Loading...
HomeMy WebLinkAboutR-1996-045 Tamarack Pump StationRESOLUTION NO. R-96- 4 A RESOLUTION authorizing the amendment of an agreement for professional engineering services between the City of Yakima, a municipal corporation, and Gray & Osborne, Inc. WHEREAS, the City of Yakima owns and operates wastewater collection and treatment facilities in accord with applicable Federal, State and Local regulations; and WHEREAS, the City has identified the need for specific engineering services to secure vital sewage collection pump station operation; and WHEREAS, the City has selected an engineering firm from the City of Yakima's roster of qualified engineering professionals in compliance with applicable State requirements for acquisition of professional services; and WHEREAS, Gray and Osborne, Inc. has been selected to provide professional engineering services in response to the need do secure adequate collection system pump station reliability and capacity to serve the City's customers; and WHEREAS, an agreement with Gray and Osborne, Inc. to provide these services to the City of Yakima is in the best interest of the City of Yakima, now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk are hereby authorized to amend the attached and incorporated Contract for professional wastewater engineering services with Gray and Osborne, Inc. for the City of Yakima. d3 ADOPTED BY THE CITY COUNCIL THIS O( DAY 0 ATTEST 14eLA.e._.,—.d 69-6-eA-t-; City Clerk 3/25/96 cw g&o contract resolution-ps Gkin. C.-- , , 1996. nn Buchanan, Mayor AMENDMENT NO. 1 TO AGREEMENT BETWEEN CITY OF YAIdMA, WASHINGTON AND GRAY AND OSBORNE, INC. FOR PROFESSIONAL SERVICES THIS AMENDMENT, made and entered into on this /0.7 day of , 1996, by and between the City of Yakima, Washington with principal offices at 129 N. Second Street, Yakima, Washington 98901, hereinafter referred to as "CITY', and Gray and Osborne, Inc. with principal offices at 107 South Third Street, Yakima WA 98901 and which corporation and its principal engineers performing this Agreement are licensed and register to do business in the state of Washington, hereinafter referred to as "ENGINEER", for Wastewater Collection services herein called the "PROJECT". WITNESSETH:' RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for planning, design and construction of improvements to the wastewater collection system as described in this Agreement and Amendments thereto; and WHEREAS, CITY desires to modify the Scope of Work as provided for under Section 2.2 Additional Services of the original agreement dated July 7, 1994 to modify the original Scope and include the design of a new lift station to replace the existing life station currently designated as the Tamarack Lift Station, WHEREAS, ENGINEER represents that it has available and offers to provide personnel with expertise and experience necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CITY and ENGINEER agree that this Amendment shall modify the original agreement as follows: SECTION 1 INCORPORATION OF RECITALS 1.1 The above recitals are incorporated into these operative provisions of the Agreement. SECTION 2 SCOPE OF SERVICES 2.0 ENGINEER agrees to perform those services described hereafter. Unless modified in writing by both parties, duties of ENGINEER shall not be construed to exceed those services specifically set forth herein. 2.1 Basic Services: ENGINEER agrees to perform the work outlined under task descriptions in Amendment No. 1- Exhibit A, entitled "City of Yakima Sewage Lift Station Improvements Scope of Work and Budget Estimate (Hours)" (WORK) which is part of this Agreement as if fully set forth herein. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Amendment No. 1- Exhibit A. SECTION 5 COMPENSATION 5.1.0 The project budget and not to exceed task amounts as found in Amendment No. 1 - Exhibit A. 5.2.0 COMPENSATION ON AN HOURLY BASIS For the services described in Amendment No. 1- Exhibit A, compensation shall be based on a Per Diem Rate which is the direct labor rates times a direct labor factor of 2.691. The 1996 Rates are listed in Amendment No. 1- Exhibit A and are subject to revision at the first of each calendar year. In addition to the Per Diem Rates, the OWNER shall pay Direct Expenses in connection therewith plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. t Direct Labor Cost shall mean salary and wages at the time services are performed of all personnel engaged directly on the PROJECT, including, but not limited to, engineers, architects, scientists, designers, draftsmen, clerical, accounting, and other technical and business personnel. Direct Labor Costs do not include indirect payroll related costs or fringe benefits. 