Loading...
HomeMy WebLinkAbout09/15/2015 09 Planning and Engineering Agreement with RH2 Engineering, Inc.; 2013 Wastewater Collection System Master Plan; WastewaterITEM TITLE: SUBMITTED BY: SUMMARY EXPLANATION: '1111111 1, nun 11,1:1141r10 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 9. For Meeting of: September 15, 2015 Resolution authorizing an agreement with RH2 Engineering Inc., in an amount not to exceed $751,724, to provide planning and engineering services for the recommended capital improvements described in the 2013 Wastewater Collection System Master Plan Debbie Cook, Utility Director Jeremy Hoover, Utility Engineer The existing Speedway Interceptor is a 36 inch gravity sewer located parallel to 1-82 south of Kiwanis Park. This interceptor is experiencing severe sedimentation buildup due to both poor vertical geometry and low flow. Capacity is therefore limited and reverse flow has been observed. The Speedway Interceptor discharges to a concrete junction box in Rudkin Road south of E. Nob Hill Blvd. This junction box consolidates flow from the majority of the City sewer service area, including Union Gap via the Rudkin Road lift station, prior to final conveyance under Interstate 82 to the wastewater treatment plant. The existing junction box configuration precludes effective sediment removal from the final sections of pipe leading to the treatment plant. Finally, the existing Rudkin Road lift station cannot be bypassed in the event of a failure and aging emergency power equipment limits lift station reliability during utility power outages. This contract allows RH2 Engineering to proceed with the design and engineering of a new wastewater lift station with a proposed location on Beech Street between 1-82 and 15th Street. The lift station will eliminate the gravity Speedway Interceptor capacity limitations and will service hydraulic loadings that range from existing flows to projected area build -out flows, including projected flows from mill site redevelopment. Lift station and force main construction will optimize the use of existing infrastructure by utilizing the existing gravity Speedway Interceptor as lift station force main conduit. The new lift station project includes associated gravity sewer modifications in the vicinity of the new lift station that will allow the City to decommission the aging Race Street lift station and alleviate capacity limitations identified in the City Wastewater Collection System Master Plan. The project includes Rudkin Road lift station improvements that will enable emergency bypass, the performance of required maintenance, and improved reliability during utility power interruptions. Finally, this project includes improvements to the wastewater junction box that will enable division staff to restore original hydraulic capacity by allowing the removal of decades of sediment buildup from the final sections of sewer pipe leading from the junction box to the wastewater treatment plant. Resolution: X Other (Specify): Ordinance: Contract: X Contract Term: 240 days Start Date: 9/15/2015 End Date: 5/12/2016 Item Budgeted: Yes Amount: $751,724 Funding Source/Fiscal Impact: Wastewater Strategic Priority: Improve the Built Environment Insurance Required? No Mail to: Phone: APPROVED FOR SUBMITTAL: RECOMMENDATION: City Manager Staff respectfully requests that the City Council approve the Resolution authorizing the City Manager to execute the accompanying Professional Services Agreement with RH2 Engineering Inc. in an amount not to exceed $751,724.00 to provide planning and engineering services for the recommended capital improvements described in the 2013 Wastewater Collection System Master Plan. ATTACHMENTS: Description Upload Date Type d RF112 Speedway ID3sligirn IResollunlioirn 8/27/2015 Omer it (Memo d RH2 Speedway IOr sligirn Contract 8/27/2015 Contract RESOLUTION NO. R -2015- A RESOLUTION authorizing the City Manager to execute a Professional Services Agreement with RH2 Engineering Inc. in an amount not to exceed $751,724.00 to provide planning and engineering services for the recommended capital improvements described in the 2013 Wastewater Collection System Master Plan. WHEREAS, the City of Yakima maintains the Publicly Owned Treatment Works (POTW) in accord with applicable Federal, State and Local regulations; and WHEREAS, the City of Yakima's POTW has undergone a complete study and a citywide Wastewater Collection System Master Plan has been developed; and WHEREAS, the existing Speedway Sewer Interceptor System is experiencing heavy sedimentation, adverse flow characteristics and is inadequate for the current needs of the Fair Avenue Basin, 2nd Avenue Basin, and future development of the Boise Cascade Site; and WHEREAS, the existing Rudkin Road lift station conveys large amounts of flow with no provisions for an emergency bypass, has aging control systems vulnerable to lightning strikes and power surges; and WHEREAS, the City of Yakima desires planning and engineering services for the Rudkin Road Lift Station, Beech Street Lift Station, and Speedway Interceptor Improvements identified in the Wastewater Collection System Master Plan; and WHEREAS, on July 14, 2015, the City held interviews with three consulting firms listed on the Municipal Research and Services Center (MRSC) of Washington roster as having the experience and expertise necessary to perform these services; and WHEREAS, as a result of these interviews, the City selected RH2 Engineering, Inc. as the most qualified Consultant to perform the required work; and WHEREAS, the City Council has determined that it is in the best interest of the City of Yakima to enter into a professional services contract agreement with RH2 Engineering, Inc. to perform the required wastewater engineering and design for the City; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute a Professional Services Agreement between the City of Yakima and RH2 Engineering, Inc., in an amount not to exceed $751,724.00, to provide planning and engineering for the recommended capital improvements described in the 2013 Wastewater Collection System Master Plan; a copy of the Agreement with Exhibit A and a budget summary are attached hereto and by this reference made a part hereof. ADOPTED BY THE CITY COUNCIL this day of September, 2015. ATTEST: Micah Cawley, Mayor Sonya Claar Tee, City Clerk RFI2 Engineering, Inc. 114 Columbia Point Dr., Suite C Richland, WA 99352 CONI ACT AGREEMENT .BEIWEEN AND OP,CONAL.1„,,,,,,EAE;E cm( OF YAKIMA Wastewater Division 2220 E Viola Ave Yakima, WA 98901 Page 1 PROJECT: Speedway / Beech Street Lift Station and Force Main Improvement THIS AGREEMENT combines all understandings between Parties regarding professional services for the Project named above and supersedes all prior proposals, quotations, solicitations„ negotiations, representations, agreements or understandings, whether written or oral. Vhc performance of the professional services herein described and authorized by the City of Yakima, as well as payment for such services, shall be in accordance with the terms and conditions presented in this Agreement and the following Sections and Exhibits which are attached and incorporated by reference which, taken together, shall constitute the whole Agreement. Section I Section II Exhibit A Exhibit B Exhibit C Relationship of the Parties Contract Provisions - Scope of Work - Project Budget/Fee Schedule Project Schedule IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals this day of , 2015, APPROVED: APPROVED: CITY OF YAKIMA 1(112 ENGINEERING, INC. "Fony O'Rourke, City Manager Paul Cross, P.E., Principal Date.: Date: 6'21 °J; ATTEST: Sonya .