Loading...
HomeMy WebLinkAboutR-2011-155 Riparian Zone Outfall Related Agreement with Ridolfi, Inc. RESOLUTION NO. R- 2011 -155 A RESOLUTION authorizing the City Manager to execute an Agreement with Ridolfi, Inc and City of Yakima for Professional Engineering Services in an amount not to exceed $340,000 for evaluation and design of improvements related to riparian zone outfall alternatives. WHEREAS, the City of Yakima owns and operates wastewater collection and treatment facilities in accord with applicable Federal, State and Local regulations; and WHEREAS, the City of Yakima wastewater treatment facility outfall discharges to the Gap to Gap Reach of the Yakima River; and WHEREAS, the levies in the Gap to Gap reach of the Yakima River are going to be set back in order to meet the objectives of the Yakima River Basin Water Enhancement Project and the Yakima County Flood Control Zone District; and WHEREAS levy setback in the Gap to Gap Reach of the Yakima River will require new outfall locations for the City's treated wastewater to return to the Yakima River; and WHEREAS, alternatives for a riparian outfall location need to be included in the City's Wastewater facility plan for the City to remain in compliance with its NPDES permit with the Department of Ecology; and WHEREAS, the State of Washington Department of Ecology requires the completion of an engineering report to approve changes to the current wastewater outfall; and WHEREAS, the City desires to retain Ridolfi Inc., to provide support services for evaluating and providing basis for design of the riparian zone, design of phase I of the outfall alternative and engineering support for the completion of Phase I of the riparian outfall alternative; and WHEREAS, Ridolfi Inc., is qualified to provide these services to ensure that necessary investments into the City's wastewater systems are completed to meet regulatory requirements, community growth, replacement needs, and operational efficiencies; and WHEREAS, with these ongoing mandated requirements, use of budgeted funding is required to continue the engineering support efforts to address these issues; and WHEREAS, the State of Washington requires these services to be performed by a Professional Licensed Engineer, therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the Agreement for Professional Engineering Services with'Ridolfi Inc., to provide support services including basis of design, assistance with environmental review and permitting, preliminary design of Phase I through Phase III of the project, final design of Phase I, bidding phase services for Phase I, and construction management associated with Phase I restoration of floodplain property at the City Wastewater Treatment Facility in order to meet outfall relocation challenges associated with the Yakima River Gap to Gap floodplain restoration project. A copy of the Agreement with Exhibit "A" and "B" is attached hereto and by reference made a part hereof, now, therefore, ADOPTED BY THE CITY COUNCIL this 18 day of October, 2011. ' et' ATTEST: Micah Cawle , Mayor 1611rtrval—k.5ZC— ---,, Deborah K Oster, City CI = , 1,� S ...4["" ► ; 5 ALit; g0// -P? Pa0// CITY OF YAKIMA AND RIDOLFI INC. ENGINEERING PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement ") is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the "City "), and RIDOLFI Inc., a company licensed to do business in Washington (hereinafter the "Engineer "). WHEREAS, the City desires to retain the Engineer to provide planning, engineering, design and construction support services for additions and modifications to the City of Yakima Regional Wastewater Treatment Plant's (YRWWTP) former sprayfield site; and WHEREAS, the Engineer has the experience and expertise necessary to provide such independent engineering services and is willing to provide the services in accordance with the terms and conditions of this Agreement; NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements set forth herein, it is agreed by and between the City and the Engineer as follows: 1. Scope of Services. The Engineer shall provide engineering services, referred to as Basic Services, related to planning, design, and construction oversight for the Floodplain Function Restoration Project (Work Package 1) of the former sprayfield site. The scope of services is described in more detail in Exhibit "A" attached and incorporated by this. reference. The City will direct the Engineer when to proceed with each Phase of the scope of work. 2. Additional Services. a. The City and Engineer agree that not all services performed by the Engineer can be defined in detail at the time this Agreement is executed and that Additional Services not covered in Exhibit "A" may be needed during performance of the Agreement. City may, at any time, by written order, direct Engineer to revise portions of Basic Services previously completed in a satisfactory manner, delete portions of Basic Services, suspend Basic Services, terminate Basic Services or request that Engineer perform Additional Services beyond the scope of Basic Services. Such changes hereinafter shall be referred to as "Additional Services ". b. If such Additional Services cause an increase or decrease in Engineer's cost of, or time required for, performance of any services under this Agreement, a contract price and /or completion time adjustment pursuant to this Agreement may be .made and this Agreement may be modified in writing accordingly. c. Compensation for each such request for Additional Services will be negotiated by the City and the Engineer according to the provisions set forth