Loading...
HomeMy WebLinkAbout01/21/2020 06I Engineering and Consulting Services Agreement - Akel Engineering Group, Inc. a\'4\lyy bxk ik 1 PP1-:4d PPP g. A Pp g dP s d+ eAe lii it tYlltYlA.\ta. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.1. For Meeting of: January 21, 2020 ITEM TITLE: Resolution authorizing an agreement with Akel Engineering Group, Inc. to provide engineering and consulting services associated with the 2022 Wastewater and Stormwater Collection System Master Plan updates SUBMITTED BY: Scott Schafer, Director of Public Works David Brown,Assistant Director of Public Works Mike Price, Wastewater/Stormwater Division Manager, 249-6815 SUMMARY EXPLANATION: The 2022 Wastewater and Stormwater Collection System Master Plan documents (Plans)will update information from the respective 2013 Master Plans regarding existing deficiencies and projected system expansion and renewal requirements. The Plans will provide the City of Yakima with updated wastewater and stormwater capital improvement plans, including development and population triggers, for the orderly expansion and upgrade of the collection systems. The Plans will require City Council adoption. The 2022 Sewer Collection System Master Plan update will be incorporated into the City's Comprehensive Plans and the General Sewer Plan as required by WAC 173-240-050. The 2022 Stormwater Collection System Master Plan update will be incorporated into the City's Comprehensive Plans and the City of Yakima Stormwater Management Plan. The Wastewater/Stormwater Division complied with the provisions of RCW 39.80 and City of Yakima Policy ADM 2-800 Contracting for Architects and Engineers in selecting Akel Engineering Group, Inc. as a qualified consulting firm to perform the required services. The terms of the Agreement would be in an amount not to exceed $534,761. (See attached Agreement with Exhibits A - Scope of Services, Exhibit B — Fee Estimate, and Exhibit C — Fee Schedule). The costs are separated into three Work Packages: Work Package 1 -Wastewater Collection System Master Plan - $255,394 Work Package 2 - Stormwater Collection System Master Plan - $268,757 Work Package 3 -Wastewater treatment Plant Planning - $10,610 The Updates are budgeted in Wastewater Capital Fund 476 and Stormwater Capital Fund 442. 2 ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt resolution ATTACHMENTS: Description Upload Date Type D reso 1/13/2020 Cotter Memo D Contract 1,812020 Contract 3 RESOLUTION NO. R-2020- A RESOLUTION authorizing an agreement with Akel Engineering Group, Inc. to provide engineering and consulting services associated with the 2022 Wastewater and Stormwater Collection System Master Plan updates. WHEREAS, the City of Yakima Wastewater/Stormwater Division requires engineering and consulting services associated with the 2022 Wastewater and Stormwater Collection System Master Plan updates; and WHEREAS, the Wastewater and Stormwater Collection System Master Plan updates must be prepared by a licensed Professional Engineer; and WHEREAS, the City of Yakima Wastewater/Stormwater Division representatives have complied with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural service by a city; and WHEREAS, the Wastewater/Stormwater Division used the City procedure for Contracting for Architects and Engineers; and WHEREAS, Akel Engineering Group, Inc. has the necessary expertise and experience to perform and provide the required engineering consulting services and is willing to do so in accordance with the attached agreement; and WHEREAS, the City Council deems it to be in the best interest of the City to enter into an agreement with Akel Engineering Group, Inc. for engineering and consulting services associated with the 2022 Wastewater and Stormwater Collection System Master Plan updates; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached and incorporated contract with Akel Engineering Group, Inc., in the amount of Five Hundred Thirty- Four Thousand Seven Hundred Sixty-One Dollars ($534,761) for engineering and consulting services associated with the 2022 Wastewater and Stormwater Collection System Master Plan updates. ADOPTED BY THE CITY COUNCIL this 21 n day of January, 2020. ATTEST: Patricia Byers, Mayor Sonya Clear Tee, City Clerk 4 AGREEMENT BETWEEN ' CITY QFYAK|MA,VVASH|NGTOM AND AK0L00GXN00RING GROUP,INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this day of 2020, by and between the City of Yakima,Washington,a municipal corporation with its principal office at 129 North Second Street,Yakima, WA 98901,(hereinafter referred to as"CITY"),and AKEL ENGINEERING GROUP, INC.with its principal office at 7433 N. First Street,Suite lO3' Fresno[A937ZU(hereinafter referred toas''ENG|NEER^);said corporation being licensed and registered to do business in the State of Washington,and will provide Engineering services under this Agreement for WASTEWATER AND STONK8VVATER COLLECTIONS SYSTEM MASTER UPDATE on behalf ofthe City of Yakima, herein referred toasthe"PROJECT." VV|TNES8ETM: ' RECITALS WHEREAS,CITY desires to retain the ENGINEER to provide engineering services for design and construction of the PROJECT,as described)n this Agreement and subsequent Amendments thereto;and WHEREAS, ENGINEER represents that it has available and offers to provide personnel with knowledge and experience 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 ENGINEER agree asfollows: SECTION INCORPORATION 0FRECITALS 1.1 The above recitals are incorporated into these operative provisions of the Agreement. SECTION SCOPE OFSERVICES 2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in writing by both parties,duties of ENGINEER shall not be construed to exceed those services specifically set forth herein. 2.0.2 ENGINEER shall use its best efforts tu maintain continuity in personnel and oho|| assign,Tony A.Alke|, P.E. as Principal-in-Charge throughout the term of this Agreement unless other personnel are approved by the CITY. 1.1 Basic Services: ENGINEER agrees to perform those tasks described)n Exhibit A'entitled"SCOPE OF WORK" (WORK)which is attached hereto and made part o[this Agreement osif fully set forth herein. 2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by ENGINEER can be defined in detail at the time this Agreement is executed' and that additional WORK related to the 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 ENGINEER to revise portions of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services." Page � � n 2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or time required for, performance of any services under this Agreement, a contract price and/or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall � be modified in writing and accepted by the parties hereto. 