„ aa ee City Clerk. City of 'Yakima Wastewater )ivist (DRiCiONIALI_PACiliNC)„,,, /is , , f)ACilE,5 2 SECTION 1: RELATIONSHIP OF THE PARTIES "f/he City of Yakima ("Client") desires consulting services for the Speedway / Beech Street Lift Station and Force Main 'improvements (Project). In 'furtherance of the Project, the Client hereby contracts with Rill Engineering, Inc. ("( ontractor-) to perfortri the professional services described in Exhibit A of this Agreement. All services shall be performed under the joint supervision of the Client's 'Representative, Mike Price, Jeremy Eloover, or a designee or designees identified in writing to RI I2 Engineering, Inc. by. the Client's; Representative. This Agreement shall be for the benefit of and be binding upon successors, assigns, and legal representatives of each of the Parties hereto. Any assignment or transfer of an interest in this Agreement by either Party without the written consent of the other shall be void. SECTION I: CONTRACT PROVISIONS I. Scope of Work: RH2 Engineering, Inc. shall perform the service for the Client as defined in Exhibit A, Scope of Work, which is attached hereto and hereby incorporated by this reference. 2. Time for Completion: The Scope of Work tbr the conduct of the study as set forth above is anticipated to be completed by RH2 Engineering, Inc., within a time frame approximating that shown by the following schedule: Notice to Proceed: On or before September 15, 2015 Completion of Design: within 8 rrionths of Notice to Proceed (NTP) Presentations to Council: within 8 months of NTP Completion of Project: On or before May 15, 2016 RI Engineering, Inc. agrees to perform the 'work described in the Scope of Work according to the contract schedule. Any delays shall he agreed upon by 'R'H2 'Engineering, Inc. and Client prior to the due date. Changes in the schedule caused by Client delays may require additional compensation and a change order. 3. Payment: R1112 Engineering, Inc„ will be paid by the (..:lient on a time and materials basis as outlined below and in accordance with the standard billing rates attached hereto as Exhibit B. RI 12 Engineering, Inc. agrees to perform the services as set forth in 'Exhibit A at a cost not to exceed 575 1,7 24. It is understood that RI Engineering, Inc. will not exceed this amount without the Client's prior written authorization. RE12 Engineering, Inc. shall submit to the Client an invoice each month for payment for work completed through the accounting cut-off day of the previous month. Such invoices shall he for work performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. RH2 Engineering, Inc. shall submit with each invoice a summary of time expended on the work 'for the current billing period, copies of subconsultant invoices, and any other supporting materials determined by the Client necessary to substantiate the costs incurred. Client will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval oldie work completed and amount billed. Client will notify RUC Engineering, Inc. promptly if any problems are noted with the invoice. Client may question any item in an invoice, noting to R112 Engineering, Inc, the questionable item(s) and withholding payment for such item( s ). RII2 Engineering, Inc. may resubmit such item( s) in a subsequent invoice together with additionitl supporting information required. Payment to R112 Engineering, Inc. for services set forth in Exhibit A shall be: an amount equal to RI 12 Engineering, Inc. 's standard billing rates as set forth in Exhibit B multiplied by the actual hours worked. 3 Direct expenses will not be charged except as identilied in xhibit [3. Payment shall bcmade monthly upon receipt and approval ufRB2Engineering, ko.`xinvoicc, Payment for any work shall not constitute a waiver or release by Client of any claims, right, or remedy it may have against the RU2 Engineering, Inc. under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by Client of any failure or fault of KB2 [o inecring` Inc. to satisfactorily perform the PROJECT WORK as required under this Agreement, 4. Supplemental Agreements: Supplemental Agreements may be entered into upon mutual written agreement that would increase or decrease the scope and associated costs and payment,. 5. \\ork to be Accomplished All work accomplished be performed under the direction ofUoClient Representative or his/her Designee. 6Te inabmo: This contract may he terminated by the Client by giving R112 Engineering, Inc. written nonce of such termination no fewer than fifteen (i5) days in advance of the effective date of said termination. R112 Engineering, Inc. shall hcentitled |o terminate this agreement only in the ase of a material breach hythu[Ucnt,anJupnuf^i|urcoftheC6coutuzcrncdyuuidhrcochwhhiu6fben(l5)dayv of written notice of the breach. 7. Indemnity: RH2Engineering, bnc. shall comply with all Federal L}ovcrnoitn/,State and local laws and ordinances applicable to the work to be done under this Agreement. (a) K1712 Engineering, Inc. agrees to defend, indemnify, uodbo|d harmlcss the Client, its elected officials, officers, employees, and volunteers (hereinafter "parties protected") from (1) claims, demands, liens, lawsuits, administrative and other proceedings, (including reasonable costs and attorneys' fees) and (2) judgments, awards, losses, liabilities, damages, penalties, lines costs and expenses of any kind claimed by third partiesdue k,death, injury, donzaLicor destruction to any person or any property to the extent caused by any negligent act, default, error or (iniission orwiUFul misconduct arising out ofRI|2 Engineering, |uc.`o performance under this Agreement. In the event that any lien. is placed upon the Client's property or any of the Client's officers, employees or agents as a result of the negligence or willful rnisconduct of RI 12 Engineering, Inc., R||2 :Engineering, Inc. shall utonce cause the auroe to be dissolved and discharged by giVtlig bond or otherwise (b) Client agrees to indemnify and hold K|2 Engineering, Inc. harmless from loss, cost, or expensc of any kind claimcd by third parties, parties, including without limitation such Ios,c ost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or wan] misconduct of the Client, its employees, or agents in connection with the performance of the Scope of Work. (c) If the negligence or willful rnisconduci of both K112 Engineering, Inc. and the Client (or a person identilied above t'or whom each is liable) is a causc of such third party claimn, the loss, cost, or CXpCIiSC shall be shared between KHZ Engineering, Inc. and ibe Client in proportion to their relative degrees of negligence or vviUfo| misconduct and the right of indemnity will apply tor such proportion. oRK.,:A, NAL. Njo oF PAGEs 4 (d) Nothing contained in this Section or this Agreement shall be construed to creatc a liability or a right of indemnification in any third party. 8. All Work Produced is Property of the Client: The materials, computer programs, reports, calculations, analyses, etc., generated by RFI2 Engineering, Inc. under this contract, including the final report, drawings, and specification shall become the property of the Client. The Client agrees that irk uses products prepare(' by R.H2 1tigineering, Inc. for purposes other than those •intended in this agreement, it does so at its sole risk and agrees to hold R112 Engineering, Inc. harmless thereafter. 9. Assignment: The Contractor shall not assign or subcontract any portion of the contracted activities without obtaining prior written approval from the Client. 10. Integrated Agreement: This agreement together with attachments or addenda represents the entire and integrated agreement between the Client. and RI I2 Engineering, Inc, supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended by written instrument signed by both the Client and RH2 Engineering, Inc. 11. Independent Contractor: The parties intend that an independent Contractor/Client relationship will be created by this agreement. No agent, employee, or representative of RI -12 Eng,ineering, Inc. shall be deemed to be an agent, employee, or representative of the CI•ient for any purpose. RI 12 Engineering, Inc. shall be solely responsible for all acts of its 'agents, employees, representati•ves, and subcontractors during the performance of this contract. 