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