HomeMy WebLinkAbout01/19/2016 05D 2017 Wastewater Facility Plan Update and Solids Handling Plan; Engineering Services Agreement with CDM Smith, Inc.ITEM TITLE:
SUBMITTED BY:
SUMMARY EXPLANATION:
'1111111 1,
nun 11,1:1141r10
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. S.D.
For Meeting of: January 19, 2016
Resolution authorizing an engineering and consulting services
agreement with CDM Smith, Inc. for engineering and consulting
services associated with the 2017 Wastewater Facility Plan update and
Solids Handling Plan, not to exceed $514,210
Debbie Cook, Utilities and Engineering Director
Mike Price, Wastewater Manager, 509-575-6077
The 2017 Wastewater Facility Plan Update and Solids Handling Plan will fulfill the city's obligations under
State of Washington regulations and the Clean Water Act to identify and plan for facility improvements that
will ensure the ability of the facility to meet existing and foreseeable effluent discharge permit limits for the 20
year planning period. The Plans will project service area capacity and treatment process requirements out to
the year 2035, including the identification of specific facility needs for repairs, replacements, process
upgrades, and facilities expansion. The Plan will update the facility capital improvement program with a set
of scheduled projects and corresponding estimated capital costs for prioritization into a carefully sequenced
program which the city can reasonably fund, finance, and procure grants and low interest loans. Apublic
meeting 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 Comprehensive Plan.
The Wastewater Division followed the City's procedure for Contracting for Architects and Engineers.
Resolution: X Ordinance: X
Other (Specify):
Contract: X Contract Term:
Start Date: End Date:
Item Budgeted: Yes Amount:
Funding Source/Fiscal Impact: Wastewater Capital
Strategic Priority: Improve the Built Environment
Insurance Required? Yes
Mail to:
Phone:
APPROVED FOR
SUBMITTAL:
RECOMMENDATION:
City Manager
Adopt Resolution for the Wastewater Facility Plan and Solids Handling Plan
ATTACHMENTS:
Description Upload Date
D resdiAlon 1/11/2016
D Wastewater FP/SHP CIDM C;oarad 12/17/2015
D Wastewater FP/SHP F..x A 12/17/2015
D Wastewater FP/SHP F..x 8 12/17/2015
D
Wastewater FP/SHP F..x C; 12/17/2015
Type
Cover Memo
Resollution
Resollution
Resollution
Resollution
A RESOLUTION
RESOLUTION NO. R -2016 -
authorizing the City Manager to execute the attached and incorporated
engineering and consulting services agreement with CDM Smith, Inc. for
engineering and consulting services associated with the 2017
Wastewater Facility Plan Update and Solids Handling Plan, not to exceed
$514,210.
WHEREAS, the City of Yakima Wastewater Division requires engineering and consulting
services associated with the 2017 Wastewater Facility Plan Update and Solids Handling Plan;
and
WHEREAS, the plans must be prepared by a licensed Professional Engineer; and
WHEREAS, the City of Yakima Wastewater 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 Wastewater Division used the City procedure for Contracting for
Architects and Engineers; and
WHEREAS, the City of Yakima Wastewater Division representatives will continue to
comply with the provisions of RCW 39.80 which concerns the procurement of engineering and
architectural services by a city for future engineering and architectural services; and
WHEREAS, CDM Smith, 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 CDM Smith, Inc. for engineering and consulting services associated with the
2017 Wastewater Facility Plan update and Solids Handling Plan; 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 CDM Smith, Inc. for
engineering and consulting services associated with the 2017 Wastewater Facility Plan update
and Solids Handling Plan.
ADOPTED BY THE CITY COUNCIL this 19th day of January, 2016.
ATTEST: Mayor
Sonya Claar Tee, City Clerk
For City of Yakima Use
Only:
Contract No.
Project No.
Resolution No.
SOQ No.
AGREEMENT
BETWEEN
CITY OF YAKIMA, WASHINGTON
AND
CDM SMITH, INC.
