HomeMy WebLinkAbout06/16/2020 04D Wastewater Treatment Plant Update; Consulting Services with RH2 Engineering, Inc. 't..an,gtntj ka
d E$A
aY
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 4.D.
For Meeting of: June 16, 2020
ITEM TITLE: Resolution authorizing an agreement with RH2 Engineering, Inc. to
provide engineering and consulting services associated with the
2022 Wastewater Treatment Plant Facility Plan update
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 Treatment Plant Facility Plan will update information from the 2004 Facility
Plan regarding existing deficiencies and projected system expansion and renewal requirements.
The Plan will provide the City of Yakima with an updated wastewater treatment capital
improvement plan, including development and population triggers, for the orderly renewal,
expansion and upgrade of the wastewater treatment systems. The Plan will require City Council
adoption. The 2022 Wastewater Treatment Plant Facility Plan will be incorporated into the City's
Comprehensive Plans and the General Sewer Plan as required by WAC 173-240-050.
The Wastewater Division complied with the provisions of RCW 39.80 and City of Yakima Policy
ADM 2-800 Contracting for Architects and Engineers in selecting RH2 Engineering, Inc. as a
qualified consulting firm to perform the required services. The terms of the Agreement would be
in an amount not to exceed $463,400. (See attached Agreement with Exhibits A- Scope of
Services, Exhibit B — Fee Estimate, and Exhibit C — Fee Schedule). The Facility Plan update is
budgeted in Wastewater Capital Fund 478.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY: Public Safety
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
RECOMMENDATION:
Adopt resolution
ATTACHMENTS:
2
Description Upload Date Type
D Resolution 527/2020 Resolution
D Contract Exhibits A. B.and C 5/27/2C20 Contract
3
RESOLUTION NO. R-2020-
A RESOLUTION authorizing an agreement with RH2 Engineering, Inc. to provide
engineering and consulting services associated with the 2022
Wastewater Treatment Plant Facility Plan update.
WHEREAS, the City of Yakima Wastewater Division requires engineering and consulting
services associated with the 2022 Wastewater Treatment Plant Facility Plan update; and
WHEREAS, the Facility Plan update must be prepared by a licensed Professional
Engineer; and
WHEREAS, the City of Yakima Wastewater 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 Division used the City procedure for Contracting for
Architects and Engineers; and
WHEREAS, RH2 Engineering, 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 RH2 Engineering, Inc. for engineering and consulting services associated
with the 2022 Wastewater Treatment Plant Facility Plan update; 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 RH2 Engineering, Inc., in the amount of Four Hundred Sixty-Three
Thousand Four Hundred Dollars ($463,400) for engineering and consulting services associated
with the 2022 Wastewater Treatment Plant Facility Plan updates.
ADOPTED BY THE CITY COUNCIL this 16' day of June, 2020.
ATTEST: Patricia Byers, Mayor
Sonya Clear Tee, City Clerk
4
/
For City of Yakima Use Only: �
� AGREEMENT
� Contract No. BETWEEN
Project No., ^� CITY OF YAKIMNA^ WASHANGTON
Resolution No., �- � AND
SOQ No. �
RH3 Engineering, Inc.01
FOR PROFESSIONAL SERVICES
THIS AGREEMENT, made and entered into mnthis day of ^2O2O. byand
between the City of Yakima, VVmohinQhon, o municipal corporation with its principal wffioe at 120 North
Second Street, Yakima, WA 98901, hereinafter referred to as"CITY", and RI-12 ENGINEERING, INC. with
its principal office at22722 29*^ DRIVE SE, SUITE 210. BOTHELLVVAg8U21. hereinafter referred to as
"ENGINEER";said corporation and its principal engineers are licensed and registered to do business in the
State of Washington,and will provide Engineering services under this Agreement for Wastewater Treatment �
Facility Masterplan on behalf of the City of Yakima, herein referred to as the"PROJECT."
WUTNESSETH:
RECITALS
WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and
construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto; and
VVHEREAG. ENGINEER nopveaanto 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 msfollows:
( SECTION 1 INCORPORATION OF RECITALS
�
� 1.1 The above recitals are incorporated into these operative provisions of the Agreement.
SECTION 2 SCOPE OF SERVICES
2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in
writing by both padieu, duties of ENGINEER shall not be construed to axoamd those
services specifically set forth herein.
2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign,
R|UCHARD L. BALLARD as Principal-in-Charge throughout the bann of this Agreement
unless other personnel are approved by the CITY.
2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled"SCOPE
OF WORK" (WORK) which is attached hereto and made a part of this Agreement as if fully set
forth herein.
2.2 ,Additional
' Services: CITY and ENGINEER agree that not all WORK to be performed by
ENG|NEER can be defined in detail at the time this Agreement is exeoubed, 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 m satisfactory manner, delete portions of the
PRC)JECT, or request that the ENGINEER perform additional VV{JRK beyond the scope of the
PROJECT WORK. Such changes hereinafter shall be referred bzaa"Additional Smn/ioeu."
Page
n
�
2.21 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or
time required for, performance of any mmn/iumo under this Agm*ement, e contract phoo
and/or completion time adjustment pursuant tothis Agreement shall be made and this
Agreement shall be modified in writing accordingly.
2.2.2 Compensation for each such request for Additional Services oho|| 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 toby the ENGINEER inwriting.
2.3 The ENGINEER must assert any claim for adjustment in writing within thirty(30)days from the doba
of the ENG|NEER'o receipt mf the written notification ofchange.
SECTION 3 CU1YS RESPONSIBILITIES
3.1 CITY-FURNISHED DATA: The CITY will provide bo the ENGINEER all technical data in the C|TY'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 TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably
accessible to ENGINEER as required for ENGINEER'S performance of its services and will provide
labor and safety equipment as reasonably required by ENGINEER for such access. '
`
3.3 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,
acuoun1ant, auditor, bond and financial mdvisoru, and other consultants as CITY deems
appropriate; and render in writing decisions required of CITY in a timely manner. Such
examinations and deuisionu, hmwmver, ohe|| not relieve the ENGINEER of any contractual
obligations nor of its duty to vender professional services meeting the standards of care for its
profession.
3.4 CITY ohuU appoint m C|TY'8 Representative with respect to VV[)RK to be performed under this
Agreement. C|TY'G Representative shall have complete authority hotransmit instructions and
receive information. ENGINEER shall bo 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 to the attention of the CITY'S Representative any instructions which the
ENGINEER believes are inadequebo, inuomp|ete, or inmonunobe 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 duties and
obligations under this Agreement or at law. The ENGINEER shall be entitled to reasonably no|y
upon the accuracy and the oonnp|mbanaou of such dmcunnento, omn/iceo and naporto, but ohoU be
responsible for exercising customary professional oene in using and reviewing such documents,
services, and reports and drawing conclusions there from.
SECTION AUTHORIZATION, PROGRESS, AND COMPLETION
4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with VV[>RK
described in Exhibit A. The time for completion im defined in Exhibit A. oreoamended.
SECTION 5 COMPENSATION
5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services
described in Exhibit A, compensation shall be according to Exhibit C-Schedule of Specific HourIV
Rates, attached hereto and incorporated herein by this refenenoa, on atime spent basis plus
reimbursement for direct non-salary expenses.
,
Page
o
511 DIRECT NON-SALARY EXPENSES: Direct Non-Salary Expenses are those costs
incurred on or directly 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
aonuoiobad with other outside nonprofessional oan/ivao and facilities; special CITY-
requested and PROJECT-related insurance and performance warranty costs; and other
similar costs. Reimbursement for Direct Non-Salary Expenses will be on the basis of actual
charges plus reasonable mnarkup, not bo exceed ten percent (10%) and on the basis of
current rates when furnished byENGINEER. Estimated Direct Non-Salary Expenses are
shown in Exhibit B.
5.1.1.1 Travel nooto, including transportation, |odging, nubaiatanoe, and incidental _
expenses incurred by mnop|mymen of the ENGINEER and each of the
Subconsultants in connection with PROJECT WORK; provided, as follows:
+ That a maximum ofU.S. INTERNAL REVENUE SERVICE allowed cents
per mile will bm paid for the operation, maintenance, and depreciation
costs mf company or individually owned vehicles for that portion oftime
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 m
maximum of forty dollars ($4O) per day per person. This rate may be
adjusted ona yearly basis.
� That accommodation ohmU bmato reasonably priced hotel/motel.
° That air travel shall bmby coach class, and shall ba used only when
absolutely naomnaag/.
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 Suboonou|bmnbo. Professional 8uboonou|tents one those costs for -
anginmehng, avchitectunn, gaotoohnioo| oan/iooa and similar professional services
approved by the CITY. Reimbursement for Professional Subconau|tanta 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 @ubconou|tont costs are
shown in Exhibit B.
5.2 Unless specifically authorized in writing by the CITY,the total budgetary amount for this PROJECT
shall not exceed FOUR HUNDERED SIXTY-THREE THOUSAND FOUR HUNDRED DOLLARS
($463.400). The ENGINEER will make 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 io 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 inoneoaad. 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
inonaaoa, and provided that the City was informed in writing at the time such costs were incurred.
