Loading...
HomeMy WebLinkAbout08/07/2012 04D WWTP Grease Receiving Station Study and Design Agreement with Kennedy-Jenks .e"6-N BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT ;'� Item No. J- 0 FF For Meeting of: August 7, 2012 ITEM TITLE: Resolution authorizing a Professional Services Agreement with Kennedy- Jenks, Consulting Engineers, in an amount not to exceed $48,060 to provide engineering services for a feasibility study and two conceptual designs of a new grease receiving station at the City's Wastewater Treatment Plant. SUBMITTED BY: Joan Davenport, Interim Community and Economic Development Director Scott Schafer, Wastewater Division Manager Dean Smith, Utility Project Manager CONTACT Dean Smith /249 -6814 PERSON /TELEPHONE: SUMMARY EXPLANATION: The City of Yakima (City) Wastewater Division's 2004 Facility Plan identified the need for a "grease receiving station" at the Wastewater Treatment Plant (WWTP). The grease receiving station will enable the City to dispose of fat, oil, and grease (FOG) in an effective manner at a centralized station for processing; enhancing the bio -gas production of its anaerobic digesters. The additional gas will be utilized as fuel for our boilers in heating the Administrative buildings and fueling the future biosolids dryer that will dry the dewatered sludge into exceptional Class A biosolids. It is anticipated that efforts should decrease operational costs. Using the Municipal Research and Services Center (MRSC) of Washington roster, a statewide small works and consultants roster system, the City reviewed five qualified engineering consultants for the proposed project. Kennedy- Jenks, Consultant Engineers, was selected based on their Statement of Qualifications, as having the technical knowledge and expertise in identifying and developing the FOG receiving feasibility study necessary in considering potential sources of FOG suitable for anaerobic digestion, anticipated volume and frequency of delivery required, and its impact on the existing anaerobic digestion system. The study will also develop a site plan and flow schematic of two conceptual grease receiving station designs for the City's WWTP. The terms of the Agreement would be in an amount not to exceed Forty Eight Thousand Sixty Dollars ($48,060). (See attached Agreement with Exhibit "A," "B," and "C "). Exhibit "A" of the Agreement describes the Scope of Work in more detail. Exhibit "B" of the Agreement describes the Fee Estimate. Exhibit "C" of the Agreement describes the Schedule of Rates. The detailed design work of the actual grease receiving station selected by the City and bid assistance is not included within this Agreement. Resolution X Ordinance Other (specify) Contract: Mail to: Ronald Bard, Kennedy /Jenks Consultants, 1191 Second Ave., Suite 630, Seattle, WA. 98101 Contract Term: Amount: $48,060 Expiration Date: Insurance Required? Yes Funding Wastewater Facility Fund 478 and State phone: Source: Revolving Fund (SRF) Loan - Budgeted APPROVED FOR SUBMITTAL: 4=1bl 44 City Manager STAFF RECOMMENDATION: Staff respectfully requests City Council approve the resolution authorizing the City Manager to execute the accompanying contract. BOARD /COMMISSION RECOMMENDATION: ATTACHMENTS: Click to download ❑ Kennedy Jenks Grease Receiving Station Resolution 2012 ❑ Kennedy Jenks Professional Service Agreement 2012 ❑ Exhibit A Kennedy Jenks ❑ Exhibit B Kennedy Jenks ❑ Exhibit C Kennedy Jenks RESOLUTION NO. R -2012- A RESOLUTION authorizing the City Manager to execute a Professional Services Agreement with Kennedy -Jenks in the amount not to exceed $48,060 for Engineering Services for a feasibility study and two conceptual designs of a new grease receiving station at the City's Wastewater Treatment Plant. WHEREAS, the City of Yakima (City) owns and operates wastewater collection and treatment facilities in accordance with applicable Federal, State and Local regulations, and WHEREAS, mandatory planning, coordination, and process analysis and implementation is required to address regulatory requirements; and WHEREAS, the City's Wastewater Division's 2004 Facility Plan identified the need for a grease receiving station at the City's WWTP; and WHEREAS, the grease receiving station will enable the City to dispose of fat, oil, and grease (FOG) in an effective manner at a centralized station for processing; enhancing the bio- gas production of its anaerobic digesters and reducing operational costs; and WHEREAS, the state of Washington requires these services to be performed by a Professional Engineer; and WHEREAS, Kennedy- Jenks, Consulting Engineers, has the technical knowledge and expertise to identify and develop the FOG receiving feasibility study necessary in considering potential sources of FOG suitable for anaerobic digestion, anticipated volume and frequency of delivery required, and its impact on the existing anaerobic digestion system; and WHEREAS, the FOG receiving feasibility study will also develop a site plan and flow schematic of two conceptual grease receiving station designs