Loading...
HomeMy WebLinkAbout12/08/2015 05E 2017 Water System Plan Update Engineering Services Agreement with HDR Engineering, Inc.BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 5. E. For Meeting of. December 8, 2015 ITEM TITLE: Resolution authorizing an engineering and consulting services agreement with HDR Engineering, Inc. for engineering and consulting services associated with the 2017 Water System Plan update, not to exceed $220,555 SUBMITTED BY: Debbie Cook, Utilities and Engineering Director David Brown, Water /Irrigation Manager, 509 -575 -6204 SUMMARY EXPLANATION: Department of Health regulations mandates that domestic water purveyors update their Water System Plan every six (6) years through a professional engineer. The next update is due in 2017. This plan will update information from the 2011 Water System plan, outline the specific operational and improvement requirements for the next six (6) years and estimate the water needs for the next twenty -five (25) years. Apublic hearing will be held to obtain public input. The final plan must be adopted by the City Council. The completed plan will be incorporated into the city's Comprehensive Plans. The Water /Irrigation Division followed the City's procedure for Contracting for Architects and Engineers. Resolution: X Other (Specify): Contract: Start Date: 12/15/2015 Item Budgeted: Yes Funding Source/Fiscal Impact: Strategic Priority: Insurance Required? Yes Ordinance: Contract Term: Till adopted End Date: June 2017 Amount: $220,555 Improve the Built Environment Mail to: Andrew Graham, HDR 626 Columbia Street NW, Suite 2A, Olympia, WA 98501 -9000 Phone: 360 -570 -4409 APPROVED FOR SUBMITTAL: RECOMMENDATION: Adopt Resolution for the Water System Plan ATTACHMENTS: Description D R()SdLA1bn a4- W-1 City Manager Upload Date Type 11/2.4/2015 R()SOILAlion 11/2.4/2015 Cbrtrac.,A RESOLUTION NO. R -2015- A RESOLUTION authorizing the City Manager to execute the attached and incorporated engineering and consulting services agreement with HDR Engineering, Inc. for engineering and consulting services associated with the 2017 Water System Plan update, not to exceed $220,555. WHEREAS, the City of Yakima Water /Irrigation Division requires engineering and consulting services associated with the 2017 Water System Plan update; and WFEREAS, the water system plan must be prepared by a licensed Professional Engineer: 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 Water /Irrigation used the City procedure for Contracting for Architects and Engineers; 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 WEREAS, HDR Engineering, Inc. has the necessary expertise and experience to perform and provide the required engineering consulting services and is willing to do so in accordance with the attached agreement; 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 2017 Water System Plan update; Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached and incorporated engineering and consulting services agreement with HDR Engineering, Inc. for engineering and consulting services associated with the 2017 Water System Plan update. ADOPTED BY THE CITY COUNCIL this day of 201_ ATTEST: Sonya Claar Tee, City Clerk Mayor For City of Yakima Use Only: Contract No. Project No. Resolution No. SOQ No. AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND HDR ENGINEERING, INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this day of , 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 the 2017 Water System Plan Update on behalf of the City of Yakima, herein referred to as the "PROJECT." WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for 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, Andrew Graham as Project Manager and David Kuhns, PE as Project Engineer 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." 2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or time required for, performance of any services under this Agreement, a contract price Page 1 2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or time required for, performance of any services under this Agreement, a contract price and /or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall be modified in writing accordingly. 2.2.2 Compensation for each such request for Additional Services shall be negotiated by the CITY and the ENGINEER according to the provisions set forth in Exhibit B, attached hereto and incorporated herein by this reference, and if so authorized, shall be considered part of the PROJECT WORK. The ENGINEER shall not perform any Additional Services until so authorized by CITY and agreed to by the ENGINEER in writing. 2.3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the date of the ENGINEER's receipt of the written notification of change. SECTION 3 CITY'S RESPONSIBILITIES 3.1 CITY - FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the CITY'S possession relating to the ENGINEER'S services on the PROJECT including information on any pre- existing conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency. 3.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably accessible to ENGINEER as required for ENGINEER'S performance of its services and will provide labor and safety equipment as reasonably required by ENGINEER for such access. 3.3 TIMELY REVIEW: The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required of CITY in a timely manner. Such examinations and decisions, however, shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional services meeting the standards of care for its profession. 3.4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this Agreement. CITY'S Representative shall have complete authority to transmit instructions and receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S knowledge. 3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties and obligations under this Agreement or at law. The ENGINEER shall be entitled to reasonably rely upon the accuracy and the completeness of such documents, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions there from. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as amended. SECTION 5 COMPENSATION 5.1 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 Two Hundred Twenty Thousand Five Hundred Fifty -Five Dollars and Zero Cents ($220,555.00). The ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred. 5.3 The ENGINEER shall submit to the City's Representative an invoice each month for payment for PROJECT services completed through the accounting cut -off day of the previous month. Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The ENGINEER shall submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies of subconsultant invoices, and any other supporting materials determined by the City necessary to substantiate the costs incurred. CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to ENGINEER the questionable item(s) and 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 attorney's fees arising out of or related to such unauthorized reuse, change, or alteration; provided, however, that the ENGINEER will not be indemnified for such claims, damages, losses, and costs including, without limitation, litigation expenses and attorney fees were caused by the ENGINEER's own negligent acts or omissions. 