HomeMy WebLinkAboutR-2015-114 Naches-Cowiche Dam Diversion Consolidation Project Intake Alternatives Assessment Agreement with HDR Engineering, Inc.RESOLUTION NO. R-2015-114
A RESOLUTION authorizing and directing the City Manager of the City of Yakima to execute a
contract with HDR Engineering, Inc to provide assessment of intake alternatives to
the City for their consideration for the Naches-Cowiche Dam Diversion Consolidation
Project IC2010 in order to select an option, not to exceed $146,277.
WHEREAS, the City of Yakima Water/Irrigation Division requires engineering, consulting services
for the assessment of intake alternatives associated with the Naches-Cowiche Dam Diversion
Consolidation Project IC2010, and
WHEREAS, the City of Yakima Water/Irrigation Division representatives have complied with the
provisions of RCW 39 80 which concerns the procurement of engineering and architectural services by
a city; and
WHEREAS, the City of Yakima Water/Irrigation Division representatives will continue to comply
with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural
services by a city for future engineering and architectural services, and
WHEREAS, the City of Yakima is participating in the Naches-Cowiche Dam Diversion
Consolidation Project in partnership with other state and federal agencies as well as other stakeholders;
WHEREAS, the City and the other partners need to assess potential options in consultation with
the stakeholders in order to determine an intake alternative option;
WHEREAS, HDR Engineering, Inc. has the expertise to provide these professional services and
is prepared and qualified to offer them in accordance with the terms of the professional services contract
with the City; and
WHEREAS, the City Council deems it to be in the best interest of the City to enter into an
agreement with HDR Engineering, Inc., for engineering and consulting services associated with the
Naches-Cowiche Dam Diversion Consolidation Project IC2010 in order to select an intake alternative
option; and
WHEREAS, the City Council deems it to be in the best interest of the City to authorize the City
Manager to execute all other documents related to the Naches-Cowiche Dam Diversion Consolidation
Project IC2010 in order to select an intake alternative option; Now, Therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager of the City of Yakima is hereby authorized and directed to execute the attached
and incorporated "City of Yakima — HDR Engineering, Inc. Professional Services Agreement" for
professional services to provide assessment of intake alternatives to the City for their consideration for
the Naches-Cowiche Dam Diversion Consolidation Project IC2010 in order to select an intake alternative
option.
ADOPTED BY THE CITY COUNCIL this 15th day of September 2015
For City of Yakima Use Only:
Contract No..0/$ ' 2.0/
Project No.
Resolution No. -TO/$ =//V
SOQ No.
AGREEMENT
BETWEEN
CITY OF YAKIMA, WASHINGTON
AND
HDR ENGINEERING, INC.
FOR PROFESSIONAL SERVICES
THIS AGREEMENT, made and entered into on this Jo day of 9.'f , 2015, by and
between the City of Yakima, Washington, a municipal corporation with its principal office at 129 North
Second Street, Yakima, WA 98901, hereinafter referred to as "CITY", and HDR Engineering, Inc. with its
principal office at 8404 Indian Hills Drive, Omaha, NE, hereinafter referred to as "ENGINEER"; said
corporation and its principal engineers are licensed and registered to do business in the State of
Washington, and will provide professional engineering services under this Agreement for Alternatives
Refinement and Conceptual Design for the Naches-Cowiche Diversion and Nelson Dam on behalf of the
City of Yakima, Project No. IC2010, herein referred to as the "PROJECT."
WITNESSETH:
RECITALS
WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and
construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto; and
WHEREAS, ENGINEER represents that it has available and offers to provide personnel with
knowledge and experience necessary to satisfactorily accomplish the work within the required time and
that it has no conflicts of interest prohibited by law from entering into this Agreement;
NOW, THEREFORE, CITY and ENGINEER agree as follows:
SECTION 1 INCORPORATION OF RECITALS
1.1 The above recitals are incorporated into these operative provisions of the Agreement.
SECTION 2 SCOPE OF SERVICES
2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in
writing by both parties, duties of ENGINEER shall not be construed to exceed those
services specifically set forth herein.
2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign,
Jason Hill, PE as Principal -in -Charge throughout the term of this Agreement unless other
personnel are approved by the CITY.
2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled
"Exhibit A - Scope of Services" (WORK) which is attached hereto and made a part of this
Agreement as if fully set forth herein.
2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by
ENGINEER can be defined in detail at the time this Agreement is executed, and that additional
WORK related to the Project and not covered in Exhibit A may be needed during performance of
this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions
of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the
PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the
PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services."
Page 1
2.2.1 If such Additional Services cause an increase or decrease in the ENGINEERS cost of, or
time required for, performance of any services under this Agreement, a contract price
and/or completion time adjustment pursuant to this Agreement shall be made and this
Agreement shall be modified in writing accordingly.
2 2.2 Compensation for each such request for Additional Services shall be negotiated by the
CITY and the ENGINEER according to the provisions set forth in Exhibit B, attached
hereto and incorporated herein by this reference, and if so authorized, shall be
considered part of the PROJECT WORK. The ENGINEER shall not perform any
Additional Services until so authorized by CITY and agreed to by the ENGINEER in
writing
2.3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the
date of the ENGINEER's receipt of the written notification of change.
SECTION 3 CITY'S RESPONSIBILITIES
3.1 CITY -FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the
CITY'S possession relating to the ENGINEER'S services on the PROJECT including information
on any pre-existing conditions known to the CITY that constitute hazardous waste contamination
on the PROJECT site as determined by an authorized regulatory agency.
3.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably
accessible to ENGINEER as required for ENGINEER'S performance of its services and will
provide labor and safety equipment as reasonably required by ENGINEER for such access.
3.3 TIMELY REVIEW. The CITY will examine the ENGINEERS studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney, insurance
counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY
deems appropriate; and render in writing decisions required of CITY in a timely manner. Such
examinations and decisions, however, shall not relieve the ENGINEER of any contractual
obligations nor of its duty to render professional services meeting the standards of care for its
profession
3.4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this
Agreement. CITY'S Representative shall have complete authority to transmit instructions and
receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by
the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall
be responsible for bringing to the attention of the CITY'S Representative any instructions which
the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S
knowledge
3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available
solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties
and obligations under this Agreement or at law. The ENGINEER shall be entitled to reasonably
rely upon the accuracy and the completeness of such documents, services and reports, but shall
be responsible for exercising customary professional care in using and reviewing such
documents, services, and reports and drawing conclusions there from.
SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION
4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK
described in Exhibit A. The time for completion is defined in Exhibit A, or as amended.
SECTION 5 COMPENSATION
5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES. For the services
described in Exhibit A, compensation shall be according to Exhibit C - Schedule of Specific
Hourly Rates, attached hereto and incorporated herein by this reference, on a time spent basis
plus reimbursement for direct non -salary expenses
Page 2
5.1.1 DIRECT NON -SALARY EXPENSES. Direct Non -Salary Expenses are those costs
incurred on or directly for the PROJECT including, but not limited to, necessary
transportation costs, including current rates for ENGINEER'S vehicles; meals and
lodging; laboratory tests and analyses; printing, binding and reproduction charges; all
costs associated with other outside nonprofessional services and facilities; special CITY -
requested and PROJECT -related insurance and performance warranty costs; and other
similar costs. Reimbursement for Direct Non -Salary Expenses will be on the basis of
actual charges plus a reasonable markup, not to exceed ten percent (10%) and on the
basis of current rates when furnished by ENGINEER. Estimated Direct Non -Salary
Expenses are shown in Exhibit B
5.1.1.1 Travel costs, including transportation, lodging, subsistence, and incidental
expenses incurred by employees of the ENGINEER and each of the
Subconsultants in connection with PROJECT WORK; provided, as follows:
• That a maximum of U.S. INTERNAL REVENUE SERVICE allowed cents
per mile will be paid for the operation, maintenance, and depreciation
costs of company or individually owned vehicles for that portion of time
they are used for PROJECT WORK. ENGINEER, whenever possible,
will use the least expensive form of ground transportation.
• That reimbursement for meals inclusive of tips shall not exceed a
maximum of forty dollars ($40) per day per person. This rate may be
adjusted on a yearly basis.
• That accommodation shall be at a reasonably priced hotel/motel.
• That air travel shall be by coach class, and shall be used only when
absolutely necessary.
5.1.2 Telephone charges, computer charges, in-house reproduction charges, first class
postage, and FAX charges are not included in the direct expense costs, but are
considered included in the Schedule of Specific Hourly Billing Rates.
5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for
engineering, architecture, geotechnical services and similar professional services
approved by the CITY. Reimbursement for Professional Subconsultants will be on the
basis of actual costs billed plus a reasonable markup, not to exceed ten percent (10%)
for services provided to the CITY through this Agreement. Estimated Subconsultant
costs are shown in Exhibit B.
5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this
PROJECT shall not exceed One Hundred Forty -Six Thousand Two Hundred Seventy -Six Dollars
and Eighty -Nine Cents ($146,276.89). The ENGINEER will make reasonable efforts to complete
the WORK within the budget and will keep CITY informed of progress toward that end so that the
budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to
incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the
ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S
excess costs expended prior to such increase will be allowable to the same extent as if such
costs had been incurred after the approved increase, and provided that the City was informed in
writing at the time such costs were incurred.
5.3 The ENGINEER shall submit to the City's Representative an invoice each month for payment for
PROJECT services completed through the accounting cut-off day of the previous month. Such
invoices shall be for PROJECT services and WORK performed and costs incurred prior to the
date of the invoice and not covered by previously submitted invoices. The ENGINEER shall
submit with each invoice a summary of time expended on the PROJECT for the current billing
period, copies of subconsultant invoices, and any other supporting materials determined by the
City necessary to substantiate the costs incurred. CITY will use its best efforts to pay such
invoices within thirty (30) days of receipt and upon approval of the WORK done and amount
billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY
may question any item in an invoice, noting to ENGINEER the questionable item(s) and
Page 3
withholding payment for such item(s). The ENGINEER may resubmit such item(s) in a
subsequent invoice together with additional supporting information required.
