Loading...
HomeMy WebLinkAboutR-1993-143 CH2M HillRESOLUTION NO. R-93-143 A RESOLUTION authorizing execution of a contract for engineering services with CH2M-Hill. WHEREAS, the City of Yakima has need for consulting engineering services for the "update of the 1994 Water Comprehensive Plan, the development of a Water Conservation Plan, and Orthophotography Services"; and WHEREAS, the City does not possess adequate in-house engineering staff to perform the necessary work involved in the development of the aforementioned Plans; and WHEREAS, the City of Yakima has complied with the provisions of RCW 39.80 which concerns a 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 CH2M-Hill for the engineering services necessary to update the 1994 Water Comprehensive Plan, to develop a Water Conservation Plan, and provide Orthophotography Services" now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager, City Clerk, and Director of the Department of Engineering and Utilities are hereby authorized and directed to execute the attached and incorporated "Agreement" together with its attachments, including Task Orders 1, 2, and 3. ADOPTED BY THE CITY COUNCIL this 21st day of December , 1993. .%)2/5 r Pr P Mayor : ATTEST C %'C City Clerk AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND CH2M-HILL NORTHWEST, INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this day of December , 1993, by and between the City of Yakima, Washington with principal offices at 129 N. Second Street, Yakima, Washington 98901, hereinafter referred to as "CITY", and CH2M-HILL NORTHWEST, Inc., and which corporation and its personnel performing this Agreement are licensed and registered to do business in the state of Washington, hereinafter referred to as "CONSULTANT", for the update of the 1994 Water Comprehensive Plan, develop a Conservation Plan, and provide Orthphotography Services, hereinafter called the "PROJECT". WITNESSETH: RECITALS WHEREAS, CITY desires to retain the CONSULTANT to provide engineering services for the compilation of a Water Comprehensive Plan, a Conservation Plan, and to provide Orthophotography Services as described in this Agreement and Amendments thereto; and WHEREAS, CONSULTANT represents that it has available and offers to provide personnel with expertise necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CITY and CONSULTANT agree as follows: SECTION 1 INCORPORATION OF RECITALS The above recitals are incorporated into these operative provisions of the Agreement. ENG'R AGR 1993 SECTION 2 SCOPE OF SERVICES 2.0 CONSULTANT agrees to perform those services described hereafter. Unless modified in writing by both parties, duties of CONSULTANT shall not be construed to exceed those services specifically set forth herein. 2.1 Basic Services CONSULTANT agrees to perform those planned tasks described in Exhibit A, entitled "City of Yakima - Water Comprehensive Plan, Conservation Plan, and Orthophotography Services". Which is part of this Agreement as if fully set forth herein. 2.2 Additional Services CITY and CONSULTANT agree that not all work to be performed by CONSULTANT can be defined in detail at the time this Agreement is executed, and that incidental work related to Project and not covered in Exhibit A may be needed during performance of this Agreement. CITY may, at any time, by written order, direct the CONSULTANT to revise portions of the PROJECT work previously completed in a satisfactory manner, delete portions of the PROJECT, or request that the CONSULTANT perform additional work beyond the scope of the PROJECT work. Such changes hereinafter shall be referred to as "Additional Services". 2.2.1 If such Additional Services cause an increase or decrease in the CONSULTANT'S cost of, or time required for, performance of any services under this Agreement, an equitable contract price and/or completion time adjustment shall be made and this Agreement shall be modified in writing accordingly 2.2.2 Compensation for each such request for Additional Services will be negotiated by the CITY and the CONSULTANT according to the provisions set forth in Exhibit B and if so authorized shall be considered part of the PROJECT work. The CONSULTANT shall not perform any Additional Services until so authorized by CITY and agreed to by the CONSULTANT in writing. 2.3 The CONSULTANT must assert any claim for adjustment in writing within thirty (30) days from the date of receipt by ENG'R AGR 1993 the CONSULTANT of the written notification of change or of providing services related to an asserted change, whichever is earliest. SECTION 3 CITY'S RESPONSIBILITIES 3.1 OWNER -FURNISHED DATA The CITY will provide to the CONSULTANT all technical data in the CITY's possession relating to the CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. 3.2 ACCESS TO FACILITIES AND PROPERTY The OWNER will make its facilities accessible to CONSULTANT as required for CONSULTANT's performance of its services. 3.3 TIMELY REVIEW The OWNER will examine the CONSULTANT's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as OWNER deems appropriate; and render in writing decisions required of OWNER in a timely manner. 3.4 PROMPT NOTICE The OWNER will give prompt written notice to CONSULTANT whenever OWNER observes or becomes aware of any development that affects the scope or timing of CONSULTANT's services, or any defect in the work of the CONSULTANT. 3.5 CITY shall appoint a City's Representative with respect to work to be performed under this Agreement. City's representative shall have complete authority to transmit instructions, receive information, and interpret and define City's policies. CONSULTANT shall be entitled to reasonably rely on such representations made by the City's Representative unless otherwise directed in writing by the CITY, but CONSULTANT shall be responsible for bringing to the attention of the City's Representative any representations which the CONSULTANT believes are inadequate, incomplete or inaccurate based upon the CONSULTANT'S knowledge. Any ENG'R AGR 1993 3 documents, service and reports provided by the CITY to the CONSULTANT are available solely as additional information to the CONSULTANT and will not relieve the CONSULTANT of its duties and obligations under this Agreement or at law. The CONSULTANT shall be entitled to reasonably rely upon the accuracy and the completeness of such documents, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services and reports and drawing conclusions therefrom. