Loading...
HomeMy WebLinkAbout01/15/2019 06H Addendum 5 to Engineering and Consulting Services Agreement with Golder Associates, Inc to\'4\lyy tbxk ik 1 + PPP d g. ittYlltYlt.\ta. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.H. For Meeting of: January 15, 2019 ITEM TITLE: Resolution authorizing Addendum 5 to the Engineering and Consulting Services Agreement with Golder Associates, Inc. to complete permitting efforts for the Naches River Water Treatment Plant Intake Project SUBMITTED BY: Scott Schafer, Public Works Director David Brown,Assistant Public Works Director, 509-575-6204 SUMMARY EXPLANATION: This is Addendum 5 to our current contract with Golder Associates for the design and permitting of the City of Yakima's Water Treatment Plant Intake Improvements project. During recent flooding and long duration high water events, the Naches River has migrated towards the southeast river bank. The City's Water Treatment Plant intake is located on the northwest river bank. This project redirects the river flow back towards the northwest bank and the Water Treatment Plant intake to ensure adequate water is readily available for treatment to meet the domestic, commercial, industrial, irrigation and fire suppression needs of the City of Yakima. During the permitting process, the US Army Corps of Engineers (USACE) requested some design changes and re-submission of permit documents. This requirement will result in additional work by Golder Associates. The City secured a Department of Ecology(Ecology) Watershed grant that was to cover some of the design cost, with most of the funding obligated for actual construction. Because of the USACE additional requirements, Ecology has agreed to modify the grant in order to shift more funds towards the design and permitting of the project. However, this will reduce the amount of funding available for construction. Funds not ultimately spent on design or permitting, may be redirected back to construction.Additional funds if needed for construction will be from the Water Improvement Fund.Addendum 5 is not to exceed $114,712.00 and has been attached for City Council review. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Trust and Accountability 2 APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description Upload Date Type D Resolution 12/27/2018 Resolution contract 1/10/2019 Cover Memo 3 RESOLUTION NO. R-2019- A RESOLUTION authorizing execution of addendum 5 to the engineering and consulting services agreement with Golder Associates, Inc. to complete permitting efforts for the Naches River Water Treatment Plant Intake Project. WHEREAS, the City is in the process of making improvements to the Water Treatment Plant Intake, which requires applying and obtaining permits for the project; and WHEREAS, the US Corps of Engineers requires some additional Professional Services to develop additional materials for the 404 permit; and WHEREAS, the City desires to enter into Addendum 5 to the existing Professional Services Agreement with Golder Associates, Inc. 2011-085 to provide the additional materials and apply and obtain permits required for the Water Treatment Plant Intake Improvements; and, WHEREAS, the City of Yakima used the procedure established by the State of Washington and used the Municipal Research and Service Center Professional Services Roster process to select a firm to perform the design work; and WHEREAS, Golder Associates, Inc. was determined to be qualified to perform the needed hydraulic model work; and WHEREAS, the Scope of Work and Budget included in this supplement meet the needs and requirements of the City of Yakima for this project, and WHEREAS, the City Council of the City of Yakima finds that it is in the best interest of the City and its residents to enter into Addendum 5 to the Professional Services Agreement with Golder Associates, Inc. 2011-085, to apply and obtain permits for the Water Treatment Plant Intake Improvement Project, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached Addendum 5 to the Professional Services Agreement with Golder Associates, Inc., attached hereto and incorporated herein by this reference, not to exceed $114,712.00 to provide the Professional Services as described in the Addendum. ADOPTED BY THE CITY COUNCIL this 15th day of January, 2019. Kathy Coffey, Mayor ATTEST: Sonya Clear Tee, City Clerk For City of Yakima Use Only: 4 Contract No.2011-085 AGREEMENT FOR PROFESSIONAL SERVICES Project No.AC2335 Resolution No.R-2011-154 Soo No. — ADDENDUM NO. 5 This Addendum, hereinafter identified as Addendum No. 5, is hereby entered into and made a part of the Agreement between City of Yakima, Washington, and Golder Associates, Inc., for Professional Services first entered into on the 9th day of April, 2010, by the CITY OF YAKIMA, hereinafter called the "CITY," and GOLDER ASSOCIATES, INC., hereinafter called the "ENGINEER." WITNESSETH:That in consideration of the mutual covenants and agreements herein contained, the parties hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement: SECTION 2-SCOPE OF SERVICES 2.1 Basic Services: