, development of contract plans and specifications, and construction management, the Engineer or its subcontractors shall provide evidence of errors and omissions coverage for a minimum of $250,000. City shall defend, indemnify and hold Engineer harmless from all claims or liabilities, including attorney's fees, arising out of City's negligent acts. 12... ATTORNEY'S FEES In the event suit or legal action is instituted to enforce any of the terms or conditions of this Agreement, venue shall be in Superior Court for Yakima County. The losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed by statute, such sum as the court may judge reasonable as attorney's fees in such suit or action, in both trial and appellate courts. 13... ADDITIONAL SERVICES At the City's option and direction, Engineer shall provide additional engineering, observation, and/or planning services as authorized by mutually agreed task orders. 14... INDEPENDENT CONTRACTOR The parties intend that the Engineer at all times be an independent contractor and not an employee of the City, and shall not be entitled to compensation or benefit of any kind except as specifically provided for herein. 4 15. . . GOVERNING LAWS This Agreement is 'governed by the laws of the State of Washington. 16... COMPLETE AGREEMENT This agreement and referenced attachments contains the complete and integrated understanding and agreement between the parties and supersedes any understanding, agreement or negotiation whether oral or written not set forth herein. Amendments, changes, or modifications hereto shall not be valid unless in writing and duly executed by both parties. 17... NO THIRD PARTY BENEFICCIARIES OTHER THAN THE STATE OF WASH- INGTON The agreement gives no right to anyone other than the City, Engineer, and the State of Washington, and has no other third -party beneficiaries. 18... ASSIGNMENT Neither party to this Agreement shall assign the Agreement, not any interest arising herein, without the written consent of the other. The Engineer, with the City's consent, shall be authorized to employ or subcontract with any other party or entity it deems necessary for the performance of any of the services to be provided by the Engineer pursuant to the terms of this Agreement. 19... SEVERABILITY OF AGREEMENT In the event any of the terms or clauses of this Agreement is held to be illegal or unenforceable by any court or arbitrator, the remaining clauses and terms shall continue in full force and effect and shall be enforceable. ATTEST: ���{�'ryL�_ Karen S. Rob(rts City Clerk WITNESSES /Z tJvr 4 C OF YAKIMA By: R.A. Zai , Jr. City Manager City Contract No. 98-57 Resolution No. R-98-63 PLSA Engineering & Surveying Title: ("B -L, 5 TASK NO. 1: SEWER MAINS - DESIGN & CONTRACT DOCUMENTS Scope of Services East Mead Wastewater Collection System; Phase 1 The City of Yakima desires to construct approximately 2700 lineal feet of 10" and 500 lineal feet of 8" wastewater collection system in the "East Mead" subbasin. The project includes 10" sewer pipeline along Simpson Lane from 18th Street to 15th Street; along 17th Street from Simpson Lane to Prasch Avenue; along Prasch Avenue from 17th Street to 16th Street; and along 16th Street from Prasch Avenue to approximately Birch Street; and 8" sewer pipeline along 16th Street from approximately Birch Street to just north of Viola Avenue. The Engineer will prepare plans in accordance with the standard practice of the City for plans prepared by its own staff. The City will designate the basic premises and criteria for the design. The City shall provide support services to the Engineer as described in the following text. The Engineer will cooperate and coordinate with the City to facilitate the project. An outline of the work task follows. I. SURVEY The Engineer shall provide survey services necessary to obtain basic information for mapping and plan sheet preparation. Survey Services Include: a. Obtain plat and street right of way information and analyze. b. Research land subdivision data. c. Research and locate field monumentation. d. Establish elevation benchmark system. e. Research and identify utility locations f. Conduct field alignment