5.2.1 DIRECT EXPENSES Direct Expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary transportation costs, including current rates for ENGINEER'S vehicles; meals and lodging; laboratory tests and analyses; printing, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities; special CITY -requested and PROJECT -related insurance and performance warranty costs; and other similar costs. Reimbursement for Direct Expenses will be on the basis of actual charges when furnished by commercial sources and on the basis of current rates when furnished by ENGINEER. Estimated applicable Direct Expenses are included in Amendment No. 1- Exhibit A. 5.2.2 Travel costs, including transportation, lodging, subsistence and incidental expenses incurred by employees of the ENGINEER and each of the Subconsultants in connection with PROJECT WORK; provided, as follows: • That a maximum of U.S. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance and depreciation costs of company or individually owned vehicles for that portion of time they are used for PROJECT WORK. ENGINEER, whenever possible, will use the least expensive form of ground transportation. • That reimbursement for meals inclusive of tips shall not exceed a maximum of $40 per day per person. This rate may be adjusted on a yearly basis. • That accommodation shall be at a reasonably priced hotel/motel. • That air travel shall be by coach class, and shall be used only when absolutely necessary. 5.2.3 Telephone charges, computer charges, in-house reproduction charges, first class postage and FAX charges are not included in the direct expense costs, but are considered as a part of the 2.691 direct labor factor. 5.2.4 PROFESSIONAL SUBCONSULTANTS Professional Subconsultants are those costs for engineering, management consulting, geotechnical seivices and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of 1.10 times the actual costs billed by the Professional Subconsultant for services provided to the CITY through this Agreement. 5.3 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed that amount set forth in Amendment No. 1- Exhibit A. The ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. CITY OF YAICIMA Signature R.A. Zais, Jr. Printed Name City Manager Osborne Jiporated le Signature ?..i t V Printed Name 1 ��S k V C N Title Title April 8, 1996 Date Date Attest: City Clerk clrr CONTRACT (I : ;# . ~ �/�; ( /G, /5 `(c • AMEND NO 1 - EXHIBIT "A" SEWAGE LIF .TION IMPROVEMENTS SCOPE OF WORK AND BUDGET ESTIMATES (Hours) PART 1 - DESIGN STANDARDS (G&O NO 93072) • TASK TASK DESCRIPTION RATE/HR PROJ MGR PROJ ENG ENGR TECH ELEC ENGR DRAFT TOTALS $72 42 $42 14 $39 50 $70 00 $28 97 1 Introductory meeting with Collection System staff to discuss lift station improvement needs 4 4 $458 24 2 Initial site visits to each lift station to review conditions and site specific needs 4 8 12 $1,466 80 3 Identify planning and design issues 4 4 4 $738 24 3 1 --General planning and design concepts 4 16 4 $1,243 92 3 2 --Site specific planning and design concepts 8 16 4 16 $1,997 12 4 Develop preliminary needs assessment for each lift station including current design and operating conditions, age and condition of existing structures and equipment, operation and maintenance problems, and planning issues affecting future improvements 8 8 4 4 0 S1,354 48 5 Develop a design standard and conceptual design for electrical control panels and telemetry systems to be incorporated into future lift station improvements 8 16 4 40 24 $4,906.88 6 Develop a design standard and conceptual design for both submersible and wet pit/dry pit type lift station configurations to be used in future lift station improvements 16 24 4 4 32 $3,535 12 7 Develop preliminary budget costs for installation of new electrical control panels and telemetry systems and define typical costs for the construction of submersible and wet pit/dry pit lift stations consistent with the design standards 0 0 0 0 0 SO 00 8 Develop an engineering report summarizing the condition of the existiing lift stations, design standards for future