Loading...
HomeMy WebLinkAboutR-2015-117 Planning and Engineering Agreement with RH2 Engineering, Inc.; 2013 Wastewater Collection System Master Plan; WastewaterA RESOLUTION RESOLUTION NO. R-2015-117 authorizing the City Manager to execute a Professional Services Agreement with RH2 Engineering Inc. in an amount not to exceed $751,724.00 to provide planning and engineering services for the recommended capital improvements described in the 2013 Wastewater Collection System Master Plan WHEREAS, the City of Yakima maintains the Publicly Owned Treatment Works (POTW) in accord with applicable Federal, State and Local regulations, and WHEREAS, the City of Yakima's POTW has undergone a complete study and a citywide Wastewater Collection System Master Plan has been developed, and WHEREAS, the existing Speedway Sewer Interceptor System is experiencing heavy sedimentation, adverse flow characteristics and is inadequate for the current needs of the Fair Avenue Basin, 2nd Avenue Basin, and future development of the Boise Cascade Site; and WHEREAS, the existing Rudkin Road lift station conveys large amounts of flow with no provisions for an emergency bypass, has aging control systems vulnerable to lightning strikes and power surges; and WHEREAS, the City of Yakima desires planning and engineering services for the Rudkin Road Lift Station, Beech Street Lift Station, and Speedway Interceptor Improvements identified in the Wastewater Collection System Master Plan, and WHEREAS, on July 14, 2015, the City held interviews with three consulting firms listed on the Municipal Research and Services Center (MRSC) of Washington roster as having the experience and expertise necessary to perform these services; and WHEREAS, as a result of these interviews, the City selected RH2 Engineering, Inc. as the most qualified Consultant to perform the required work; and WHEREAS, the City Council has determined that it is in the best interest of the City of Yakima to enter into a professional services contract agreement with RH2 Engineering, Inc. to perform the required wastewater engineering and design for the City; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute a Professional Services Agreement between the City of Yakima and RH2 Engineering, Inc , in an amount not to exceed $751,724.00, to provide planning and engineering for the recommended capital improvements described in the 2013 Wastewater Collection System Master Plan; a copy of the Agreement with Exhibit A and a budget summary are attached hereto and by this reference made a part hereof ADOPTED BY THE CITY COUNCIL this 15th day of September, 2015. ATTEST rI IP Sonya Cla. Tee, City Clerk (14' Micah Cawley, Meor RH2 Engineering, Inc. 114 Columbia Point Dr., Suite C Richland, WA 99352 CONTRACT AGREEMENT BETWEEN AND ORIGINAL ( PAGE NOP OF01N PAGES CITY OF YAKIMA Wastewater Division 2220 E Viola Ave Yakima, WA 98901 Page 1 PROJECT: Speedway / Beech Street Lift Station and Force Main Improvement THIS AGREEMENT combines all understandings between Parties regarding professional services for the Project named above and supersedes all prior proposals, quotations, solicitations, negotiations, representations, agreements or understandings, whether written or oral. The performance of the professional services herein described and authorized by the City of Yakima, as well as payment for such services, shall be in accordance with the terms and conditions presented in this Agreement and the following Sections and Exhibits which are attached and incorporated by reference which, taken together, shall constitute the whole Agreement. Section I Section II Exhibit A Exhibit B Exhibit C - Relationship of the Parties - Contract Provisions - Scope of Work - Project Budget/Fee Schedule Project Schedule IN WITNE S WHEREOF, the parties hereto have hereunto set their hands and seals this/6 day of , 2015. APPROVED: APPROVED: CITY OF YAKIMA RH2 ENGINEERING, INC. �rnw1(qae, Q2u, efloc� Tony O'Rour e, CityManager / Date: ^'J ' `� a) ic7 ATTEST: Sonya C .. r Tee, City Cl City of Yakima Wastewater Division Paul Cross, P.E., Principal Date $'2l 15 ONTRACT N0: TION NO: , /. ORIGINAL L PAGE NO a-OFaLI PAGES SECTION I: RELATIONSHIP OF THE PARTIES 2 The City of Yakima ("Client") desires consulting services for the Speedway / Beech Street Lift Station and Force Main Improvements (Project). In furtherance of the Project, the Client hereby contracts with RH2 Engineering, Inc. ("Contractor") to perform the professional services described in Exhibit A of this Agreement. All services shall be performed under the joint supervision of the Client's Representative, Mike Price, Jeremy Hoover, or a designee or designees identified in writing to RH2 Engineering, Inc. by the Client's Representative This Agreement shall be for the benefit of and be binding upon successors, assigns, and legal representatives of each of the Parties hereto Any assignment or transfer of an interest in this Agreement by either Party without the written consent of the other shall be void. SECTION II: CONTRACT PROVISIONS 1. Scope of Work: RH2 Engineering, Inc. shall perform the service for the Client as defined in Exhibit A, Scope of Work, which is attached hereto and hereby incorporated by this reference. 2. Time for Completion: The Scope of Work for the conduct of the study as set forth above is anticipated to be completed by RH2 Engineering, Inc., within a time frame approximating that shown by the following schedule. Notice to Proceed: On or before September 15, 2015 Completion of Design: within 8 months of Notice to Proceed (NTP) Presentations to Council: within 8 months of NTP Completion of Project: On or before May 15, 2016 RH2 Engineering, Inc agrees to perform the work described in the Scope of Work according to the contract schedule Any delays shall be agreed upon by RH2 Engineering, Inc. and Client prior to the due date. Changes in the schedule caused by Client delays may require additional compensation and a change order. 3. Payment: RH2 Engineering, Inc will be paid by the Client on a time and materials basis as outlined below and in accordance with the standard billing rates attached hereto as Exhibit B. RH2 Engineering, Inc. agrees to perform the services as set forth in Exhibit A at a cost not to exceed $751,724. It is understood that RH2 Engineering, Inc. will not exceed this amount without the Client's prior written authorization. RH2 Engineering, Inc. shall submit to the Client an invoice each month for payment for work completed through the accounting cut-off day of the previous month. Such invoices shall be for work performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. RH2 Engineering, Inc. shall submit with each invoice a summary of time expended on the work for the current billing period, copies of subconsultant invoices, and any other supporting materials determined by the Client necessary to substantiate the costs incurred. Client will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the work completed and amount billed. Client will notify RH2 Engineering, Inc. promptly if any problems are noted with the invoice. Client may question any item in an invoice, noting to RH2 Engineering, Inc the questionable item(s) and withholding payment for such item(s). RH2 Engineering, Inc may resubmit such item(s) in a subsequent invoice together with additional supporting information required. Payment to RH2 Engineering, Inc. for services set forth in Exhibit A shall be- an amount equal to RH2 Engineering, Inc.'s standard billing rates as set forth in Exhibit B multiplied by the actual hours worked. ORIGINAL I PAGE NO 5 OF)-(( PAGES 3 Direct expenses will not be charged except as identified in Exhibit B. Payment shall be made monthly upon receipt and approval of RH2 Engineering, Inc.'s invoice Payment for any work shall not constitute a waiver or release by Client of any claims, right, or remedy it may have against the RH2 Engineering, Inc under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by Client of any failure or fault of RH2 Engineering, Inc. to satisfactorily perform the PROJECT WORK as required under this Agreement. 4. Supplemental Agreements: Supplemental Agreements may be entered into upon mutual written agreement that would increase or decrease the scope and associated costs and payment. 5. Work to be Accomplished: All work accomplished will be performed under the direction of the Client Representative or his/her Designee. 6. Termination: This contract may be terminated by the Client by giving RH2 Engineering, Inc. written notice of such termination no fewer than fifteen (15) days in advance of the effective date of said termination. RH2 Engineering, Inc. shall be entitled to terminate this agreement only in the case of a material breach by the Client, and upon failure of the Client to remedy said breach within fifteen (15) days of written notice of the breach. 7. Indemnity: RH2 Engineering, Inc. shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. (a) RH2 Engineering, Inc. agrees to defend, indemnify, and hold harmless the Client, its elected officials, officers, employees, and volunteers (hereinafter "parties protected") from (1) claims, demands, liens, lawsuits, administrative and other proceedings, (including reasonable costs and attorneys' fees) and (2) judgments, awards, losses, liabilities, damages, penalties, fines, costs and expenses of any kind claimed by third parties due to death, injury, damage or destruction to any person or any property to the extent caused by any negligent act, default, error or omission or willful misconduct arising out of RH2 Engineering, Inc.'s performance under this Agreement. In the event that any lien is placed upon the Client's property or any of the Client's officers, employees or agents as a result of the negligence or willful misconduct of RH2 Engineering, Inc., RH2 Engineering, Inc. shall at once cause the same to be dissolved and discharged by giving bond or otherwise. (b) Client agrees to indemnify and hold RH2 Engineering, Inc. 