2I2 Compensation for each such request for Additional Services shall be negotiated by the CITY and � the ENGINEER according to the provisions set forth in Exhibit B'attached hereto and incorporated � � herein by this reference,and if so authorized,shall be considered part of the PROJECT WORK. The ENGINEER shall not perform any Additional Services until so authorized by CITY and agreed to by the ENGINEER inwriting. 23 The ENGINEER must assert any claim for adjustment in writing within thirty(30)days from the date of the � ENG|NEER's receipt of the written notification ofchange. SECTION C|TY'S RESPONSIBILITIES 3.1 CITY-FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the CITY'S possession relating to the ENGINEER'S services on the PROJECT including information on any pre-existing conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency. 3.2 ACCESS TD FACILITIES AND PROPERTY: The CITY will make its facilities reasonably accessible toENGINEER as required for ENGINEER'S performance of its services and will provide labor and safety equipment as reasonably required by ENGINEER for such access. 33 TIMELY REVIEW: The CITY will examine the ENGINEER'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 CITY deems appropriate; and render in writing decisions required of CITY ina timely manner. Such examinations and decisions,however,shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional se/vices meeting the standards uf care applicable to its profession. 3.4 CITY shall appoint C|TY'5 Representative with respect to WORK to be performed under this Agreement. C|TY'S Representative shall have complete authority to transmit instructions and receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing tothe attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete,or inaccurate based upon the ENGINEER'S knowledge. 3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER of its professional duties and obligations under this Agreement o/ at law. The ENGINEER 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 cane in using and reviewing such documents, services, and reports and drawing conclusions from them. ~ SECTION AUTHORIZATION, PROGRESS,AND COMPLETION 4.1 In signing this Agreement,CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A,nrosamended. SECTION 5 COMPENSATION Page � , o 5.1 COMPENSATION 0NA TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services described inExhibit A, compensation shall be according to Exhibit C Schedule of Specific Hourly Rates, attached hereto and incorporated herein by this reference, on a time spent basis plus reimbursement for direct non-salary ( expenses. 5.1.1 DIRECT NON-SALARY EXPENSES: Direct Non-Salary Expenses are those costs incurred onnrdirectly for the PROJECT including, but not limited to, necessary transportation costs, including current rates for ENGINEER'S vehicles; meals and lodging; laboratory tests and analyses; printing, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities;special CITY-requested and PROJECT-related insurance and performance warranty costs; and other similar costs. Reimbursement for Direct Non-Salary Expenses will beunthe basis of actual charges plus reasonable markup' not to exceed ten percent (l0%)' and on the basis of current rates when furnished byENGINEER. Estimated Direct Non-Salary Expenses are shown in ExhibitB. � 511.1 Travel costs,including transportation, lodging,subsistence,and � incidental expenses incurred by employees of the ENGINEER and each nfthe 3ubconsu|tun1sin connection with PROJECT WORK; provided,aufollows: ^ That a maximum ofU.S.INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance, and depreciation costs of company or individually owned vehicles for that portion of time they are used for PROJECT WORK. ENGINEER, whenever possible, will use the least expensive form of ground transportation. ° That reimbursement for meals inclusive of tips shall not exceed a maximum of forty dollars ($4O) per day per person. This rate may be adjusted on ayeady basis. � That accommodation shall beata reasonably priced hcte|/motei + That air travel shall be by coach class, and shall be used only when absolutely necessary. 5.1.2 Telephone charges,computer charges,in-house reproduction charges,first class postage,and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates. 5.1.3 Professional Subconsu|tants. Professional 5ubconsu|tants are those costs for engineering, architecture, Qentechnica| services and similar professional services approved by the CITY. Reimbursement for Professional 5uboonsu|tan1z will be on the basis of actual costs billed plus a reasonable markup,not to exceed ten percent(10%)for services provided to the CITY through this Agreement. Estimated Subconsu|tant costs are shown in Exhibit B. 52 Unless specifically authorized in writing by the CITY,the total budgetary amount for this PROJECT shall not exceed FIVE HUNDRED THIRTY-FOUR THOUSAND SEVEN HUNDRED SIXTY-ONE DOLLARS($534,7G1). The ENGINEER shall make all reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase,and provided that the City was informed in writing at the time such costs were incurred. Page 7 5.3 The ENGINEER shall submit to the Oty's Representative an invoice each month for payment for PROJECT aenims completed through the accounting cut-off day of the previous month. Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The ENGINEER ahuU submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies ofsubconsu|tant invoices, and any other supporting materials and details determined necessary by the City to substantiate the costs 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 ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to ENGINEER the questionable item(s) and withholding payment for such item(s). The ENGINEER may resubmit such item(s)in a subsequent invoice together with additional supporting information requested. 5.4 If payment is not made within sixty(60)days following receipt of approved invoices,interest on the unpaid ba|anceoha|laccruebeg\nninQwiththesixty'0mt(G1m)dayatthemteof1.U%permunthorthemaximum interest rate permitted by law,whichever is less;provided,however,that no interest shall accrue pursuant to Chapter 39.76 RCW when before the date of timely payment a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms ofRCVV39.76OZO(4). 5.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty-five (45) days after satisfactory completion of the services required by this Agreement as evidenced by CITY's written acceptance and after such audit or verification as CITY may deem necessary, together with ENG|NEER'n execution and delivery of release of all known payment claims against CITY arising under or by virtue of this Agreement,other than such payment claims, if any,as may be specifically exempted by the ENGINEER from the operation of the release in stated amounts to be set forth therein. 