Loading...
HomeMy WebLinkAboutR-2010-107 Wastewater/Stormwater Engineering Services Contract with Akel Engineering Group, Inc.RESOLUTION NO. R-2010-107 A RESOLUTION authorizing the City manager to execute an agreement with Akel Engineering Group and the City of Yakima to provide wastewater/stormwater engineering services for the Wastewater Division; a copy of which is attached hereto. WHEREAS, the City of Yakima owns and operates separate wastewater and stormwater collection and treatment facilities in accord with applicable Federal, State and Local regulations; and WHEREAS, Council has directed staff to develop a comprehensive Capital Facilities Plan of City owned assets over a six to twenty year period to support maintenance, operation, and improvement; securing current services and future demands; and WHEREAS, incorporating both the sanitary sewer and stormwater collection system evaluations into the Wastewater Facility Plan and Stormwater Management Plan fall within the scope of Council's directive for updating such capital plans; and WHEREAS, mandatory planning, coordination, collection system analysis and implementation is required to address regulatory requirements; and WHEREAS, professional wastewater/stormwater collection system engineering and comprehensive planning services are required for environmental mandates, community growth, replacement needs, and operational efficiencies; and WHEREAS, comprehensive planning will include system capacity, deficiency identification and recommended improvements and related services along with other engineering assistance is required to comply with mandated requirements; and WHEREAS, with the addition of these mandated requirement, use of 2010 budgeted and 2011 proposed budget funding is required to continue with current efforts to address these issues; and WHEREAS, the state of Washington requires performance of these services by a Professional Licensed Engineer, and; WHEREAS, the City has completed the process of competitively selecting professional engineering services by virtue of qualifications in compliance with applicable State requirements for acquisition of professional services; and WHEREAS, Akel Engineering Group, Inc. has been selected to provide professional wastewater/stormwater engineering services to the City of Yakima Wastewater division, now therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached professional engineering services agreement with Akel Engineering Group, Inc. to provide wastewaster/stormwater engineering services for the Wastewater Division a copy of which Exhibit "A" of the 2010 agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 21st day of September 2010. Micah Cawley, Mayor CITY OF YAKIMA AND AKEL ENGINEERING GROUP PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the "City"), and Akel Engineering Group, Inc., a company licensed to do business in Washington (hereinafter the "Engineer"). WHEREAS, the City desires to retain the Engineer to update the sanitary sewer collection system planning element of the 2004 Wastewater Facility Plan and the storm drainage collection system planning element of the 1994 Stormwater Management Plan; and WHEREAS, the Engineer has the experience and expertise necessary to provide such independent engineering services and is willing to provide the services in accordance with the terms and conditions of this Agreement; NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements set forth herein, 'it is agreed by and between the City and the Engineer as follows: 1. Scope of Services. The Engineer shall provide engineering services, referred to as Basic Services, related to planning, design and analysis for a sanitary sewer collection system plan and storm drainage collection system. The scope of engineering services shall also include a capacity analysis of the existing sewer and storm systems, identifying deficiencies in the existing systems and recommending improvements. The sanitary sewer analysis should also identify improvements necessary to accommodate future growth and to accommodate "infill areas" defined as those areas currently within the City limits using septic systems and vacant parcels. The scope of work shall also include other engineering services in support of ongoing WWTP facilities planning conducted by City staff and the City's other engineering consultants. The scope of services is described in more detail in Exhibit "A" attached and incorporated by this reference. The City will direct the Engineer when to proceed with each Phase of the scope of work. The City's estimated date of completion is thirty (30) months from the date of work start. 