In addition to the duties set forth in the underlying agreement, ENGINEER agrees to perform additional work tasks described in the attached Addendum No. 5 Exhibit A: Design Modifications and Construction Support for the City of Yakima Water Intake Protect (Project). SECTION 5-COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services described in the attached Addendum No. 5 Exhibit A, compensation shall be on a time spent plus expenses basis at the ENGINEER's normal hourly billing rates shown on Exhibit B, attached to this agreement. IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 5, as of this day of , 2019. Other than specific amendments stated herein, all other terms, conditions and requirements of the underlying contract shall remain in full force and effect throughout the term of the underlying contract. CITY OF YAKIMA GOLDER ASSOCIATES, INC. Signature Signature Printed Name: Cliff Moore Printed Name: Title: City Manager Title: Date: Date: Attest Sonya Claar Tee, City Clerk City Contract No. 2011-85 Resolution No. R-2011-154 Page 1 5 ADDENDUM NO. 5 EXHIBIT A CITY OF YAKIMA—NACHES RIVER HYDROTECHNICAL ENGINEERING SUPPORT FOR THE WATER TREATMENT PLANT INTAKE SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: A scope of work is presented here to complete Permitting for the City of Yakima Water Intake Project (Project): The initial project tasks addressing Data Review(Task 1), Site Reconnaissance (Task 2), and Reporting (Task 3) for the first phase of work have been completed, as indicated below. Meetings and Final Design tasks (4 and 5, respectively) are on-going. Development of hydraulic models, which includes data review and model development for a new intake structure and floodplain stabilization structures and reporting (Tasks 6 through 8) have been similarly been completed. The Permitting Support work (Task 9) is partially completed and is on-going through to permit issuance. The new Design Modifications and Construction Support is addressed in this addendum: Task 1 — Data Review(COMPLETE) Task 2 —Site Reconnaissance (COMPLETE) Task 3 — Reporting (COMPLETE) Task 4 — Meetings (IN PROGRESS) Task 5 — Final Design (IN PROGRESS) Task 6 — Develop 1 D HEC-RAS Model (COMPLETE) Task 7 — Develop 2D TUFLOW Model (COMPLETE) Task 8 — Hydraulics Technical Memorandum (COMPLETE) Task 9 — Permitting Support (IN PROGRESS) Task 10 — Design Modifications and Construction Support (NEW) Detailed descriptions of the services are provided as follows: Task 10 — Design Modification and Construction Support Description: Prepare and submit City of Yakima Water Intake Project permits as described within the following subtasks 10a through 10f below. Assumptions: • Golder Associates, Inc. (Golder) will serve as the prime through permitting process and provide integrated engineering, coordination and project management. • 48 North Solutions, Inc. (48 North), as a sub-contractor to Golder, to provide permit expertise, support, development, and coordination. • This scope/budget is focused on efforts already completed to prepare and present the preliminary alternatives analysis to the Corps of Engineers. The Corps meetings concluded that with modification to the design (at direction of the Corps focusing on all wood and using rock riprap materials), the project may be permitted through the Page 2 6 Nationwide Permit process instead of the going through the larger effort of the full Alternatives Analysis and Individual Permit process. To make these adjustments, Golder proposes to complete the following design change tasks to prepare an updated design for a new Joint Aquatic Resources Permit Application (JARPA) submission. • Additional scope includes permitting support for the Washington Department of Fish and Wildlife (WDFW) Hydraulic Project Approval (H PA), which Golder assisted early this year with development of a figure for the WDFW HPA. The Corps indicated that a Section 404 of the Clean Water Act (CWA) permit through the Corps may need to be obtained for continued dredging activities associated with annual work that has been completed in order to maintain flows to the water intake. Additional budget has been included for Golder to assist in these efforts for 2019 if the permitting need arises. Deliverables: As described in subsequent tasks. Schedule: Final schedule to be coordinated with the City. Anticipated completion late fall 2019. A working schedule will be initiated immediately upon start of the work, and then updated and revised as additional and/or new information is developed. Task 10a — Preliminary Alternatives Analysis Description: Prepare preliminary Alternative Analysis for the Corps in support of the JARPA. Assumptions: • Golder will serve as the prime and main author of the Alternatives Analysis to summarize, expand upon, and develop the Alternatives Analysis. 