in Section 3. Engineer shall not perform any Additional Services until authorized by City in writing. Once so authorized, such Additional Services shall be considered part of Basic Services. If mutual agreement on compensation or time adjustment cannot be concluded, Engineer is required to perform the Basic and Additional Services, reserving a right for equitable adjustment; provided, that in no event shall any amount be allowed for anticipated profit or unperformed Basic Services or Additional Services. If City and Page 1 of 8 City of Yakima and Ridolfi Inc. Professional Services Agreement Engineer cannot agree upon an equitable adjustment in the time for Additional Services beyond the scope of Basic Services within thirty (30) days of the Engineer's written request for equitable adjustment, performance of such Additional Services may be suspended by Engineer until City and Engineer mutually agree upon the time adjustment. 3. Term. The term of this Agreement shall commence upon execution hereof and shall terminate at the time of completion of all services /tasks required hereunder unless terminated sooner by either party in accordance with Section 20. The Engineer shall provide such services as are described on executed task orders in accordance with the time schedule set forth in Exhibit A. When directed by the City, the Engineer shall proceed in a timely and diligent manner to provide all services required hereunder. 4. Consideration. a. The City shall pay the Engineer for basic services described in Exhibit A, in accordance with the payment schedule set forth in Exhibit "B ". Direct salaries may be increased once on an annual basis. Unless the parties otherwise modify this Agreement, the total compensation paid to the Engineer for all services provided under this Agreement shall not exceed $340,000.00 b. Direct Expenses are those necessary costs and charges incurred for Basic Services including, but not limited to: (1) the direct costs of transportation, meals and lodging; (2) insurance, letters of credit, bonds, and equipment and supplies, specific to the Basic Services and approved in advance by the City; and (3) Engineer's direct costs for subcontracted professional services, laboratory tests, analysis, printing and reproduction services, and CADD services. c. Travel costs, including transportation, lodging, subsistence and incidental expenses incurred by employees of the Engineer and each of the Sub - consultants in connection with. Basic Services, shall be subject to the following; 1) That a Maximum of U.S. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance and depreciation costs of company or individually owned vehicles for that portion of time they are used for Basic Services. The Engineer, whenever possible, will use the least expensive form of ground transportation. 2) That reimbursement for meals inclusive of tips shall not exceed a maximum of $40 per day per person. This rate may be adjusted on a yearly basis 3) Those accommodations shall be at a reasonably priced hotel /motel. 4) That air travel shall be by coach class, and shall be used only when absolutely necessary. d. Telephone charges, in -house computer charges, in -house reproduction charges, first class postage, overnight mail and shipping and FAX charges are not reimbursable Direct Expenses, but are considered fully reimbursed as a part of Direct Salary. e. Professional Sub - Consultants. Professional Sub - consultants are those costs for Engineering, management consulting, surveying, geotechnical services and similar professional services approved in advance by the City. Reimbursement for Professional Page2of8 City of Yakima and Ridolfi Inc. Professional Services Agreement Sub - consultants will be on the basis of 1.10 times the actual costs billed by the Professional Sub - consultant for services provided to the City through this Agreement. f. The 'Engineer shall submit to the City monthly invoices itemizing tasks accomplished and percent completed to date. Upon receipt of said monthly invoice, the City shall make payment to the Engineer within thirty (30) calendar days; provided, however; that all payments are expressly conditioned upon the Engineer's performing services that are satisfactory to the City. g. The Engineer shall maintain adequate files and records to substantiate all amounts itemized on the monthly invoices. In the event that either party exercises its right to terminate this Agreement in accordance with Section 20, the Engineer shall be compensated in accordance with the above terms for all satisfactory services provided to the City up to the effective Agreement termination date. 5. Information Provided by the City. The Engineer shall provide guidance to the City in determining the data required for purposes of the contemplated services. The City agrees to use reasonable efforts to provide data and information specifically requested by the Engineer. 