HomeMy WebLinkAboutR-2002-066 Carollo Engineers Contract ( Fish Screening Project )RESOLUTION NO. R-2002- 66
A RESOLUTION Ratifying the City Manager's signature on Carollo Engineers' contract
for services related to the Naches Water Treatment Plant Fish
Screening Project and related support.
WHEREAS, the City was recently notified that the Bonneville Power
Administration would grant funds, $800,000, to the City to cover a portion of the costs to
undertake the Naches Water Treatment Plant Fish Screening Project; and
WHEREAS, these funds msut be spent prior to September 30, 2002, and all
design and construction plans remain to be developed in a very short period of time to
enable the City to meet this schedule, and;
WHEREAS, the City of Yakima is currently in a contract relationship with Carollo
Engineers for work done on the preliminary design and grant application to Bonneville
Power Administration, and therefore are known to have the expertise and skills
necessary to provide the required services and support; and
WHEREAS, the City of Yakima has an strong desire and interest to avail itself of
this opportunity to obtain these grant funds; and
WHEREAS, the City Council deems it to be in the best interest of the City to
execute this contract with Carollo Engineers for the deveopment of plans and
specifications for the Naches Water Treatment Plant Fish Screening Project, now,
therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The Assistant City Manager's signature on Carollo Engineers' contract for
services related to the Naches Water Treatment Plant Fish Screening Project and
related support is hereby authorized, ratified and approved.
ADOPTED BY THE CITY COUNCIL this 4 th day of June , 2002 .
ATTEST:
Karen Roberts, City Clerk
ry Place, Mayor
SERVICE AGREEMENT
THIS CONSULTING 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 the
"Consultant").
WHEREAS, the City requires consulting services related to the permitting, design,
bidding, and construction of improvements to the existing Naches River Water Treatment Plant
Raw Water Intake.
WHEREAS, the Consultant represents that it has the expertise necessary and is willing
to perform the Consulting 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 Consultant as follows:
1. Scope of Services. The Consultant shall provide the City with professional
services associated with and in support of permitting, design, bidding, and construction of
improvements to the existing raw water intake facilities.
These services shall include, but not be limited to the following tasks:
Task Order No. 1 (attached hereto as Exhibit `A.1')
Task Order No. 2 (attached hereto as Exhibit `A.2')
2. Time Period for Performance of Services. The term of this Agreement shall
commence upon execution hereof and shall terminate at the time of completion of all
services/tasks required hereunder, or unless the Agreement is earlier terminated by either party
under Section 22 of this Agreement. The Consultant 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 Consultant shall proceed with such services in a timely and
diligent manner, but shall not be responsible for delays beyond the Consultant's control or
which the parties could not have reasonably foreseen 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
Consultant 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 Consultant not 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 Consultant 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 Consultant's
services specified in that task order.
1
Ff. \ Client \Yakima BOI\Intake\Contract.doc
c. Renegotiation of Maximum Fee. The Consultant 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 Consultant
to incur additional costs and expenses in providing the services required under the task order.
In either event, the Consultant shall promptly notify the City in writing of the anticipated
additional fees or reduction of fees. Thereafter, and unless otherwise agreed by the parties, the
Consultant 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. Consultant shall submit monthly invoices to the City.
Said invoices shall itemize all services rendered during the preceding monthly period. Payment
shall be due and payable upon receipt of Consultant's invoice by City. All payments are
expressly conditioned upon the Consultant providing services hereunder which are satisfactory
to the City. In the event City disputes any invoice item, City shall give Consultant written notice
of such disputed item within ten (10) days after receipt of such invoice and shall pay to
Consultant the undisputed portion of the invoice according to the provisions hereof.
e. Payment in the Event of Termination. In the event that either party terminates this
Agreement under Section 22, Consultant 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 Consultant 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 Consultant by the City. In the event that any
audit or inspection identifies any discrepancy in such financial records, the Consultant 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 the cost of all necessary permits,
advertising and similar items that are normally associated with public works projects.
