Loading...
HomeMy WebLinkAboutR-2022-140 Resolution authorizing Task Order 2022-02 with HLA Engineering and Land Surveying, Inc. to provide engineering services for City of Yakima Project No. SW2651-2023 Drainage Improvement District CIPP RehabilitationRESOLUTION NO. R-2022-140 A RESOLUTION authorizing Task Order 2022-02 with HLA Engineering and Land Surveying, Inc. to provide engineering services for City of Yakima Project No. SW2651 — 2023 Drainage Improvement District CIPP Rehabilitation. WHEREAS, the City of Yakima owns and maintains the Stormwater Conveyance System in accordance with applicable Federal, State and Local regulations; and WHEREAS, the Stormwater Division has identified the need to rehabilitate approximately 4,900 linear feet of public stormwater conveyance pipe that formerly comprised portions of Drainage Improvement District infrastructure at various locations throughout the City in order to remove existing roots and to prevent further root intrusion; and WHEREAS, the City of Yakima Stormwater Division requires engineering design, bidding, and construction services for the stormwater conveyance system improvements; and WHEREAS, the City previously entered into City of Yakima Contract No. 2020-124 with HLA Engineering and Land Surveying, Inc. to develop Task Orders at the direction of the City to provide engineering services for stormwater system improvements; and WHEREAS, at the direction of the City, HLA developed Task Order 2022-02 for the engineering services required for the improvements identified in Project No. SW2651; now, therefore WHEREAS, the City Council has determined that it is in the best interest of the City of Yakima and its residents to approve Task Order 2022-02 with HLA Engineering and Land Surveying, Inc., to perform the required engineering services; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute Task Order 2022-02 under Contract No. 2020-124 between the City of Yakima and HLA Engineering and Land Surveying, Inc., in an amount not to exceed Two Hundred Seven Thousand Six Hundred Forty Dollars and Forty -Eight Cents ($207,640.48) to provide engineering services for Project No. SW2651 2023 Drainage Irrigation District CIPP Rehabilitation; a copy of Task Order 2022-02 with EXHIBIT 1 — PROFESSIONAL SERVICES and EXHIBIT 2 — SCHEDULE OF RATES is attached hereto and by this reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 181h day of October, 2022. ATTEST: Janice Deccio, Mayor Sonya Cla-r -e, City Clerk TASK ORDER NO. 2022-02 REGARDING AGREEMENT BETWEEN CITY OF YAKIMA (CITY CONTRACT NO. 2020-124, RESOLUTION NO. R-2020-083) AND HLA ENGINEERING AND LAND SURVEYING, INC., (HLA) WHEREAS, CITY and ENGINEER entered into City Contract No. 2020-124 ("the contract") as authorized by City Resolution No. R-2020-083; and WHEREAS, the parties agreed in the contract, Section 2.1 that ENGINEER shall be expected to perform the work required by each task or group of tasks as assigned by the CITY for completion as required by the CITY and approved by Yakima City Council; THEREFORE, the parties agree ENGINEER shall complete the following tasks as part of the Basic Services as defined in Section 2.1 of the contract subject to all the terms and conditions contained in the contract, which is incorporated by reference. PROJECT DESCRIPTION: Stormwater Division Capital Improvements 2022 CIPP DID Rehabilitation (PROJECT) HLA Project No. 22165E City Project No. SW2651 The City of Yakima (CITY) desires to rehabilitate approximately 4,900 linear feet (LF) of Drainage Irrigation District (DID) pipelines at various locations throughout the CITY, necessary to properly maintain and operate existing pipelines. Rehabilitation of DID system includes the following: S. 40th Avenue/Storm Avenue S. 67th Avenue, Chestnut Avenue to Tieton Drive Prasch Avenue and 18th Avenue North of Lincoln Avenue, 29th Avenue to 35th Avenue Plath Avenue and S. 18th Avenue W. Ahtanum Road and Burlington Northern Railroad Manhole Rehabilitation at various locations SCOPE OF SERVICES: MH 11045 — MH 11083 MH 10941 — MH10946 MH11215—MH 11217 MH 10841 — MH 10833 MH 11246 — MH11247 MH 10312 — MH 10315 10 Each At the direction of the CITY, HLA Engineering and Land Surveying, Inc. (HLA), shall provide professional engineering and land surveying services for the PROJECT. HLA services will include: 1.0 Design Engineering 1.1 Provide complete PROJECT management to deliver the PROJECT within mutually determined expectations. 1.2 Attend two (2) PROJECT meetings with CITY staff at 60% and 90% plan completion to fully review all elements of the PROJECT. 1.3 Conduct a topographic survey of the PROJECT areas as required to complete design, plans, and specifications, including call for utility locates. G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab12022 Stormwater DID CIPP - Task Order 2022-02- FINAL.docx Page 1 of 10 1.4 Perform field investigations necessary to design the identified improvements, including measuring inverts within manholes, measuring water main depths, field checking topographic survey, and all associated traffic control for field investigations. 1.5 Review video inspection of the DID pipelines as provided by the CITY and identify existing connections and obstruction removal needs. 1.6 Determine location and install up to three (3) ground water monitoring wells through the Burning Tree housing area. It is intended to monitor groundwater depth through the winter of 2022 through the summer of 2023. 1.7 Obtain Title Reports for all privately owned property where construction activity may occur. It is anticipated up to 30 title reports may be needed. 1.8 DID Section MH 10312 to MH 10315 crossing Ahtanum Road: Prepare Central Washington Railroad permitting documents as required for work within regulated proximity of the railroad and coordinate Iron Horse Property Development for approved permits. All fees associated with permitting including application cost, will be paid by the CITY. 1.9 Perform the preliminary design and submit 60% preliminary plans and preliminary estimate to the CITY. 1.10 Meet with CITY to review 60% submittal. CITY to confirm removal of any pipeline segments within five working days following 60% review meeting. 