Loading...
HomeMy WebLinkAboutR-2003-026 Carollo Engineers, P.C. Contract (re: Naches River water treatment plant )RESOLUTION NO. R- 2003- 26 A RESOLUTION authorizing execution of a contract with Carollo Engineers, P.C. for preliminary design, design, bidding, and construction of improvements to the chemical feed system and filter pipe gallery at the Naches River Water Treatment Plant WHEREAS, the City of Yakima has need for consulting services related to the preliminary design, design, bidding, and construction of improvements to the chemical feed system and filter pipe gallery at the Naches River Water Treatment Plant; and WHEREAS, the City does not possess adequate in-house staff to perform the necessary work involved in the preliminary design, design, bidding, and construction of improvements to the chemical feed system and filter pipe gallery at the Naches River Water Treatment Plant; and WHEREAS, the City of Yakima has complied with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural services by a city; and WHEREAS, the City Council deems it to be in the best interest of the City to enter into a contract with Carollo Engineers, P.C., for the preliminary design, design, bidding, and construction of improvements to the chemical feed system and filter pipe gallery at the Naches River Water Treatment Plant including plans and specifications; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager, City Clerk and the Assistant City Manager are hereby authorized and directed to execute the attached and incorporated "Consulting Agreement" together with its attachments. ADOPTED BY THE CITY COUNCIL this 18th day of February 2003. ATTEST: Karen Roberts, City Clerk 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 preliminary design, design, bidding, and construction of improvements to the chemical system and filter pipe gallery at the existing Naches River Water Treatment Plant. 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 preliminary design, design, bidding, and construction of improvements to the chemical system and filter pipe gallery at the existing Naches River Water Treatment Plant. 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) Task Order No. 3 (attached hereto as Exhibit A.3) 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 on Exhibits B.1, B.2, and B.3. 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. 1 H.\Client\Yakima_BOI\new project\contracts\Contract.doc 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. 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. 6. Not Used 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 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 2 H:\Client\Yakima_BOI\new project\contracts \Contract.doc 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 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. 3 H:\Client\Yakima_BOI\new project\contracts\Contract.doc 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 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 4 H:\Client\Yakima_BOI\new project\contracts\Contract.doc 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. Severabilitv. 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 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. 23. 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. 24. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 5 H. \ Client \ Yakima_BOI \ new project contracts Contract.doc 25. Venue. The venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of Washington for Yakima County, Washington. 26. Drafting of Agreement. Both the Consultant and the City have participated in the drafting of this Agreement. As such, it is agreed by the parties that the general contract rule of law that ambiguities in the contract language shall be construed against the drafter of a contract shall have no application to any legal proceeding, arbitration and/or action in which this Agreement and its terms and conditions are being interpreted and/or enforced. 27. Non -Waiver. The waiver by either the City or the Consultant of the breach of any provision of this Agreement by the other party shall not operate and/or be construed as a waiver of any subsequent breach by either party or prevent either party thereafter enforcing such provision. CITY OF YAKIMA CAROLLO ENGINEERS, A Pro - - - Corporation By: R. A. Zais, 1F:1, City Manager DATE: rmmy 2>,�a003 ATTEST: DATE: City Clerk City Contract No. 0?003 -.Z/ Xesok,A0,0 M ,?