5.3 The ENGINEER shall submit to the City's Representative an invoice each month for payment for
PROJECT services 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 shall submit with
each invoice m summary of time expended on the PROJECT for the current billing pmriod, copies
of subconsultant invoices, and any other supporting materials determined by the City necessary to
substantiate the costs incurred. CITY will use its best efforts bz pay such invoices within thirty(38)
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 invoioe, noting to ENGINEER the questionable ihonn(n) and withholding payment for such
item(a). The ENGINEER may resubmit such itmnn(o) in o subsequent invoice together with
additional supporting information required.
Page
7
5.4 If payment is not made within sixty(60)days following receipt of approved invoices, interest on the
unpaid balance shall accrue beginning with the sixty-first(61)day at the rate of 1.0% per month or
the maximum interest rate permitted by law, whichever is less; provided, however, that no interest
shall accrue pursuant to Chapter 39.76 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 of RCW
39.76.020(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 written acceptance by CITY and after such audit or verification as CITY may deem necessary
and execution and delivery by the ENGINEER of a 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 to satisfactorily perform the PROJECT WORK as required under this Agreement.
SECTION 6 RESPONSIBILITY OF ENGINEER
6.1 The ENGINEER shall be responsible for the professional quality,technical adequacy and accuracy,
timely completion, and the coordination of all plans, design, drawings, specifications, reports, and
other services furnished by the 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.
6.2 CITY'S review or approval 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. CITY'S review, approval, or payment for any of the services shall not be
construed to operate as a waiver of any rights under this Agreement or at law or any cause of action
arising out of the performance of this Agreement.
6.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors,
subconsultants, employees, agents, and representatives shall be acting as independent
contractors and shall not be deemed or construed to be employees or agents of CITY in any manner
whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of
CITY by reason hereof and will not make any claim, demand, or 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 employees, agents, and representatives,
including subconsultants 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 (1) claims, demands, liens, lawsuits, administrative and other
proceedings,(including reasonable costs and attorneys' 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 to the extent caused by any negligent act,
action, default, error or omission or willful misconduct arising out of the Engineer's
performance under this Agreement. In the event that any lien is placed upon the City's
property or any of the City's officers,employees or agents as a result of the negligence
or willful misconduct of the Engineer,the Engineer shall at once cause the same to be
dissolved and discharged by giving bond or otherwise.
Page 4
8
(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 to persons or damages to property, caused solely by the negligence
or willful misconduct of the CITY, its employees, or agents in connection with the
PROJECT.
(c) If the negligence or willful misconduct of both the 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 a liability
or a right of indemnification 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 or types of damages, compensation, or benefits payable by or for the ENGINEER
or a subcontractor under workers'or workmens'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.
6.6 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
does not constitute any form of guarantee or insurance with respect to the performance of a
contractor. ENGINEER does not assume responsibility for methods or appliances used by a
contractor, for a contractor's safety programs or methods, or for compliance by contractors with
laws and regulations. CITY shall use its best efforts to ensure that the construction contract
requires that the contractor(s)indemnify and name CITY,the CITY'S and the ENGINEER'S officers,
principals, employees, agents, representatives, and engineers as additional 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 of the inherent uncertainties in subsurface evaluations, changed or
unanticipated underground conditions may occur that could affect total PROJECT cost and/or
execution. These conditions and cost/execution effects are not the responsibility of the
ENGINEER, to the extent that ENGINEER has exercised the applicable and appropriate standard
of professional care and judgment in such investigations.
SECTION 7 PROJECT SCHEDULE AND BUDGET
7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component
tasks shall be as set forth in this Agreement and attachments. 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.
7.2 Not later than the tenth (10)day of each calendar month during the performance of the PROJECT,
the ENGINEER shall submit to the CITY'S Representative a copy of the current schedule and a
written narrative description of the WORK accomplished by the ENGINEER and subconsultants on
Page 5
n
each task, indicating a good faith estimate of the percentage completion thereof on the last day of
the previous month. Additional oral or written reports shall be prepared at the request of the CITY
for presentation to other governmental agencies and/or tn the public.
SECTION 8 REUSE OF DOCUMENTS
8.1 All internal WORK products ofthe ENGINEER are instruments or service ufthis PROJECT. There
` shall be no rauaa, change, or m|taneUon by the CITY or others acting through or on behalf ofthe
CITY without written permission of the ENGINEER, which shall not be unreasonably withheld and
Will be at the C|TY'o ao|m risk. , The CITY agrees to indemnify the ENGINEER and its officera,
employees,subcontractors, and affiliated corporations from all claims, damages, losses,and costs
including, but not limited to, litigation expenses and attorney's fees arising out of or related to such
unauthorized vuuae, ohen0e, or alteration; pnovided, hovvevar, that the ENGINEER will not be
indemnified for such claims, damages, |onuma, and costs including, without limitation, litigation
expenses and attorney fees were caused by the ENGINEER's own negligent acts or omissions.
8.2 The ENGINEER agrees that ownership of any 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 or which are developed or produced
and paid for under this Agreement, whether or not complete, shall be vested in the CITY.
8.3 All rights bopatents, trmdemarko, copyhghta, and trade secrets owned by ENGINEER (hereinafter
"InteUmotuo| Pnnport/') amwell as any modificationu, updates nr enhancements tm 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 9 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 omnoiohanUy applied. The CITY, or the
CITY'S duly authorized representative, shall have access to such books, records, documents, and
other evidence for inspection, audit, and copying for a period of three years after completion of the
PROJECT. The CITY shall also have access to such bonko, vnoovdo, and documents during the
performance of the PROJECT WORK, if deemed necessary by the CITY,to verify the ENGINEER'S
WORK and invoices.
0.2 Audits conducted pursuant tothis section shall be in accordance with generally accepted auditing
standards and established pnooadunau and guidelines of the reviewing or auditing agency.
9.3 The ENGINEER agrees to the diau|nouny of all information and reports resulting from eccmna to
vaoovdo pursuant to this section provided that the ENGINEER in afforded the opportunity for an
audit exit conference and an opportunity to comment and submit any supporting documentation on
the pertinent portions of the draft audit report and that the final audit report will include written
comments, if any, of the ENGINEER.
0.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for
WORK on the Project.
9.5 Any choqJao of the ENGINEER paid by the CITY which are found by an audit to be inadequately
substantiated shall ba reimbursed to the CITY.
SECTION 10 INSURANCE
1O�1 AdaUUnmea during pe�ormanueofVVORK. EN��|NEER shall secure and mna|ntainin effect insurance
' to protect the CITY and the ENGINEER from and against all o|mimo. domogoa. |ouoeo, and
expenses arising out of or resulting from the performance of this Agreement. ENGINEER ohm||
provide and maintain in force insurance in limits no less than that stated ba|ovv. as applicable. The
CITY reserves the rights 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
^
Page 6
i
,
10
limits aheU be shown on the Certificate of Insurance and Endorsements and ENGINEER shall be
named aoon additional insured for such higher limits.
10.1.1 Commrnmnc|eU General Liability Knaunmmcm' Before this Agreement im 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 po|iny, 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.U00.U0O.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 in affect. Said policy ohmU be in effect for the
duration of this Agreement. The policy nhm|| name the Cib/, its elected and appointed
offioia|u.officers,agents,employees,and volunteers aa 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.
Subcontractors: If subcontractors will be used, the same terms and limits of coverage will
apply and o certificate will be required per the instructions above. |n lieu ofacertificate,
contractor may provide confirmation in writing from their inSU;8nS0 broker that their
insurance policy does not contain 8 subcontract exclusion orone relating to the work nf
others. ^
10.12 Commercial Automobile Liability Insurance.
a. If ENGINEER owns any vehicles, before this Agreement is fully executed by the
partimo. ENGINEER shall provide the CITY with a omdifinobe of insurance as proof of
commercial automobile liability insurance and oonnnnencie| umbrella liability insurance
with a total liability limit ofthe limits required in the po|icy, subject to minimum limits of
' Two Million OnUaro ($2.000.000.00) per occurrence combined single limit bodily injury
and property damage. Automobile liability will apply ho"Any Auto"and be shown onthe
certificate.
b. If ENGINEER does not own any vehicles, only"Non-owned and Hired Automobile
Liability" will be required and may be added to the oonnmanoie| liability coverage at the
same limits as required in that section of this Agreement,which is Section 10.1.1 entitled
"Commercial General Liability Insurance".
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
anoouot, the policy numbor, and when the policy and provisions provided are in
effect. Said policy shall bain effect for the duration of this Agreement. The policy shall
name the C|TY, its elected and appointed oMioim|o, officero, oganta, mmp|oyeee, and
volunteers on 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 mfWashington.
10.1.3. Statutory workers' compensation and employer's liability insurance as required by state
law.
10.1.4. Prmfmaa|oma| Liability Coverage. Before this Agreement in fully executed by the parties,
ENGINEER shall provide the CITY with a certificate mf insurance en proof ofprofessional
liability coverage with a total liability limit of the limits required in the po|iuy, 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
x coverage amount, the policy number, and when the policy and provisions provided are
in effect. Said policy ahe|| be in effect for the duration of this Agreement. The insured
shall not cancel or change the insurance without first giving the CITY thirty(30)calendar
Page
{
11
days prior written notice. The insurance shall be with an insurance company or
companies rated A-V|| or higher inBamt'm Guide. |f the policy is written ona claims made
, basis the coverage will continue in force for an additional two years after the completion
of this Agreement.