5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY of any claims, right,or remedy it may have against the ENGINEER 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 ENGINEER tosatisfactorily perform the PROJECT WORK as required under this Agreement. SECTION RESPONSIBILITY OFENGINEER 6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and accuracy, timely completion,and the coordination of all plans,designs,drawings,specifications, reports, and other services furnished by the ENGINEER under this Agreement. The ENGINEER shall,without additional compensation, correct or review any errors,omissions, or other deficiencies in its plans, designs,drawings, specifications, reports, and other services. The ENGINEER shall perform its WORK according to generally accepted civil engineering standards of care and consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations,and permits. 62 C|TY'S review orapproval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy,completeness,or accuracy of its WORK and the PROJECT WORK. OTY'5mview\ approval, o/ 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. 63 In performing WORK and services hereunder, the ENGINEER and its subcontractors, subcnnsu|Lants' employees,agents,and representatives shall be acting as independent contractors and shall not be deemed ur construed tobe employees or agents of CITY in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be,an officer or employee of CITY by reason hereof and shall not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER's employees, Page a agents, and representatives, indudingsubconsuban1s and subcontractors, and shall save and hold CITY harmless therefrom. 6.4 INDEMNIFICATION: (a) ENGINEER agrees to defend,indemnify,and hold harmless the CITY,its elected and appointed officials, agents, officers, employees and volunteers (hereinafter "parties protected") from (l) claims, demands, liens, lawsuits, administrative and other proceed ings,(inc|uding reasonable costs and attorney's fees)and(2)judgments,awards, losses, liabilities,damages, penalties, fines' costs and expenses of any kind claimed by third parties arising out of, or related to any death' injury, damage or destruction to any person or any property tnthe extent caused by any negligent act, action, default, error, omission or willful misconduct arising out of the Engineer's performance under this Agreement. |n the event that any lien io placed upon the City's property or any of the City's officers, employees or agents as a result of the negligence ur willful misconduct of the Engineer,the Engineer shall at once cause the same to be dissolved and discharged by giving bond or other necessary satisfaction. (b) CITY agrees to indemnify and hold the ENGINEER harmless from loss, cost,or expense of any kind claimed by third parties' including without limitation such loss, cost, or expense resulting from injuries tn persons ordamages tn 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 ENGINEER 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 ENGINEER 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) Nothing contained in this Section or this Agreement shall be construed to create liability ora right ofindemnification in any third party. 6.5 In any and all claims by an employee of the ENGINEER, 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 ortypes of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' orwmrkmens' compensation acts' disability benefit acts' or other employee benefit acts. The ENGINEER , specifically and expressly waives its immunity under the Industrial Insurance Act,Title 51,RCW. Such waiver has been mutually negotiated by the ENGINEER and the CITY. 66 It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and dues not constitute any form of guarantee or insurance with respect to the performance of a contractor. ENGINEER does not assume responsibility for methods orappliances used byacontractor, for contractor's safety programs or methods' u/ for contractors' compliance with |uwx and regulations. CITY shall use its best efforts to ensure that the construction contract requires that thecontractor(o) indemnify and name CITY, theC{TY'o and the ENG|NEER's officers, principals, employees, agents, representatives, and engineers asadditional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability. 6.7 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 ofthe inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may Page n occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER,to the extent that ENGINEER has exercised the applicable and appropriate standard of professional care,thoroughness and judgment in performing such investigations. SECTION PROJECT SCHEDULE AND BUDGET 7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component tasks shall beas set forth in this Agreement and attached Exhibits. The project schedule and performance dates for the individual tasks shall be mutually agreed to by the CITY and the ENGINEER within fifteen(15)days after execution of this Agreement. The performance dates and budgets for tasks may be modified only upon written agreement of the parties hereto. The performance date for tasks and the completion date for the entire PROJECT shall not be extended' nor the budget increased because of any unwarranted delays attributable to the ENGINEER,but may be extended or increased by the CITY in the event of a delay caused by special services requested by the CITY or because of unavoidable delay caused by any governmental action or other conditions beyond the control of the ENGINEER which could not be reasonably anticipated or avoided. 7.2 Not later than the tenth (1U'') day of each calendar month during the performance of the PROJECT, the ENGINEER shall submit to the OTY's Representative a copy uf the current schedule and a written narrative description of the WORK accomplished by the ENGINEER and subconsultants on each task,indicating a good faith estimate of the percentage completion thereof on the last day ofthe previous month. Additional oral or written reports shall be prepared at the OTY's request for presentation to other governmental agencies and/or to the public. SECTION REUSE OFDOCUMENTS 8.1 All internal WORK products of the ENGINEER are instruments or services of this PROJECT. There shall beno reuse, change, or alteration by the CITY or others acting through or on behalf of the CITY without written permission of the ENGINEER, which shall not be unreasonably withheld and will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs including, but not limited to, litigation expenses and uttorney'sfees arising out ofor related to such unauthorized reuse, change' or alteration; provided, however,that the ENGINEER will not be indemnified for such claims, damages, losses, and costs including, without limitation, litigation expenses and attorney fees if they were caused by the ENG|NEER's own negligent acts uromissions. 