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.