Loading...
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