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4.1 In signing this Agreement, CITY grants CONSULTANT specific authorization to proceed with work described in Task Order No. 1 of Exhibit A. 4.2 CONSULTANT shall provide to the CITY regular progress and status reports concerning the work effort(s) currently being pursued. 4.3 The Work requirements of this entire Agreement shall be completed on or before December 31, 1994. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A MULTIPLIER BASIS For Tasks and associated costs as enumerated in Exhibit A, compensation shall be the total number of hours worked by each employee multiplied by the applicable hourly rates as listed in Exhibit C, and then multiplied by a factor of 2.2 . Direct costs shall be billed at cost, without markup, to include all applicable taxes. The 1993 hourly rates for CONSULTANT's employees are as listed in Exhibit C, and are subject to revision at the first of each calendar year. 5.1.1 DIRECT EXPENSES ENG'R AGR 1993 Direct expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary transportation costs, including current rates for CONSULTANT'S vehicles; meals and lodging, laboratory tests and analyses; computer services; word processing services; telephone, printing, binding and reproduction charges; all costs associated with outside consultants, 4 subconsultants, and other outside services and facilities; special City -requested and PROJECT -related insurance and performance warranty costs; and other similar cost. Reimbursement for said Direct Expenses will be for the actual expenses incurred by the CONSULTANT. Estimated Direct Expenses are summarized in Exhibit B. 5.2 COST LIMITATIONS Unless specifically authorized by the CITY, the total cost to the CITY for all of the work requirements of this Agreement shall not exceed $ 510,700.00 . 5.2.1 CONSULTANT will make reasonable efforts to complete the work within the cost limits established for each task element and will keep the CITY informed of progress throughout the work effort on each of the task elements, so that the work effort or the cost limit can be adjusted if found necessary. The CONSULTANT is not obligated to incur costs beyond the established cost limit for each task element, as may be adjusted, nor is the CITY obligated to pay the CONSULTANT beyond the cost limits. When any cost limit has been increased, the CONSULTANT'S excess costs expended prior to such an increase will be allowable to the same extent as if such costs had been incurred after the approved increase. 5.3 CITY'S REPRESENTATIVE The CONSULTANT will use its best efforts to submit to the City's representative by the 10th day of each calendar month an invoice for payment for PROJECT services completed through the previous month. Such invoices shall be for PROJECT services performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The CONSULTANT shall maintain in its office originals of all reports, receipts, and copies of all time sheets, and other supporting materials necessary to verify the percentage of completion. CONSULTANT shall submit with the above invoice, an estimate of the percentage of work completed for each task element for which costs have been incurred. CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the work done and amount billed. CITY will notify the CONSULTANT promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to CONSULTANT the questionable item(s) and withholding payment for such item(s). The CONSULTANT may ENG'R AGR 1993 5 resubmit such item(s) in a subsequent invoice together with additional supporting information required. Copies of all invoices submitted by the authorized subcontractors, associates or subconsultants shall be submitted to CITY and will follow the same format as that of the CONSULTANT. 5.4 If payment is not made within thirty (30) days, interest on the unpaid balance shall accrue beginning with the thirty-first (31) day at the rate of 1.0% per month or the maximum interest rate permitted by law, whichever is less, provided however, that no interest shall accrue pursuant to Chapter 39.70 RCW when before the date of timely payment a notice of dispute is issued in good faith by the CITY to the CONSULTANT pursuant to the terms of RCW 39.76.020. 5.5 Final payment of any balance due the CONSULTANT for PROJECT services will be made within forty- five (45) days after satisfactory completion of the services required by this Agreement as evidenced by written acceptance by CITY and after such audit or verification as CITY may deem necessary and execution and delivery by the CONSULTANT of a release of all claims against CITY arising under or by virtue of this Agreement, other than such claims, if any, as may be specifically exempted by the CONSULTANT from the operation of the release in stated amounts to be set forth therein. 5.6 Payment for any PROJECT services shall not constitute a waiver or release by CITY of any claims, right or remedy it may have against the CONSULTANT under this Agreement or by law, nor shall such payment constitute a waiver, remission or discharge by CITY of any failure or fault of the CONSULTANT to satisfactorily perform the PROJECT work as required under this Agreement. SECTION 6 RESPONSIBILITY OF CONSULTANT 6.1 The CONSULTANT shall be responsible for the professional quality, technical adequacy and accuracy, timely completion and the coordination of all plans, design, drawings, specifications, reports and other services furnished by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or review any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services. The CONSULTANT shall perform its work according to generally accepted architectural and engineering standards. ENG'R AGR 1993 6.2 CITY'S review or approval of, or payment for, any reports, recommendation, and any incidental work or services furnished hereunder shall not in any way relieve the CONSULTANT of responsibility for the technical adequacy, completeness or accuracy of its work. CITY'S review, approval or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. 