-W3-.?, Srfl;d�'aZ,� H:\Client\Yakima_BOI\new project\contracts\Contract.doc 6 EXHIBIT A.1 TASK ORDER NO. 1 CITY OF YAKIMA, WA (CITY) AND CAROLLO ENGINEERS, A PROFESSIONAL CORPORATION (ENGINEER) This Task Order is issued by the CITY and accepted by the ENGINEER pursuant to the mutual promises, covenansaand conditions in the Agreement between the above named parties dated the 64evie,Y, 2.6k53 , in connection with: City of Yakima, WA Naches River WTP Chemical and Filter Pipe Gallery Upgrade Project (Project). PURPOSE The ENGINEER's scope of services, time of completion and compensation shall be as set forth herein. Services shall generally be described as engineering services for preliminary design of chemical and filter pipe gallery upgrades at the Naches River WTP. It is anticipated the ENGINEER's services may be expanded in other task orders to include design and services during construction. ENGINEER'S SERVICES Services shall be generally described as those necessary for the preliminary design of chemical and filter pipe gallery upgrades at the Naches River WTP. TASK 1 — Preliminary Engineering The ENGINEER will perform preliminary design services related to the following new or upgraded facilities at the Naches River WTP: • New Coagulation Facilities • New Chemical Storage and Feed Facilities • New On-site Hypochlorite Generation Facilities • Replacement of the Existing Piping in the Filter Pipe Gallery In addition, the ENGINEER will prepare a discussion that prioritizes future needed improvements at the water plant. The 1998 plant evaluation report prepared by the ENGINEER will serve as the basis of this discussion. Estimated fee: $26,017 -1- TASK 2 — Site Survey The ENGINEER will perform a vertical and horizontal site survey of the Naches River WTP sites, and use the survey information to develop site plans to be used in completion of the project design drawings. Estimated fee: $10,247 TASK 3 — Geotechnical Study The ENGINEER will also perform a geotechnical study, including review of existing soils information, field investigation, two soil borings, sampling and testing, and completion of a written geotechnical report. The report will include discussion of site geology, groundwater conditions, boring log and test information, conclusions regarding soil properties, and recommendations for foundation systems and pressures. Recommendations will be provided for structure and pipeline designs, construction methods, and backfill materials. It is not anticipated that hazardous materials will be present in areas to be excavated during construction. If hazardous materials are encountered during the field investigations, additional scope and compensation will be required to evaluate the conditions and make recommendations. The project Geotechnical Engineer will also review the 90% complete plans and specifications. Estimated fee: $10,247 PAYMENT CITY shall pay ENGINEER on an hourly basis in accordance with the attached engineering cost estimate (Exhibit D.1) and fee schedule (Exhibit C). Subconsultants shall be invoiced at ENGINEER's cost plus ten (10) percent. All other direct costs shall be invoiced at the actual cost. ENGINEER's total compensation for the Scope of Services identified in this Task order shall not exceed the amount of forty-six thousand five hundred eleven dollars ($46,511), without additional authorization from CITY. The ENGINEER shall submit monthly statements to the CITY based on the ENGINEER's labor and expenses accrued at the time of billing. CITY shall make monthly payments in response to ENGINEER's statement. -2- EFFECTIVE DATE This Task Order No. 1 is effective as of the 10—day of MOW- OW- c L 2003. IN WITNESS WHEREOF, duly authorized representatives of the ENGINEER and of the CITY have executed this Task Order No. 1 evidencing its issuance by CITY and acceptance by ENGINEER. CAROLLO ENGINEERS, A Prof conal •rporation Partner Bv: -3- EXHIBIT A.2 TASK ORDER NO. 2 CITY OF YAKIMA, WA (CITY) AND CAROLLO ENGINEERS, A PROFESSIONAL CORPORATION (ENGINEER) This Task Order is issued by the CITY and accepted by the ENGINEER pursuant to the mutual promises, covenants and copditions in the Agreement between the above named parties dated the rjtt- fA-c , in connection with: City of Yakima, WA Naches River WTP Chemical and Filter Pipe Gallery Upgrade Project (Project). PURPOSE The ENGINEER's scope of services, time of completion and