8.2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes, and other WORK submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement, whether or not complete, shall be vested in the CITY. 8.3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter "Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER does not grant CITY any right or license to such Intellectual Property. SECTION 9 AUDIT AND ACCESS TO RECORDS 9.1 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. 606 Columbia Street NW, Suite 200 Olympia, WA 98501 -1085 Attn: Andrew Graham 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 OF YAKIMA Signature Printed Name: Title: Date: Attest City Clerk Page 11 HDR Engineering, Inc. Signature Printed Name: Karen Doherty Title: Vice President Date: STATE OF WASHINGTON ) ) ss. COUNTY OF YAKIMA ) I certify that I know or have satisfactory evidence that before me, and said person acknowledged that he signed this instrument, authorized to execute the instrument, and acknowledged it as the YAKIMA, to be the free and voluntary act of such party for the instrument. Dated: Seal or Stamp uses and (Signature) Title Printed Name My commission expires: Page 12 is the person who appeared on oath stated that he was of the CITY OF purposes mentioned in the STATE OF WASHINGTON ) ) ss. COUNTY OF YAKIMA ) I certify that I know or have satisfactory evidence that 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 of to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated: Seal or Stamp (Signature) Title Printed Name My commission expires: Page 13 This page intentionally left blank. Page 14 Exhibit A Scope of Services 2017 Comprehensive Water System Plan Update City of Yakima November 23, 2015 p 606 Columbia Street NW Suite 200 Olympia, WA 98501 -9000 Phone: (360) 570 -4400 This page intentionally left blank. i" Table of Contents Background..................................................................................... ..............................1 Scopeof Services ........................................................................... ..............................1 Task 1 - Data Collection and Team Coordination ........................ ............................... 1 Task 2 — Service Area and System Description ........................... ............................... 2 Task 3 — Planning Data and Demand Forecast ............................ ............................... 3 Task4 - System Analysis .............................................................. ............................... 4 Subtask 4.1 — Hydraulic Modeling of Distribution System ..... ............................... 4 Subtask 4.2 - Source Analysis ............................................. ............................... 8 Subtask 4.3 - Storage Analysis ............................................ ............................... 9 Task 5 — Water Quality Compliance Documentation .................... .............................10 Task 6 - Water Conservation and Water Resources .................... .............................11 Subtask 6.1 — Conservation .................................................. .............................11 Subtask 6.2 - Sources of Supply ........................................... .............................12 Task 7 — Source Water Protection ................................................. .............................14 Subtask 7.1 — Review and Update Watershed Control Program ........................14 Subtask 7.2 — Document Wellhead Protection Program ........ .............................15 Task 8 - Operations and Maintenance ........................................... .............................15 Task 9 — Update Design Standards ............................................... .............................16 Task 10 - Capital Improvement Program ...................................... .............................17 Task 11 — Assess Financial Requirements ................................... .............................18 Task 12 - Water System Plan Preparation ..................................... .............................19 Task 13 - Project Management ...................................................... .............................20 2017 Comprehensive Water System Plan Update Scope of Services i" This page intentionally left blank. 2017 Comprehensive Water System Plan Update Scope of Services I' SCOPE OF SERVICES IIII a c 1114, I1 d HDR Engineering is assisting the City of Yakima Water /Irrigation Division to update its water system plan (WSP). This is a regular, 6 -year update intended to meet Washington State Department of Health regulations at Chapter 246- 290 -100 Washington Administrative Code. The City's prior water system plan was issued in June 2011. This project will update the sections where conditions or planned projects and activities have changed. The update will be carried out through a shared effort between HDR and City staff. HDR and City staff have jointly prepared this scope of work. The task descriptions below identify HDR and City responsibilities, respectively. Any activities not specifically described in this scope of services are considered to be unnecessary for this update. Scqpe of e IIII' L Task 1 - Data Collection and Team Coordination Objective Identify and acquire information from City databases and files needed for HDR to carry out its assigned tasks. Coordinate task activities among the various HDR and City staff involved in preparing the WSP. HDR Services 1. Review and annotate a Word file containing the 2011 plan, to clearly identify sections that will be updated and to assign them to the various HDR and City staff involved. 2. Prepare a prioritized data request for submittal to the City listing information needed; years to be covered; preferred units and data formats; and HDR's assigned person for each item. 3. Review incoming data provided by the City. Maintain and update the data request. Review progress of data transfer with City Project Manager from month to month. 4. Perform brief field reconnaissance of City facilities in the company of City operations and engineering staff to discuss key system needs and O &M practices. 5. Routine communications among the project team. 6. Hold regular meetings and /or conference calls with the City /HDR joint project team (monthly during the first nine months; plus two additional meetings /calls to address comments from DOH and adjacent jurisdictions). Client Responsibilities 1. Provide water system data within the prioritized timeframe and in the formats requested in the data request matrix 2. Provide knowledgeable staff representing the drinking water system operations and engineering to participate in project coordination meetings. 3. City staff will lead a short field reconnaissance of water system facilities with HDR's Project Engineer (approximately two to three hours in the field). 2017 Comprehensive Water System Plan Update Scope of Services I' Assumptions 1. The first three meetings will be approximately 2 hours long, and subsequent meetings will be approximately 1 hour long. Additional time outside the meetings is budgeted for preparation and notes. Meetings will typically involve three HDR staff (project manager, project engineer and project planner). 