12. E nal 0 ortunit During the performance of this Agreement, RI .Engineering, Inc. and RI 12 Engineering, Inc '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 li•mited 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. R1d2 Eirigineering, Inc. agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. 13. Notices: Notices to the Client shall be sent to the l'following address: City of Yakima Wastewater Division Attention: Jeremy Floover, P.E., Wastewater Engineer 2220 E Viola Ave Yakima, WA 98901 509-575-6077 Notices 10 RH2 Engineering, Inc. shall be sent to the 'following address: RI Engineering, Inc. Attention: Paul Cross„ P.E., Principal 114 Columbia Point Dr., Suite C Richland, WA 99352 509-886-6767 14. Insurance: At all doiea during performance of the Services, KHZ .Engineering, shall secure and maintain ioeffect: insurance u`protect the Client and RH2Engineering, Inc. 'from andagainst: all claims, damages, losses, and cxpcoscx arising out u[orresulting from the performance ofthis CunuacL RB2 Engineering, Inc. shall provide and maintain io |brccioxuruncc in limits no Iess than thatstated below, as applicable. Thc Client reserves the right to require higher limits should it deem it necessary in the best interest ofthe public. LINH26ngincering'Inc. carries higher coverage limits than the |imiiostated below, such higher limits shall. be shown on the Certificate of insurance and Endorsements and the Client shall be named as an additional insured for such higher limits. 14.1.1 Commercial General Liability Insurance. Before this Contract: iefully executed bvthe pnrticu`RU�2Eo incedng,lno.ohaUprovidcdnClicmvi|huccni6cotcofiuoanccxuprou[ofcommcoiu| liability insurance and commercial umbrella liability insurance with a totalliability limit ot/hu limits required ix the policy, subject to minimuni limits of One Million Dollars ($2,000`000) per occurrence combined single limit bodily injury and property damage, and Two Million Do|ara (S2,000,000) general aggregate. The certiticate shall clearly state who the provider is, the coverage arnount,, the policy number, and whcn the policy and provisions providcd are in effect Said toIicy shall be in c11ct lor the duration ol this Contract. Tbc policy shall name the Client, its elected officials, officers, agents, employees, and volunteers as additional insureds. Thc insured shall not cancel or change the insurance without first giving the Client thirty (30) calendar days prior written notice, The insurance shall he with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of .Washington„ 14.1.I Commercial Automobile Liability Insurance. (a) T[K|T2 Engineering, Inc. owns any vehicles, before this Contract is [oOy executed by the parties, 8U12 Engineering, Inc. shall provide the Client with a certificate of insurance as proof of autonobi1e liability insurance and personal umbrella liability insurance with a total liability limit of the limits required in the policy, subject to minimum limits of "Iwo Million Dollars ($2,000,00() per occurrence conihhcd single limit bodily injury and property damage. Automobile liability will apply to "Any Auto" and be shown on the certificate. (b) lf RI -12 Engineering, Inc. 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 C'oninac1, which is Section 14.1.1 entitled "Commercial General Liability Insurance-. (c) Under etther situation described above in Section 14l2.o or Section 14l2'h, the required certificate of insurance shall clearly state who the provider is, the coverage amount, the policy nurnber, and whcn the policy and provisions provided are in effect. Said policy shall be in ef'fect for the duration of this Contraci. The policy shall name the Client, its elecied officials, officers, agents, employees, and vuluutccraomadditional insureds. The insured shall not cancel or change the insurance without tirst giving the Client tliirty (30) calendar (lays prior written notice. The insuraiicc shall be with an insurance conlpany or conlpallies rated A -VII or higher in Best's Guide and admitted in the State of Washington. 14.1.3 Statutory workers' compensation and employer's liability insurance as required by state law. pAc3 Es .1l)14311ES 6 14.1.4 Professional Liability Coverage. 1:3efore this Contract is fittly executed by the parties, RI12 Engineering, Inc. shall provide the Client with a certificate of insurance as pix)ol of priyiessional hability coverage with a total liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars ($2,000,000) per claim, and Two Million Dollars (S2,000,000) aggregate, The certificate shall cleai ly. state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract, The insured shall not cancel or change the insurance without first giving the Client thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-VIl or higher in 1.13est's Guide and admitted in the State of Washington. lfthc policy is written on a claims made basis the coverage will continue in force Ibr 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 Client, its officers, employees, agents, and .representatives there under,. The Client and the Client'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 he canceled, allowed to expire, or changed in any manner that affects the rights of the Client until thirty (30) days after written notice to .the Client of such intended cancellation, expiration or change. 15. Jurisdiction and Venue: 'fhis 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, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be On full force and effect. 'Venue for all disputes arising under this Agreement shall be Yakima County, State of Washington. 16. Dispute Resolution: In the event that any dispute shall arise as to the interpretation of this ag,recment, or in the event al a notice of default as to whether such default does constitute a breach oldie contract, and lithe parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. If either of the afore mentioned methods are not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima C'ounty, in accordance with the laws of the State of Washington. tf both parties consent in writing, other available means of dispute resolution may be implemented. cnRK3r\tiv„,„1„,, j2,AGE:No """? c EXHIBIT A Scope of Work City of Yakima Beech Street Lift Station and Force Main \ ugust 2015 Background The City of Yakima (Cuty) Capital Improvement Progran-i ((IP) recommends capacity inTrovenlents to mitigate existing sewer systen1 deficiencies. The (..:ity has hire(' RI 12 Plngineering, Inc., (Rf12) to provide engineering services for selected sewer system inlprovements outlined in the City's (11P. The proposed inTroyements for this project consist of the follo\vingthree phases. Phase 1 — Rudkin Road. Lift Station Rudkin Road 1,ift Station is located on North Rudkin Road between r Avenue 1„ilac 1Atte. Phase 1 includes ',Ri(1ing; pipe 'rind appurtenances for 1)\ P1° pumping system connections, addinc. lightning protection, ind replacing the ',Ititoniatic transfer switch at the Rudkin Itoad Vitt Station. Phase 2 — Beech Street Lift Station and Force Main Phase 2 includes a new lilt station located on l'„ast Beech Street near Interstate 82 (1-82). `The caNcities for the lift clan >n vill 1)e 285 gillons per minute (gptn) initially, 3,350 gprn \vhen die Beech Street Interceptor is constructed, ;,ind 1 total capacity of 4,81)1) gpm at future 1 -mild out. l'he lilt station will include 1 below -grade concrete structure, 'itta al)ove-grade building, mechanical ',ind electrical ecluipment arid controls, an eniergencv power generator, and ari optional odor control facility. Phase 2 also includes slip lining ‘‘'() or three se\ver force main pipes through 6,500 lineal feet of existing 36 -inch diameter gravity C\\ C1 lfllifl, ind force trmin discly,irgc structure niodifications which will include the installation of two 48 inch sluice g',itcs. Hielift statioil contiguratioil \vill 1X either a dry\vell/wet\vell or ;1 \yerwell \vitll submersible putrips. The above -grade building will house the electrical equipment and controls and u optional odor control facility. RI -12 \vill also analyze t\vo (2) alternatives for pumping during power failures: a (11(.421 pUnlping System or an 1. fl gencr:tror, "1"his phase \\ 11 i10 include an 8 -inch gravity sewer in 15th Street from the Race Street 1,ift Station to Beech Street, and a 311 -inch gravity sewer main from 1.51h Street, east ;Ilong Beech Street to the proposed lift station site. Thesc inTrovements \vill alloy,for the decommissioning of the Race Street Lift Stalion. Phase 3 -- Beech Street Interceptor I'lmse 3 will include development of 1)0 -percent plan and profile drawings for proposed gravity se\ver main alimg Beech St-rectI"his includes a 21 -inch interceptor from a se\vcr manholeI( wilted at Washington ,Viddle School, east along- Beech Street, and connecting to the .1H -inch gravity C\\ C1 tt 15''' Street. 