compensation shall be as set forth herein. Services shall generally be described as engineering services for design of chemical and filter pipe gallery upgrades at the Naches River WTP. It is anticipated the ENGINEER's services may be expanded in other task orders to include services during construction. A scope of work and fee estimate for these additional services can be prepared upon request. ENGINEER'S SERVICES Services shall be generally described as those necessary for the design of chemical and filter pipe gallery upgrades at the Naches River WTP. It is understood the contract documents prepared by the ENGINEER in April 2000 for the Filter Pipe Gallery Modifications will be used as is, with the exception of changes to drawing borders and minor comments to the Invitation to Bid and Unit Price Bid Schedule. TASK 1 — Detailed Design and Cost Estimates ENGINEER will prepare necessary 22 -inch by 34 -inch drawings and technical specifications for the general, civil, mechanical, structural, electrical, and instrumentation requirements for the Project. Drawing preparation will use ENGINEER'S standards, including drawings in AutoCad format and specifications in Microsoft Word format. Front-end specifications will include City front-end documents and the latest edition of Washington State Standard Specifications for Road, Bridge, and Municipal Construction. The design scope of work assumes that no design improvements will be required to the existing building and site to update them in order to obtain any permits, such as Building Permit, or comply with any codes, such as ADA. -1- The drawings and specifications will be developed for competitive bidding by contractors.The ENGINEER will submit half-size drawings for review by CITY at the 30- and 90 -percent complete levels. CITY'S review comments will be incorporated into the design. A preliminary list of drawings is shown as Exhibit E. Cost estimates will be completed by ENGINEER at the 30-, and 90 -percent complete submittals. CITY will provide printing and distribution of the final drawings. CITY will provide advertising. Additionally, it is assumed CITY will be responsible for obtaining the necessary building and other permits for the project. Upon completion of the design, ENGINEER will deliver electronic copies of the plans and specifications to CITY in .pdf format. Estimated fee: $283,588 TASK 2 —Washington DOH ENGINEER submit drawings and specifications to Washington DOH for review. Comments from DOH will be incorporated into the drawings and specifications. Estimated fee: Included with Task 1. The ENGINEER will perform its services in a manner that will permit the CITY to meet this schedule unless delayed due to a cause beyond the ENGINEER's control at which time the ENGINEER's compensation may be subject to an increase. PAYMENT CITY shall pay ENGINEER on an hourly basis in accordance with the attached engineering cost estimate (Exhibit D.2) and fee schedule (Exhibit C). Subconsultants shall be invoiced at ENGINEER's cost plus ten (10) percent. All other direct costs shall be invoiced at the actual cost. ENGINEER's total compensation for the Scope of Services identified in this Task order shall not exceed the amount of Two -hundred eighty-three thousand five hundred eighty- eight dollars ($283,588), without additional authorization from CITY. The ENGINEER shall submit monthly statements to the CITY based on the ENGINEER's labor and expenses accrued at the time of billing. CITY shall make monthly payments in response to ENGINEER's statement. -2- EFFECTIVE DATE This Task Order No. 2 is effective as of the `O. day of 1146 2003. IN WITNESS WHEREOF, duly authorized representatives of the ENGINEER and of the CITY have executed this Task Order No. 2 evidencing its issuance by CITY and acceptance by ENGINEER. CAROLLO ENGINEERS, CITY A Profes ' e - : orporation Partner By: -3- By: EXHIBIT A.3 TASK ORDER NO. 3 CITY OF YAKIMA, WA (CITY) AND CAROLLO ENGINEERS, A PROFESSIONAL CORPORATION (ENGINEER) 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 'CA day of , 2003, in connection with: City of Yakima, WA Naches River WTP Chemical and Filter Pipe Gallery Upgrade Project (Project). PURPOSE The purpose of this Task Order is to provide engineering services during bidding and construction of upgrades to the chemical system and filter pipe gallery at the Naches River WTP. These tasks will follow services completed under