8.2 The ENGINEER agrees that any and all plans, drawings' designs' specifications, computer programs, technical reports,operating manuals,calculations,notes,and other WORK submitted or which are specified to be delivered under this Agreement nrwhich are developed or produced and paid for under this Agreement,whether or not complete,shall be owned by and vested in the CITY. 8.3 All rights to patents,trademarks,copyrights,and trade secrets owned by ENGINEER(hereinafter"Intellectual Property") as well as any modifications, updates nr enhancements tn said Intellectual Property during the performance of the WORK remain the property of ENGINEER,and ENGINEER does not grant CITY any right or license to such Intellectual Property. SECTION g AUDIT AND ACCESS TO RECORDS 9.1 The ENGINEER, including its 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 practices consistently applied. The CITY, or the C|TY's duly authorized representative, shall have access tosuch books' records' documents, and other evidence for inspection, Page 10 audit, and copying for o 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,tu verify the ENG|NEER's WORK and invoices. 92 Audits conducted pursuant tothis section shall bein accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency. 9'3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ENGINEER 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 ENGINEER's written comments,if any. 9.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for WORK on the Project. 9.E Any charges of the ENGINEER paid bythe[|TYwhich are found byanaudit tobe inadequately substantiated shall be reimbursed tu the CITY. SEKT|{jN1D INSURANCE 10.1 At all times during performance of the WORK, ENGINEER shall secure and maintain in effect insurance to protect the CITY and the ENGINEER from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Agreement. ENGINEER shall provide and maintain in force insurance in limits no less than those stated below, as applicable. The CITY reserves the right to require higher limits should it deem it necessary in the best interest of the public. If ENGINEER carries higher coverage limits than the limits stated below,such higher limits shall be shown on the Certificate of Insurance and Endorsements and ENGINEER shall be named as an additional insured for such higher limits. 10.1.1 Commercial General Liability Insurance. Before this Agreement is fully executed by the parties, ENGINEER shall provide the CITY with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total liability limit of the limits required in the policy,subject to minimum limits of Two Million Dollars($2,000,000.00) per occurrence combined single limit bodily injury and property damage,and Two Million Dollars($2,000,000.00)general aggregate. The certificate shall clearly state who the provider is,the coverage amount,the policy number,and when the policy and provisions provided are ineffect. Said policy shall bein effect for the duration of this Agreement. The policy shall name the CITY, its elected and appointed officials, officers,agents, employees,and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the CITY thirty(30)calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State ofWashington. 10.12. Commercial Automobile Liability Insurance. a. If ENGINEER owns any vehicles, before this Agreement is fully executed by the parties' ENGINEER shall provide the CITY with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with atcta| liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage. Automobile liability will apply to"Any Auto"and be shown on the certificate. b. |fENG(NEEKdoeanotmwnanyvehides,only"Non-oxnedandHiredAutomobi|eUabi|ityr will be required and may be added to the commercial liability coverage at the same limits ao required inthat section of this Agreement,which is Section 10.1.1 entitled"Commercial General UobUity|nsun*nce" Page 11 c. Under either situation described above in Section 10.1.2.a. and Section 10.1.2.b., the required certificate of insurance shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the CITY, its elected and appointed officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the CITY thirty(30)calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. 10.1.3. Statutory workers'compensation and employer's liability insurance as required by state law. 10.1.4. Professional Liability Coverage. Before this Contract is fully executed by the parties, ENGINEER shall provide the City with a certificate of insurance as proof of professional liability coverage with a total liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per claim, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number,and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The insured shall not cancel or change the insurance without first giving the CITY thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide. If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the CITY, its elected and appointed officials, officers,employees,agents, and representatives there under. The CITY and the CITY's elected and appointed officials, officers,principals,employees,representatives,and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the CITY until thirty (30) days after written notice to the CITY of such intended cancellation,expiration or change. SECTION 11 SUBCONTRACTS 11.1 ENGINEER shall be entitled,to the extent determined appropriate by ENGINEER,to subcontract any portion of the WORK to be performed under this Agreement. 11.2 Any subconsultants or subcontractors to the ENGINEER 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. Such review shall not constitute an approval as to the legal form or content of such subcontract. The ENGINEER shall be responsible for the architectural and engineering performance, acts, and omissions of all persons and firms performing subcontract WORK. 11.3 CITY does not anticipate ENGINEER subcontracting with any additional persons or firms for the purpose of completing this Agreement. 