2. Additional Services. a. The City and Engineer agree that not all services performed by the Engineer can be defined in detail at the time this Agreement is executed and that Additional Services not covered in Exhibit "A" may be needed during performance of the Agreement. City may, at any time, by written order, direct Engineer to revise portions of Basic Services previously completed in a satisfactory manner, delete portions of Basic Services, suspend Basic Services, terminate Basic Services or request that Engineer perform Additional Services beyond the . scope of Basic Services. Such changes hereinafter shall be referred to as "Additional Services". b. If such Additional 'Services cause an increase or decrease in Engineer's cost of, or time required for, performance of any services under this Agreement, a contract price and/or completion time adjustment pursuant to this Agreement may be made and this Agreement may be modified in writing accordingly. Page 1 of 8 City of Yakima and Akel Group Engineering Professional Services Agreement v -/0-7 c. Compensation for each such request for Additional Services will be negotiated by the City and the Engineer according to the provisions set forth in Section 4. Engineer shall not perform any Additional Services until authorized by City in writing. Once so authorized, such Additional Services shall be considered part of Basic Services. If mutual agreement on compensation or time adjustment cannot be concluded, Engineer is required to perform the Basic and Additional Services, reserving a right for equitable adjustment; provided, that in no event shall any amount be allowed for anticipated profit or unperformed Basic Services or Additional Services. If City and Engineer cannot agree upon an equitable adjustment in the time for Additional Services beyond the scope of Basic Services within thirty (30) days of the Engineer's written request for equitable adjustment, performance of such Additional Services may be suspended by Engineer until City and Engineer mutually agree upon the time adjustment. 3. Term. The term of this Agreement shall commence upon execution hereof and shall terminate at the time of completion of all services/tasks required hereunder unless terminated sooner by either party in accordance with Section 20. The Engineer shall provide such services as are described on executed task orders in accordance with the time schedule set forth in Exhibit A. When directed by the City, the Engineer shall proceed in a timely and diligent manner to provide all services required hereunder. 4. Consideration. a. The City shall pay the Engineer for basic services described in Exhibit A, in accordance with the payment schedule set forth in Exhibit "B", based on the Engineer's direct salaries plus Direct Expenses, plus applicable sales, use, value .added, business transfer, gross receipts or other similar taxes. Direct salaries are the amount of wages or salaries paid Engineer's employees for basic services directly performed and described in Exhibit A, exclusive of all payroll related taxes, payments, premiums and benefits. Direct salaries may be increased once on an annual basis. Unless the parties otherwise modify this Agreement in writing, the total compensation paid to the Engineer for all services provided under this Agreement shall not exceed Four Hundred Fifty Thousand Dollars ($450,000.00). b. Direct Expenses are those necessary costs and charges incurred for Basic Services including, but not limited to: (1) the direct costs of transportation, meals and lodging; (2) insurance, letters of credit, bonds, and equipment and supplies, specific to the Basic Services and approved in advance by the City; and (3) Engineer's direct costs for subcontracted professional services, laboratory tests, analysis, printing and reproduction services, and CADD services. c. Travel costs, including transportation, lodging, subsistence and incidental expenses incurred by employees of the Engineer and each of the Sub -consultants in connection with Basic Services, shall be subject to the following; 1) 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 Basic Services. The Engineer, whenever possible, will use the least expensive form of ground transportation. Page 2 of 8 City of Yakima and Akel Group Engineering Professional Services Agreement 2) 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 3) Those accommodations shall .be at a reasonably priced hotel/motel. 4) That air travel shall be by coach class, and shall be used only when absolutely necessary. d. Telephone charges, in-house computer charges, in-house reproduction charges, first class postage, overnight mail and shipping and FAX charges are not reimbursable Direct Expenses; but are considered fully reimbursed as a part of Subsection 5.1 Direct Salary factor. e. Professional Sub -Consultants. Professional Sub -consultants are those costs for Engineering, management consulting,. surveying, geotechnical services and similar professional services approved in advance by the City. Reimbursement for Professional Sub -consultants will be on the basis of 1.10 times the actual costs billed by the Professional Sub -consultant for services provided to the City through this Agreement. f. The Engineer shall submit to the City monthly invoices itemizing tasks accomplished and percent completed to date. Upon receipt of said monthly invoice, the City shall make payment to the Engineer within thirty (30) calendar days; provided, however, that all payments are expressly conditioned upon the Engineer's performing services that are satisfactory to the City. g. The Engineer shall maintain adequate files and records to substantiate all amounts itemized on the monthly invoices. In the event that either party exercises its right to terminate this Agreement in accordance with Section 20, the Engineer shall be compensated in accordance•with the above terms for all satisfactory services.provided to the City up to the effective Agreement termination date. 5. Information Provided by the City. The Engineer shall provide guidance to the City in determining the data required for purposes of the contemplated services. The City agrees to use reasonable efforts to provide data and , information specifically requested by the Engineer. 