6. Status of Engineer. The Engineer and the City understand and expressly agree that the Engineer is an independent contractor in the performance of each and every part of this Agreement. No officer, employee, volunteer and /or agent of Engineer shall act on behalf of or represent him or herself as an agent or representative of the City. The Engineer, as an independent contractor, assumes the entire responsibility for carrying out and accomplishing the services required under this Agreement. The Engineer expressly represents warrants and agrees that its status as an independent contractor in the performance of the work and services required under this Agreement is consistent with and meets the six -part independent contractor test set forth in RCW 51.08.195. The Engineer and its officers, employees, volunteers, agents and /or subcontractors shall make no claim of City employment nor shall claim against the City any related employment benefits, social security, and /or retirement benefits. Nothing contained herein shall be interpreted as creating a relationship of servant, employee, partnership or agency between the Engineer and the City. 7. Inspection and Audit. The Engineer shall maintain books, accounts, records, documents and other evidence pertaining to the costs and expenses allowable and consideration paid under this Agreement in accordance with generally accepted accounting practices. All such books of account and records required to be maintained by this Agreement shall be subject to inspection and audit by representatives of the City and /or the Washington State Auditor at all reasonable times and the Engineer shall afford the proper facilities for such inspection and audit. Such books of account and records may be copied by representatives of the City and /or the Washington State Auditor where necessary to conduct or document an audit. The Engineer shall preserve and make available all such books of account and records for a period of three (3) years after final payment under this Agreement. 8. Taxes and Assessments. The Engineer shall be solely responsible for compensating its employees, agents, and /or subcontractors and for paying all related taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury and other Page 3 of 8 City of Yakima and Ridolfi Inc. Professional Services Agreement • deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment owed by Engineer for the foregoing as a result of this Agreement, the Engineer shall pay the same .before it becomes due. 9. Nondiscrimination Provision. During the performance of this Agreement, Engineer shall not discriminate in violation of any applicable federal, state and /or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training and the provision of services under this Agreement. 10. The Americans with Disabilities Act. The Engineer shall comply with the Americans with Disabilities Act of 1990, 42 U.S.C. § 12101 et seq. (ADA) and its implementing regulations and Washington State's anti - discrimination law as contained in RCW Chapter 49.60 and its implementing regulations with regard to the activities and services provided pursuant to this Agreement. The ADA provides comprehensive civil rights to individuals with disabilities in the area of employment, public accommodations, public transportation, state and local government services and telecommunications. 11. Compliance with Law. The Engineer agrees to perform those services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local or otherwise. 12. No Conflict of Interest. The Engineer covenants that neither it nor its employees have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. The Engineer further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 13. No Insurance. It is understood the City does not maintain liability insurance for the Engineer and its officers, directors, employees and agents. 14. Indemnification. a. The Engineer agrees to hold harmless and indemnify the City, its elected and appointed officials, officers, employees, agents and volunteers from and against any actions, claims, liability, damages, judgments, costs of defense and expenses (including reasonable attorney's fees) if judged as damages which result from or arise out of the negligent acts, errors or emissions of the Engineer, its officers, agents, employees or subcontractors in connection with or incidental to the performance or non - performance of this Agreement. b. The City agrees to hold harmless and indemnify the Engineer, its officers, employees, and agents, from and against any and all suits, actions, claims, liability, damages, judgments, costs of defense and expenses (including reasonable attorney's fees) which result from or arise out of the negligence of the City, its officers; agents, Page 4 of 8 City of Yakima and Ridolfi Inc. Professional Services Agreement employees or subcontractors, in connection with or incidental to the performance or non- performance of this Agreement. c. In the event that both the Engineer and the City, are negligent, each party shall be liable for its contributory share of negligence for any resulting suits, actions, claims, liability, damages, judgments, costs and expenses (including reasonable attorney's fees). d. The foregoing indemnity is specifically and expressly intended to constitute a waiver of the Engineer's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the other party only, and only to the extent necessary to provide the indemnified party with a full and complete indemnity of claims made by the Engineer's employees. The parties acknowledge that these provisions were specifically negotiated and agreed upon by them. e. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. f. This Section of the Agreement shall survive the term or expiration of this Agreement and shall be binding on the parties to this Agreement. 