Failure of either orall of the additional insureds to report claim under such insurance
aho|| not prejudice the rights of the C|T`/, its offioena, emp|oyeeo, agmnto, and
representatives there under. The CITY and the C|TY'S elected and appointed officials,
ofhcmro, prinoipa|o, emp|oyees, nepnesentaUvao, volunteers and agents shall have no
obligation for payment of premiums because ofbeing nonnmd as additional insureds
under such insurance. None of the policies issued pursuant to the requirements
contained herein shall be uonua|od, o||ovved to eupina, 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 orchange.
SECTION 11 SUBCONTRACTS
11.1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract
any portion of the WORK bobo performed under this Agreement.
11.2 Any subconsultants; or subcontractors to the ENGINEER utilized on this PROJECT, including any
substitutions thanom[ will be subject to prior approval by C|TY, which approval shall not be
unreasonably withheld. Each subcontract shall bo subject to review by the C|TY'S Rmpnooenbadvm.
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. ThaENG|NEER ~
shall be responsible for the architectural and engineering pmdbrnnanca, ooto, and omissions of all
persons and firms performing subcontract WORK.
11.3 CITY does anticipate ENGINEER subcontracting with any additional persons or firms for the
purpose mf completing this Agreement.
11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed
by ouboonou|tanta and subcontractors during the preceding month and copies of all invoices
thereto.
SECTION 12 ASSIGNMENT
12.1 This Agreement is binding on the heina, eucme000na and assigns of the podimo hereto. This
Agreement may not ba assigned byCITY or ENGINEER without prior written consent of the other,
which consent will not be unreasonably withheld. |tin expressly intended and agreed that nothird
party beneficiaries are created by this Agreement, and that the rights and remedies provided herein
shall inure only bo the benefit of the parties ho this Agreement.
SECTION 13 INTEGRATION
13.1 This Agreement represents the entire understanding of CITY and ENGINEER onto those matters
contained herein. No prior oral or written understanding shall be of any force or effect with respect
bo those matters covered herein. This Agreement may not bm modified or altered except inwriting
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 iofound to conflict with applicable |awa, such part shall be inopemaUve, nu||, and void
insofar as it conflicts with said |mmm, but the remainder of this Agreement shall be in full force and
effect. Venue of all disputes arising under this Agreement shall be Yakima County. State of
Washington.
SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION
Page
12
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, or 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 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.
17.2 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 termination.
17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price
pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated profit
on unperformed services or other WORK, and (2)any payment due to the 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 to CITY at the date of
termination and the cost to CITY of completing the WORK itself or of employing another firm to
complete it. Under no circumstances shall payments made under this provision exceed the contract
price. In the event of default, 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 retainage or 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 (2) deliver
Page 9
�
�
� 13
or otherwise make available to CITY all originals of data, dnawinge, opecifioaUono, calculaUonu,
napuda, oaUmateo, oumnoerieo, and such other infonnoUon, dooumente, and materials as the `
� ENGINEER or its subconsultants 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 ho prosecute^further WORK thereon.
17.7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined
that the ENGINEER has not so failed, the termination shall be deemed to have been effected for
the convenience of CITY. In such avant, the adjustment pursuant to the Agreement shall be
� determined as set forth in subparagraph 17.4 of this Section.
�
17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any hay
personnel employed by the ENGINEER in PROJECT VV[)RK or for any corporate officer of the
) ENGINEER to render his services bothe PROJECT, the ENGINEER shall not be relieved of its
�
, obligations to complete performance under this Agreement without the concurrence and written
approval of CITY. |f CITY'agrees to termination of this Agreement under this proviaiun, payment
shall be made as set forth in subparagraph 17.3 of this Section.
SECTION 18 DISPUTE RESOLUTION
18.1 |n the event that any dispute shall arise eobothe interpretation of this Agreement, or in the event
of a notice of default as to whether such default does constitute a breach of the Agreement, and if `
the parties hereto cannot mutually settle such diffmrenoam, then the parties shall first pursue
mediation as a nnaana to v000|va the dispute. If either of the afore mentioned methods any not
successful then any dispute relating to this Agreement shall be decided in the courts of Yakima
County, in accordance with the |avvo of Washington. If both parties consent in vvhdng, other
available means mf dispute resolution may bmimplemented.
SECTUON19 NOTICE
19.1 Any notice required tobe given under the terms of this Agreement shall bm directed tothe party at
the address set forth below. Notice shall be considered issued and effective upon receipt thereof
by the addressee-party, or seventy-two (72) hours after mailing by certified mail to the place of
business set forth below, whichever ioearlier.
CITY: City ofYakima
2220 East Viola Avenue
Yakima, VVA08Q01
Attn: Dana KmUmvig. Utility Project Manager
ENGINEER: F(H2ENG|NEER|NG. INC.
2272228r* DRIVE SE, SUITE 21O
BOTHELL. VVAQ8O21
Attn: R|CHAROBALLARO
page10
1 4
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their
respective authorized officers or representatives as of the day and year first above written.
CITY OF YAKIMA
Alex Meyerhoff- Interim City Manager Signature
Printed Name:. Printed Name: t
to
Title: City Manager Title: ( t.
Date: Date: 7 -- /
Attest
City Clerk
Page 11
15
STATE OF WASHINGTON
) ss.
COUNTY OF YAKIMA ;)
I certify that I know or have satisfactory evidence that 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 or Stamp
(Signature)
Title
Printed Name
My commission expires:
Page 12
16
STATE OF WASHINGTON )
)ss.
COUNTY OF YAKIMA )
I certify that I know or have satisfactory evidence that t i 1,-- 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 asthe i tv of
a to be the free and voluntary act of such party for the uses and purposes
mentionea the ihstr rhont.
Dated: / -11--'1 -
Seal or Stamp
(Signature)
MYRA C SACHSit v)kt
Notary Public Title
State of Washington
My Commission Expires ` ,,, ()
November 13, 2021 Printed Name
My commission expires: \1 1 3 ¢
Page 13
�
17
�����U��Ul7 ��
u.xnnnnu*ox ��
Scope of Work
�`^� � Yakima
~~�=�� ��o n ���ma
Wastewater Treatment Facility Master Plan
February3O2D
Background
The City of Yakima (City) intends to complete g master plan for the Wastewater Treatment Facility
(VVVVTF) it owns and operates. The previous planning documents that will be reviewed and included
where applicable for the current planning work are as 6o||oxxy:
0 3O04N/N/TF Facilities Plan by Black and Veatch;
~ 20IIEng/neering Report byPharnmer Engineering for the Struvite Recovery System;
w 3011 Amendment to the 2004 N/N/7FFoc0/ties Plan by Tom Coleman to include basin
improvements to facilitate enhanced biological phosphorus removal (EBPR) and nitrification ^
anddenitrification;
w 2011 WWTF Facilities Plan by Pharmer Engineering for the Upflow Anaerobic Sludge Blanket
(UASB) industrial waste pretreatment system;
0 3013 Engineering Report by Ridm|fi, Inc., for the outfa|| improvements as part of the larger
Gap to Gapf|modp|ain restoration project; and
w The 2014faci|ity planning effort for the VVVVTF that was undertaken by the City, but not
finalized.
Washington Administrative Code (VVAQ 173-24O-06O establishes the requirements for Engineering
Reports for domestic wastewater treatment facilities. These documents further reference the US
Environmental Protection Agency's (EPA) Guidance for Preparing a Facility Plan,
EPA-430/9-76-015 and 40 C.F.R. § 35.2030, which identify additional requirements for facility plans.
Additionally, the Washington State Department of Ecology (Ecology) Criteria for Sewage Works
Design (Orange Book) summarizes the requirements for both Engineering Reports and Facility Plans.
The additional requirements for a facility plan a||mvv for the projects identified in the plan to be
available for federal funding through the EPA.
The document produced by this planning effort will meet the requirements of Facility Plan (Plan)
and will be referred to as such herein. In general, the Plan will complete the following tasks:
* Review and coordinate previous planning documents with new information from VVVVTF
analyses and information from operators and stakeholders.
w Review and plan for methods to meet current and future regulatory requirements and
policies.
14
18
,
• Summarize current and future municipal and industrial flow and loading as estimated inthe
General Sewer Plan (G3P), which is currently being completed separately.
• Calculate and establish basic design criteria for current and future WWTF processes.
• Provide alternatives analyses for proposed improvements and recommend the preferred
alternative for each.
w Estimate project costs and develop a comprehensive capital improvement plan /C|P\ for a
30-yearp|anning horizon.
• Provide a comprehensive financial analysis.
~ Provide sufficient detail to allow the City to proceed with the development of construction
contract documents for each project described in the Plan without substantial changes, with
the exception mf large projects thatnmayrequireanadd|tional preclesigneffmrt.
~ Coordinate with other local agency planning efforts or documents in regard to the Plan.
w Submit toEcolo�y for revievvand approval of the Plan.
' u ,
An initial outline of the Plan shown below was used in developing this Scope of Work. During the
planning process, reorganization of the Plan can occur as mutually agreed to by the City and RH2
Engineering, Inc. (11M2).
' w Executive Summary
• Chapter l—|ntrmduut|mn
~ Chapter 2—Service Area and Planning Data
w Chapter 3— Regulatory Requirements and Discharge Permit
• Chapter 4—Current and Projected Wastewater Flow and Loading Conditions
• Chapter 5— Evaluation of Existing VV\Nq'F
w Chapter 6— Liquid Stream Alternatives Analyses
• Chapter 7—Solids Handling System Alternatives Analyses
• Chapter@— Electr|calandDontrol Systems Analyses
• Chapter 9—Summary of Recommended Improvements and Capital Improvement Plan
• Chapter 1O—Implementation and Financing
~ Appendices as required
The Plan will be submitted to Ecology for review and approval.
