Loading...
HomeMy WebLinkAboutR-1995-149 Gray and Osborne, Inc.• • RESOLUTION NO. R-95- 149 A RESOLUTION authorizing execution of a contract for engineering services with Gray and Osbome, Inc. WHEREAS, the City of Yakima has need for consulting engineering services to develop the plans and specifications necessary to upgrade the electrical and certain structural components of the Kiwanis and Airport Well; and WHEREAS, the City does not possess adequate in-house engineering staff to perform the necessary work involved in the development of plans and specifications; and WHEREAS, the City.of Yakima has complied with the provisions of RCW 39 80 which concems 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 contract with Gray and Osbome, Inc., for the engineering services necessary to design and produce the construction plans and specifications for the upgrade of the electrical and certain structural components of the Kiwanis and Airport Wells 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 "Agreement' together with its attachments, including Task Orders 1 and 2. ADOPTED BY THE CITY COUNCIL this /-t-4 day of 2 Z -e yn-ALJ, 1995 ATTEST _>.d9 City Clerk QC1-1- Mayor AGREEMENT This Agreement, made and entered into this day of , 1995-, by and between the City of Yakima, Washington, hereinafter called the "CITY", and Gray & Osborne, Inc., Consulting Engineers, hereinafter called "ENGINEER", is for the provision by the Engineer to the City, professional services in support of City's Pump Control System Upgrades for the Airport and Kiwanis Wells. In consideration of the covenants and agreements contained herein, and the terms and conditions hereof, the parties agree as follows: the Engineer shall provide services to develop the conceptual design recommendations, preparation of contract drawings and specifications, and limited construction engineering support, said services and completed documents shall be provided separately for each of the Kiwanis and Airport wells. 1. SERVICES Engineer shall provide the City, professional consulting engineering services through a series of task orders as provided in Section 2, below. The professional services to which the parties may agree by task orders may include, but are not limited to those listed in Exhibit A, attached hereto and by this reference incorporated herein. 2. TASK ORDERS Prior to commencement of any services, the City and Engineer shall mutually agree upon and execute a task order for the specified services. The task order shall describe the services to be provided, the time for performance of the service, the provisions for fees for the services, and any provisions additional to this agreement. Execution of this Agreement and Task Order No., 1 by the City and the Engineer authorizes the Engineer to proceed with the services described in Task Order No., 1. Execution of each subsequent task order shall incorporate each subsequent task order into this agreement. The execution of this agreement does not obligate either of the parties hereto to provide or accept any services unless and until the parties have mutually agreed upon and executed a specific task order for such services. 3. TIME PERIOD FOR PERFORMANCE OF SERVICES The Engineer shall commence such services as are described on executed task orders in accordance with the time schedule set forth therein, and shall proceed with the provision of such services in a diligent manner. The Engineer shall not be responsible for delays caused by factors beyond the Engineer's control or which could not reasonably have been foreseen by the parties at the time the task order was executed. The anticipated schedule for the project is shown as Exhibit B. 4. PAYMENT TO ENGINEER A. Fees for Services. For each specified task order executed by the parties, the payment to be made to the Engineer for services performed shall be either (1) a fixed fee amount, or (2) pay the Engineer utilizing the hourly rate and expense schedule, "Fee Schedule", attached hereto as Exhibit C and by this reference incorporated herein. Said fee Schedule is subject to revision by the Engineer not sooner than one year after the execution of this agreement, and no more that once each year thereafter. Under the fee schedule method, the parties shall agree on an amount which represents the maximum fee to which Engineer shall be entitled under that task order. That amount shall represent the best estimate of the parties of the maximum cost of the