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