Task Order Nos. 1 and 2. ENGINEER'S SERVICES The following tasks will be completed under this Task Order No. 3: Task 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. Estimated fee: $24,481 Deliverables: Planholder's list, addenda as needed, recommendation of award, printing and distributing plans and specifications Task 2 — Services During Construction Engineering services during construction will consist of: • Attend, conduct, and prepare minutes for a Preconstruction Conference -1- H:\Client\Yakima_BOI\new project\contracts\exhibit A.3.doc • Provide construction observation • 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 • 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 Estimated fee: $251,901 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: • Construction will occur between October 2003 and October 2004. • Consultant's Project Engineer was estimate quarter -time for 12 months for a total of 519 hours. • Consultant will provide copies of plans and specifications to bidders. A reproduction cost of $15,000 was allocated for this activity; 60 sets at $250/set. • 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 five weeks total. • Construction observation was estimated at half time for 12 months for a total of 1,038 hours. • City will provide QA materials testing, such as soils and concrete. PAYMENT Consultant shall bill City on an hourly basis in accordance with the fee schedule attached as Exhibit 'C'. Total compensation shall not exceed $276,382 unless authorized by the City. Exhibit 'D.3' presents a breakdown of estimated costs for this Task Order No. 3. -2- H:\Client\Yakima_BOI\new project\contracts\exhibit A.3.doc EFFECTIVE DATE This Task Order No. 3 is effective as of the I,0 t day of ill& , 2003. IN WITNESS WHEREOF, duly authorized representatives of the City and of the Consultant have executed this Task Order No. 3 evidencing its issuance by City and acceptance by the Consultant. CAROLLO ENGINEERS, A Professional Corporation -3- -1:1Client\Yakima_BOI\new project\contracts\exhibit A.3.doc CITY OF YAKIMA Accepted this 101--- day of 1, 2003 By: By: Officer EXHIBIT B.1 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: • March 3, 2003: Notice to Proceed • March 5 and 6: Project Workshop at the WTP • March 27, 2003: Workshop and Submission of draft Predesign Report • April 4, 2003: Submittal of draft Review Comments by City • April 11, 2003: Submission of Final Predesign Report H:\Client\Yakima_BOI\new project\contracts\EXHIBIT 61_B2_B3.doc EXHIBIT B.2 PROPOSED SCHEDULE AND TIME OF PERFORMANCE The scope of services for Task Order No. 2 will proceed in accordance with the Project milestones as follow: • April 14, 2003: Notice to Proceed • May 7 and 8: 30 Percent Submittal and Workshop at the WTP • July 9 and 10: 90 Percent Submittal and Workshop at the WTP • August 16, 2003: Submission of Final Drawings Project construction is anticipated for the months of October 2003 through October 2004. H:\Client\Yakima_BOI\new project\contracts\EXHIBIT 81_82_B3.doc EXHIBIT B.3 PROPOSED SCHEDULE AND TIME OF PERFORMANCE The scope of services for Task Order No. 3 shall begin immediately upon submittal of the "bid - ready" plans and specifications prepared per Task Order No. 2, and shall occur concurrently with the construction of the new facilities. Construction is anticipated to occur between October 2003 and October 2004. H:\Client\Yakima_BOI\new project\contracts\EXHIBIT B1_B2_B3.doc EXHIBIT C CAROLLO ENGINEERS, PC FEE SCHEDULE As of March 1, 2003 Boise, Idaho Hourly Rate Engineers/Scientists (EIS) E/S I $78.00 E/S II 90.00 E/S III 112 00 E/S IV 125.00 E/S V 136.00 E/S VI 149.00 E/S VII 160.00 E/S VIII 176.00 Principal 183.00 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 54 00 61.00 75.00 81.00 89.00 111.00 125.00 60.00 63.00 68.00 72.00 79.00 92.00 104.00 125.00 Support Staff Office Aides 38.00 Clerical 57.00 Word Processors 68.00 Project Equipment Communication Expense 6.00 (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. EXHIBIT D.1 ESTIMATE OF ENGINEERING COSTS FOR TASK ORDER NO. 1 City of Yakima, WA Naches River Chemical and Filter Pipe Gallery Upgrade Project LABOR MANHOURS Other Cost TOTAL Carollo Engineers Subconsultants Direct C Project Manager Jim Meyerhofer Project Engineer Paul Walker Technical Advisor Matthew Marshall Technical Advisor Patrick White Electrica Vlnstrumentatic n Engineer r. 2 Construction Observatio