5.4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on
the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.0% per
month or the maximum interest rate permitted by law, whichever is less; provided, however, that
no interest shall accrue pursuant to Chapter 39.76 RCW when before the date of timely payment
a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of
RCW 39 76 020(4).
5.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within
forty-five (45) days after satisfactory completion of the services required by this Agreement as
evidenced by written acceptance by CITY and after such audit or verification as CITY may deem
necessary and execution and delivery by the ENGINEER of a release of all known payment
claims against CITY arising under or by virtue of this Agreement, other than such payment
claims, if any, as may be specifically exempted by the ENGINEER from the operation of the
release in stated amounts to be set forth therein
5 6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY
of any claims, right, or remedy it may have against the ENGINEER under this Agreement or by
law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or
fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this
Agreement.
SECTION 6 RESPONSIBILITY OF ENGINEER
6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and
accuracy, timely completion, and the coordination of all plans, design, drawings, specifications,
reports, and other services furnished by the ENGINEER under this Agreement. The ENGINEER
shall, without additional compensation, correct or review any errors, omissions, or other
deficiencies in its plans, designs, drawings, specifications, reports, and other services. The
ENGINEER shall perform its WORK according to generally accepted civil engineering standards
of care and consistent with achieving the PROJECT WORK within budget, on time, and in
compliance with applicable laws, regulations, and permits.
6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications,
reports, and incidental WORK or services furnished hereunder shall not in any way relieve the
ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its WORK
and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not
be construed to operate as a waiver of any rights under this Agreement or at law or any cause of
action arising out of the performance of this Agreement.
6.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors,
subconsultants, employees, agents, and representatives shall be acting as independent
contractors and shall not be deemed or construed to be employees or agents of CITY in any
manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or
employee of CITY by reason hereof and will not make any claim, demand, or application to or for
any right or privilege applicable to an officer or employee of CITY. The ENGINEER shall be
solely responsible for any claims for wages or compensation by ENGINEER employees, agents,
and representatives, including subconsultants and subcontractors, and shall save and hold CITY
harmless therefrom.
6.4 INDEMNIFICATION:
(a) ENGINEER agrees to defend, indemnify, and hold harmless the CITY, its elected
officials, agents, officers, employees, agents and volunteers (hereinafter "parties
protected") from (1) claims, demands, liens, lawsuits, administrative and other
proceedings,(including reasonable costs and attorneys fees) and (2) judgments,
awards, losses, liabilities, damages, penalties, fines, costs and expenses of any kind
claimed by third parties arising out of, or related to any death, injury, damage or
destruction to any person or any property to the extent caused by any negligent act,
Page 4
default, error or omission or willful misconduct arising out of the Engineer's
performance under this Agreement. In the event that any lien is placed upon the
City's property or any of the City's officers, employees or agents as a result of the
negligence or willful misconduct of the Engineer, the Engineer shall at once cause
the same to be dissolved and discharged by giving bond or otherwise.
(b) CITY agrees to indemnify and hold the ENGINEER harmless from loss, cost, or expense
of any kind claimed by third parties, including without limitation such loss, cost, or
expense resulting from injuries to persons or damages to property, caused solely by the
negligence or willful misconduct of the CITY, its employees, or agents in connection with
the PROJECT.
(c) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person
identified above for whom each is liable) is a cause of such third party claim, the loss,
cost, or expense shall be shared between the ENGINEER and the CITY in proportion to
their relative degrees of negligence or willful misconduct and the right of indemnity will
apply for such proportion.
(d) Nothing contained in this Section or this Agreement shall be construed to create a liability
or a right of indemnification in any third party.
6.5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may be liable, the
indemnification obligations under this Agreement shall not be limited in any way by any limitation
on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER
or a subcontractor under workers' or workmens' compensation acts, disability benefit acts, or
other employee benefit acts. The ENGINEER specifically and expressly waives its immunity
under the Industrial Insurance Act, Title 51, RCW. Such waiver has been mutually negotiated by
the ENGINEER and the CITY.
6.6 It is understood that any resident engineering or inspection provided by ENGINEER is for the
purpose of determining compliance with the technical provisions of PROJECT specifications and
does not constitute any form of guarantee or insurance with respect to the performance of a
contractor. ENGINEER does not assume responsibility for methods or appliances used by a
contractor, for a contractor's safety programs or methods, or for compliance by contractors with
laws and regulations. CITY shall use its best efforts to ensure that the construction contract
requires that the contractor(s) indemnify and name CITY, the CITY'S and the ENGINEER'S
officers, principals, employees, agents, representatives, and engineers as additional insureds on
contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER
professional liability.
6.7 SUBSURFACE INVESTIGATIONS: In soils, foundation, groundwater, and other subsurface
investigations, the actual characteristics may vary significantly between successive test points
and sample intervals and at locations other than where observation, exploration, and
investigations have been made. Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could affect total PROJECT
cost and/or execution. These conditions and cost/execution effects are not the responsibility of
the ENGINEER, to the extent that ENGINEER has exercised the applicable and appropriate
standard of professional care and judgment in such investigations.
SECTION 7 PROJECT SCHEDULE AND BUDGET
7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component
tasks shall be as set forth in this Agreement and attachments. The project schedule and
performance dates for the individual tasks shall be mutually agreed to by the CITY and the
ENGINEER within fifteen (15) days after execution of this Agreement. The performance dates
and budgets for tasks may be modified only upon written agreement of the parties hereto. The
performance date for tasks and the completion date for the entire PROJECT shall not be
extended, nor the budget increased because of any unwarranted delays attributable to the
ENGINEER, but may be extended or increased by the CITY in the event of a delay caused by
special services requested by the CITY or because of unavoidable delay caused by any
Page 5
governmental action or other conditions beyond the control of the ENGINEER which could not be
reasonably anticipated
7.2 Not later than the tenth (10) day of each calendar month during the performance of the
PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current
schedule and a written narrative description of the WORK accomplished by the ENGINEER and
subconsultants on each task, indicating a good faith estimate of the percentage completion
thereof on the last day of the previous month. Additional oral or written reports shall be prepared
at the request of the CITY for presentation to other governmental agencies and/or to the public.
SECTION 8 REUSE OF DOCUMENTS
8 1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT.
There shall be no reuse, change, or alteration by the CITY or others acting through or on behalf
of the CITY without written permission of the ENGINEER, which shall not be unreasonably
withheld and will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its
officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses,
and costs including, but not limited to, litigation expenses and attorneys fees arising out of or
related to such unauthorized reuse, change, or alteration, provided, however, that the ENGINEER
will not be indemnified for such claims, damages, losses, and costs including, without limitation,
litigation expenses and attorney fees were caused by the ENGINEER's own negligent acts or
omissions
8.2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes, and other WORK submitted
or which are specified to be delivered under this Agreement or which are developed or produced
and paid for under this Agreement, whether or not complete, shall be vested in the CITY
8.3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter
"Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual
Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER
does not grant CITY any right or license to such Intellectual Property
SECTION 9 AUDIT AND ACCESS TO RECORDS
91 The ENGINEER, including its subconsultants, shall maintain books, records, documents and
other evidence directly pertinent to performance of the WORK under this Agreement in
accordance with generally accepted accounting principles and practices consistently applied
The CITY, or the CITY'S duly authorized representative, shall have access to such books,
records, documents, and other evidence for inspection, audit, and copying for a period of three
years after completion of the PROJECT. The CITY shall also have access to such books,
records, and documents during the performance of the PROJECT WORK, if deemed necessary
by the CITY, to verify the ENGINEER'S WORK and invoices
9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing
standards and established procedures and guidelines of the reviewing or auditing agency
9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to
records pursuant to this section provided that the ENGINEER is afforded the opportunity for an
audit exit conference and an opportunity to comment and submit any supporting documentation
on the pertinent portions of the draft audit report and that the final audit report will include written
comments, if any, of the ENGINEER.
9.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for
WORK on the Project.
9.5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately
substantiated shall be reimbursed to the CITY.
Page 6
SECTION 10 INSURANCE
10.1 At all times during performance of the Services, ENGINEER shall secure and maintain in effect
insurance to protect the City and the ENGINEER from and against all claims, damages, losses,
and expenses arising out of or resulting from the performance of this Contract. ENGINEER shall
provide and maintain in force insurance in limits no less than that stated below, as
applicable. The City reserves the rights to require higher limits should it deem it necessary in the
best interest of the public. If ENGINEER carries higher coverage limits than the limits stated
below, such higher limits shall be shown on the Certificate of Insurance and Endorsements and
ENGINEER shall be named as an additional insured for such higher limits.
10.1.1 Commercial General Liability Insurance. Before this Contract is fully executed by
the parties, ENGINEER shall provide the City with a certificate of insurance as proof of
commercial liability insurance and commercial umbrella liability insurance with a total
liability limit of the limits required in the policy, subject to minimum limits of Two Million
Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property
damage, and Two Million Dollars ($2,000,000.00) general aggregate. The certificate
shall clearly state who the provider is, the coverage amount, the policy number, and
when the policy and provisions provided are in effect. Said policy shall be in effect for
the duration of this Contract. The policy shall name the City, its elected officials,
officers, agents, employees, and volunteers as additional insureds. The insured shall
not cancel or change the insurance without first giving the City thirty (30) calendar days
prior written notice. The insurance shall be with an insurance company or companies
rated A -VII or higher in Best's Guide and admitted in the State of Washington.