for the City's WWTP; and WHEREAS, the detailed design work of the actual grease receiving station selected by the City and bid assistance is not included within this Agreement; and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a Professional Services Agreement with Kennedy -Jenks to develop a FOG receiving feasibility study for the planning of a grease receiving station at the City's WWTP; 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 Professional Services Agreement with Kennedy -Jenks in the amount not to exceed Forty Eight Thousand Sixty Dollars ($48,060) to provide engineering services for design of a new grease receiving station at the City's Wastewater Treatment Plant; a copy of the Professional Services Agreement with Exhibit "A," "B," and "C" is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 7 day of August, 2012. ATTEST: Micah Cawley, Mayor Sonya Claar -Tee, City Clerk AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND Kennedy /Jenks Consultants . FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this 2nd day of July, 2012, by and between the City of Yakima, Washington, a municipal corporation with its principal office at 129 North Second Street, Yakima, WA 98901, hereinafter referred to as "CITY ", and Kennedy /Jenks Consultants, a California corporation with a principal office at 1191 Second Avenue, Suite 630 Seattle WA 98101, 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 the WWTP Grease Receiving Station Feasibility Study and Design on behalf of the City of Yakima, Project No. , herein referred to as the "PROJECT." WITNESSETH: 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 WHEREAS, ENGINEER represents that it has available and offers to provide personnel with knowledge and experience necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CITY and ENGINEER agree as follows. 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 parties, duties of ENGINEER shall not be construed to exceed those services specifically set forth herein. 2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign, Ronald Bard as Principal -in- Charge throughout the term 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 "WWTP Grease Receiving Station Feasibility Study and Design 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 ENGINEER can be defined in detail at the time this Agreement is executed, and that additional WORK related to the Project and not covered in Exhibit A may be needed during performance of this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services." 2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or time required for, performance of any services under this Agreement, a contract price Page 1 and /or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall be modified in writing accordingly 2 2.2 Compensation for each such request for Additional Services shall be negotiated by the CITY and the ENGINEER according to the provisions set forth in Exhibit B, attached hereto and incorporated herein by this reference, and if so authorized, shall be considered part of the PROJECT WORK. The ENGINEER shall not perform any Additional Services until so authorized by CITY and agreed to by the ENGINEER in writing 2 3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the date of the ENGINEER's receipt of the written notification of change. SECTION 3 CITY'S RESPONSIBILITIES 3,1 CITY- FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the CITY'S possession relating to the ENGINEER'S services on the PROJECT including information on any pre - existing conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency 3.2 ACCESS 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, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required of CITY in a timely manner. Such examinations and decisions, however, shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional services meeting the standards of care for its profession. 3 4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this Agreement. CITY'S Representative shall have complete authority to transmit instructions and receive information ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S knowledge. 3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties and obligations under this Agreement or at law The ENGINEER shall be entitled to reasonably rely upon the accuracy and the completeness of such documents, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions there from. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4 1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as amended. SECTION 5 COMPENSATION 5 1 COMP.ENSATION 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 Hourly Rates, attached hereto and incorporated herein by this reference, on a time spent basis plus reimbursement for direct non - salary expenses. 