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 Client, its employees, or agents in connection with the performance of the Scope of Work. (c) If the negligence or willful misconduct of both RH2 Engineering, Inc. and the Client (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 RH2 Engineering, Inc. and the Client in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion. ORIGINAL 1 PAGE NO L{ OF a(f PAGES 4 (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. 8. All Work Produced is Property of the Client- The materials, computer programs, reports, calculations, analyses, etc., generated by RH2 Engineering, Inc under this contract, including the final report, drawings, and specification shall become the property of the Client. The Client agrees that if it uses products prepared by RH2 Engineering, Inc. for purposes other than those intended in this agreement, it does so at its sole risk and agrees to hold RH2 Engineering, Inc. harmless thereafter. 9. Assignment- The Contractor shall not assign or subcontract any portion of the contracted activities without obtaining prior written approval from the Client. 10. Integrated Agreement- This agreement together with attachments or addenda represents the entire and integrated agreement between the Client and RH2 Engineering, Inc supersedes all prior negotiations, representations, or agreements written or oral This agreement may be amended by written instrument signed by both the Client and RH2 Engineering, Inc. 11. Independent Contractor: The parties intend that an independent Contractor/Client relationship will be created by this agreement. No agent, employee, or representative of RH2 Engineering, Inc. shall be deemed to be an agent, employee, or representative of the Client for any purpose. RH2 Engineering, Inc. shall be solely responsible for all acts of its agents, employees, representatives, and subcontractors during the performance of this contract. 12. Equal Opportunity: During the performance of this Agreement, RH2 Engineering, Inc. and RH2 Engineering, Inc.'s subconsultants and subcontractors shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any other classification protected under federal, state, or local law. This provision shall include but not be 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. RH2 Engineering, Inc. agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations 13. Notices: Notices to the Client shall be sent to the following address: City of Yakima Wastewater Division Attention: Jeremy Hoover, P.E , Wastewater Engineer 2220 E Viola Ave Yakima, WA 98901 509-575-6077 Notices to RH2 Engineering, Inc shall be sent to the following address: RH2 Engineering, Inc. Attention- Paul Cross, P.E., Principal 114 Columbia Point Dr , Suite C Richland, WA 99352 509-886-6767 ORIGINAL ' PAGE NO S 0F241 PAGES 5 14. Insurance: At all times during performance of the Services, RH2 Engineering, Inc. shall secure and maintain in effect insurance to protect the Client and RH2 Engineering, Inc. from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. RH2 Engineering, Inc shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The Client reserves the right to require higher limits should it deem it necessary in the best interest of the public. If RH2 Engineering, Inc. carries higher coverage limits than the limits stated below, such higher limits shall be shown on the Certificate of Insurance and Endorsements and the Client shall be named as an additional insured for such higher limits. 14.1.1 Commercial General Liability Insurance. Before this Contract is fully executed by the parties, RH2 Engineering, inc shall provide the Client 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 One Million Dollars ($2,000,000) per occurrence combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000) 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 Client, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the Client thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. 14.1.2 Commercial Automobile Liability insurance. (a) If RH2 Engineering, Inc. owns any vehicles, before this Contract is fully executed by the parties, RH2 Engineering, Inc. shall provide the Client with a certificate of insurance as proof of automobile liability insurance and personal 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) 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 RH2 Engineering, Inc. does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at the same limits as required in that section of this Contract, which is Section 14.1.1 entitled "Commercial General Liability Insurance". (c) Under either situation described above in Section 14.1.2.a or Section 14.1.2.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 Client, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the Client thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. 14.1.3 Statutory workers' compensation and employer's liability insurance as required by state law. ORIGINAL PAGE NO 6 00 PAGES 6 14.1.4 Professional Liability Coverage. Before this Contract is fully executed by the parties, RH2 Engineering, Inc. shall provide the Client 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) per claim, and Two Million Dollars ($2,000,000) 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 or change the insurance without first giving the Client thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the Client, its officers, employees, agents, and representatives there under. The Client and the Client's elected officials, officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the Client until thirty (30) days after written notice to the Client of such intended cancellation, expiration or change. 15. Jurisdiction and Venue: 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 for all disputes arising under this Agreement shall be Yakima County, State of Washington. 16. Dispute Resolution: In the event that any dispute shall arise as to the interpretation of this 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 the State of Washington. If both parties consent in writing, other available means of dispute resolution may be implemented. ORIGINAL 1 PAGE NO 7 OF! PAGES EXHIBIT A Scope of Work City of Yakima Beech Street Lift Station and Force Main August 2015 Background The City of Yakima (City) Capital Improvement Program (CIP) recommends capacity improvements to mitigate existing sewer system deficiencies. The City has hired RH2 Engineering, Inc., (RH2) to provide engineering services for selected sewer system improvements outlined in the City's CIP. The proposed improvements for this project consist of the following three phases. Phase 1— Rudkin Road Lift Station Rudkin Road Lift Station is located on North Rudkin Road between McNair Avenue and Lilac Lane. Phase 1 includes adding pipe and appurtenances for bypass pumping system connections, adding lightning protection, and replacing the automatic transfer switch at the Rudkin Road Lift Station. Phase 2 — Beech Street Lift Station and Force Main Phase 2 includes a new lift station located on East Beech Street near Interstate 82 (1-82). The capacities for the lift station will be 285 gallons per minute (gpm) initially, 3,350 gpm when the Beech Street Interceptor is constructed, and a total capacity of 4,800 gpm at future build out. The lift station will include a below -grade concrete structure, an above -grade building, mechanical and electrical equipment and controls, an emergency power generator, and an optional odor control facility. Phase 2 also includes slip lining two or three sewer force main pipes through 6,500 lineal feet of existing 36 -inch diameter gravity sewer main, and force main discharge structure modifications which will include the installation of two 48 -inch sluice gates. The lift station configuration will be either a drywell/wetwell or a wetwell with submersible pumps. The above -grade building will house the electrical equipment and controls and an optional odor control facility RH2 will also analyze two (2) alternatives for pumping during power failures: a diesel pumping system or an emergency generator. This phase will also include an 8 -inch gravity sewer in 15th Street from the Race Street Lift Station to Beech Street, and a 30 -inch gravity sewer main from 15th Street, east along Beech Street to the proposed lift station site. These improvements will allow for the decommissioning of the Race Street Lift Station. Phase 3 — Beech Street Interceptor Phase 3 will include development of 90 -percent plan and profile drawings for proposed gravity sewer main along Beech Street. This includes a 21 -inch interceptor from a sewer manhole located at Washington Middle School, east along Beech Street, and connecting to the 30 -inch gravity sewer at 15th Street. 