and topographic survey. g. Establish project control system. The City shall provide the following: a. City benchmark information. b. Record drawings information for existing sewer, water, irrigation and other utilities in its possession. II. DESIGN AND CONTRACT DOCUMENTS A. Engineering site reconnaissance. The Engineer will conduct a visual site examination to identify the existing characteristics and design objectives. The City representatives shall participate in the site visit and share relevant project information and concerns. B. Utility Coordination. The Engineer will coordinate with affected utility agencies regarding the design elements of the project. This work shall include contacting the utility agency representatives to coordinate the design of the sewer improvements to accommodate existing utility system facilities and proposed improvement. Identify existing or potential conflicts and contact each utility involved to coordinate resolution of conflicts. C. Prepare Sewer Main Design Plans. The City shall provide to the Engineer the following items: • City Standard Details • Project title and project number • A listing of all symbols and abbreviations used by the City and their identifications • City plan preparation standards The Engineer will prepare the design drawings. The drawings will include the items listed below. 1. Cover sheet • Project title and number • vicinity map • Drawing index 2. Summary of Quantities and Legend • List of all symbols and abbreviations used and their identifications. • A table of contract items listed by item number including item units and item quantity. 3. Plan and Profile Sheets The Engineer shall prepare the plan and profile sheets. The plans will include: • Existing right of ways, easements, and property lines • Existing topographic data • Existing utility locations • Construction notes • General notes • Proposed sewer main location • Project benchmarks The profile will include: • Existing ground at sewer main location • Design sewer main gradients • Existing utility depths to the extent possible The drawings scale shall be 1"=20' horizontal, and 1"=5' vertical, unless otherwise adjusted to meet project requirements by the City. 4. Details Sheets The Engineer shall prepare the plan details sheets. They will include the following: • Applicable City standard details • Miscellaneous details as required D. Prepare Special Provisions. The Engineer will prepare special provisions based upon the 1996 Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction. The City shall provide their standard boiler plate provisions. E. Cost Estimate The Engineer will prepare an estimate of probable construction costs, based upon the final design. F. Progress Submittals The Engineer will submit three sets of design drawings, specifications and cost estimate at 90 percent completion. The City shall be allowed two weeks for its review. The City will consolidate staff review comments on one set of prints and documents. The Engineer will discuss the review comments with the City and respond to them. G. Finalize P.S. & E The Engineer shall finalize the plans, specifications, and estimate of project costs in response to the City comments. The Engineer shall make such minor changes, amendments, or revisions in the detail of the work as may be required by the City review comments. H. Submit Final P.S. & E. to the City The Engineer shall submit the final documents of the plans, specifications, and estimate of probable costs to the City as follows: • One reproducible copy of plans • Four (4) paper copies of the plans and specifications. The anticipated time for submittal of final P.S. & E. to the City is on or before August 31, 1998. I. Advertisement for Bid. The Engineer will prepare a description of the project to be included in the advertisement for bid. The City shall prepare the advertisement and cause it to be published. J. Distribution of Plans. The Engineer will distribute the plans and specifications to the plan centers as well as to the prospective Bidders. The Engineer will collect a fee, to be determined, for each set of plans and specifications requested by prospective Bidders. Said fee