1.11 Following receipt of 60% plan review comments by the CITY, prepare 90% design plans and submit to the CITY for review. 1.12 Review and discuss 90% design plans with CITY staff. 1.13 Following receipt of 90% plan review comments by the CITY, perform the final design, and prepare complete plans and specifications for publicly bid improvements, as authorized by the CITY. 1.14 Prepare the Engineer's Estimate of construction cost. 1.15 Following receipt of authorization from CITY, prepare advertisement for bids and provide to the CITY for use and implementation. All fees associated with bidding will be paid by the CITY. 1.16 Furnish the CITY electronic copies of the final plans and specifications for bidding and construction. It is anticipated HLA will prepare one (1) complete set of plans and specifications for one (1) bid call; additional bid packages beyond two, will be considered additional services. Six (6) printed copies of the contract documents will be made for later distribution to the CITY and Contractor after contracts are awarded. 1.17 Submit bid advertisement to the Yakima Herald Republic. 1.18 Post contract plans and specifications to the HLA website for bidding purposes. 1.19 Notify private utility companies and plan centers of upcoming PROJECT and maintain planholders list, including contractors, subcontractors, and CITY staff. 1.20 Answer and supply such information as requested by prospective bidders. 1.21 Prepare and issue addenda, if necessary. 1.22 Attend bid opening and participate in the bid evaluation process. G \Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02- FINAL.docx Page 2 of 10 1.23 Prepare tabulation of all bids received by the CITY and review bidder's qualifications and responsiveness. 1.24 Make recommendation of construction contract award to the lowest responsible bidder. 1.25 Prepare Notice of Intent to Award to Contractor. 1.26 Assemble construction Contracts and coordinate execution of the Contract with the CITY and Contractor, including review of bond and insurance requirements. 2.0 Construction Engineering 2.1 Coordinate and facilitate preconstruction meeting with the CITY, Contractor, private utilities, and affected agencies. 2.2 Prepare and issue notice to proceed to the Contractor. 2.3 Assist CITY with preparing construction impacts informational pamphlets for CITY distribution to nearby property owners, as requested. 2.4 Furnish a qualified resident engineer (inspector) to observe construction at the PROJECT site during all significant work. The resident engineer shall provide surveillance of construction for substantial compliance with plans and specifications. 2.5 Perform measurement and computation of pay items, prepare and file progress reports for the PROJECT with the CITY, and provide monthly progress pay estimates to the CITY. 2.6 Administer bi-weekly construction meetings as requested by CITY. 2.7 Prepare weekly statements of working days. 2.8 Consult and advise the CITY during construction and make a final report of the completed work. 2.9 Monitor the Contractor's compliance with the contract documents labor standards and review Statements of Intent to Pay Prevailing Wages and Affidavits of Wages Paid. 2.10 Review Contractor's submission of samples and shop drawings, where applicable. 2.11 Review materials testing results for compliance with plans and specifications 2.12 Recommend progress payments for the Contractor to the CITY. 2.13 Prepare and submit proposed contract change orders when applicable. 2.14 Review post -installation video inspection of the storm sewer main as provided by the Contractor and identify any deficiencies. 2.15 Perform final walk-through with the CITY and Contractor, issue final punchlist, and inspect punchlist items once completed. 2.16 Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the resident engineer and Contractor. 3.0 Additional Services Provide professional engineering and land surveying services for additional work requested by the CITY that is not included in this Task Order. G \Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02- FINAL.docx Page 3 of 10 4.0 Items to be Furnished and Responsibility of CITY The CITY will provide or perform the following: 4.1 Provide full information as to CITY requirements of the PROJECT. 4.2 Assist HLA by providing all available information pertinent to the PROJECT, including video inspections of all pipe segments, previous reports, drawings, plats, surveys, utility records, and any other data relative to design and construction of the PROJECT. 4.3 Contact property owners affected by the PROJECT and gain necessary access to property for field investigation, design, and construction of improvements. 4.4 Provide CITY legal direction on access to and rehabilitation of existing DID lines necessary for design and construction. 4.5 Examine all studies, reports, sketches, estimates, specifications, drawings, proposals, and other documents presented by HLA and provide written decisions within a reasonable time as not to delay the work of HLA. 4.6 Obtain approval of all governmental authorities with jurisdiction over the PROJECT and approvals and consents from other individuals or bodies as necessary for completion of the PROJECT. 4.7 Pay for project bid advertisement costs. 