1 8/21/2115 8:41 AM \\rh2\dfs\Richland \ Data \ YAK \715-XXX\Proj Man\Contract\PSA_SOW_Beech Street LS and FM.docx City of Yakima Beech Street Lift Station and Force Main ORIGINAL PAGE NO OF.L t PAGES Exhibit A Scope of Work Scope of Work Task Breakdown • General Project Tasks o Task 1 — Project Management o Task 2 — Topographic Survey o Task 3 — Supplemental Services • PHASE 1 — Rudkin Road Lift Station Improvements o Task 1 — 60 -percent Plans and Cost Estimate o Task 2 — 90 -percent Plans, Specifications, and Cost Estimate o Task 3 — Final Plans, Specifications, and Cost Estimate o Task 4 — Services During Bidding • PHASE 2 — Beech Street Lift Station and Force Main o Task 1 — 30 -percent Plans and Cost Estimate o Task 2 — Geotechnical Investigation o Task 3 — Permitting Assistance o Task 4 — 60 -percent Plans, Specifications, and Cost Estimate o Task 5 — 90 -percent Plans, Specifications, and Cost Estimate o Task 6 — Final Plans, Specifications, and Cost Estimate o Task 7 — Public Meeting o Task 8 — Services During Bidding • PHASE 3 — Beech Street Interceptor o Task 1 — 30 -percent Plans and Cost Estimate o Task 2 — 60 -percent Plans and Cost Estimate o Task 3 — 90 -percent Plans, Specifications, and Cost Estimate Project Assumptions The following assumptions were made when preparing this Scope of Work. • The construction bid plan sets mill be divided into separate plan sets based on project phases 1 and 2 described herein (Phase 1 —Rudkin Lift Station and Phase 2- Beech Street Lift Station and Force Main). • The technical specifications mill follow RH2 standardformat. The CO, will provide RH2 with the non-technical spec fcatlolis and Cm'y specific contract documents. • The Czy mill assist RH2 ill facilitating local penult submittals, and the CItyy n'ill pay all penult fees direct'. RH2 lvillpr epar"e the per /mt applications and other information pertinent to the perillit submittals. • Costs for each snbconsiiltants' effort are included in RH2's attached Fee Estimate under the slrbconsiiltants' respective subtasks. 2 8/21/2015 8:11 AM \\rh2\dfs\Richland\Dna \1\K\715-SSS\P \Ian\Cnn�raa\PSA_S(1\\ Keech S�rcct IS and P V.dncx City of Yakima Beech Street Lift Station and Force Main ORIGINAL ( PAGE NO ' NO 7 O011 PAGES Exhibit A Scope of Work • Lift station design flow rates were obtained from the CO,'s latest version of its General Sewer Comprehensive P/an. RI -12 has not perforiiied nor have we been requested to perform a1D' analysis associated with the incoming flow rate; as such, RF -12 will rely on the accuracy and completeness of the existing flow rate data provided by the City. • El:ablation of pipe capacltjy requirements downstream of the force main dischaige point is not included in this scope of services. • The location of the pump station site has been selected. The Location of the proposed lift station will be in public light -of -way (RO IV) or within City property. A title search will be included as part of the surveying task. • To avoid rednndancj' in project efforts, 8112 will utilize and rely upon t/Je 10p/ration, data, or materials provided by the Co/ or others in relation to the work, unless otherwise specified below. GENERAL PROJECT TASKS Task 1— Project Management Objective: Organize, manage, and coordinate technical disciplines to perform the Scope of Work in close coordination with City staff. Approach: 1.1 1.2 1.3 Prepare meeting agendas and maintain ongoing communication with City staff as described in this Scope of Work. Prepare meeting minutes for meetings with City staff described in this Scope of Work. Prepare monthly invoices, progress reports, and schedule updates. RH2 Deliverables: • Meeting agendas for meetings listed in this Scope of Work. • Meeting minutes for meetings listed in this Scope of Work. • Monthly invoices with attached schedule adjustments, accomplishments, and future work outline. Task 2 — Topographic Survey Objective: Acquire up-to-date electronic survey data of the project sites for design purposes and conduct a title search for the Beech Street Lift Station site to verify property ownership. Utility locates on private property will be performed by a private utility locate company. RH2 will subcontract with a surveyor for the survey work under this Task. Approach: 2.1 Coordinate with surveyor and City staff and provide utility potholing at up to six (6) locations. 2.2 Coordinate with surveyor to conduct lift station site title search and acquire up-to-date electronic survey data, including surface features, existing sewer manholes and invert piping elevations, existing sediment depths, and existing underground utility locations along pipeline alignments and on the lift station site. 3 8/21/2(11; 8:41 \M \\rh2\ai<\Richland \Dara\l Ali\i1;-XNN\Pnq \ran\Contract \PSA_SO\C_I3cech Street I.S and P\l.docs City of Yakima Beech Street Lift Station and Force Main ORIGINAL l PAGE NO I O OF?y PAGES Exhibit A Scope of Work 2.3 Review existing topographic survey information and update survey drawings based on site review. RH2 Deliverables: • One (1) electronic copy of the AutoCAD® survey files (AutoCAD® and PDF formats) will be provided to the City. Task 3 — Supplemental Services Objective: Provide additional services as required by the City. Approach: 3.1 Provide additional services as may be required to complete the project as requested and authorized by the City. R1-12 shall submit a budget estimate for supplemental services requested by the City. The City shall provide written authorization to proceed with any supplemental services. RH2 Deliverables: • Budget estimate for supplemental services. • Other deliverables as requested by the City under the authorization for any supplemental services. PHASE 1— RUDKIN ROAD LIFT STATION Task 1— 60 -percent Plans and Cost Estimate Objective: Develop 60 -percent design plans and construction cost estimate for the Rudkin Road lift station improvements. Approach: 1.1 Meet with the City to determine design criteria. 1.2 Prepare 60 -percent standard plans (cover sheet, indexes, vicinity map, general notes and details). 1.3 Prepare 60 -percent temporary bypass pumping system connection plans. 1.4 Prepare 60 -percent automatic transfer switch (ATS) replacement plans. 1.5 Prepare 60 -percent hghtning protection plans. 1.6 Prepare 60 -percent design construction cost estimate. 1.7 Conduct one (1) meeting with City staff to review 60 -percent plans. 1.8 Perform in-house quality assurance/quality control (QA/QC) plan review and incorporate comments from the 60 -percent review meetings into the design plans. RH2 Deliverables: • Three (3) half-size plan sets at 60 -percent review. • Preliminary cost estimate in a PDF format emailed to the City 4 8/21/2015 8:41 AM \\rh2\dh\ Richland \ Data \\AIC\715-XXX\Prot \Ian\Contract \PSA_SO\C_Rccch Street 15 and P\(.docs City of Yakima Beech Street Lift Station and Force Main ORIGINAL ( PAGE NO I ( OF :Y PAGES Exhibit A Scope of Work Task 2 — 90 -percent Plans, Specifications, and Cost Estimate Objective: Develop 90 -percent design plans, specifications, and construction cost estimate for the Rudkin Road lift station improvements based on the decisions made during the 60 -percent design phase. Approach: 2.1 Prepare 90 -percent standard plans (cover sheet, indexes, vicinity map, general notes and details). 2.2 Prepare 90 -percent temporary bypass pumping system connection plans. 2.3 Prepare 90 -percent ATS replacement plans. 2.4 Prepare 90 -percent lightning protection plans. 2.5 Prepare 90 -percent non-technical and technical specifications. 2.6 Prepare 90 -percent design cost estimate. 2.7 Conduct one (1) meeting with City staff to review 90 -percent plans and specifications. 2.8 Perform in-house QA/QC review and incorporate comments from the 90 -percent review meetings into the design plans and specifications. RH2 Deliverables: • Three (3) half-size plan sets at 90 -percent review. • PDF and one (1) paper copy of technical and non-technical specifications will be provided at 90 -percent review. • Updated cost estimate in a PDF format emailed to the City. Task 3 — Final Plans, Specifications, and Cost Estimate Objective: Develop final design plans, specifications, and construction cost estimate for the Rudkin Road lift station improvements based on the decisions made during the 90 -percent design effort. Approach: 3.1 Prepare final standard plans (cover sheet, indexes, vicinity map, general notes and details). 3.2 Prepare final temporary bypass pumping plans. 3.3 Prepare final ATS replacement plans. 3 4 Prepare final hghtning protection plans. 3.5 Prepare final specifications. 3.6 Prepare final design cost estimate. 3.7 Perform in-house QA/QC review on plans and specifications. RH2 Deliverables: • Final plan sets include three (3) half-size plan sets and one (1) full-size plan set. • PDF and three (3) paper copies of final technical and non-technical specifications. • Final construction cost estimate in a PDF format. 5 8/21/2015 8:41 ASI \\rh2\dA\Richland \ Data \1 AK\71 5-XXX\Pro) \Ian\Contract \PSA_SO\C _Beech Street LS and cs City of Yakima Beech Street Lift Station and Force Main ORIGINAL I PAGE NOq- OF), -.1 PAGES Exhibit A Scope of Work Task 4 — Services During Bidding Objective: Assist the City during the bidding process. Approach: 4.1 Prepare and compile one (1) complete set of plans and specifications in PDF format for bidding. 4.2 Assist the City with the advertisement for bids as necessary. 4.3 Respond to contractor or supplier questions during the four (4) -week bidding period. 4.4 Issue up to two (2) addenda if needed to clarify, revise, or change construction plans, technical specifications, or project conditions during the bidding process. 4.5 Attend bid opening and prepare bid tabulation. 