'd)5 Richlwld 1)ato 5,7L5K 5 -XXX PtoL '1 S1N\ ,I155'11Stle,m L Lind 1- Xl.clocx City of Yakillla Beech Street Lift Station and Force Main Scope of 'Work ORKANAL",....1____RAGE1 „ri)A(3 'Exhibit A Scope of Work Task Breakdown • (;encral Po)ject 1 `Fask 1 — Project ,\Ianagen-icnt Task 2 — 12 (27)1 Survey • Task 3 Supplenlental Services • P1 li\S11 1 Rudkin Road lift Station Inaprovernents O 'fask 1 — 01 -percent Plans and (mo Itinate O Tisk 2 -- percent Plans, Specifications, and Cost l'',stirriate a Task -- Final Plans, Specifications, and Cost l';stirnate o 'risk 4 Services ItThring Bidding • 131 IASI', 2 -- Beech Street Lift Staticin tnd Force \lain O Yash 1 30 -percent Plans and Cost 1 ti rnate o Ytsk 2 — (;cotechnical Investigation o Task 3 --- Permitting Assistance o Task 4 -- 6H -percent P1aii, Specifications, and Cost kstirnate o Task 5 — 9hTercent Plans, Spccificatiims,incl Cost 1 'stirnate o Task 6 -- Final Plans, Specifications, and Cost 1:,stinlate .i Task 7 -- Public Meeting O Mod.: 5 -- Services During Bidding • PI 1ASI,', 3 -- I3eech Street Interceptor Task 1 30 percent Plans ,inc.1 Cost1 t irnate o Task 2 -- 60 -percent Plans and Cost L'stirrmte o Task 3 -- 90 -percent Plans, Specifications, and Cost Estimate Project Assumptions The following- assumptions \yen: made \\ 1i preparing this SCOTe of Work. • Tbc rolls/0//1/01/ bid plail sels a'/*// be dirlded i11/0 plall C('R baSed 0/1 prOp'd p1 (/0 (11/(1 2 described (Phase / --- ,ift Statiod and Phase 2 Heerli Slreel S/a/101/ and ,11(2id). /ci.bilica/ yo Iri//101/0ir R112 ,ciandaidilinild/. The Cily proride R112 /be bob/(clibial ,viebilications mu/ Ci/T ,cpecific coll/rdel documeids. • Tlic City ;rill assis/ P112 in fiicilitridii/Li /oca/ per/iii/ sitlyllifib/s, bird I/Oe 0 /// pby per/1i1/ 1<1 12 prepare permi/ (INV/cal/oils and other /1/I0 r/i/abion /o /1/11)21/ /0 /be permil • C0si early ,1711)(011371/iellit(' eflort are included bi P1122 al/ached 1're Ls-lip/01e /bider sdliconsddidds' rope( 111'e SUbfe1.rk..1. /(( (7/0(1/1 2 City of Yakima Beech. Street Lift Station and Force M. ait 00E)01"' Exhibit .A .,ope of Work. 1_.i11 7/e0/7001 ..101Y /715s 11'07 01)t0il55Y1 %rorrj /he11''S /oS5/ 71/57.'o�r rf zts CIfr���ral S`C,orri7r2/51sive KI12 has not pe)%or//red nor hate ire been d to /o1/o/7// 0/)) analysis 11ssoci115C7 i)t(onil//7, y fin)) rate,. as such, 1'0-12 n ill rely on the 1/)0//ar;7' 111)1/ co///p/(1O/ -s9 01 the t'o-isli//' plow rcltr data I/o 1 l/l//atic/)/ o/ pipe capa67t)' regi l)') /111 /I/5 0/02/)? / 711/1/ of the fora' //la/n(/is ha/0/ milli/ is. /10/ r/n'l/Id d in /his scopc of srr)zces. Ile localiou of the pa)///p elected. il'he location of the proposed lilt station wilt 1)7 in 7)/)hl(lc 17/1)1 0 (1<011'') or lt propert). A title search will hr' included as part of I/o s///) rtr`ri ta.sk. To a/0iid /21/7rnlonT in p i ect (//oris, 10I2 aaill 1114r and /7/) upon the i/a/nrr atioaa, data, or rraalroo/ provided h7 the City 00 o/1 /s to relation to lb(' )/ ori, /e/ala'ss o/0/er'7) / s)un/ted /)loin. GENERAL PROJECT TASKS Task 1 -- Project Management Objective: (:)rr,anizc, manage, and coordin,ne technical diocip16; to pc.rfortn tltc Sc(,pc of \V's>rly in. close coordination 6vith City staff. Approach: 1.1 Prepare meetca,mnaunic,ation v�ith ('ire st<aff as� cic5c.rtl,ud ira this Scope of Work. 1.2 Prepare meeting minutes for 0-ieetin06 with 1.3 Prepare monthly invoices, RH2 Deliverables: • c)utl ira0/ thh- cnla5 for. ate eet reports, and schedule up lt5t<°cl in this Scs,pc rrf \\'c)rk listed ira t:lti5 Scope l in CIai5 Scup c of \Work. attached 5chedaalc adja.tsraxxcatrs, acc�)tnplishtrcna , ,and futu07 vv1)rk. Task 2 — Topographic Survey Objective: Acquire up-to-date electronic survey data of alae project sites fs)r cl<5t Yn purposes and. conduct a title search for the Beech Street Lift Station site to verify- prs,pert1 t,1107 el' hip. t't1Gty° locates on private propc°rt1 he performed by a private utility locate company. RI12 will subcontract vyah a `,1_11-5"C\ fol" thC, curs C\ 56 Approach: 2.1 2.2 rd n,ttc under this �'(ar and (;itv° ~toff and prc:,1 ide uti/tt potholin 7 ar up 1/, six ((i) 1(10ata1,n. (os(1'din;atc o conduct lift st,an1,n situ. title 5c,arch and acquire up -to date. electro>nie. sur l07 d,atsa, including surface features, existing saner naanlo1105 and invert piping elcvatians, c:xi ting sedufacnt depths, and existing 7Andcr yroaar,d utility loc,atioras al„n;, pipeline altgnn-tents and on the lift station site. � 5 555 f?rot \ 1.0 GIES City of Yakima Beech Street Lift Station and Force Main. .Exhibit A. Scope of Work 2.3 Revie\v existing topographic survey iaf( rnation and update su1'\ ev dra\ving..,s based on site review. R112 Deliverables: • One (1) electronic copy of the AutoC.,\.1)m survey files (AutoC,AW and P1)1; torn -rats will be provided to the City. Task 3 Supplemental Services Objective: Provide :k1(litional scr\ iCL iS required by the City, Approach: 3.1 Provide aciclitional services as may be required 0) complete the project a') requested and authorized by the City. R112 shall submit a budget estinaate for supplernenr,t1 services requested hy We City. The City shall provide written ',iuthorization to proceed with 'tity supplemental services. RH2 Deliverables: Budget estimate for supplemental services. )tkier deliverables as requested bv the City under the authorization for ,iny supplemental servi( es, PHASE 1 - RUDKIN ROAD LIFT STATION Task 1 ....60 -percent Plans and Cost Estimate Objective: I-)evelop 60 -percent design plans and construction cost estimate for the Rudkin Road lift station improvements. Approach: 1.1 .,\Ieet with the City to determinc design criteria. 1.2 Prepare 60 -percent standard plans c()yer sheo, indexes, vicinity map, general fl( )i C ind etails). 1..3 Prepare 6)) percent temporary bypass pumping system connection plans. 1.4 Prepare 60Tercent automatic transfer sw-itch (ATS) replacement plans. Prepare 6ll-percent lightning protection plans, 1.6 Prepare 60 -percent design construction c()st estimate, 1.7 Conduct one (I) meeting with City staff to review 60 -percent plans. 1.8 Perform M -house quality '‘issurance/quality contr(>1 (0_,\./Q( ) plan review and incorporate comments from the 60-1)ercent review meetings into the design plans, RI -12 Deliverables: • Three (3) half -Size plan sets at 60 -percent review, • Preliminary c(),st estimate in 1 Pl)F format emailed 0) the (:itv. 4 )2, .m»,41 RjcIALInd \ NN I7),AGES City of 'Yakima Exhibit A. Beech Street Li ft Station and Force Main Scope of Work Task 2 -- 90 -percent Plans, Specifications, and Cost Estimate Objective: 1)cvclop 911 -percent design plans, specifications, and construction cosi estimate for the Rudkin Road lilt station improvernents based on the decisions made during the 60 -percent design phase. Approach: 2.1 Prepare 90 -percent standard plans (cover sheet, indexes, vicinity map, :general notes and details). 2.2 Prepare 911-perceill temporary bypass pumping system cunnecti( m plans. Prepare 90 -percent XIS replacement plans. 2.4 Prepare 90 -percent lightning protection plans. 2.5 Prepare 911 -percent non-technical ;md technical specifications. 2.6 Prepare 90 -percent design cost estimate. 