to be retained by Engineer to offset cost of production, transmittal and mailing of said plans. K. Pre -Bid meeting The Engineer will coordinate and attend a pre-bid meeting. L. Prepare Addendums. The Engineer will prepare any required addenda sets and distribute to the plan holders. The Engineer will provide responses to written questions from prospective bidder. M. Bid Opening. The Engineer will coordinate and attend the Bid Opening at the time and place mutually determined. N. Contract Award The Engineer shall review and make a tabulation of the bids received. Upon consultation with the City, the Engineer shall make a recommendation for the award of the contract. O. Pre Construction Meeting. The Engineer will coordinate and attend a pre construction meeting prior to commencement of any construction activities. P. Record Drawings The Engineer shall provide a reproducible copy of the final record drawings showing the construction project measurements. In the event the Engineer does not provide construction inspection services the City shall provide inspection notes and as -built drawing details to the Engineer. TASK NO. 1 SEWER MAINS - DESIGN & CONTRACT DOCUMENTS ESTIMATED FEE DETERMINATION - SUMMARY SHEET DIRECT SALARY COSTS: Classification Man Hours x Rate = Cost Project Manager 36 34.16 = 1229.76 Project Engineer 72 33.57 = 2417.04 Civil Engineer 24 23.69 = 568.56 Engineer 48 19.32 = 927.36 Engineer Tech I 80 21.13 = 1690.40 Project Surveyor 12 26.72 = 320.64 Surveyor I 24 24.52 = 588.48 Surveyor II 40 21.82 = 872.80 Surveyor Tech I 40 16.32 = 652.80 CAD Drafter I 80 15.41 = 1232.80 CAD Drafter II 40 12.75 = 510.00 Support Tech II 40 11.99 = 479.60 TOTAL DIRECT SALARY COST OVERHEAD (OH COST - Including Salary Additives): OH Rate x DSC of 150% x 11,490.24 FIXED FEE (FF): Fee Rate x DSC of 25% x 11,490.24 = 11,490.24 = 17,235.36 = 2,872.56 REIMBURSABLE: Itemized = 750.00 GRAND TOTAL ESTIMATED FEE (total amount authorized) = 32,348.16 Prepare FBy- ` t Date Task Order No. 1: Authorization to Proceed City of Yakima Date By: Printed Name, Title PLSA Date By Printed Name, Title TASK NO. 2: SEWER MAINS - CONSTRUCTION STAKING Scope of Services The Engineer will provide construction staking as required to establish proper line and grade for the proposed sewer mains. Any additional, restaking shall be at the Contractors expense. TASK NO. 2 SEWER MAINS - CONSTRUCTION STAKING ESTIMATED FEE DETERMINATION - SUMMARY SHEET DIRECT SALARY COSTS: Classification Man Hours x Rate = Cost Project Manager 8 Engineer Tech I 8 Project Surveyor 4 Surveyor I 8 Surveyor II 32 Surveyor Tech I 32 Support Tech II 4 Scheduled Rate Increase (5%) 34.16 = 273.28 21.13 = 169.04 26.72 = 106.88 24.52 = 196.16 21.82 = 698.24 16.32 = 522.24 11.99 = 47.96 2,013.80 100.69 TOTAL DIRECT SALARY COSTS 2,114.49 OVERHEAD (OH COST - Including Salary Additives): OH Rate x DSC of 150% x 2,114.49 = 3,171.35 FIXED FEE (FF): FeeRatexDSC REIMBURSABLE: Itemized of 25% x 2,114.49 = 528.62 = 500.00 GRAND TOTAL ESTIMATED FEE (Total Amount Authorized) = 6,314.46 Date Task Order No. 2: Authorization to Proceed City of Yakima Date By: Printed Name, Title PLSA Date By Printed Name, Title TASK NO. 3: SEWER MAINS - CONSTRUCTION PHASE SERVICES Includes Inspection, Quality Control and Administration Scope of Services East Mead Wastewater Collection System: Phase 1 The City of Yakima anticipates that they may require the services of Engineer during the construction phase of the East Mead Collection System; Phase 1 project. The construction phase services may include inspection, quality assurance testing, compaction testing, and contract administration. Upon authorization for each task the Engineer will provide the following services during the construction phase as directed. 1. Construction Inspection The Engineer shall provide construction inspection services necessary to assure compliance with the contract documents. It is not anticipated that full time inspection will be required. 2. Quality Assurance The Engineer will provide quality assurance test monitoring to insure that the construction meets specified contract requirements. 