15. Insurance Provided by Engineer. a. Professional Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as evidence of professional liability coverage with a limit of at least One Million Dollars ($1,000,000.00) for each wrongful act and an annual aggregate limit of at least Two Million Dollars ($2,000,000.00). The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company rated A -VII or . higher in Best's Guide. If the policy is on a claim made basis, the retroactive date of the insurance policy shall be on or before the date this contract is executed by both parties hereto, or shall provide full prior acts coverage. The insurance coverage or substantially identical coverage sufficient to fully satisfy these requirements shall remain in effect during the term of this Agreement and for a minimum of three (3) years following the termination of this Agreement. b. Commercial Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence /aggregate limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and, employees as additional insured as to this project only and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the. City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or a company rated A -VII or higher in Best's Guide and admitted in the State of Washington. c. Commercial Automobile Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence /aggregate Page 5 of 8 City of Yakima and Ridolfi Inc. Professional Services Agreement limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in. effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insured as to this project only and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or a company rated A -VII or higher in Best's Guide and admitted in the State of Washington. d. Umbrella Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of umbrella liability coverage with a minimum liability, limit of Two Million Dollars ($2,000,000.00) per occurrence /aggregate limit bodily injury and property damage. This policy will be in excess of the underlying commercial general liability and automobile liability coverage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insured as to this project only and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without .first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or a company rated A -VII or higher in Best's Guide and admitted in the State of Washington. e. Insurance Provided by Subcontractors. The Engineer shall ensure that all subcontractors it utilizes for work /services required under this Agreement shall comply with all of the above insurance requirements. However, professional liability will not be required unless the subcontractor is involved in design or Engineering services. 16. Delegation of Professional Services. The services provided for herein shall be performed by the Engineer and no person other than regular associates or employees of the Engineer shall be engaged upon such work or services except upon written approval of the City. 17. Assignment. This Agreement, or any interest herein or claim hereunder, shall not be assigned or transferred in whole or in part by the Engineer to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations and liabilities of the Engineer stated herein. 18. Waiver of Breach. A waiver by either party hereto of a breach by the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. Page 6 of 8 City of Yakima and Ridolfi Inc. Professional Services Agreement 19. Dispute Resolution. The parties shall strive to resolve all conflicts through negotiation in good faith as the preferred approach to dispute resolution and may consider mediation, or other form of dispute resolution, as a supplement or alternative where mutually agreed to by the Parties in writing. 20. Termination. Either party may terminate this Agreement at any time, with or without cause, by providing the other party with written notice of termination ten (10) calendar days prior to the termination date. 21. Severability. If any portion of this Agreement is changed per mutual agreement or any portion is held ,invalid, the remainder of the Agreement shall remain in full force and effect: 22. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and sent or hand delivered to the parties to their addresses as follows: TO City: Ryan Anderson, Utility Engineer City of Yakima, Wastewater East Viola fYakima, WA 98901 ; r , " TO Engineer: ineer: r' K g' � Colin Wagoner, RE., L.HG. RIDOLFI`Inc. 1011 Western Avenue, Suite 1006 Seattle, WA 98104 or to such other addresses as the parties may hereafter designate in writing. Notices and /or demands shall be sent by registered or certified mail, postage prepaid or hand delivered. Such notices shall be deemed effective when mailed or hand delivered at the addresses specified above. 23. Third Parties. The City and the Engineer are the only parties to this Agreement and are the only parties entitled to enforce its terms. Nothing in this Agreement gives, is intended to give, or shall be construed to give or provide any right or benefit, whether directly or indirectly or otherwise, to third persons. 24. Drafting of Agreement. Both the City and the Engineer have participated in the drafting of this Agreement. As such, it is agreed by the parties that the general contract rule of law that ambiguities within a contract shall be construed against the drafter of a contract shall have no application to any legal proceeding, arbitration and /or action in which this Agreement and its terms and conditions are being interpreted and /or enforced. 25. Integration. This written document constitutes the entire Agreement between the City and the Engineer. There are no other oral or written agreements between the parties as to the subjects covered herein. No changes or additions to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and executed by both parties. 26. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. Page 7 of 8 City of Yakima and Ridolfi Inc. Professional Services Agreement 27. Venue. The venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of Washington for Yakima County, Washington. 28. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an 'original, but all of which shall constitute one and the same Agreement. CITY OF YAKIMA RIDOLFI Inc. B it 'L. By: At / t i Donald B. Cooper, C Manager Bruno A. - idolfi, V': z President Date: ( I (1 Date: //27/2.0 ' ATTEST: ® * wit Deborah Kloster, •'ty Cle ® *es" ', 1 � City Contract No. o/® 1 - • gSHING� City Resolution No. 6 4)-0(I - t s Page 8 of 8 City of Yakima and Ridolfi Inc. Professional Services Agreement Exhibit "A" City of Yakima Wastewater Treatment Consulting Services RIDOLFI Inc. Scope of Work Work Package 1- Floodplain Function Restoration Project Basic Services • Include basis of design, assistance with environmental review and permitting, preliminary design of Phase I through Phase III of project, final design of Phase I, bidding phase services for Phase I, and construction management associated with Phase I restoration of floodplain property at the City Wastewater Treatment Facility in order to meet outfall relocation challenges associated with the Yakima River Gap to Gap floodplain restoration project. Task 1 PROJECT MANAGEMENT, COORDINATION, ENVIRONMENTAL REVIEW AND PERMITTING Task 1A Project Management and Coordination Conduct activities to maintain coordination with the Owner. Meet with the Owner on a regular basis to review progress of the project. Submit monthly reports summarizing the progress of the project by task, for its duration. The reports will be submitted along with monthly invoices. The progress reports will document progress made toward completion of the project, and provide updated information on budget and schedule. Perform the general administrative duties associated with the project, including preparation of correspondence, office administration of contracts with sub - consultants, and progress monitoring. Task 1B Environmental Review and Permitting Collaborate with project manager and other restoration team members to develop appropriate materials to support permit applications and environmental review. It is likely that this will include a JARPA application, a SEPA checklist, an Environmental Assessment, and a Biological Assessment. Task 2 EVALUATION OF SITE AND BASIS OF DESIGN Task 2A Project kick -off meetings Meet with the Wastewater Division's project manager, staff, and relevant stakeholders in the Yakima River Gap -to -Gap reach restoration. Define the project constraints and opportunities, discuss stakeholder interests, and obtain an inventory of available data that would be used during the project. Two meetings are assumed. Task 2B Data Collection and Evaluation Obtain and review available data and studies that would help inform work on the project, collect data to fill gaps, and provide analysis for various alternatives. Include evaluation of hydrologic conditions related to surface water and groundwater affecting project's ability to improve floodplain habitat function in project site. A preliminary list of available information includes data, reports, and studies for the Gap - to -Gap project, FEMA flood studies, groundwater measurements made in piezometers at the site, historical aerial photographs, LIDAR data, and soil data. Meet with Wastewater Division staff and • relevant stakeholders to discuss data evaluation. A preliminary list of data gaps includes a topographic map of the site, collection of soil and surface water samples for metals, pesticides, and grain size (soil only analysis), and collection of groundwater measurements on an "event- basis" measured with a pressure transducer. Exhibit "A" City of Yakima Wastewater Treatment Consulting Services RIDOLFI Inc. Scope of Work TASK 3 PRELIMINARY DESIGN ALTERNATIVES AND DESIGN REPORT Task 3A Preliminary Design Alternatives Work with Wastewater Division project manager to develop one or more conceptual designs that would achieve project objectives. These would be presented in graphical format with an accompanying memorandum that would explain key features of the conceptual design and the pros and cons with respect to the objectives. Additionally, prepare and provide materials to support a meeting with the Wastewater Division and other stakeholders as appropriate. Provide color drawings of restoration alternatives prepared by a landscape architect for communicating concepts to stakeholder groups. Task 3B Engineering Design Report Provide an Engineering Design Report that will provide the basis of design for the selected project. This will include information to make facility planning decisions regarding the potential for habitat improvements and alternatives for the wastewater treatment plant outfall(s) and will present a comparison between existing and proposed conditions to aid decision - makers in evaluating the project alternatives. The design report will include a discussion of phasing and will identify additional data gaps, if any, that will be required to implement Phases 11 and III, such as geotechnical data to support setback levee design. Task 4 ENGINEERING DESIGN AND CONSTRUCTION OVERSIGHT Task 4A Engineering Design Develop, analyze, and refine the preliminary design for Phase I (Task 3A) to provide a complete set of bid documents. Develop and prepare 60, 90, and 100 - percent design level plans. This will include preparing and refining a series of plan sheets showing the proposed grading, construction details, and notes to the contractor. At each stage of engineering design, provide the Wastewater Division with a copy of the plans and specifications for review and comment. The final set