improvements, and budgetary costs estimates 0 0 0 0 0 50 00 PART 1 - SUBTOTALS 56 96 12 72 72 $15,700.80 Page 1 of 2 AMENDMENT NO 1 - EXHIBIT "A" - cont SEWAGE LIFT STATION IMPROVEMENTS SCOPE OF WORK AND BUDGET ESTIMATES (Hours) PART 2 - TAMARACK LIFT STATION DESIGN (G&O NO 95073) TASK TASK DESCRIPTION RATE (per hour) PROJ MGR PROJ ENG ENGR EIT ELEC ENGR DRAFT SURVEY INSPECT TOTALS $76 42 867 28 $43 06 $75 00 $37 67 $82 34 845 48 1 Design and Construction Documents , ,.iy •a^9mIy; � .w4',t.I�', r? <r'. ) } ,' ,.115. UY r c0: ' r . r' . t , 1 1 Review of existing field conditions including elevations 2 4 24 $1,455 29 1 2 Siting of new Lift Station 2 4 8 24 82,742 56 1 3 Field location assistance with securement of easement for new construction 2 8 8 24 83,011 66 1 4 Engineering report which includes anticipated flows from the existing and new service area and future collection system to serve the area 4 16 24 82,415 44 1 5 Design of new lift station incorporating design concepts developed from this agreement 4 16 16 16 16 83,873 78 1 6 Preparation of construction documents 2 8 16 16 24 83,484 12 SUBTOTALS 16 56 96 32 40 48 816,982 85 2 Services During Construction !'$;.;1 PritIVAIM t, T ,. s, ` .• ,,i, '.' , F , . 041. 41M , , , ,,. 2 1 Location survey and field staking 2 2 8 8879 38 2 2 Field Inspection as required including compliance testing 2 4 60 8 8 54 86,362 62 2 3 Review of contractor progress pay estimates 2 4 8421 95 2 4 Notice of Final acceptance of construction 2 2 2 2 8 $824 90 SUBTOTALS 6 12 64 10 1'6 8 54 $8,488.85 MISCELLANEOUS EXPENSES 8100 00 PART 2 - SUBTOTALS 22 68 160 42 56 56 54 825,571 70 TOTAL ESTIMATED COST -PART 1 + PART 2 jt Yrs irk }`5�, "' „ (r ,,1. r:`•r' ,r•'�► 0�i}1(' `. . !. ? $41,272 50 Pof 2 -71 • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No ($ For Meeting Of 4/2/96 ITEM TITLE. Consideration of Resolution Authorizing the City Manager to Execute an Amendment to a Professional Engineering Services Contract With Gray and Osborne, Inc. for Tamarack Pump Station Design Services During Construction SUBMITTED BY Chris Waarvick, Wastewater Superintendent Bruce Bates, Assistant Wastewater Superintendent Doug Mayo, Project Engineer CONTACT PERSON/TELEPHONE. Chris Waarvick/575-6078 SUMMARY EXPLANATION Staff respectfully requests City Council approval of the attached resolution authorizing the City Manager to execute the attached contract amendment for professional engineering services for Tamarack Sewage Lift Station Design Services during Construction Funding for this project is in the adopted 1996 Budget and has been assigned Project Number 1748 The Tamarack Sewage Lift Station located East of the Red Lion Inn at 1507 North 1st Street is severely worn out and unable to reliably keep up with flows from expanding growth in Northeast Yakima Sewer Maintenance Staff are currently inspecting and servicing this pump station on a daily basis due to ongoing equipment difficulties. (Continued on next page) Resolution X Ordinance _Contract X Other (Specify) Contract Amendment Funding Source 476 Sewer Const. Fund Approved 1996 Appropriation -Project #1748 APPROVED FOR SUBMITTAL City Manager STAFF RECOMMENDATION Approve resolution authorizing City Manager to amend professional engineering services contract with Gray and Osborne, Inc for Tamarack Pump Station Design Services during Construction BOARD/COMMISSION RECOMMENDATION 40 COUNCIL ACTION 9&o ps agenda March 20 1996 cw Agenda Statement (continued) Staff propose to relocate the Tamarack lift stationto the East to accomodate futur connection of existing unsewered housing and possible industrial development in th North 4th Street area. Gray and Osborne, Inc. has assisted the City in developing the current approved City of Yakima Sewage Lift Station Standard Design Specifications, hence they have direct experience with the required work. Outside engineering assistance is recommended because the City Engineering Division has indicated their present staff cannot accomodate this additional workload Gray and Osborne, Inc. has been selected from the City Engineers list of qualified consultants in accord with state requirements for procuring engineering services This amendment would increase the "not to exceed" amount of the existing contract (Sewage Lift Station Improvements) from $23,809.32 to $41,272.50 an increase of $17,463 18 • • g&o ps agenda March 20 1996 cw