Engineer's services specified in that task order. In the event the cost of services will exceed that estimate, the Engineer shall advise the City in advance, and in WTRIRG93 i writing of such excess costs and shall provide no services in excess of the original estimated costs, without written approval of the City. B. Estimated Fees. The estimated fees for anticipated task orders are shown in Exhibit A. C. Renegotiation of Fees. The Engineer reserves the right to renegotiate the fee or estimate of fee specified in any task order if the scope of services as specified in the task order is modified by the City or by others or by conditions beyond the control of the parties hereto, whereupon additional expenses shall be incurred by the Engineer. The City and the Engineer shall agree to such a change in fee and services in writing prior to the Engineer's provision of such modified or changed services. D. Time of Payments. Engineer shall periodically submit invoices for the un -billed portion of the services completed to that date. City agrees to pay the invoiced amounts within 30 days from the date of receipt of the invoice. E. Payment in the Event of Termination. In the event of termination of this Agreement, Engineer shall be compensated for services performed under this Agreement to the date of termination in accordance with the terms above. F. Permits and Advertising. City shall pay all regulatory permitting and advertising fees and all other project fees normally paid by the City for public works projects. 5. STANDARD OF PERFORMANCE Engineer shall perform his services in accordance with generally accepted engineering and consulting standards and shall be responsible for the technical soundness and accuracy of all work and services furnished pursuant to this Agreement. 6. TERMINATION Either party may terminate this Agreement at any time upon 30 days written notice to the other party. 7. OPINIONS OF COST Engineer has no control over the cost of labor, materials, equipment, or services provided by parties other than Engineer and its subcontractors. Engineer has no control over contractor's methods of determining prices, or other competitive bidding conditions or market conditions, and its opinions of probable project or construction costs are to be made on the basis of its experience with the construction industry. However, Engineer cannot and does not guarantee that proposals, bids, or actual project or construction costs will not vary from the opinions of probable costs prepared by the Engineer. 8. CONSTRUCTION AND SAFETY Engineer shall not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by contractors or the safety precautions and programs and programs incident to the work of contractors. 9. OWNERSHIP OF DOCUMENTS The originals of all documents, including drawings and specifications, prepared by the Engineer shall remain the property of the Engineer. The Engineer shall provide the City with reproducible and/or non -reproducible copies of the documents, drawings, and specifications, and other work products as specified in each task order. It may further be required that the engineer provided additional copies on computer media of all documents, drawings, and specifications, and other work products as specified in each task order. Such documents, drawings, and specifications are not intended or represented by the Engineer to be suitable for reuse by the City or others on extensions of the services provided for the intended project or on any other WTRIRG93 ii project. Any reuse without the written verification or adaptation by the Engineer will be at the City's sole risk and without liability or exposure to the Engineer, and the City shall indemnify and hold harmless the Engineer from all loses, claims, damages, and expenses, including attorney's fees arising out of or resulting therefrom. Any such verifications or adaptations by the Engineer will entitle the Engineer to further compensation at rates agreed to by the parties. Engineer shall provide a reproducible copy of the final record drawings showing the construction project measurements when authorized to do so by task order. 10. DESIGN INTENT Engineer shall prepare design documents, drawings, and specifications with the understanding that he may be observing the quality and progress of resulting construction, for compliance with the intent design, and furthermore that such observation of any construction will be compensated by the City at the rates agreed upon by the parties hereto. 