Task 1 — Project Management
Objective: Monitor the scope mf work, schedule, and budget and provide monthly invoices. Manage
the project recordsandRHZproject team.
15
19
1.1 Prepare, monitor, and update the project schedule on a monthly basis.
1.2 Review work performed for consistency with this Scope of Work, monitor budget, prepare
monthly invoices, and provide City staff with periodic project status and budget updates via
1.3 Maintain and store project records. Manage the RH2 team members and subconsultants.
Prepare and execute subconsultant contracts.
All project records will be maintained and filed electronically only. Files shared with the City
will be saved and maintained on a shared platform available to the City.
111-112 Deliverables:
• Monthly invoices documenting progress of work completed and earned value compared to
contract value.
• Project records maintained and stored electronically on a shared platform available to City.
• RH2 and subconsultants project team coordination.
Task 2 — Workshop Attendance and Coordination
Objective: Provide attendance at workshops as described in the following subtasks.
2.1 Attend project kickoff workshop.
• Attend one(1) project kickoff workshop with the City. Prepare an agenda and minutes for the
workshop. It is assumed that two (2) RH2 staff members will attend this workshop.
2.2 Attend GSP workshops.
w Attend two /2\ workshops with Ak2l and the City to r2V|2VV relevant p{aDD|Mg |OfOrn13UOD
from the GSP that will be included in the Plan. /t/sassumed that two (2) RM2 staff members
will attend these workshops.
2.3 Attend C|P development and financial analysis workshops.
~ Attend one /l\ workshop with City staff to review the proposed improvements identified
during the site investigations and analyses of the facilities. It is assumed that two(2)RH2staff
members will attend this workshop.
w Attend two /2\ workshops with City staff to review the alternatives analyses completed in
Tasks 7, 8, 9, and 10 for the proposed improvements and recommended CIP list. It is assumed
that two (2) RH2 staff members will attend each workshop.
• Attend one /1\ workshop with City staff and FCS GROUP to review the financial analysis
completed in Task 12./tb assumed that tm/o(2)R60 staff members will attend this workshop.
16
20
2.4 Attend Plan review workshops.
• Attend one (1) workshop with the City and Ecology staff at Ecology's Central Regional Office
in Union Gap,Washington to review an early draft of the Plan from Task 13.It is assumed that
two (2) RH2 staff members will attend this workshop.
• Attend two (2) workshops with City staff to review the compiled drafts of the Plan from Task
13. It is assumed that two (2) RH2 staff members will attend each workshop.
• Attend one (1)workshop to present the final draft of the Plan from Task 13 to the City Council
and the public. It is assumed that two (2) RH2 staff members will attend this workshop.
• Attend one (1) workshop to review the final draft of the Plan from Task 13 with Ecology. It is
assumed that two (2) RH2 staff members will attend this workshop.
Assumptions:
• The workshops noted are assumed to be coordinated, scheduled, and led by RH2. Meeting
agendas and minutes will be provided by RH2 for all workshops.
• All coordination related to the current three-party agreement is assumed to be completed by
the City as part of the GSP development.
• A detailed description of the work necessitating each workshop is described in the subsequent
tasks below.
• Additional meetings or workshops can be completed using the Contingency if needed.
Provided by the City:
• Attendance at all workshops listed and meeting location, unless noted otherwise.
• Coordination, as necessary, related to the three-party agreement.
RH2 Deliverables:
• Attendance at all workshops listed.
• One (1) final copy of the agenda and one (1) final copy of the minutes in PDF format for each
workshop.
Task 3 — Agency Coordination, Regulatory Review, and Environmental Permitting
Objective: Coordinate with agencies as applicable for the Plan development and regulatory review,
and complete permitting efforts.
Approach:
3.1 Provide coordination with Ecology.
• Periodically coordinate with Ecology via phone calls and email correspondence during the
development of the Plan.
• Review and summarize the City's current National Pollutant Discharge Elimination System
(NPDES) permit. Include a copy of the NPDES permit in the Plan appendices.
17
21
,
w Review and summarize current and expected future regulatory requirements related to the
NPDE3 discharge permit, penmhL and air quality permit (if applicable). Summarize
the regulations for laboratory accreditation that apply to the C|tv's VV\&r7F.
3.2 Provide coordination with other agencies and stakeholders.
w Periodically coordinate by phone calls and email correspondence with other agencies or
stakeholders as required during the development of the Plan.
3.3 Assist the City with compliance for the State Environmental Review Process (SERP).
'
~ [mmni|nate with Ecology's Environmental Review Coordinator and the Cih/s Planning
Department regarding SERPoonmpUance.
w Prepare a State Environmental Policy Act iSEPA\ Checklist that discusses the capital
improvements and associated environmental impacts and addresses applicable federal
cnosscutters. Incorporate City review comments and finalize the SEPA Checklist for City
submittal. /t /s assumed the City will process the SEPA Checklist, including issuance of
determination, publication and agency comment, and addressing comments as needed.
include copies of the completed SEPA Checklist, determination, affidavits of publication, `
agency comments and responses, etc. to satisfy the SEPA component of SERP.
• Prepare Cost Effectiveness Analysis documentation, which is assumed to include pertinent
cost estimate and alternatives analysis documentation from the efforts detailed in Tasks
through 11 in this Scope of Work. The Cost Effectiveness Analysis documentation is part of
3ERP compliance, and to the extent the City desires to pursue the SERP ahead of securing
funding, RH2 will utilize information prepared as part of the Plan to satisfy this component.
This subtmsk assumes o total«feight(8)hours tm complete the work described.
w Compile public participation documentation, which is a requirement for 3ERP compliance.
Pertinent public participation documentation from the project stakeholder coordination
detailed in Task 2 will be included. Additionally, /t is assumed the City m/il/ pmmv/de on
opportunity for public participation in alternatives selection (e.g., public or Council meeting,
mailers, m/ebsite outreach, etc.> recording public and project stokeho/der feedback and
providing RH2 with pertinent documentation for inclusion /n the SERP. To the extent the City
desires to pursue SERP completion ahead of securing funding, RMZ will utilize information
prepared as part of this Plan and/or provided by the City through City-led efforts to satisfy
this component. This subtosk assumes a total of eight (8) hours to complete the work ^
described.
• Prepare the SERP Cover Form and documentation for compliance with Ecology requirements.
Include copies of the 5ERP documentation in the Plan appendices.
Assumptions:
• City m/il/ be involved in all coordination efforts with agencies and will be included in all
correspondence and communications.
• Subtask 3.1 is assumed to be limited to o total oftwenty(20) hours for the tasks described.
18
"
22
• Subtask 3.2 is assumed to be limited to a total of sixteen (16) hours for the tasks described.
• General coordination with the City is included in individual subtasks elsewhere in this Scope of
Work.
• Other agency or stakeholder coordination is assumed to primarily include information
gathering and gaining a general understanding of the Gap to Gap floodway restoration
project by Yakima County, Yakima Greenway Foundation, and adjacent property owners as it
relates to the planned improvements to the WWTF.
• Coordination with other agencies or stakeholders such as other departments within the City,
the Washington State Department of Transportation (LA/SOOT), Washington Department of
Fish and Wildlife (WDFW), or the Yakama Nation is assumed to be limited to the
environmental review process. Significant involvement of groups beyond this list was not
assumed for the development of this Scope of Work.
• The NPDES permit is assumed to be issued during 2020. If substantial changes to the permit
affect the Plan development, additional services can be established by amendment if mutually
agreeable to the City and RH2. A dilution zone study may be required during the next permit
cycle; this effort is not included in this Scope of Work.
• The SEPA Checklist and SERP documentation will be used to prepare the existing environment
descriptions in the Plan.
• The SEPA Checklist will address the 14 elements of the environment, as well as applicable
federal crosscutters, to facilitate SERP review, which is intended to address both the SEPA
process and the National Environmental Policy Act (NEPA)process. This Scope of Work does
not specifically include preparation of a NEPA Environmental Assessment or similar document,
which may be needed to satisfy funding requirements and/or if specific projects trigger a
federal nexus (i.e., federal funding is obtained, a federal permit is required, or a project is
proposed on federal land). Since the requirements of NEPA documentation vary with the
funding agency or federal lead agency, it is recommended that this process be completed
when triggered through one of the above mechanisms.
• The cost estimates prepared in Tasks 7 through 11 will be utilized to meet requirements for
SERP.
• Public participation coordination, meetings, etc. to satisfy the SERP public participation
requirements will be completed by the City. RH2 has not included effort to assist the City in
this capacity. It is assumed the City will provide required public participation documentation
to RH2 for completion of the SERP.
Provided by the City:
• SEPA determination, publication, and agency review coordination.
• Signed copy of the final SEPA Checklist, determination, affidavits of publication, agency
review, comments, and responses, as applicable; all of which will be included with the SERP
documentation.
19
oo
,
w Public participation coordination and documentation for inclusion with the SERP
documentation.
RH2 Deliverables:
• Coordination with agencies ona limited basis.
• Draft and final SEPA Checklist inPDFformat. �
• SERP documentation,to include the SEPA process documentation, cost effectiveness analysis
documentation, and applicable Ecology forms, in PDF format.