Project Equipment and Communication Expens Reproduction, Travel Total Cost cd ro ' 1' 5 TASK DESCRIPTION 5 8 t .5 t ' N "w U Task 1 - Preliminary Design 1 1 New Coagulation Facilities 4 24 2 4 8 $ 242 $ 750 $ 5,624 1.2 Chemical System 8 24 2 4 8 $ 265 $ 750 $ 6,263 1.3 On Site Hypochlorite 8 24 4 8 $ 254 $ 750 $ 5,900 1 4 Filter Pipe Gallery 4 16 4 8 $ 185 $ 750 $ 4,255 1.5 Prioritize next phase of improvements 8 8 2 2 8 4 $ 185 $ 3,975 Task 2 - Outside Services 2.1 Site Surveying 2 8 2 80 $ 69 $ 10,247 2.2 Geotechnical Report 2 8 2 80 $ 69 $ 10,247 TOTALS 36 112 2 6 0 0 24 40 80 80 0 0 $ 1,269 $ 3,000 $ 46,511 EXHIBIT D.2 ESTIMATE OF ENGINEERING COSTS FOR TASK ORDER NO. 2 City of Yakima, WA Naches River Chemical and Filter Pipe Gallery Upgrade Project LABOR MANHOURS Other Cost TOTAL Carollo Engineers Subconsultants Direct TASK DESCRIPTION Project Manager Jim Meyerhofer Project Engineer Paul Walker Technical Advisor Matthew Marshall Technical Advisor Patrick White Electrical/InstrumentaH n Engineer w A 2 m A Secretarial Geotechnical m ° 0 Structural/Architectural Engineer Construction Observatio Project Equipment and Communication Expens Reproduction, Travel Total Cost Task 1- Detailed Desitin and Cost Estimates 47 8 236 60 9 2 9 2 242 8 1067 0 16 620 8 $ 9,290 $ 462 $ 12,000 $ 271,781 $ 11,808 1 1 Prepare Plans and Specifications 1.2 Prepare Cost Estimates TOTALS 55 296 11 11 0 250 1067 0 16 0 628 0 $ 9,751 $ 12,000 $283,588 EXHIBIT D.3 ESTIMATE OF ENGINEERING COSTS FOR TASK ORDER NO. 3 City of Yakima, WA Naches River Chemical and Filter Pipe Gallery Upgrade Project LABOR MANHOURS Other Cost TOTAL Carollo Engineers Subconsultants Direct TASK DESCRIPTION Project Manager Jim Meyerhofer Project Engineer Paul Walker Technical Advisor Matthew Marshall Technical Advisor Patrick White Electricalllnstrumentati . n Engineer Designers/Drafters Secretarial Geotechnical Surveying Structural/Architectural Engineer Construction Observatio Project Equipment and Communication Expens Reproduction, Travel Total Cost Task 1 - Bidding Assistance 1.1 Attend Pre -Bid Conference/Receive Bidder Questions 16 8 8 $ 138 $ 15,000 $ 18,098 1.2 Prepare Addenda 16 8 16 8 $ 231 $ 5,255 1.3 Assist in Bid Evaluation 8 2 $ 58 $ 1,128 Task 2 - Construction Manaeement Services 2.1 Inspection 1038 $ - $ 77,850 2.2 Office Engineering 60 519 160 80 120 300 $ 5,418 $ 3,500 $ 157,298 2.3 Record Drawings 40 16 80 $ 785 $ 2,000 $ 16,753 TOTALS 60 599 0 0 0 184 160 146 0 0 308 1046 $ 6,630 $ 20,500 $276,382 EXHIBIT E City of Yakima, WA Naches River Chemical and Filter Pipe Gallery Upgrade Project Preliminary Drawing List for Design Drawing No. Drawing GENERAL 1 Title Sheet 2 List of Drawings, Design Criteria, Location Map, and Vicinity Map 3 Process Flow Diagram 4 Hydraulic Profiles 5 Facility Index Map and Construction Staging and Storage 6 Abbreviations 7 Symbols 8 General Notes CIVIL 9 General Civil Notes, Symbols, and Abbreviations 10 Standard Civil Details 1 11 Standard Civil Details 2 12 Grading, Drainage, and Paving 13 Yard Piping Modifications ARCHITECTURAL 14 Code Analysis and Symbols 15 Door, Window, and Finish Schedule 16 Architectural Details 1 17 Chemical Building Plan 18 Chemical Building Elevations 19 Chemical Building Details H:\Client\Yakima_BOI\new project\contracts\Exhibit E.doc 1 City of Yakima, WA Naches River Chemical and Filter Pipe Gallery Upgrade Project Preliminary Drawing List for Design Drawing No. Drawing STRUCTURAL 20 Structural Details 1 21 Structural Details 2 22 Structural Details 3 23 Structural Details 4 24 Chemical Building Foundation 25 Chemical Building Plan 26 Chemical Building Roof Plan 27 Chemical Building Sections - 1 28 Chemical Building Sections - 2 29 Chemical Building Details HVAC 30 Standard HVAC Abbreviations and Details 31 Legend and Schedules 32 Chemical Building Plan 33 Controls MECHANICAL 34 Piping Schedule 35 Equipment Schedule 36 Mechanical Details 1 37 Mechanical Details 2 38 Mechanical Details 3 39 Mechanical Details 4 40 Mechanical Details 5 41 Mechanical Details 6 42 Filter Pipe Gallery - Demolition Plan 43 Filter Pipe Gallery - Demolition Sections H:\Client\Yakima_BOl\new project\contracts\Exhibit E.doc 2 City of Yakima, WA Naches River Chemical and Filter Pipe Gallery Upgrade Project Preliminary Drawing List for Design Drawing No. Drawing 44 Filter Pipe Gallery - Plan 45 Filter Pipe Gallery - Sections 46 Filter Pipe Gallery - Sections and