10.1.2. Commercial Automobile Liability Insurance.
a. If ENGINEER owns any vehicles, before this Contract is fully executed by the
parties, ENGINEER shall provide the City with a certificate of insurance as proof of
commercial automobile liability insurance and commercial umbrella liability insurance
with a total liability limit of the limits required in the policy, subject to minimum limits of
Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury
and property damage. Automobile liability will apply to "Any Auto" and be shown on
the certificate.
b. If ENGINEER does not own any vehicles, only "Non -owned and Hired
Automobile Liability" will be required and may be added to the commercial liability
coverage at the same limits as required in that section of this Contract, which is
Section 10.1.1 entitled "Commercial General Liability Insurance".
c. Under either situation described above in Section 10.1.2.a. and Section 10.1.2.b.,
the required certificate of insurance shall clearly state who the provider is, the
coverage amount, the policy number, and when the policy and provisions provided are
in effect. Said policy shall be in effect for the duration of this Contract. The policy shall
name the City, its elected officials, officers, agents, employees, and volunteers as
additional insureds. The insured shall not cancel or change the insurance without first
giving the City thirty (30) calendar days prior written notice. The insurance shall be
with an insurance company or companies rated A -VII or higher in Best's Guide and
admitted in the State of Washington.
10.1.3. Statutory workers' compensation and employer's liability insurance as required by state
law.
10.1.4. Professional Liability Coverage. Before this Contract is fully executed by the parties,
ENGINEER shall provide the City with a certificate of insurance as proof of professional
liability coverage with a total liability limit of the limits required in the policy, subject to
minimum limits of Two Million Dollars ($2,000,000.00) per claim, and Two Million
Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider
is, the 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 the insurance without first giving the City thirty
Page 7
(30) calendar days prior written notice The insurance shall be with an insurance
company or companies rated A -VII or higher in Best's Guide If the policy is written on a
claims made basis the coverage will continue in force for an additional two years after
the completion of this contract.
The CITY and the CITY'S elected officials, officers, principals, employees,
representatives, and agents shall have no obligation for payment of premiums because
of being named as additional insureds under such insurance. None of the policies
issued pursuant to the requirements contained herein shall be canceled until thirty (30)
days after written notice to the CITY of such cancellation.
SECTION 11 SUBCONTRACTS
11.1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract
any portion of the WORK to be performed under this Agreement.
11.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any
substitutions thereof, will be subject to prior approval by CITY, which approval shall not be
unreasonably withheld Each subcontract shall be subject to review by the CITY'S
Representative, if requested, prior to the subconsultant or subcontractor proceeding with the
WORK. Such review shall not constitute an approval as to the legal form or content of such
subcontract. The ENGINEER shall be responsible for the architectural and engineering
performance, acts, and omissions of all persons and firms performing subcontract WORK to the
same extent as ENGINEER is obligated to the CITY hereunder .
11.3 Not used.
11 4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK
completed by subconsultants and subcontractors during the preceding month and copies of all
invoices thereto.
SECTION 12 ASSIGNMENT
12.1 This Agreement is binding on the heirs, successors and assigns of the parties hereto This
Agreement may not be assigned by CITY or ENGINEER without prior written consent of the
other, which consent will not be unreasonably withheld. It is expressly intended and agreed that
no third party beneficiaries are created by this Agreement, and that the rights and remedies
provided herein shall inure only to the benefit of the parties to this Agreement.
SECTION 13 INTEGRATION
13.1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters
contained herein. No prior oral or written understanding shall be of any force or effect with
respect to those matters covered herein This Agreement may not be modified or altered except
in writing signed by both parties.
SECTION 14 JURISDICTION AND VENUE
14.1 This Agreement shall be administered and interpreted under the laws of the State of Washington.
Jurisdiction of litigation arising from this Agreement shall be in Washington State. If any part of
this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and
void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force
and effect. Venue of all disputes arising under this Agreement shall be Yakima County, State of
Washington.
SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION
15.1 During the performance of this Agreement, ENGINEER and ENGINEER's subconsultants and
subcontractors shall not discriminate in violation of any applicable federal, state and/or local law
or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status,
disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any
Page 8
other classification protected under federal, state, or local law. This provision shall include but
not be limited to the following: employment, upgrading, demotion, transfer, recruitment,
advertising, layoff or termination, rates of pay or other forms of compensation, selection for
training, and the provision of services under this Agreement. ENGINEER agrees to comply with
the applicable provisions of State and Federal Equal Employment Opportunity and
Nondiscrimination statutes and regulations.
SECTION 16 SUSPENSION OF WORK
16.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement
if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the
WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under
this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with
normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event
CITY does not pay invoices when due, except where otherwise provided by this Agreement. The
time for completion of the WORK shall be extended by the number of days WORK is suspended.
If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to
renegotiation, and both parties are granted the option to terminate WORK on the suspended
portion of Project in accordance with SECTION 17.
SECTION 17 TERMINATION OF WORK
17.1 Either party may terminate this Agreement, in whole or in part, if the other party materially
breaches its obligations under this Agreement and is in default through no fault of the terminating
party. However, no such termination may be effected unless the other party is given: (1) not less
than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested,
of intent to terminate; and (2) an opportunity for consultation and for cure with the terminating
party before termination. Notice shall be considered issued within seventy-two (72) hours of
mailing by certified mail to the place of business of either party as set forth in this Agreement.
17.2 In addition to termination under subsection 17.1 of this Section, CITY may terminate this
Agreement for its convenience, in whole or in part, provided the ENGINEER is given: (1) not less
than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested,
of intent to terminate; and (2) an opportunity for consultation with CITY before termination
17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price
pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated
profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at
the time of termination may be adjusted to the extent of any additional costs or damages CITY
has incurred, or is likely to incur, because of the ENGINEER'S breach. In such event, CITY shall
consider the amount of WORK originally required which was satisfactorily completed to date of
termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at
the date of termination and the cost to CITY of completing the WORK itself or of employing
another firm to complete it. Under no circumstances shall payments made under this provision
exceed the contract price. In the event of default, the ENGINEER agrees to pay CITY for any
and all damages, costs, and expenses whether directly, indirectly, or consequentially caused by
said default. This provision shall not preclude CITY from filing claims and/or commencing
litigation to secure compensation for damages incurred beyond that covered by contract
retainage or other withheld payments.
17.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience,
the adjustment pursuant to the Agreement shall include payment for services satisfactorily
performed to the date of termination, in addition to termination settlement costs the ENGINEER
reasonably incurs relating to commitments which had become firm before the termination, unless
CITY determines to assume said commitments.
17.5 Upon receipt of a termination notice under subsections 17.1 or 17.2 above, the ENGINEER shall
(1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver
or otherwise make available to CITY all originals of data, drawings, specifications, calculations,
reports, estimates, summaries, and such other information, documents, and materials as the
Page 9
ENGINEER or its subconsultants may have accumulated or prepared in performing this
Agreement, whether completed or in progress, with the ENGINEER retaining copies of the same.
17.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the
WORK to completion utilizing other qualified firms or individuals; provided, the ENGINEER shall
have no responsibility to prosecute further WORK thereon.
17.7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined
that the ENGINEER has not so failed, the termination shall be deemed to have been effected for
the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be
determined as set forth in subparagraph 17.4 of this Section
17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key
personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the
ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its
obligations to complete performance under this Agreement without the concurrence and written
approval of CITY If CITY agrees to termination of this Agreement under this provision, payment
shall be made as set forth in subparagraph 17 3 of this Section
SECTION 18 DISPUTE RESOLUTION
18.1 In the event that any dispute shall arise as to the interpretation of this agreement, or in the event
of a notice of default as to whether such default does constitute a breach of the contract, and if
the parties hereto cannot mutually settle such differences, then the parties shall first pursue
mediation as a means to resolve the dispute If either of the afore mentioned methods are not
successful then any dispute relating to this Agreement shall be decided in the courts of Yakima
County, in accordance with the laws of Washington. If both parties consent in writing, other
available means of dispute resolution may be implemented
SECTION 19 NOTICE
19.1 Any notice required to be given under the terms of this Agreement shall be directed to the party at
the address set forth below. Notice shall be considered issued and effective upon receipt thereof
by the addressee -party, or seventy-two (72) hours after mailing by certified mail to the place of
business set forth below, whichever is earlier.
CITY: City of Yakima
129 North Second St.
Yakima, WA 98902
Attn• David Brown
ENGINEER. HDR Engineering, Inc.
4717 97t Street NW
Gig Harbor, WA 98322
Attn: Mike Garello
Page 10
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their
respective authorized officers or representatives as of the day and year first above written.
CITY .• F YAKIMA
I
Signa ure
Printed Nam:.: Tony O'Rourke
Title: City Manager
HDR Engineering, Inc.
Atilticr
Signature
Printed Name: Karen Doherty
Title. Vice President
Date: q / /15
Page 11
cY .ter ,.-� s7 t.�.:;',. ,OA:'.6'
ifI .i..,,4`' .'!T<1 iA/1 e •
STATE OF WASHINGTON
) ss
COUNTY OF YAKIMA
I certify that I know or have satisfactory evidence that / y19
�ih12Oui li is the person who appeared
before me, and said person acknowledged that he signed this instrument, on oath stated that he was
authorized to execute the instrument, and acknowledged it as the CITY MANAGER of the CITY OF
YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the
instrument.
Dated q_ 4- /J
Seal or Stamp
KAARRE ALLYN
Notary Public
State of Washington
My Commission Expires
April 11, 2018
'
(Signature)
A/0 -1(i
Title
Printed Name
My commission expires -moi k'
Page 12
STATE OF WASHINGTON
) ss.
COUNTY OF KING
I certify that I know or have satisfactory evidence that KAREN DOHERTY is the person who appeared
before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she
was authorized to execute the instrument, and acknowledged it as the VICE PRESIDENT of HDR
ENGINEERING, INC to be the free and voluntary act of such party for the uses and purposes mentioned
in the instrument.
Dated: SIS/ 2015
Seal or Stamp
Notary Public
State of Washington
SHARI NEUENSCHWANDER
My Appointment Expires Apr 17, 2018
k L
Title
\AGllrf NR..-evsc►i urn d4' r'
Printed Name
My commission expires.
Page 13
L.j —CI." 2b1
EXHIBIT A
SCOPE OF SERVICES
ALTERNATIVE REFINEMENT AND CONCEPTUAL DESIGN FOR THE NACHES-
COWICHE DIVERSION AND NELSON DAM
Introduction
The intent of this scope of services is to refine and quantitatively evaluate alternatives initially
selected as part of the Screening Level Alternatives Assessment prepared by HDR in 2013.