Task 4— Collect and Review Relevant Planning Information
Objective: Collect and review existing information required for developing the Plan. Review and
summarize planning information derived from the GSP that is currently being completed byAke{.
Approach:
4.1 Prepare and provide a list of existing information needs to the City.
4.2 Review previous planning documents listed in the Background of this Scope of Work and ,
other information provided by the City.
4'3 Review previous construction contract documents for pertinent improvement projects
completed at the VVVVTF.
4.4 Collect and review the VVVVTF municipal influent,effluent,and process data and the industrial
pretreatment system influent, effluent, and process data from the City. Collect and review
industry Discharge Monitoring Report /DMR\ data from the City.
4.5 Review the GSP and summarize the 10-' ear and 30-year population projections forboththe
City and sewer service areas that comply with the Growth Management Act (GK1A) from the
GSP.
Assumptions:
w RH2 will ne/» upon the accuracy and completeness of data, information, and materials
generated orproduced by the City mr others/n relation to this Scope nfWork.
Provided by the City:
w ~ Previous planning documents and existing information.
• Construction contract documents for major projects completed at the VVVVTF.
w Tabulated electronic VVVVTF and industrial pretreatment system influent, effluent, and
process data and industry DIVIRdeta.
w Industry surveys mr other information useful in projecting industrial system growth.
' IRIH12 Deliverables:
w one /1\ list of data and existing information needs in Microsoft (MS) Word format.
w Coordination with the City on data collection and review of data and planning documents.
20
24
,
C Task ������� m����S���/���� �U���� ��� ����
� ^^ `x� `~^ ^ ^~ ~
� Objective: Summarize the current and projected municipal and industrial sewer system flows and
loads from the GSP. Establish these values for use in the existing \NWTF facilities analyses.
Approach:
5,1 Analyze, tabulate, and trend pertinent existing VVWTF municipal influent, effluent, and
�.- process data for the last five /5\ years.
5.2 Analyze, tabulate, and trend pertinent existing VVWTF industrial pretreatment system
influent, effluent, and process data for the last five (5) years and assess current utilization of
the UA3B and ancillary components.
5.3 Project municipal system flow and loading rates based on population projections from the
GSP for the 20-Vear planning horizon for the \N«&/TF. Include the portion of infiltration and
{ inflow (|/|) as indicated by the GSP' Summarize peaking factors established by review of
� current VVWTFdata.
�
� Assumptions:
.
�
w The data compilation and analysis necessary to complete the current and projectedflowand
loading will be based on current INWTF influent dataondpopulation projections made byAkel
in the GSP.
Provided by the City:
w Tabulated WWTF influent, effluent, and process data in electronic format.
111-112DeUiverables:
� Tables with the calculated flow rate and water quality loading projections for review with the
City in POFtorrnat.
][ask 6— Site Investigations and Evaluation of Existing Facilities and Processes
Objective: Assess the condition and age of the existing VVVVTF facilities and identify potential
deficiencies. Analyze the performance, current and future capacity, and regulatory criteria
capabilities of the existing treatment processes and identify potential deficiencies.
Approach: .
6.1 Perform site investigations. '
w Perform VVVVTP site investigations to assess the condition of existing facilities, processes,
equipment, and other items necessary to develop a list ofrecommended improvements.
Attend four (4) site investigations with City staff. It is assumed that two (2)RH2 staff member
will attend each investigation.
6.2 Perform e liquid stream evaluation.
m Review each unit process to identify minor and major potential deficiencies to be rectified by
a C|P project. Analyze and summarize information collected during site investigations to
establish the necessary improvements based on the following:
21
^ , on
o Age of components and expected useful life.
o Process performance, and current and future capacity based on guidance of the
Orange Book,� Manual of Practice (&4CJP) 8, and other applicable references. Where
applicable, perform hydraulic analyses, solids loading calculations, or other analyses
as necessary to evaluate capacity.
o Applicable regulatory criteria or codes that relate to each unit process.
o Considerations for odor control Vr other ancillary systems impacted by the process.
w Evaluate the potential for water reuse es part ofthe liquid stream analyses.
• Develop recommendations for Aeration Basin operating strategies to be tested during the
Plan development to help inform the assessment of the current performance capabilities of
the activated sludge system and the future capacity of the system based on applicable
performance criteria. The results of the testing will be used to aid in the analyses of
mechanical and structural modifications that may be required to meet future needs.
6.3 Perform a solids handling system evaluation.
• Review each unit process to identify minor and major potential deficiencies toberectified by
a [|P project. Analyze and summarize information collected during site investigations to
establish necessary improvements based mn the following:
o Age of components and expected useful life.
o Process performance and'current and future capacity based on guidance of the
Orange Book, MC]P8, and other applicable references. Where applicable, perform
hydraulic analyses, solids loading calculations, or other applicable analyses to
evaluate capacity.
o Applicable regulatory criteria that relate to each unit process.
o Considerations for odor control mr other ancillary systems impacted by the process.
6'4 Perform an industrial pretreatment system evaluation.
• The existing industrial pretreatment system, which became fully operational in 2014,
includes:
o Influent screening;
o Influent pH adjustment chemical feed system;
o An influent pump station;
o A two-cell UASB system with additional tank compartments for influent equalization
and sludge storage;
o AUASB process control building with the associated pumps, piping, and chemical feed
systems; and
• As currently designed, provisions for adding a third UASB reactor tank.
22
26
,
• Review each UA3B system component condition and performance capabilities tmdetermine
which, if any, deficiencies need to be addressed through C|P projects. if current and/or
anticipated future industrial wastewater loading |sapproaching, or will exceed, the design
loading of the two-cell UASB system, a C|P cost estimate will be developed for adding the
third UASB cell in the space provided, including any necessary upgrades and/or modifications
to the existing mechanical systems located in the UASB Process Control Building.
• More recently, WVVTF operating staff have observed and experienced excessive
accumulations of grit-like material in the UASB equalization tank. Under this Subtask, it will
be necessary tm determine the source(s) and to better characterize the grit or other solids
that are accumulating in the equalization tank so that alternatives for addressing the issue
can be evaluated under Task 9.
6.5 Perform an electrical and control evaluation.
w Provide m basic review of the majority of the VVWTF electrical, automatic control, and
telemetry system components that were not otherwise reviewed during the analyses of
individual processes, including the primary electrical service, back-up power supply,electrical
distribution equipment, motor control centers, control panel hardware and wiring, '
communications equipment, and instrumentation.
• Provide a basic review of arc flash considerations for the VVVVTF and recommend either a
specific or plant-wide arc flash analysis, short circuit, and protective device coordination
study asaC|P project, asnecessary.
• Provide a basic review of the supervisory control and data acquisition /SCADA\ network
configuration, security, hardware, and wiring.
• Review the SCADA system software relative to industry standards and recommend
improvements as necessary for reduced license fees, increased support, operational
improvements, etc.
6.6 Perform other investigations orevaluations.
m Provide a limited structural conditions assessment for areas of known concern to the City,
which are assumed tm include the following:
o Primary clarifiers.
'
o Aeration basins, specifically the structures adjoining the mixed liquor channels.
6.7 Summarize the major necessary C|P �projects for the VVVVTF as identified in the previous
subtasks, including the available alternatives for each.
Assumptions:
� The {Jb/ will conduct sampling and laboratory testing for use /n verification of any new
aeration basin operational scenarios.
23
27
• The City will conduct or arrange for the required laboratory testing to better characterize the
grit solids accumulating in the UASB equalization tank. The City will conduct surveys of the
industrial users to determine the source(s).
• Multiple site visits will be necessary to complete this work.
• A detailed conditions assessment of each facility, including specific code review, life, and
safety considerations, is not provided as part of this Scope of Work, but can be added by
amendment if mutually agreeable by the City and RH2.
• The limited structural condition assessment will include visual observation of the above-grade
components and interior walls of basins as exposed during the site visit. This assessment will
be used to identify and prioritize areas of concern and addition to the CIP for further
evaluation. No destructive testing or instrument-assisted investigations or excavations will be
used during this limited assessment, and structural calculations or desktop evaluations will
not be conducted.
• Review of the 2020 National Fire Protection Association (NFPA) 820: Fire Protection in
Wastewater Treatment and Collection Facilities(NFPA 820) is included as it relates to specific
processes or areas of concern for the City. A site-wide review of all spaces within the WWTF
with regard to NFPA 820 is not provided as part of this Scope of Work but can be added by
amendment if mutually agreeable by the City and RH2.
• Odor control measures will be considered for each potential improvement for inclusion in
applicable CIP projects.A comprehensive site-wide odor control evaluation is not provided as
part of this Scope of Work but can be added by amendment if mutually agreeable by the City
and RH2.
Provided by the City:
• Attendance at and access for all site investigations.
• Review of the summary of the major CIP projects and alternatives.
• Sampling and laboratory testing.
• Laboratory testing to characterize the grit solids accumulating in the UASB equalization tank
and surveys of the industrial users to determine the source(s).
RH2 Deliverables:
• Attendance at all site investigations.
• Photographs, measurements, and other forms of documentation collected from site
investigations in PDF format.
• Summary of the major CIP projects, including applicable alternatives, in PDF format for review
by the City.
24
28
,
Task 7 _ Liquid Stream Alternatives Analyses
Objective: Perform alternatives analyses for major C|P projects that address the performance,
capacity, and regulatory criteria deficiencies of the existing liquid stream treatment processes
identified in Task 6.