2. HDR's project manager and project engineer will travel to Yakima for at least two coordination meetings in person, with additional staff connected by phone. Other meetings will typically be held as conference calls. (HDR's project manager or team members will attempt to schedule travel to allow for personal attendance more frequently, in conjunction with travel to Yakima for other purposes.) Deliverables 1. Data request list, updated periodically as materials are provided by the City. 2. Participation in team meetings and conference calls as described above, including follow -up notes on key decisions and action items. Task 2 — Service Area and System Description Objective Describe the characteristics of the City of Yakima water system and service area, to provide a basis for system planning and to meet DOH requirements for this information. HDR Services Review recent land -use plans prepared by City and County land use authorities, the City's most recent wastewater plan; and the Yakima Basin Integrated Plan. Summarize information that affects the water system plan and update text accordingly. 2. Use GIS data provided by the City to update figures in Chapter 1 (Description of Water System) of the water system plan. 3. Review updated information provided by the City on Chapter 1 (see client responsibilities, below), and suggest edits for clarity and consistency if needed. Client Responsibilities 1. Review text, tables and figures from Chapter 1 (Description of Water System) from the 2011 Water System Plan and provide notes or markups reflecting changes since 2011. The exception is that the City will not need to review recent City and County plans that are related to the water system plan; however the City should alert HDR to any related plans that should be addressed in HDR's review. 2. Provide current description of the City's separate, non - potable irrigation system, as it relates to water use. 3. Work with HDR Project Team to resolve questions or missing information. 4. Provide GIS files for figures in Chapter 1. 5. Review the draft updated chapter(s) describing the water system, as edited by HDR, and provide comments in electronic format. 2017 Comprehensive Water System Plan Update Scope of Services I' Assumptions 1. For system planning purposes, HDR can rely on the system data provided. Deliverables 1. Edited version of Chapter 1 (Note: all written deliverables and graphics for this project will be provided as electronic files in Word or PDF format via email or on HDR's file transfer website. Hard copies will not be provided, except where specifically stated in this Scope of Services). (Note: HDR and the City will agree on a schedule, including reviews of HDR work products by City staff. Achievement of the project schedule will depend on completion of City reviews per the schedule.) Task 3 — Planning Data and Demand Forecast Objective Prepare a water demand forecast to serve as the basis for hydraulic modeling, system analysis, and capital improvement planning. HDR Services 1. Develop demographic projections for the City's retail service area for six -year and 20 -year planning horizons (at the City's option, a 10 -year horizon may be substituted for the 6- year). The basis of demographic forecasts will be recent data and forecasts HDR will obtain from the City of Yakima Planning Department, City of Union Gap, Yakima County, and /or the State Office of Financial Management (OFM). 2. Based on water use data provided by the City, summarize up to ten years of demand characteristics such as water sales, peaking factors, customer categories, large- customer demands, seasonal variations, distribution system leakage, and number of connections. Based on the most recent three years of data, develop water use factors for demand forecasting purposes. 3. Develop demand forecasts using the demographic projections and water use factors for the two planning periods listed above. 4. Prepare adjusted forecasts accounting for the City's conservation program for the two planning periods listed above. 5. Prepare a draft chapter of the Water Demand Forecast with summary tables and graphs presenting the demographic projections, recent demand characteristics, and demand forecast. Client Responsibilities 1. Provide data needed per the data request associated with Task 1. 2. Provide a summary of any expected annexation or major redevelopment projects that would affect the timing or magnitude of the demand forecast. 3. Obtain signed "Consistency Statement Checklists" from local planning jurisdictions (City of Yakima Planning Department, City of Union Gap, and Yakima County). 2017 Comprehensive Water System Plan Update Scope of Services I' 4. Review the draft WSP chapter and provide written comments. Assumptions 1. Data required will be readily available from public agencies and the City. City data will generally be provided in electronic format suitable for use in HDR spreadsheets. Deliverables 1. Draft Water Demand Forecast Chapter. Task 4 - System Analysis Subtask 4.1 — Hydraulic Modeling of Distribution System Objective Use the City's existing hydraulic model of the water distribution system to identify hydraulic deficiencies, perform fire flow analysis, identify capital project needs and develop preliminary sizing of proposed new or updated facilities. Update hydraulic components as required, including the incorporation of the City's wells (existing and future) and ASR program, and calibrate the existing EPANET model based on pressure logger and hydrant test data. HDR Services Model Review and Update 1. Begin task with most up -to -date hydraulic model of the City's system developed in EPANET. 2. Run model in EPANET on HDR installation to confirm model is operable. 3. Verify /update node elevations with 2 -foot GIS contours. 4. Export City model into Bentley's WaterCAD software, make modifications as necessary, and run model on HDR software to confirm exported model is operable. 5. Request pump curves (for those that are available); PRV setting information; well, ASR, and pump station operating criteria /controls; and as -built information for model facilities to conduct model review. 6. Discuss typical operations with City staff (i.e. pump operation rationale, areas of low pressures, reservoir operation philosophy, ASR operation, etc.). 7. Review pump stations' configuration, curves and controls in model. Use as- built, pump curve and operating information provided by City staff. 8. Using updated AutoCAD and facility information, update components as required (up to 10 developments or facilities). City will provide new pipe information in either AutoCAD or GIS format, or provide as -built drawings. Model Calibration 1. Assess current extended period calibration and identify calibration needs. 2. Provide brief Technical Memorandum (TM) that describes plan for field testing and data needs to complete a steady state calibration using fire flow tests, and a calibration using an extended period analysis. 3. The TM will provide direction for City staff to conduct field data collection including: 2017 Comprehensive Water System Plan Update Scope of Services I' A. Selection of sites for hydrant tests, B. Selection of sites to place recording pressure gauges (if available) for hydrant tests and pressure loggers for extended period tests, C. SCADA information to collect to develop boundary conditions, and D. Forms to record data during hydrant field testing. 