2.7 ',onduct one (1) meeting with City sudf to rcview 1lkpercent plans and specifications, 22 Perform in-house QA/QC review mnd incorporate comments from the 90Terceni review meetings into the design plans and specificati(ms. 11142 Deliverables • Three (3) half-size plan sets at 9( 1 -percent revie\v. • 11)1" and one (1) paper c111),, or technical and non-technical specifications be provided it 9U -percent review. • pdated cost estimate in a PI)1format emailed to the (.ity. Task 3 -- Final Plans, Specifications, and Cost Estimate Objective: 1)evelop final design plans, specifications, and construction cost esurnate for the Rudkin Road lift station inlprovements based on the decisions made during the ()ft -percent design effort. Approach: 3.1 Prepare Final standard plans CoVer sheet, indexes, vicinity map, general mites and detailS). 3.2 Prepare final terriporary bypass pumping plans, 3.3 Prcparc final ATS replacement plans. .3.4 .3.5 3,6 3.7 Prepare final lightning. protection plans. Prepare final specifications, Prepare final design cost estinlate. Perform in-house (),,\ /Q( revie\v. o11 plans and specifications. RI -12 Deliverables: plan sets include three (.3) half-si/e plan sets and one (1) full size plan set. • PI )1' and three paper copies of final technical and non-technical specifications. c(,nsiructiciri cost estimate in a PDF format. .7) tIII 1)tatt City of Yakima EDFUCiONAILE,1 jP/43E1 E\110!),.. OF „Et 'Exhibit A Beech Street lift Station and Force Main Scope of W(irl;. Task 4 --- Services During Bidding Objective: Assist the City during the bidding process. Approach: 4.1 4.2 4.3 4.4 4.5 Prepare and compile one (1) complete. sct of plans and specifications in PI)[ format for 1)idding. i\ssist the City with the advertisement fi)r bids as necessary. Respond to contractor or supplier questions during tile tour (4I)idding period. ktiLIC up to t\yo (2) addenda if needed to clarify, revise, or change construction plans, technical SpCcifications, or project conditions (luring the bidding process. trend bid opening and prepare bid tabulation. 4.6 Itevie\y the lowest bidder information, comact 1) to five (5) references, imel provide contract reconanaenclation ) the (ACV.14> Ci/T ///11(0/1(1//a (01/1r0ct abd RH2 Deliverables: PDF of bidding docum[ents. • PDF' and 1)\\1plan i.ets. • hid tab (\iaemail). • Bid recommendation letter. Assumption: 11,e pole,/ n'il/ be bid itsib,Odes/C11,\ or an allcrnalibe PHASE 2 - BEECH STREET LIFT STATION AND FORCE MAIN Task 1 -- 30 -percent Plans and Cost :Estimate C)bjective: ti LV1I 11 altcrnative Itt 011 i( (11i0411 c(inceprs and prepare preliminary plans ciist estimates for the lift station, force main, discharge structure improvements, tn(1 grityity main From Race Street along 1 51k Street to Beech Street and cast into rhe Itt 1 0011> 01. Approach: Task 1,1: Preliminary Design Alternatives Analysis and Existing Data Evaluation 1,1.1 hvaluatc construction records and other information provided by the City. 1.1.2 I;aPt Ito submersible vet -SUS 0 wet well/dry well sewer lift station alternative. Develop one ciinceptual layout alternative and a preliminary cost estimate for each of the two facility types. diesel punTing versus an emergency generator fin. pumping during power failures. Prepare a technical meet sumrnarizing itnalysis and alternatives. The memorandum will include a design criteria and equipment preferences checklist that will contain 1 ei.)mprehensive list of \-iirious site, structural, mechanical, equipment, electrical, itnd telemetry criteria .iind equipment choices. 1.1_3 Conduct one (1) meeting with City staff to review the design criteria and select the preferred lift station alternative and equipment. Task 1.2: Develop Standard Lift Station Plans 1.2.1 Create 1 Cover sheet, including sheet index trid vicinity map. 6 rh.! -1•-,X\N 14,4 1,( )44 ,11,,,,4,11,rro, 14,,,1 VP (DRIGINAE pAGE r,,,K) (3, or pAGEs City of Yakima Exhibit A Beech Street Lift Station and Force Main Scope of Work „ ....... _ 1.2.2 ( :reate a general notes sheet. Task 1.3: Lift Station Site Design 13.1 Develop site, temporary erosion and sedimentation control (1"1',SC), ',Ind grading- itrtace restoration plans. Task 1.4: Lift Station Architectural and Structural Design 1.4.1 Prepare conceptual architectural plans of the proposed lift station 1)uilding, 1/ is assitivcd //id/ //o /i// laclruic a below -,grade tasi-iwplacc wehicll as mml) as 20 jiwl /o all alairt-,Iyadc lialdiw), 00/aweIr o/iim collor/e iiiasonq tali/ (C\11v) (Pa woo2711a///(71 1.00 wit/ s1andia,(...;7r.'07/7 metal molill,g. 1.4.2 1)...,...'velop 311 -percent structural lay( )1.1t plans for the proposed wetw( ll invn)vements. 1.4.3 1) el op 311-1)ercent structural layout plans for the proposed 1.4.4 1 )e elop 311 -percent structural layout plans For the proposed discharge structure improvements. Task 1.5: Lift Station Mechanical Design 1.5„ 1 elect pumps for the proposed lift station. 1.5.2 Develop 30 -percent rnechmical plans and elevation. Task 1.6: Lift Station Electrical Design 1.0.1 1)evelop 311 -percent electrical, g-enerator, telernetry plans. Task 1.7: Force Main and Gravity Main Design l'ron-i the survey data and existing utility mapping, develop base rnaps for the I 5(1' Street and Beech Street se\ver improvements and the existing Speedway Trunk 1fficrcepti,r gravity se\ver tnain, including manholes, potential access poiflt ind other utilities along the se\ver pipe alignnaents. 1,7.2 Prepare 30-Tercent design plans for the pr()posed force nlains and gravity mains to include up to three (3) force main pipebe slip lined through the existing 30 -inch diameter Speedway 1"rutik Interceptor, the 8 -inch diameter gravity main front the Race Street lift station to Beech Street along 1.5th Street, the temporary force main pipe from the new lift station to the eXiSting 1511'11 Street gravity main ind the 3)inchdiameter gravity main n Beech Street from 1510 Street to the new lift station. Task 1.8: Plans and Cost Estimate 1.8.1 Compile 30 -percent plait sheets, perform in-house QA/QC review, and develop o instruction 0(0t cstinl)te. Submit to City f()r review. 1.8.2, Consult with bun() Construction on the f()rce main slip lining constructability, access and \vurk space issues, and cost estimate. 1.8.3 (.:onduct one (1) meeting \vith City staff to revie\v 30 -percent plans. 1.8.4 incorporate comments from the 30Tercent review meetings into the design plans. RH2 Deliverables: stati(m tnd emergency pumping alternatives analysis technical ntem( >randum, • Three (3) half-size plan sets at the .3)) percent review level, City of Yakima Beech Street Lift Station and Force Main. OR.00ENII:\iAL PAGE rEIC,) (E, Exhibit A Scope of Work • Prelirninary construction cost estirnates in pt)r 1-)e entailed to the (lity. Task 2 — Geotechnical Investigation Objective: Acquire ,g,eotecl-mical information for soil ',Ind ,-,round\y‘itcr conditions ',11 the proposed lin station site, and along l3cech Street for the Beech Street gravity se\ver main. kyaluate gcorcchnical oil and ground\vater conditions to support design and construction, ,ind prepare recomtnenclations/specifications for shoring ',incl grouncl\vater control during c:1\ :ttion -,md for foundations l'or the lift station 11111se\ver main trench. Approach; 2..1 Subcontract with a Geotechnical subconsultant to conduct field investig•iitions and con -Tile geolog* inforn-lation for rho lift station and gravity rnain, Investigate deep soil and ground\y,iter (0lU1itl(1fl it the lift statism site and along the gravity. main ;dig -tin -tent by drilling ttli to three (3) null diameter soil borings up to 3)) feet deep, ,ind one (1) larger diameter boring up to 41) feet deep. Complete the small diameter borings as monitoring wells, ,ind finish the large diameter boring- as a de\v',Itering test well, Investigate shallow soil conditions it the lift station and ,gravity main using1 backhoe to construct too (2) to four (4) test pits, 2.2 Prepare i geotechnical report with foundation information for the lift station, connecting gravity mains I11d Force miin, including bearing and earth pressures, grouncl\vaier o)nditions, shoring- systems, ',Ind dewatering reconlmendations; recommendations for stabilizing Mc deep excay.itiort at the lift station and gravity mains., ,ind other pertinent information required for the design and construction of the proposed hc 0 ov mci ibove-grade structures. 