11. INDEMNITY The Engineer shall defend, indemnify, and hold harmless City from any and all claims or liabilities, including attorneys fees, arising out of Engineer's negligent performance of this Agreement. Engineer shall comply with all federal government, state and local laws and ordinances applicable to the work to be performed under this Agreement. Prior to beginning work under this Agreement, Engineer shall provide "Certificates of Insurance" as evidence that policies providing the following coverage and limits of insurance are in full force and effect. A. General Comprehensive Liability With respect to liability for injuries to or death of persons and with respect to liability for destruction of or damages to property, the insurance coverage shall be $500,000 combined single limit and such coverage shall include the special provisions listed below: 1. The City, its officers, employees, and agents shall be named as an additional insured and the coverage shall be applicable to and protect the City, its officers, employees, and agents from liability arising from or relating to Engineer's activities relating to this Agreement. Such insurance shall be primary and other insurance maintained or carried by the City shall be separate and distinct and shall nor be contributing with the insurance listed hereunder. 2. Such insurance shall not include explosion, collapse, or underground exclusions commonly referred to as the "XCU" hazards. B. Automobile Comprehensive Liability WTRIRG93 With respect to liability for injury to or death of persons and with respect to liability for destruction of or damage to property, the City, its officers, employees, and agents shall be named insured and the insurance coverage shall be $500,000 combined single limit. Such insurance shall be primary and other insurance maintained or carried by the City shall be separate and distinct and shall not be contributing with the insurance listed hereunder. iii Failure of either or all of the named insured to report a claim under such insurance shall not prejudice the rights of the City, its officers, employees, and agents thereunder. The City, its officers, employees, and agents will have no obligation for the payment of premiums because of its being named as insured under such insurance. Prior to beginning work for property acquisition, development of contract plans and specifications, and construction management, the Engineer or its subcontractors shall provide evidence of errors and omissions coverage for a minimum of $250,000. City shall defend, indemnify and hold Engineer harmless from all claims or liabilities, including attorney's fees, arising out of City's negligent acts. 12. ATTORNEY'S FEES In the event suit or legal action is instituted to enforce any of the terms or conditions of this Agreement, venue shall be in Superior Court for Yakima County. The losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed by statute, such sum as the court may judge reasonable as attorney's fees in such suit or action, in both trial and appellate courts. 13. ADDITIONAL SERVICES At the City's option and direction, Engineer shall provide additional engineering, observation, and/or planning services as authorized by mutually agreed task orders. 14. INDEPENDENT CONTRACTOR The parties intend that Consultant at all times be an independent contractor and not an employee of the City, and shall not be entitled to compensation or benefit of any kind except as specifically provided for herein. 15. GOVERNING LAWS This Agreement is governed by the laws of the State of Washington. 16. COMPLETE AGREEMENT This agreement and referenced attachments contains the complete and integrated understanding and agreement between the parties and supersedes any understanding, agreement or negotiation whether oral or written not set forth herein. Amendments, changes, or modifications hereto shall not be valid unless in writing and duly executed by both parties. 17. NO THIRD PARTY BENEFICIARIES OTHER THAN THE STATE OF WASHINGTON The agreement gives no rights to anyone other than the City , Engineer, and the State of Washington, and has no other third -party beneficiaries. 18. ASSIGNMENT Neither party to this Agreement shall assign the Agreement, nor any interest arising herein, without the written consent of the other. The Engineer, with the City's consent, shall be authorized to employ or subcontract with any other party or entity it deems necessary for the performance of any of the services to be provided by the Engineer pursuant to the terms of this Agreement. 