Proposed tasks include development of alternative options that bracket the potential impacts
and benefits of the project, completion of hydraulic and ch 1 •e , t b'aa - s
evaluation of alternative options based upon a number of -lection factors, selection of one
alternative for further development, development of concec.' ual design,;drauyiiigs,,,and
summarizing anticipated construction, implementation, an.4lifecyclete"sts,'Theinformation
findings generated as part of this scope of services will be c ocumented'in a'sirigle Coiidept
Design Report that will act as the framework for final desig
implementation. Ail tasks'referenced herein will be performed in collaborative manner with the
numerous project participants who make up the Naches-Cowiche Dam stakeholder committee.
Task 1 Project Administration
The purpose of this task is to monitor, control and adjust scope, schedule, and budget as well
as provide monthly status reporting, accounting, and invoicing
Services:
• Coordinate and manage the project team.
• Prepare monthly status reports describing the following.
o Work accomplished the prior month and work planned for the upcoming month
o A narrative of deliverables; accomplishments; and important meetings.
o Current issues relating to the work including budgets and schedules
o Issues that need to be resolved to maintain schedule
o Proposed resolutions to mitigate the issues
• Prepare monthly invoices formatted in accordance with contract terms.
• Project manager will coordinate regularly with the City to review project scope, progress,
schedule, budget, and actively resolve any issues that may arise.
Assumptions:
• It is assumed that the project duration will be 12 months
• For budgetary purposes it is assumed that approximately 2 hours per week will be
required for project management and 2 hours per month for invoicing and progress
report preparation.
• Invoices will be HDR's standard format.
Deliverables:
• Electronic copies of monthly invoices.
• Electronic copies of monthly project progress updates.
Page 14
Task 2 Stakeholder Coordination
The intent of this task is to participate in bi monthly stakeholder meetings, facilitate the transfer
of information among stakeholders, and solicit feedback from project participants that will
influence the conclusions of proposed project activities.
Services:
• Preparation for and attendance at up to four Naches-Cowiche stakeholder meetings in
Yakima, WA
o Meeting one — Describe the proposed work plan and brainstorm alternatives to
be evaluated.
o Meeting two — Select options for more detailed analysis and discuss preliminary
tradeoffs.
o Meeting three — present draft results of alternative evaluation and discuss
selection of alternative to move forward into conceptual design.
o Meeting four — present draft conceptual design and OPCC of alternative selected
by the stakeholders.
• Attendance at one additional general meeting as -needed in Yakima, WA
• General communication with project participants performed on an "as -needed" basis via
telephone conference calls up to the budgeted number of hours.
• Review and provide comments on electronic meeting minutes prepared by others.
Assumptions:
• Travel time from Gig Harbor, WA and related expenses are included in the estimated
budget for participation at on-site meetings.
• Coordination, facilitation of stakeholder meetings, and initial preparation of meeting
minutes will be performed by others.
• Stakeholder and general meetings will be attended by up to two HDR team members.
• For budgeting purposes, HDR assumes that up to 24 hours of general communication
with various project participants will be required and will be spread between various
HDR technical disciplines.
Deliverables:
• Miscellaneous agenda items, figures, tables, narratives, PowerPoint presentation slides,
and schematic illustrations in support of stakeholder and general on-site meetings.
• Comments on electronic meeting minutes prepared by meeting facilitator.
Task 3 Development and Refinement of Alternative Options
The objective of this task is to begin with the two basic alternatives selected as part of the 2013
screening level alternatives assessment and develop up to four alterative options which
characterize the potential range of anticipated alternative performance, impacts, and benefits.
The four alternatives will be centered around different dam heights or configurations with
supporting fish passage, screening, debris and bedload management, and channel stability
options. These four alternatives will be used to bracket the range of potential outcomes which
can be evaluated in greater detail and discussed among the project stakeholders.
Page 15
Services:
• Develop a preliminary list or table of alternative options and permutations to be
evaluated as part of this effort for review by project stakeholders. Options to be
evaluated are anticipated to include the following:
o Four primary alternatives based upon individual dam heights and hydraulic
control configurations. For each of the four primary options the following potential
elements will be evaluated:
• Fish screen and juvenile bypass options
• Surface water intake pumping options
• Nature -like fishway or fish ladder structures
• River training and stability options
▪ Sediment and debris management options
• Obtain and incorporate feedback on the potential options and alternative evaluation
approach provided by project participants at the first two stakeholder meetings.
• Develop a final list of alternative options that will be evaluated as part of this scope of
services and make any refinements to the alternative evaluation approach if needed.
Assumptions:
• Electronic versions of the Preliminary Alternative Options summary will be distributed to
the stakeholders by the City one week prior to the first stakeholder meeting.
• Feedback obtained from project stakeholders will be incorporated to the extent possible
within the scope and budget limitations of this contract. HDR and the City will collaborate
to resolve any potential concerns and/or limit inclusion of select comments if necessary.
Deliverables:
• Electronic copy of Preliminary Alternative Options summary to be distributed by the City.
• Narratives, tables, and figures documenting results of this task are to be incorporated in
the Draft Conceptual Design Report.
Task 4 Irrigation Pipeline Capacity Assessment
The objective of this task is to evaluate the condition and capacity of existing irrigation pipes
which convey water from Nelson Dam to the regulating reservoir and from reservoir to
connection at Fruitvale canal.
Services:
• Contract with HLA to verify existing pipe crown and or/invert elevations at the following
minimum locations:
o Inlet of both pipe reaches (2),
o Outlet of both pipe reaches (2), and
o Four locations to be determined with the City and exposed by potholing (4).
• Assist the City with videographic inspection of pipe near the inlet, outlet, siphon, and two
potholed locations for both pipeline reaches.
• Prepare field notes, photographs and elevation data based upon findings from the
survey and videographic inspection activities
• Document irregularities, obstructions, leaks, cracks, or other inadequacies identified
during inspection.
• Perform hydraulic calculations to estimate pipeline capacity based upon existing
conditions.
Page 16
• Calculate minimum requirements for gravity surface water supply
• Identify improvement in the irrigation system that may provide opportunities for lower
dam height
• Prepare a short Technical Memorandum summarizing methods and findings to be
included as an attachment to the Conceptual Design Report
Assumptions:
• City will be responsible for performing utility locates and potholing at four locations
mutually agreed upon by HDR and City.
• City will provide and operate video equipment during pipe inspection.
• City will be responsible for tapping and repairing pipeline at locations needed for
videographic inspection equipment.
• One representative from HDR will attend the pipe inspection and will coordinate with
HLA and the City to characterize and document pipe conditions.
• The anticipated budget to document the methods, results, and conclusions for this task
will be based upon a 20 page memorandum complete with photos, figures, and
illustrations.
Deliverables:
• Electronic copy of Draft and Final Technical Memorandum
• Electronic copy of pipe inspection video
Task 5 Preliminary Hydraulic Evaluation
The objective of this task will be to perform hydraulic calculations to characterize impacts,
benefits, tradeoffs, and anticipated performance for each of the various project options selected
in Task 3. Results from this task will be used in Task 6 and 7 to evaluate and compare
alternatives against defined selection factors.
Services:
• Verify surface water intake objectives and tradeoffs for dam/intake/delivery structures
• Obtain, review, and make minor modifications to an existing HEC -RAS model provided
by the County of Yakima to characterize proposed alternative options.
• Prepare and run four model scenarios using hydrologic profiles recommended by the
stakeholders to evaluate and compare relative performance.
• Calculate, record, and compare water surface profiles, channel shear, top widths,
hydraulic gradients, hydraulic differentials, channel flow velocities, and hydraulic depths
throughout the project reach to characterize the anticipated performance of the proposed
alternative options.
• Identify potential relative impacts or benefits to 100 -yr base flood elevations and
summarize future requirements regarding compliance with FEMA regulations.
• Calculate temporal and head characteristics of pumping requirements for the different
water surface profile scenarios generated from the four dam options.
• Confer with stakeholders to identify target fish passage flows anticipated during
seasonal migration periods
• Confer with stakeholders to identify minimum fish passage requirements for the water
surface profile scenarios generated from the dam options.
Page 17
Assumptions:
• Electronic copies of HEC -RAS modeling files and workmaps in GIS or AutoCAD formats
are made available by the County.
• The HEC -RAS model provided is representative of existing conditions, as -is.
Deliverables:
Narratives, tables, and figures documenting the methods and results of the preliminary
hydraulic design task are to be incorporated in the Draft Conceptual Design Report.
Task 6 Brief Channel Stability Assessment
The objective of this task is to incorporate information available from County consultant studies
with the results of Task 5 in order to make specific conclusions regarding relative potential
impacts or benefits of four alternatives. Results from this task will be used in Task 7 to evaluate
and compare alternatives against defined selection factors.
Services:
• Review new informational studies that have taken place since the completion of the
2013 screening level alternatives assessment by HDR.
• Coordinate with the County Water Resources Division and their consultant to
qualitatively document anticipated overall channel behavior and anticipated geomorphic
response (such as river bend migration, bar formation, channel cutoffs, floodplain
connectivity, and river reach sediment storage characteristics) to changes made at the
project location.
• Confer on the general river stability assessment in conjunction with the modeling
proposed in Task 5 for each of the applicable alternative options which may include
modification of vertical and horizontal channel characteristics. Channel form prediction
calculations and reach scour calculations will be completed to assist in assessment of
anticipated future trends.
• Identify concept level channel trends, impacts, and benefits associated with alternative
options.
• Confer on and identify the relative need for introduction of channel stabilization or re-
training features as part of alternative formulation and conceptual design to maintain
anticipated project performance.
Assumptions:
• New readily available information will be provided to HDR by the County within four
weeks of NTP.
Deliverables:
• Narratives, tables, and figures documenting the activities of the Brief Channel Stability
Assessment are to be incorporated in the Draft Conceptual Design Report.
Task 7 Alternative Evaluation and Selection
The intent of this task is to evaluate the four primary alternatives and generate conclusions
regarding how well each option meets a number of key selection factors for this project.