11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of all invoices thereto. SECTION 12 ASSIGNMENT Page 8 12 12.1 This Agreement is binding on the heirs, successors and assigns of the parties hereto. This Agreement may not be assigned by CITY or ENGINEER without prior written consent of the other,which consent will not be unreasonably withheld. It is expressly intended and agreed that no third party beneficiaries are created by this Agreement,and that the rights and remedies provided herein shall inure only to the benefit of the parties to this Agreement. SECTION 13 INTEGRATION 13.1 This Agreement represents the entire understanding of CITY and ENGINEER 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 14.1 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 Washington 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 for all disputes arising under this Agreement shall lie in a court of competent jurisdiction in Yakima County, Washington. SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15.1 During the performance of this Agreement, ENGINEER and ENGINEER's subconsultants and subcontractors shall not discriminate in violation of any applicable federal,state and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion,transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. ENGINEER agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. SECTION 16 SUSPENSION OF WORK 16.1 CITY may suspend, in writing by certified mail,all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY's control are interfering with normal progress of the WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with normal progress of the WORK. ENGINEER may suspend WORK on the 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 ninety (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 17. 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 and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement. Page 9 13 172 In addition to termination under subsection 17.1 of this Section, CITY may terminate this Agreement for its convenience, in whole or in part, provided the ENGINEER 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 the effective termination date. 173 |f CITY terminates for default on the part of the ENGINEER, on adjustment in the contract price pursuant to the Agreement shall be made, but no amount shall be allowed for anticipated profit on unperformed services or other WORK, and (Z) any payment due to the ENGINEER 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 ENGINEER'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 tn CITY at the date o[termination and the cost tu CITY ufcompleting the WORK itself nrofemploying another firm to complete it. Under no circumstances shall payments made under this provision exceed the contract price. |n the event ufdefault,the ENGINEER agrees to pay CITY for any and all damages, costs, and expenses whether directly, indirectly, or consequentially 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 vetainage o, other withheld payments. 17.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience' the adjustment pursuant to the Agreement shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the ENGINEER 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 ENGINEER shall(1)promptly discontinue all services affected (unless the notice directs otherwise), and (Z) deliver orotherwise make available to CITY all originals of data, d/avvin8o'oped0cadunx'calculations, reports, estimates,summaries, and such other information, documents, and materials as the ENGINEER or its subconsu|tanm may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the ENGINEER 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 ENGINEER shall have no responsibility to prosecute further WORK thereon. 17.7 If, after termination for failure of the ENGINEER tu fulfill contractual obligations, itis determined that the ENGINEER has not so failed,the termination shall be deemed to have been effected for the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be determined as set forth in subparagraph l7.4uf this Section. 17.8 if, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services tothe PROJECT, the ENGINEER shall not be relieved of its obligations tocomplete performance under this Agreement without the concurrence and written approval ofCITY. |f CITY agrees tutermination of this Agreement under this provision, payment shall be made as set forth in subparagraph 173 of this Section. SECTION 18 DISPUTE RESOLUTION 18.1 In the event that any dispute shall arise as to the interpretation or performance of this Agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if pagem 14 the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. |f neither of the afore mentioned methods are successful thenanydispute relating to this Agreement shall be decided in the courts of Yakima County,in accordance with SECTION 14. If both parties consent in writing,other available means of dispute resolution may be implemented. SECTION 19 NOTICE 191 Any notice required tobe given under the terms ofthis Agreement shall be directed to the party at the address set forth below. Notice shall be considered issued and effective upon receipt thereof bythe addressee-party,or seventy-two(72)hours after mailing by certified mail to the place of business set forth below,whichever isearlier. CITY: City uf Yakima Wastewater Division 2228 East Viola Yakima,VVA98gO1 Attn: Dana KaUevig, Utility Project Engineer ENGINEER: Ake| Engineering Group, Inc. 7433N. First Street,Suite1O3 Fresno,CAg37Z0 Attn: Tony A.Ake|' Pf. 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 OFyAK|yNA AKEL ENGINEERING GROUP, INC. � Signature Signature PrintedName.-_ AlexKxeyerhuff - - Printed Name: �ZooyA.Ake| PI- Title: CbyK4anager Title: pnoe11 15 Date: • df,/ 2_0 Date: / Attest City Clerk Page 12 16 STATE OFVVASH|NGTON ) /sa. COUNTY OFYAKMA ) I certify that I know or have satisfactory evidence that Alex Meyerhoff is the person who appeared before me,and said person acknowledged that he signed this instrument,on oath stated that he was authorized to execute the instrument,and acknowledged it as the CITY MANAGER of the CITY OF YAKIMA,to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated: �� -- Seal orStamp (Signature) Title Printed Name My commission expires: � -. 17 STATE OF WASHINGTON )ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that Tony Ake l is the person who appeared before me, and said person acknowledged that he/she signed this instrument,on oath stated that he/she was authorized to execute the instrument,and acknowledged it as the PRINCIPAL of AKEL ENGINEERING GROUP, INC.to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated: • 1. 