19. SEVERABILITY OF AGREEMENT In the event any of the terms or clauses of this Agreement is held to be illegal or unenforceable by any court or arbitrator, the remaining clauses and terms shall continue in full force and effect and shall be enforceable. 20. MINORITY- AND WOMAN -OWNED BUSINESS; CITY -SPECIFIED SUBCONTRACTORS Engineer will comply with the City's directives in utilizing the services of City -specified subcontractors WTRIRG93 iv and/or minority and women -owned businesses on the Project. The firm selected by Engineer to meet said directives will be subject to approval by the City. Engineer's liability arising from the work of said subcontractors or businesses is limited to proceeds available from their insurance. Gray & Osborne, Inc , • nsultant CITY`OF YAKIMA By:`ar By: `°,~1`.�\'``°,-_ Anthony R. Vivolo, P.E. Richard A. Zais, Jr. City Manager WITNESSES: ATTEST: _'c� Karen S. Roberts City Clerk WTRIRG93 511110 igg v EXHIBIT A TASK ORDER(S) & ESTIMATED FEES WTRIRG93 Task Order No 1: Kiwanis Well Upgrade 1. Modifications to existing well house structure, and additional equipment needed to accommodate relocation of chlorine feed system to existing spare room, including: • New Chlorine leak detector • New Exhaust fan • Chlorine cylinder rack, to accommodate one cylinder • Relocate chlorine injector pump 2. Replacement and relocation of the motor control and electrical service/distribution equipment. The new equipment will be relocated to the old chlorine room after relocation of the chlorine equipment as described above. 3. Replacement of service, feeder, and motor branch circuits and the instrumentation circuits. 4. Replace the existing relay system with a pump start sequence utilizing the existing PLC and modify the telemetry/control system to permit manual remote control with local pump and control logic. 5. Provide new flow meter, low building temperature alarm and well water level indicator. 6. Rebuild and/or replace existing pump control and waste valves. 7. Replace existing lighting fixtures, outlets, electrical space heaters, and ventilation fans. These systems shall include provisions to permit full operation remotely, including during the winter months and shall include heaters and insulation for the valve area. 8. Additional operation and maintenance improvements including: • • • Painting of building exterior Renovation of valve pit access to include handrails and safety equipment ladders Addition of emergency eyewash and shower facilities 9. Removal of the existing right-angle drive. Task Order No. 1: Authorization to Proceed. City of Yakima By: Oren -6 Rice, Assistant City Manager bate Engineer I� 17,1 (q5 By: Tom Colman, P.E. Date WTRIRG93 Task Order No 2: Airport Well Upgrade 1. Modifications to existing well house structure, and additional equipment needed to accommodate relocation of chlorine feed system to existing spare room, including: • New Chlorine leak detector • New Exhaust fan • Chlorine cylinder rack, to accommodate one cylinder • Relocate chlorine injector pump 2. Replacement and relocation of the motor control and electrical service/distribution equipment. The new equipment will be relocated to the old chlorine room after relocation of the chlorine equipment as described above. 3. Replacement of service, feeder, and motor branch circuits and the instrumentation circuits. 4. Replace the existing relay system with a pump start sequence utilizing the existing PLC and modify the telemetry/control system to permit manual remote control with local pump and control logic. 5. Provide new flow meter, low building temperature alarm and well water level indicator. 6. Rebuild and/or replace existing pump control and waste valves. 