Alternative evaluation will be based upon the information generated as part of Task 2 through 6
and will be performed collaboratively with project stakeholders.
Page 18
Services:
• Refine four primary alternatives based upon the results of Tasks 3 through 6.
• Verify selection factors and alternative evaluation methodology with stakeholders. It
is anticipated that the evaluation factors may include the following:
o Fish passage
o Surface water supply
o Sediment continuity
o Channel stability
o Debris and sediment management
o Flood conveyance
o Adaptability
o Fundability
o Permitting constraints
o Relative operation costs
o Relative capital costs
• Evaluate the alternatives by rating and scoring them based upon the information
generated in Tasks 5 and 6.
• Incorporate feedback obtained from project stakeholders and incorporate comments
into the alternative evaluation process.
• Assist the City facilitate selection of one alternative to be developed to a conceptual
level of design.
Assumptions:
• One alternative will be selected for further design development.
Deliverables:
• Narratives, tables, and figures documenting the alterative selection process are to be
incorporated in the Draft Conceptual Design Report.
Task 8 Conceptual Design
The intent of this task is to further develop the design details associated with the one alternative
selected in Task 7. Design information will be developed to a level suitable for preparation of
budgetary construction and lifecycle costs as well as to describe the horizontal and vertical
information of the major project elements.
Services:
• Develop concept plans, elevations, partial plans, and typical sections to illustrate the
major elements of the alternative selected for further design development. The level
of detail will be sufficient to support development of a Class IV Opinion of Probable
Construction Cost.
• For budgetary development purposes, the drawing sheets are anticipated to include
but not be limited to the following.
• Overall proposed project site plan
• River and dam/diversion structure plan and profile
• Intake structure plan and elevations
• Fish passage plan and profile
• Typical sections
Page 19
• Prepare additional preliminary hydraulic, mechanical, or structural calculations as
needed to support concept development.
Assumptions:
• It is assumed that background contours will be developed from Lidar data or existing
survey data provided to HDR by the County or City.
• Detailed topographic survey information will be obtained during the final phase of design
development as part of a future contract with the City.
• The list of drawings may be modified as needed by HDR to accommodate various
design features as they develop. For budgetary purposes, it is assumed that 4 to 7
sheets will be developed.
• City will make available the Feasibility Study — Consolidation of the Nelson Dam
Fruitvale and Old Union Diversions, and Associated Fish habitat Enhancement. 2004.
Deliverables:
• Draft and final conceptual design drawings.
• Calculations, narratives, figures, and preliminary design criteria are to be incorporated in
the Draft Conceptual Design Report.
Task 9 Develop OPCC and Anticipated Project Lifecycle Costs
The objective of this task will be to prepare the anticipated construction, implementation, and
lifecycle costs for the selected alternative.
Services:
• Prepare draft and final Class IV OPCC based upon the conceptual designs resulting
from Tasks 3 through 8.
• Prepare a project lifecycle cost model including budgetary estimates for final design,
permitting, administrative, maintenance, operational, and recurring costs amortized over
a 30 -year project life.
Assumptions:
• Final anticipated costs will be incorporated into the body of the Conceptual Design
Report along with any detailed information which will be provided as an attachment.
Deliverables:
• Draft and final OPCC
Draft and final project lifecycle costs
Task 10 Preparation of Conceptual Design Report
The objective of this task is to document the process, findings, and conclusions associated with
completion of Tasks 3 through 9. This document will be used as the initial framework for
gathering additional data, completing further design development, scoping environmental
permits as part of the next phase of project implementation.
Services:
• Prepare a draft Conceptual Design Report which documents the methods, findings, and
process associated with alterative refinement, assessment, selection, and conceptual
design of the alternative selected by the project stakeholders. At a minimum the report
will include the following sections:
Page 20
o Executive Summary
o Introduction and Background
o Alternative Refinement
o Alternative Selection
o Summary of Primary Design Elements
o Preliminary Design and Operational Criteria for Selected Option
o Implementation Costs
o Summary of Potential Permitting Requirements
o Funding Options
o Next Steps and Additional Data Needs
• Prepare a final Conceptual Design Report incorporating comments received by project
stakeholders.
Assumptions:
• The final table of contents will be coordinated with the City as development of the draft
Conceptual Design Report occurs.
• For budgetary purposes, it is assumed that the document will result in a report with
approximately 100 pages including figures, illustrations, and attachments.
• The draft Conceptual Design Report will be submitted to the City for distribution to the
project stakeholders.
• The City will coordinate collection and distribution of one consolidated set of comments
from City reviewers and other participating stakeholders to HDR prior to preparation of
the final document.
Deliverables:
• Electronic copy of the draft and final Conceptual Design Report
Task 11 Preparation of Final Design Documents
HDR will prepare final design documents and will support the City with preparation of permits
required for project construction. The scope for this task will be developed and an amendment
to this contract will be issued by the City to perform these services upon completion of the
conceptual design activities referenced herein.
Page 21
Summary of Submittal Schedule and Anticipated Milestones
Deliverables and Anticipated Milestones Anticipated Date or Timeframe
Invoices Monthly
Project progress updates Monthly
Comments on meeting minutes As Needed
Preliminary alternative options summary 2 weeks after NTP
Stakeholder Meeting No. 1 September 2015
Pipe Inspection October 2015
Draft Pipe Inspection Memorandum November 2015
Final Pipe Inspection Memorandum December 2015
Pipe inspection video 1 week after field inspection
Stakeholder Meeting No. 2 January 2016
Alternative Evaluation November 2015 through February 2016
Stakeholder Meeting No. 3 March 2016
Alternative Selection March 2016
Draft conceptual design drawings April 2016
Draft OPCC and lifecycle costs May 2016
Stakeholder Meeting No. 4 June 2016
Draft Conceptual Design Report June 2016
Final conceptual design drawings August 2016
Final OPCC and life cycle costs August 2016
Final Conceptual Design Report August 2016
General Meeting No. 1 TBD
Page 22
EXHIBIT B
SUMMARY OF LABOR AND EXPENSES BY TASK
Task No.
Task
Labor by Task
Expenses and
Subconsultants
Total by Task
1
Project Administration
$ 12,950.30
$ 1,063.20
$ 14,013.50
2
Stakeholder Coordination
$ 20,862.87
$ 2,018.40
$ 22,881.27
3
Development and Refinement of Alternative Options
$ 2,338.78
$ 59.20
$ 2,397.98
4
Irrigation Pipeline Capacity Assessment
$ 5,985.98
$ 7,672.40
$ 13,658.38
5
Preliminary Hydraulic Evaluation
$ 13,587.11
$ 377.40
$ 13,964.51
6
Brief Channel Stability Assessment
$ 13,423.24
$ 366.30
$ 13,789.54
7
Alternative Evaluation and Selection
$ 10,377.03
$ 2,373.80
$ 12,750.83
8
Conceptual Design
$ 19,227.80
$ 2,620.70
$ 21,848.50
9
Develop OPCC and Project Lifecycle Costs
$ 8,633.74
$ 236.80
$ 8,870.54
10
Conceptual Design Report
$ 19,506.04
$ 2,595.80
$ 22,101.84
TOTAL
$ 126,892.89
$ 19,384.00
$ 146,276.89
Page 23
EXHIBIT C
2015/16 STAFF BILLING RATE SCHEDULE
City of Yakima: Naches Cowiche Alternatives Revinement
HDR Engineering, Inc.
2015/16 Billing Rates
No.
STAFF
PROJECT ROLE
BILLING RATES
1
Bevan,Shaun P
Project Engineer
$104.19
2
Blake,Andrew C
Sr CADD Designer
$137.52
3
Campbell,Jerry L
CADD Drafter
$94.42
4
Covert,Richard H
Sr. Designer/Cost Estimator
$131.68
5
Garello,Michael C
Project Manager/ EOR
$186.22
6
HiII,Jason L
Principal In Charge
$201.61
7
Holloway,Becky E
Environmental Permitting Specialist
$144.26
8
Jeffery,Sherry L
Project Controller
$111.08
9
Mann,Jonathon A
Sr Water Resources Engineer
$210.80
10
Nelson,John D
Sr Civil Engineer
$185.67
11
Pauls,Lawrence K
Sr Mechanical Engineer
$189.79
12
Schmudde,Richard
Sr. Electrical Engineer
$211.95
17
Swift,Brinton P
Quality Control - River Mechanics
$170.38
18
Larson,Lisa Marie Wieland
Qualify Cotrol - Fisheries
$254.23
19
March,Daniel E
Sr. Water Resources Engineer
$153.52
20
Black,Carrie L
Project Assistant
$67.18
21
Schweissing,Stan B
Qualify Control - Civil Engineering
$175.93
Page 24
ITEM TITLE:
SUBMITTED BY:
SUMMARY EXPLANATION:
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. S.B.
For Meeting of: September 15, 2015
Resolution authorizing a contract with HDR Engineering, Inc. to
provide assessment of intake alternatives for the Naches-Cowiche
Dam Diversion Consolidation Project not to exceed $146,280
Debbie Cook, Director of Utilities and Engineering
David Brown, Water/Irrigation Manager
The City and HDR Engineering desire to enter into a contract to assess fish screen and dam
configuration options for the Naches-Cowiche Dam Diversion Consolidation Project in order to design a fish
screen associated with the irrigation diversions at Nelson Dam and dam modifications to meet the water
demands of the City of Yakima, Naches-Cowiche, Fruitvale, and Old Union irrigation canals. This process is
intended to work with stakeholders, North Yakima Conservation District, Washington Department of Fish
and Wildlife, Yakima County, Yakama Nation and the Bureau of Reclamation to design a new fish screen and
dam modifications. The objectives of this design are to:
Provide sufficient water to meet the demands of all four irrigation canals,
Improve the fish bypass system for the dam,
Provide a means to keep gravel from depositing upstream of the Nelson Diversion Dam and thereby
hindering the ability of the diversion to receive sufficient water,
Provide other infrastructure related to proper function of the fish screen and diversion,
Provide a pathway for flood water,
Provide adequate fish passage for both upstream and downstream migrants, and
Improve fish habitat.