2.0 Seal or Stamp (Signature) Title I Printed Name *SI / My commission expires: Page 14 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of On (X 2 c'2O before me, QUA 1Anpr)k. L)7C (Hefei name and tide or Ito otre' ) personally appeared �t �► ��c� who proved to me on the basis of saafactory evidence to be the person whose namec1 is/ire subscribed to the within instrument and acknowledged td me that he/�1�fe t y executed the same in his/h !t Ir authorized capacity(i ), and that by his/ r/t f"r signature on the instrument person, or the entity behalf of which the person acted, executed the instrument: I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. z•._,�, GABRIELA HOLGUIN WITN SS myhand and official seal,x Notary Public California- as mx Fresno Coun[y trY •j Commission rt 2281890 My Comm Expires Mar 19. 7023 Notary Public Signature (Notary Public Seal) ♦ • ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long ,rNONas the wording does not require the California notary to violate California notary `1 law. (Title or d cription of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must he the dale that the signer(s)personally appeared which (Title or description of attached document continued) must also he the same date the acknowledgment is completed. )1,(y • The notary public must print his or her name as it appears within his or her Number of Page ir'Document Date 1 i f commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization, CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk, ❑ Attorney-in-Fact • Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other • Indicate title or type of attached document,number of pages and date. ❑ • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Version www.NotaryClasses corn 800-873-9865 • Securely attach this document to the signed document with a staple. 19 Exhibit "A" City of Yakima Wastewater Treatment Consulting Services Akel Engineering Group, Inc. Scope of Work WORK PACKAGE 1 (WP1) - Prepare a Wastewater Collection System Master Plan (WCSMP) which will guide the City in the orderly upgrade and expansion of the sanitary sewer system infrastructure. Many elements in this WCSMP will be integrated into the General Sewer Plan and meet the requirements of WAG 173-240-050). BASIC SERVICES - The Engineer shall provide engineering services, related to planning, condition assessment and sanitary sewer collection system analysis, and related to updating the 2013 Wastewater Collection System Master Plan (2013 WCSMP). Task WP1-1 — Update Service Area Description. This task updates the description of the service area and the summaries of the existing sanitary sewer collection system and service basins. Task WP1-2— Update Mapping and Populate Existing Sewer Facilities. This task consists of updating the mapping and populating of the existing sewer facilities to be evaluated, consistent with the most recent City's sewer system GIS. This task includes resolving discrepancies and submitting to staff for review and verification. Both the City's infrastructure program management system (ICOM), and the web-based mapping (CityMap) are based on GIS, and thus compatible with the updated shapefiles. Task WP1-3— Evaluate Invert Elevations and Reconcile Datum Discrepancies. This task evaluates any new survey information related to invert elevations and reconciles datum discrepancies. This task also includes adding infrastructure not in the 2013 WCSMP. Task WP1-4— Update Delineation of Vacant Lands. This task identifies vacant lands and delineates infill areas, and areas already developed currently serviced by individual and/or group septic systems. Task WP1-5 - Update System Performance and Design Criteria. This task summarizes the City's sewer system performance, design criteria, and level of service, to be used in the capacity analysis. Task WP1-6 - Review and Document Recent Historical Sewer Flows. This task reviews and documents the recent historical sewer flows at the wastewater treatment plant and lift stations. Task WP1-7 -Characterize Existing and Future Flows. This task describes and characterizes the existing and projected wastewater flows including: • Yearly (Average Annual) • Seasonal (Average Dry, Average Wet) • Monthly (Average Day Peak Month Dry, Average Day Peak Month Wet) • Daily (Peak Day Dry, Peak Day Wet) • Hourly (Peak Hour Dry, Peak Hour Wet) This task also includes characterizing user flows, including: Page 15 20 • Residential (Single Family and Multi-Family) • Commercial • Industrial • Institutional • Other These flows will be developed using the most recently available planning and engineering reports, in addition to the 2013 WCSMP and other reports completed for the wastewater treatment facility. This task also lists existing establishments producing industrial wastewater, quality of wastewater and periods of production, and known or project expansion plans. Task WP1-8— Flow Monitoring. This task consists of developing temporary flow monitoring program. Consultant will provide City staff with a flow monitoring program with up to 4 existing City-owned monitors to be installed by City staff. Task WP1-9— Update Sewer System Hydraulic Model. The City has upgraded the previous H2OMAP SWMM license to InfoSVVMM (current version Number 10.6.0.8321). This task consists of updating the sewer system hydraulic model using, using Innovyze's InfoSWMM software. Task WP1-10 - Identify As-Required Field Surveying Needs. This task consists of reviewing the existing sewer collection system for model setup and evaluation scenarios, and identifying potential survey needs. Survey would serve specific objectives for defined projects, and would assist the Project team in preliminary project scoping for high priority improvements and connectivity. Should the project team deem additional survey necessary, work may be authorized under the contingency item. Task WP1-11 -Calibrate Hydraulic Model. This task consists of calibrating the hydraulic model to dry weather flows, irrigation flows and design wet weather flows. Task WP1-12 - Incorporate Data from Other Area Agencies. This task consists of coordinating and collecting relevant information including historical sewer flows, land use and planning projections from Yakima County Utilities, Terrace Heights Sewer District and City of Union Gap sewer purveyors. Task WP1-13 -Capacity Evaluation of Existing System. This task documents and describes known existing sewer system capacity issues. Task WP1-14 - Infiltration and Inflow Analysis. This task consists of performing an Infiltration and Inflow Analysis, identify sewer basins with high Inflow/Infiltration (I/I), recommend and describe rehabilitation options. Task WP1-15 - Identify Existing Sewer System Capacity Deficiencies and Recommend Improvements. This task consists of using the hydraulic model to identify existing sewer system capacity/size deficiencies and recommend improvements. Task WP1-16 -Separate Industrial Wastewater Collection System Capacity Analysis. This task will evaluate and consider current and future land use and zoning criteria to establish a capacity analysis. It shall also include an assessment of the existing 24-inch IW line and possible replacement or extensions to the IW collection system. Task WP1-17 - Recommend Improvement for Mitigating Existing System Deficiencies. This task consists of using the dynamic modeling to recommend improvements for existing system deficiencies. Page 16 21 Task WP1-18 -Growth and Sewer Flows Projection. This task projects growth and sewer flows in accordance with the Yakima Urban Area Comprehensive Plan 2040. 