4. Standard of Performance. The Consultant shall perform all work and services
required under this Agreement in accordance with generally accepted Consulting and consulting
standards, and shall be responsible for the technical soundness and accuracy of all work and
services furnished pursuant to this Agreement. No other Warranty, express or implied, is
included in this agreement or in any drawing, specification, report or opinion produced pursuant
to this agreement.
5. Cost Estimates. The City is herewith advised that the Consultant 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 Consultant's cost estimates are made and furnished on
the basis of the Consultant's experience and qualifications and represent only best judgment as
an Consulting firm familiar with the construction industry. As such, the Consultant 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.
7. Ownership of Documents. All reports, designs, drawings, and specifications
prepared by the Consultant pursuant to this Agreement shall be the property of the City upon
2
H.\Client\Yakima BOI\Intake\Contract.doc
payment being made by the City to the Consultant in accordance with Sections 3 of this
Agreement. The Consultant 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. Consultant shall retain its rights in its standard drawing details, designs,
specifications, databases, computer software and any other proprietary property. Rights to
intellectual property developed, utilized, or modified in the performance of the services shall
remain the property of the Consultant. The Consultant 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 Consultant
shall be at the City's risk.
8. Design Intent. The Consultant shall prepare the design documents, drawings,
and specifications with the understanding that a representative of the Consultant 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.
9. Information to be provided by the City. The City shall provide the Consultant
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 Consultant shall be entitled to rely
upon the completion and accuracy of such documentation.
10. Status of Consultant. Consultant and the City understand and expressly agree
that Consultant is an independent contractor in the performance of each and every part of this
Agreement. The Consultant shall have the sole judgment of the means, mode or manner of the
actual performance of work/services required under this Agreement. The Consultant, 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 Consultant and its employees shall make no claim of City employment nor shall
claim against the City any related employment benefits, social security, and/or retirement.
11. Taxes and Assessments. Consultant 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; Consultant shall pay the same
before it becomes due.
12. Nondiscrimination Provision. During the performance of this Agreement,
Consultant 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.
13. Compliance With Law. Consultant 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
3
H.\Client\Yakima BOI\Intake\Contract.doc
federal, state, local, or otherwise. If a change in any law or regulation increases the cost of
Consultant's work or services, then Consultant will be entitled to an equitable adjustment to the
Agreement.
14. No Insurance. It is understood the City does not maintain liability insurance for
Consultant or its employees and subcontractors.
15. Indemnification and Hold Harmless.
a. Consultant 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 reasonable attorneys' fees and disbursements) resulting from
death or bodily injury to any person or damage or destruction to third -party to the extent caused
by any negligent act and/or omission of the Consultant, its officers, employees, agents, and/or
subcontractors, arising out of the performance of this Agreement.
b. In the event that both Consultant and the City are negligent, the Consultant'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 Consultant, its officers, employees,
agents, and/or subcontractors.
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.
16. Insurance provided by Consultant.
a. Commercial Liability Insurance. On or before date the this Agreement is fully
executed by the parties, the Consultant 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
insured, 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 a company 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 Consultant 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
4
H.\Client\Yakima BOI\Intake\Contract.doc
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 insured, 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 a company rated A -VII or higher in Best's
Guide and admitted in the State of Washington.
c. Professional Liability Insurance. On or before the date this Agreement is fully
executed by the parties, the Consultant 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 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 Consultant shall ensure that all
subcontractors it utilizes for work/services required under this Agreement shall comply with all of
the above insurance requirements.
17. Delegation of Professional Services. The services provided for herein shall be
performed by Consultant, and no person other than regular associates or employees of
Consultant shall be engaged upon such work or services except upon written approval of the
City.