Resolution: X
Other (Specify):
Contract: X
Start Date: September 21, 2015
Item Budgeted: Yes
Funding Source/Fiscal Impact:
Strategic Priority:
Insurance Required? Yes
Mail to: HDR FISHERIES DESIGN CENTER; 4717 97th Street NW, Gig Harbor, WA
98332
Ordinance:
Contract Term:
End Date: Until Complete
Amount: $147,277
479 Irrigation Improvement Fund
Improve the Built Environment
Phone: 253-858-5262
APPROVED FOR
SUBMITTAL:
RECOMMENDATION:
,-414Y0....c,.
City Manager
Approve resolution authorizing the City Manager to execute the subject contract
ATTACHMENTS:
Description
D Resolution
D Contract
Upload Date
9/2/2015
9/3/2015
Type
Resolution
Contract
F�2
hdrinc.com
July 12, 2016
Mr. David Brown
City of Yakima
2301 Fruitvale Blvd
Yakima, WA 98902
RE. Alternative Refinement and Conceptual Design for the Naches-Cowiche Diversion and
Nelson Dam Request to Amend Existing Scope of Work and Budget
Dear Mr Brown,
HDR's current scope of services and budget includes professional engineering services related to
the Alternative Refinement and Conceptual Design for the Naches-Cowiche Diversion and Nelson
Dam Project. HDR performs these services as an owner representative under the direction of the
City of Yakima (COY) Project Manager, David Brown HDR requests approval to amend the existing
contract to add a data collection program to the project. The proposed amendment includes
addition of scope and budget as summarized below.
The following task was added
• Task 12 Water Surface and Flow Data Collection — HDR will coordinate the collection.
Water Surface and Flow Data Collection was not part of the HDR's initial scope of work,
and therefore HDR proposes that a new task be added to address the level of effort
required by this activity.
The revised scope of work showing all proposed changes is provided as Exhibit A for your
consideration and approval.
Estimated Fee
HDR has anticipated that the proposed modifications will require a budget amendment of
$11,133.50 A summary of the original, proposed, and resulting total contract amount is provided in
Table 1 below A more detailed table which shows the anticipated level of effort and expenses is
attached as Exhibit B for reference.
4717 97th Street, NW, Gig Harbor, WA 93332-5710
(253) 858-5262
Exhibit B
Summary of Proposed Costs
City of Yakima: Naches Cowiche Alternatives Revinement
hdrinc.corn 4' 1 9 ith Stt NO! b:g Hrbn) VVA
t).),-!:, 432 5C:02.1.
E-1
IFrnm "1..il bor Bug" Tib
I From "i7),r.”,n,-os" TI
Fee Estimate Labor Expenses
Total From
Spreadsheet
Task No.
Task
12
Water Surface and Flow Data Collection
$ 10,434.30
$ 699.20
$11,133.50
$11,133.50
hdrinc.corn 4' 1 9 ith Stt NO! b:g Hrbn) VVA
t).),-!:, 432 5C:02.1.
E-1
City of Yakima: Naches Cowiche Alternatives Revinement
HDR ENGINEERING LABOR ESTIMATE
Bevan,Shaun P
Garello,Michael C
Jeffery,Sherry L
Schweissing,Stan B
Total Hours
Total Labor Dollars
Task #
Tasks & Subtasks
Project
Engineer
Project
Manager/
EOR
Project
Controller
Control -
Civil
Engineerin
Billing Rates
104.19
186.22
111.08
198.40
12
Water Surface and Flow Data Collection
Reconnaissance Visit
Fabrication and Installation Technical Assistance
Data Processing b Develop Stage vs. Discharge Relationships
Draft& Final Data Collection Technical Memorandum
58 18 4 3
8 8
4 4
16 2
30 4 4 3
83
16
8
18
41
$ 10,434.30
Task Total Hours
58
18
4
3
83
Task Total Fee
$ 6,042.88
$ 3,351.88
$ 444.34
$ 595.20
$ 10,434.30
Irdrinc.ccrn 4/1; 9ith qtr,..,,..,; 1\1,,N 0:g-.:�rbnt V /
t:25.3:, 432 502.1.
City of Yakima: Naches Cowiche Alternatives Revinement
OTHER DIRECT COSTS
Water Surface and Flow Data
Collection
Travel Expenses
Subcontracts Total
Cost
Qty Task Total
Air Fare.- look up actual airfare
Total Subcontracts+ Markup
$500.00 J4
.LL 0 $0.00 r
Airport Parking/Day (assumes 5-7 days)
$20.00
0 $000
Car Rental/week with tax - standard size
$275.00
0 $0.00
Truck Rental/Mo. (inclds gas + mileage)
$1,500.00
0 $0.00
Lodging - look up actual lodging rates
$159.00
0 $0.00
Meals
$71.00
2 $142.00
Gas/gal
$3.40
0 $0.00
HDR Owned Vehicle Mileage/Mile
$0.750
360 $270.00
POV Mileage/Mile
$0.540
0 $0.00
Travel Expense Total
$412.00
Office Expenses
Cost
Qty
Technology Charge*
$3.70
76
$281.20
Copies/Page 8.5x11 B&W
$0.05
60
$3.00
Copies/Page 8.5x11 Color
$0.45
0 $0.00
Copies/Page 11x17 B&W
$0.09
0 $0.00
Copies/Page 11x1_7 Color
$0.90
0 $0.00
_
Bond Ps B&W (per sq.. ft.)
$0.14
O $0.00-
Bond Plots - Color (per sq. ft.)
$0.90
0 $0.00
Express Mail
P�
m $25.00
0 $0.00
R.ar
CD - 1st CD $20, each add. Copy $10
$2000
0 $0.00
Conference Calling- per min per line
$0.05
60 $3.00
Office Supplies-Msc. (binders etc)
$25.00
0 $0.00
Office Supplies Total
$287.20
Total ODCs
$699.20
ODC Markup
Total ODCs + MU
0% $0.00
$699.20
SUBCONSULTANTS
NA
$0.00
Subcontracts Total
$0.00
Markup on Subs
Total Subcontracts+ Markup
5%
$0.00
$0.00
Total Expenses (ODCs + Subcontractors + Markups)
$699.20
irdrinc.corn 4/ t ; 9/th Sta..,,..,; NO! 0:g- 01-.).0 �! "� 98 i..' "n
1:25.3:; 432 `504
9-3
AMENDMENT TO EXISTING SCOPE OF WORK AND BUDGET
By and Between
CITY OF YAKIMA
And
HDR, INC.
This AMENDMENT is executed by and between the City of Yakima, Washington, a
municipal corporation (hereinafter the "City") and the HDR, Inc., a Washington corporation
(hereinafter the "HDR"), and amends the Scope of Work and Budget of the original contract 2015-
201 executed between the City and HDR on or about September 16, 2015.
I. Recitals
A. HDR's current scope of services and budget includes professional engineering
services related to the Alternative Refinement and Conceptual Design for the Naches-Cowiche
Diversion and Nelson Dam Project.
B. At the City's request HDR seeks approval to amend the existing contract to add a
data collection program to the project. The proposed amendment includes addition of scope and
budget to add the following.
Task 12 Water Surface and Flow Data Collection — HDR will coordinate the collection.
Water Surface and Flow Data Collection was not part of the HDR's initial scope of work,
and therefore HDR proposes that a new task be added to address the level of effort
required by this activity.
C. HDR has anticipated that the proposed modifications will require a budget
amendment of $11,133.50.
D. This modification and amendment to the contract is necessary to assist the City
in collecting data that will be needed to refine the conceptual design and inform final design
activities.
II. Agreement
It is hereby agreed that the Scope of Work and Budget for the Alternative Refinement and
Conceptual Design for the Naches-Cowiche Diversion and Nelson Dam Project shall be amended
as set forth in Exhibit "A" hereto: Alternative Refinement and Conceptual Design for the Naches-
Cowiche Diversion and Nelson Dam, Revised July 12, 2016.
WHEREFORE, the parties have executed this Agreement as set forth below:
HDR, IirY . ,-,<OfcJ
D et �
Print Name:
CITY OF YAKIMA
By.
Cliff Moo
Date
City Manager
ATTEST:
By
, 2016
By
Date:
LL4
daPi
Sonya Claar Tee, City Clerk
Onartafirtm
CITY CONTRACT N
RESOLUTION NO:
1/oL_ 2016
Table 1. Cost Summary
Item
Original
Contract
Proposed
Amendment
Total
Contract
Task 1 — Project Administration
Task 2 — Stakeholder Coordination
Task 3 — Development and Refinement
of Alternative Options
Task 4 — Irrigation Pipeline Capacity
Assessment
Task 5 — Preliminary Hydraulic
Evaluation
Task 6 — Brief Channel Stability
Assessment
Task 7 — Alternative Evaluation and
Selection
Task 8 — Conceptual Design
Task 9 — Develop OPCC and Project
Lifecycle Costs
Task 10 — Conceptual Design Report
Task 11 — Preparation of Final Design
Documents
Task 12 — Water Surface and Flow Data
Collection
$14,013.50
$22,881.27
$2,397 98
$13,658.38
$13, 964.51
$13,789 54
$12,750 83
$21,848.50
$8,870 54
$22,101 84
$0.00
$0 00
$0 00
$0.00
$0 00
$0 00
$0 00
$0 00
$0.00
$0.00
$0 00
$0.00
$14,013 50
$22,881 27
$2,397.98
$13,658.38
$13,964 51
$13,789 54
$12,750 83
$21,848.50
$8,870.54
$22,101.84
$0.00
$11,133 50 $11,133 50
Total
$146,276 89
$11,133.50 $157,410 39
Thank you for your consideration and the opportunity to work with you through completion of this
challenging project. Should you have any comments, questions, or recommendations to modify this
proposal, please do not hesitate to contact me
Respectfully Submitted,
Karen Doherty
Vice President
MG/kg/100969
Michael C Garello, PE
Project Manager/Project Engineer
hdrinc.com 4717 97th Street, NW Gig Harbor WA 98332-5710
(253) 858-5262
2
EXHIBIT A
SCOPE OF SERVICES
ALTERNATIVE REFINEMENT AND CONCEPTUAL DESIGN FOR THE
NACHES-COWICHE DIVERSION AND NELSON DAM
Revised July 12, 2016
Introduction
The intent of this scope of services is to refine and quantitatively evaluate alternatives
initially selected as part of the Screening Level Alternatives Assessment prepared by HDR
in 2013. Proposed tasks include development of alternative options that bracket the
potential impacts and benefits of the project, completion of hydraulic and channel stability
assessments, evaluation of alternative options based upon a number of selection factors,
selection of one alternative for further development, development of conceptual design
drawings, and summarizing anticipated construction, implementation, and lifecycle costs.