51 1 DIRECT NON - SALARY EXPENSES. Direct Non - Salary Expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary Page 2 transportation costs, including current rates for ENGINEER'S vehicles, meals and lodging; laboratory tests and analyses, printing, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities; special CITY - requested and PROJECT - related insurance and performance warranty costs, and other similar costs. Reimbursement for Direct Non - Salary Expenses will be on the basis of actual charges plus ten percent (10 %) and on the basis of current rates when furnished by ENGINEER. Estimated Direct Non - Salary Expenses are shown in Exhibit B. 51.1.1 Travel costs, including transportation, lodging, subsistence, and incidental expenses incurred by employees of the ENGINEER and each of the Subconsultants in connection with PROJECT WORK, provided, as follows: • 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 PROJECT WORK. ENGINEER, whenever possible, will use the least expensive form of ground transportation • That reimbursement for meals inclusive of tips shall not exceed a maximum of forty dollars ($40) per day per person. This rate may be adjusted on a yearly basis. • That accommodation shall be at a reasonably priced hotel /motel • That air travel shall be by coach class, and shall be used only when absolutely necessary. 5.1.2 Telephone charges, computer charges, in -house reproduction charges, first class postage, and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates 5.13 Professional Subconsultants Professional Subconsultants are those costs for engineering, architecture, geotechnical services and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of 1 10 times the actual costs billed by the Professional Subconsultant for services provided to the CITY through this Agreement. Estimated Subconsultant 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 forty eight thousand and sixty Dollars ($48,060.00) 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 is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred. 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 a summary of time expended on the PROJECT for the current billing period, 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 to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to ENGINEER the questionable item(s) and withholding payment for such item(s) The ENGINEER may resubmit such item(s) in a subsequent invoice together with additional supporting information required. 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 Page 3 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 officials, agents, officers, employees, agents and volunteers (hereinafter "parties protected ") from (1) claims, demands, liens, lawsuits, administrative and other proceedings, and (2) judgments, awards, losses, liabilities, damages, penalties, fines, costs and expenses (including legal fees, costs, and disbursements) 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 (b) CITY agrees to indemnify, defend, and hold the ENGINEER harmless from loss, cost, or expense, including legal fees, 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 toss, 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 as evidenced by their specific and express initialing of this paragraph. ENGINEER'S INITIALS CITY'S INITIALS 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 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 Page 5 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 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 to the public. SECTION 8 REUSE OF DOCUMENTS 8.1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT. There shall be no reuse, change, or alteration by the CITY or others acting through or on behalf of the CITY without written permission of the ENGINEER, which shall not be unreasonably withheld and will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs including, but not limited to, litigation expenses and attorney's fees arising out of or related to such unauthorized reuse, change, or alteration; provided, however, that the ENGINEER will not be indemnified for such claims, damages, losses, and costs including, without limitation, litigation expenses and attorney fees 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 to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter "Intellectual Property ") as well as any modifications, updates or enhancements to 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 91 The ENGINEER, including its subconsultants, shall maintain books, records, documents and other evidence directly pertinent to - performance of the WORK under this Agreement in accordance with generally accepted accounting principles and practices consistently applied. The CITY, or the 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 books, records, and documents during the performance of the PROJECT WORK, if deemed necessary by the CITY, to verify the ENGINEERS WORK and invoices. 9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency 9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ENGINEER is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, if any, of the ENGINEER. 9.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for WORK on the Project. 