7. Replace existing lighting fixtures, outlets, electrical space heaters, and ventilation fans. These systems shall include provisions to permit full operation remotely, including during the winter months and shall include heaters and insulation for the valve area. 8. Additional operation and maintenance improvements including: • • • Painting of building exterior Renovation of valve pit access to include handrails and safety equipment ladders Addition of emergency eyewash and shower facilities In addition there is the need to evaluate the existing primary electrical distribution system linked to the well, and to identify potential costs of bringing the system into compliance with current codes or obtain a separate direct service from Pacific Power. Evaluation to be accomplished concurrently with the design of the power upgrade for the well house. Task Order No. 2: Authorization to Proceed. City of Yakima By: Glenn Rice, Assistant City Manager Date Engineer By: Tom Colman, P.E. Date WTRIRG93 ESTIMATED MAXIMUM FEES FOR TASK ORutRS Task 1. KIWANIS WELL UPGRADE 2. AIRPORT WELL UPGRADE Estimated Costs $12,100.00 15,000.00 Total of All Tasks $27,100.00 The fees listed above, are "estimated" and are the best estimates of the parties at the time this agreement was executed. The fees to be paid the Engineer are dependent upon actual time required to accomplish each task. For this reason, the estimates listed above are subject to change and should only be used for general planning purposes. However, the maximum estimated cost per task, and the total maximum will not be exceeded without prior written approval of the City. WTRIRG93 EXHIBIT B PROPOSED SCHEDULE -- Tasks #1 & #2 (Supplied by Engineer at time of execution of this Agreement) WTRIRG93 10/13/95 13:39 '$509 453 5953 GRAY & OSBORNE CITY OF YAKIMA Kiwanis and Airport Well Improvements Task Order No. 1 - Kiwanis Well Schedule C j 002 TASK TASK DESCRIPTION SCHEDULED COMPLETION 1 Initial Meeting and Information Collection 1.1 Meeting with City staff to discuss project requirements 10/30/95 1.2 Obtain existing drawings and equipment data 11/6/95 7 3 Field verify existing conditions, dimensions, conduit locations and wire sizes 11/20/95 2 Design Development 2 .1 Prepare mechanical and electrical plan view drawings of the existing well house 11/27/95 2 2 Modifications required to accomodate relocation of the chlorine feed system to the spare room 12/4!95 2 3 Rebuild and/or replace existing pump and waste control valves 12/11/95 2 4 0 & M improvements including painting, pit access, handrails and safety equipment 12/11/95 2 5 Replace and relocate the motor control and electrical service/distribution equipment 12/11/95 2'6 Replace service, feeder, motor branch circuits and instrumentation circuits 12!11 /95 2 7 Replace existing pump control relay system using the existing PLC 12/17!95 2 8 Modify the telemetry/control system to permit manual remote control of the pump 12/18/95 2 9 New flowmeter, low building temperature alarm, and well water level indicator 12/18/95 2 10 Replace existing lighting fixtures, outlets, space heaters, and ventilation fans 12/18/95 3 Prepare Contract Drawings 3.1 Chlorine feed system modifications 12/29/95 3.2 Pump control and waste valves and 0 & M improvements 12/29/95 Page 1 of 2 10/13/95 13:40 111509 453 5953 GRAY & OSBORNE Task Order No. 1 - Kiwanis Well Schedule Z003 TASK TASK DESCRIPTION SCHEDULED COMPLETION 3.3 Electrical plan drawing - New service equipment and motor controls 12/29/95 3.4 Electrical plan drawing - Lighting, heating and ventilation systems improvements 12/29/95 3.5 Wiring diagrams - one -line diagrams and pump control circuits 1/8/96 6 Wiring diagrams - instrumentation and telemetry3. systems 1/8/96 4 Contract Specifications 4.1 General 1/15/96 4.2 Mechanical equipment and piping 1/15/96 4.3 Electrical 1/15/96 5 Design Review Meetings 1/19/96 Page 2 of 2 EXHIBIT C FEE SCHEDULE Fees for services shall estimated based on the rate schedule set forth below. Rates shown include salary costs, overhead costs, profit. All rates shown are on a per hour basis. ** Labor Project Manager Electrical Engineer Senior Design Engineer Engineer - EIT * CAD Drafting * Engineering Tech * Clerical Staff* Expenses Reimbursable Expenses ** Task No 1 Task No. 2 76.42 75.00 67.28 43.06 37.67 Estimated average hourly rate for this employee category. Where individual wage rates vary from the average hourly rate listed above, the actual amount charged will be the employee's actual wage rate times 0 , which amount shall include salary costs, overhead cost and profit. Any employee category not listed will also be charged at their respective wage rate times 0 . Reimbursable expenses include travel expenses if required, computer-aided drafting equipment costs, expenses of additional insurance, including professional liability insurance, required by the City in excess of that normally carried by Engineer and Engineer's subcontractors, and other costs necessary to complete the project, but not list herein. WTRIRG93 CITY OF YAKIMA Kiwanis and Airport Well Improvements