1xhIL4t E 1 Nta=land L'3z Vap J04It R, t.t 1t ..,, s. Li r.# _... . ........ 1-1 __1-0 1_ A 0 Task WP1-19 - Recommend Improvements for Future Design Flows. This task consists of using dynamic modeling to propose improvements to accommodate future design flows. Task WP1-20—Summarize and Map Sewer System Capacity Improvements. This task proposes sewer system capacity improvements to service future expansion areas. Task WP1-21- Pipeline Risk and Condition Assessment. This task consists of performing a risk and condition assessment of pipelines. Task WP1-22 -Sewer Collection System Improvements. This task proposes sewer collection system improvements to service infill areas. Task WP1-23 - Develop Capital Improvement Program. This task consists of developing a capital improvement program based on the capacity analysis. Task WP1-24-Cost Allocation Analysis. This task consists of performing cost allocation analysis, for each proposed improvement, between existing and future users. Task WP1-25 -Recommend Construction Phasing and Triggers. This task consists of prioritizing improvement and recommending construction phasing and triggers, expressed in EDUs. Task WP1-26 - Prepare General Sewer Plan Report. This task consists of preparing the General Sewer Plan Report. Task WP1-27 - Project Management and Meetings. This task includes performing project management tasks, attend meetings Lead up to 4 workshops at project milestones and discussed as follows: • Workshop 1: Kickoff and Design Criteria (1-Day) • Workshop 2: Calibration/Analysis Results and Improvement Recommendations (1-Day) • Workshop 3: CIP and Master Plan Presentation to Staff(1-Day) • Workshop 4: Prepare and present to Council for adoption (1-Day) Task WP1-28— Hydraulic Model Training. This task consists of the providing the following: • Workshop 5: Akel-led 2-day on-site training on the use of the hydraulic model. Page 17 22 Task WP1-29—Contingency. This task is intended for items deemed necessary by City staff in support of the master plan and potentially including manhole surveys. This task requires specific authorization by City staff for use. WORK PACKAGE 2 (WP2) - Prepare a Stormwater Collection System Master Plan which will guide the City in the orderly upgrade and expansion of the storm drainage system infrastructure BASIC SERVICES —Assist the City of Yakima by developing capacity analyses and water quality analysis to locate potential contaminants and site future treatment structures, and related to updating the 2013 Stormwater Collection System Master Plan (2013 SCSMP). Task WP2-1 — Update Existing System and Basins. This task describes and summarizes the existing storm drainage system and basins. Task WP2-2 - Update Mapping and Populate Existing Storm Drainage Facilities. This task consists of mapping and populating the existing storm drainage facilities to be evaluated, consistent with the City's GIS. Task WP2-3 - Evaluate Invert Elevations and Reconcile Datum Discrepancies. This task consists of evaluating the invert elevations and reconciling datum discrepancies. Task WP2-4 -Summarize System Design and Performance Criteria. This task describes and summarizes the City's storm drainage system performance and design criteria to be used in the hydrology and hydraulic analysis. Task WP2-5 -Hydrology Model Assembly. This task consists of redeveloping the hydraulic and hydrologic models from HEC-HMS and InfoSINMM into Flo-2D. Based on previous experience, the City has exhibited a need for 2-Dimensional flood modeling. This is based on the levee recertification project from 2013 and overland flow impacts from upstream riparian and agrarian lands west of the City. Task WP2-6 -Identify As-Required Field Surveying Needs. This task consists of reviewing the existing stormwater system for model setup and evaluation scenarios, and identifying potential survey needs. These survey needs would serve specific objectives for more defined projects, and would assist the Project team in preliminary project scoping for high priority improvements and connectivity. Should the project team deem necessary, work may be authorized under the contingency and as approved by City staff. Task WP2-7 - Review and Describe Historical Rainfall Events. This task consists of reviewing and describing historical rainfall events. Task WP2-8 - Document Existing Flood Prone Areas. This task consists of documenting and describing known existing areas that flood during storms. Task WP2-9 - Document City's Hydrology and Hydraulic Criteria. This task consists of documenting the City's hydrology and hydraulic criteria. Task WP2-10 -Growth and Flow Projections. This tasks projects growth and flows in accordance with the Yakima Urban Area Comprehensive Plan 2040 and West Valley Neighborhood Plan. Task WP2-11 -Recommend Improvements for Existing System Deficiencies. This task consists of using the hydrology model and dynamic hydraulic modeling to recommend improvements for existing system deficiencies. Page 18 23 Task WP2-12 - Recommend Improvements for Servicing Future Expansion Areas. This task consists of using the hydrology model and dynamic hydraulic modeling to recommend improvements for servicing future expansion areas. Task WP2-13 - Develop Capital Improvement Program. This task consists of developing a capital improvement program for the capacity analysis. This task also distinguishes between improvements needed inside the city limits, versus improvements needed with the Yakima UGA. Task WP2-14 -Cost Allocation Analysis. This task consists of performing cost allocation analysis, for each proposed improvement, between existing and future users. Task WP2-15 - Recommend Construction Phasing. This task consists of prioritizing improvements and recommend construction phasing. Task WP2-16 - Prepare Stormwater Master Plan Report. This task consists of preparing the Stormwater Master Plan