4.8 Pay for all necessary testing costs and permit fees. TIME OF PERFORMANCE: The services called for within this Task Order shall be completed as follows: 1.0 Design Engineering It is intended for this PROJECT to be ready for bid advertisement no later than September 2023. Submittal of 60% plans will be provided no more than one hundred twenty (120) calendar days following receipt of DID video inspection files from the CITY. Submittal of 90% plans will be provided within sixty (60) calendar days following CITY comments received from previously submitted set. Final plans will be provided within sixty (60) calendar days following receipt of CITY comments from previously submitted set. 2.0 Construction Engineering Engineering services during construction for the PROJECT shall begin upon construction contract award by the CITY to the lowest responsible bidder and will extend through both the completion of construction and completion of as -constructed drawings and labor documentation closeout, as requested and directed by the CITY. A maximum of thirty-five (35) working days has been assumed for the construction of improvements. Should the Contractor be granted time extensions for construction completion due to recognized delays, requested additional work, and/or change orders, engineering services beyond the thirty-five (35) working days shall be considered additional services. 3.0 Additional Services Time of completion for work directed by the CITY as additional services shall be negotiated and mutually agreed upon at the time service is requested by the CITY. G \Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02- FINAL.docx Page 4 of 10 FEE FOR SERVICE: For the services furnished by HLA as described in this Task Order, the CITY agrees to pay HLA the fees as set forth herein. The amounts listed below may be revised only by written agreement of both parties. 1.0 Design Engineering All work shall be performed on a time -spent basis at the normal hourly billing rates in effect at time of the Task Order. All work directed by the CITY for this PROJECT phase will be performed on a time -spent basis at the hourly billing rates provided in EXHIBIT 2, plus reimbursement for direct non -salary expenses. An estimate of time and expenses for services is provided in EXHIBIT 1 below. The estimated maximum fee for this work is $117,820. 2.0 Construction Engineering All work shall be performed on a time -spent basis at the normal hourly billing rates in effect at time of the Task Order. All work directed by the CITY for this PROJECT phase will be performed on a time -spent basis at the hourly billing rates provided in EXHIBIT 2, plus reimbursement for direct non -salary expenses. An estimate of time and expenses for services is provided in EXHIBIT 1 below. The estimated maximum fee for this work is $89,820.00. 3.0 Additional Services Additional work requested by the CITY not included above shall be authorized by the CITY and agreed upon by HLA in writing prior to proceeding with services. HLA will perform additional services as directed/authorized by the CITY on a time -spent basis at the hourly billing rates included in our General Agreement, plus reimbursement for direct non -salary expenses such as laboratory testing, printing expenses, vehicle mileage, out-of-town travel costs, and outside consultants. Proposed: Approved: HLA Engineering and MichI T. Battle, PE, Pr eying, Inc. 6// /Zo 22 Dat City of Yakima Date Robert Harrison, City Manager CITY CONTRACT NO -1 ?141 o ? `o `-- RESOLUTION NO R 'b �t 4o G \Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02- FINAL.docx Page 5 of 10 EXHIBIT 1 — PROFESSIONAL SERVICES During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: Stormwater Division — 2022 CIPP DID Rehabilitation (PROJECT) Task Order No. 2022-02 HLA Project No. 22165E For the services described in Task Order No. 2022-02, compensation shall be paid per Section 5 of the Agreement (City Contract No. 2020- , Resolution No. R-2022- ). The following spreadsheet shows the estimated time and expenses to perform said services. Project Title: 2022 CIPP DID Rehabilitation Client: City of Yakima City Contract Number 2022- HLA Project No. 22165E Date' September 2, 2022 ENGINEER'S HOURLY ESTIMATE Task No. project Task Senior Pnncipal Engineer Licensed Pnncipal Engineer Project Engineer II Licensed Land Surveyor Surveyor on Two Man Crew CAD Technician Administrative Clerical Total Hours Task Direct Costs $229 $208 $173 $167 $117 $133 $90 1.0 DESIGN ENGINEERING 1 Project Management 6 12 0 0 0 0 4 22 S4,230 2 Project Meetings (2 Each) 1 4 4 0 0 4 2 15 $2,465 3 Topographic Surveying 0 2 2 6 48 16 0 74 $9,508 4 Field Investigations 0 2 8 0 0 12 0 22 $3,396 5 Pipeline evaluation, review video inspection 0 2 6 0 0 4 0 12 $1,986 6 Ground Water Monitoring 1 6 16 0 0 4 2 29 $4,957 7 Obtain Title Reports (est 30 Each) 0 0 2 6 0 2 0 10 $1,614 8 CWRR Permitting and Coordination 1 4 12 0 0 8 0 25 $4,201 9 Preliminary design - 60% 2 16 36 4 0 64 2 124 519,374 10 Review w/ and include Agency review 1 4 8 0 0 8 1 22 $3,599 11 Preliminary design - 90% 2 12 24 4 0 40 2 84 $13,274 12 Review w/ and include Agency review 1 4 6 0 0 8 1 20 $3.253 13 Final design, plans. and specifications 2 12 18 4 0 32 6 74 $11.532 14 Prepare estimate of construction cost 1 4 12 0 0 8 0 25 $4,201 15 Copies of plans and specifications 0 0 2 0 0 0 4 6 $706 16 Prepare and submit bid advertisement 0 0 1 0 0 0 2 3 $353 17 Answer bidder questions and maintain planholder list 0 2 4 0 0 0 4 10 $1,468' 18 Prepare and issue addenda 0 2 2 0 0 0 4 8 $1.122 19 Attend bid opening 0 2 2 0 0 0 0 4 $762 20 Prepare tabulation of bids 0 0 1 0 0 0 4 5 $533 21 Make recommendation of contract award 0 1 1 0 0 0 2 4 5561 22 Prepare notice of award 0 0 1 0 0 0 2 3 $353 23 Assemble construction contracts. reviewbondjns 0 1 2 0 0 0 8 11 $1,274 Labor Subtotal) 18 92 170 24 48 210 50 612 $94,722 EXPENSES: Travel: Cost/Unit Ground Days Days Miles Unit Mileage $0 63 157 $98.10 Misc.Expenses: Title Reports $400 30 $12,00000 Sub -Consultants: Holocene - Momtonng Wells $10,000.001 I I 1 (Multiplier I 111 $11,00000 Subtotal - Labor $94,722.00 Subtotal - Expenses $23,098 10 Total - DESIGN ENGINEERING $117,820 10 G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02- FINAL docx Page 6 of 10 EXHIBIT 1 — PROFESSIONAL SERVICES (Continued) During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: Stormwater Division — 2022 CIPP DID Rehabilitation (PROJECT) Task Order No. 2022-02 HLA Project No. 22165E For the services described in Task Order No. 2022-02, compensation shall be paid per Section 5 of the Agreement (City Contract No. 2020- , Resolution No. R-2022- ). The following spreadsheet shows the estimated time and expenses to perform said services. Project Title 2022 CIPP DID Rehabilitation Client. City of Yakima City Contract Number. 