9.5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately substantiated shall be reimbursed to the CITY. SECTION 10 INSURANCE 10.1 At all times during performance of the Services, ENGINEER shall secure and maintain in effect insurance to protect the City and the ENGINEER from and against all claims, damages, losses, Page 6 and expenses arising out of or resulting from the performance of this Contract. ENGINEER shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the rights to require higher limits should it deem it necessary in the best interest of the public. 10.1.1 Commercial General Liability Insurance. Before this Contract is fully executed by the parties, ENGINEER shall provide the City with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per occurrence combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City, its elected officials, officers, agents, employees, and volunteers as additional insureds, and - shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington 10.1.2 Commercial Automobile Liability Insurance. a. If ENGINEER owns any vehicles, before this Contract is fully executed by the parties, OIC shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage. Automobile liability will apply to "Any Auto" and be shown on the certificate b. If ENGINEER does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at the same limits as required in that section of this Contract, which is Section 12.2 entitled "Commercial Liability Insurance ". c. Under either situation described above in Section 3.a and Section 13 b, the required certificate of insurance shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City, its elected officials, officers, agents, employees, and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington 10.1 3. Statutory workers'compensation and employer's liability insurance as required by state law, 10.1.4. Professional Liability Coverage. Before this Contract is fully executed by the parties, ENGINEER shall provide the City with a certificate of insurance as proof of professional liability coverage with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per claim combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration, of this Contract. The policy shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice Page 7 (any language in the clause to the effect of but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the CITY, its officers, employees, agents, and representatives there under The CITY and the CITY'S elected "officials, officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the City until thirty (30) days after written notice to the CITY of such intended cancellation, expiration or change. SECTION 11 SUBCONTRACTS 11 1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract any portion of the WORK to be performed under this Agreement. 11.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by CITY, which approval shall not be unreasonably withheld Each subcontract shall be subject to review by the CITY'S Representative, if requested, prior to the subconsultant or subcontractor proceeding with the WORK. Such review shall not constitute an approval as to the legal form or content of such subcontract. The ENGINEER shall be responsible for the architectural and engineering performance, acts, and omissions of all persons and firms performing subcontract WORK. 11 3 CITY does not anticipate ENGINEER subcontracting with any additional persons or firms for the purpose of completing this Agreement. 11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of all invoices thereto SECTION 12 ASSIGNMENT 12 1 This Agreement is binding on the heirs, successors and assigns of the parties hereto This Agreement may not be assigned by CITY or ENGINEER without prior written consent of the other, which consent will not be unreasonably withheld. It is expressly intended and agreed that no third party beneficiaries are created by this Agreement, and that the rights and remedies provided herein shall inure only to the benefit of the parties to this Agreement. SECTION 13 INTEGRATION 13 1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may not be modified or altered except in writing signed by both parties SECTION 14 JURISDICTION AND VENUE 14 1 This Agreement shall be administered and interpreted under the laws of the State of Washington. Jurisdiction of litigation arising from this Agreement shall be in Washington State. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue of all disputes arising under this Agreement shall be Yakima County, State of Washington. Page 8 SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15 1 During the performance of this Agreement, ENGINEER and ENGINEER's subconsultants and subcontractors shall not discriminate in violation of any applicable federal, state and /or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. ENGINEER agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations SECTION 16 SUSPENSION OF WORK 16 1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the WORK ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with normal progress of the WORK. ENGINEER may suspend WORK on 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. Page 9 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 or otherwise make available to CITY all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents, 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 to 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 event, 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 key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of CITY If CITY agrees to termination of this Agreement under this provision, payment shall be made as set forth in subparagraph 17 3 of this Section SECTION 18 DISPUTE RESOLUTION 18 1 In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute If the afore mentioned methods are either not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington If both parties consent in writing, other available means of dispute resolution may be implemented SECTION 19 NOTICE 19 1 Any notice required to be given under the terms of this Agreement shall be directed to the 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 is earlier CITY City of Yakima 2220 E Viola Yakima, WA 98901 Attn Dean Smith ENGINEER. Kennedy /Jenks Consultants 1191 Second Avenue, Suite 630 Seattle, WA 98101 Attn: Ron Bard 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 Page 10 CITY OF YAKIMA KENNEDY /JENKS CONSULTANTS Signature Signature Printed Name' Tony O'Rourke Printed Name' Ronald Bard Title: City Manager Title: Principal Date' Date: June 27 2012 Attest City Clerk City Contract No 2012 - Resolution No. R -2012- Page 11 STATE OF WASHINGTON COUNTY OF YAKIMA 1 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 STATE OF WASHINGTON COUNTY OF PIERCE I certify that I know or have satisfactory evidence that Ronald Bard is the person who appeared before me, and said person acknowledged that he /she signed this instrument, on oath stated that he /she was authorized to execute the instrument, and acknowledged it as a Principal of Kennedy /Jenks Consultants 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 13 Exhibit A WWTP GREASE RECEIVING STATION FEASIBILITY STUDY AND DESIGN PROJECT SCOPE OF WORK SUMMARY This Scope of Work covers the consultant services for the City of Yakima (City) feasibility study, and future design and bid assistance services, for a new grease receiving station at the City Wastewater Treatment Plant (WWTP). The WWTP Grease Receiving Station Study (Study) is scoped in Tasks 200 to 700. The Study will consider potential sources of grease and /or fats, oil, and grease (FOG) suitable for anaerobic digestion at the WWTP; anticipated volume and frequency of delivery of grease /FOG; grease /FOG handling requirements and subsequent necessary features of a grease /FOG receiving station; and grease /FOG impact on the existing anaerobic digestion system. The study will determine a preferred conceptual design; a life -cycle cost model will be developed for the preferred design. Task 800, detailed design, will include preparation of general, civil, structural, mechanical, and electrical drawings and specifications. Task 900 is for assistance to the City during bid advertisement. Task 800 and 900 are optional tasks and will not be undertaken unless specifically authorized by the City. The following provides a detailed description of the tasks included in the scope of work. TASK 100 PROJECT MANAGEMENT Objective. To provide management, direction, coordination and control of all work associated with project schedule, budget, subconsultants (if any), technical quality, and monthly progress reports and invoices for the Study. Approach. This task includes the following activities: 1. Prepare a Project Memorandum that documents consultant staff roles and responsibilities, presents the project communications plan, describes document control procedures, describes contract deliverables and their scheduled completion dates, describes quality control procedures, and describes cost control management and reporting procedures. (Available to City upon request) Page 1 of 9 2. Manage staff and provide ongoing coordination for efficient utilization of resources for the entire project. 3. Prepare input to monthly invoices, including backup materials, progress reports, and updated project schedules. Monthly invoices are to be submitted to the City by the 15 of every month for work done before the end of the prior month. 4. Monitor scope and progress and identify scope changes that impact the project budget and schedule. Notify the City's Project Manager of changes and assist the City Project Manager in managing these changes. 5. Progress reports will be furnished in the form of a letter with each invoice. Progress reports shall include a task by task summary of 1) the work done to date including tabular depiction of percent of task budget expended for each task, 2) any out -of -scope items required or requested, and 3) any potential issues of importance. Also, the progress reports shall include a section discussing the overall composite project schedule and budget status. 