4. HDR will work with City staff to determine appropriate locations for hydrant tests and pressure recording devices. 5. The TM will also provide direction on data needs that need to be collected within the system during the period of calibration field testing. SCADA or other suitable information for each of the following facilities (as available) will need to be collected electronically (as possible) at 15- minutes (or finer if available) for a minimum duration of one week for hydrant testing (or longer if field testing takes more than one week's time to perform hydrant tests) and a minimum duration of one week for collecting information for an extended period analysis: A. Reservoir levels B. Pump station flows and /or pump on /off levels C. Source of supply information (e.g., wells or treatment plant) D. Intertie flow between neighboring municipalities E. ASR recharge /recovery rates (if ASR wells are in operation) F. Other locations where flow and /or pressure is measured in the system 6. In addition, operational data will need to be provided for the calibration period, which includes the following: A. PRV settings B. Pump controls C. Control valve settings and status D. Any changes in operation (outside of normal operations) that occurred during the calibration field testing time period 7. Obtain existing pipe material and age information and incorporate data from City, if available. 8. Perform steady state, planning level calibration. Adjust model so that 85% of the simulated pressures are within 5% of the measured value (as possible) of field test results and 100% of the simulated pressures are within 15% of the measured value of the field test results. Any areas of the system that cannot meet this criterion shall be documented in the calibration results. 9. Conduct extended period simulation calibration in the same fashion as documented in the 2011 Plan. 2017 Comprehensive Water System Plan Update Scope of Services IIII Development of Model Demands Review available meter /billing information from the City, as requested under the demand forecast task (Task 3). 2. Evaluate historical billing data and assign the appropriate average day demand value (or water use factor) to each customer class, which will then be assigned to demand nodes in the model during the demand allocation process. 3. Develop planned recharge demands for ASR facilities and incorporate them into the model. 4. Develop maximum day demands for the largest customers (assumed fewer than ten) within the City using billing information requested under the demand forecast task (Task 3). HDR will discuss with City staff which customers will be included in the model. 5. Select model nodes that will be used as demand nodes within the model (excluding nodes on transmission lines, node near facilities, etc.). Using the land use /zoning information, assign a land use type to each demand node. 6. Allocate water use factors to each demand node in the model. 7. Adjust total demand by pressure zone area according to demand forecasts developed as part of a separate task. 8. Allocate future demands by planning area boundaries and /or land use. Modeling Scenarios 1. • The following base simulations will be run in the same order as listed: Description, Demand Purpose Existing Fire Flow, 2016 Maximum Day Evaluate and develop CIP for Steady State plus fire flow existing fire flow conditions Existing Peak Hour, 2016 Maximum Day, Evaluate and develop CIP for Steady State Peak Hour existing peak hour conditions 20 -Year Fire Flow, 2036 Maximum Day Evaluate and develop CIP for Steady State plus fire flow fire flow conditions for 20 yr planning horizon 20 -Year Peak Hour, 2036 Maximum Day, Evaluate and develop CIP for Steady State Peak Hour peak hour conditions for 20 yr planning horizon 6 -Year Fire Flow, Steady 2022 Maximum Day Identify portions of 20 yr CIP State plus fire flow needed to meet 6 yr fire flow conditions 6 -Year Peak Hour, 2022Maximum Day, Identify portions of 20 yr CIP Steady State Peak Hour needed to meet 6 yr peak hour conditions 2017 Comprehensive Water System Plan Update Scope of Services I' 2. A 6 -year or 10 -year forecast will be used for the base simulations. The choice between the two will be made by the City. If a 10 -year forecast is used, the dates in the table above will be changed as needed. 3. Two future, planned production wells will be incorporated into the model at locations directed by the City. These wells will be included in the future forecast scenarios. 4. For fire flow analysis, all demand nodes will be analyzed for available fire flow according to their associated land use. CIP projects will be developed for areas within the system that have several nodes that cannot provide available fire flow. A. HDR and City will discuss the risk of a major wildfire event occurring on a boundary of the water system with the Fire Chief. B. If the Fire Chief determines that a boundary of the water system is at risk to a wildfire event, a fire flow analysis will also be completed on a boundary of the system placing fire flow demands on multiple nodes to determine the system's response to this scenario. C. Analysis for wildfire event would be run as an extended period simulation to explore impacts to reservoir levels and system pressures over the duration of the fire event. D. This assumes analysis of one boundary of up to 1 mile in length (at the City's option additional areas could be analyzed, but may require additional budget). 5. Develop list of Capital Improvement Program projects for inclusion in the final CIP. 6. Develop 11x17 maps that show the locations of the CIP projects included in the final CIP list. Client Responsibilities 1. Provide the City's most up -to -date model in EPANET software. 2. Provide current and accurate CAD and /or GIS data and other information for all water facilities that need to be added for model update. 3. Provide staff knowledgeable in the operation of the water system facilities for discussions with HDR personnel. 4. Determine whether a 6 -year or 10 -year forecast will be used prior to the start of the modeling effort. 5. Identify locations where new production wells should be located in the model and their predicted capacities. 6. Identify locations within existing system where pressure, flow, or any other known hydraulic problems exist within the water system. 7. Provide fire flow requirements for customers in the City. 8. Work with consultant to determine appropriate locations for fire flow tests and pressure recording devices. 9. Provide labor and equipment to conduct fire flow tests and provide traffic control for fire flow tests. 10. Provide labor and equipment for extended period tests. 11. Provide meter /billing data and any water use information for large customers to develop system demands. 2017 Comprehensive Water System Plan Update Scope of Services I' 12. Work with HDR to determine a reasonable method for identifying system deficiencies related to the entire system. 13. Provide other data needed for this task, in accordance with the data request (Task 1). 14. Work with HDR to determine configuration of infrastructure required to connect proposed facilities into the existing system. Also, City will help HDR determine if recommended configuration of infrastructure required for installation of proposed facilities has any fatal flaws. 