18. Assignment. This Agreement, or any interest herein, or claim hereunder, shall
not be assigned or transferred in whole or in part by Consultant to any other person or entity
without the prior written consent of the City, except that it may be assigned without such
consent to a related entity, an affiliate or wholly-owned subsidiary of either party. In the event
that such prior written consent to an assignment is granted, then the assignee shall assume all
duties, obligations, and liabilities of Consultant stated herein.
19. No Conflict of Interest. Consultant 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. Consultant further
covenants that it will not hire anyone or any entity having such a conflict of interest during the
performance of this Agreement.
20. 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.
21. Integration. This written document constitutes the entire agreement between the
City and Consultant. 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
5
H.\Client \Yakima BOI\Intake\Contract.doc
binding upon either party unless such change or addition be in writing and executed by both
parties.
22. Termination. The City or Consultant 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 CONSULTANT:
Water/Irrigation Manager
2301 Fruitvale Blvd
Yakima, WA 98902
Carollo Engineers
12592 West 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.
CITY OF YAKIMA
By:
R. A. Zais, Jr.,
City Manager
DATE: r 0;2-
ATTEST:
2.
ATTEST:
City Clerk
City Contract No. nZoo2p-r/7
,EE5 L.HTionv Roo..? -(e4
6
H.\Client \Yakima BOI\Intake\Contract.doc
CAR• • ENGINEERS
cipal
By:
DATE:
Exhibit `A.1'
TASK ORDER NO. 1
CITY OF YAKIMA
City
AND
CAROLLO ENGINEERS, A Professional Corporation
Consultant
This Task Order is issued by the City and accepted by the Consultant pursuant to the mutual
promises, covenants and conditions contained in the Service Agreement between the above
named parties dated the day of , 2002, in connection
with:
CITY OF YAKIMA, WA
NACHES RIVER WTP RAW WATER INTAKE PROJECT
PURPOSE
The purpose of this Task Order is to provide engineering services for the predesign, design,
permitting, City procurement of equipment, and prequalification of contractors for upgrades to
the Naches River WTP Raw Water Intake. These tasks will be performed with the intent of "fast -
tracking" the project as possible in order to maximize the City's ability to secure project funding
from the Bonneville Power Administration (BPA). It is understood that cooperation and timely
review by agency permitting personnel is necessary to achieve the project milestone dates.
CONSULTANT'S SERVICES
The following tasks will be completed under this Task Order No. 1:
1. Predesign and Workshop No. 1
The Consultant will schedule and conduct an initial project workshop to be held within 10 days
of notice to proceed. The workshop will include City, Carollo, and FishPro personnel and will be
focused on preparing a revised predesign and design criteria for upgrading the existing raw
water intake and spillway. The results of the workshop will be incorporated into a predesign
memorandum that will form the basis of design for project components. The predesign will be
prepared to satisfy agency permitting and review requirements, and it will consist of design
criteria, preliminary layouts, and information necessary for the design of the following elements:
• Inclined fish screens to be installed adjacent to the existing screen structure. The screens
will achieve National Marine Fisheries Service and Washington Department of Fish and
Wildlife screening criteria.
• Structural, mechanical, and electrical modifications to the existing intake structure.
• Demolition and modifications to the existing spillway structure for the installation of new
inflatable overflow weirs (Obermeyer or equal).
H:\Client\Yaki ma_BOI\Intake\TO_ 1. doc
Page 1 of 4
• Piping and bulkhead construction for routing the Wapatox Canal waste ditch away from the
new intake screens.
• A new channel wall parallel to the existing channel wall complete with ice beam at the top
end.
• Earthwork and temporary construction requirements including dewatering and traffic routing.
Deliverables: Workshop Agenda and minutes; Predesign Memorandum
2. Permitting and TWG Workshops
Permitting assistance will be provided with the intent of securing the necessary permits for
construction of the upgrades to the existing raw water intake. The following subtasks will be
performed:
• Identify Permit Requirements: Includes background research, project review, discussion,
consultation, agency communication, and issue identification associated with project.