2022- HLA Project No 22165E Date. September 2, 2022 ENGINEER'S HOURLY ESTIMATE Task No. Project Task Senior Principal Engineer Licensed Principal Engineer Project Engineer II Resident Engineer/ Inspector Contract Administrator III Engineering Technician I Total Hours Task Direct Costs $245 $218 $180 $133 $147 $95 2.0 CONSTRUCTION ENGINEERING 1 Assist City with Review/Contract Prep 0 2 2 0 4 4 12 $1,764 2 Conduct Pre -Construction Meeting 0 4 4 4 4 0 16 $2,712 3 Construction Observation (35day) 2 8 16 367 0 0 393 $53,925 4 Field Inspection Reports 0 2 2 16 6 2 28 $3,996 5 Construction Administration 0 2 4 0 16 8 30 $4,268 8 Construction Meetings 2 4 8 8 4 2 28 $4,644 7 Submittal Review 0 2 4 8 4 2 20 $2,998 8 State Labor Standards Compliance 0 0 2 4 8 0 14 $2,066 9 Progress Payments 0 2 4 4 8 4 22 $3,244 10 Change Orders 1 2 6 6 4 2 21 $3,337 11 Final Walk-Through/Punchlist 0 2 4 2 2 2 12 $1,906 12 Project Closeout 1 1 4 2 6 4 18 $2,711 13 Record Drawings 0 0 2 8 2 2 14 $1,908 Labor Subtotal' 6 31 62 429 68 32 628 389,481 EXPENSES: Travel Cost/Unit Ground Days Miles Mileage $0.625 543 $339.38 Meals/Lodging $0 00 Misc Expenses: Advertisement Telephone Postage Misc. $0.00 Sub -Consultants None Anticipated $000 Multiplier 11 $0.00 Subtotal - Labor $89,481 00 Subtotal - Expenses $339 38 Total - CONSTRUCTION ENGINEERING $89,820.38 End of Exhibit 1 G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02- FINAL docx Page 7 of 10 EXHIBIT 2 SCHEDULE OF RATES FOR HLA Engineering and Land Surveying, Inc. Effective January 1, 2022, through December 31, 2022 Senior Principal Engineer $229.00 per hour Licensed Principal Land Surveyor $213.00 per hour Licensed Principal Engineer $208.00 per hour Licensed Professional Engineer $188.00 per hour Other Licensed Professional $185.00 per hour Project Engineer II $173.00 per hour Licensed Professional Land Surveyor $167.00 per hour Project Engineer I $155.00 per hour Contract Administrator III $142.00 per hour Senior Planner $138.00 per hour CAD Technician $133.00 per hour Engineering Technician III $126.00 per hour Resident Engineer $126.00 per hour Surveyor $124.00 per hour Surveyor on Two Man Crew $117.00 per hour Contract Administrator II $118.00 per hour Engineering Technician II $110.00 per hour Surveyor on Three Man Crew $104.00 per hour Contract Administrator I $90.00 per hour Engineering Technician I $90.00 per hour Administrative/Clerical $90.00 per hour Vehicle Mileage Federal Rate G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02- FINAL docx Page 8 of 10 EXHIBIT 2 SCHEDULE OF RATES FOR HLA Engineering and Land Surveying, Inc. Effective January 1, 2023, through December 31, 2023 Senior Principal Engineer $245.00 per hour Licensed Principal Land Surveyor $220.00 per hour Licensed Principal Engineer $218.00 per hour Licensed Professional Engineer $198.00 per hour Other Licensed Professional $196.00 per hour Project Engineer II $180.00 per hour Licensed Professional Land Surveyor $175.00 per hour Project Engineer I $161.00 per hour Contract Administrator III $147.00 per hour Senior Planner $145.00 per hour CAD Technician $141.00 per hour Engineering Technician III $133.00 per hour Resident Engineer $133.00 per hour Surveyor $128.00 per hour Contract Administrator II $122.00 per hour Surveyor on Two Man Crew $122.00 per hour Engineering Technician II $114.00 per hour Surveyor on Three Man Crew $108.00 per hour Contract Administrator I $95.00 per hour Engineering Technician I $95.00 per hour Administrative/Clerical $95.00 per hour Vehicle Mileage Federal Rate G.\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02- FINAL docx Page 9 of 10 EXHIBIT 2 SCHEDULE OF RATES FOR HLA Engineering and Land Surveying, Inc. Effective January 1, 2024, through December 31, 2024 Senior Principal Engineer $255.00 per hour Licensed Principal Engineer $228.00 per hour Licensed Principal Land Surveyor $225.00 per hour Licensed Professional Engineer $205.00 per hour Other Licensed Professional $204.00 per hour Project Engineer II $187.00 per hour Licensed Professional Land Surveyor $180.00 per hour Project Engineer I $166.00 per hour Contract Administrator III $152.00 per hour Senior Planner $148.00 per hour CAD Technician $146.00 per hour Engineering Technician III $138.00 per hour Resident Engineer $137.00 per hour Surveyor $132.00 per hour Contract Administrator II $126.00 per hour Surveyor on Two Man Crew $125.00 per hour Engineering Technician II $118.00 per hour Surveyor on Three Man Crew $110.00 per hour Contract Administrator I $98.00 per hour Engineering Technician I $98.00 per hour Administrative/Clerical $98.00 per hour Vehicle Mileage Federal Rate End of Exhibit 2 G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02- FINAL.docx Page 10 of 10 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.L. For Meeting of: October 18, 2022 ITEM TITLE: Resolution authorizing Task Order2022-02 with HLA Engineering and Land Surveying, Inc. to provide engineering services for City of Yakima Project No. SW2651 — 2023 Drainage Improvement District CI PP Rehabilitation SUBMITTED BY: Scott Schafer, Director of Public Works David Brown, Assistant Director of Public Works Mike Price, Wastewater/Stormwater Division Manager 249-6815 SUMMARY EXPLANATION: City of Yakima (City) Project SW2651 Drainage Improvement District (DID) Cured in Place Pipe (CI PP) Rehabilitation rehabilitates 4,900 linear feet of stormwater pipe that is experiencing severe root intrusion. The failed clay and concrete pipe, comprising sections of former Yakima County DI D infrastructure, requires frequent and extensive root removal efforts by City Stormwater crews to maintain water flow and avoid back-ups. The Project will utilize cured -in - place technology to line the existing pipe with a continuous liner to prevent the intrusion of roots. Task Order 2022-01 under existing City contract 2020-124 with HLA, is for engineering design, bidding, and construction services required for the project in an amount not to exceed $207,640.48. The Task Order with EXHIBIT 1 - PROFESSIONAL SERVICES and EXHIBIT 2 - SCHEDULE OF RATES is attached for Council review. The project is funded through Stormwater Capital Fund 442. ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution Yes Public Safety ATTACHMENTS: Description Upload Date Type 2 d Resolution a Task Order 9/26/2022 9'20/2022 Resolution tract TASK ORDER NO. 2022-03 REGARDING AGREEMENT BETWEEN CITY DFYAKIMA (CITY CONTRACT NO. 2020-124, RESOLUTION NO. R-2020-083) AND HLA ENGINEERING AND LAND SURVEYING, INC., (HLA) VVHEREAS, CITY and ENGINEER entered into City Contract No. 2020'124 ("the contract") as authorized by City Resolution No. R-2020-083; and WHEREAS, the parties agreed in the ooninact. Section 21 that ENGINEER shall beexpected to perform the work required by each task or group of tasks as assigned by the CITY for completion as required by the CITY and approved by Yakima City Council; THEREFORE, the parties agree ENGINEER shall complete the following tasks as part ofthe Basic Services as defined in Section 2.1 of the contract subject to all the horns and conditions contained in the contract, which is incorporated by reference. PROJECT DESCRIPTION: StwrmmmxterDivision Capital Improvements DID #29 REALIGNMENT (PROJECT) HLA Project Nq.2217S2 City Project Nm.SW2661 The City ofYakima (CITY) desires to realign 240 linearfeet (LF) of existing Drainage Irrigation District (DID) #28 pipelines north of Lincoln Axoouo crossing 35m Avenue, necessary to properly maintain and operate existing pipo|inoa, including on alignment that iavidon'ommnemo friendly for monitoring, as well on provide appropriate drainage for an area prone to flooding. Realignment of this DID pipeline includes the following: Installing 3800Fmf6-inchstorm sewer pipe Installing Five (5)storm manholes Installing T\mm(2) catch basins Establishing now easements for the storm drain pipeline Spot Repairs, As directed SCOPE OF SERVICES: Adthe direction ofthe CITY, HLAEngineering and Land Surveying, |no.(1LA)` ahoU provide professional engineering and land surveying services for the PROJECT. HLA services will include: 11 Provide complete PROJECT management to deliver the PROJECT within mutually determined 1-2 Attend two CQ PROJECT meetings with CITY aba# at 60Y6 and 90Y6 plan completion to fully review all elements of the PROJECT. 1.3 Conduct a topographic survey of the PROJECT areas as required to complete design, plans, and specifications, including call for utility locates. oAContracts & Task Orders\Yakima\2022\StormWater Division0louoRealign ment\2 022-10-03DID xmRealignment 'Task Orde,�2-03.dorx Page 1nf11 1.4 Perform field investigations necessary to design the identified irnprovemonto, including measuring inverts within monho|en, measuring water main depths, field checking topographic survey, and all associated traffic control for field investigations. 1.5 Review video inspection of the DID pipelines as provided by the CITY and identify existing connections and obstruction removal needs. 1.6 Obtain Title Reports for all privately owned property where construction activity may occur. It is anticipated up to two (2) title reports may be needed. 17 Perform the preliminary design and submit 60% preliminary plans and preliminary estimate to the CITY. 1.8 Meet with CITY toreview GO%submittal. CITY toconfirm removal ofany pipeline segments within five (5) working days following 60% review meeting. 1.0 Following receipt of 60%plan review comments by the CITY, prepare 8U%design plans and submit tothe CITY for review. 1.10 Prepare legal descriptions for utility easements. 1.11 Review and discuss 90Y6 design plans with CITY etot[ 1]2 Following receipt nf8096 plan review comments by the C[7Y, parh/nn the final deaign, and prepare complete plans and specifications for publicly bid improvements, as authorized by the 113 Prepare the Engineer's Estimate ofconstruction cost. 114 Following receipt of authorization from CITY, prepare advertisement for bids and provide to the CITY for use and implementation. All fees associated with bidding will be paid by the CITY. 115 Furnish the CITY electronic copies of the hno| plans and specifications for bidding and construction. It is anticipated HLA will prepare one (1) complete set of plans and specifications for one (1) bid call; additional bid packages beyond two, will be considered additional services. Six (6) printed copies of the contract documents will be made for later distribution to the CITY and Contractor after contracts are awarded. 116 Submit bid advertisement to the Yakima Herald Republic. 1.17 Post contract plans and specifications to the HLA website for bidding purposes. 1.18 Notify private utility companies and plan centers of upcoming PROJECT and maintain p|enho|dom |int, including nontnaob/m, subcontractors, and CITY staff. 1.18 Answer and supply such information aarequested byprospective bidders. 1.20 Prepare and issue addenda, ifnecessary. 1.21 Attend bid opening and participate inthe bid evaluation process, 1.22 Prepare tabulation of all bids received by the CITY and review bidder's qualifications and roapnne/vonoou. 1.23 Make recommendation of construction contract award to the lowest responsible bidder. 