Report. Task WP2-17 - Project Management and Meetings. This tasks consists of performing project management tasks, attend meetings and workshops. This task also includes 4 workshops at project milestones • Workshop 1: Kickoff and Hydrology and Hydraulics Criteria and Field Recon of Flood Areas (1-Day) • Workshop 2: Analysis Results and Improvement Recommendations (1-Day) • Workshop 3: CIP and Master Plan Presentation to Staff(1-Day) • Workshop 4: Prepare and present to Council for adoption (1-Day) Task WP2-18— Hydraulic Model Training. This task consists of the providing the following: • Workshop 5: Akel-led 2-day on-site training on the use of the hydraulic model. Task WP2-19—Contingency. This task is intended for items deemed necessary by City staff in support of the master plan and potentially including manhole and outfall surveys. This task requires specific authorization by City staff for use. WORK PACKAGE 3 (WP3) - Provide support as needed to City staff and the City's consultant with tasks related to the update of the 2004 Wastewater Facilities Plan. BASIC SERVICES - Assist the City of Yakima with coordinating updates to the planning of the Yakima Regional Wastewater Treatment Facility. Task WP3-1 —Wastewater Treatment Plant Planning.This task is intended to provide City staff and wastewater facilities plan consultant with as-needed assistance in the update of the Wastewater Facilities Plan. WORK PACKAGE 4 (WP4) -Additional Services BASIC SERVICES-Additional services may be negotiated and mutually agreed to in accordance with Article 2 of the Engineering Services Agreements. Page 19 Exhibit "B" 24 Fee Estimate (December 10,2019) ass ;.. .... • • .1.:. , *. 14,..•;:tc.i. .1: .: 1: 1.: : . : 'TASK Tito. TI14:. ¢o1a1 • •t:a11::: Work Package 1 Wastewater Collection System Master Plan Teak WP1.1 U piste SmokeArm Dwcripllon 1 ' 2 . 8 4 2 ; 15 $2,174 $2,174: Task WP1.2 Update Muppfrg and Poputee Existing Bawer Facilidas 2 8 20 18 24 i 70 19,392 19,392. Task WP1.3 EveruU knead EMvadons and ReconcHe Datum DNcnpano kis 2 6 12 16 4 40 $5,644 $5,644' Task WP$.4 Updae DoNotatbrtn of Ikoaol Lan* I I 4 4 2 12 $1,884 $1.684 Task WP1.5 Update System Design and Performance Crean' 1 1 2 1 5 $602 1602' Task WP141 RaWwarld OOcanwnl Recent aasrori sl Isms Flows 1 1 2 4 6 01,188 11,188� Task WP1-7 Characterize EaW(ng and Faun Rona 1 6 12 6 25 13,842 P3,842 Teak WPI41 duppamalrlal Flow lbnterMg 1 1 B 6 6 22 12,976 12,976 Taak WPI41 Update Sew Sykiem Hydraulic Yoder 1 14 24 16 8 81 18.054 $8,959 Task WPI.10 Identify AsRaq Ired Field Saw►4ng Nude 2 2 ' 0 4 2 16 12.388 12,368 Task WPI.11 Calibrate Hydro ullc Plods l I 12 ; 30 16 4 63 19,332 18,332 Task WP1.12 CaadloatsWl6 Agendas 2 8 8 2 2D 13268 13266 Task WP1.13 Capatlyr Evaluation of Exiling Sysem I 6 2 2 2 13 $2,014 $2,014 Task WP1.14 knttilr111on and InSowMafyets 2 12 30 16 8 a6 10,954 00,964 Task WP1-16 Identify Editing Bower System DtBtancbe and R4wmmaid 4 12 20 IS 52 17,9I6 57,918 Improwmane Task WPI-18 Beperse katuerrtaa Waslawehv Co9.c10on 11yatrll F4401016Iy 2 6 12 6 28 11,318 14,366 Task WM-17 Recomrlaend knprowmentefor fWpaaklg tl EId.6n9 Syeram 2 6 24 16 24 74 110,02a $10,020 DelklencNs . Task WPI-18 Growl,and Saws Flows PMapcBan 2 B 16 B 34 18252- 16,252 Task WP1-10 Recommend Improvements for Fume Design Flows 4 8 24 20 54 57,960i 17.960 TaW WPI-20 Swarm dm and lisp Seri Syrian,Capaolly klprowmene 1 a 12 10 24 53 16.SSZ 16,882 Task WP 1.21 Plpa1ks Risk and Condition Aa4asamea : 12 40 60 50 30 202 529.07K, : 129,078 Task WP 1-22 B.wrColulom kysem I proesnmrb 4 8 12 8 6 : 36 16,41I! $5,418 Task WP1-23 Develop CeptW Moror4mo l Program 2 6 24 20 52 57,572: 17,572 Task WP1.24 Cos8Abasfbn Analysis 1 6 12 12 31 14.6601 04.500 Task WP 1.25 Recommend Conatnxtion Phasing and Triggers 1 . 8 : 24 12 8 • 53 17,842 17,642 Task WP1-115 Pesaro Gerson Savor Plan Airport 15 25 50 : 26 20 tl 146 $22,010 14,000. $28,010 Task WPI.27 Pecan alangornore aM Yaainge 85 ' 85 ' I8 0 TO 16 212 ' 131,312 $6,000 $42,312 Task WPI•L Training Workshop 10 18 ' 4 0 4 34 16.812, 11,001i 18,812 Task WP1.21 Cor4klgsney $20,000 $20,000, Total-Work Package 1 164 332 476 324 116 16 1406 1244.394 $11,000 6265.364 Work Package 2 S1orn,weler Collection 9yslem muster Plan Task WP2-1 Up&to Editing System and Basks 1 2 4 8 12 27 13,402 13,402 TaskWP2-2 UpdataWppkger6PopuWa9xtaildg Warn Dntlnage9s0Utties 4 : 12 20 10 15 61 56,8113 $8613' Task WP2-3 Eva11r■frown Erekraflone end Rmconcde Datum Dlscrpancise I 5 15 30 8 57 $7,611 $7,811 Task WP2.4 Burnrdm Osiers Dee Ian and Perron woo Criteria I 2 5 3 11 $1,885 11,8B5 Task WP2-5 Hydrology Model Aaasmbly 15 50 103 95 35 285 $38,625 15,000 $43,825 • Teak WP2-S identify As-Reguired Revd levying Nods 3 6 20 15 12 5e $8,184 18,184 Task WP2.7 Mavis waid Descdts HieforkalRainfall Events I 2 8 4 13 11,980 $1,960 Task WP241 DoouseltEalerka Flood Prone Areas I 5 10 6 10 32 $4,422 $1,422 Task WP2.9 DoeenastCitp+a Hydrology and Hydraulic Criteria 1 3 7 4 15 12,293 12,2D3 leek WP2-10 eroWH and Flow Prnta 010ne 3 12 26 40 15 95 112,8444 $12,944 Task WP2.11 Recommend Improvements for Existing System Derklenci. 3 24 45 25 15 112 116,425 120,0001 136,426 Task WP2-12 Recommend i prowmentu for Sawicki Faun Expansion Arms i 2 18 ' 38 20 10 56 4 112,636 $12838 . Teak WP2.13 Develop Capital anpmvemant Program 5 IS 18 30 15 B3 $11,581 $11,381 Task WP2.14 Cost Mooatlon Analysis 1 4 ' 10 12 27 , S3,8844 13,564 Task WP2.15 Recommend Comtruction Pivoting 2 B : 12 10 85 117 113,655 $13,855 Task WP2-II Prpare 1lormwetertleatar Pen Report 15 36 50 25 20 , 145 $22,010 14,000 $26,010 TaskWP2.1T ProaciIdanag.mere and Maerklge 85 , B.5 ' 18 0 10 ' 16 212 $36.312 56.000 $42312 Task WP2-II Training Workshop 10 16 4 0 4 ' 34 , 15,812 $1,000 PA 12 Tank WP2.19 Coreinganey 120,000 120000; Total-Work Package 2 154 306 403 307 2e4 15 1460 1232,757 136,000 5206,767; Work Package 3 St4 port Task WP3-1 Wastewater Treatment Plant Paving 20 20 ; 30 70 110,610 S10,610 Total-Work Package 3 20 25 0 0 30 0 70 s10,a10 so 110,a10 Total -Work Packages 1 +2+3 338 858 879 831 480 32 3018 5487,761 147,000 $534,78t Page 20 25 EXHIBIT C—SCHEDULE OF SPECIFIC HOURLY * TES I I I rii •cLiv• rs June 30, 2020 _June 30, 2021* June 30, 2022* C:t ir • * t • rl * rt- rl Li Principal Engineer S194.00 3200.00 3206.00 Senior Engineer 3176.00 3181.00 $186.00 Associate Engineer $157.00 $162.00 $167.00 Assistant Engineer $118.00 $122.00 $126.00 CAD/GIS Technician $107.00 $110.00 $113.00 ,org $80.00 $82.00 384.00 Processing/Secretarial *t - r ir * ns s Travel and Subsistence at Cost at Cost at Cost her Direct Cost Cost plus 10% Cost plus Cost plus 10070 10% *Fee Schedule reflects a 3% annual increase through_lune 2022 Page 21