6.3 LIMITATION OF LIABILITY The CONSULTANT shall be and shall remain liable, in accordance with applicable law, for all damages to the CITY, except as provided herein, caused by the CONSULTANT'S negligent performance of any of the work and services furnished by the CONSULTANT or its subconsultants under this Agreement. To the maximum extent permitted by law, CONSULTANT'S liability for CITY'S damages, for any cause or combination of causes, will, in the aggregate, not exceed the compensation received by CONSULTANT under this AGREEMENT, except for damages resulting from the CONSULTANT'S willful misconduct or gross negligence. This Subsection takes precedence over any conflicting Subsection of this AGREEMENT or any document incorporated into it or referenced by it. 6.3.1 This limitation of liability is a business understanding between the parties and applies to all different theories of recovery, including breach of contract warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence. Parties means the CITY and the CONSULTANT, and their officers, employees, agents, affiliates, and subconsultants. The parties also agree that the CITY will not seek damages in excess of the limitations indirectly through suits with other parties who may join the CONSULTANT as a third -party defendant. 6.4 In performing work and services hereunder, the CONSULTANT and its subcontractors, subconsultants, employees, agents and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever. The CONSULTANT shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof and will not make any claim, demand or ENG'R AGR 1993 7 application to or for any right or privilege applicable to an officer or employee of CITY. The CONSULTANT shall be solely responsible for any claims for wages or compensation by CONSULTANT employees, agents and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom. 6.5 INDEMNIFICATION (a) CONSULTANT agrees to indemnify, defend, and hold the CITY harmless from loss, cost, or expense of any kind claimed by third parties, including such loss, cost or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the CONSULTANT, its employees, officers, and subconsultants in connection with the PROJECT. In the event that any lien is placed upon the property of the CITY or any of the CITY'S officers, employees, or agents as a result of the negligence or willful misconduct of the CONSULTANT, the CONSULTANT shall at once cause the same to be dissolved and discharged by giving bond or otherwise. (b) CITY agrees to indemnify, defend and hold the Consultant harmless from loss, cost, or expense of any kind claimed by third parties, including such loss, cost, or expense of any kind claimed by third parties, including such loss, cost or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the CITY, its employees or agents in connection with the PROJECT. (c) If the negligence or willful misconduct of both the CONSULTANT and the CITY ( or a person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion. (d) The above indemnity is a business understanding between the parties and applies to all different theories of recovery, including breach of contract warranty, tort including negligence, strict or statutory liability, or any other cause of action. ENG'R AGR 1993 6.6 In any and all claims by an employee of the CONSULTANT, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited, in any way by any limitation on the amount or types of damages, compensation or benefits payable by or for the CONSULTANT or a subcontractor under workers' or workmens° compensation acts, disability benefit acts or other employee benefit acts. The CONSULTANT waives its immunity under the Industrial Insurance Act, Title 51, RCW. Such waiver has been mutually negotiated by the CONSULTANT and the CITY as evidenced by their specific and express initialling of this paragraph. (Consultant's Initials) (City's Initials) CH2M Hill expressly reserves it's rights as a third person as set forth in RCW 51.24.035. 6.7 It is understood that any resident engineering or inspection provided by CONSULTANT is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor. CONSULTANT does not assume responsibility for methods or appliances used by a contractor, for the safety of construction work, or for compliance by contractors with laws and regulations. CITY shall use its best efforts to assure that the construction contract requires that the contractor(s) indemnify and name CITY and the CITY'S officers, principals, employees, agents, representatives, engineers, and CONSULTANTS as additional insured on contractor's insurance policies covering PROJECT. 6.8 SUBSURFACE INVESTIGATIONS In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the CONSULTANT. ENG'R AGR 1993 SECTION 7 PROJECT SCHEDULE AND BUDGET 7.1 The general project schedule and the cost limit for both the entire project and its component tasks shall be as set forth in this Agreement and attachments. The CITY and the CONSULTANT shall after the execution of this Agreement conduct regular periodic meetings to review the CONSULTANT'S work progress on each Task and/or Task Element. 7.2 Not later than the tenth day of each calendar month during the performance of the PROJECT, the CONSULTANT shall submit to the CITY'S Representative a written narrative description of the work accomplished by the CONSULTANT and subconsultants on each task, indicating a good faith estimate of the percentage completion thereof on the last day of the previous month. Additional oral or written reports shall be prepared at the request of the CITY for presentation to other governmental agencies and/or to the public. SECTION 8 REUSE OF DOCUMENTS 8.1 All work products of the CONSULTANT are instruments or service of this PROJECT. Reuse, change or alternation by the CITY or others acting through or in behalf of the CITY without written permission of the CONSULTANT will be at the CITY's sole risk. The CITY agrees to indemnify the CONSULTANT and its officers, employees, subcontractors and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees, arising out of or related to such unauthorized reuse, change or alternation. 