1.24 Prepare Notice ofIntent toAward toContractor. uAContractsuTask Ord ersNYaki ma\2022\Sto rmWater Division\DIozoReal ignment\2 022-10-03DID zeRealignment 'Task Orde,2022-03.docx 1.25 Assemble construction Contracts and coordinate execution of the Contract with the CITY and Contractor, including review ofbond and insurance requirements. .~~ Conzr_..s^Engineering_~~~-' DID ~_~2-�Realignment � 2.1 Coordinate and facilitate praconstn|otion meeting with the C|TY. Contractor, private utilities, and affected agencies. 2.2 Prepare and issue notice to proceed to the Contractor. 2.3 Assist CITY with preparing construction impacts informational pamphlets for CITY distribution to nearby property owners, as requested. 2.4 Furnish a qualified resident engineer (inspector) to observe construction at the PROJECT site during all significant work. The resident engineer shall provide surveillance ofconstruction for substantial compliance with plans and specifications. 2.5 Perform measurement and computation of pay items, prepare and file progress reports for the PROJECT with the CITY, and provide monthly progress pay estimates to the CITY. 2.6 Administer weekly construction meetings as requested by CITY. 2.7 Prepare weekly statements nfworking days. 2.8 Consult and advise the CITY during construction and make a final report of the completed work. 2.9 Monitor the Contractor's compliance with the contract documents labor standards and review Statements of Intent to Pay Prevailing VVagou and Affidavits of Wages Paid. 2.10 Review Contractor's submission of samples and shop dnawingu, where applicable.. 2.11 Review materials hooting nnau|tn for compliance with plans and specifications. 2.12 Recommend progress payments for the Contractor tuthe CITY. 2.13 Prepare and submit proposed contract change orders when applicable. 2.14 Review post -installation video inspection of the storm sewer main as provided bythe Contractor and identify any deficiencies. 2.15 Perform final walk-through with the CITY and Contractor, issue final punoh|iut, and inspect punnh|intitems once completed. 2.16 Pn*pono and furnish reproducible record drawings ofall completed work from as -built drawings furnished bythe resident engineer and Contractor. 3.0 De��Vm`��n�0nee���=~DIN�;S����R���Nrs -`^ � ��~ ' . 3.1 Will bodesigned under HLAProject 221U5E. 4.0 Construction|EngRepairs 4.1 Coordinate and koci|Uoto pnononntnuohun meeting with the CITY, Contractor, private udi|itiem, and affected agencies. 4.2 Prepare and issue notice to proceed to the Contractor. uAContrumsuTask Ord Water ow"wo\Dm2yRealign momuoc2-10-0x DID oeRealignment ' Task Order aoz-0no"cx Page 3of11 4.3 Aunkd CITY with preparing construction impacts informational pamphlets for CITY distribution to nearby property owners, as requested. 4,4 Furnish a qualified resident engineer (inspector) to observe construction at the PROJECT site during all significant work. The resident engineer shall provide surveillance ofconstruction for substantial compliance with plans and specifications. 4.5 Perform measurement and computation of pay items, prepare and file progress reports for the PROJECT with the CITY, and provide monthly progress pay estimates tothe CITY. 4.6 Administer weekly construction meetings aarequested hyCITY. 47 Prepare weekly statements ofworking days. 4.8 Consult and advise the CITY during construction and make a final report of the completed work. 4.0 Monitor the Contractor's compliance with the oontnmo( documents labor standards and naviovv Statements of Intent to Pay Prevailing Wages and Affidavits of Wages Paid. 4.10 Review Contractor's submission ofsamples and shop drawings, vvheno applicable. 4.11 Review materials testing nnmu|ta for compliance with plans and specifications. 4.12 Recommend progress payments for the Contractor tuthe CITY. 4.13 Prepare and submit proposed contract change orders when applicable. 4.14 Review post -installation video inspection of the storm sewer main as provided by the Contractor and identify any deficiencies. 4.15 Per -form final walk-through with the CITY and Cuntnautnr, issue final punoh|iat, and inspect punoh|intitems once completed. 410 Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the resident engineer and Contractor. 5.0 Additional Services Provide professional engineering and land surveying aanviooa for additional work requested by the CITY that is not included in this Task Order. 6.0 Items to be Fumished and Responsibilitv of CITY The CITY will provide orperform the following: 6.1 Provide full information as to CITY requirements of the PROJECT. 6.2 Assist HLAby providing all available information pertinent to the PROJECT, including video inspections of all pipe segments, previous reports, drawings, plats, surveys, utility records, and any other data relative to design and construction of the PROJECT. 0.3 Contact property owners affected by the PROJECT and gain necessary access to property for field investigation, design, and construction of improvements. 8'4 Provide legal direction on access to and rehabilitation of existing DID lines necessary fordesign and construction. mAConlracis &msk Ord rmvater Division\DIo29 0-03 DID coRealignment 'Task Orde,�2-03,docx Page 4uf11 8.5 Examine all studies, nopodo' uko1nhaa' estimates, specifications, drawings, proposals, and other documents presented by HILA and provide written decisions within a reasonable time as not tudelay the work ofHLA. 0.6 Obtain approval of all governmental authorities with jurisdiction over the PROJECT and approvals and consents from other individuals or bodies as naooanury for completion of the PROJECT. 87 Pay for project bid advertisement costs. 