Approach:
7.1 Perform an alternatives analysis for liquid stream improvements that include multiple options
including, but not limited to,the following:
• Summarize environmental considerations and impacts to the public, including odor, noise, or
other parameters.
• List permitting considerations.
w Analyze effects tm the VVWTF hydraulic profile caused b»any of the proposed improvements.
m Perform planning-level BioVVin modeling for analyzing liquid stream alternatives, if
applicable.
w Analyze the hydraulic and solids loading capacity afforded by each improvement and the
effect mn the overall VVVVTFcapacity.
• Construct simple 3D AutoCAD models of existing structures or facilities where necessary to
- analyze alternatives orpotential improvements.
~ Provide planning-level layout drawings mr schematics for use in comparing the footprint and
orientation of each option.
w Analyze operational flexibility provided by each improvement for alternate modes of
operation.
~ Evaluate life-cycle costs, including design and soft costs, construction cost, life-cycle costs
'
related tmelectrical load,polymer usage, maintenance,and other considerations, and salvage
value. '
7.2 Summarize the analysis of each possible alternative and provide to the City for use in
comparing the qualitative and quantitative criteria for each alternative. Review the analysis
with the City and establish the recommended alternatives. List the recommended alternative
for each improvement to construct a [|P.
Assumptions:
w The level nf planning effort assumed during the development nfthis Scope nf Work was based
on discussions with the City regarding the portions of the liquid stream process that are
currently identified as requiring significant improvement in the planning period. Some known
. lesser improvement projects and additional minor projects may be identified during the
N/N/TFevo/uotimn that are not expected to significantly change this Scope of Work. Major
improvement projects identified during the Plan development beyond those listed below may
necessitate on amendment bo this Scope nf Work os mutually agreed tmby the City and R60.
25
29
o Primary influent flow split improvements.
o Primary clarifiers and tankage refurbishment.
o Aeration basin optimization, diffuser replacement, and structural repair.
o Blower building heating, ventilation, and air conditioning (HVAC)improvements.
o Secondary clarifier flow splitter/isolation improvements and clarifier enhancements.
o Additional secondary clarifier.
• Where applicable, hydraulic, AutoCAD, or other models produced will be produced at a
planning or preliminary level of detail for use only in comparing alternatives.
Provided by the City:
• Review and input on alternatives analyses.
RH2 Deliverables:
• Analyses of major liquid stream improvements alternatives in PDF format.
Task 8— Solids Handling System Alternatives Analysis
Objective: Perform alternatives analyses for major CIP projects that address the performance,
capacity, and regulatory criteria deficiencies of the existing solids handling treatment processes
identified in Task 6.
Approach:
8.1 Perform an alternatives analysis for solids handling system improvements that include
multiple options including, but not limited to,the following:
• Summarize environmental considerations and impacts to the public, including odor, noise, or
other parameters.
• List permitting considerations.
• Analyze the hydraulic and solids loading capacity afforded by each improvement and the
effect on the overall WWTF capacity.
• Construct simple 3D AutoCAD models of existing structures or facilities where necessary to
analyze alternatives or potential improvements.
• Provide planning-level layout drawings or schematics for use in comparing the footprint and
orientation of each option.
• Analyze operational flexibility provided by each improvement for alternate modes of
operation.
• Evaluate life-cycle costs, including design and soft costs, construction cost, life-cycle costs
related to electrical load, polymer usage, maintenance, and other considerations, and
salvage value.
26
30
8.2 Summarize the analysis of each possible alternative and provide to the City for use in
comparing the qualitative and quantitative criteria for each alternative. Review with the City
and establish the recommended alternatives. List the recommended alternative for each
improvement to construct a CIP.
Assumptions:
• The level of planning effort assumed during the development of this Scope of Work was based
on discussions with the City regarding the portions of the solids handling system that are
currently identified as requiring significant improvement in the planning period. Some lesser
Improvement projects also known and additional minor projects may be identified during the
WWTF evaluation that are not expected to significantly change this Scope of Work. Major
improvement projects identified during the Plan development beyond those listed below may
necessitate an amendment to this Scope of Work as mutually agreed to by the City and RH2.
o Solids handling portion grit removal system improvements.
o Primary sludge pumping system improvements.
o Scum pumping system improvements.
o Return Activated Sludge (RAS)/Waste Activated Sludge (WAS) pump station
improvements.
o Future Dissolved Air Floatation (DAFT) and centrifuge replacement and/or
improvements.
o Improvement of centrate management to allow the lagoon closure.
o New primary digester.
• Where applicable, hydraulic, AutoCAD, or other models produced will be produced at a
planning or preliminary level of detail for use only in comparing alternatives.
Provided by the City:
• Review and input on alternatives analyses.
RH2 Deliverables:
• Analyses of major solids handling system alternatives in PDF format.
Task 9 — Industrial Pretreatment System Alternatives Analyses
Objective: Perform alternatives analyses for major CIP projects that address the condition,
performance, and/or capacity of the existing UASB industrial pretreatment system identified in
Task 6.
Approach:
9.1 Perform an alternatives analyses for addressing the grit accumulation problem in the UASB
equalization tank including, but not limited to, the following:
27
31
• Adding a grit removal process unit to the industrial waste flow stream within the WWTF site.
This will involve an analyses of available grit removal technologies and locations where such
facilities could be installed.
• Requiring the industrial users to install grit removal equipment at their facilities.
9.2 Provide planning-level layout drawings or schematics for use in showing the footprint and
orientation of the expansion of the UASB with a third reactor tank.
9.3 Provide planning-level layout drawings or schematics for use in showing the footprint and
orientation of various alternatives for the addition of a grit removal process for the industrial
wastewater flow within the WWTF site.
9.4 Evaluate life-cycle costs, including design and soft costs,construction cost,and life-cycle costs
related to UASB system expansion and the addition of a grit removal process unit, if
applicable.
Assumptions:
• Where applicable, hydraulic, AutoCAD, or other models produced will be produced at a
planning or preliminary level of detail for use only in comparing alternatives.
• The determination of capital costs associated with increasing the flow and loading design
capacity of the UASB treatment system will be limited to the addition of a third UASB reactor
tank in the space provided and any associated modifications and/or upgrades needed for the
mechanical systems located in the existing UASB Process Control Building. This would increase
the current design capacity by approximately 50 percent. If and when the projected industrial
wastewater flow and loading will exceed 150 percent of the current design capacity, a more
comprehensive analysis of alternatives for expansion of the industrial pretreatment system
will need to be undertaken.
• To the extent that there are deficiencies identified in any of the existing industrial
pretreatment system components (such as screening, pumps, chemical feed systems, or heat
exchangers), capital improvement costs will be developed for refurbishing or replacing those
components in kind.
Provided by the City:
• Review and input on alternatives analyses.
RH2 Deliverables:
• Analyses of major UASB industrial pretreatment system alternatives in PDF format.
Task 10— Electrical and Control Systems Analyses
Objective: Perform analyses for major CIP projects that address the deficiencies of the existing
electrical and control systems. Where multiple options are applicable, provide alternatives analyses
for various options.
Approach:
28
oo
,
10.1 Perform alternatives analysis for electrical and control system improvements that include
multiple options. Quantitative analysis shall include review of capital and life-cycle costs, as
well as effects to capacity and concurrence with established design cr|ter|a. Qualitative
analysis shall include effects on operations, flexibility for maintenance, alternative
operations, and other parameters asdetermined by the City.
Assumptions:
�
� Where applicable, hydraulic, /\ubnC4D mf other models produced will be produced at a
planning or preliminary level of detailfor use only in comparing alternatives.
Provided by the City:
w Review and input on alternatives analyses.
RH2 Deliverables:
0 Analyses of major electhcalandcmntnmlays1ernsalternmtkxss |nPDFfmnnat.
Task 11— Summary mf Preferred Alternatives and Recommended Improvements
Objective: Select the recommended alternatives as identified by the City and identify the design '
criteria for the mna'mrC|P projects. Recommend C|P projects that address the condition and age
deficiencies of the existing WVV7F facilities. Develop a CIP for the improvements.
Approach:
11.1 Summarize the recommended improvements in e draft C|P. For each project, include the
following:
~ A list of the major elements and considerations for design and construction of each
recommended improvement project.
• Planning-level site, building, or equipment layout plans or schematics to illustrate each
improvement and include the improvement in a WWTF process flow diagram.
w Summary of environmental andperrn|tt|ngcons|derat|ons.
• Preliminary hydraulic and solids treatment capacity and pertinent design criteria.
-
w Design life of each improvement and summary of considerations for future expansion.
11.2 Provide a recommended improvements schedule based on overall feasibility of
implementation for review by the City. Prioritize the projects based on City input.
Prioritization will be completed yearly for O to 5 years, then in lump sum increments for the
6-tol0'year, and ll-to3O-yearperiods.
11'3 Evaluate future staffing needs at the VVVVTFtm account for operation and maintenance
([)&K8) of new facilities to be constructed as part mf the improvements.
Assumptions:
� All figures one intended for planning-level use to generally illustrate the recommended
improvements.
29
oo
~ This does not include o full staffing study for the kKW7T that is inclusive nfa// existing and
future staffing needs. If required, a full staffing study can be completed by an amendment to
this contract.
Provided by the City:
w Input on project prioritization.