48 North, as a sub-contractor to Golder, will provide permit expertise, support, development, and review of the Alternatives Analysis. Deliverables: Coordinate, participated, prepared one draft preliminary Alternatives Analysis and reviewed the initial comments from the Corps. Schedule: Task Completed Cost: $9,020. Task 10b— Prepare and Coordinate Meetings with Corps Description: Prepare and Coordinate meetings with the Army Corps of Engineers to review Alternatives Analysis and address a project path forward. Assumptions: • Golder served as the prime and main coordinator for the Corps meeting. 48 North Solutions, Inc. (48 North), as a sub-contractor to Golder, provided presentation review, meeting facilitation and support. Matthew Wells, as separately contracted through the City, provided review and input regarding any discussions on water rights and point of diversion transfers. • Golder will prepare and coordinate a meeting with the Corps to present project background and respond to most recent alternatives analysis comments. The goal of the meeting is to educate the Corps about the project, establish clarification on the comments and develop an agreed upon working path (scope) forward. Page 3 7 • Golder will prepare a PowerPoint presentation that introduces the project from the beginning and summarizes the proposed criteria and alternatives that have led to selection of the least environmentally practicable alternative (LEDPA). This presentation will be given to the Corps at the City. • Golder and 48 North will discuss at the meeting with the Corps the steps (scope) needed to permit through the Corps continued intake maintenance dredging activities on the Naches River. Deliverables: Presentation preparation, coordination and meetings with the Corps. Schedule: Task Complete Cost: $22,540. Task 10c — Updated 70% Drawings and Basis and Design Description: Update existing construction drawings to include structure modifications and all wood engineered log jams (ELJs) to be documented within an updated basis of design report. Assumptions: • River Grade Control (RGC) structure footprints can be modified and Ballasted Log Jam (BLJ) structures can be replaced with ELJs (using wood and rock riprap materials) to achieve project needs while being in alignment with JARPA requirements for a Corps Nationwide Permit. • Evaluate/update the hydrotechnical engineering analysis to reflect the change from ballasted design to wood and rock riprap design for the proposed Engineered Log Jam (ELJ) structures (per Corps directive from November 27, 2018 meeting). This will include ELJ stability/buoyancy analysis, scour estimates, and other hydrotechnical engineering needed to support a predominately wood materials (with rack/stack configuration and log pile vertical components) and the subsequent need for additional anchoring mechanisms beyond rock ballast and log pile skin friction (i.e. currently looking at using duckbill anchors as an option, final anchor selection pending further engineering) • Golder will update the Basis of Design Report to Deliverables: 70% design drawings to include design modifications that incorporate the analysis and design components to provided necessary ELJ anchoring. Design drawings will be provided in electronically in half-size (11"x17") and formatted to meet JARPA submittal requirements. An updated Basis of Design Report will remove the BLJ design and replace it with the new design modifications to include the ELJ structure design (buoyancy, wood rack/stack and piles, scour, anchoring requirements, burial depths, etc.). Schedule: Final schedule to be coordinated with the City, where anticipated completion to occur in Q1-Q2/2019. Cost: $20,310. Task 10d — Final Design Drawings and Specifications Description: Develop final Issued for Construction (IFC) design drawings and specifications. Page 4 8 Assumptions: • Golder will develop a final Issued for Construction (IFC) design drawings that will incorporate comments from the JARPA package submission and comments from the reviewing regulatory agencies. The ultimate comments and extent of which the City will implement design modifications is unknown at this time and a general estimate for the level of effort is made within this task. • Final IFC drawings will modify the ELJ elevations within the water intake RGC structure to confirm that the structure elevations are set at an elevation to allow for flows to enter and access the secondary channel. Golder will review water surface elevations within the 2D Tuflow model as they correspond to the RGC structure at the water intake. • Golder will develop project specifications to be incorporated into the final IFC drawing package. These will include general specifications, materials specifications, and general guidance on installation of the RGC and ELJ structures. • Golder will prepare a planning level construction cost estimate and develop a bid list and summary of quantities for contractor bid submittals. Golder will complete a bid walk with the prospective contractors to answer questions. Deliverables: Golder will develop a final IFC design drawings and specifications, a planning level construction cost estimate and attend a bid walk. Drawings will be provided electronically and two (2) full-sized signed hard copies will be provided to the City. Schedule: Final