4.6 Review the lowest bidder information, contact up to five (5) references, and provide contract award recommendation to the City. The Cita will conduct contract award and execution RH2 Deliverables: • PDF of bidding documents. • PDF and DWF plan sets. • Bid tab (via email). • Bid recommendation letter. Assumption: The project will be bid using QuestCD1V or an equivalent alternative site. PHASE 2 — BEECH STREET LIFT STATION AND FORCE MAIN Task 1— 30 -percent Plans and Cost Estimate Objective: Evaluate alternative lift station design concepts and prepare preliminary design plans and cost estimates for the lift station, force main, discharge structure improvements, and gravity main from Race Street along 15rhi Street to Beech Street and east into the lift station. Approach: Task 1.1: Preliminary Design Alternatives Analysis and Existing Data Evaluation 1.1.1 Evaluate construction records and other information provided by the City. 1.1.2 Evaluate submersible versus a wet well/dry well sewer lift station alternative. Develop one conceptual layout alternative and a preliminary cost estimate for each of the two facility types. Evaluate diesel pumping versus an emergency generator for pumping during power failures. Prepare a technical memorandum summarizing analysis and alternatives. The memorandum will include a design criteria and equipment preferences checklist that will contain a comprehensive list of various site, structural, mechanical, equipment, electrical, and telemetry criteria and equipment choices. 1.1.3 Conduct one (1) meeting with City staff to review the design criteria and select the preferred lift station alternative and equipment. Task 1.2: Develop Standard Lift Station Plans 1.2.1 Create a cover sheet, including sheet index and vicinity map. 6 8/2J/20158,41 t\\I \\rh2\dh\Richland \ Data \\ AI:\715-XXX\Prot Man \ Contract \PSA_S(1\G_Becch Street LS and FM.doex City of Yakima Beech Street Lift Station and Force Main ORIGINAL ( PAGE NO I' OE2t( PAGES Exhibit A Scope of Work 1.2.2 Create a general notes sheet. Task 1.3: Lift Station Site Design 1.3.1 Develop site, temporary erosion and sedimentation control (TESC), and grading/surface restoration plans. Task 1.4: Lift Station Architectural and Structural Design 1.4.1 Prepare conceptual architectural plans of the proposed lift station building. It is assumed that the lip station mill include a below -grade cast -in-place lvetivell as much as 20 feet below grade, an above -grade build/11,g with concrete footings and slabs, concrete mason?), unit (C111U) halls, and wood -famed roof with standing seam metal roof 11g. 1.4.2 Develop 30 -percent structural layout plans for the proposed wetwell improvements. 1.4.3 Develop 30 -percent structural layout plans for the proposed building. 1.4.4 Develop 30 -percent structural layout plans for the proposed discharge structure improvements. Task 1.5: Lift Station Mechanical Design 1.5.1 Select pumps for the proposed lift station. 1.5.2 Develop 30 -percent mechanical plans and elevation. Task 1.6: Lift Station Electrical Design 1.6.1 Develop 30 -percent electrical, generator, and telemetry plans. Task 1.7: Force Main and Gravity Main Design 1.7.1 From the survey data and existing utility mapping, develop base maps for the 15th Street and Beech Street sewer improvements and the existing Speedway Trunk Interceptor gravity sewer main, including manholes, potential access points and other utilities along the sewer pipe alignments. 1.7.2 Prepare 30 -percent design plans for the proposed force mains and gravity mains to include up to three (3) force main pipes to be shp hned through the existing 36 -inch diameter Speedway Trunk Interceptor, the 8 -inch diameter gravity main from the Race Street lift station to Beech Street along 15th Street, the temporary force main pipe from the new lift station to the existing 15th Street gravity main and the 30 -inch diameter gravity main on Beech Street from 15th Street to the new hft station. Task 1.8: Plans and Cost Estimate 1.8.1 Compile 30 -percent plan sheets, perform in-house QA/QC review, and develop construction cost estimate. Submit to City for review. 1.8.2 Consult with Buno Construction on the force main slip lining constructability, access and work space issues, and cost estimate. 1.8.3 Conduct one (1) meeting with City staff to review 30 -percent plans. 1.8.4 Incorporate comments from the 30 -percent review meetings into the design plans. RH2 Deliverables• • Lift station and emergency pumping alternatives analysis technical memorandum. • Three (3) half-size plan sets at the 30 -percent review level. 7 8/21/2815 8:41 AM \\rh2\dt�\Richland \ Data \I Ali \71 i-XXX\Prof \ lan\Gmtract\PSA_S1)\C_Beech Street IS and PJLclocx City of Yakima Beech Street Lift Station and Force Main ORIGINAL PAGE NO I i OF o2 LI PAGES Exhibit A Scope of Work • Preliminary construction cost estimates in PDF will be emailed to the City. Task 2 — Geotechnical Investigation Objective: Acquire geotechnical information for soil and groundwater conditions at the proposed lift station site, and along Beech Street for the Beech Street gravity sewer main. Evaluate geotechnical soil and groundwater conditions to support design and construction, and prepare recommendations/specifications for shoring and groundwater control during excavation and for foundations for the lift station and sewer main trench. Approach: 2.1 Subcontract with a Geotechnical subconsultant to conduct field investigations and compile geologic information for the lift station and gravity main. Investigate deep soil and groundwater conditions at the lift station site and along the gravity main alignment by drilling up to three (3) small diameter soil borings up to 30 feet deep, and one (1) larger diameter boring up to 40 feet deep. Complete the small diameter borings as monitoring wells, and finish the large diameter boring as a dewatering test well. Investigate shallow soil conditions at the lift station and gravity main using a backhoe to construct two (2) to four (4) test pits. 2.2 Prepare a geotechnical report with foundation information for the lift station, connecting gravity mains and force main, including bearing and earth pressures, groundwater conditions, shoring systems, and dewatering recommendations; recommendations for stabilizing the deep excavation at the lift station and gravity mains; and other pertinent information required for the design and construction of the proposed below- and above -grade structures. 2.3 Conduct a one (1) -day pumping test at the dewatering test well to refine the estimate of dewatering requirements and costs, if warranted (optional) Assumptions: CO/ assistance is needed for site access and n'olming 111 roadway. RH2 Deliverables: • Two (2) hard copies of the geotechnical report and two (2) CDs, one (1) each for the City and RH2. Task 3 — Permitting Objective: Develop and submit the applications for owner -required permits for construction of the Beech Street Lift Station and Force Main. It is anticipated that a State Environmental Poli y Act (SEPA) Checklist, Shoreline Substantial Development Permit (SSDP), ROW use permit, building penult, and construction easement permit within the Washington State Department of Transportation (U2'SDOT) ROW will be required. Approach: 3.1 Coordinate with regulatory agencies for obtaining owner -required permits for construction. 3.2 Meet with \X/SDOT to discuss construction access and work space limitations for the force main construction. \X/SDOT comments/requirements will be used for developing construction plans and specifications. 3.3 Prepare State Environmental Policy Act (SEPA) checklist. Coordinate with City to process and publish the SEPA. 3.4 Prepare Shoreline Substantial Development Permit (SSDP). It is anticipated that the SSDP will be submitted along with the SEPA application. 3.5 Compile and submit permit applications for agency review. 8/21/2015 8:41 AM 8 \\rh2\dfc\Richland\Data \l AK\715-SSS\Proj \lar\(.mtract\PS \_SO\C._Bcech Street LS and 1'\1.docx City of Yakima Beech Street Lift Station and Force Main ORIGINAL I PAGE NO 5 OF 1Y PAGES Exhibit A Scope of Work 3.6 Revise permit applications as required for agency review. Assumptions: • RH2 has prepared the permitting task based on anticipated pelililt requirements. Additional pe17mts may be required This Scope of Work will be amended for additional permitting lvolk, If required • This Scope of !Volk assumes an SSDP wall be required for this project since It is within 200 feet of Buchanan Lake. RH2 mill coordinate with the CO'early 111 the permit process to determine if a shoreline exemption can be granted for the project. • All permit fees will be paid for directly by the Cite. • RH2 cannot warrant or guarantee ageng, approvals or the timeline of agency review dunng the permitting process. RH2 Deliverables: • Two (2) hard copies of the permit applications to each regulatory agency, one (1) electronic copy (PDF) for the City. Task 4 — 60 -percent Plans, Specifications, and Cost Estimate Objective: Develop 60 -percent design plans, specifications, and construction cost estimate for the lift station, force main, and discharge structure improvements based on the decisions made during the 30 -percent design task. Approach: 4.1 Prepare 60 -percent standard plans (cover sheet, indexes, vicinity map, general notes and details). 4.2 Prepare 60 -percent site plans and details. 4.3 Prepare 60 -percent architectural plans and details. 4.4 Prepare 60 -percent structural plans. 4.5 Prepare 60 -percent mechanical plans. 4.6 Prepare 60 -percent electrical, generator, control systems and telemetry plans. 4.7 Prepare 60 -percent force main and gravity main plans. 4.8 Prepare 60 -percent technical and non-technical specifications. 4.9 Prepare 60 -percent design construction cost estimate. 4.10 Conduct one (1) meeting with City staff to review 60 -percent plans and specifications. 