8.2 The CONSULTANT agrees that ownership of any plans, drawings, designs, specifications, computer programs and hardware, reports, operating manuals, calculations, notes and other work submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement whether or not complete shall be vested in the CITY. SECTION 9 AUDIT AND ACCESS TO RECORDS 9.1 The CONSULTANT, including it subconsultants, shall maintain books, records, documents and other evidence directly pertinent to performance of the work under this Agreement in accordance with generally accepted accounting principles and ENG°R AGR 1993 10 practices consistently applied. The CITY or the CITY'S duly authorized representative, shall have access to such books, records, documents and other evidence for inspection, audit, and copying for a period of three years after completion of the PROJECT. The CITY shall also have access to such books, records, and documents during the performance of the PROJECT work if deemed necessary by the CITY to verify the CONSULTANT'S work and invoices. 9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency. 9.3 The CONSULTANT agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the CONSULTANT is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, if any, of the CONSULTANT. 9.4 The CONSULTANT shall insure that substantially the foregoing paragraphs are included in each subcontract for work on the Project. SECTION 10 INSURANCE 10.1 Prior to beginning work under this Agreement, the CONSULTANT shall provide Certificates of Insurance as evidence that policies providing the following coverage and limits of insurance are in full force and effect. The CITY and the CITY'S officers, principals, employees, representatives and agents shall be designated as additional insured on all such policies except for professional liability. 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. 10.1.1 Comprehensive general liability insurance, including personal injury liability, blanket contractual liability, and broad -form property damage liability coverage. The combined single limit for bodily injury and property damage shall be not less than $1,000,000. ENG'R AGR 1993 11 10.1.2 Automobile bodily injury and property damage liability insurance covering owned, non -owned, rented, and hired cars. The combined single limit for bodily injury and property damage shall be not less than $1,000,000. 10.1.3 Statutory workers' compensation and employer's liability insurance as required by state law. 10.1.4 Professional liability insurance. The limit of liability shall be not less than $1,000,000. 10.2 Failure of either or all of the additional insured to report a claim under such insurance shall not prejudice the rights of the CITY, its officers, employees, agents, and representatives thereunder. The CITY and the CITY'S officers, principals, employees, representatives and agents shall have no obligation for payment of premiums because of being named as additional insured under such insurance. None of the policies issued pursuant to the requirements contained herein shall be cancelled, allowed to expire, or changed in any manner so as to affect the rights of the City thereunder until thirty (30) days after written notice of such intended cancellation, expiration, or change. SECTION 11 SUBCONTRACTS 11.1 CONSULTANT shall be entitled, to the extent determined appropriate by CONSULTANT, to subcontract any portion of the work to be performed under this Agreement. 11.2 Any subconsultants or subcontractors to the CONSULTANT utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by CITY, which approval shall not be unreasonably withheld. Each subcontract shall be subject to review by the CITY'S Representative, if requested, prior to the subconsultant or subcontractor proceeding with the work. The CONSULTANT shall be responsible for the architectural and engineering performance, acts and omissions of all persons and firms performing subcontract work. 11.3 CITY hereby authorizes the CONSULTANT to subcontract with the persons and firms listed below: 11.4 The CONSULTANT shall submit, along with its monthly invoices, a description of all work completed by ENG'R AGR 1993 12 subconsultants and subcontractors during the preceding month and copies of all invoices thereto. SECTION 12 ASSIGNMENT This Agreement is binding on the heirs, successors, and assigns of the parties hereto. This Agreement may not be assigned by CITY or CONSULTANT without prior, written consent of the other, which consent will not be unreasonably withheld. SECTION 13 INTEGRATION This Agreement represents the entire understanding of CITY and CONSULTANT as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may not be modified or altered except in writing signed by both parties. SECTION 14 JURISDICTION AND VENUE This Agreement shall be administered and interpreted under the laws of the State of Washington. Jurisdiction of litigation arising from this Agreement shall be in that state. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue of all disputes shall be Yakima County, State of Washington. SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION In connection with the Services under this Agreement, CONSULTANT agrees to comply with the applicable provisions of State and Federal Equal Opportunity statutes and regulations. SECTION 16 SUSPENSION OF WORK CITY may suspend, in writing, all or a portion of the work under this Agreement if unforeseen circumstances beyond CITY'S control make normal progress of the work impossible. CONSULTANT may request that the work be suspended by notifying CITY, in writing, of circumstances that are interfering with ENG'R AGR 1993 13 the normal progress of work. CONSULTANT may suspend work on PROJECT in the event CITY does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the work shall be extended by the number of days work is suspended. If the period of suspension exceeds 90 days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate work on the suspended portion of Project in accordance with SECTION 16. SECTION 17 TERMINATION OF WORK 17.1 Either party may terminate this Agreement, in whole or in part, if the other party materially breaches its obligations under this Agreement and is in default through no fault of the terminating party. However, no such termination may be effected unless the other party is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation with the terminating party before termination. Notice shall be considered issued within twenty-four (24) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement. 