6. Status of Engineer. The Engineer and the City understand and expressly agree that the Engineer is an independent contractor in the performance of each and every part of this Agreement. No officer, employee, volunteer and/or agent of Engineer shall act o,n behalf of or represent him or herself as an agent or representative of the City. The Engineer, as an independent contractor, assumes the entire responsibility for carrying out and accomplishing the services required under this Agreement. The Engineer expressly represents warrants and agrees that its status as an independent contractor in the performance of the work and services required under this Agreement is consistent with and meets the . six -part independent contractor test set forth in RCW 51.08.195. The Engineer and its officers, employees, volunteers, agents and/or subcontractors shall make no claim of City employment nor shall claim against the City any related employment benefits, social security, and/or retirement benefits. Nothing contained herein shall be interpreted as creating a relationship of servant, employee, partnership or agency between the Engineer and the City. 7. Inspection and Audit. The Engineer shall maintain books, accounts, records, documents and other evidence pertaining to the costs and expenses allowable and Page 3 of 8 City of Yakima and Akel Group Engineering Professional Services Agreement consideration paid under this Agreement in accordance with generally accepted accounting practices. All such books of account and records required to be maintained by this Agreement shall be subject to inspection and audit by representatives of the City and/or the Washington State Auditor at all reasonable times and the Engineer shall afford the proper facilities for such inspection and audit. Such books of account and records may be copied by representatives of the City and/or the Washington State Auditor where necessary to conduct or document an audit. The Engineer shall preserve and make available all such books of account and records for a period of three (3) years after final payment under this Agreement. 8. Taxes and Assessments. The Engineer shall be solely responsible for compensating its employees, agents, and/or subcontractors and for paying all related taxes, deductions, and assessments;' including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, the Engineer shall pay the same before it becomes due. 9. Nondiscrimination Provision. During the performance of this Agreement, Engineer shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training and the provision of services under this Agreement. 10. The Americans with Disabilities Act. The Engineer shall comply with the Americans with Disabilities Act of 1990, 42 U.S.C. § 12101 et seq. (ADA) and its implementing regulations and Washington State's anti -discrimination law as contained in RCW Chapter 49.60 and its implementing regulations with regard to the activities and services provided pursuant to this Agreement. The ADA provides comprehensive civil rights to individuals with disabilities in the area of employment, public accommodations, public transportation, state and local government services and telecommunications. 11. Compliance with Law. The Engineer agrees to perform those services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local or otherwise. 12. No Conflict of Interest. The Engineer covenants that neither it nor its employees have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. The Engineer further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 13. No Insurance. It is understood the City does not maintain liability insurance for the Engineer and its officers, directors, employees and agents. Page 4 of 8 City of Yakima and Akel Group Engineering Professional Services Agreement 14. Indemnification. a. The Engineer agrees to hold harmless 'and indemnify the City, its elected and appointed officials, officers, employees, agents and volunteers from and against any actions, claims, liability, damages, judgments, costs of defense and expenses (including reasonable attorney's fees) if judged as damages which result from or arise out of the negligent acts, errors or emissions of the Engineer, its officers, agents; employees or subcontractors in connection with or incidental to the performance or non-performance of this Agreement. b. The City agrees to hold harmless and indemnify the Engineer, its officers, employees, and agents, from and against any and all suits, actions, claims, liability, damages, judgments, costs of defense and expenses (including reasonable attorney's fees) which result from or arise out of the negligence of the City, its officers, agents, employees or subcontractors, in connection with or incidental to the performance or non- performance of this Agreement. c. In the event that both the Engineer and the City are negligent, each party shall be liable for its contributory share of negligence for any resulting suits, actions, claims, liability, damages, judgments, costs and expenses (including, reasonable attorney's fees). d. The foregoing indemnity is specifically and expressly intended to constitute a waiver of the Engineer's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the other party only, and only to the extent necessary to provide the indemnified party with a full and complete indemnity of claims made by the Engineer's employees. The parties acknowledge that these provisions were specifically negotiated and agreed upon by them. e. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. f. This Section of the Agreement shall survive the term or expiration of this Agreement and shall be binding on the parties to this Agreement. 15. Insurance Provided by Engineer. a. Professional Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as evidence of professional liability coverage with a limit of at least One Million Dollars ($1,000,000.00) for each wrongful act and an annual aggregate limit of at least Two Million Dollars ($2,000,000.00). The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company rated A -VII or higher in Best's Guide. If the policy is on a claim made basis, the retroactive date of the insurance policy shall be on or before the date this contract is executed by both parties hereto, or shall provide full prior acts coverage. The insurance coverage or substantially identical coverage sufficient to fully satisfy these requirements shall remain in effect during the term of this Agreement and for a minimum of three (3) years following the termination of this Agreement. • b. Commercial Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence/aggregate limit bodily injury and property Page 5 of 8 City of Yakima and Akel Group Engineering Professional Services Agreement damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The ,policy shall name the City, its elected officials, officers, agents, and employees as. additional insured as to this project only and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or a company rated A -VII or higher in Best's Guide and admitted in the State of Washington. c. Commercial Automobile Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence/aggregate limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insured as to this project only and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or a company rated A -VII or higher in Best's Guide and admitted in the State of Washington. d. Insurance Provided by Subcontractors. The Engineer shall ensure that all subcontractors it utilizes for work/services required under this Agreement shall comply with all of the above insurance requirements. However, professional liability will not be required unless the subcontractor is involved in design or Engineering services. 16. Delegation of Professional Services. The services provided for herein shall be performed by the Engineer and no person other than regular associates or employees of the Engineer shall be engaged upon such work or services except upon written approval of the City. 17. Assignment. This Agreement, or any interest herein or claim hereunder, shall not be assigned or transferred in whole or in part by the Engineer to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations and liabilities of the Engineer stated herein. 18. Waiver of Breach. A waiver by either party hereto of a breach by the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 19. Dispute Resolution. The parties shall strive to resolve all conflicts through negotiation in good faith as the preferred approach to dispute resolution and may consider mediation, or other form of dispute resolution, as a supplement or alternative where mutually agreed to by the Parties in writing. Page 6 of 8 City of Yakima and Akel Group Engineering Professional Services Agreement 20. Termination. Either party may terminate this Agreement at any time; with or without cause, by providing the other party with written notice of termination ten (10) calendar days prior to the termination date. 21. Severability. If any portion of this Agreement is changed per mutual agreement or any portion is held invalid, the remainder of the Agreement shall remain in full force and effect. 22. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and sent or hand delivered to the parties to their addresses as follows: TO City: TO Engineer: Shelley Willson, Utility Engineer City of Yakima, Wastewater 2220 East Viola Yakima, WA 98901 Tony Akel, P.E. Akel Engineering Group, Inc. 7433 North First St, Suite 103 Fresno, CA 93720 or to such other addresses as the parties may hereafter designate in writing. Notices and/or demands shall be sent by registered or certified mail, postage prepaid or hand delivered. Such notices shall be deemed effective when mailed or hand delivered at the addresses specified above. 23. Third Parties. The City and the Engineer arethe only parties to this Agree"ment and are the only parties entitled to enforce its terms. Nothing in this Agreement gives, is intended to give, or shall be construed to give or provide any right or benefit, whether . directly or indirectly or otherwise, to third persons. 24. Drafting of Agreement. Both the City and the Engineer have participated in the drafting of this Agreement. As such, it is agreed by the parties that the general contract rule of law that ambiguities within a contract shall be construed against the drafter of a contract shall have no application to any legal proceeding, arbitration and/or action in which this Agreement and its terms and conditions are being interpreted and/or enforced. 