• Input on current staffing levels.
111-112 Deliverables:
w Summary of the recommended improvements and the draft CIP in PDF format.
][ask 12_ Draft Facility Plan Chapters and Appendices
Objective: Prepare initial drafts of chapters' figures, and appendices for review by the City
throughout the development of the Plan.
Approach:
12.1 Prepare an Executive Summary of the Plan, including the following: .
w A description of the purpose of the Plan.
w An overview of the existing sewer system.
w A description of how the Plan has been coordinated with the City's most recent GSP and other
relevant planning documents.
,
• A summary of the key elements of the Plan, including regulatory permits and changes,
wastewater flow and loading analyses, VVVVTF facilities evaluation and deficiencies, and
capital improvements.
12.2 Prepare an introduction chapter of the Plan, including the following:
w A description of the sewer system ownership and management identifying o contact person
and address.
• An overview of the existing sewer system as adapted from the GSP.
• A description mf the purpose and goals of the Plan.
• ^4 list Vfrelated plans and studies from Task4.
• A description of major C|P projects that have been completed in the last lOyears at the
VV\A/TF.
w A summary of the content ofeach chapter of the Plan.
• A list mfabbreviations used in the Plan.
• . Existing site plan, existing site aerial, ex|st|ngVVWTF design criteria, and existing process flow
diagram figures.
30
34
,
12'3 Prepare a chapter and figure(") describing the service area and summarizing planning data,
including the following:
w A description of the existing sewer system from the G5P. Obtain a copy of the service area
agreement from the City and include in the Plan appendices. '
w An overview of adjacent sewer systems as described in the GSP.
~ w An inventory of related planning documents to provide a summary of the impacts or
constraints on improvements or expansion of the VVVVTF site and mutfall location, including
the Gap to Gap flmmdplain restoration project.
w A summary of the effects of existing and projected land use patterns on the sewer service
area population as described in the GSP. Include a summary of the impacts or constraints on
the sewer service area os listed |n the GSP.
• Inclusion or references to pertinent GSP figures of the City's existing and projected sewer
service areas, the City's existing sewer system, adjacent sewer system service areas, a
location map of the City's existing VVVVTF, and the land use within the sewer service area.
12.4 Prepare applicable chapter(s), figure(s), and appendices related to regulatory and discharge `
permit requirements, including the following:
• Descriptions of the environment at the eXistingVVVVTF site and any other sites or utility
corridors proposed for development as part of the improvements presented in the Plan.
°
w A summary of agency and stakeholder involvement during the Plan development.
w /\ summary mf current and expected future regulatory requirements related to the NPDES
discharge permit, b|osolids permit, and air quality permit (if appl|cable\.
• A list of laboratory accrecl|tations.
12'5 Prepare applicable chapter/s\,f|gure(u),and appendices related to current and projected flovv
and loading conditions, including the following:
• /\summary of applicable information from the current GSP. -
• Analyses ofVVVVTF municipal current and projected flow and loading.
w Analyses mfindustrial pretreatment current and projected flow and loading.
_ 12.6 Prepare applicable ohapter(s), figure(s), and appendices related to the evaluation of the
euistingVVVVTF and individual processes, including the following:
m A summary of the investigations and evaluations for the liquid stream,solids handling system,
industrial pretreatment system, and electrical and control systems to outline performance,
current and future capacity, and regulatory criteria for each system.
12.7 Prepare applicable chapter/s\, figure/s\, and appendices related to the alternative analyses
for each proposed improvement to the liquid stream process, including the following:
^
� A summary of the major components, considerations, and criteria for each alternative.
31
^
on
,
w A comparison of the qualitative and quantitative criteria for each alternative.
13.8 Prepare applicable chapter(s), figure(s), and appendices related to the alternative analyses
for each proposed improvement to the solids handling system, including the following:
w A summary of the major cmnmpmnents, cmns|derotions, andcriteriaforeachalternat|ve.
w A comparison of the qualitative and quantitative criteria for each alternative.
12.9 Prepare applicable chomter/s\, figure(s), and appendices related tothe alternative analyses
for each proposed improvement to the industrial pretreatment system, including the
following:
• A summary of the major components, considerations, and criteria for each alternative.
w A comparison of the qualitative and quantitative criteria for each alternative.
12.10 Prepare applicable chapter/a), figure/s\, and appendices related tmthe alternative analyses
for each proposed improvement to the electrical and control systems, including the following:
• A summary mf the major cornpmnents, cmnsideratimns, ondcriteriafmreachalternat|ve.
,
• A comparison of the qualitative and quantitative criteria for each alternative.
12.11 Prepare a chapter summarizing the recommended improvements and CIP list, including the
following: '
w A list of the recommended alternatives for each improvement project.
• A summary of the major components, considerations, and criteria for each recommended
project.
• /\ project inmplernentetimnsohedulatmecconnpanythe [|Plist.
• Current and future staffing considerations relative tmthe [|P.
12.12 Prepare a chapter summarizing implementation and financing. Coordinate with and review
the financial analysis summary produced by FC5 GROUP as a subconsultantto RH2. Format
the document for consistency with other chapters, and incorporate it in the Plan.
Assumptions:
w RH2 will rely on existing electronic AutoCAD drawings for use in an electronic AutoCAD base
map development inclusive of below-grade site utilities.A survey is not included as part nfthis
Scope nfWork.
• FCS GROUP will complete the detailed rates analyses and classifications update directly for
the City, separate from this contract.
• RH2 will provide the individual, or sets, of the initial drafts of chapters,figures, and appendices
for review ot intervals osrequested by the City.
w The SEPA Checklist and SERP documentation included /n Task 3 m/il/ be used to prepare the
'
existing environment des ' tionAJ.
32
oo
-
Provided by the City:
• Review comments for initial drafts of each chapter and applicable figures inK8S Word format.
w Survey data if required for electronic AutoCAD base map development.
RH2 Deliverables:
• initial drafts mfchapters,figures, and appendices inMS Word and PDF format for City review.
w Coordination with FCS GROUP regarding the financial analysis.
Task 13— Compile and Present Draft Plan
Objective: Prepare a compiled preliminary draft of the Plan for City review based on initial review
comments. Prepare materials for presentation at meetings with the City Council and the public.
Prepare a compiled final draft of the Plan and submit ittoEcology.
Approach:
13.1 Develop a cover, title sheet, and table of contents for the Plan.
13.2 Provide a compiled preliminary draft of the Plan with appendices, updated as required by all
initial City review comments,tmthe City for review and comment.
13.3 Prepare a final draft of the Plan by revising the preliminary draft of the Plan to address the
C|ty's review comments. The final draft will be presented for City Council and public review.
Update the final draft as appropriate with any additional comments or edits.
13.4 Create a copy of the compiled final draft of the Plan, which has Professional Engineer stamps
and signatures, with appendices, |nPDF format. Print and bind three (3) sets of the compiled
final draft of the Plan, which has Professional Engineer stamps and signatures, in three-ring
binders. Submit the printed and bound copies of the Plan and a PDF of appendices to Ecology
for review and cmnnnnent' /t /s assumed the printed sets will only contain the appendices /n
PDF/orxotmnoUSBdrive.
Assumptions:
'
~ Meeting and workshop attendance related to this Task is summarized in Task 2.
Provided by the City:
w Review comments on the compiled preliminary draft Plan in email or PDFfmrrnat.
- .
RH2 Deliverables:
w One (1) compiled preliminary draft copy ufthe Plan and appendices in POFfornneL
w one (l) compiled final draft copy of the Plan and appendices |nPOFformat.
• Compiled final draft of the Plan—one (1) copy in PDF format and three (3) printed and bound
sets |nthree-ring binders with appendices onaUS8drive.
Task 14— Agency Review Revisions
Objective: Revise the final draft of the Plan per Ecology review comments and prepare the final Plan.
33
37
Approach:
14.1 Prepare a final Plan by revising the final draft of the Plan to address Ecology review
comments. Update the cover, title sheet, and table of contents for the final Plan. Add a copy
oƒ Ecology's review comments to the Plan appendices.
14.3 Prepare a response letter tm Ecology summarizing how each comment was addressed and the
location of the associated revisions in the final Plan. Provide a draft of the response letter to
the City for review and comment. Revise the draft response letter to address the City's review
comments. Submit the final response letter to Ecology and provide a copy tm the City.
14.3 After Ecology approval is received Create a copy of the final Plan, which has Professional
Engineer stamps and signatures,with appendices in PDF format. Print and bind three /3\ sets
of the final Plan, which has Professional Engineer stamps and signatures, in three-ring
binders. Provide the printed and bound copies of the Plan and a PQF of appendices tm the
City. It is assumed
the printed sets will� only contain
the— `appen on a�USB
^'�~
drive. Print three(3)sets of only the revised pages and/or figures and submit them to Ecology
along with oPDFmf the final Plan with appendices onaUSBdrive.
Assu0mptions� `
w The number of review cmnnnnen1s are difficult to predict and highly variable. An initial
allocation offifteen(15)hours has been included in Task 14.1 for revisions to the Plan chapters
and figures tm address Ecology review comments. This allocation /sbased ontVm/co//eve/snf
review comments received by Plan efforts. /fon unusual number nf comments are received,
or the scope of the comments are excessive, RH2 will coordinate with the City to determine
the next steps. This may include o Scope»f Work Amendment to address the comments mruse
of the Contingency.