2.3 Conduct 1 one (1) d1\ pumping test at the dewatering test well to refine the estimate or dewatering requirements and costs, if warranted (optional). Assumptions: Cily assishInce ncceled for sin0C('0 n'orkillc, roadn'ays. RH2 Deliverables: 1\\ 1) (2) hard copies of the geotechnical report and two (2) C1)s, one (1) each for the Citv mnd RI 12 Task 3 — 'Permitting Objective: Develop mci submit 1110 applications for o\vner-reysirecl permits For construction of the Street I ,ift Station and Force Nlain. 1/ is anficilnned /bal ,S7aIr lli'irollincnial Po /0) Ar! (,S7 '2,P/1) ( lwrk/ist, Shordine Suns/ona/ l)erelopmein Penni/ (S.V1)1)), ROIF ifs(' peon//, /77/717/77,/g pc/777//, 7,7/177 c0ns1r101i0n (07/1/ //! permil 11711.71/1 11.7c. 11-0.ri(//7Ion ,S7a/e 1)(parin/cilt orl'ransportafion (11"'4 1)()/) R011- ny// rcquircd. Approach: 3.1 Coordinate with regulatory agencies for obtaining owner -required permits for construct on. 3.2 l\leet with \\ D( )lf to discuss construction access and work space limitations for the force main c( >nstruction. \\ 11)( con-m-ients/requiren-ients will be used for developing construction plans mncl specifications. 3.3 Prepare State 1 'aivirontrental 1)olicv ,\ et (01 P\ checklist. Coordinate 01111 City to process and publish the 01TA. 3.4 Prepare Shoreline Substantial Development l'ernlit (SSDP). It o anticipated that the 0D13 oill be sul)niitted along with the SkPA application, 3.5 Coin de ind submit permit applications for ',Agency review. 8 dt, hhod \ -1 \\ 1'101 ORK311\04 , City of Yakima Exhibit A Beech Street Lift Station and Force Main Scope of Work 3.6 Revise permit ',ipplications as required for agency review-. Assumptions: o 1<./ /» 1/01)1(1 7(1 (1'. 12(2.c(Y1 oil allfiripated pemit /741/1/71/1/1/10 /1(1(111/020a 2e272(i1s 18(1)' reqPired."17.21s ,Veope ol'11—(22k. iv/1112e amender/1ex additional work:, recillm(L •"11,21,s Scope (Ili:fork assumes all ,V,V1)1) 2v111 re1p1o(1 for 11)7s pi -wed sillo, 11 is 2r111)111 200 lect o/ I .ake. RI 12 7) /// coordimiie 111c Cily Cal"13ilk pc/71/1/ process 10 delermille 1120reli10e (Nemplioll bc p'ailitylfor PrOled, •2111 pemit Jecs pai(11(22- diredly 14 112e City, • RI 12 C1l/1101 1) (1/17)1/1 .(2,1121r021lee (7/1/1/0/ 7/1/ 02- /be 1/22(elille 04 /1) review (/1/0 2152 (12c perm7l1K 4/00) (7, RH2 .Deliverables: •'1\vo (2) hard c(Ties of the permit ;ipplications to each regulatory 44enc1, one (11 electronic copy (P1)1') for the ( ity. Task 4 — 60 -percent Plans, Specifications, and Cost Estimate Objective: I)c\-clop 60 -percent design plans, specifications, and construction cost estimate for t1 lift stati( )1), force main, and discharge structure improvements 1,0sed on the decisions made during the Lpercent design task. Approach: 4,1 Prepare 60 -percent standard plans cover sheet, indexes, vicinity trial), general notes and details). Prepare 60 -percent site plans and details. 4.3 4,4 4.5 4.6 ,7 Prepare 60 -percent architectural plans and details. Prepare 60 -percent structural plans. 13repa1e 6))1)01/011)mechanical plans. Prepare 60 -percent electrical, genenttor, control systems mci telenactry plans. Prepare 60 -percent force train and gravity 01ai11 pions. 4.K Prepare 60 -percent technical and non-technical specit-icatioris. 4.9 Prepare 60 -percent design construction cost estimate. 4.10 (nduct one (1) meeting with C,ity staff to review 60 -percent plans ‘,111(.1 specifications. 4. 1 1 Perform in-ktolltie (),\ /Q.J: review mnd incorporate CA 1MITICnts fn nil the 60 -percent review meetings int() the design plans ;ind specifications, RH2 Deliverables: • "Ehree (3) half -s1/0 plan sets at 6(1 -percent revie\v. • P1)1' and (Inc (1) paper copy of technical and non-technical specifications be provided .11 01 -percent re7 ie7v, Lpciated construction cost estimate in a PDI format emailed to the City. 9 \ ,h`1 Dm, City of Yakima Beech. Street Lift Station and Force Main JPACidE:NO.i(h? pAGES Exiiii3it A Scope of Work Task 5 -- 90 -percent Plans, Specifications, and Cost Estimate Objective: 1k cl p 90 -percent design plans, specifications, incl construction cost estimate. for the lift station, force main, .i.tR1 discharge structure improvements 1)ased on the decisions made during the 60 -percent design PI IC. Approach: 5.1 Prepare 90 -percent standard plans -over sheet, indexes, vicinity map, general notes and details . 5.2 .5,3 5.4 5.5 5.6 5.7 Prepare 90 -percent site plans and details. Prepare 90-1)ercent architectural plans and details. 1)repare 90 -percent structural plans. Prepare 90 -percent mechanical plans, Prepare (.Th -percent electrical, generator, contr()I tiVtitcmsmci teletnetn plans, Prepare 91) -percent f(trce. main and gravity main plans. 5,8 Prepare 90 -percent technical and non-technical specifications. 5.9 Prepare 90 -percent design cost estimate, 5.11) Conduct one (1) nleeting with City staff to revie\y 90 -percent plans '<incl specifications. 5.1 I Perform in-house Q\ O( review and Mcorporate comments from the 91) percent revie\v meetings into the design plans and specifications. R1712 Deliverables: • 'ftree (3) half-size plan sets at 90 -percent review. • PDF and one (1) paper copy of technical and non-techn -a specifications will be provided ;it 90 -percent review. •pdated construction cost esti marc in PDi format emailed to the City, Task 6 — Final Plans, Specifications, and Cost Estimate Objective: Devclop final design plans, specifications, and construction cost estimate Inc the lift station, force main, and discharge structatre improvements based on the decisions inade during the 90 -percent design eff()rt. Approach: 6.1 Prcparc final standard plans -over sheet, indexes, vicinity map, general antes and details). 6.2 Prepare final site plans and details. 6.3 6.4 6.5 6.6 6.7 6.8 6,9 l'repare final .0 plans and details. Prepare final structural plans. Prepare tirml mechanical plans. Prepare final electrical, generator, cc)ritrol systems and telernetry plans. Prepare final force main and gravity main plans. Prepare 'final specifications. Prepare final design cost estimate. 11) (1,)R1(3110N1A1 1)/V:if' NIC) _F"AGIES City of Yakima Beech Street Lift Station and Force Main. 6.1 11 l'eriorrn in-house Qz\ /(C,, review on plans and specifications. RH2 Deliverables: • Thrt:e (3) half size sets and one (1) full-size set of final design plans. • PIDIand three (3) paper copies of lira technical ;Ind non-technical specific,ttiot • Final C( )1 cost estinaate in a PDF forniat. Exhibit A Scope of Work Task 7 -- Public Meeting Objective: Develop figures, information fivers, and documents for 1 public meeting hprovides background information on the project ',Ind an opportunity for community questions and input. Approach: 7.1 Prepare figures ',Ind handouts for public meeting. 7.2 Attend one (1) public meeting, RH2 Deliverables: Public meeting documents Task 8 -- Services During Bidding Objective: Assist the City during the bidding process. Approach: 8.1 Prepare and compile a complete set of plans and specifications in P01' format for bidding,. 8.2 ;\ssist the Citv with the advertisement for bids as necessary. 5.3 Respond to contractor or supplier questions during the Cour (4) -week bidding period. issue up to two (2) addenda if needed to clarify, revise, or change construction pkns, technical specifications, or project conditions (luring the bidding process. 8.3 ,1ttend bid Opening and prepare lad tabulation. 8,6 Review the lowest bidder information, contact up to rive (5) references, provide contract award rec()111111CIldati()C1 ) the tV. 