4.11 Perform in-house QA/QC review and incorporate comments from the 60 -percent review meetings into the design plans and specifications. RH2 Deliverables: • Three (3) half-size plan sets at 60 -percent review • PDF and one (1) paper copy of technical and non-technical specifications will be provided at 60 -percent review. • Updated construction cost estimate in a PDF format emailed to the City. 9 8/21/20158,11 \\1 \\d,2\dts\Rtdhtand\Data \l AK\715-XXX\Pro) \fan\Contract \PSA_SO\D_Bccch Street LS and F\Ldoca City of Yakima Beech Street Lift Station and Force Main ORIGINAL ! PAGE NO 1(2 OF21 PAGES Exhibit A Scope of Work Task 5 — 90 -percent Plans, Specifications, and Cost Estimate Objective: Develop 90 -percent design plans, specifications, and construction cost estimate for the lift station, force main, and discharge structure improvements based on the decisions made during the 60 -percent design phase. Approach: 5.1 Prepare 90 -percent standard plans (cover sheet, indexes, vicinity map, general notes and details). 5.2 Prepare 90 -percent site plans and details. 5.3 Prepare 90 -percent architectural plans and details. 5.4 Prepare 90 -percent structural plans. 5.5 Prepare 90 -percent mechanical plans. 5.6 Prepare 90 -percent electrical, generator, control systems and telemetry plans. 5.7 Prepare 90 -percent force main and gravity main plans. 5.8 Prepare 90 -percent technical and non-technical specifications. 5.9 Prepare 90 -percent design cost estimate. 5.10 Conduct one (1) meeting with City staff to review 90 -percent plans and specifications. 5.11 Perform in-house QA/QC review and incorporate comments from the 90 -percent review meetings into the design plans and specifications. RH2 Deliverables: • Three (3) half-size plan sets at 90 -percent review. • PDF and one (1) paper copy of technical and non-technical specifications will be provided at 90 -percent review. • Updated construction cost estimate in a PDF format emailed to the City. Task 6 — Final Plans, Specifications, and Cost Estimate Objective: Develop final design plans, specifications, and construction cost estimate for the hft station, force main, and discharge structure improvements based on the decisions made during the 90 -percent design effort. Approach: 6.1 Prepare final standard plans (cover sheet, indexes, vicinity map, general notes and details). 6.2' Prepare final site plans and details. 6.3 Prepare final architectural plans and details. 6.4 Prepare final structural plans. 6 5 Prepare final mechanical plans. 6.6 Prepare final electrical, generator, control systems and telemetry plans. 6.7 Prepare final force main and gravity main plans. 6.8 Prepare final specifications. 6.9 Prepare final design cost estimate. 10 8/21/2015 8:41 AU \\rh2\df.\Richland \ Data \ YAK \71 i-XXX\Pro] Man \ Contract \PSA_S( )W_I$cch Street LS and 551 docx City of Yakima Beech Street Lift Station and Force Main ORIGINAL I PAGE NO1-7 OF _y PAGES Exhibit A Scope of Work 6.10 Perform in-house QA/QC review on plans and specifications. RH2 Deliverables: • Three (3) half-size sets and one (1) full-size set of final design plans. • PDF and three (3) paper copies of final technical and non-technical specifications. • Final construction cost estimate in a PDF format. Task 7 — Public Meeting Objective: Develop figures, information flyers, and documents for a public meeting that provides background information on the project and an opportunity for community questions and input. Approach: 7.1 Prepare figures and handouts for public meeting. 7.2 Attend one (1) public meeting. RH2 Deliverables: • Public meeting documents Task 8 — Services During Bidding Objective: Assist the City during the bidding process. Approach: 8.1 Prepare and compile a complete set of plans and specifications in PDF format for bidding. 8.2 Assist the City with the advertisement for bids as necessary. 8.3 Respond to contractor or supplier questions during the four (4) -week bidding period. 8.4 Issue up to two (2) addenda if needed to clarify, revise, or change construction plans, technical specifications, or project conditions during the bidding process. 8.5 Attend bid opening and prepare bid tabulation. 8.6 Review the lowest bidder information, contact up to five (5) references, and provide contract award recommendation to the City. The Ci'y null conduct contract anarzl and execution. RH2 Deliverables: • PDF of bidding documents. • PDF and DWF plan sets. • PDF of Bid tab (via email). • Bid recommendation letter. Assumption: The pr ject null be bid ausangQuestCD1\T or an egmvalent alternative site. PHASE 3 — BEECH STREET INTERCEPTOR Task 1— 30 -percent Plans and Cost Estimate Objective: Develop 30 -percent design plans and construction cost estimate for the Beech Street gravity sewer main from Washington Middle school along Beech Street to 15th Street. 11 8/21/2015 8:41 4\1 \\rh2\dts\Richland\Data\1 9K\i15-XNX\Pro] \lan\Contract \PSA_SOW_Beeeh Street LS and PV doex City of Yakima Beech Street Lift Station and Force Main ORIGINAL ( PAGE NO I r OF 2YPAGES Exhibit A Scope of Work Approach: 1.1 Prepare 30 -percent standard plans (cover sheet, indexes, vicinity map, general notes and details). 1.2 Prepare 30 -percent gravity sewer main plans and details. 1.3 Prepare 30 -percent design construction cost estimate. 1 4 Conduct one (1) meeting with City staff to review 30 -percent plans. 1.5 Perform in-house QA/QC review and incorporate comments from the 30 -percent review meetings into the design plans. RH2 Deliverables: • Three (3) half-size plan sets at 30 -percent review. • Preliminary construction cost estimate in a PDF emailed to the City. Task 2 — 60 -percent Plans and Cost Estimate Objective: Develop 60 -percent design plans and construction cost estimate for the Beech Street gravity sewer main based on the 30 -percent review comments. Approach: 2.1 Prepare 60 -percent standard plans (cover sheet, indexes, vicinity map, general notes and details). 2.2 Prepare 60 -percent gravity sewer main plans and details. 2.3 Prepare 60 -percent design construction cost estimate. 2.4 Conduct one (1) meeting with City staff to review 60 -percent plans. 2.5 Perform in-house QA/QC review and incorporate comments from the 60 -percent review meetings into the design plans and specifications. RH2 Deliverables: • Three (3) half-size plan sets at 60 -percent review. • Updated construction cost estimates in a PDF format emailed to the City. Task 3 — 90 -percent Plans, Specifications, and Cost Estimate Objective: Develop 90 -percent design plans, specifications, and construction cost estimate for the Beech Street gravity sewer main based on the decisions made during the 60 -percent design phase. Approach: 3.1 Prepare 90 -percent standard plans (cover sheet, indexes, vicinity map, general notes and details). 3.2 Prepare 90 -percent gravity sewer main plans and details. 3.3 Prepare 90 -percent technical and non-technical specifications. 3.4 Prepare 90 -percent design cost estimate. 3.5 Conduct one (1) meeting with City staff to review 90 -percent plans and specifications. 3.6 Perform in-house QA/QC review and incorporate comments from the 90 -percent review meetings into the design plans and specifications. 12 8/21/201 8:41 4\I \\rh2\dfs\R, hl.and\Dara\l Ali\715-N X\Pru) \Man\Contract \PSA_SO\\_Beech Street LS and P\I docx City of Yakima Beech Street Lift Station and Force Main ORIGINAL I PAGE NO tl OF 2(1 PAGES Exhibit A Scope of Work RH2 Deliverables: • Three (3) half-size plan sets at 90 -percent review. • PDF and one (1) paper copy of technical and non-technical specifications will be provided at 90 -percent review. • Updated construction cost estimate in a PDF emailed to the City. 13 8/21/2(115 8:4I ,\\l \\rh2\\Richland \ Data \) Ali\715-XXN\Pro) Man \ Contract \PSA_SO\\ _Beech Street LS and P\Ldocx ORIGINAL / PAGE NO020 OF ?Y PAGES EXHIBIT B City of Yakima Beech Street Lift Station and Force Main Estimate of Time and Expense Description Total Hours Total Labor Total Subconsultant TotalExpense - Total Cost Task 1 Project Management 11 Prepare meeting agendas and maintain communication 1 2 Prepare meeting minutes 1.3 Prepare monthly invoices Subtotal 26 $ - 4,400 $ $ , -- $' '110 $ 4,510 28 $ 4,816 5.' '- ' ,- $ .120 $.' ,'4,936 32 $ 5;156 $ $ ' 228 - $ 129 $ - 5,285 . 86 . , 5. ' 14,372 $ r- - $ 359 $ 14,731 Task 2 Topographic Survey 2.1 Utility potholes at up to six (6) locations 2 2 Conduct survey and lift station site title search 2.3 Review topographic survey and update drawings 5. 22, 5 .. , 855 $ 1;160- $ ;16a$ . 3;268 ..4,025 27,600 $ . . $... 21 $ .112 $ 357. $ 4,901 $ 28,872 $ . . 3,625 Subtotal 35 $ 5,283 $ 31,625 $ 490 $ 37,398 Task 3 Supplemental Services 3.1 Provide additional services as requested by City 48: $ " • 23,310 1,635 5 24,945 Subtotal 148 • 23,310 $ 1,635 $ , 24,945 Subtotal General Project Tasks I' 269 I $ 42,965 1 $ 31,6251 $ '2;484'I $ 77,074 Phase 1- Rudkin Road Lift Station , - , , e - - , -„ . , • , - ,4,060 $ _' , - $ , Task 1 60 -percent Plans and Cost Estimate 4,359 , $ 3232 $ ' ' - $ '126 $ ' . 3,858 11 Meet with City to determine design criteria 4,064 12 ' '$ . 2,232 $ 4,198 - $ ' 228 $ , 2,460 1 2 Prepare 60 -percent standard plans $ . , 4 . $ 536' $ 20,800 r- 5- , ' 106 $ .' 642 1.3 Prepare 60 -percent temporary bypass pumping plans 10 $ 1,488 $ - - $ • 190 $ ' 1,678 1.4 Prepare 60 -percent ATS replacement plans 25' $ •' 3,626 5• , , - - $ 106 $ ... , 3,732 1.5 Prepare 60 -percent lightning protection plans 21 ' :5. ' 3,090 '5 • - • $ ' 92 $ .3,182 1.6 Prepare 60 -percent construction cost estimate 5' , - . $ .773 $ -• . $ 47 $ 820 1.7 Conduct one (1) meeting with City to review 60 -percent plant 16 . $ 2,974 $ - $ 267 $ 3,241 1.8 Perform in-house QA/QC and incorporate comments 5' "5, ''- 876 $ '' ''- $"' -22 5 898 Subtotal 98 5• , 15,595 $ - $ 1,058 5 16,653 Task 2 90 -percent Plans, Specifications, and Cost Estimate 2.1 2.2 Prepare 90 -percent standard plans . 1, , ,. ; 0, , 134 $„ _ , , ,:$ , 41 .$ .175 Prepare 90 -percent temporary bypass pumping plans ' 3 • . ' ' $, . 