6. Manage subconsultants for efficient utilization of resources as follows: a. Develop scopes of services, level of efforts and subagreements for subconsultants, in addition to any amendments required by the work. b. Process subconsultant monthly invoices. c. Close out subconsultant contracts. d. Periodically review subconsultant's work products as appropriate to verify that the products conform to project standards, are technically sound, are coordinated with the work of other team members, and are performed in accordance with the project schedule. 7. Identify potential impact on project costs associated with project changes resulting from City comments and reviews. 8. Attend up to 3 meetings as required with the City to review project status for the duration of the project. At these project management meetings, Page 2 of 9 discuss current activities, track progress, and identify issues. Make decisions required to maintain progress, coordinate the work, and obtain information from all team members (City and Consultant). As needed a summary memorandum of key issues discussed, decisions made, action items and required responses shall be prepared and distributed. Work Products. 1. Meeting minutes. 2. Subconsultant agreements. 3. Invoices to the subtask level, invoice back -up material, and documentation required by City for processing Consultant and subconsultant pay requests. 4. Status reports shall be submitted with each monthly invoice. 5. Bulleted general Project Schedule City Responsibilities. 1. Collect and document comments from City staff on materials submitted to the City for review and comment. 2. Provide the Consultant with copies of all written comments logged by City staff. 3. Assign reviewers to the Study. 4. Resolve conflicting review comments prior to submitting to the Consultant. Assumptions. 1. Project Management compensation for this task is based on 6 -month project duration. 2. Microsoft Word, Microsoft Excel, and Microsoft Project will be used for all project management reports and submitted documents. Page 3 of 9 TASK 200 QUANTIFY FATS, OILS, AND GREASE (FOG) POTENTIAL Background Our experience indicates that the projection of FOG quantities in any given area can be estimated by comparing the results of three different approaches; the potential for FOG generation primarily from identified food preparation facilities, the potential for FOG generation based on demographics and average FOG generation potential, and the actual records for grease haulers in the area. The comparison of the results of these three approaches leads to an estimate that is reasonable and defendable. The 1998 study of FOG generation in 30 metropolitan areas by the National Renewable Energy Laboratory has proved to contain valuable information for estimating brown grease potential. Objective. Identify and quantify potential volume of FOG in the targeted service area for the City. Approach. Provide the following basic services: 1. Identify stakeholders and conduct a Stakeholder Workshop meeting to brainstorm issues, opportunities, concerns, and identify potential FOG sources and haulers 2. Conduct at least a limited study to identify the quantity of FOG currently being picked up (and optionally, other available feedstock sources in the community) 3. Review current City regulations and determine the potential to collect more FOG if regulations were made more stringent 4. Characterize the haulers with respect to volume, frequency, type of grease, and haul vehicle type. Provide estimates, based on industry standards and past experience, of; energy (BTUs), percent solids, ability to pump, and grease impurities /homogeneity, Work Products. 1. Draft Feasibility Study chapter on FOG Potential. City Responsibilities. 1. Provide records and documents as needed to support FOG potential analysis and quantification including source and hauler records and contact information. Page 4 of 9 2. Provide copies of current FOG regulations /ordinances. Assumption. 1. Brown grease collected at food preparation facilities is the main FOG material under consideration. Yellow grease or other higher quality FOG materials are not available in quantity to the WWTP TASK 300 EVALUATE THE EXISTING WWTP AND FACILITY NEEDS FOR RECEIVING AND DIGESTING FOG Background: We strongly recommend against introducing FOG waste anywhere into the liquid processes of the WWTP. This has been attempted by some large wastewater agencies in California and elsewhere with unfavorable results. We recommend that FOG from haulers be handled by direct introduction to anaerobic digesters or cached in a temporary storage /mixing facility. Experience shows digesters that accept WWTP and FOG inputs should have the following features: o Energetic and thorough mixing with at least 8 turnovers per day o Hydraulic shearing with at least 13 feet per second velocity at the mixing nozzles o Hydraulic disturbance of the liquid surface in the digester o Hydraulic draw - off for the mixing pumps at the liquid. surface