SCOPE OF WORK AND BUDGET ESTIMATES (Hours) TASK ORDER NO.1 - KIWANIS WELL TASK TASK DESCRIPTION RATE (per hour) PROJ MGR PROJ ENG. ENGR EIT ELEC ENGR DRAFT TOTALS $76.42 $67.28 $43.06 $75.00 $37.67 1 Unit/ay Meeting and Information Collection 1.1 Meeting with City staff to discuss project requirements 2 2 $302.85 1.2 Obtain existing drawings and equipment data 2 2 1 $295.66 1.3 Field verify existing conditions,dimensions, conduit ' locations and vvinmsizes 2 2 4 $520.66 2 Design Development 2.1 Prepare momchenicm|and m|eothca|p|enviavvdnavvingsof the existing vveUhouse 2 2 2 8 $738.79 2'2 Modifications required to accomodate relocation ofthm chlorine feed system to the spare room1 2 4 �3�3.�O 2.3 Rebuild and/or replace existing pump and waste control valves 1 4 2 1 $506.64 2 4 ' 0 & M improvements including painting, pitaoomns, handrails and safety mquiprnant 4 4 $441.32 2'5 Replace and relocate the motor control and electrical mervino/dimtributionaquipnnent 2 16 $1,2G�.11 2.6 Replace servicefeeder,motorbrennhcir�uitmond instrumentation circuits 2 12 $1,052.85 2.� Rmp|mce existing pump control relay system using the existing PLC' 2 8 $752.85 2.8 Modify the telemetry/control m�mtmm to permit manual remote control of the pump' 2 8 $752.85 age 1 of 2 2.9 New flowmeter, low building temperature alarm, and well water level indicator 2 4 2 2 $658.06 2.10 Replace existing lighting fixtures, outlets, space heaters, and ventilation fans 2 2 8 $820.66 3 Prepare Contract Drawings liz-m:?:ifiltie ,- ,.. • ... 3.1 Chlorine feed system modifications 1 2 8 ,„,,,.:1" $512.37 3.2 Pump control and waste valves and 0 & M improvements 1 2 6 $437.02 3.3 Electrical plan drawing - New service equipment and motor controls 1 2 8 $527.82 3.4 Electrical plan drawing -Lighting, heating and ventilation systems improvements 2 2 8 $585.94 3.5 Wiring diagrams -one-line diagrams and pump control circuits 2 12 $602.09 3.6 Wiring diagrams - instrumentation and telemetry systems 1 2 16 $829.21 4 Contract Specifications • ::::":..::•:,:p:*; ii :•/',.... :. • . -•i•i:•?:: .. •,....:::i1i , ••.• ' , .• ''''' ,...„. . • .:: ' ,...:: ......::ii.,:iik*ii.L.. . . .. „ ... ;.4:::.• . •' . .. . .. *i. ' :: 4.1 General 1 4 2 4 ............. ... $731.64 4.2 Mechanical equipment and piping 1 4 4 1 $592.75 4.3 Electrical 1 1 4 $443.70 5 Design Review Meetings 4 4 $605.70 TOTALS: 18 28 20 72 66 $12,006.94 Page 2 of 2 'USINESS OF THE CITY COUNCI! YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of 11/7/95 ITEM TITLE: Consideration of a Resolution Authorizing Execution of an Agreement with Gray and Osborne, Inc., for engineering and design services relating to the updating of the electrical systems at the Kiwanis and Airport Wells. SUBMITTED BY: Department of Assistant City Manager - Water & Irrigation Division CONTACT PERSON/TELEPHONE: Doug Dodd, Superintendent of Water & Irrigation 575-6204 SUMMARY EXPLANATION: Under the terms of this agreement the consultant will provide the City with a complete set of conceptual design recommendations, preparation of contract drawings and specifications, and limited construction engineering support. Said services and completed documents shall be provided for both the Kiwanis Well and the Airport Well. The City's Engineering Division does not presently have the staff competent in this line of engineering, nor the time to perform the desired study. Staff has complied with the provisions of RCW 39.50 which concerns the procurement of engineering and architectural services in the selection of Gray and Osborne, Inc., to perform this study in a timely manner. The total amount budgeted to accomplish the update to the electrical systems of the wells is $90,000.00 each. The cost of the work under the terms of this agreement shall not exceed $27,100.00, or $12,100.00 for the work on the Kiwanis Well, and $15,000.00 for the work on the Airport Well. The associated schedule shows work for the Kiwanis Well being completed no later than January 19, 1996 , and because of the expanded needs of the Airport well, that work schedule will be developed at a later date. Resolution X Ordinance Contract X Other (Specify) Fund Source: Water 477 - Capiitaprovement Program City Manager APPROVED FOR SUBMITTAL: STAFF RECOMMENDATION: Staff recommends approval of the resolution authorizing this agreement with Gray and Osbome. Inc., for the services described therein. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution No. R-95-149