17.2 In addition to termination under paragraph 17.1 of this Section, CITY may terminate this Agreement for its convenience, in whole or in part, provided the CONSULTANT is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation with CITY before termination. 17.3 If CITY terminates for default on the part of the CONSULTANT, an equitable adjustment in the contract price shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other work, and (2) any payment due to the CONSULTANT at the time of termination may be adjusted to the extent of any additional costs or damages CITY has incurred, or is likely to incur, because of the CONSULTANT'S breach. In such event, CITY shall consider the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable and suitable to CITY at the date of termination and the cost to CITY of completing the work itself or of employing another firm to ENG'R AGR 1993 14 complete it. Under no circumstances shall payments made under this provision exceed the contract price. In the event of default, the CONSULTANT agrees to pay CITY for any and all damages, costs and expenses, whether direct, indirect or consequential, caused by said default. This provision shall not preclude CITY from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld payments. 17.4 If the CONSULTANT terminates for default on the part of CITY or if CITY terminates for convenience, the equitable adjustment shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the CONSULTANT reasonably incurs relating to commitments which had become firm before the termination, unless CITY determines to assume said commitments. 17.5 Upon receipt of a termination notice under subsections 17.1 or 17.2 above, the CONSULTANT shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to CITY all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents and materials as the CONSULTANT or its subconsultants may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the CONSULTANT retaining copies of the same. 17.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the work to completion utilizing other qualified firms or individuals; provided, the CONSULTANT shall have no responsibility for the further work thereon. 17.7 If, after termination for failure of the CONSULTANT to fulfill contractual obligations, it is determined that the CONSULTANT has not so failed, the termination shall be deemed to have been effected for the convenience of CITY. In such event, the equitable adjustment shall be determined as set forth in subparagraph 17.4 of this Section. 17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the CONSULTANT in PROJECT work or for any corporate officer of the CONSULTANT to render his services to the PROJECT, the CONSULTANT shall not be relieved of its ENG'R AGR 1993 15 obligations to complete performance under this Agreement without the concurrence and written approval of CITY. If CITY agrees to termination of this Agreement under this provision, payment shall be made as set forth in subparagraph 17.3 of this Section. Section 18 Arbitration All claims, counterclaims, disputes and other matters in question arising out of, or relating to, this AGREEMENT or the breach thereof may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. Either CITY or CONSULTANT may initiate a request for such arbitration, but consent of the other party to such procedure shall be a necessary precondition to arbitration. No arbitration arising out of, or relating to, this AGREEMENT may include, by consolidation, joinder, or in any other manner, any additional party not a party to this AGREEMENT. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. CITY OF YAKIMA `\ J Signature Print Name Title D r Dennis E. Covell, Director of Engineering and Utilities ATTEST: City Clerk ENWR AGR 1993 CFT"F -CONTRACTNO.'1i°-3-$43 CH2M Hill Incorporated Signature `� �' r-� I t✓� C 161\ \r) Print Name Title a,'r$, Date 16 EXHIBIT A SCOPE CITY OF YAKIMA WATER COMPREHENSIVE PLAN, CONSERVATION PLAN and ORTHOPHOTOGRAPHY The scope of services for the Water Comprehensive Plan and Conservation Plan is divided into the following tasks: Task 1 -- Water Comprehensive Plan Task 2 -- Conservation Plan Task 3 -- Digital Orthophotography Task 1 is further divided into 11 task elements and Task 2 is divided into 5 Task Elements. Each of the task elements corresponds to a chapter in the respective plans. Task 3 products will be digital data and maps. A technical memorandum for each task element (chapter) will be submitted to the City for review prior to its incorporation into the plan. The technical memorandums will provide a means of keeping the City informed as to the status of the project, and allow modifications to be made early in the project before further work is completed that is based on conclusions from previous task elements. Our approach for the project is to update and expand sections of the City's 1988 Water Comprehensive Plan where needed to reflect changes that have occurred since the 1988 Plan was prepared. The remaining effort will address new State and Federal regulations and City needs. Task 1 Water Comprehensive Plan The objective of Task 1, Water Comprehensive Plan, is to prepare an update to the City's 1988 Water Comprehensive Plan. The purpose of the plan is to identify present and future water system needs and set forth a means for meeting those needs in a manner consistent with other relevant plans and regulations. A major consideration of this plan is public involvement at all levels. The public involvement will include a committee composed of interested members of the City Council and the general public. The committee will meet periodically to review the direction and conclusions of the plan. They will also provide suggestions that will be considered during preparation of the plan. 1 Task Element 1: System Planning Considerations CH2M HILL will update the chapter entitled "System Planning Considerations" in the 1988 Plan. Included