'IA' City /Pill coiducl rozilrad 0)1 ltd or(/ c,\TryllioR„ RI -12 Deliverables: • P1)1' of bidding docurnents. • MI' and DWF plan s( t.,,. • 1)1)F of 1id tab (via email). recommendation letter. Ass urnpt ion: pro/ca By1/ usi/iy Oiresff,D_,\' or an eqfliralcii/ si/e. PHASE 3 - BEECH STREET INTERCEPTOR Task 1 -- 30 -percent Plans and Cost Estimate Objective: Develop 30 -percent design plans and construction cost cstimate for the Beech Street gra\ \ sewer main from \\.'ash ngton fiddle school along Beech Street to 1 5' Si root, 1 1 R,.1)1.11,1 City of Yakima Beech Street Lift Station and Force Main -,, Exhibit A Scope of Work Approach: 1.1 Prepare 30-Tercent standard plans cover sheet, indexes, vicinity rnap, get-icral notes and details Prepare 311-pereent gravit\ sewer main pl.it3 ind details. 1.3 Prepare 30Tercent design construction cost estimate. 1.4 Conduct one (I) meeting \vith City stall to review30 percent plans. 1,5 Perform in-house review and incorporate comments fn mil the rcent review meetings into the design plans. R112 Deliverables: • Three (3) half-size plan sets at 30 -percent review. • Preliminary construction cost estimate in a PI)1' emailed o the City. Task 2 -- 60 -percent Plans and Cost Estimate Objective: _Develop 60 -percent design plans and construction cost estimate for the Beech Street gravity sewer main based on the 30 -percent review comments. Approach: 2.1 Prepare 60 -percent standard plans (cover sheet, indexes, vicinity map, general notes and details). 2.2 Prepare 60 -percent gravity sewer main plans and details. 23 Prepare 611 -percent design construction cost estimate. 2,4 (;onduct one (1) meeting \vith City staff to review- 61i -percent plans, 2.3 Perform in-house Q\ Q(. review and incorporate comments from the 60 -percent review naeetings into the design plans and specifications. RH2 r cliverables: Three (3) hall -size plan sets at 61)Tercent revic\\% • rpdated construction cost estimates in a P1)I' format et -nailed Ni the (.;ity., Task 3 — 90 -percent Plans, Specifications, and Cost Estimate Objective: Develop 90 -percent design plans, specifications, and construction cost estimate for the Beech Street gra\ ity se\ver main based un the decisions oracle during the 60-Tercent design phase. Approach: 3.1 Prepare 90 -percent standard plans (cover sheet, indexes, vicinity map, general noles and details). 3.2 Prepare 90.percent gravity sewer rnain plans and details. 3,3 Prepare 9)) -percent technical and non-technical specifications. 3,4 PrepaTercent design cost estimate. 3.5 Conduct one (1) meeting with City stall to ret it 01)Tercent plans and specifications. 3.6 Perform in-house Q\ Q( rCView and incorporate comments from the, 00-per('ent revieNv meetings int() rhe dcsign plans ;ind specifications. 12 1„ City of Yakima :Beech Street Lift Station and Force Main RH2 Deliverables: oRIGNAL , Fy\CiEll",J0 (1)11"-,:2- IPACilES Exhibit A Scope of Work Three (3) half -sive plan. sets at 90 -percent review. 1-)I)1and one (1) paper copy of technical ',ind non-technical specifications \vill he provided at 911 -percent revie\\% Updated construction cost estimate in a P1)1' ernailed 0 the City. 13 EXHIBIT B City of Yakima Beech Street Lift Station and Force Main Estimate of Time and Expense Description Total Hours rotal Labor N(S)Isst,s; Total Stlbconsultanl Total Expense Total Cost Task 1 Project Management 1 1 Prep, meriting agendas and maintain conenuracation 1 2 Paeparsi meeting minute, 1 3 Prepare !monthly invoice, Task 2 2 I. 2 2 2 3 Topographic Survey Utilaty pothole, at up to six (eil locations Conduct survey and lit (station 3,1,33311e search Review topographic survey and update drawings Subtotal 26 211 32 86 4,400 $ 4,316 5,156 $ 14,372 $ 110 $ 4,510 120 $ 4,936 12q 6 9,8^s, 359 $ " 14,731 Task 3 3.1 Supplemental Services Providc, additional services as requested by City 8 22 Subtotal 35 8335 $ 4,025 $ 21. $ 4,901 1160 $ 27,600 $ 112 6 28,872 3,268 $ - $ 3S7 $ 3,625 5,283 $ 31,625 $ 490 $ 37,398 Subtotal 148 148 23,310 23,310 Subtotal General Project Tasks 269 42,965 5 1,635 1,635 2,484 24,945 12 24,845 77,074 Phase 1 - Rudkin Road Lift Station -------- - Lift Station Architectural and Structural Design Task 1 60 -percent Plans and Cost Estimate 1 4 I Prepare conceptual architectural plans 28 12 4,060 5 299 $ 1 1 12<1/ 11 City to determine design criteria Develop 303percent structural layout plans for proposer( wetwel 12 4 2,232 5 116 228 3,868 1 4 3 1 2 Prepare 60 percent standard 2 4 $ 536 6 4198 i 106 $ 642 1 3 Prepam 60 percent temporary bypass. pumping plarD 5 10 5 1,488 $ 190 $ 1673 1 4 Prepaie 60 percent ATS mplacernent plans 25 3,626 $ 106 1 5 Prepare 60 percent lightning protection plans 2 12 182 1 6 Prepare 60 percent consti nation cost estimate 3 773 $ 3 47 6, 820 I 7 Concluct one (1) meeting with City to review 60 -percent plans 16 2974 '' 2637 6 3241 1 8 PrAform in house QA/Dr, and incorporate comments a 876 $ -$ 5 22 $ 898 Subtotal 98 15,595 1,058 16,613 Task 2 90-pereent Plans, Specifications, and Cost Estimate 2 I Prepare 90,peicent standard plans 1 134 $ 41 5 175 2 2 Piepare 90 pement tampraary bypass pumping, plans 3 $ 434 63 81 6 51$ 2 3 Piepare 90,oement AIS replacement plc3r3 15 1 2,244 $ 71 $ 2,31$ 2 4 Prepare 90 percent lightning protection plans 15 2,244 $ 71 Pmpaie 90 percent nonherhnical and technical specification, 15 $ 2 6 61 $ 2,397 2 6 Prepare 90 -percent design 2,2 estimate 5 S 773 S 47 $ 820 Conduct one (ll nmeting with City to review 90 percent plans 33nd spec:M.11m 18 $ 3,106 6 5 329 $ 3,435 2 5 Perfoirn in-house CiA/C1C and incorporate comments 7 1,186 6 , 30 5 1,216 Subtotal 79 12,457 $ , 731 13,188 Task 3 Final Plans, Specifications, and Cost Estimate 3.1 Prepare final starmiard plarD 1 $ 134 $ - $ 141 6 275 3 2 Prepare hnal temporary bypass pumping plan, 3 1 434 6 31 $ 515 3 3 Prepare final 4-1-13raolacement plans 7 $ 1,03f) 5 . $ 41 $ 1,071 3 4 Prepare final lightning protection plans -7 $ 1,030 $ $ 41 S 1,971 3 5 Prepare final seecificrMons 11 $ 1,928 $ 75 s 2,003 3 6 Prepare final design cost estimate 4 $ 619 6 $ 44 $ 653 3 7 414 in house 634/06 12 1,933 $ a 48 $ 5981 Subtotal 47 7,120 $ $ 471 $ 7,599 Task 4 Services During Bidding 4 I Prepare and compile plans and specificatAns tor bidding 8 '1 (8 4 264 $ 1,300 4 2 Assist the CUy with advertisement 1$ I/O 5 5 $ 171 4Respond to3:onllarter Dr supplier questions 7 1,154 $ 3 29 6 1,183 4 4 I,sue up to two (2) addenda 9 $ 1,496 ' 38 5 1,534 4 5 Attend bid opening and pmpace bid tabulation 6 $ 996 $ 198 .6 1194 4 6 Review bidder information and provide 3mard tecommenctation to City $ 624 5 :41 $ 641 Subtotal 35 5 5,472 $ 511 $ 6,023 Subtotal Phase 1 Rudkin Road Lift Station Tasks 259 40,652 $ 2,810 $ 43,462 Phase 2 - Beech Street Lift Station and Force Main Task 1 30 -percent Plans and Cost Estimate 1.1 Prelimlnary Design Alternatives Analysis and Existing Data Evaluation 7 I 1 Evaluate construction records and information prmuderi by Cita 3 1 2 Develop li,t station and generator alteinatives analysis, piepare mertmrandurn I 1 3 Conduct one (33 meeting 36/th City to eview ,7090 a Subtotal 39 120 16 1.75 6,C304 18„904 2,928 12 27,835 480 1,299 247 2,025 6,484 20,203 5 3,175 9 29,861 1.2 Develop Standard Lift Station Plans 1 2 1 Create cover sheet :I 2 2 Cieate genetal MACS street 3 Subtotal 6 434 434 868 71 71 142 r. 505 5 506 1,010 1.3 13 510410/ Site Design 1 3 1 Develop hte, TESC, and grading/surface restoration plan, 60 Subtotal 60 8334 8,634 1,101 9,735 5 9,735 1.4 Lift Station Architectural and Structural Design 1 4 I Prepare conceptual architectural plans 28 12 4,060 5 299 $ 4,359 14 2 Develop 303percent structural layout plans for proposer( wetwel 233 3,732 $ 116 S 3,868 1 4 3 Deve3op 30,percent structutal layout plans for proposed building 27 clC)64 $ 134 $ 4198 i 1 4A Develop 30-perce01 structural plans f or discharge structure 58 8,944 5 306 5 9,260 Subtotal 138 1 $ 20,8,00 865 I 5 21,665 Exhibit B City of Yakima Estimate of Time and Expense Description Total Hours SEIEs NO Total Labor 7088 Suboonsultant '006,1 P00 Lift Station Mechaniu31 oeskgn Select pump,, for proposed lift. station Develop 30 -percent mechanical plans and elevation t Station EI<�ctr,rnl Design 3ev dee 30 percent electrical, gen ltor, and telemetry plans Subtotal 34 68 02 5,648 10,976 16,624 97 2E1 PAGE s Total Cas ;,95`, 11,8115 17,821. Subtotal 1,7 Force Main and Gravity Main Design 1.