The information and findings generated as part of this scope of services will be
documented in a single Conceptual Design Report that will act as the framework for final
design, permitting, and project implementation. All tasks referenced herein will be
performed in collaborative manner with the numerous project participants who make up
the Naches-Cowiche Dam stakeholder committee.
Task 1 Project Administration
The purpose of this task is to monitor, control and adjust scope, schedule, and budget as
well as provide monthly status reporting, accounting, and invoicing.
Services:
• Coordinate and manage the project team
• Prepare monthly status reports describing the following
o Work accomplished the prior month and work planned for the upcoming
month
o A narrative of deliverables, accomplishments, and important meetings.
o Current issues relating to the work including budgets and schedules
o Issues that need to be resolved to maintain schedule
o Proposed resolutions to mitigate the issues
• Prepare monthly invoices formatted in accordance with contract terms.
hdrinc.com 4717 97th Street, NW, Gig Harbor, WA 98332-5710
(253) 858-5262
3
F�2
• Project manager will coordinate regularly with the City to review project scope,
progress, schedule, budget, and actively resolve any issues that may arise.
Assumptions:
• It is assumed that the project duration will be 12 months
• For budgetary purposes it is assumed that approximately 2 hours per week will be
required for project management and 2 hours per month for invoicing and progress
report preparation.
• Invoices will be HDR's standard format.
Deliverables:
• Electronic copies of monthly invoices.
• Electronic copies of monthly project progress updates.
Task 2 Stakeholder Coordination
The intent of this task is to participate in bi monthly stakeholder meetings, facilitate the
transfer of information among stakeholders, and solicit feedback from project participants
that will influence the conclusions of proposed project activities.
Services:
• Preparation for and attendance at up to four Naches-Cowiche stakeholder
meetings in Yakima, WA
o Meeting one — Describe the proposed work plan and brainstorm alternatives
to be. evaluated.
o Meeting two — Select options for more detailed analysis and discuss
preliminary tradeoffs.
o Meeting three — present draft results of alternative evaluation and discuss
selection of alternative to move forward into conceptual design.
o Meeting four — present draft conceptual design and OPCC of alternative
selected by the stakeholders.
• Attendance at one additional general meeting as -needed in Yakima, WA
• General communication with project participants performed on an "as -needed"
basis via telephone conference calls up to the budgeted number of hours.
• Review and provide comments on electronic meeting minutes prepared by others.
Assumptions:
• Travel time from Gig Harbor, WA and related expenses are included in the
estimated budget for participation at on-site meetings.
hdrinc.com 4717 97th Street, NW, Gig Harbor, WA 98332-5710
(253) 858-5262
4
ERZ
• Coordination, facilitation of stakeholder meetings, and initial preparation of meeting
minutes will be performed by others.
• Stakeholder and general meetings will be attended by up to two HDR team
members.
• For budgeting purposes, HDR assumes that up to 24 hours of general
communication with various project participants will be required and will be spread
between various HDR technical disciplines.
Deliverables:
• Miscellaneous agenda items, figures, tables, narratives, PowerPoint presentation
slides, and schematic illustrations in support of stakeholder and general on-site
meetings.
• Comments on electronic meeting minutes prepared by meeting facilitator.
Task 3 Development and Refinement of Alternative Options
The objective of this task is to begin with the two basic alternatives selected as part of the
2013 screening level alternatives assessment and develop up to four alterative options
which characterize the potential range of anticipated alternative performance, impacts, and
benefits. The four alternatives will be centered around different dam heights or
configurations with supporting fish passage, screening, debris and bedload management,
and channel stability options. These four alternatives will be used to bracket the range of
potential outcomes which can be evaluated in greater detail and discussed among the
project stakeholders.
Services:
• Develop a preliminary list or table of alternative options and permutations to be
evaluated as part of this effort for review by project stakeholders. Options to be
evaluated are anticipated to include the following.
o Four primary alternatives based upon individual dam heights and hydraulic
control configurations. For each of the four primary options the following
potential elements will be evaluated:
• Fish screen and juvenile bypass options
• Surface water intake pumping options
• Nature -like fishway or fish ladder structures
• River training and stability options
• Sediment and debris management options
• Obtain and incorporate feedback on the potential options and alternative evaluation
approach provided by project participants at the first two stakeholder meetings.
hdrinc.com 4717 97th Street, NW, Gig Harbor, WA 98332-5710
(253) 858-5262
5
F�2
• Develop a final list of alternative options that will be evaluated as part of this scope
of services and make any refinements to the alternative evaluation approach if
needed.
Assumptions:
• Electronic versions of the Preliminary Alternative Options summary will be
distributed to the stakeholders by the City one week prior to the first stakeholder
meeting.
• Feedback obtained from project stakeholders will be incorporated to the extent
possible within the scope and budget limitations of this contract. HDR and the City
will collaborate to resolve any potential concerns and/or limit inclusion of select
comments if necessary.
Deliverables:
• Electronic copy of Preliminary Alternative Options summary to be distributed by the
City.
• Narratives, tables, and figures documenting results of this task are to be
incorporated in the Draft Conceptual Design Report.
Task 4 Irrigation Pipeline Capacity Assessment
The objective of this task is to evaluate the condition and capacity of existing irrigation
pipes which convey water from Nelson Dam to the regulating reservoir and from reservoir
to connection at Fruitvale canal.
Services:
• Contract with HLA to verify existing pipe crown and or/invert elevations at the
following minimum locations
o Inlet of both pipe reaches (2),
o Outlet of both pipe reaches (2), and
o Four locations to be determined with the City and exposed by potholing (4).
• Assist the City with videographic inspection of pipe near the inlet, outlet, siphon,
and two potholed locations for both pipeline reaches.
• Prepare field notes, photographs and elevation data based upon findings from the
survey and videographic inspection activities.
• Document irregularities, obstructions, leaks, cracks, or other inadequacies
identified during inspection.
• Perform hydraulic calculations to estimate pipeline capacity based upon existing
conditions.
• Calculate minimum requirements for gravity surface water supply
hdrinc.com 4717 97th Street, NW, Gig Harbor, WA 98332-5710
(253) 858-5262
6
• Identify improvement in the irrigation system that may provide opportunities for
lower dam height
• Prepare a short Technical Memorandum summarizing methods and findings to be
included as an attachment to the Conceptual Design Report
Assumptions:
• City will be responsible for performing utility locates and potholing at four locations
mutually agreed upon by HDR and City.
• City will provide and operate video equipment during pipe inspection.
• City will be responsible for tapping and repairing pipeline at locations needed for
videographic inspection equipment.
• One representative from HDR will attend the pipe inspection and will coordinate
with HLA and the City to characterize and document pipe conditions.
• The anticipated budget to document the methods, results, and conclusions for this
task will be based upon a 20 page memorandum complete with photos, figures,
and illustrations.
Deliverables:
• Electronic copy of Draft and Final Technical Memorandum
• Electronic copy of pipe inspection video
Task 5 Preliminary Hydraulic Evaluation
The objective of this task will be to perform hydraulic calculations to characterize impacts,
benefits, tradeoffs, and anticipated performance for each of the various project options
selected in Task 3. Results from this task will be used in Task 6 and 7 to evaluate and
compare alternatives against defined selection factors.
Services:
• - Verify surface water intake objectives and tradeoffs for dam/intake/delivery
structures
• Obtain, review, and make minor modifications to an existing HEC -RAS model
provided by the County of Yakima to characterize proposed alternative options.
• Prepare and run four model scenarios using hydrologic profiles recommended by
the stakeholders to evaluate and compare relative performance.
• Calculate, record, and compare water surface profiles, channel shear, top widths,
hydraulic gradients, hydraulic differentials, channel flow velocities, and hydraulic
depths throughout the project reach to characterize the anticipated performance of
the proposed alternative options.
hdrinc.com 4717 97th Street, NW, Gig Harbor, WA 98332-5710
(253) 858-5262
7
F�2
• Identify potential relative impacts or benefits to 100 -yr base flood elevations and
summarize future requirements regarding compliance with FEMA regulations.
• Calculate temporal and head characteristics of pumping requirements for the
different water surface profile scenarios generated from the four dam options.
• Confer with stakeholders to identify target fish passage flows anticipated during
seasonal migration periods
• Confer with stakeholders to identify minimum fish passage requirements for the
water surface profile scenarios generated from the dam options.
Assumptions:
• Electronic copies of HEC -RAS modeling files and workmaps in GIS or AutoCAD
formats are made available by the County.
• The HEC -RAS model provided is representative of existing conditions, as -is.
Deliverables:
• Narratives, tables, and figures documenting the methods and results of the
preliminary hydraulic design task are to be incorporated in the Draft Conceptual
Design Report.
Task 6 Brief Channel Stability Assessment
The objective of this task is to incorporate information available from County consultant
studies with the results of Task 5 in order to make specific conclusions regarding relative
potential impacts or benefits of four alternatives. Results from this task will be used in Task
7 to evaluate and compare alternatives against defined selection factors.
Services:
• Review new informational studies that have taken place since the completion of the
2013 screening level alternatives assessment by HDR.
• Coordinate with the County Water Resources Division and their consultant to
qualitatively document anticipated overall channel behavior and anticipated
geomorphic response (such as river bend migration, bar formation, channel cutoffs,
floodplain connectivity, and river reach sediment storage characteristics) to
changes made at the project location.