25. Integration. This written document constitutes the entire Agreement between the City and the Engineer. There are no other oral or written agreements between the parties as to the subjects covered herein. No changes or additions to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and executed by both parties. 26. Modification. MODIFICATIONS. Either party may request modifications to this Agreement but no proposed modifications to this Agreement shall be valid or binding upon either party unless such modification is in writing and executed by both parties. 27. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. Page 7 of 8 City of Yakima and Akel Group Engineering Professional Services Agreement 28. Venue. The venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of Washington for Yakima County, Washington. 29. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same Agreement. CITY OF YAKIMA By: Date: ti R. A. Zais, ity Manager ATTEST: AKEL ENGINEERING GROUP, INC By: �1• V TONY L , PRES\Det.ri- Date: 9 /3 0/ac) ro Deborah Kloster, City Contract No. City Resolution No. y Clerk aoo- ,Paoio-�o City of Yakima and Akel Group Engineering Professional Services Agreement Page 8 of 8 • • • FINAL DRAFT Exhibit "A" City of Yakima Waste Water Treatment Consulting Services Akel Engineering Group, Inc. scope of work WORK PACKAGE 1 — Prepare a General Sewer Plan which will guide the City in the orderly upgrade and expansion of the sanitary sewer system infrastructure,and which meets the requirements of WAC 173-240-050 BASIC SERVICES - The Engineer shall provide engineering services, related to planning, condition assessment and sanitary sewer collection system analysis Task 1- Describe the service area and summarize the existing sanitary sewer system and basins. Task 2- Map and populate the existing sewer facilities to be evaluated, consistent with the City's sewer system GIS. Task 3 —Evaluate the invert elevations and reconcile datum discrepancies. Task 4 Identify and delineate infill areas, including vacant lands and developments currently serviced by septic systems. Task 5 — Summarize the City's sewer system performance and design criteria, and level of service, to be used in the capacity analysis. Task 6 — Review and document recent historical sewer flows at the wastewater treatment plant and the ongoing flow monitoring program. Task 7 — Describe and characterize the existing and projected wastewater flows and users using the most recent available planning and engineering reports, in addition to the 2004 Wastewater Facility Plan. List all existing establishment producing industrial wastewater, quality of wastewater and periods of production, and known or project expansion plans. Task 8 — Develop supplemental temporary flow monitoring program. (City monitors used and installed by City staff Data provided by City staff ) Task 9 — Assemble sewer system hydraulic model using MWHSoft's H2OMAP SWMM software or equivalent. Task 10 — Identify supplemental field surveying needs. Survey will be completed by City staff Task 11 — Calibrate hydraulic model to dry weather flows, irrigation flows and design wet weather flows. Task 12 — Coordinate with Yakima County, Terrace Heights and Union Gap sewer purveyors Task 13 — Document and describe known existing sewer system capacity issues. Task 14 — Perform an Infiltration and Inflow analysis, identify sewer basins with high I/I, and recommend and describe rehabilitation options Task 15 — Use hydraulic model to identify existing sewer system deficiencies and recommend improvements. Task 16 - Address feasibility of maintaining a separate industrial wastewater collection system (IW) for separate pretreatment of high strength industrial wastewater dischargers at the Yakima Regional Wastewater Treatment Plant location. Consider current and future land use and zoning criteria in assessing the "what if" scenarios for maintaining a separate IW collection system. This shall includq an assessment of the existing 24 -inch IW line and possible replacement o extensions to the IW collection system Task 17 — Use dynamic modeling to recommend improvements for existing system deficiencies. Task 18 — Project growth and sewer flows in accordance with the Yakima Urban Area Comprehensive Plan 2025 and West Valley Neighborhood Plan. Task 19 — Use dynamic modeling to propose improvements to accommodate future design flows. Task 20 — Propose sewer system capacity improvements to service future expansion areas Task 21 — Propose sewer collection system improvements to service Infill Areas Task 22 — Develop a capital improvement program based on the capacity analysis Task 23 — Perform a cost allocation analysis, for each proposed improvement, between existing and future users. Task 24 — Prioritize improvement and recommend construction phasing. Task 25 — Prepare General Sewer Plan report. Task 26 — Purchase hydraulic model software license for the City Task 27 - Perform project management tasks, attend meetings and workshops This task includes 5 workshops at project milestones (kickoff, calibration, evaluation, recommendations, presentation to council), Task 28 — Provide 2 -day on-site