08 Pay for all necessary testing costs and permit fees. TIME OF PERFORMANCE: The services called for within this Task Order shall be completed as follows: It is intended for this PROJECT to be ready for bid advertisement nolater than February 2023. Submittal uf0O96 plans will be provided no more than thirty (30) calendar days following receipt of DID video inspection h|ea from the CITY. Submittal of0U96 plans will be provided within thirty (30) calendar days following CITY comments received from previously submitted set. Final plans will be provided within thirty (30) calendar days following receipt of CITY comments from previously submitted set. 2.0� Construction Engineering — DID #29 Realignment Engineering m*nioao during construction for the PROJECT oheU begin upon construction contract uvvond by the CITY tothe |mwoat responsible bidder and will axt*mJ through both the completion of construction and completion of as -constructed drawings and labor documentation c|usoout, as requested and directed by the CITY. A maximum of fifteen (15) working days has been assumed for the construction of improvements. Should the Contractor be granted time extensions for construction completion due to recognized delays, requested additional work, and/or change ondom, engineering services beyond the fifteen (15)working days shall boconsidered additional services. 3.0 ID �Desiqn Engineering Spot Repairs- Please refer to22105E(Task Order . 4.0 � Engineering_010 Spot Repairs Engineering services during construction for the PROJECT nhoU begin upon construction nordnoot award by the CITY to the |mwoat responsible bidder and will extend through both the completion of construction and completion of as -constructed drawings and labor documentation closeout, as requested and directed bythe CITY. Amaximum offive (5) working days has been assumed for the construction ofimprovements. Should the Contractor be granted time extensions for construction completion due to recognized do|oyo, requested additional work, and/or change nndem, engineering nen/icaa beyond the five (5)vvorking days shall beconsidered additional services. 6.0 Additional Services Time of completion for work directed by the CITY as additional services shall he negotiated and nndua|k/ agreed upon at the time service is requested by the CITY. o:�Contracts & Task Ord ers\Yakima\2022 �Sto rmvater Division\DIouuRea /ignment\2 022-10-03DID uoRealignment 'Task Orde,�2-03.docx Page 5of11 FEE FOR SERVICE: For the services furnished by HLA as described in this Task Order, the CITY agrees topay HLA the fees as set forth herein. The amounts listed below may be revised only by written agreement of both parties. All work shall be performed onatime-spent basis at the normal hourly billing rates in effect attime ofthe Task Order. All work directed by the CITY for this PROJECT phase will be performed on a time -spent basis at the hourly billing rates provided in EXHIBIT 2, plus reimbursement for direct non -salary expenses. An estimate oftime and expenses for services isprovided inEXHIBIT 1below. The estimated maximum fee for this work is $43,000 including $35,500 for design engineering and $7,500 for right of way services. All work shall be per -formed on a time -spent basis at the normal hourly billing rates in effect at time of the Tmnk[)ndec All work directed by the CITY for this PROJECT phase will be performed on a time -spent basis at the hourly billing odoa provided in EXHIBIT 2, plus reimbursement for direct non -salary expenses. An estimate oftime and expenses for services is provided in EXHIBIT 1 below. The estimated maximum fee for this work io $35.500. 3.0 Design Engineering — DID Spot Repairs � Design for the DID Spot Repairs will bopaid for under 23105E(Task Order ` 4,0 Construction Engineering — DID Spot Repairs All work shall boper-formed onatime-spent basis at the normal hourly billing rates ineffect edtime ofthe Task Order. All work directed by the CITY for this PROJECT phase will be performed on a time -spent basis at the hourly billing odoe provided in Agreement for Professional 8anvineo —Contnaot No. 2020-124 and Resolution No. R-2020-083, plus reimbursement for direct non -salary expenses. Anestimate oftime and expenses forservices is provided in EXHIBIT 1 below. The estimated maximum fee forthis work is $12,000. 6.0 Additional Services Additional work requested by the CITY not included above shall be authorized bythe CITY and agreed upon by HLA in writing prior to proceeding with services. HLA will pednnn additional services as directed/authorized by the CITY on o time -spent basis at the hourly billing odaa included in our General Agnoemont, plus reimbursement for direct non -salary oupanoea such as laboratory tacting, printing expenses, vehicle mileage, out-of-town travel costs, and outside consultants. HLA Engineering a Michael l[Baffle, PE, 0, ��'ent City of YakirTfa Robert Harrison, City Manager CITY CONTRACT M, nsxC)aoowmz-� eying, Inc. oAConlractsuTask rmwater Division\DIo�Realignment\2022-10-03DID zeRealignment 'Task Order 2022-03.docx Page 0of11 EXHIBIT 1 — PROFESSIONAL SERVICES During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: Stormwater Division — DID #29 REALIGNMENT (PROJECT) Task Order No. 2022-03 HLA Project No. 22175E For the services described in Task Order No. 2022-03, compensation shall be paid per Section 5 of the Agreement (City Contract No. 2020-124, Resolution No. R-2020-083). The following spreadsheet shows the estimated time and expenses to perform said services. Pr ect Tit : DID #29 Realign ent ent: Ctvc(Yatrna :ity Contract Number 2022- Prcect No, 2217 7ate:Sentembes 15 2022 Pipeline evaluation, review video inspection Sround Water Monitoring iabtain Title Reports (rm. 2) Preliminary design - 80% Review* and include Agency review Preliminary design - 0096 Review vat and Include Agency review Fnal design, plans. and specifications Prepare estimate &construction cost Copies of plans and specifications Prepare and submit bid advertisement Answer bidder questions and maintain planholderlisl Prepare and issue addenda Attend bid opening Prepare tabulation ct bids Make reoommendation of contract award Prepare notice cf awed 22 Assemble con -strut -bon contracts, review bondfins Labor Subtotal EXPENSES: .E TideR Right 5ukt-C s: e - Mo 0nn9 We C Unit 5400 57.500 Ground SubLotal - Ecwns Talal SIGN EN INE RING ENGINEERS HOURLY ESTIMATE MilesU %ph $70 51.80: Seat 53.52 S2,1 • $2,1 53,111 $1,54. 