Details 47 Chemical Area - Building plan 48 Chemical Area - Sections 1 49 Chemical Area - Sections 2 50 Chemical Schematics - 1 51 Chemical Schematics - 2 52 Plumbing and drainage 53 Existing Building Demolition 54 New Chemical Feed Piping in Existing Plant 55 Flash Mix Plan, Sections, and Details ELECTRICAL 56 Electrical Legend 57 Electrical Abbreviations and General Notes 58 Device and Luminairre Schedule 59 Standard Details - EG, EL, EM, and EN 60 Electrical Miscellaneous 1 61 Electrical Miscellaneous 2 62 First Floor Electrical Plan 63 Filter Pipe Gallery - 480V Power and Control Plan 64 Filter Pipe Gallery - Lighting 65 Filter Pipe Gallery - Sections 1 66 Filter Pipe Gallery - Sections 2 67 Filter Pipe Gallery - Filter Panel Details 68 Chemical Building Electrical Plan 69 Chemical Building - 480V Power and Control Plan 70 Chemical Building - Lighting 71 Chemical Building - Sections 1 H:\Client\Yakima_BOI\new project\contracts\Exhibit E.doc 3 City of Yakima, WA Naches River Chemical and Filter Pipe Gallery Upgrade Project Preliminary Drawing List for Design Drawing No. Drawing INSTRUMENTATION 72 Instrumentatation Abbreviations and Symbols 1 73 Instrumentatation Abbreviations and Symbols 2 74 Instrumentatation Abbreviations and Symbols 3 75 Instrumentatation Abbreviations and Symbols 4 76 Instrumentatation Abbreviations and Symbols 5 77 Standard Details - IA, IE, and IS 78 Main Control Panel - Front Elevation 79 Main Control Panel - Detail and Interior Panels 80 Filter No. 1 Control Schematics 81 Filter No. 1 Control Schematics 82 Filter No. 2 Control Schematics 83 Filter No. 2 Control Schematics 84 Filter No. 3 Control Schematics 85 Filter No. 3 Control Schematics 86 Filter No. 4 Control Schematics 87 Filter No. 4 Control Schematics 88 Control Schematics 1 89 Control Schematics 2 90 Control Schematics 3 91 Control Schematics 4 92 Control Schematics 5 93 P&ID - Chemical System No. 1 94 P&ID - Chemical System No. 2 95 P&ID - Chemical System No. 3 96 P&ID - Chemical System No. 4 97 Control Drawings 1 98 Control Drawings 2 H:\Client\Yakima_BOI\new project\contracts\Exhibit E.doc 4 ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. ) For Meeting Of 2/18/2003 Preliminary design, construction design, bidding, and construction of improvements to the chemical feed system and filter pipe gallery at the Naches River Water Treatment Plant Dueane Calvin, Water/Irrigation Manager Dave Brown, Water/Irrigation Engineer Glenn Rice, Assistant City Manager CONTACT PERSON/TELEPHONE: Dueane Calvin / 576-6480 SUMMARY EXPLANATION: Staff respectfully requests City Council to approve the attached resolution authorizing the City Manager to execute the accompanying contract with Carollo Engineers, P.C. of Boise, Idaho for the preliminary design, construction design, bidding, and construction of improvements to the chemical feed system and filter pipe gallery at the Naches River Water Treatment Plant. This contract requires Carollo Engineers, P.C. to develop a preliminary design, construction design, bidding, and drawing and specifications for the construction of improvements to the chemical feed system and filter pipe gallery at the Naches River Water Treatment Plant. A study completed in 1998 by Carollo Engineers recommended that these improvements ae made to the water treatment plant. Due to the Safe Drinking Water Act as well as Labor and Industries require these improvements to be made in order to stay in compliance and insure safe drinking water. The preliminary design will insure compliance with all requirements and obtain approval from all state and federal agencies before the actual design. Financial support for this contract will be from appropriations approved by Council in the 477 Fund, with a Public Works Trust Fund Loan. Not to Exceed Engineering Cost $606,481 Resolution _X Ordinance Contract X Other Specify) Mali to: Patrick White; Carollo Engineers; 12592 Explorer Dr., Boise, ID 83713 98122 Phone: 208-376-2288 Funding Source 477 C_, 1,a''- ..-,„,A, APPROVED FOR SUBMITTAL: \\ City Manager STAFF RECOMMENDATION: Approve resolution authorizing the City Manager to execute the accompanying contract for the preliminary design, design, bidding, and construction of improvements to the chemical feed system and filter pipe gallery at the Naches River Water Treatment Plant by Carollo Engineers, P.C. of Boise, Idaho. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2003-26