3. Compaction Testing The Engineer will provide compaction testing of trench backfill materials, including "proctor" determinations, to monitor compliance with contract specifications. 4. Contract Administration The Engineer will provide contract administration services as follows: • Review progress estimate submittals and make recommendations for progress payments. • Review change order requests. • Prepare progress reports. TASK NO. 3 SEWER MAINS - CONSTRUCTION PHASE SERVICES Includes Inspection, Quality Control and Administration ESTIMATED FEE DETERMINATION - SUMMARY SHEET DIRECT SALARY COSTS: Classification Man Hours x Rate = Cost Project Manager 16 34.16 Project Engineer 24 33.57 Civil Engineer 16 23.69 Engineer 16 19.32 Engineer Tech I 72 21.13 Geologist Soils/ Tech 24 21.35 CAD Drafter I 8 15.41 Support Tech II 4 11.99 = 546.56 = 805.68 = 379.04 = 309.12 = 1521.36 = 512.40 = 123.28 = 47.96 4,245.40 Scheduled Rate Increase (5%) 212.27 TOTAL DIRECT SALARY COSTS 4,457.67 OVERHEAD (OH COST - Including Salary Additives): OH Rate x DSC of 150% x 4,457.67 = 6,686.51 FIXED FEE (FF): Fee Rate x DSC of 25% x 4,457.67 = 1,114.42 REIMBURSABLE: Itemized = 500.00 GRAND TOTAL ESTIMATED FEE (Total Amount Authorized) = 12,758.60 Task Order No. 3: Authorization to Proceed City of Yakima Date By: Printed Name, Title PLSA Date By Printed Name, Title EXHIBIT A ANTICIPATED SCOPE OF SERVICES & FEES TASKS ESTIMATED FEES 1. Sewer Mains - Design & Contract Documents 32,348.16 2. Sewer Mains - Construction Staking 6,314.46 3. Sewer Mains - Construction Phase Services, including 12,758.60 inspection, quality control and administration The fees listed above are "estimated" and are the best estimates of the parties at the time this agreement was executed. The fees to be paid the Engineer are dependent upon actual time required to accomplish each task. For this reason, the estimates listed above are subject to change and should only be used for general planning purposes. However, the total estimated cost will not be exceeded without prior written approval of the City. EXHIBIT B FEE SCHEDULE Fees for services shall be based on the rate schedule set forth below. Direct Salary Cost Rate Schedule Classification Hourly Rate Principal Manager 34.16 Project Engineer 33.57 Senior Engineer 37.59 Civil Engineer 23.69 Engineer 19.32 Engineer Tech I 21.13 Engineer Tech II 16.32 Geologist/Soil Tech 21.35 Engineer/Soils Tech 18.96 Project Surveyor 26.72 Surveyor I 24.52 Surveyor II 21.82 Surveyor Tech I 16.32 Surveyor Tech II 10.12 CAD Drafter I 15.41 CAD Drafter II 12.75 Support Tech I 16.78 Support Tech II 11.99 The listed hourly rates represent current direct salary costs for each of the classifications and are subject to periodic changes. These rates are scheduled to be revised July 1, 1998. Thereafter they will be valid for one year. The listed rates are to be used with direct overhead and administrative additives of 150%, together with a profit additive of 25%. All rates are subject to an annual review and adjustment together with inflation increases, and periodic promotion increases. Reimbursable Expenses Reimbursable expenses include out of town travel expenses if required at $.30/mile, computer- aided drafting equipment costs at $3.24/hour, expenses of additional insurance, including professional liability insurance, required by the City in excess of that normally carried by Engineer and Engineer's subcontractors, and other costs necessary to complete the project, but not listed herein. EXHIBIT E BREAKDOWN OF OVERHEAD COSTS StateB&OTax 6.5% Personal Property Tax & Vehicle Licenses .7% Insurance 5.3% Administration & time unassignable (includes overtime) 30.1% Printing, Stationary & Supplies 5.6% Travel Not Assignable 2.8% Telephone Not Assignable 2.5% Fees, Dues, Licenses & Professional Meetings 1.9% Utilities & Maintenance 5.0% Rent 8.4% Office Miscellaneous, Postage 3.8% Tools, Equipment & Furniture 14.4% Professional Services 3.0% Unbillable/uncollectible time 8.3% Corporate taxes/Dividends 27.1% Deferred Compensation 12.5% Bonuses/Pension Plan 12.1% TOTAL OVERHEAD 150.0% NOTE: FICA, Unemployment, Medical Aid & Industrial Insurance, Company Insurance & Medical, Vacation, Holiday, and Sick