will be updated descriptions of the following: • Water System History • Existing Service Area • Adjacent Purveyors • Regional Considerations • Land Use • Population • Future Service Area Our approach will be to first review existing records and interview City staff. We will then edit the System Planning Considerations chapter in the 1988 Water Plan to include the changes that have occurred since the 1988 plan was prepared. We will add a new section to describe other plans that may have an impact on the water system. Task Element 2: Existing System The objective of Task Element 2 is to describe the major components of the existing water system and how those components interrelate. The description will include each pressure zone, the physical facilities within each pressure zone, and an assessment of how well each of the facilities operates. Our approach for this element of the project is to interview City staff and then edit the 1988 Water Plan to include changes that have occurred since the 1988 plan was prepared. Task Element 3: Water Requirements Using supply and consumptive use data provided by the City, CH2M HILL will summarize the water use over the last five years and then estimate water use for the next planning period. Activities included in this element are listed below: 1. Summarize variations in demand. This includes determining average day, maximum day, maximum hour, maximum instantaneous and minimum hour demands based on the City's supply and storage records. These demands will be compared to demands of other similar Cities. A graph will be prepared showing total system demand for each hour during a maximum day demand. 2 2. Summarize existing demands by customer category (e.g., irrigation, residential, commercial etc.). 3. Discuss existing data in terms of Interim Guidelines for Public Water Systems Regarding Water Use Reporting, Demand Forecasting Methodology and Conservation Programs. 4. Estimate future demands. Explain approach, assumptions, conclusions, accuracy and policies affecting future demand. 5. Summarize fire flow and irrigation demands, and high demand areas. Task Element 4: Internal Study Criteria and Standards The objective of this element of the project is to summarize the criteria that will be used to judge the adequacy of the water system under various demand conditions. The criteria will include planning and financing as well as engineering criteria. Our approach for this element of the project is to review the 1988 Plan and compare with current regulatory requirements. Afterwards, we will work with City staff to evaluate the need to modify the criteria and standards. Task Element 5: Existing Supply The objective of this element of the project is to evaluate the existing supply sources. Our approach is to revise the 1988 Plan to reflect current conditions and to add several new sections that are now required by the State. Activities included in this task element are listed below: 1. Description and evaluation of the surface water and ground water resources. Also included in the groundwater evaluation is a review of available hydrogeologic data. 2. Summary of State and Federal Rules and Regulations that will impact the City's water supply including the Safe Drinking Water Act, the Growth Management Act, WAC 246-290, well head protection requirements, conservation and the adjudication of water rights. 3. Evaluation and summary of water rights, water quality and water quantity. 4. Preparation of a reconnaissance level water shed study. The study will include the identification of prevailing activities within the water shed that could have an impact on water quality, characterization of the contaminants and the associated health affects and assessment of the vulnerability of the water shed to pollution. 3 5. Development of an outline for meeting the State's requirements for a Well Head Protection Plan. Prepare a cost range for modeling. 6. Discussion of other impacts from the Safe Drinking Water Act on the groundwater and distribution system. Examples include the impact of the population growth resulting from the addition of the railroad area customers on the lead and copper rule, and the discussion of whether source water quality will continue to be adequate to meet existing and future water quality standards. Task Element 6: Future Supply The objective of this element of the project is to evaluate alternatives for meeting the future supply requirements for both the water and irrigation systems. Alternatives will be presented that demonstrate the impacts of irrigation water supply on the system. Our evaluation will include a review of the influence of various water rate structures, and the impact of leak detection and prevention programs, and water conservation programs. The actual water conservation program will be prepared under a separate task order. Task Element 7: Distribution Storage Analysis The objective of this element of the project is to determine the City's distribution storage requirements based on the criteria that will be established in Task Element 4. Storage needs will be evaluated for the existing water system with and without the irrigation system. The analysis will not include adjacent purveyors. It is presumed that if adjacent purveyors obtain future supply from the City of Yakima their systems will be equipped with sufficient distribution storage. Task Element 8: Distribution System Evaluation The objective of this element of the project is to evaluate the distribution system using a computerized hydraulic model. The purpose of the evaluation is to identify deficiencies and needed system improvements based on existing and future system demands. Activities included in this task element are listed below: 1. Conduct workshop with City staff to determine the criteria for selecting a hydraulic modeling program that best meets the City's needs. 2. Investigate alternative computer programs based on the criteria selected above and provide a technical memorandum summarizing the results. 3. Purchase computer hardware and software based on City's selection. 4. Work with the City in developing routines and communications methods for transferring data between the model and the City's existing Arc Info, ArcCAD and AutoCAD systems. 