15. Review the draft Plan chapter for System Analysis and provide written comments. 16. Participate in the development/review of projects for the Capital Improvement Program and production of maps showing CIP projects. Assumptions 1. The City's most up -to -date model will be provided to HDR in EPANET software. 2. HDR will provide updated model at end of project in EPANET. 3. For this task, all modeling required for DOH requirements will be conducted under steady - state conditions. 4. No water quality calibration is included in this work. 5. Any City review comments will be provided in a single communication on each deliverable, with all staff comments consolidated to facilitate communication with HDR. 6. Fire flow analysis for a wildfire event is not a DOH requirement but an optional analysis to help the City assess and manage risk. Deliverables 1. Brief TM to describe plan for calibration using hydrant testing and extended period analysis for model calibration. 2. HDR will return the City's model, with updated demands and scenarios used for system analysis. The updated scenarios will be limited to those necessary for the DOH -based analysis. 3. Draft WSP Chapter. 4. Capital Improvement Program project list and map(s), as determined from hydraulic analyses. Subtask 4.2 - Source Analysis Objective To describe and evaluate the adequacy of the existing sources to meet DOH design criteria for existing and projected demands. HDR Services 1. Evaluate the existing source capacity and compare it to the projected demands. 2. Provide analysis for each pressure zone in the distribution system. Booster pump stations will be considered as sources to pressure zones. 2017 Comprehensive Water System Plan Update Scope of Services I' 3. Identify potential solutions to any deficiencies in source. 4. Determine the maximum number of ERUs that can be supplied by the existing source. 5. Develop list of projects for the Capital Improvement Program (if required based on results from analysis). Client Responsibilities 1. Provide data needed to support this task, per the data request and follow -up requests. 2. Review the tables produced for accuracy and provide written comments. Assumptions 1. Two future, planned ASR recovery wells will be included as sources in the future planning horizons. Deliverables 1. Tables showing source surplus /deficiency for each pressure zone, or group of pressure zones. 2. List of projects for Capital Improvement Program related to this task. 3. Text for system analysis chapter documenting the sources in the City's distribution system and the work completed on source analysis. Subtask 4.3 - Storage Analysis Objective To describe and evaluate the adequacy of the existing storage reservoirs to meet DOH design criteria for existing and projected demands. HDR Services 1. Discuss storage needs with City staff. This has been identified as an issue needing attention. 2. Review City fire flow requirements (and contact other fire authorities if applicable). 3. Determine the required storage volumes for the following types of storage: A. Operational Storage, B. Equalizing Storage, C. Fire Flow Storage, D. Standby Storage (use greater of either fire flow storage or Standby storage, if approved by local fire authorities), and E. Dead Storage. 4. Evaluate the existing storage capacity and compare it to the required storage based on projected demands. 5. Provide analysis for each pressure zone in the distribution system. 6. Identify potential solutions to any deficiencies in storage. 2017 Comprehensive Water System Plan Update Scope of Services I' 7. Determine the maximum number of ERUs that can be supplied by the existing storage. 8. Develop list of projects for the Capital Improvement Program (if required based on results from analysis). Client Responsibilities 1. Provide data needed to support this task, per the data request and follow -up requests. 2. Provide fire flow requirements for customers in the City. 3. Work with local fire authorities to authorize nesting of fire flow and standby storage. 4. Review the tables produced for accuracy and provide written comments. Assumptions 1. Information on booster pumps, PRVs, and reservoirs is readily available from the system description chapter task and /or City staff. 2. Nesting of standby and fire suppression storage will be considered only if permission is obtained from all local fire authorities. Deliverables 1. Tables showing storage surplus /deficiency for each pressure zone, or group of pressure zones. 2. Draft letters /emails to local fire authorities, inquiring as to whether or not nesting of standby and fire suppression storage is permitted, if necessary. 3. List of projects for Capital Improvement Program related to this task. 4. Text for system analysis chapter documenting the source and storage in the City's distribution system and the work completed on source and storage analysis. Task 5 — Water Quality Compliance Documentation Objective Document the City's compliance with current State and Federal Safe Drinking Water Act requirements and provide guidance on upcoming requirements. Develop an associated chapter for incorporation into the WSP. HDR Services 1. List state and federal drinking water regulations applicable to the City, including existing, proposed, and anticipated regulations. 2. Review the City's water quality compliance data from the most recent six or 10 years and document compliance status in a summary table format. 3. Document the use of certified laboratories. 4. Review and document the City's procedures for handling customer inquiries /complaints. 5. Review the City's existing water quality monitoring plans. 6. Prepare recommendations, in a summary table format, regarding treatment practices and /or existing monitoring plans based on existing or proposed regulations. 2017 Comprehensive Water System Plan Update Scope of Services I' 7. Review and analyze treatment methods that might reduce TTHM formation. 8. Prepare water quality regulatory compliance section of WSP. Client Responsibilities 1. Provide data needed per the data request associated with Task 1. 2. Review the draft WSP chapter and provide written comments. Assumptions 1. The City has existing, DOH approved, water quality monitoring plans. The City's existing water quality monitoring plans will be reviewed. Modifications to monitoring plans, if necessary, would be scoped and budgeted separately once the review is complete. 2. The City is substantially in compliance with regulatory requirements, though minor deficiencies may be identified. 3. No meetings will be needed to complete the Water Quality section of the WSP. Only telephone support is assumed. Deliverables 1. Edited version of WSP Chapter. Task 6 - Water Conservation and Water Resources Subtask 6.1 — Conservation Objective Document the City's current conservation goal and program. This may include updating conservation goals, or retaining the existing conservation goals. Develop a Conservation Chapter consistent with the State's Water Use Efficiency Rule requirements for incorporation into the WSP. HDR Services 1. Document conservation planning requirements under the State's Water Use Efficiency Rule. 2. Document the City's recent historical water conservation program, including estimates of savings accomplished by the conservation program over the past 6 years. 