Kennedy /Jenks has designed the renovation of many existing digesters to provide effective FOG digestion. The cornerstone of any good FOG program is a well - mixed and evenly - heated anaerobic digester. FOG and water do not readily mix; typical old gas -mixed digesters, with a significant FOG component, exhibit a floating mat of undigested grease and oil that displaces /reduces digester capacity. With well - designed, pump -mixed or hydraulic draft tube -mixed digesters, with the features listed above, substantial FOG can be readily digested without any need for additional detention time. A well -mixed digester can fully digest a 3,000 gallon load of FOG in 3 -4 hours. Objective. Systematically evaluate: (1) the WWTP facility needs to support a FOG/g' rease receiving station, (2) the digester needs to accommodate stable FOG /grease. Page 5 of 9 Approach. The following actions comprise the work of this task 1. Determine the excess capacity available for processing FOG in the existing anaerobic digestion system. 2. Evaluate the existing mixing and heating systems for the anaerobic digestion system and determine what, if any, modifications would need to be made in order to process FOG. 3. Determine the amount of additional capacity for gas handling within the existing gas conveyance and utilization system. 4. Identify potential FOG receiving station characteristics matched to the sources /haulers: a. Access roads and alignment, security strategy, fencing, gates, access cards or codes b. Method of logging, ticketing, data management, payment c. Site safety, spill control features, containment, clean -up utilities (hot water, steam, receiving sump) d. Odor control e. Weather protection for instrumentation f. FOG storage /receiving tank, including gas handling requirements g. FOG conveyance: pumped to storage tank by hauler or pumped withdrawal from hauler's truck by receiving station pump h. Pumping from storage tank to digesters i. Instrumentation to indicate digester condition/ health: feedback loop alert for pumping pressure, digester tank level, foaming in digester. Interlock so there is no grease pumping if digester problems are indicated or if storage tank level is too high. Work Product. 1. Draft Feasibility Study chapter on Existing Facility and New Grease Receiving Station Needs. City Responsibilities. 1. Provide any pertinent supporting or ancillary documentation required for developing receiving station configuration and requirements. 2. Provide historical operating data for the digesters (minimum 5 years). 3. Provide record drawings of the digesters and a site plan of the overall facility. Page 6 of 9 TASK 400 CONCEPTUAL DESIGN OF A GREASE RECEIVING STATION Background: We have recently completed the design of two modern FOG receiving stations, one at the City of Millbrae and the other for West Lafayette, Indiana. Both provide for FOG storage, convenient cleanup and odor control. They also provide for card - read licensing of haulers and recording of loads and around - the -clock operation. The Millbrae facility uses flow to measure Toad size while West Lafayette utilizes truck weight. Provide up to two different alternative conceptual designs of a receiving station that will include a site plan and a flow schematic that shows the features and controls recommended at the facility. Objective, Develop a preferred conceptual design of a grease /FOG receiving station. Approach. 1. Prepare two alternative configurations of functions and features, including: a. Discuss "pros" and "cons" of each alternative. Cost analysis will be accomplished in the next Task (500). • b. Consideration for future receipt of food waste or other feedstock since Yakima has ample local sources c. Regulatory requirements and impacts 2. Summarize and finalize the description /predesign of the selected alternative, including cost estimation, hauler agreement strategy, and regulatory requirements assumptions. Work Products. 1. Site plan and flow schematic for two conceptual designs. 2. Draft Feasibility Study chapter on Conceptual Design of a Grease Receiving Station. City Responsibilities. 1. Participate in conceptual design review and provide comments. 2. Provide comments on the Draft Feasibility Study chapter on Conceptual Design of a Grease Receiving Station. Page 7 of 9 TASK 500 PREPARE GREASE RECEIVING PROGRAM FINANCIALS Background: Prepare a life -cycle cost model that will be used to evaluate the conceptual design developed in preceding tasks. We have recent experience with the construction cost for receiving stations, digester rehabilitation, gas scrubbing, and cogeneration facilities. We also have experience with grease haulers and sustainable charges for tipping fees, which make up the major part of the revenue stream. We also have good data on the typical volatile solids content of grease loads and the amount of digester gas that can be expected per gallon of grease received and digested. Objective. Develop financial characterization (life -cycle cost model) of the conceptual design for use in further development of project delivery alternatives. Approach. 