• Technical Work Group (TWG): A TWG will be established and conducted with all
jurisdictional agencies including BPA personnel. The TWG will form the basis for
familiarizing agency personnel with the project, facilitating agency involvement, and
streamlining the permitting process. Included with this subtask will be two TWG meetings.
• Consultation and Coordination: Agency consultation and coordination will be maintained
throughout the project. It is assumed that the majority of communications will be by phone,
fax, and/or email.
• Prepare Permit Documents: It is anticipated that a State Environmental Policy Act (SEPA)
checklist, National Environmental Policy Act (NEPA) checklist, Joint Aquatic Resources
Permit Application (JARPA) Form, and National Marine Fisheries Service (NMFS)
consultations will be required.
Deliverables: Memorandum identifying permit requirements, TWG meeting agenda and minutes,
completed SEPA and NEPA checklists, completed JARPA, miscellaneous correspondance.
3. Intake Facility Design
Intake facility design will consist of the preparation of plans and specifications for construction of
all upgrades to the existing facilities as identified in the Predesign Memorandum with the
exception of fish screens that will be designed under Subtask 4. Included with the design will be
all general, civil, mechanical, structural, and electrical drawings and specifications. A 90% set of
plans and specifications will be issued for review by City and Team personnel. A final "bid -
ready" set of plans and specifications including all front-end specifications will be issued two
weeks after submittal of the 90% review set. The "fast-track" approach to this project may
require the use of a bid allowance or "forced account" that will be set up for completing work that
could not be fully designed during the abbreviated design period. A preliminary list of drawings
is attached as Exhibit 'E'.
Deliverables: 90% Plans and Specifications, "Bid -ready" plans and specifications
H:\Client\Yakima_BOI\Intake\TO_1.doc
Page 2 of 4
4. Fish Screen Design/City Procurement of Equipment
Procurement documents consisting of complete plans and specifications for the new inclined
fish screens, inflatable overflow weirs, waste ditch pipe, and turbidimeter will be prepared for the
City's use in soliciting bids, awarding contracts, and procuring these items for subsequent
installation by the Contractor. Bidder qualifications and submittals will be reviewed, and a
recommendation of award will be prepared. Review of submittals and a fabricator visitation will
also be completed.
Deliverable: Procurement Documents, Responses to Bidder Inquiries, Recommendations of
Award, Submittal Review Comments, Fabricator Visitation Minutes
5. Prequalification of Contractors
General Contractors will be pre -qualified prior to the bid period. Carollo will prepare a
prequalification package complete with notice inviting statements of qualification, instructions,
procedures, and questionnaire. Submitted prequalification packages will be evaluated and
recommendations will be made to the City as to which Contractor's appear capable of
performing the Work.
Deliverables: Prequalification Package, Memorandum summarizing Contractor evaluation
ASSUMPTIONS
The following assumptions have been used in preparing the scope of work presented herein:
• The City will perform all work related to modifications to the existing water right and
easement with Washington Department of Transportation. Additionally, the City will obtain
any agreements necessary from PacificCorp for shutting down the powerhouse and
constructing the intake upgrades.
• A wetland delineation report and biological assessment are not required.
PAYMENT
Consultant shall bill City on an hourly basis in accordance with the fee schedule attached as
Exhibit 'C'. Total compensation shall not exceed $183,600 unless authorized by the City.
Exhibit 'D.1' presents a breakdown of estimated costs for this Task Order No. 1.
H:\Client\Yaki ma_BOI\Intake\TO_ 1. doc
Page 3 of 4
EFFECTIVE DATE
This Task Order No.1 is effective as of the LP+ day of --34--) , 2002.
IN WITNESS WHEREOF, duly authorized representatives of the City and of the Consultant
have executed this Task Order No. 1 evidencing its issuance by City and acceptance by the
Consultant.