FOR PROFESSIONAL SERVICES
THIS AGREEMENT, made and entered into on this day of , 2016, 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 CDM Smith Inc. with its principal
office at 14432 SE Eastgate Way, Ste 100, Bellevue Washington 98007, hereinafter referred to as
"ENGINEER" and "CONSULTANT"; 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 preparation of wastewater facility plan and solids treatment plan reports on behalf of the City
of Yakima, Project No. , herein referred to as the "PROJECT."
WITNESSETH:
RECITALS
WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and
construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto; and
WHEREAS, ENGINEER represents that it has available and offers to provide personnel with
knowledge and experience necessary to satisfactorily accomplish the work within the required time and that
it has no conflicts of interest prohibited by law from entering into this Agreement;
NOW, THEREFORE, CITY and ENGINEER agree as follows:
SECTION 1 INCORPORATION OF RECITALS
1.1 The above recitals are incorporated into these operative provisions of the Agreement.
SECTION 2 SCOPE OF SERVICES
2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in
writing by both parties, duties of ENGINEER shall not be construed to exceed those
services specifically set forth herein.
2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign,
Michael Hyland as Principal -in -Charge throughout the term of this Agreement unless other
personnel are approved by the CITY.
2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled "Scope
of Work" (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 ENGINEERS cost of, or
time required for, performance of any services under this Agreement, a contract price
City of Yakima — CDM Smith Agreement 2016
Page 1
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 hourly rates set forth in Exhibit C, 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 ENGINEERS 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 ENGINEERS performance of its services and will provide
labor and safety equipment as reasonably required by ENGINEER for such access.
3.3 TIMELY REVIEW: The CITY will examine the ENGINEERS studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor,
accountant, auditor, bond and financial advisors, and other consultants as CITY deems
appropriate; and render in writing decisions required of CITY in a timely manner. Such
examinations and decisions, however, shall not relieve the ENGINEER of any contractual
obligations nor of its duty to render professional services meeting the standards of care for its
profession.
3.4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this
Agreement. CITY'S Representative shall have complete authority to transmit instructions and
receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by
the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall
be responsible for bringing to the attention of the CITY'S Representative any instructions which the
ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEERS
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. The estimated cost to perform
this work, on a time spent basis, plus reimbursement for direct non -salary expenses is as shown in
Exhibit B.
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
City of Yakima — CDM Smith Agreement 2016
Page 2
transportation costs, including current rates for ENGINEERS 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 five hundred fourteen thousand two hundred ten Dollars ($514,210.00). 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 ENGINEERS 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 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 withholding payment for such item(s). The ENGINEER
may resubmit such item(s) in a subsequent invoice together with additional supporting information
required.
City of Yakima — CDM Smith Agreement 2016
Page 3
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 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 attorney's 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 default,
negligent act, 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.
City of Yakima — CDM Smith Agreement 2016
Page 4
(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. For purposes of fulfilling its indemnification obligations to the City, 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 ENGINEERS 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 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
City of Yakima — CDM Smith Agreement 2016
Page 5
each task, indicating a good faith estimate of the percentage completion thereof on the last day of
the previous month. Additional oral or written reports shall be prepared at the request of the CITY
for presentation to other governmental agencies and/or to the public.
SECTION 8 REUSE OF DOCUMENTS
8.1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT. There
shall be no reuse, change, or alteration by the CITY or others acting through or on behalf of the
CITY without written permission of the ENGINEER, which shall not be unreasonably withheld and
will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its officers,
employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs
including, but not limited to, litigation expenses and attorneys fees arising out of or related to such
unauthorized reuse, change, or alteration; provided, however, that the ENGINEER will not be
indemnified for such claims, damages, losses, and costs including, without limitation, litigation
expenses and attorney fees were caused by the ENGINEER's own negligent acts or omissions.
8.2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes, and other WORK submitted
or which are specified to be delivered under this Agreement or which are developed or produced
and paid for under this Agreement, whether or not complete, shall be vested in the CITY.
8.3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter
"Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual
Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER
does not grant CITY any right or license to such Intellectual Property.
SECTION 9 AUDIT AND ACCESS TO RECORDS
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.
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.