training on the use of the hydraulic model • WORK PACKAGE 2 - Prepare a Storm Drainage System Master Plan which will guide the City in the orderly upgrade and expansion of the storm drainage system infrastructure BASIC SERVICES — Assist the City of Yakima by developing capacity analyses and water quality analysis to locate potential contaminants and site future treatment structures. Taskl — Describe and summarize the existing storm drainage system and basins. Task 2 — Map and populate the existing storm drainage facilities to be evaluated, consistent with the City's GIS Task 3 — Evaluate the invert elevations and reconcile datum discrepancies. Task 4 — Describe and summarize the City's storm drainage system performance and design criteria to be used in the hydrology and hydraulic analysis. Task 5 — Assemble hydrology model using HEC HMS or equivalent and hydraulic model using MWHsoft's H2OMAP SWMM software or equivalent. Task 6 — Identifying supplemental field surveying needs on missing manhole or outfall inverts. Task 7 — Review and describe historical rainfall events. Task 8 — Document and describe known existing areas that flood during storms. Task 9 — Document City's hydrology and hydraulic criteria. Task 10 — Project growth and flows in accordance with the Yakima Urban Area Comprehensive Plan 2025 and West Valley Neighborhood Plan. 2 • • • Task 11 — Use hydrology model and dynamic hydraulic modeling to recommend improvements for existing system deficiencies. Task 12 — Use hydrology model and dynamic hydraulic modeling to recommend improvements for servicing future expansion areas. Task 13 — Develop a capital improvement program for the capacity analysis Distinguish between improvements needed inside the city limits, versus improvements needed with the Yakima UGA. Task 14 — Perform a cost allocation analysis, for each proposed improvement, between existing and future users. Task 15 — Prioritize improvements and recommend construction phasing Task 16 — Prepare a master plan report. Task 17 — Purchase hydraulic model software license for the City Task 18 - Perform project management tasks, attend meetings and workshops. This task includes 5 workshops at project milestones (kickoff, calibration, evaluation, recommendations, presentation to council), Task 19 — Provide 2 -day on-site training on the use of the hydraulic model WORK PACKAGE 3 - Provide support as needed to City staff and the City's consultant with tasks related to the update of the 2004 Wastewater Facilities Plan. BASIC SERVICES -Assist the City of Yakima with upgrading the 2004 Wastewater facility plan as needed. Task 1 — Assist with updating cost estimates and prioritization of the elements of the capital improvements plan in the 2004 Facilities Plan. Task 2 — Other support to City staff and City consultants in updating the 2004 Facilities Plan. WORK PACKAGE 4 - Additional Services BASIC SERVICES -Additional services may be negotiated and ._mutually agreed to in accordance with Article 2 of the Engineering Services Agreements. These services could include, but may not be limited to a Facilities Plan amendment addressing alternatives for high strength industrial wastewater • • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No 89 For Meeting Of. September 21, 2010 ITEM TITLE Request approval of a resolution authorizing the City Manager to execute an agreement with Akel Engineering Group, Inc. and the City of Yakima to update the sanitary sewer system planning element of the Wastewater Facility Plan and the storm drainage system planning element of the Stormwater Management Plan SUBMITTED BY Dave Zabell, Assistant City Manager Scott Schafer, Wastewater Manager Shelley Willson, Utility Engineer CONTACT PERSON/TELEPHONE Shelley Willson/575-6077 SUMMARY EXPLANATION Concern for the condition of existing infrastructure has lead Council to direct City staff in the development of a comprehensive Capital Facilities Plan (CFP) The CFP would evaluate City owned assets over a six to twenty year period to support maintenance, operation, and improvement; securing current services and future demands Incorporating both the sanitary sewer and stormwater collection system evaluations into the Wastewater Facility Plan and Stormwater Management Plan respectively, is vital to properly addressing capacity issues and effectively planning future service areas It is also a requirement to maintain compliance with state and federal agencies Such planning efforts fall within the scope of Council's directive for updating the City's capital plans ( continued on next page) Resolution X Ordinance Other (Specify) to authorize use of 2010 budgeted funds 2011 Proposed Funds for Comprehensive Plan for Wastewater and Stormwater Collection System Contract -- Mail. to (name and address) Tony Akel Engineering Group Funding Source 472, 476 and 478 Funds APPROVED FOR SUBMITTAL. k City Manager STAFF RECOMMENDATION Staff respectfully requests City Council approve the resolution BOARD/COMMISSION RECOMMENDATION COUNCIL ACTION Page 1 ( continued from front page) Mandatory planning, coordination, capacity analysis, and deficiency identification and capital program prioritization is required to address regulatory requirements including the operation, maintenance, design and construction for the wastewater collection system plan under WAC 