CAROLLO ENGINEERS, CITY OF YAKIMA
A Professional Corporation
By
By:
H:\Client\Yakima_BOI\Intake\TO_1.doc
�L-
Accepted this day of
2002
By:
Officer
By:
Officer
Page 4 of 4
Exhibit `A.2'
TASK ORDER NO. 2
CITY OF YAKIMA
City
AND
CAROLLO ENGINEERS, A Professional Corporation
Consultant
This Task Order is issued by the City and accepted by the Consultant pursuant to the mutual
promises, covenants and conditions contained in the Service Agreement between the above
named parties dated the day of , 2002, in connection
with:
CITY OF YAKIMA, WA
NACHES RIVER WTP RAW WATER INTAKE PROJECT
PURPOSE
The purpose of this Task Order is to provide engineering services during bidding and
construction of upgrades to the Naches River WTP Raw Water Intake. These tasks will follow
services completed under Task Order No. 1.
CONSULTANT'S SERVICES
The following tasks will be completed under this Task Order No. 2:
1. Bidding Services
Engineering services during bidding will consist of distribution of plans and specifications,
maintaining a planholder's list, responding to bidder inquiries, attending and conducting a pre-
bid conference, preparing addenda as necessary, and conducting the bid opening.
Deliverables: Planholder's list, addenda as needed, recommendation of award
2. Services During Construction
Engineering services during construction will consist of:
• Attend, conduct, and prepare minutes for a Preconstruction Conference.
• Review Contractor submittals and shop drawings for conformance to Contract Documents
• Respond to Contractor RFIs and provide design clarifications
• Issue work change directives, field orders, and change orders as necessary
• Review Contractor progress payment applications
H:\Client\Yakima_BOI\Intake\TO_2.doc
Page 1 of 2
• Attend monthly construction meetings and prepare/distribute meeting minutes
• Participate in final inspection of facilities and note deficiencies for punch list items
• Prepare project record drawings
Deliverables: Submittal reviews; RFI responses; issuance of work change directives, field
orders, change orders; monthly construction meeting minutes; record drawings.
ASSUMPTIONS
The following assumptions have been used in preparing the scope of work presented herein:
• The Contractor will be permitted to perform the work in the September to December time
period.
• City procured equipment will be delivered within 60 days of award of procurement items,
allowing it to be incorporated into the Work within the construction period.
• The bidding period will be limited to three weeks total.
• Construction will take three months total.
• Daily inspection will be provided by the City.
PAYMENT
Consultant shall bill City on an hourly basis in accordance with the fee schedule attached as
Exhibit `C'. Total compensation shall not exceed $54,600 unless authorized by the City. Exhibit
'D.2' presents a breakdown of estimated costs for this Task Order No. 2.
EFFECTIVE DATE
This Task Order No.2 is effective as of the Lcday of , 2002.
IN WITNESS WHEREOF, duly authorized representatives of the City and of the Consultant
have executed this Task Order No. 2 evidencing its issuance by City and acceptance by the
Consultant.
CAROLLO ENGINEERS,
A Professional Corporation
CITY OF YAKIMA
Accepted th•is day of
2002
By. By:
By:
r.;. By:
Principal
H:\C ( l e n t\Ya ki m a_BOI\ I nta ke\TO_2. do c
Officer
Page 2 of 2
Exhibit 'B'
PROPOSED SCHEDULE AND TIME OF PERFORMANCE
The scope of services for Task Order No. 1 shall begin immediately upon notice to proceed
(NTP). Major milestones shall be as follows:
• A Predesign Workshop shall be scheduled to occur within ten days of NTP.
• Predesign Memorandum: A draft predesign memorandum shall be issued within two weeks
following the Predesign Workshop.
• Contractor Prequalification: The Contractor Prequalification Package shall be completed
within three weeks of NTP.
• City Procurement Documents shall be completed within six weeks following the Predesign
Workshop.
• "Bid -ready" Documents: "Bid -ready" plans and specifications shall be completed within eight
weeks of NTP.