552. 535 MOM II 7 RE 7, ,4 50 87 G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\DID 29 Realignment\2022-10-03 DID 29 Realignment - Task Order 2022-03.docx Page 7 of 11 EXHIBIT 1 — PROFESSIONAL SERVICES (Continued) During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: Stormwater Division — DID #29 REALIGNMENT (PROJECT) Task Order No. 2022-03 HLA Project No. 22175E For the services described in Task Order No. 2022-03, compensation shall be paid per Section 5 of the Agreement (City Contract No. 2020-124, Resolution No. R-2020-083). The following spreadsheet shows the estimated time and expenses to perform said services. roject Tide: DID #29 REALIGNMENT Citv of Yakima 7.:ity Contract Number: liLA Project No. 22175E Date: Se.tember 15. 2022 Task No. Project Task 2 Conduct Pre -Construction Meeting 3 Construction Observation (15day) Field Inspection Reports Construction Administration Construction Meetings Submittal Review !1 8 tate Labor Standards Com lance 9 Progress Payments Project Closeout Record Drawings tEXPENSES: Tr Meals/Lodging Nisc. Expenses: Advertisement Telephone Postage Misc. '3ub-Consultants: Senior Principal Engineer $245 0 Licensed Principal Engineer $218 0 ENGINEERS HOURLY ESTIMATE Project Contract Engineering Engineer ministrator Technician 4 47 Total Hours Task Direct Costs 77 9 24 157 24 16 244 .371 None Anticipated 50. itiplier 1,1, $97.75 Subtotal - La )o Subtotal - E $35, 71.00 129.00 Total - CONSTRUCTION ENGINEERING $35,500 00 G:\Contracts & Task OrdersWakima)20221Storm Water Division \DID 29 Realignment\2022-10-03 DID 29 Realignment - Task Order 2022-03.docx Page 8 of 11 EXHIBIT 1 — PROFESSIONAL SERVICES (Continued) During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: Stormwater Division — DID #29 REALIGNMENT — SPOT REPAIRS (PROJECT) Task Order No. 2022-03 HLA Project No. 22175E For the services described in Task Order No. 2022-03, compensation shall be paid per Section 5 of the Agreement (City Contract No. 2020-124, Resolution No. R-2020-083). The following spreadsheet shows the estimated time and expenses to perform said services. iPrect Title: DID #29 REALIGNMENT - Spot Repairs Client: City of Yakima City Contract Number: II -ILA Project No. 22175E Date: Se.tember 15, 2022 ENGINEER'S HOURLY ESTIMATE Senior Licensed Project Resident , Contract Engineering Task Project Task Principal Principal Engineer Engineer/ Administrator Technician Total Hours. Task Direct No. Engineer En . ineer II Inspector III Costs 245 218 1 $t3 147 95 2.0 CONSTRUCTION ENGINEERING 1 Assist City with Review/Contract Prep 2 Conduct Pre -Construction Meeting 1 4 $640. 0 1 0 1 1 0 3 5498 Construction Observation (5day 0 40 0 0 42 3.5.7 4 Field Inspection Reports 0 0 2 1 1 4 5 Construction Administration 0 1 0 0 1 1 3 3.46 6 Submittal Review 0 0 1 1 1 1 4 $555 7 State Labor Standards Compliance 8 Progress Payments 9 Change Orders 0 0 0 0 1 1 1 0 2 5280 1 1 1 4 $593 1 1 1 5 5773 10 ' Final Waik-ThrougtvPunchiisi 0 1 0 1 1 1 4 93 11 Project Closeout 1 1 1 1 1 6 51,018 12 Record Drawings 0 0 0 1 1 0 2 52 abor Subtotal 11 $ 1.916 XPENSES: Travel: Mileage Cosi/Unit SO 2 Ground Da Miles 20 2 50 MeaiLodging Expenses: Advertisement Telephone 0.00 Poslag 71 5 :Sub -Consultants: None Anticipated 0 00 ultpher 50.00 Subtotal - Labor 6 0 Subtotal - Expenses Total- CONSTRUCTION ENGINEERING End of Exhibit 1 $84 09 $12.000 08 G:\Contracts & Task Orders \Yakima \ 2022 \Storm Water Division \DID 29 Realignment \2022-10-03 DID 29 Realignment - Task Order 2022-03.docx Page 9 of 11 EXHIBIT SCHEDULE OF RATES FOR 'HLA 'Engineering.^�~` Effective January 1, 2022, through December 31, 2022 Senior Principal Engineer $235.00per hour Licensed Principal Land Surveyor $215.00per hour Licensed Principal Engineer $21U.O0per hour Licensed Professional Engineer $180.00per hour Other Licensed Professional $i88.UOper hour Project Engineer || $173.00parhour Licensed Professional Land Surveyor $17O.ODper hour Project Engineer | $155.UUper hour Contract Administrator |U $142.00 per hour Senior Planner $14O.U0per hour CAD Technician $130.O0per hour Engineering Technician ||| $128.DOper hour Resident Engineer $12G.00per hour Planner $128.0Oper hour Surveyor $128.00per hour Surveyor onTwo Man Crew $12O.00per hour Contract Administrator || $118.00 per hour Engineering Technician || $11O.00per hour Surveyor onThree Man Crew $1O5.OUper hour Contract Administrator | $91.00 per hour Engineering Technician | $91.OUper hour Administrative/Clerical $01.00per hour Vehicle Mileage Federal Rate oAnommots &nmx Water o*isiomoouoRealign mom\2nz2-1n-0o DID xoRealignment ' Task Order ro2u-0o.docx Page 1Onf11 EXHIBIT SCHEDULE OF RATES FOR Inc. Effective January 1,2023,through December 31,2023 Senior Principal Engineer $245.UOper hour Licensed Principal Land Surveyor $22O.UOper hour Licensed Principal Engineer $218.0Oper hour Licensed Professional Engineer $198.0Oper hour Other Licensed Professional $1Q0.00per hour Project Engineer || $18O.DOper hour Licensed Professional Land Surveyor $175.DOper hour Project Engineer | $161.O0per hour Contract Administrator ||| $147.00per hour Senior Planner $145.00per hour CAD Technician $141.00per hour Engineering Technician ||| $133.00per hour Resident Engineer $133.00per hour Planner $133.UOper hour Surveyor $128.00per hour Contract Administrator || $122.00 per hour Surveyor on Two K8on Crew $122.00 per hour Engineering Technician || $114.00per hour Surveyor onThree Man Crew $10G.OUper hour Contract Administrator | $05.00per hour Engineering Technician | $&5.00per hour Administrative/Clerical S95.00 per hour Vehicle Mileage Federal Rate End of Exhibit 1 oAContractsuTask Ord mnvater Division\D/o29nealignment\2022-10-03DID 29Realignment 'Task Order 2022-03.dorx Page 11of11