• Confer on the general river stability assessment in conjunction with the modeling
proposed in Task 5 for each of the applicable alternative options which may include
modification of vertical and horizontal channel characteristics. Channel form
prediction calculations and reach scour calculations will be completed to assist in
assessment of anticipated future trends.
hdrinc.com 4717 97th Street, NW, Gig Harbor, WA 98332-5710
(253) 858-5262
8
F�2
• Identify concept level channel trends, impacts, and benefits associated with
alternative options.
• Confer on and identify the relative need for introduction of channel stabilization or
re-training features as part of alternative formulation and conceptual design to
maintain anticipated project performance.
Assumptions:
• New readily available information will be provided to HDR by the County within four
weeks of NTP.
Deliverables:
• Narratives, tables, and figures documenting the activities of the Brief Channel
Stability Assessment are to be incorporated in the Draft Conceptual Design Report.
Task 7 Alternative Evaluation and Selection
The intent of this task is to evaluate the four primary alternatives and generate conclusions
regarding how well each option meets a number of key selection factors for this project.
Alternative evaluation will be based upon the information generated as part of Task 2
through 6 and will be performed collaboratively with project stakeholders.
Services:
• Refine four primary alternatives based upon the results of Tasks 3 through 6.
• Verify selection factors and alternative evaluation methodology with
stakeholders. It is anticipated that the evaluation factors may include the
following
o Fish passage
o Surface water supply
o Sediment continuity
o Channel stability
o Debris and sediment management
o Flood conveyance
o Adaptability
o Fundability
o Permitting constraints
o Relative operation costs
o Relative capital costs
• Evaluate the alternatives by rating and scoring them based upon the
information generated in Tasks 5 and 6
hdrinc.com 4717 97th Street, NW Gig Harbor WA 98332-5710
(253) 858-5262
9
F�2
• Incorporate feedback obtained from project stakeholders and incorporate
comments into the alternative evaluation process.
• Assist the City facilitate selection of one alternative to be developed to a
conceptual level of design.
Assumptions:
• One alternative will be selected for further design development.
Deliverables:
• Narratives, tables, and figures documenting the alterative selection process are
to be incorporated in the Draft Conceptual Design Report.
Task 8 Conceptual Design
The intent of this task is to further develop the design details associated with the one
alternative selected in Task 7. Design information will be developed to a level suitable for
preparation of budgetary construction and lifecycle costs as well as to describe the
horizontal and vertical information of the major project elements.
Services:
• Develop concept plans, elevations, partial plans, and typical sections to
illustrate the major elements of the alternative selected for further design
development. The level of detail will be sufficient to support development of a
Class IV Opinion of Probable Construction Cost.
• For budgetary development purposes, the drawing sheets are anticipated to
include but not be limited to the following.
• Overall proposed project site plan
• River and dam/diversion structure plan and profile
• Intake structure plan and elevations
• Fish passage plan and profile
• Typical sections
• Prepare additional preliminary hydraulic, mechanical, or structural calculations as
needed to support concept development.
Assumptions:
• It is assumed that background contours will be developed from Lidar data or
existing survey data provided to HDR by the County or City.
• Detailed topographic survey information will be obtained during the final phase of
design development as part of a future contract with the City.
hdrinc.com 4717 97th Street, NW, Gig Harbor, WA 98332-5710
(253) 858-5262
10
F�2
• The list of drawings may be modified as needed by HDR to accommodate various
design features as they develop. For budgetary purposes, it is assumed that 4 to 7
sheets will be developed.
• City will make available the Feasibility Study — Consolidation of the Nelson Dam
Fruitvale and Old Union Diversions, and Associated Fish habitat Enhancement.
2004.
Deliverables:
• Draft and final conceptual design drawings.
• Calculations, narratives, figures, and preliminary design criteria are to be
incorporated in the Draft Conceptual Design Report.
Task 9 Develop OPCC and Anticipated Project Lifecycle Costs
The objective of this task will be to prepare the anticipated construction, implementation,
and lifecycle costs for the selected alternative.
Services:
• Prepare draft and final Class IV OPCC based upon the conceptual designs
resulting from Tasks 3 through 8.
• Prepare a project lifecycle cost model including budgetary estimates for final
design, permitting, administrative, maintenance, operational, and recurring costs
amortized over a 30 -year project life.
Assumptions:
• Final anticipated costs will be incorporated into the body of the Conceptual Design
Report along with any detailed information which will be provided as an
attachment.
Deliverables:
• Draft and final OPCC
• Draft and final project lifecycle costs
Task 10 Preparation of Conceptual Design Report
The objective of this task is to document the process, findings, and conclusions associated
with completion of Tasks 3 through 9. This document will be used as the initial framework
for gathering additional data, completing further design development, scoping
environmental permits as part of the next phase of project implementation.
hdrinc.com 4717 97th Street, NW Gig Harbor, WA 98332-5710
(253) 858-5262
11
FEZ
Services:
• Prepare a draft Conceptual Design Report which documents the methods, findings,
and process associated with alterative refinement, assessment, selection, and
conceptual design of the alternative selected by the project stakeholders. At a
minimum the report will include the following sections
o Executive Summary
o Introduction and Background
o Alternative Refinement
o Alternative Selection
o Summary of Primary Design Elements
o Preliminary Design and Operational Criteria for Selected Option
o Implementation Costs
o Summary of Potential Permitting Requirements
o Funding Options
o Next Steps and Additional Data Needs
• Prepare a final Conceptual Design Report incorporating comments received by
project stakeholders.
Assumptions:
• The final table of contents will be coordinated with the City as development of the
draft Conceptual Design Report occurs.
• For budgetary purposes, it is assumed that the document will result in a report with
approximately 100 pages including figures, illustrations, and attachments.
• The draft Conceptual Design Report will be submitted to the City for distribution to
the project stakeholders.
• The City will coordinate collection and distribution of one consolidated set of
comments from City reviewers and other participating stakeholders to HDR prior to
preparation of the final document.
Deliverables:
• Electronic copy of the draft and final Conceptual Design Report
Task 11 Preparation of Final Design Documents
HDR will prepare final design documents and will support the City with preparation of
permits required for project construction. The scope for this task will be developed and an
amendment to this contract will be issued by the City to perform these services upon
completion of the conceptual design activities referenced herein.
hdrinc.com 4717 97th Street, NW, Gig Harbor, WA 98332-5710
(253) 858-5262
12
E�2
Task 12 Water Surface and Flow Data Collection
The objective of this task is to assist the City in collecting additional data needed to refine
the conceptual design and inform final design activities.
Services:
• Perform a one -day site reconnaissance to identify flow measurement and pressure
transducer installation locations. The purpose of this site visit is to identify
monitoring locations and the hardware required to fabricate a stilling well at each
monitoring location.
• HDR to provide simple sketches of the pressure transducer stilling wells to assist
the City in fabrication and installation at the following locations:
o Upstream of Nelson Dam at diversion head gates
o Behind the Naches-Cowiche screens
o Behind the General Pipeline screens
o At or near the Naches River streamflow monitoring site
o In the General Pipeline sedimentation pond
o In the Fruitvale Canal near the General Pipeline turnout
• HDR to identify flow measurement locations during the site reconnaissance. The
local Conservation District will perform the flow measurements. Flow measurement
locations will be identified for the following systems.
o Naches River
o Naches-Cowiche Canal
o Sedimentation Pond Overflow
o Fruitvale Canal
o Old Union Canal
• Develop spreadsheet calculations to support the development of stage vs.
discharge relationships at five (5) locations. The water level data and flow
measurements will be used to develop rating curves, also known as stage versus
discharge curves, at the following locations.
o Naches River
o Naches-Cowiche Canal
o General Pipeline
o Sedimentation Pond
o Fruitvale Canal
• HDR will inspect the Old Union flow measurements and measured depth to
determine if the existing rating curve needs to be modified.
• Develop a Draft and Final Technical Memorandum summarizing the field methods,
data collection, and conclusions for the proposed monitoring period. The TM will
hdrinc.com 4717 97th Street, NW, Gig Harbor, WA 98332-5710
(253) 858-5262
13
E�2
include but may not be limited to the following topics. Introduction, Purpose,
Limitations, Summary of Equipment and Methods, Development and Calibration of
the Stage vs. Discharge Relationship at each monitoring location, Summary of
Data Gaps, and Conclusions.
Assumptions:
• The level of effort estimated for this task was based upon a monitoring period
beginning August 1, 2016 and ending October 31, 2016.
• It is assumed that the initial site reconnaissance will be attended by up to two (2)
HDR team members. This activity includes all travel expenses to and from the
proiect location and assumes a budgetary allowance of 16 -hours.
• The City of Yakima will purchase six (6) pressure transducers and one (1) USB
adapter to download data from the transducers. HDR will provide the City of
Yakima with the model numbers and contact information to purchase the
equipment.
• The City will install the pressure transducers at the locations identified during the
initial site reconnaissance visit. HDR will provide simple sketches of the pressure
transducer stilling wells that the City can use to assist in fabrication and installation.
• HDR will identify the flow measurement locations during the initial site
reconnaissance visit. The local Conservation District will perform five (5) flow
measurements at each of the following locations.
o Naches River
o Naches-Cowiche Canal
o Sedimentation Pond Overflow (if sufficient flow depth exists)
o Fruitvale Canal
o
Old Union Canal
• The level of effort associated with the TM preparation is based upon a report up to
30 pages inclusive of figures, tables, photos, narratives, and attachments.
• The City of Yakima will provide technical reviews of deliverables within a three
week period after submittal. Comments will be provided to HDR in one
consolidated list.
Deliverables:
• Simple sketches for installation of pressure transducers stations.
• Electronic spreadsheets used to calculate flows, calibrate stage vs. discharge, and
retain field data.
• Electronic copy of the draft and final Monitoring TM
hdrinc.com 4717 97th Street, NW Gig Harbor WA 98332-5710
(253) 858-5262
14