3. Document the City's conservation goals and public adoption process for the 2017 WSP per the Water Use Efficiency Rule. 4. Based on updated discussion with the City, document the City's conservation program for the planning period identified as part of Task 3. This would include evaluation of City conservation measures, applicable Yakima Basin Integrated Plan initiatives, budget, measure cost - effectiveness, implementation schedule, estimated savings, process to measure effectiveness of the program, and impact on demand. 5. Review the City's estimate of distribution system leakage and document this estimate in the WSP with emphasis on the City's new AMR metering program. 6. Prepare a draft Conservation chapter with summary tables presenting the conservation program measures and estimated savings. 2017 Comprehensive Water System Plan Update Scope of Services I' 7. Assist the City prepare an application for funding from the Bureau of Reclamation's WaterSmart program. The application will include two actions: 1) installation of a demonstration garden applying low- water -use plantings; and 2) sealing joints along an existing, 3,000- foot -long, 48- inch - diameter corrugated metal irrigation pipeline. HDR and City staff will collaborate in preparing the application. HDR services will be limited to the labor hours listed for this item in the attached budget. Client Responsibilities 1. Provide data needed per the data request associated with Task 1. 2. Lead the public process to renew or update conservation goal per the Water Use Efficiency Rule. 3. Estimate distribution system leakage based on the past 3 years of water use data. 4. Review the associated draft WSP chapter and provide written comments. 5. Provide information on the proposed WaterSmart projects suitable for inclusion in grant application materials. Assumptions 1. The City will lead the public process to establish their new conservation goal per the Water Use Efficiency Rule. 2. Due to the City's meter implementation program, distribution system leakage is assumed to be less than 10 percent. Therefore, a Water Loss Control Plan will not be required. 3. Conservation is defined as a gradual, long term demand management strategy. Conservation is distinguished from curtailment which is an immediate, short term strategy typically implemented related to short term drought conditions or water quality emergencies. Deliverables 1. Draft Conservation Chapter. Subtask 6.2 - Sources of Supply Objective Perform a source of supply and water rights analysis to determine the adequacy of water quantity to meet future needs. Develop an associated chapter for incorporation into the WSP. This subtask will be a shared effort between the City and HDR. HDR Services 1. Review the City's existing or updated text on water system reliability including source reliability, water rights adequacy, facility reliability, and water shortage response plan. Assist the City update the text with information on current and planned Aquifer Storage and Recovery (ASR) facilities and operations. 2. Document the City's assessment of reclaimed water opportunities, as required under the 2003 Municipal Water Law. HDR understands that the City does not plan to develop reclaimed water, due to water rights considerations in the Yakima River basin. 2017 Comprehensive Water System Plan Update Scope of Services I' 3. Contact the South Central Washington Resource Conservation and Development Agency (RC &D) and U.S. Forest Service to discuss wildfire risks that could increase the frequency or magnitude of turbidity events affecting the Naches River source of supply. Prepare qualitative discussion of this risk, in conjunction with Subtask 7.1 - Watershed Control Program. 4. Use information developed under the Yakima Basin Integrated Plan process to describe potential effects of climate change on the City's Naches River source. Use qualitative assessment to describe potential effects of climate change on the City's ground water supplies. Describe how the ASR program will improve reliability; and other actions the City may take in the future to manage potential climate change effects on water supply. 5. Prepare draft chapter. Client Responsibilities 1. Provide data request items, per Task 1. 2. Provide analysis of water rights, including water rights self- assessment tables and associated text. 3. Provide a copy of the City's most recent water shortage response plan. 4. Review associated draft WSP draft Chapter and provide written comments. Assumptions 1. Data on the City's surface and ground water sources summarized in the prior WSP remains substantially accurate, except that one new well (Gardner) has been installed since the prior plan was prepared; and the ASR program has advanced compared with 2011. 2. The City's water rights attorney will prepare the water rights self- assessment tables and associated text. HDR will review this material only for clarity. 3. HDR will not analyze water source considerations in detail, except as specifically noted under HDR services, above. 4. The City's Water Shortage Contingency Plan is up -to -date and will not require any attention by HDR. Deliverables 1. Draft and final WSP chapter. 2017 Comprehensive Water System Plan Update Scope of Services I' Task 7 — Source Water Protection Subtask 7.1 — Review and Update Watershed Control Program Objective Update the City's Watershed Control Program to incorporate current information while meeting DOH requirements. HDR Services 1. Update the land ownership map for the Naches River watershed in Chapter 5 of the 2011 WSP. 2. Interview local, state, and federal agency staff with land- management authority or water quality programs affecting the Naches River watershed above the City's Water Treatment Plant. Gather information on current programs and practices, with a primary focus on non - point source control for water quality. 3. Meet with City once to review possible actions the City can take to engage large public landowners, business operators, farm operators and towns in the watershed to minimize the potential for water quality impairments that would compromise the City's ability to treat and deliver surface water. 4. Document results in an updated chapter on watershed control in the WSP. Client Responsibilities 1. Support HDR's efforts to gather updated GIS data on land ownership. 2. Provide input regarding potential watershed control actions. 3. Provide information documenting trends in raw water quality at the Naches River WTP. 4. Review the draft WSP chapter and provide written comments. Assumptions 1. In -depth analysis of watershed conditions or water quality data will not be needed to complete this task. 2. Land ownership and /or other data needed to update watershed control maps will be readily available from Yakima County or another public agency at minimal cost. Deliverables 1. E- mailed Word document of the associated draft and final WSP chapter. 2017 Comprehensive Water System Plan Update Scope of Services I' Subtask 7.2 — Document Wellhead Protection Program Objective Review and document the City's wellhead protection program (WHPP). HDR Services 1. Review recent updates to the City's WHPP documentation, including modifications /additions related to installed ASR wells and recent updates to the inventory of potential contaminant sources. 