The scope of services for Task Order No. 2 shall begin immediately upon submittal of the "bid -
ready" plans and specifications, prepared under Task Order No. 1, and shall be completed
within 1 month following final completion of the Work.
H.\Client\Yakima_BOI\Intake\Contract.doc
Page 1 of 1
EXHIBIT 'C'
CAROLLO ENGINEERS, PC
FEE SCHEDULE
As of March 1, 2002
Boise, Idaho
Hourly Rate
Engineers/Scientists (E/S)
E/S I $75.00
E/S II 87.00
E/S III 108.00
E/S IV 120.00
E/S V 131.00
E/S VI 143.00
E/S VII 154.00
E/S VIII 169.00
Principal 176.00
Engineering Aides (EA)
EA I
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
ET VIII
52.00
59.00
72.00
78.00
86.00
107.00
120.00
58.00
61.00
65.00
69.00
76.00
88.00
100.00
120.00
Support Staff
Office Aides 37.00
Clerical 55.00
Word Processors 65.00
Project Equipment Communication Expense 5.77
(PECE) Per DL Hour
Travel and Subsistence at cost
Mileage .36/mile
Subconsultant Cost + 10%
Other Direct Costs Cost + 10%
This fee schedule is subject to annual revisions due to labor adjustments.
H:\Kmanual\FEE\Standard\B0102.doc 1
EXHIBIT 'D.1'
TASK ORDER NO. 1
City of Yakima - Naches WTP Intake Project
Fee and Hour Estimate
Subtask
No.
Task Description
Patrick
White
Jim
Meyerhofer
Paul
Walker
Labor Hours and Costs
Labor Hours
Todd Staff Engineer
Hackett Engineer Tech VI
Support
Staff
Total
Hours
Labor
Cost
PECE
Costs
ODCs
Travel
Envirocon
FishPro
Task
Total
$)
,$176'
$143,. .,
,$1201 ,
. 1143
$76 .'
$76 :
$66. :
1
Predesign & Workshop No. 1
8
16
48
8
12
32
16
140
$15,000
$808
$800
$2,000
$16,400
$35,100
2
Permitting & TWG Workshops
8
32
8
48
$5,500
$277
$400
$35,500
$41,700
3
Intake Facility Design
8
32
148
40
32
140
40
440
$45,100
$2,539
$12,000
$2,800
$62,500
4
Fish Screen Design/Owner Procure
4
24
4
32
8
72
$6,700
$415
$33,000
$40,200
5
Contractor Prequalification
2
4
8
4
18
$2,100
$104
$1,800
$4,100
Total
18
64
260
48
48
204
76
718
$74,400
$4,100
$1,200
$14,000
$89,500
$183,600
Protect Equipment and Commurncation Expense
5/22/2002
EXHIBIT 'D.2'
TASK ORDER NO. 2
City of Yakima - Naches WTP Intake Project
Fee and Hour Estimate
Subtask
No.
Task Description
Patrick
White
Jim
Meyerhofer
Paul
Walker
Labor Hours and Costs
Labor Hours
Todd Staff Engineer
Hackett Engineer Tech VI
Support
Staff
Total
Hours
Labor
Cost
PECE
Costs
ODCs
Travel
Envirocon
FishPro
Task
Total
($)
($)
($)
($)
($)
($)
$176',.
', .$143
$120 ,'
.. $143
:.$75.
.. $76
$65.