434 $ -' . $ '.81 $ ' : 515 2.3 _2.4 2.5 Prepare 90 -percent ATS replacement plans 15 0' ,2,244 $ - - $ 71 $ 2,315 Prepare 90 -percent lightning protection plans ' '15 $ ' 2;244 $ _ $ 71' $ ._ 2,315 Prepare 90 -percent non-technical and technical specification, 15 $. ,. 2,336 $ - - $ . 61 $. . 2,397 2.6 Prepare 90 -percent design cost estimate 5 $ . 773 $ - $ 47 $ .. - 820 2 7 Conduct one (1) meeting with City to review 90 -percent plans and specifications , 18 ,5 - 3,106 $ - $ 329 $ 3,435 2 8 Perform in-house QA/QC and incorporate comments 7', '$ -. 1,186 $ ,- . $ 30 $' 1,216 Subtotal 79- 5. ' 12,457 $ - -$ . 731 $ 13,188 Task 3 3.1 Final Plans, Specifications, and Cost Estimate - Prepare final standard plans ' 1 . $ 134 $., - $' 141' 5' 275 3.2 3 3 3 4 3 5 Prepare final temporary bypass pumping plans 3 -$ r 434 $ - $ 81', $ 515 Prepare final ATS replacement plans 7 $ . 1,030' $ - - .5 ' 41 $ 1,071 Prepare final lightning protection plans 7- .$ 1,030 $ - ' $ 41 $ 1;071 Prepare final specifications 13 . , $ 1,928 $ - ' $ 75 $ '2,003 _ 3.6 3.7 Prepare final design cost estimate ' 4 .. $ . 639 $ . ' - 5.' - 44 $ 683 Perform in-house QA/QC 12 $ ' 1,933 $, - - 5. 48 $ - 1,981 Subtotal 47 $ :7,128 5' .. - $ ' . 471' $'.. : 7,599 Task 4 4 1 Services During Bidding Prepare and compile plans and specifications for bidding ' 8 - '$ • . - 1,036 $ ' ' ' ' -. .5 . ' 264 $ 1,300 4 2 Assist the City with advertisement 1 $ . 166 .5 - $ ' 5 $ 171 4.3 4 4 4 5 Respond to contractor or supplier questions -7' "$ "' , 1,154 $ , - 5' ` . . 29 $ , 1,183 Issue up to two (2) addenda 9 $ 1,496 $ ' - $ - ' 38 $ ' 1,534 Attend bid opening and prepare bid tabulation 6 -$ 996 $ - $ '198 $ 1,194 4 6 Review bidder information and provide award recommendation to City ,4 $ 624' $ - - , - $ , 17 $ ,.... 641 Subtotal ' 35 ' .$' ' 5,472 $ ' ' ' - '5 551 $ 6,023 • Subtotal Phase 1- Rudkin Road Lift Station Tasks 259 $ - . 40,652 $ 2,810 $ 43,462' Phase -2 - Beech Street Lift Station and Force Main. Task 1 30 -percent Plans and Cost Estimate 1.1 Preliminary Design Alternatives Analysis and Existing Data Evaluation 111 Evaluate construction records and information provided by City 1 1 2 Develop lot station and generator alternatives analysis, prepare memorandum 1.1 3 Conduct one (1) meeting with City to review criteria 120' ' 5 .. 6,004 $ • ' 18,904 $ . 480 $ 1,299 16 5. 2,928 $ - 247. 5 $ 6,484 $ 20,203 $ 3,175 Subtotal 175 5' . ' 27,836 $ 2,025 5, - ..29,861 1.2 121 1.2.2 Develop Standard Lift Station Plans Create cover sheet Create general notes sheet '5 434 • 434 $ 71 5 71 $ .505 $ 505 Subtotal 6 .5 $. . 142 $ 1,010 1.3 Lift Station Site Design 1.3 1 Develop site, TESC, and grading/surface restoration plans 60 5, 8,634' $ . 9,735 Subtotal 60 8,634 1,101 $. 9,735 1.4 Lift Station Architectural and Structural Design 1.4 1 Prepare conceptual architectural plans 1 4.2 Develop 30 -percent structural layout plans for proposed wetwell 14.3 Develop 30 -percent structural layout plans for proposed building 14.4 Develop 30 -percent structural plans for discharge structure Subtotal 8182'dlsrR,chian4.Data,VAK,715'x0,Prot Man,Contract,PSA_FEE_Beech Street LS am FM xisx 28 -'$ - ,4,060 $ _' , - $ , 299 $', 4,359 25 $ 3232 $ ' ' - $ '126 $ ' . 3,858 • 27 $ - 4,064 $ - $ - -134 $ 4,198 58 $ ' 8,944' $ - $ 306 $ . , . 9,250 138 ' :5-,, 20,800 $ ' ' ' '- ' $ 865 $ • 21,665' 8+21 2015 8 32 AM Exhibit B City of Yakima Estimate of Time and Expense ORIGINAL I PAGE NO J-1 OF 2f PAGES Description Total Hours , Total Labor 'Total Subconsultant. . Total Expense Total Cost , 1.5 Lift Station Mechanical Design 1.5 1 Select pumps for proposed lift station 1 5 2 Develop 30 -percent mechanical plans and elevation Subtotal 34' $ i! 5,648 $ ` - $ . 307' $ .. , 5,955 68 ' $ 10,976 5' - $ ' 889 ,5 •' 11,865 , 102., $ ' 16,624 $ - , , - $ 1;197 $ _ . 17,821 1.6 Lift Station Electrical Design 1 61 Develop 30 -percent electrical, generator, and telemetry plan 62 $ ,'9,086 $ 257 9,343 Subtotal 62 $ 9,086 $• 257 9,343 1.7 1.7.1 172 Force Main and Gravity Main Design Develop base map with survey and existing utilities $ ' 8,016 5 $ • 1,080 $ • • 9,096 Prepare 30 -percent design plans for proposed force main and gravity mains 172 5., 25,088 $ 3,292 .$ r 28,380 Subtotal ' 228.. 5. , 33,104 .$ 4,373 5 37,477, 1.8 181 1.8 2 1.8.3 1.8.4 Plans and Cost Estimate Compile 30 -percent plans, perform in-house QA/QC, and develop construction cost estimate Consult with Buno Construction on force main constructabllity 56 28 $ ' 8;804' $ • 4,560 5,750 Conduct one (1) meeting with City staff to review 30 -percent plans Incorporate comments from review meetings • 12 ' 5 2,244 5 ,7 5„ 1,041 $ 546 $ • 279 5 • 230 .5 '81' $ ' 9,350 5• • 10,589 $ - 2,474' $ ' 1,122 Subtotal 103, "16,649 $ 5,750 5 1,136 23,535 Task 2 2.1 2.2 23 Geotechnical Investigation Conduct field investigations and drill borings Evaluate findings and prepare geotechnical report Conduct one (1) -day pumping test (optional) 20• 20 , 18 $ , • 3,980 5 34,500 $ 13,718 $ . 3,386 5'. 5, r28,750 20,700 $ 273: $ ' 97. $ , 201: $ '38,753 •5' ' 32,565 5 24,287 Subtotal 58 ' 5 , 11,084 '$ .83,950 572 $ 95,606 Task 3 Permitting 3 1 Coordinate with agencies for obtaining permits 3 2 Meet with WSDOT to discuss force main access for constructior 3.3 Prepare SEPA checklist 3 4 Prepare SSDP 3 5 Complete and submit permit applications for approval 3 6 Revise permit applications as required 24 24 40 '$ .6,676 $ 3,828 $ 20 $ 3,820 5. 6,394' $ 11,328 'S 3,228 S 5 5 5'. . 470 •$ 434 $ 145' $ '209 • $ 702 5 ' - 219 $ •, 7,146 $ •. 4,262 $ - ' 3,965 '$ . , , 6,603 $ 12,030 $ 3,447 Subtotal 222 ' $ 35,274 $ . , 2,179. $ 37,453 Task 4 60 -percent Plans, Specifications, and Cost Estimate 4 1 Prepare 60 -percent standard plans _ 4 2 Prepare 60 -percent site plans and details 4.3 Prepare 60 -percent architectural plans and details 7 134 4 4 Prepare 60 -percent structural plans 4 5 Prepare 60 -percent mechanical plans 4.6 Prepare 60 -percent electrical and telemetry plans 4.7 Prepare 60 -percent force main and gravity main plans 4 8 Prepare 60 -percent technical and non-technical specifications 4.9 Prepare 60 -percent design construction cost estimate 4 10 Conduct one (1) meeting with City staff to review 4 11 Perform in-house QA/QC and Incorporate comments • 110. 122 102 156 • 74 , 24 ,15 12 $ 1,044 $ 19,980 :5. 3,888 .5. -- 15,916 $ 18,900 $ 14,836 $ - 22,304 5 •119 5. 2;285_ .5 135 $ • • 1,163 $ 22,265 $ - 4,023 $ 5- , $ . .5 11,444 5'. ' 3,824 .$ ' 2,790 $ ' 2,132 $• 5 4,025 •5 • 572 $ 2,038 $ '421' $ . 3,248 5, . 16,488 20,938 15,257 • 29,577 $ 533 ,$ '207 $ ' " 421 -$ ' 81 11,977 $ ' 4,031 $ 3,211 $ 2,213 Subtotal 782 .$ ,.., 117,058 $ 4,025 5.., 10,057 $ . 131,140 Task 5 90 -percent Plans, Specifications, and Cost Estimate 5 1 Prepare 90 -percent standard plans 5.2 Prepare 90 -percent site plans and details 5 3 Prepare 90 -percent architectural plans and details 5 4 Prepare 90 -percent structural plans 5 5 Prepare 90 -percent mechanical plans 5.6 Prepare 90 -percent electrical and telemetry plans 5 7 Prepare 90 -percent force main and gravity main plans 5 8 Prepare 90 -percent specifications 5.9 Prepare 90 -percent design construction cost estimate 5 10 Conduct one (1) meeting with City staff to review 5.11 Perform in-house QA/QC and incorporate comments 3 82 • '32 5 434 • $• - 12,518 $ 4,756' 5 5 $ 76 • 5 1,300 '$ 156 66 60 70 58 28 - $' ' ' 9,506 5 -10,320 5 8,904 5 „ 10,504 5 , 8,880 '5 , 4,612 :5' 2,790 5 •" ' ' 5,836 5' 5 $ ' 353 $ 1,053 $ - , 273_ $ ' 1,275 $ 359 '$ 254 '$ • 475 $ 173 $ 510 5 ' . 13,818 $ 4;912 $ 9,859 $ 11,373 5 . 9,177 $' , '- 11,779 $ '9,239 $ 4,866 $ 3,265 $ 6,009 Subtotal 512 ,' $ ,' 79,060 ,S .. 5,747. $ 84,807 Task 6 Final Plans, Specifications, and Cost Estimate 6.1 Prepare final standard plans 6.2 -__ Prepare final site plans and details 6.3 Prepare final architectural plans and details 6.4 Prepare final structural plans 6 5 Prepare final mechanical plans 6.6 Prepare final electrical and telemetry plans 6.7 Prepare final force main and gravity main plans 6 8 Prepare final specifications 6.9 Prepare final design cost estimate 6 10 Perform in-house QA/QC Subtotal 2 $ - , 268 $ ,. - $ - 672 $ „ ' 940 '33 , ,$ , 4,911 $ - - '$ 588 $s 5,499' 12 -$ - 1,736 $ -'.5 81 $ ' , , 1,817 59 . $ 8,227 5' - $ 341 $ 8,568 32' • $ • •.• • 4,952 $ - '- $ •' y 534 $ 5,486 ' 28 $_ 4,120 $. = $ 153; $, 4,273 36 ' $ 5,704 $ 660 5 6,364 54 $ 8,138 5 .,. - $ 396 .' $ " 8,534 15, .$ 2,486 $ - - $ ' , 146 $ 2,632 . 12 , '5., 2,132 $ -' . 5 53 5 2,185 283 ' $ , 42,674 5. - $ - 3,623 $ ' 46,297 Task 7 71 72 Public Meeting Prepare figures and handouts for public meeting Attend one (1) public meeting open house 18 2,624 $ 598 3,222 , 18 , 3,300 .5 83 3,383 Subtotal 36 5,924 -5 ` 681 ,$ 6,605 Task 8 8.1 8.2 8.3 8.4 8.5 8.6 Services During Bidding Prepare and compile plans and specifications for bidding Assist the City with advertisement as necessary Respond to contractor or supplier questions Issue up to two (2) addenda Attend bid opening and prepare bid tabulation Review bidder information and provide award recommendation to City 32 $ .4,398 $ ' 332 5- 42 • 24 $ 7,072 $ .3,920 -$ - 1,328' $ '- 1,412 5 5 $ 425 $ 9. $ 205 -$ . 264 $ 207 -$ 36 '5 4,823 $' „ 3 341 $ 7,277 $ _ 4,184 $ • 1;535 $ 1,448 Subtotal 116 $ - 18,462 $ ' 1,147 $ . 19,609 SubtotalPhase'2 - Beech Street Lift Station and Force Main Tasks 2883 ' $443,137 , 5 93,725 $ 35,100: $ 571,962 \ rh241s'R,chia,M,Data,VAK\1lS-XXX.Prq Man ContraclPSA_FEE Beed Slreal CS and FM dsx 821.015 8 32 AM Exhibit B City of Yakima Estimate of Time and Expense ORIGINAL ( PAGE NO 2'2OF 21 PAGES Description Total Hours Total Labor Total Subconsultant., Total Expense Total Cost Phase 37 Beech Street Iriterceptoi'. - - _ - - • - - - _' ' _ "' " •` ' - "' ' - Task 1 1.1 30 -percent Plans and Cost Estimate . - - - - Prepare 30 -percent standard plans • 3 $ 434 ' $ ' -- $71 $ 505 1.2 Prepare 30 -percent gravity sewer main plans and details _, 58 , ,$, • 8;368 $ - ,$ • 1;114 $ ' 9,482 1.3 1.4 1.5 Prepare 30 -percent design construction cost estimate 7 ' .