4 5. Model the City's system with the selected computer hardware and software. The model will include maximum day, maximum day plus fire and maximum hour demands with and without the irrigation system demands. Results of the models will be used to identify deficiencies and needed improvements within the system. 6. Set up the computer hardware and software at the City and train the City's staff in its operation. Task Element 9: Operations Analysis The objective of this element of the project is to summarize the City's existing operations programs and to evaluate the manpower, equipment and facilities needed to effectively carry out the day to day operation of the water and irrigation systems. Our approach is to update and expand upon the existing plan, including descriptions of personnel, operation and control, monitoring, emergency response and cross -connection control. Manpower, equipment and facilities will be compared with other similar systems. The City's operations will be reviewed and recommendations for improvement made if needed. Task Element 10: Capital Improvements Recommendations CH2M HILL, in concert with the City staff and public input, will prioritize and develop a proposed schedule of implementation for all of the recommended system improvements. The schedule will identify improvements to be implemented immediately, within the next 6 years, and by the year 2025. Order -of -Magnitude cost estimates will be prepared for each of the recommended system improvements. Task Element 11: Water System Finances CH2M HILL will prepare information describing the basic water rate structure options available to the City. The discussion will address how well each alternative meets standard rate making guidelines including: promoting conservation, rate and revenue stability, implementability, public acceptance, reflection of cost of service, and other factors. Rate forms to be considered will include seasonal, volumetric, goal -based, inverted, and declining block structures. A separate discussion of irrigation rates will be included. In accordance with State Water Comprehensive Plan Guidelines, a financial program will be developed that describes how each major capital improvement will be financed. Our approach will be to develop a 10 -year financial forecast of the City's water system operations, including projected revenues, operations and maintenance expenses, and capital costs. We will examine tradeoffs between debt and rate financing in order to best meet the City's financial objectives (e.g., cash reserve requirements, target coverage ratios, levels of municipal equity, etc.). A draft plan will be developed for City review. Later, we will work with City staff to refine the plan. At the conclusion of the study, a financial forecast model will be left with the City for future updates. 5 Task Element 12: Final Review and Production This task includes final review, presentations and production of a camera ready report and report in digital medium. Task 2 Water Conservation Plan The objective of Task 2 is to prepare a Water Conservation Plan for the City's potable water and irrigation systems in accordance with the Interim Guidelines for Public Water Systems Regarding Water Use Reporting, Demand Forecasting Methodology, and Conservation Programs. The purpose of the plan is to identify conservation measures that are or will be implemented, explain how they will be monitored and funded, and explain how the conservation measures and the level of implementation were chosen. The first 3 task elements of the Water Conservation Plan are similar to the first 3 task elements of the Water Comprehensive Plan. As a result, sections of the Water Comprehensive Plan will be incorporated into and referenced in the Water Conservation Plan. Likewise, sections of the Water Conservation Plan will be incorporated into and referenced in the Water Comprehensive Plan. Task Element 1: System Planning Considerations The objective of this initial element is to review and compile the background information needed for the subsequent evaluation of potential conservation measures. Included will be descriptions of the following: • Water System History • Existing Service Area • Existing Conservation Measures and Policies • Regional Considerations • Land Use • Population Task Element 2: Existing System The objective of Task Element 2 is to describe the major components of the existing water and irrigation systems and how these components interrelate. Included will be descriptions of each pressure zone and the physical facilities within each pressure zone. Also included 6 will be an assessment of how well each of the facilities is operating. Task Element 3: Water Requirements The objective of Task Element 3 is to summarize the water requirements for the water and irrigation systems. Included will be summaries of the following: • Amount of water supplied • Amount of water used • Amount of unaccounted water • Amount of potable water needed based on a comparison of the per capita water use with other comparable water systems • Amount of irrigation water needed based on what is recommended in the Washington State Irrigation Guide. • Evaluation of the water needed versus the water used and supplied • Evaluation of the need for water conservation Task Element 4: Internal Study Criteria and Standards The objective of Task Element 4 is to establish the criteria and standards that will be used in selecting and evaluating water conservation measures. Recommendations and requirements of the Interim Guidelines for moderate sized systems will be addressed. CH2M HILL will work with the City to establish the criteria and standards. Task Element 5: Evaluation of Opportunities for Water Conservation The objective of Task Element 5 is to identify and evaluate opportunities for water conservation. Our approach is to estimate the cost, effectiveness, advantages and disadvantages of potential water conservation measures. We will also identify how the conservation measures will monitored. It is presumed that water rates are a potential conservation measure. CH2M HILL will address the effects that alternative rate structures and rate levels can have on the demand for water. It is also presumed that repairing or abandoning the irrigation system are potential conservation measures. CH2M HILL will address the effects of these two measures. CH2M HILL will evaluate the potential for reuse of the City's wastewater to reduce demand on the potable water and irrigation systems. 