Provided by the City:
0 Review comments on the draft response letter to Ecology in email or PDF format.
RH2DeUiverables:
• one (1) draft copy mfthe response letter to Ecology in POF format.
~ Final response letter to Ecology—one (1) printed for Ecology and one (1) printed copy for the
City.
_ w Final Plan—three (3) copies inPDF format with appendices oneU3B drive for Ecology, three
(3) copies in PDF format with appendices on a US8 drive for the City, and three /3\ printed
and bound sets inthree-ring binders for the City.
'
w Revised Plan pages and/or figures—three /3\ printed sets for Ecology.
Task 15 _ Contingency
Objective: Provide additional engineering services for the project, not currently identified in this
Scope of Work,as requested by the City.A lump sum amount of$15,000 is allocated as a contingency
fund. ,
34
38
Schedule
The work is expected to take approximately twenty-one (21) months to complete from Notice to
Proceed. This schedule is contingent upon the GSP flow and loading projections being completed
during the third quarter of 2020. The schedule is also contingent upon timely reviews of the draft
plan by the City and Ecology. With an approximate Notice to Proceed date of June 3, 2020, RH2
anticipates work to be complete by June 2022.
35
39
EXHIBIT B
Fee Estimate
City of Yakima
Wastewater Treatment Facility Master Plan
Feb-20
Refresh bescription Total Total Labor Total Subconsultant Total Expense Total Cost
Hours
Classification
Task 1 Project Management 99 $ 19,723 $ • $ 1,277 S 21,000
Task 2 Workshop Attendance and Coordination [ 117 1$ 25,708 $ •I$ 4,162 $ 29,870
Tub 3 Agency Coordination,Regulatory Review,and Environmental Permitting 85 $ 16,273[$ - $ 1,147 $ 17,420
Task 4 Collect and Review Relevant Planate,.Information ® -$ 1,186 $ 14 610
Task 5 Analysis of Wastewater Flow and Load [ 69 $ 12,330 $ -I$ 750 $ 13,080
Task 6 Site Investigations and Evaluation of Existing Facilities and Processes 415 I$ 77,743 $ 3,300 $ 3,787 $ 84,830
Task? Liquid Stream Alternatives Analyses 212 I S 38,305[$ • $ 1,845 $ 40350
Task 8 Solids Handll :System Alternatives And sH ® $ 38,305® 5 40,130
Task 9 industrial Pretreatment System Alternatives Analyses 61 ]$ 11,f/27 $ 7,700 I s 693 $ 19,420
Task 10 Electrical and Control l stems Analyses ® $ 19,961® $ 1,039 $ 21,000
[Task 11 Summary of Preferred Alternatives and Recommended Improvements I 226 [S 39,757[S 1,100[$ 2,043 I$ 42,9001
Task 12 Draft Facility Plan Chapters and Appendices [ 226 I$ 39514 $ 40,7001,6 2,296 S 82,510
Task 13 Compile and Present Draft Plan I 73 $ 11,727 $ • $ 2,393 $ 14r120
Task 14 Agency Review Revisions 35 $ 5,317[$ -I$ 2,043 $ 7,360
[Task 15 Contingency 1 74 1.5 13,60$I $ •I$ 1,395[S 15,000[
1 PROJECT TOTAL 2088 $ 382,719I $ 52,800 $ 27,881 $ 463,400j
36
40
| EXHIBIT C
RH2 ENGINEERING, INC.
2020 SCHEDULE OF RATES AND CHARGES
RATE LIST RATE UNIT
Professional $144 $/hr
Professional 11 $157 $/hr
professiona| U| $171 $/hr
Professional IV $184 $/hr
Professional ' $196 $/hr
Professional VI $212 $/ r
Prufesaiona|VU $227 $/hr
Professona|VU| $335 $/hr
Professional IX $235 $/hr
Control Specialist| $130 $/hr
Control Specialist U $141 $/hr
Control Specialist U| $155 $/hr
Control Specialist|V $168 $/hr
Control Specialist V $178 $/hr
Control Specialist VI $191 � $/hr
Control Specialist V|| $205 $/hr
Control Specialist V||| $214 $/hr
Technician $106 $/hr
Technician 11 $118 $/hr
Tenhnioian ||| $135 $/hr
Technician IV $145 $/hr
Technician $157 $/hr
,
Technician VI $172 $/hr
TechnicianV1| $187 � $/hr
TechnicionV||| ' $196 $/hr
Administrative $72 $/hr
Administrative 11 $O] $/hr
Administrative ||| $98 $/hr
Administrative IV $118 $/hr
Administrative V $138 $/hr '
CAD/G|SSystem $27.50 $/hr
CADP|ots-Ha|fSize $2.50 price per plot
CAD Plots'Full Size $10.00 price per plot
CAD Plots' Large $25.00 price per plot
^
Copies(bw)8.5" X 11" $0.09 price per copy |
Copies(6w)8.5"Xl4" $0.14 price per copy
Copies(Lw) 11"X 17" $0.20 price per copy
Copies(cn|or)8.5"Xill, $0.90 price per copy
Copies(color)8.5"X 14" $120 price per copy
Copies(color) 11"X 17" ^ $2.00 price per copy
Technology Charge I50% %uf Direct Labor
`
price per mile
Mileage $0.575 (or Current IRS Rate)
8ubconsu|tants 10% Cost+
,Outside Services at cost
Rates listed are adjusted annually.
41
EXHIBIT C
RH2 ENGINEERING, INC.
2021 SCHEDULE OF RATES AND CHARGES
-
RATE LIST RATE UNIT
Professional $148 $/hr
Professional U $161 $/hr
Professional U| $175 $/hr
Professional IV 189 ` $/hr
Professional $201 $/hr
Professional VI $217 $/hr
Prufessiono|VU $232 $/6r
Professona|V1U $241 $/hr
Professional IX $241 $/hr
Control Specialist| $133 $/hr
Control Specialist 11 $145 $/hr
Control Specialist U| $159 $/hr
Control Specialist|V $172 $/hr
Control Specialist V $182 $/hr
Control Specialist V| $196 $/hr
Control Specialist VU $211 $/hr
Control Specialist VU| 219 $/hr
Technician $108 $/hr
Technician 11 $121 $/hr
rechnicia / U| ' $138 $/hr
Technician IV $149 $/hr '
Technician $161 $/hr
,
Technician VI $176 $/hr
'
TeohnidanN| $192 $/hr
TachnidanVU| $201 . $/hr
Administrative $74 $/hr
Administrative 11 ' $/hr
Administrative U| 280 ' $/h/
Administrative IV $121 $/hr
Administrative $141 $/hr
CAD/G|SSystem i $27.50 $/hr
CAD Plots-Half Size 52.50 price per plot
CAD Plots'Full Size $10.00 price per plot
CAD Plots-Large S25.00 price per plot
Copies(bm)8.5" X11" $0.09 price per copy
Copies(bw)8.5" X14' $0.14 price per copy
Copies(bw) 11"X 17" . $0.20 price per copy '
Copies(color)8.5"X 11.. $0.90 price per copy .
Copies(oo|or)D.S"X14" $1.20 price per copy
Copies(color) 11"X 17" $2.00 price per copy
Technology Charge 2.50% V6of Direct Labor
price per mile
Mileage $0.575 (or Current IRS Rate)
Su6conxuhants 159& Cost+
�
Outside Services at cost
Rates listed are adjusted annually.
�
42
' EXHIBIT C
RH2 ENGINEERING, INC.
2022 SCHEDULE OF RATES AND CHARGES
RATE LIST RATE UNIT
Professional ' $151 $/hr
Professional || $165 $/hr
' .
Professional U| $180 $/hr
Professional IV $193 $/hr
Professional $206 ' $/hr
Professional VI $223 $/hr
Professiona|V1| $238 $/hr
-
Protessinna|VlO $247 $/hr
Professional IX - $247 $/hr
Control Specialist| $137 $/hr
Control Specialist|| $148 $/hr
Control Specialist||| $163 $/hr
Control Specialist|V $177 $/hr
Control Specialist $187 $/hr
Control Specialist VI $201 $/hr '
Control Specialist V|| ! $216 ' $/hr
Control Specialist V||| $225 $/hr
Technician $111 ' $/hr
TpchnicianU $124 $/hr
TechnicianU| $142 $/hr
Technician IV $152 $/hr
Technician $165 $/hr
Technician VI $181 $/hr
TeohnidanVU $296 $/hr
TechnicianVlU $206 $/hr
Administrative $76 $/hr
,
AdministrativeU $87 $/hr
AdministradveU| $103 $/hr
Administrative IV $124 $/h/
Administrative ' $145 $/hr
CAD/G|SSystem $27.50 $/hr
CAD Plots Half Size $2.60 - price per plot
CAD Plots-Full Size $10.00 price per plot
[AD Plots' Large $25.00 price per plot
Copies(bw)O.5"X11" $0.09 price per copy
Copies(6w)8.5"X 14" $0.14 price per copy '
Copiex(bw) 11"X17" $0.20 price per copy
Copies(co|o/)8.S"x11" $0.90 price per copy
Copies(co|or)D.S"X 14" $1.20 price per copy
Copies(color) 11"X 17" $2.00 price per copy
Technology Change 3.50% Y6of Direct Labor
—
price per mile
Mileage $0.575 (or Current|R3 Rate)
Subcnnsubants 15% Cost+
Outside Services at cost