$ - - ' ' 1,044 $ - .5 110 5" 1,154 Conduct one (1) meeting with City to review 30 -percent plans-$- 255 $ 2,499 Perform in-house QA/QC and incorporate comments 10 , $1... - t 1,552 $ - , - $ , , 146 $ - 1,698 Subtotal 90 - $ 13;642 $'- - $ 1,695 -$ " 15,337 Task 2 60 -percent Plans and Cost Estimate , 2.1 2.2 2.3 Prepare 60 -percent standard plans - 5 .$ '_ 702 $ . - •5 105 $ 807 Prepare 60 -percent gravity sewer main plans and details 108', $ 15,896 $ -_'$,, 1,962 $ 17,858 Prepare 60 -percent design construction cost estimate ' 10 '' $ ' ', 1,584 $ " ' . - ' $ • 123 $ 1,707 2.4 Conduct one (1) meeting with City to review 60 -percent plans 10 , • .$ 1,870 5' ' - $ • 245 5 2,115 2.5 Perform in-house QA/QC and incorporate comments 6 $ 952 $ - $ 104, $ _ 1,056 Subtotal 139 . $ ' ' 21,004 5' . _ -. $ ' 2,539 5 i " 23,543 Task 3 90 -percent Plans, Specifications, and Cost Estimate _' - - • , 31 3.2 Prepare 90 -percent standard plans �4 $ , •536 $ - $ , , ' 101 $ _ .637 Prepare 90 -percent gravity sewer main plans and details 36 $ 5,208 $ . - , - $ 678 $ ' 5,886 3.3 ._3.4 3.5 3 6 Prepare 90 -percent specifications - '47 , $ ' - "' . 7,116 $ . ',. 5' ' . 370 $ .•7,486 Prepare 90 -percent design cost estimate - 9 $ - 1,428 •5 - $ 119 $ 1,547' Conduct one (1) meeting with City to review 90 -percent plans and specifications , 10 ', '$ ' . 1;870 $ • - $ 311- $ 2,181, Perform in-house QA/QC and incorporate comments _ 14, $' • 2,468 .$ ' = $ _ 142 $ , , 2,610 Subtotal ` 120 -$ " 18,626 $ •- 5 1,720 $ 20,346 Subtotal Phase 3 - Beech, Street Interceptor Tasks ' 349 - , .$ ... , ' 53,272 $., 5,955 $ ' 59,227 PROJECT TOTAL' 3760 I $ 580,026 $+ 125,350 I $ 46,348;I- $ 751,724 'rn2'd1s-R,chland,0ata,VAK,715 XXX -Prot Man'Contract,PSA_FEEBeech Street LS ano FM xlsx 8.212015832 AM • ORIGINAL ( PAGE NO 2_3 OF2 i PAGES S01,01 10511 AAI 411, ex 1.1,nu12015 Peet, St NF,1Ir,,n, ,,WS l_FEE_&vccM1 Strtet I l and FA1 J+, 1 - EXI-IIBIT' B RH2" ENGINEERING, INC. SCHED.ULE.-OF,RATES AND CHARGES - 2015.HOURLY.RATES. • ' _ _ , CLASSIFICATION ,,RATE , , CLASSIFICATION . .., 'RATE' Professional IX $208.00 Technician IV $134.00 Professional VIII $208.00 Technician I11 $126.00 Professional VII $199.00 Technician II $94.00 Technician 1 $89.00 Professional VI 8184.00 Professional V $176.00 Administrative V SI25.00 Professional IV $166.00 Administrative IV $105.00 Administrative III $90.00 Professional III $155.00 Administrative 11 $75.00 Professional II $146.00 Administrative 1 $63.00 Professional 1 $134.00 • IN-HOUSE'SERVICES In-house copies (each) 8.5" X 11" $0.09 CAD Plots Large $25.00 In-house copies (each) 8.5" X 14" $0.14 CAD Plots Full Size $10.00 In-house copies (each) 11" X 17" $0.20 CAD Plots Half Size $2.50 In-house copies (color) (each) 8.5" X 11" $0.90 CAD System Per Hour $27.50 In-house copies (color) (each) 8.5" X 14" $120 GIS System Per Hour $27.50 In-house copies (color) (each) 11 X 17" $2.00 Technology Charge 2.5% of Direct Labor Mileage Current IRS Rate -, OUTSIDE SERVICES , , Outside direct costs for permit fees, reports, maps, data;` reprographics, couriers, postage, and,non-mileage related travel expenses that are necessary' ` for the execution of the,prgject and are not'specifically identified elsewhere in, the cohtract'will be invoiced of cost. 1 ' All Subconsultant.services are billed-at.cost plus 15%.• • , • . •• CHANGES IN' RATES - - Rates listed here+are adjusted annually The,current schedule of rates and charges is used for billing purposes.'Payment for. work accomplished shall be based on the hourly, rates and expenses in effect at the time of billing as stated in this Exhibit. S01,01 10511 AAI 411, ex 1.1,nu12015 Peet, St NF,1Ir,,n, ,,WS l_FEE_&vccM1 Strtet I l and FA1 J+, EXHIBIT C: PROJECT SCHEDULE ORIGINAL I PAGE NO at! OFaY PAGES 7 Performance of the Scope of Work described in Exhibit A will begin immediately upon notice to proceed. Major milestones are estimated as follows: • Notice to Proceed (NTP): Expected September 2015 • Submit Draft Design Analsys Report (DAR): Within 45 Days of NTP • Submit Final DAR: Within 75 Days • Submit 30% Design Drawings: Within 120 Days • Submit 60% Design Drawings and Specifications: Within 180 Days • Submit 90% Design Drawings and Specifications: Within 210 Days • Submit Final Design Drawing and Specifications: Within 240 Days ITEM TITLE: SUBMITTED BY: SUMMARY EXPLANATION: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 9. For Meeting of: September 15, 2015 Resolution authorizing an agreement with RH2 Engineering Inc., in an amount not to exceed $751,724, to provide planning and engineering services for the recommended capital improvements described in the 2013 Wastewater Collection System Master Plan Debbie Cook, Utility Director Jeremy Hoover, Utility Engineer The existing Speedway Interceptor is a 36 inch gravity sewer located parallel to 1-82 south of Kiwanis Park. This interceptor is experiencing severe sedimentation buildup due to both poor vertical geometry and low flow. Capacity is therefore limited and reverse flow has been observed. The Speedway Interceptor discharges to a concrete junction box in Rudkin Road south of E. Nob Hill Blvd. This junction box consolidates flow from the majority of the City sewer service area, including Union Gap via the Rudkin Road lift station, prior to final conveyance under Interstate 82 to the wastewater treatment plant. The existing junction box configuration precludes effective sediment removal from the final sections of pipe leading to the treatment plant. Finally, the existing Rudkin Road lift station cannot be bypassed in the event of a failure and aging emergency power equipment limits lift station reliability during utility power outages. This contract allows RH2 Engineering to proceed with the design and engineering of a new wastewater lift station with a proposed location on Beech Street between 1-82 and 15th Street. The lift station will eliminate the gravity Speedway Interceptor capacity limitations and will service hydraulic loadings that range from existing flows to projected area build -out flows, including projected flows from mill site redevelopment. Lift station and force main construction will optimize the use of existing infrastructure by utilizing the existing gravity Speedway Interceptor as lift station force main conduit. The new lift station project includes associated gravity sewer modifications in the vicinity of the new lift station that will allow the City to decommission the aging Race Street lift station and alleviate capacity limitations identified in the City Wastewater Collection System Master Plan. The project includes Rudkin Road lift station improvements that will enable emergency bypass, the performance of required maintenance, and improved reliability during utility power interruptions. Finally, this project includes improvements to the wastewater junction box that will enable division staff to restore original hydraulic capacity by allowing the removal of decades of sediment buildup from the final sections of sewer pipe leading from the junction box to the wastewater treatment plant. Resolution: X Other (Specify): Ordinance: Contract: X Contract Term: 240 days Start Date: 9/15/2015 End Date: 5/12/2016 Item Budgeted: Yes Amount: $751,724 Funding Source/Fiscal Impact: Wastewater Strategic Priority: Improve the Built Environment Insurance Required? No Mail to: Phone: APPROVED FOR SUBMITTAL: RECOMMENDATION: ,41.6.E.1,... City Manager Staff respectfully requests that the City Council approve the Resolution authorizing the City Manager to execute the accompanying Professional Services Agreement with RH2 Engineering Inc. in an amount not to exceed $751,724.00 to provide planning and engineering services for the recommended capital improvements described in the 2013 Wastewater Collection System Master Plan. ATTACHMENTS: Description Upload Date Type D RH2 Speedway Design Resolution 8/27/2015 Coker Memo D RH2 Speedway Design Contract 8/27/2015 Contract ORIGINAL 1 PAGE NO 1 OF 3 PAGES Contract Supplemental Agreement Supplemental Agreement Number' 2 ' Organization and Address: RH2 Engineering, Inc. 114 Columbia Point Dr., Suite C Richland, WA 99352 Original Contract Number: 2015-203 Execution Date of Supplement: , 2018 City Engineering Project Number: 2365 Completion Date of Supplement: September 30, 2018 Project Title: Beech Street Interceptor, Lift Station, and Force Main Maximum Amount Payable this Supplement: $45,644 • Maximum Total Amount Payable for the Agreement: $1,069,002 Section 11.4: Supplemental Agreement The City of Yakima, Washington desires to supplement the contract agreement entered into with RH2, Engineering, Inc, and executed on September 15th, 2015 by Resolution No. 2015-117 and identified as Contract 2015-203. All provisions in the basic contract remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 11.1: Scope of Services The additional work to be performed as part of this Supplemental Contract is to provide full-time services during construction, for all work performed within the WSDOT right-of-way, for the City of Yakima Project No. 2365 - Beech Street Interceptor, Lift Station, and Force Main as detailed in Exhibit A of the attached amendment. Section 11.3: Compensation Payment for this supplemental work will, as shown in Exhibit B, not exceed $45,644. This supplemental agreement increases the total value of the overall contract and brings the combined total to $1,069,002. If you concur with this supplement and agree to the changes as stated above, please sign the appropriate spaces below and return to this office for final action. By: (Z -PC -3 EG , I By: Consultant Signature City Manager 4—tt °-() g Date CITU CONTRACT NO. 2015.