Loading...
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