of drawings and specifications, with front -end specifications from the Wastewater Division, will be available for publication to receive contractor bids. Prepare an Engineer's Estimate of Probable Cost that can be used to evaluate bids on the project. Task 4B Bid Support and Construction Administration Provide assistance during the bidding process to answer questions and provide clarification to the contractors as requested. During the construction phase, provide periodic observations to evaluate whether the project is being constructed according to the plans and specifications. Exhibit "A" City of Yakima Wastewater Treatment Consulting Services RIDOLFI Inc. Scope of Work EXHIBIT B Yakima Wastewater Treatment Plant Floodplain Function Restoration Project Cost Estimate RIDOLFI Inc. September 2, 2011 Task Total Sub- Mileage+ Hours RIDOLFI Labor consultants ODCs Subtotal 1) Project Management and Permitting la) Project Management 194 $ 28,320.00 $ 4,806.00 $ 33,606.60 lb) Environmental Review and Permitting 278 $ 31,710.00 $ 698.00 $ 32,477.80 2) Evaluation of Site and Basis of Design 0 $ - $ - 2a) Project kickoff meetings (2) 48 $ 6,360.00 $ 1,691.90 $ 712.90 $ 8,933.99 2b) Data Collection and Evaluation 432 $ 49,020.00 $ 41,848.22 $ 899.35 $ 95,952.39 3) Preliminary Design Alternatives and Design Report 3a) Preliminary Design Alternatives 104 $ 13,200.00 $ 5,113.00 $ 18,824.30 3b) Engineering Design Report 236 $ 25,960.00 $ 1,986.00 $ 426.45 $ 28,571.05 4 Engineering Design and Construction Oversight 4a) 60, 90, 100 percent design 404 $ 47,460.00 $ 12,453.00 $ 600.00 $ 61,758.30 4b) Bid Support and Construction Oversight 360 $ 41,580.00 $ 4,955.80 $ 8,041.25 $ 55,072.63 TOTALS 2056 $ 243,610.00 $ 73,551.92 $ 10,679.95 $ 335,197.06 The cost estimate includes: 1) Purchase and installation of 3 transducters, one of which would be remotely monitored ($10,031 for equipment.) 2) Flying the project area to obtain up -to -date topography to the river including color orthophotos. A surveyor would set targets and provide limited ground - truthing ($24,978 for west bank focus, an extra $6,400 would be required to include the east b, 3) A landscape architect /designer subconsultant for conceptual design drawings and planting plans ($36,838.) 4) An allowance of $1,705 for analytical laboratory work, which includes metals, pesticides, and grain size for 4 soil samples and metals and pesticides for one water sample from Billy's Pond. 5) Construction administration is based on 24 days of field support, which is considerably less than full time oversight. 6) Subconsultants and equipment are marked up 10 percent per the contract. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. g For Meeting Of October 18 2011 ITEM TITLE: Request approval of a Resolution authorizing the City Manager to execute an Agreement with Ridolfi Inc., and the City of Yakima for Professional Engineering Services in an amount not to exceed $340,000 for evaluation and design of improvements related to riparian zone outfall alternatives at the City Wastewater Treatment Facility in order to meet outfall relocation challenges associated with the Yakima River Gap to Gap floodplain restoration project. SUBMITTED BY: Michael Morales, Assistant City Manager Scott Schafer, Wastewater Division Manager Ryan Anderson, Utility Engineer CONTACT PERSON/TELEPHONE: Ryan Anderson /575 -6077 SUMMARY EXPLANATION: The City has mandatory planning, coordination, process analysis and implementation responsibilities in order to address regulatory requirements including planning and engineering support services for wastewater treatment plant (WWTP) improvements related to the riparian zone outfall alternative for discharging treated wastewater to the Yakima River. A Professional Licensed Engineer is required by the State of Washington to perform these services, with services not to exceed $340,000. (...continued on next page) • Resolution X Ordinance Other (Specify) Funding Source: Wastewater Facilities Project (478 Fund) Budgeted APPROVED FOR SUBMITTAL: , /� , `j p Cit - Manager STAFF RECOMMENDATION: Staff respectfully requests City Council approve the Resolution. BOARD /COMMISSION RECOMMENDATION: COUNCIL ACTION: Page I • (...continued from front page.) The updating of the WWTP Facility Plan is required as a part of the renewal of the City's National Pollutant Discharge Elimination System (NPDES) permit with the Department of Ecology (Ecology). Updating this plan will allow for the estimate of current and future costs associated with mandatory, growth, and related wastewater issues, thus providing better development of planning priorities. Updating is also required to apply for financial assistance from Ecology and the Public Works Trust Fund Board and to demonstrate the financial needs of the riparian zone outfall project to Gap to Gap project sponsors for cost recovery related to the project. The contract scope includes support service additions and modifications to the WWTP needed to meet current and anticipated regulatory requirements associated with riparian zone outfall alternatives related to the discharge of treated wastewater from the WWTP. Ridolfl, Inc will provide the necessary evaluation and design and estimate these costs for future projects when funding is available. The terms of the Agreement would be in an amount not to exceed $340,000. (See attached Agreement with Exhibit "A" and "B ") Exhibit "A" of the Agreement describes the Scope of Work in more detail. Exhibit "B" of the Agreement describes the cost of the riparian zone outfall alternative evaluation and design • Page 2