Leave, included in Direct Salary Cost VD E '11 'IL 1 1D 42 e 433 543 :LaraNnaaur� 32489 2411 32405 32406 32407 32410 3 32419 32438 32435 32434 32433 21471 31425 42431 31426 32408 32413 32423 32424 32425 32428 32427 1 1449 42432 31444 31434 31438 31436 31440 31451 31452 31450 32409 32412 32445 32464 32463 32462 32481 31408 31475 -31541 31542 479- 31454 31458 31456 31459 42455 42454 42453 4245142 •0429 4244842 31471 31535 31534 31533 31532 31518 31517 31518 32448 32447 31488 3 539 32450 32451 32452 31531 31530 31521 31525 31526 31527 31514 31513 31512 31511 31510 31493 f 31479 31480 31481 42417 42416 42416 31503 32439 9246 33488 33 433 .y3 33470 33471 33472 3 4 3 # 34456 42482 42Ill 1 ism412 42468 r 33002 33062 33006 33063 33060 33015 34447 34448 34451 34453 33051 33027 33029 3304233043 3 33420 3012;1 33421 33052 3302113 26 _ 33422 33032 33423 33022 33424 33033 33028 33044 33425 33053 33426 33054 33039 33473 33055 33045 330617743333 331'kb 38 33040 33041 MEAD AVE 34121 34422 34423 43426 43427 43434 43483 43487 43428 431616 43438 43505 43506 43513 43500 4 43 °83512 3 43451 4593458 City of Yakima East Mead Sewer Sewer Lines 8' Sewer Lines 10' Sewer Unee 6' Sewer In Easement emes el10' Sewer In Easement ATT[ti)E3 Nc•5 L. Plasm +i r P c (``L 1 of Vero, v Scale -lin = 400ft 0 200 400 Created: February 05, 1998 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 1-2' For Meeting Of 5/5/98 ITEM TITLE: Consideration of a Resolution Authorizing the City Manager to Execute a Professional Engineering Services Agreement with PLSA Engineering and Surveying for East Mead Wastewater Collection System --Phase 1. SUBMITTED BY: Doug Mayo, Wastewater Project Manager CONTACT PERSON/TELEPHONE: Doug Mayo/575-6077 SUMMARY EXPLANATION: Staff respectfully requests City Council approval of the attached resolution authorizing the City Manager to execute the attached Agreement for Professional Engineering Services with PLSA Engineering and Surveying for East Mead Wastewater Collection System --Phase 1 design and services during construction. Funding for this project is in the 1998 Budget and has been assigned City Project Number 1782. (Continued on next page) Resolution X Ordinance _Contract X Other (Specify) Funding Source 476 wastewater collection system project fund Approved 1998 Appropriation -Project 1782 APPROVED FOR SUBMITTAL: STAFF RECOMMENDATION: Approve resolution authorizing City Manager to execute professional engineering agreement with PLSA Engineering and Surveying for East Mead Wastewater Collection System --Phase 1 design and services during construction. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: (Agenda Statement continued) The "East Mead" area was annexed by the City in 1995. At public hearings pursuant to that annexation, a need for sanitary sewer in the area was indicated. Toward that end, in 1996, KCM, Inc. (engineering consultant) was engaged to prepare the East Mead Sewer Collection System Plan. This preliminary design document was completed in February of 1997. Recently, several additional residents from this area have approached the City inquiring about forming an LID to provide sewer service to their homes. The project proposed as Phase 1, would make service available to the above mentioned re3idences. This project would be the second step of a City program which began in 1994, with the King Street Sewer Project. This program is aimed at providing financial assistance in constructing local sewers in low-income, contaminated groundwater areas within City limits. Wastewater construction efforts are combine with programs administrated by the City's Community and Economic Development Department to provide sewer service at a reduced cost to low- income areas of the City. Within the East Mead Area, this would be the first of several projects required to service the entire area. Approximately 65 parcels could be served by this project (Phase 1). This represents less than 10% of the need in this area of the City alone. The Resolution authorizes the City Manager to execute a contract in substantially the same form as the attached draft agreement, subject to review of the final contract documents by the City Attorney.