7 Task Element 6: Water Conservation Recommendations The objective of Task Element 6 is to summarize the water conservation measures selected by the City. This task will include a workshop with the City to present the conservation measures evaluated in Task Element 5. Final selection of the alternatives that are to be implemented will be made by the City. Following the selection, the alternatives will be summarized in the plan. Task Element 7: Conservation Plan Finances The objective of Task Element 7 is to develop a financial program that describes how each selected water conservation measure will be financed. The program will include internal as well as external funding sources, such as Jay Inslee's Yakima River Enhancement Bill. Task 3 Digital Orthophotography The objective of this task is to develop surveyed control, digital terrain modeling, and digital orthophotos in support of the City of Yakima's Water Comprehensive Plan and structured digital mapping program for the urban area surrounding the Yakima City Limits. Task Element 1: Surveyed Control Monuments Produce surveyed control monuments distributed throughout the urban area (covering approximately 41 square miles) to control immediate and future mapping needs, CH2M HILL will provide: • A GPS consultant and three Surveyor Grade GPS receivers for the photo control survey. • A GPS/photo control technician to help the City survey crew establish targeted control points and to help train (2 days) City crew members on GPS receiver operation. • Network pre -planning and post processing of collected GPS data. • Coordinate listings for approximately 90 horizontal and vertical control points coordinated by global positioning system (GPS) survey methods. The control will be based on the Yakima County GPS control network. Coordinates will be reported in the NAD -83 (1991) horizontal datum and NGVD-29 vertical datum. The City will provide 3 survey crew members (with survey experience) to target control 8 points and to operate the GPS receivers during data collection. Task Element 2: Aerial Mapping Photography Provide precision aerial mapping photography covering approximately 56 square miles. CH2M HILL will produce: • Vertical black and white mapping photography covering the 56 square mile extended area of interest using a precision aerial mapping camera having a current USGS camera calibration certificate. Task Element 3: Digital Orthophotography The digital orthophoto files will be based on a 30 -inch by 30 -inch quarter section sheet layout. Orthophoto rectification for relief image displacement will be accomplished using digital terrain modeling. CH2M HILL will: • Provide a base sheet/file layout on the quarter section breakdown provided by the City. • Deliver approximately 95 to 100, digital orthophoto files in a TIFF raster file format compatible with ARC/INFO Version 6.1. • Generate raster file images for 1 -inch = 100 -feet final plot scale and a 6 - inch pixel resolution. The City of Yakima will deliver an ARC/INFO coverage with the appropriate quarter section breakdown. Task Element 4: Digital Terrain Modeling The digital terrain model(s) will cover the same area as the 95 to 100 digital orthophoto files. CH2M HILL will: • Provide digital terrain modeling for generating 1 -inch = 100 -feet, 2 -feet contour interval mapping. • Deliver the digital terrain models in ARC/INFO TIN module format. 9 Task Element 5: Hardcopy Mylar Orthophoto Contour Sheets The digital orthophoto contour files will be plotted on mylar based on a 30 -inch by 30 -inch quarter section sheet layout covering 95 to 100 quarter section sheets (approximately 25 square miles). CH2M HILL will deliver 1 -inch = 100 feet, 2 feet contour interval, mylar orthophoto contour sheets. Task Element 6: Additional Modelling, Orthophotography and Plotting The purpose of this task is to provide services defined in Task Elements 3, 4 and 5 for the remaining 30 square miles mapped in Task Element 2 but not included in Task Elements 3, 4 and 5. CH2M HILL will complete the digital terrain modelling, orthophotography and plotting as defined above for an additional approximate 62 sheets. This task will not be started until authorized by the City and additional fee negotiated. 10 Table A - Exhibit A Task One - Water Comprehensive Plan Element Task Description Hours Cost 1 System Planning Considerations 260 $27,645 2 Existing System 30 $2,285 3 Water Requirements 99 $9,367 4 Internal Criteria and Standards 68 $6,626 5 Existing Supply 455 $43,981 6 Future Supply 172 $20,506 7 Distribution Storage Analysis 22 $1,714 8 Distribution System Evaluation 738 $74,139 9 Operations Analysis 177 $13,937 10 Capital Improvements Recommendations 380 $31,072 11 Water System Finances 249 $18,392 12 Final Review and Production 258 $16,336 Task Two - Conservation Plan 1 Summarize Existing Conservation Measures 37 $3,270 2 Evaluate Conservation Needs 148 $13,080 3 Establish Criteria 111 $9,810 4 Identify and Evaluate Alternatives 208 $18,312 5 Conservation Plan Finances 237 $20,928 Task Three - Orthophotography 1 Surveyed Control Monuments 214 $24,500 2 Aerial Mapping Photography 97 $11,100 3&4 Digital Orthophotography and Terrain Modelling 1104 $126,200 5 Hardcopy Mylar Orthophoto Contour Sheets 153 $17,500 . . . - EXHIBIT B CITY OF YAKIMA WATER COMPREHENSIVE PLAN, CONSERVATION PLAN and ORTHOPHOTOGRAPHY Expenses Description Task 1 Task 2 Task 3 Computer $6,065 $1,900 H&S Program $2,415 Comm Charge $3,163 $536 Auto Mileage $800 Meals $250 Lodging $750 Travel Allow $800 Misc-Other $18,250 $1,050 Equipment $620 Oth-Subcontr $1,600 OrthoPhoto $53,790 Totals $34,713 $3,486 $53,790 EXHIBIT C CITY OF YAKIMA WATER COMPREHENSIVE PLAN, CONSERVATION PLAN and ORTHOPHOTOGRAPHY Hourly Rates Personnel Grade Hourly Rate Professional: E7 $60.00 E6 $55.36 E5 $44.39 E4 $42.24 E3 $31.90 E2 $31.45 El $28.96 Technical: T5 $37.19 T4 $31.44 T3 $27.22 T2 $23.00 T1 $20.32 TA $15.33 Support Staff: 0 $18.40