2. Update the WSP text that documents the City's WHPP program. Client Responsibilities 1. Provide recent WHPP documentation. 2. Review the draft WSP chapter and provide written comments Assumptions 1. The City's WHPP documentation has already been prepared. HDR can rely on it in preparing the WSP. Deliverables 1. Edited version of WSP Chapter. Task 8 - Operations and Maintenance Objective Prepare the WSP chapter that summarizes the City's Operations and Maintenance Program. HDR Services 1. Review the O &M chapter in the 2011 WSP to identify portions requiring updates and to determine if any additional elements will be required. 2. Discuss /review with key O &M staff (via conference call) the O &M chapter in the 2011 WSP, and discuss necessary updates. 3. Update the description of system operations with any pertinent information provided by the City. 4. Develop a draft ASR program standard operating procedure (SOP) and facilitate a meeting with City operations and Water Treatment Plant staff to discuss the ASR program and review /refine the draft SOP. 5. Prepare a draft chapter of the Water System Plan. 2017 Comprehensive Water System Plan Update Scope of Services I' Client Responsibilities 1. Participate in a conference call with HDR staff. 2. Provide data needed per the data request associated with Task 1. 3. Review the draft ASR SOP. 4. Review the draft WSP chapter and provide written comments. Assumptions 1. This task will primarily involve updating the O &M chapter in the 2011 WSP. 2. No significant analysis or development of new procedures is anticipated (except for HDR's work on the ASR SOP). It is assumed the information needed will be available from City records and /or interviews with City staff. Deliverables 1. Meet with City Staff regarding O &M program. 2. ASR SOP, draft and revised draft. 3. Edited version of WSP Chapter. Task 9 — Update Design Standards Objective Review the City's design standards, construction specifications, and standard detail drawings. HDR Services 1. Review the City's design standards, design review procedures, and construction specifications, for compliance with State requirements and consistency with current industry practices. 2. Review the City's standard detail drawings and provide CAD updates for up to 10 details, as agreed upon by HDR and the City. 3. Prepare a draft chapter of the Water System Plan. Client Responsibilities 1. Provide current design standards, construction specifications, and design review procedures. 2. Provide standard detail drawings, in PDF and CAD format (if available). 3. Review updated standard detail drawings and draft chapter of the WSP. 2017 Comprehensive Water System Plan Update Scope of Services I' Assumptions 1. The City's existing design standards and construction specifications are complete and comprehensive. Updates will be minor in nature. Deliverables 1. Updated standard details (up to 10), in CAD format. 2. Edited version of WSP Chapter. Task 10 - Capital Improvement Program Objective Prepare the Water Comprehensive Plan chapter that summarizes the City's Capital Improvement Program (CIP), including project descriptions, schedule, and costs. HDR Services 1. Compile system improvements identified in other tasks necessary to remedy system deficiencies, meet regulatory requirements, and support system growth. 2. Review CIP from previous water system plan and determine projects that remain to be completed and their current applicability. Projects that still are relevant will be compiled with the other improvements identified. 3. Prepare project capital cost estimates for improvements, based upon a standard cost methodology developed in coordination with the City. HDR will use recent City bid tabulations, and current and projected construction cost trends to develop suitable planning - level costs for the CIP. 4. Prepare a draft CIP table. The table will be supplemented with brief (-1/4 page) narrative descriptions of each project, and a summary of key assumptions used in developing cost estimates (e.g., unit costs for piping, contingencies, etc.). After review by the City, these materials will be revised as necessary to support the prioritization workshop (see item 5 below). 5. Hold a workshop with the City to discuss and develop project evaluation, screening, and prioritization criteria to be used in selecting and prioritizing the identified potential improvements. The contents of the CIP table and project sheets will also be reviewed and refined at this workshop. 6. Schedule prioritized projects in a logical manner, taking into account current schedules for known projects and coordination with other planned utility projects and street improvements as identified by the City. 7. Prepare a draft chapter of the Water Comprehensive Plan, including a tabular summary of CIP costs /schedule and a map showing project locations. Client Responsibilities 1. Provide input on the implementation of the previous water system plan's CIP. 2. Provide input on existing and anticipated CIP projects and associated projects affecting city streets. 2017 Comprehensive Water System Plan Update Scope of Services I' 3. Participate in workshop and help to select project prioritization criteria. 4. Provide recent City and regional water project bid tabulations to be used in developing the opinions of probable project costs, adjusted as necessary for current construction prices. 5. Provide data needed per the data request associated with Task 1. 6. Review the draft WSP chapter and provide written comments. Assumptions 1. Unit costs will be based upon recent City bid tabulations, to the extent practicable. 2. CIP project costs will be a Class 5 estimate as defined by AACE International. Deliverables 1. E- mailed Word document file of draft WSP chapter. 2. 11 x1 7 Map of City distribution system showing locations of projects identified in the CIP table with attached project number for cross - referencing the CIP table. Task 11 —Assess Financial Requirements Objective Prepare financial chapter of water system plan to include historical financial results and future financial projections. HDR Services 1. Summarize three -year historical financial results using City - provided data. 2. Develop a six -year rate transition plan that includes the projection of revenues, operating expenses and the incorporation of capital improvement plan developed as part of the WSP. 3. Review planning criteria established in prior tasks to be consistent with assumptions and projections used in the development of the future financial projections. 4. Provide a brief overview of rate structures that promote conservation and document the City's rationale for maintaining its existing rate structure. 5. Prepare a draft chapter of the Water System Plan with summary tables and graphs presenting the historical financial results, future financial projections, and discussion of funding sources for capital improvement funding. 6. Meet with the City to discuss information the City Council may need to support consideration of rate adjustments to fund operations and the capital program. Client Responsibilities 1. Provide data needed per the data request associated with Task 1. 2. Provide any models or reports used previously to analyze customer rates. 