`/.1 Develop ba,r, rnap'5111 1,w -/and exptird. utMier, 1.7.2 Prepare 30 percent design plans for propos,<9 force in nnd praviry main 8 Plans and 1_8.1 Co rtl p I le 30 cement'. plans, perfolIrl' h011Se OA/QC, and develop con xtrurtior Consult with Ouno Construction On fu re retain constructahilit6 Conduct. one (1) meeting w th CO staff lo review 10 pe cent plant Inco Yp ate comments nom review mesdings Subtota tit 62 se 17; 22 9,086 8,016 25,088 33.104 7 9,:43 9,343 4, 2 9,092 28380 37,477 Geotechnical lnve.stig Conduct field rvestigr t 'r and drill t oringa, Evaluate findings and pIETale geotecl r r al reps ronduet 0111, (1[ -day [skimping test [optional; Task 3 P 11 rs ,A/SD )I'to disc,:. he ekllst Prepare SS Complete and submit permit. applications Revise permit, application; afi regier 31nmr, p .it PP, for blot 56 28 1.2 7 8,804 4,560 244 6,64 5,750 546 6 9,:350 10,589 7,474 1,112 2 34,500 28,750 20,700 83,9 b 394 11,328 3,228 35,274 k 4 60 percent 0801, Specifictttlonc', and Cost Estlrnate 4.1 Prepare; Gl7 pv rchnt' St:a lord plans - 4.2 prepare Fop cent. site plans and detail, 4.7 Prepare 60 PerCent architectural play s and details 4.4 Prepare 60 -percent structural plans 4.5 Prepare 60 percent mechanical plans 46 Prepare 60 percent rdectfical and telemetry plan, 4.7 Prepare 60 -percent fc d main gramty main plan„ 48 Pre/pa, a 66 p chant technical and non-technical s'pe e f ratitr 4.9 Prepare 60 -percent dengri constructon cost e,firrlate 4.16 Conduct one (1) meeting with City staff to review" 4.11 67trfn7, reuse rlA/rlC; read inlr. nd Cost E a ek 90 I;ra=rcent seer rrdard plan, I lU percent site I. and details Prepare 90 1 cent ,srchaectural plan, and details Prepare 90 percent structkeal plans Prepare i(r percent' mechanical places Prepare 90 percent el t al end 'telemetry plank, dear, up rent, force e1 nnct 110 roan plan, Piebald/ 161p rcer0 specifications Prepare ao percent defign constructioncost estimate 5.1.0 Conduct one (1) meeting wrth City staff to review 5.11 Perform in-house C2/9C and incorporate comments Subtotal 134 122 102 155 24 1.5 12 782 1,0144 19,980 3,888 15,916 1.8,5900 14,8386 22,3014 11,444 3,824 2,79(7 2,132 117,,008 470 434 145 209 702 2151 7,146 4,262 3,96:5 6,603 12,030 3,447 37,453 1.,1.56 22,265 4,023 15,488 20,938 /5,287' 2,1,`877 11,977 4,031 33,211 2,213 40 4, 0,0 434 $ 12,51.8 $ 4,756 1,300 1`;6 353 k 6 final Plans, Specificatl005,,nd Cost Estimate 6.1 Prepare final star darn /1/ G1Preisare final ;its plans and details 6.3 Prepare final architectural plans and a t'alh[ 6.4 Prepare final structural plans prepare final rfiechanical plan, 6.6 Prepare firml electrical and telemetry places Prepare final force main and gravity main plan, l.,(Prepare al specifications 6.4 Prepare final design cost estimate 6.10 Pas rforrrl in. /I Cdi1/Q0'. ben 66 fill 701 58 28 Subtotal 33 17. `.9 32 28 36 54 2 4,612 2,7'0 5,836 79,060 268 4,911 1,736 8,227 4,952 4,1217 5,7174 R 188 2,485 42,874 83919 254 475 173 5,747 3,623 13,818 4,912 1,373 9,177 11,7/9 9,239 4,866 3,265 6,009 8 a,a07o7 14() 5,496.) 1,417 8,568 5,4868 4,273 6,354 8,534 2,632 2,18 46,297 Task 7 PMeeting 7.1 are figures , nnd handout %.2 Al't e!nd one Cpl pre Y,r liC rhe@tin public n ho 2,624 6 6,605 Task 8 Services During 9id4Vng 81 Prepare and compile blans and specif .tions for bidding 8.1 Ar est the City with advertisement a cessary sass. sass.. sasssass... 8.3 Respond to contractoror supplier c{eest , 8.4 Issue up to two (2) addenda fl.5 Afiend bid opening and prepare hid tabulation 8.6 Review biddr knforrrratiOn and provide "ward recommendation to City Subtotal 32 2 42 24 4,398 :332 1,(712. 462 $ 4,8/3 9 $ 341 208 $ 7,277 264 `a 4,184 107 $ 1,535 :36 $ 1.,443 4.... _ ......................._._..._ 47 $ 7.9,60609 Subtotal Phase 2 - Beech Street Station and Force Main Tasks 2883 I $443,137 $ 93,725 $ 35,100 $ 571,96 Exhibit B City of Yakima Estimate of Time and Expense Phase 3 - Beech StreetInterceptor Description omcd NAL,. I._ picE No. Total Hours Tota8 Labor 1tnt Total Expense Total Cost Task 30.percent Mans and Cost Estimate 1 Piepere 30.percent standard plana 1 '2 epale 3D-pereent gravity SeWer main [Pans and details I 3 Piepaie 30 peicenr design COnStlucton CCM estanate 4 Conduct one (1) meeting with City to review 30 percept 1 5 Perform 66 house laA/QC and r icor po rare Task 2 60.percent Plans and Cost Estimate Prepare 60 percent standard plans 2 2 Prepare 60 perceriL giasaly sewer main plans and details Prepare 60 percent design construction cost estimate Conduct one (1) meeting with City to ieview 60 percept plan, 2 2 Pei Form inrhoirse (P.A/01:1 and incorporate comments Subtotal Subtotal 58 7 12 10 90 108 10 10 139 $ 434 $ 8,368 1,044 2,24$ 4 173S2 03,6 71 33 1,114 110 255 146 33 1,695 505 9482 1,154 2,499 1,698 15,337 702 15,896 1,584 1,870 952 21,004 Task 3 90.percent Plans, Specificatis, and Cost Estimate Prepare 90-pereent standard plans 3 2 Prepare 90 -percent grpvity sewer rinain plans and details 3.3 Prepare 90 -percent specifications 3.4 Prepare POrpercent design coat estimate 3.5 Conduct one pl.) meeting with City to review PO percept plans and specification, 3 6 Perform in-hopSe 2114/Cgii and incorporate COVIIITIOnts Subtotal Subtotal Phase 3 - Beech Street Interceptor Tasks 536 36 5,-108 47 $ 7,116 9 $ 2,428 10 $ 1,870 14 2,468 120 33 16,626 PROJECT TOTALF 03,272 580,026 5 7.115 1,962 123 33 245 104 2,039 678 370 119 311 142 1,720 5 807 33 1.7,858 6 1,707 5 233 ,115 1,056 23,543 637 $ '7886 6 i/A86 1,547 2,181 2,61P 5 20,346 59,22i] 125,350 33 46,348 5 751,7 EXHIBIT B RH2 ENGINEERING, INC. SCHEDULE OF RATES AND CHARGES CLASSIFICATION 2015 HOURLY RATES RATE CLASSIFICATION RATE Pritlesitona1 IX S70)4.00 Technician IV 1:41.011 Professional VIII S205.110 r I- e h n n 111 "S12b.tio Professional VII S199.00 technician II Technician I SS9,00 Profestional VI $1 1,..1.110 Professional V S170.00 Administrative V SI2.5.00 Prifessional IV 5100.00 Administrauve IV 51)15.00 Admintstrittive III S00.00 Professional III 5)7 (1) Administrative II 575.00 Profeysional II $1,10.00 Ailministrative I sardill I Praessional I S134.00 IN-HOUSE SERVICES n-hou (each) In house copies teach) Inithouse copies (each) lnihouse copies (color) (each) in-house copies (color) (e;.tch) in-house copies (color) (each) S.5" X 11" SOO) CAD Plots X 14" $0.14 ('AL) Not, 11" X 177 $0.21) CAD Nob, X 117 $11.90 (AI) System 14" $1.20 GIS System 11 7<17" $2.10 "fechnoloo Charge Mihiage OUTSIDE SERVICES Large 525.00 Full Size S10.00 Half Size S2.50 Per llour $27.50 I7er Hour 527.50 2.5'd of Direct Labor Curren) IRS Rate Outside direct costs for permit .fees, reports, maps, data, reprographics, couriers, postage, and non -mileage related travel expenses that are necessary. for the execution of the project and are not specificallyidentified elsewhere in the contract will be invoiced at. cost. All Subconsultant services are billed at cost plus 15%. CHANGES IN RATES ---"-µ^- Rates listed here are adjusted annually. The current schedule of rates and charges is used for billing purposes. Payment tbr work accomplished shall he based on the. hourly rates and expenses in effect at the time of billing as stated in this Exhibit, EXHIBI C: PI Performance ofthe Scope ufWork. described inExhibit /\ will bc minxncdiaoe|yuponnotice ti Major milestones are estimated us[bUuvvo: Notice \oProceed (NT7`):Expected September 20|5 Submit Draft Design &nolsysReport (DAR):Within 45Jays ofNTP Suhmit Final DAR: Within 75 Days Submit 30% Design Drawings: Within 120 Days Submit 60Y6Design Drawings and Specifications: Within 100 Days Submit 90°,4`Design Drawings and Specifications: Within 210 Days Submit Final Design Drawing and Specifications: Within 240 Days