1
Bidding Services
4
24
4
8
16
32
88
$7,900
$508
$400
$1,000
$2,200
$12,100
2
Construction Services
2
20
140
14
32
32
40
280
$29,400
$1,616
$400
$6,000
$5,000
$42,500
Total
2
24
164
18
40
48
72
368
$37,300
$2,100
$800
$7,000
$7,200
$54,600
5/22/2002
EXHIBIT 'E'
PRELIMINARY LIST OF DRAWINGS
CITY OF YAKIMA - NACHES RIVER WTP INTAKE PROJECT
DRAWING
NO. TITLE
G-1 COVER
G-2 LIST OF DRAWINGS, LOCATION MAP
G-3 DESIGN CRITERIA, HGL, NOTES, SYMBOLS
C-1 SITE PLAN
C-2 DEMOLITION, TEMPORARY CONTROLS
C-3 EARTHWORK AND PIPING
GM -1 SCHEDULES, NOTES
GM -2 DETAILS
M-1 MECHANICAL PLAN AND SECTIONS
M-2 MECHANICAL SECTIONS AND DETAILS
GS -1 STRUCTURAL NOTES
GS -2 STRUCTURAL DETAILS
GS -3 STRUCTURAL DETAILS
S-1 PLAN
S-2 SECTIONS
GE -1 ELECTRICAL NOTES, SYMBOLS
GE -2 ELECTRICAL DETAILS
E-1 SINGLE LINE DIAGRAM & SCHEMATICS
E-2 ELECTRICAL SITE PLAN
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No.
For Meeting of June 4, 2002
ITEM TITLE: Consideration of a Resolution Ratifying the City Manager's signature on Carollo
Engineers' contract for services related to the Naches Water Treatment Plant Fish
Screening Project and related support.
SUBMITTED BY: Dueane Calvin, Water/Irrigation Manager
CONTACT PERSON/TELEPHONE: Dueane Calvin 576-6154
SUMMARY EXPLANATION:
The City was recently notified that the Bonneville Power Administration would grant funds to the
City for a portion of its Naches Water Treatment Plant Fish Screening Project.
On May 24, 2002 the City Manager signed the contract with Carollo Engineers, in an effort to
expedite implementation of the contruction phase of the Naches Water Treatment Plant Fish
Screening Project. The grant monies coming from Bonneville Power Administration must be fully
expended on or before September 30, 2002 and time therefore is of the essence. Attached for your
information is a copy of the contract with Carollo Engineers.
Resolution X Ordinance Other (Specify)
Contract Mail to (name and address):
Phone:
Funding Source N/A -
APPROVED FOR SUBMITTAL:
City Manager
STAFF RECOMMENDATION: That the City Manager's signature on Carollo Engineers'
contract for services related to the Naches Water Treatment Plant Fish Screening Project
and related support is hereby authorized, ratified and approved.
BOARD/COMMISSION RECOMMENDATION:
COUNCIL ACTION:
Resolution adopted. RESOLtIPION NO. R-2002-66
WATER & IRRIGATION DIVISIONS
2301 FRUITVALE BLVD.
Yakima, Washington 98902
December 18, 2002
Carollo Engineers
Jim Meyerhofer PE
3100 S. Harbor Blvd., Suite 200
Sanat Aria, CA 92704
Subject: Exceed Contract Amount for Resolution No. R-2002-66 Contract #2002-47
(Naches River WTP Intake Design)
Dear Jim:
This letter is the authorization for an increase to City Contract 2002-47 Naches River WTP
Intake Design Task Order Nos. 1 and 2. The "Not to Exceed" Amount is herby increased by
$55,000.00. The new "Not to Exceed" amount is $293,200.00. All other provisions in the
contract remain in affect.
The increase has been approved in order to complete the following:
1. Carollo/FishPro prepared a Biological Assessment (BA) report as part of the permitting
process for the new intake and fish screens. Additional consultation with NMFS and
resultant design changes required the design team to spend more time than allocated to
the barrier and screen design. These activities cost about $30,000 to complete.
2. Construction observation during construction of the new intake and fish screens will be
performed by a subconsultant to Carollo. This activity was originally planned to be
performed by City staff. Our subconsultant agreement with Huibregtse, Louman and
Associates is for $25,000.
City 0 akima
enn Rice
Assistant City Manager
Water 575-6154 • Water Treatment Plant 575-6177 • Irrigation 575-6194 • Fax 575-6187
Yakima
1994