3. Review the draft WSP chapter and provide written comments 2017 Comprehensive Water System Plan Update Scope of Services I' Assumptions 1. Data required should be readily available from the City's finance department. 2. Historical data on sales by unit and customer class, number of billed customers, revenue generated, and historical expenses and capital expenditures will be required. A detailed data request will be provided to the City. Deliverables 1. Draft Financial Chapter for WSP. Task 12 - Water System Plan Preparation Objective Prepare a Water System Plan document that effectively communicates the elements described in this Scope of Services and meets DOH requirements under 246- 290 -100 WAC. HDR Services 1. Following review and response to comments on individual chapters covered under Tasks 2 — 11, prepare complete draft WSP for City review. There will be three iterations, as described under Deliverables, below. 2. Address City comments on initial complete draft of Plan document. Assist the City in addressing stakeholder and DOH comments in subsequent iterations. 3. Prepare DOH WSP checklist. 4. Attend up to two meetings of City Council to present the draft plan. Client Responsibilities 1. Provide an electronic copy of the 2011 water system plan, in a format such as Microsoft Word, suitable to use as the base document for the update. 2. Provide one, unified set of comments on each iteration of the WSP. 3. Work with HDR to address DOH and stakeholder comments. 4. Carry out all SEPA requirements associated with the WSP. 5. Distribute plan and consistency statement to required parties and solicit responses. If responses are not received, process consistency statement in accordance with Municipal Water Law. 6. Hold consumer meeting as required by DOH (this can ordinarily be accommodated in a City Council meeting). Assumptions The plan document will be an update to the 2011 plan, rather than a brand new document. Approximately half of the existing 2011 content will remain substantially unchanged, and the plan organization will remain the same. 2. It is assumed that major, substantive comments on the Plan's content will already have been handled through the City's review of individual draft chapters under Tasks 2 -11. 2017 Comprehensive Water System Plan Update Scope of Services I' Therefore comments on the complete draft plan will be limited to minor adjustments or limited final updates, formatting, and consistency across chapters. Deliverables Water System Plan document, including all chapters described previously, executive summary, and appendices as appropriate. 2. Three separate iterations of the plan document are anticipated: A. Initial complete draft for City staff review (1 electronic copy delivered by email or file transfer protocol. Main document in Microsoft Word format; appendices in Word and /or PDF format.) B. Final draft for submittal to DOH and Ecology and review by stakeholders (3 hard copies, plus 1 compact disk with plan content in PDF format.) C. Final plan for adoption by City Council. (1 copy -ready original; 2 hard copies including appendices. 1 compact disk PDF file copies of the water plan and appendices.) 3. Brief presentation materials and attendance at two meetings of City Council. Task 13 - Project Management Objective Manage the scope, schedule and budget for the Water System Plan (WSP). Work with the City's project manager to coordinate activities among staff from the HDR Team and the City. Oversee the HDR team to complete its assigned services. HDR Services 1. Set up project accounting, filing and related systems. 2. Prepare a Project Guide providing key project information to team members. 3. Conduct a Project Approach and Resources Review consistent with HDR's quality management program. 4. Monitor internal costs, work products, quality control process, and schedule performance over the course of the project. 5. Prepare monthly invoices. Prepare brief written progress reports each month to accompany the invoice. 6. Perform close -out activities at project completion. Client Responsibilities 1. Review monthly progress reports and respond to issues identified, if applicable. 2. Process monthly invoices; and communicate questions or issues to HDR Project Manager. 3. If new events or policy changes affecting the plan occur during the course of plan development, notify the HDR Project Manager promptly. 2017 Comprehensive Water System Plan Update Scope of Services IIII Assumptions 1. Project duration will be approximately 18 months. Approximately 12 of these months will be active. The other 6 months will involve minimal activity, during periods when the plan document is being reviewed by DOH and other state or local agencies. Deliverables 1. One copy of a Project Guide — including scope, schedule, budget, contact information and communication protocols. Updates to the Project Guide as needed. 2. Monthly invoice and progress report. 2017 Comprehensive Water System Plan Update Scope of Services IIII ANTICIPATED PROJECT SCHEDULE Item Anticipated Completion Project Initiation December 2015 Data Request to City January 2015 Service Area and System Description Chapter February 2016 Planning Data and Demand Forecast Chapter March 2016 System Analysis Chapter July 2016 Water Quality Compliance Documentation Chapter July 2016 Water Conservation and Water Resources Chapter July 2016 Source Water Protection Chapter July 2016 Operations and Maintenance Chapter August 2016 Design Standards August 2016 Capital Improvement Program Chapter September 2016 Financial Plan Chapter September 2016 Draft Water System Plan October 2016 Response to DOH Comments March 2017 Final Water System Plan June 2017 2017 Comprehensive Water System Plan Update Scope of Services EXHIBIT B SUMMARY OF LABOR AND EXPENSES BY TASK CITY OF YAKIMA WATER SYSTEM PLAN UPDATE Fee Estimate Labor Expenses Total Task No. Task 1 Data Collection and Team Coordination $18,591 $1,315 $19,907 2 Service Area & System Description 3,387 16 3,403 3 Planning Data & Demand Forecast 16,734 210 16,944 4 System Analysis 39,458 367 39,826 5 Water Quality Compliance 6,369 311 6,680 6 Conservation and Water Resources 23,945 250 24,195 7 Source Water Protection 12,542 426 12,968 8 Operations and Maintenance 11,559 12 11,572 9 Design Standards 8,009 29 8,038 10 Capital Improvement Program 13,618 348 13,967 11 Assess Financial Requirements 12,881 211 13,092 12 WSP Document 22,490 1,010 23,500 13 Project Management 15,792 57 15,848 Totals 205,376 4,563 209,940 Escalation* 118 Contingency (5%) 10,497 $220,555 * Escalation of 3 %. It is applied to 10% of the cost of Tasks 12 and 13, to account for work in year 2017. This page intentionally left blank. Exhibit C Schedule of Specific Hourly Rates Yakima Water System Plan Update Position Hourly Billing Rate, CY 2016 Project Mgr. $237.69 Senior Technical Advisor $185.24 Project Engineer $115.01 Senior Project Engineer $134.74 Modeling QC Reviewer $162.99 Project Planner $108.21 Finance Lead $244.07 Financial Analyst $100.72 Plan QC Reviewer $195.22 Hydrogeologist $207.40 Project Principal $228.33 Project Assistant $87.83 CAD /G I S 100.00 Project Controller $112.74 Note: Escalation from calendar year 2016 to 2017 will be applied based on actual salary adjustments. The Project not -to- exceed amount was estimated using an assumed escalation rate of 3 %. This page intentionally left blank.