-20.3 £p Z' RESOLUTION NO:R.-7t../5"--//7 ORIGINAL 1 PAGE NO 2 OF 3 PAGES EXHIBIT A Scope of Work City of Yakima Beech Street Interceptor, Lift Station, and Force Main Phase 4 — Services During Construction Supplemental Agreement No. 2 April 2018 Background During construction of the Beech Street Interceptor, Lift Station, and Force Main Project: Schedule B, the Washington State Department of Transportation (WSDOT) requested full-time construction observation services by the City of Yakima (City) or their designated representative, in addition to WSDOT's own inspection services, for all work within the WSDOT right-of-way (ROW). The City subsequently requested that RH2 Engineering, Inc., (RH2) act as an extension of the City's staff and perform the observation services requested by WSDOT as their designated representative. Project Objective This Scope of Work amends the original contract to include professional services (construction observation) during the construction of the proposed improvements within the WSDOT ROW. Project Approach Note: Phase numbering follows the phase numbering scheme included in the previous scopes of work. PHASE 4 — SERVICES DURING CONSTRUCTION Task 5 — Services During Construction — WSDOT ROW Objective: Provide construction observation services for the City during the construction of the Schedule B force main within the WSDOT ROW. Approach: Subtask 5.1: Perform On-site Construction Observation and Attend Construction Meetings 5.1.1 Conduct daily, on-site observation of construction progress within the WSDOT ROW for conformance with the construction contract documents. The Fee Estimate reflects a total of ten (10) hours per day of on-site observations by an RH2 engineer for the duration of the physical construction period within the WSDOT ROW (assumed to be seven (7) weeks) plus ancillary time for construction meetings and contract administration associated with the permit issues. 5.1.2 Prepare construction observation reports, including relevant photographs. RH2 Deliverables: • On-site construction observation within the budgeted hours authorized. Construction observation reports from site visits to be provided to the City in electronic PDF. 1 4/26/18 3:21 PM \\rh2\dfs\Bothell\Data\YAK\715-114\Contract\PSA_Amend_No. 2_SOW_Beech Street WSDOT-SDC.docx ORIGINAL 1 PAGE NO 3 OF 3 PAGES EXHIBIT B City of Yakima Beech Street Interceptor, Lift Station, and Force Main Supplemental Agreement No. 2 Phase 4 - Services During Construction Fee Estimate . . Description Total Total Labor Total Subconsultant Total Expense Total Cost Hours . . .,. Classification , . . ,, Task 5 Services During Construction - WSDOT ROW 280 42,280 _ $ 3,364 $ 45,644 5.1 Perform on-site construction observation and attend construction meetings 280 $ 42,280 $ - $ 3,364 $ 45,644 Phase 4 - Services During Construction Total I 280 1 $ 42,280 I $ „ - I $ 3,364 1 $ 45,644 WhAtlis \ Bothell \ Data\VAK \ 71S-114 \ Contract \ PSA_Arnend 2_FEE_Beech Street WSOOT.SDC,Isx 4/26/2018 3.18 PM ORIGINAL PAGE NO I OF 4-PAGES Contract Supplemental Agreement Supplemental Agreement Organization and Address: Number: 3 RH2 Engineering, Inc. 114 Columbia Point Dr., Suite C Richland, WA 99352 Original Contract Number: Execution Date of Supplement: 2015-203 3(1.t.t1 Ui, 2019 City Engineering Project Number: 2365 Completion Date of Supplement: September 30, 2019 Project Title: Maximum Amount Payable this Supplement: Beech Street Interceptor, Lift Station, and $49,958 Force Main Maximum Total Amount Payable for the Agreement: $1,118,960 Section 11.4: Supplemental Agreement The City of Yakima, Washington desires to supplement the contract agreement entered into with RH2, Engineering, Inc, and executed on September 151h, 2015 by Resolution No. 2015-117 and identified as Contract 2015-203 All provisions in the basic contract remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows Section 11.1: Scope of Services The additional work to be performed as part of this Supplemental Contract is for supporting lift station initial operational activities and to assist the City with evaluating and implementing odor control measures for City of Yakima Project No 2365 - Beech Street Interceptor, Lift Station, and Force Main as detailed in Exhibit A of the attached amendment. Section 11.3: Compensation Payment for this supplemental work will, as shown in Exhibit B, not exceed $49,958 This supplemental agreement increases the total value of the overall contract and brings the combined total to $1,118,960. If you concur with this supplement and agree to the changes as stated above, please sign the appropriate spaces below and return to this office for final action By: � -L. v t �x L L.el v- . By: Q 'cc moor. Consultant Signa ure City Manager Date CITY CONTRACT NO' "n i ".Zp�AO119 RESOLUTION NO:! - 15~1 ( ORIGINAL . PAGE NO L OF 4PAGES EXHIBIT A Scope of Work City of Yakima Beech Street Interceptor, Lift Station, and Force Main Phase 4 — Early Operational Support Phase 5 — Odor Control Implementation Amendment No. 3 January 2019 Background The City of Yakima (City) has requested that RH2 Engineering, Inc.,(RH2) prepare this Scope of Work to further support technical aspects relating to operational activities for the newly constructed Beech Street Lift Station. In addition, this Scope of Work will cover additional services necessary to help mitigate for odor related concerns, described below. The City owns and operates numerous lift stations that have generally not required odor control systems. During the design of the Beech Street Lift Station,the City requested that RH2 allow for accommodations for odor control measures to be implemented in the future should the need arise. The City has identified an intermittent issue with sewage odors associated with the lift station. Several operations and control strategies, in addition to a temporary odor treatment system, have been implemented in an attempt to mitigate for the identified issue. This Scope of Work will allow for RH2 to provide additional consulting services, as described herein,to assist the City with resolving the issue. Project Objective This Scope of Work amends the original contract to include professional services for technical support during lift station early operations and to support mitigation efforts for odor issues. Project Approach Note: Phase and task numbering follows the phase numbering scheme included in the previous scopes of work. PHASE 4 — EARLY OPERATIONAL SUPPORT Task 6 —Additional Technical Support Objective: Provide additional technical support for lift station and operational activities as requested by the City. The work includes assisting the City with additional technical matters, including troubleshooting equipment and/or operational concerns, and supporting other miscellaneous engineering related tasks as necessary to facilitate operations of the lift station. Approach: 6.1 Provide additional technical support for lift station operational activities. 6.2 Provide remote and/or on-site assistance to operators and engineering staff, when requested, to support and troubleshoot lift station operations. 1 1/10/19 9:50 AM Z:\Bothell\Data\YAK\715-114\Contract\Amend No.3\PSA_Amend_No.3_SOW_Beech Street LS Startup-Odor.docx ORIGINAL 3 PAGE NO OF II- PAGES City of Yakima Exhibit A Beech Street Lift Station and Force Main Scope of Work Phases 4 and 5—Early Operational Support and Odor Mitigations Amendment No. 3 RH2 Deliverables: • Deliverables will be identified at the time the specific task is requested by the City. PHASE 5 - ODOR CONTROL IMPLEMENTATION Task 1 —Alternatives Evaluation and Design Objective: Evaluate alternative odor control measures and/or concepts and document the findings. Prepare design plans and/or specifications, as necessary, for the City-selected alternative and provide technical support for the implementation. Approach: 1.1 Evaluate three (3)to four(4) different odor control alternatives based on effectiveness,cost, and ease of implementation and summarize the results via a technical memorandum to the City. 1.2 Conduct one (1) meeting with City staff to review the design criteria and select the preferred odor control alternative and equipment. 1.3 Prepare design plans and/or technical specifications for the City-selected odor control alternative. 1.4 Provide other technical support as requested by the City. RH2 Deliverables: • Odor control evaluation technical memorandum. • Plans and technical specifications for the selected odor control alternative in PDF format. • Other deliverables will be identified as requested by the City and relative to the odor control solution implemented. 2 1/10/19 9:50 AM Z:\Bothell\Data\YAK\715-114\Contract\Amend No.3\PSA_Amend_No.3_SOW_Beech Street LS Startup-Odor.docx ORIGINAL 3 PAGE NO 4 OFA-PAGES EXHIBIT B City of Yakima Beech Street Interceptor,Lift Station,and Force Main Supplemental Agreement No.3 Phase 4-Early Operational Support Phase 5-Odor Control Implementation Total Description Total Labor Total Expense Total Cost , Hours PHASE 4-EARLY OPERATIONAL SUPPORT Task 6 Additional Technical Support 156 $ 28,276 $ 844 $ 29,120 PHASE 5-ODOR CONTROL IMPLEMENTATION Task 1 Alternatives Evaluation and Design 114 $ 19,862 $ 976 $ 20,838 PROJECT TOTAL 270 $ 48,138 *$ 1,820` $ 49,958 Z:\Bothell\Data\YAK\715-114\Contract\Amend No.3\PSA_Amend_No.3_FEE_Beech Street LS Startup-Odor.xlsm 1/10/2019 9:48 AM