173-240-050 These elements are also necessary to apply for and secure Federal monies for capital projects associated with the wastewater and stormwater collection systems A Professional Licensed Engineer is required by the State of Washington to perform these services Services for this professional services agreement shall not exceed $450,000 The WWTP Facilities Plan is required to be updated with the renewal of the City's Wastewater NPDES permit. Updating the Plan to current conditions will allow current and future costs associated with mandatory and growth related wastewater issues to be estimated providing better planning priorities to be developed Keeping this plan updated is required to apply for financial assistance from the Department of Ecology and the Public Works Trust Fund Board The Collection System element of the Wastewater Facilities Plan was last updated in 2000 The existing 2004 Facilities Plan did not address the collection system information, but rather included the earlier report by reference The information available for the collection system is now well over a decade old and most of the areas noted as future development have been built out. The stormwater collection data is from the mid -1990's and was based on information gathered from maps, but mapping data was not field verified in many cases In addition, some of the areas noted in the earlier plans for treatment and storage are no longer vacant or viable for these uses The contract scope includes using the existing documents as a base to reduce the overall cost of the project. The intent is to update the sanitary sewer system planning element of the 2004 Wastewater Facility Plan and the storm drainage system planning element of the 1994 Stormwater Management Plan, to be consistent with the most recent projections, planning assumptions, and applicable regulations A copy of the Service Agreement has been attached Exhibit "A" of the agreement describes the scope of work in more detail Page 2 s • OWNER: PROJECT NAME: CITY PROJECT NO. CITY CONTRACT NO. CONTRACTOR: August 11, 2013, CHANGE ORDER NO. 1 City of Yakima Wastewater and Stormwater Plan 1911 2=-7G, = ac) \40—'1 S Akel Engineering THE FOLLOWING CHANGES ARE HEREBY MADE TO THE CONTRACT DOCUMENT: Original Contract Price (including Sales Tax): $450,000 Current Contract Price Adjusted by Previous Change Order(s) (Including Sales Tax): $450,000 Change in Contract Price Due To This Change Order (Including Sales Tax): $4,771.62 Adjusted Contract Price Due to This Change Order (Including Sales Tax): $454,771.62 ENGINEER: OWNER: Tony Ake', PE Akel Engineering, i0)6 )-( J i Debbie Cook, PE City of Yakima Date: V/i4/I3 Date: ' Ar 13 August 11, 2013 SCHEDULE A - INDUSTRIAL WASTELINE EXTENSION ITEM NO: AMOUNT Task 1— Develop Alternative to UIC at Occidental $2530.00 Task 2 — Update Master Plan Report $1880.00 CHANGE ORDER NO. 1 SUBTOTAL $4410:00 SALES TAX $ 361:62 CHANGE ORDER NO. 1 TOTAL $.4771.62 City of Yakima Stormwater Collection System Alternative Improvements to UICs at Occidental Avenue BACKGROUND Field observations by City staff indicate that many existing UICs in an area located in the southwest portion of the City (Figure 1) have filled with water that may not be adequately draining. This area is bound by Occidental Avenue to the South, 80th Avenue to the west, Coolidge Avenue to the north, and 72nd Avenue to the east. Due to the soil characteristics of this area, the City is requesting an alternative be developed for stormwater collection in this area. The alternative to UICs includes constructing conveyance and retention facilities, similar to other existing conveyance systems in the City SCOPE OF WORK TASK 1 — DEVELOP UIC ALTERNATIVE This task consists of developing an alternative stormwater conveyance system, including pipes and other facilities, in lieu of the planned UICs. The alternatives will summarized on an exhibit for review by City staff. TASK 2 — UPDATE STOMWATER COLLECTION SYSTEM MASTER PLAN This task consists of incorporating the developed alternative from the previous task, into the Draft Stormwater Collection System Master Plan. Relevant exhibits and detail sheets will be updated to reflect the new alternative to UICs in the area shown on Figure 1. DELIVERABLES • Figure showing alternative stormwater conveyance for the study area • Updated Stormwater Collection System Master Plan in electronic format (PDF) FEE ESTIMATE The fee estimate includes the level of effort to complete the work tasks, and is attached to this proposal. SCHEDULE The tasks in this proposal will be completed within 2 weeks from the notice to proceed. August 8, 2013 Page 2 Figure 1 Alternative Stormwater Drainage to UIC Designated Area at Occidental Avenue CdolidgefAve Coolidge Ave r i li '111 • "II • 4 co - lip • IP.11M. ' k =r, Oa •••—.414 . St ' Iket X; ! • * rip,- -IN It I —..•-- _„, ,Cbcidental,Ave 11.,*:, di "co 4,•.-z--,9.1 . 7b,4 ft ..... Tx E CD IN{ 101iyor August 8, 2013 Page 3 Exhibit A Hours Costs .. 6- c — c co .1p m na w U6. Task No. Task Description >, y c — 'c .oo y a r Total Cost C N as 0 .c 2Q J O 14 E b o 0 c U d z 1— < W I— 2 51/0a Task 1 Task 2 Total Develop Alternative to UIC at Occidental Avenue Update Master Plan Report 1 1 16 12 4 8 12 0 $2,090 $1,880 $3,970 $400 $400 $2,530 51,880 $4,410 AKEL ENGWEERING GROUP. INC. 8/6)2013