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