1. Estimate costs for modifications necessary to accommodate FOG in the anaerobic digestion system. 2. Apply operation and maintenance costs to the alternatives from the above task. 3. Estimate tipping fees based on hauler feedback and industry trends. 4. Conduct a simple payback analysis on the improvements. Work Products. 1. Draft Feasibility Study chapter on Program Financials City Responsibilities. Review and provide comments on the Draft Feasibility Study chapter on Program Financials 1. Provide utility rate information and operational labor rates for cost evaluation. Page 8 of 9 TASK 600 ASSESS FUNDING AND PARTNERING OPPORTUNITIES (NOT IN SCOPE) TASK 700 FEASIBILITY REPORT Background: The work completed under Tasks 100 through 500 will be captured in a draft FOG Receiving Feasibility Report. We will submit the draft report to the City for review. We will conduct a review meeting with the City. We will produce a final FOG Receiving Feasibility Study. Objective. Document work and provide recommendations to develop future phases of the project. Approach The work completed under Tasks 100 through 500 will be captured in a draft FOG Receiving Feasibility Report. We will submit the draft report to the City for review. We will conduct a review meeting with the City. We will produce a final FOG Receiving Feasibility Study. Work Products. 1. Draft and final reports on the FOG Receiving Feasibility Study. Included in these reports will be the selected conceptual design of the grease /FOG receiving station, a general layout of the receiving station at the WWTP site and schematics for basic facility rehabilitation work that may be required. City Responsibilities. 1. Review and provide comments on the Draft and Final Feasibility Study documents. TASK 800 — FINAL DESIGN AND TASK 900 — ASSISTANCE DURING BIDDING To be added through future contract amendment. Page 9 of 9 Proposal Fee Estimate - Exhibit B Kennedy /Jenks Consultants CLIENT Name: CIW of Yakima PROJECT Description: Grease Receiving Station Study end Design _ y Proposal /Job Number. I Date: 5/21____1/20.1 ' 1 I KJ I KJ KJ KJ SUB I SUB cr y i ' 3 'Y i r? 1 = 9 m s ` s 2 W W W I l W 1 w W G U Q - 8 ( E a o pe C 0 C1aes11ieallan: �%% W 1 Total F - 5 0 0 { 0 f of U W Mowry Pato: 5200 $200 ! ¢00 1 0165 8155 1 5185 1 6110 1105 1 1110 1100 1 $75 e 9 Mou Fees 0% I Fees F440 I Fees Tesk100 Project Management 1 1 _I C7 ( - _. !'3� . Pro) Mgrr11 and Invoicing 21 4 1 4 ID 51.5001 SO _ 00 50 11.500 QOIQC (Tasks 100 to 700) . _ 61 i ! I _ a 11.2001 so 00 I 50 56.200 Meetings (3) el 241 8: I 4 44 87.9401 50 51.200 51200 1 SO 59.140 Task f0p Subtotal 0 181 28 0 el 0� 0 O1 0 D' 8 80 510.6401 SO f1.20oi $1,2x0 f0 511.840 Quantify Fog and Claracladze HHaulersse [FOCI Potential 4 41 41 121 52.060 SO So 50 02460 Review Regulations 4 41 1 41 41_ I 16 52.830 50 SO _ 50 52.380 Stakeholder Workshop 81 ! 1 2 10 01,7501 SO $400 5400 50 02.15D, Task 200 - Subtotal 0 4 16 0 31 8 0 0 01 0 2 38 58.710 SO 1400 $400 S0 87.110 Task 300 Evaluate the Existing W✓YTP'and Fadlity Needs for 1 I - Receiving and Digesting FOG i w W - Evaluate roasting I 2 6{ _ _ _ 41 4i - 1 16 52.880 So So 10 52.660 Evaluate FOG facilities required . 1 61 1 41 41 1 14 82.480 Sol SO 1 50 82.480 Task 300. Subtotal 0 21 121 01 31 31 0 D 0 of 0 30 15.360 $ol So 50 i 50 55.360 Task 400 Conceptual Design of a Grease Receiving Station 1 1 Layout Receiving Facilities 10 81 16 30 64 $8,800 00 SO 30 83,800 Task 400- Subtotal oI 0 tot 8 is! Oi of o 0! 301 0 64 $8,900 So s0 50 ! 00 58,800 Task 500 Prepare Grease Receiving Prograrll Financials 1 ". I . , 1 1 _ - Set up oust model l L 41 4 6 1 14 52,410 501 50 SO 52.410 POputale and run 1 4 1 6 1 10 51.790 $0 $0 SO 01.790 Task 500 Subtotal oI 01 8 0 4 121 01 0 01 01 0 24 $4200 sou SO 50 1 50 04.200 Task 600 Assess Funding and Partnering Opportunities (Not In I I I 1 1 - Scope) 1 l 1 1 1 I o Sol Sol so _ W So Task 500- Subtotal 0 01 01 0 0! 0r o xl -.. o1 of 0 0 sou 00! s0, f0 so 00 Task 700 Feasibility Report 1 1 1 kr 1 1 1 .. R lion 41 241 12 16 1 5o 510.750 �tert Ptepara I 1 I i { fi �62 510,550 801 S i r 1200 1 1 0 So 501 So I 1 So So Task 700 - Subtotal 01 41 241 0 12 18 0 01 0 0 6 62 510.550 . 10 1200 0200 1 SO 510.750 1 • 1 1 D� Phases 100 - 700 Total 2001 2261 298 1731 2111 200 1101 1051 110 130! 91', 273 546,2601 Sol 51,000,1 519001 ' SO fo 508.060 ay.mi.m12012vawmraGeaeneravia, am Soa9m15mpea,r,erkra o.FC roo W e1me4.44n40,.a.ur44.4... EXHIBIT "C" SCHEDULE OF RATES PERSONNEL COMPENSATION Classification Hourly Rate CAD - Technician . $100 Designer- Senior Technician $110 Engineer- Scientist - Specialist 2 $110 Engineer- Scientist - Specialist 3 $145 Engineer- Scientist - Specialist 4 $150 Engineer- Scientist - Specialist 5 $155 Engineer- Scientist - Specialist 6 $165 Engineer- Scientist - Specialist 7 ... $200 Engineer- Scientist - Specialist 8 .......... $200 Engineer - Scientist- Specialist 9 $200 Project Administrator $75 Administrative Assistant $75 Aide $60 Page 14