schedule to be coordinated with the City and pending input from Agency/regulatory review; anticipated completion Q2-Q3/2018. Cost: $19,390. Task 10e —Construction Support Description: Provide on-site engineering support during construction. Assumptions: • Golder will be prepared to provide construction support to respond to requests for information (RFIs) and provide on-site construction support during installation of the project. The extent and duration of this task and quantity of RFIs is currently unknown, and an initial level of effort is assumed for 1-week of in-office and 3-weeks of on-site construction support (assuming 12-hour days, 5 days a week). • Golder will work with an on-site construction manager or inspector to direct and implement the construction drawings and specifications. Deliverables: RFI responses and daily field report updates (provided in email format). Schedule: Final schedule to be coordinated with the City and pending input from Agency/regulatory review, river conditions, permit stipulations and contractor selection; anticipated completion Q3-Q4/2018. Cost: $39,380. Task 10f—Water Intake Dredging Permit Support Description: Provide interim water intake dredging permit support Page 5 9 Assumptions: • Golder has developed and provided a figure for the WDFW HPA. • Specific tasks to complete the Corps permitting process and meet additional agency review and comment is currently unknown. The specific scope and level of effort will be understood following spring runoff event. An initial placeholder level of effort has been included that allows for approximately 2 days of technical support. Deliverables: WDFW HPA figure and other deliverables unknown. Schedule: Partially completed task with final schedule to be coordinated with the City and anticipated to occur in Q2. Cost: $4,070. BUDGET SUMMARY A subtask breakdown of costs and a total task cost is presented table below. Table 1: Budget Summary Task Budget Task 10a — Preliminary Alternatives Analysis $9,020 Task 10b — Prepare and Coordinate Meetings with Corps $22,540 Task 10c— Updated 70% Design Drawings and Basis of Design $20,310 Task 10d — Final Design Drawings and Specifications $19,390 Task 10e —Construction Support $39,380 Task 10f—Water Intake Dredging Permit Support $4,070 Total $114,710 Page 6 ADDENDUM NO. 5 10 EXHIBIT B SCHEDULE OF FEES Ides REDMOND, WASHINGTON seta t 8 Effective January 1, 2017 Invoices from Golder Associates include labor charges, other direct costs, and costs associated with in-house services. Charges include only those services directly attributable to the execution of the work.Time spent when travelling in the interests of the work will be charged in accordance with the hourly rates. Labor charges are based upon standard hourly billing rates for each category of staff. The billing rates include costs for salary, payroll taxes, insurance associated with employment, benefits (including holiday, sick leave, and vacation), administrative overheads, and profit. In some cases statutory overtime rates may apply. Rates by labor category are as follows: ENGINEERS, SCIENTISTS. PROJECT MANAGERS TECHNICIANS/TECHNOLOGISTS AND REVIEWERS* Junior I Level T1 $80/h Junior I Level Cl $100/h Junior II Level T2 $100/11 Junior II Level C2 $110/h Intermediate Level T3 $115/h Intermediate I Level C3 $135/h Senior Level T4 $125m Intermediate II Level C4 $165/h Associate/Senior I Level C5 $185/h CAD AND CIVIL ENGINEERING DESIGN Associate/Senior II Level C6 $2151h TECHNOLOGISTS/GIS I Principal/Associate/Senior III Level C7 $230/h Draftsperson Level D1 $85/h Principal/Specialist Level C8 $250/h Staff Draftsperson Level D2 $95/h Senior Draftsperson Level D3 $115/h ADMINISTRATIVE SUPPORT Admin Support Level B1 $75/h Staff Admin Support Level B2 $85/h Senior Admin Support I Level B3 $95/h Senior Admin Support II Level B4 $105/h NOTES The above rates are subject to revision. A 7%charge will be added to the total fees to cover normal incidental office disbursements, including but not limited to associated communication charges, travel and document production. A 15%carrying charge will be added to disbursements including materials, subcontractor costs, drilling or excavation services and use of external laboratory services. Rates for specialist services, including but not limited to litigation support, expert witness, including time spent in depositions and the preparation and presentations of testimony, and/or senior level consultation, and priority emergency level services are available upon request. Rates for laboratory services and use of equipment owned by Golder Associates will be provided upon request. Special Note: I. The rates and charges listed above exclude applicable local and federal taxes The taxes will appear as a separate line item on each invoice. Golder Associates Inc. 13311 UEU nio I R aU Suite 200 Redmond,W.e 0805t USA Tel (4 m 993 C777 Fax: I m 992 5239 ii whe y Ceram Golder -rltl antln 3a drhedesign are'Roemer s ofar / Assoc a' —( ograion Golder Associates:Opemt(ons in A4rtea,Asls,Australasia.Europe,North Amertea and South America