City of Yakima — CDM Smith Agreement 2016
Page 6
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, ENGINEERshall 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 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. If the policy is written on a claims made
basis the coverage will continue in force for an additional two years after the completion
of this contract.
Failure of either or all of the additional insureds to report a claim under such insurance
shall not prejudice the rights of the CITY, its officers, employees, agents, and
representatives there under. 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.
City of Yakima — CDM Smith Agreement 2016
Page 7
None of the policies issued pursuant to the requirements contained herein shall be
canceled, allowed to expire, or changed in any manner that affects the rights of the City
until thirty (30) days after written notice to the CITY of such intended cancellation,
expiration or change.
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.
11.3 CITY does anticipate ENGINEER subcontracting with Conley Engineering and with CDM
Constructors for the purpose of completing this Agreement.
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
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.
City of Yakima — CDM Smith Agreement 2016
Page 8
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 ENGINEERS 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
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.
City of Yakima — CDM Smith Agreement 2016
Page 9
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
2220 E Viola Ave
Yakima, WA 98901
509-575-6077
Attn: Mike Price, Wastewater Treatment Division Manager
ENGINEER: CDM Smith Inc.
14432 SE Eastgate Way, Ste 100
Bellevue, WA 98007
425-519-8300
Attn: Michael Hyland, Principal
SECTION 20 FORCE MAJEURE
20.1 Any delays in or failure of performance by ENGINEER shall not constitute a default under this
Contract if such delays or failures of performance are caused by occurrences beyond the
reasonable control of ENGINEER including but not limited to: acts of God or the public enemy;
expropriation or confiscation; compliance with any order of any governmental authority; changes
in law; act of war, rebellion, terrorism or sabotage or damage resulting therefrom; fires, floods,
explosions, accidents, riots; strikes or other concerted acts of workmen, whether direct or indirect;
delays in permitting; CITY's failure to provide data in CITY's possession or provide necessary
comments in connection with any required reports prepared by ENGINEER, or any other causes
which are beyond the reasonable control of ENGINEER. ENGINEER's scheduled completion
date shall be adjusted to account for any force majeure delay and ENGINEER shall be
reimbursed by CITY for all costs incurred in connection with or arising from a force majeure
event, including but not limited to those costs mutually agreed upon between the Parties incurred
in the exercise of reasonable diligence to avoid or mitigate a force majeure event.
21 STANDARD OF CARE
21.1 The standard of care for all professional engineering and related services performed or furnished
by ENGINEER under this Contract will be the care and skill ordinarily used by members of
City of Yakima — CDM Smith Agreement 2016
Page 10
ENGINEER'S profession practicing under similar conditions at the same time and in the same
locality. ENGINEER makes no warranties, express or implied, under this Contract or otherwise,
in connection with any services performed or furnished by ENGINEER.
City of Yakima — CDM Smith Agreement 2016
Page 11
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
Printed Name:.
Title: City Manager
Signature
Printed Name:
Title:
Date: Date:
Attest
City Clerk
City Contract No. 2016 -
Resolution No. R -2016 -
City of Yakima — CDM Smith Agreement 2016
Page 12
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 signed this instrument, on oath stated that he was
authorized to execute the instrument, and acknowledged it as the CITY MANAGER of the CITY OF
YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the
instrument.
Dated:
Seal or Stamp
City of Yakima — CDM Smith Agreement 2016
(Signature)
Title
Printed Name
My commission expires:
Page 13
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
City of Yakima — CDM Smith Agreement 2016
(Signature)
Title
Printed Name
My commission expires:
Page 14
EXHIBIT A TO AGREEMENT
BETWEEN
CONSULTANT AND CITY OF YAKIMA
FOR
PROFESSIONAL SERVICES
SCOPE OF WORK
This is an exhibit attached to and made a part of and incorporated by reference into the Agreement dated January 2016, between
City of Yakima (CITY) and CDM Smith Inc. (CDM Smith) (ENGINEER, CONSULTANT) for professional services.
Introduction
The City of Yakima, WA (City) currently owns and operates the Yakima Regional Wastewater Treatment Plant (Yakima
WWTP). The Yakima WWTP has a rated capacity of 21.5 MGD, 53,400 ib. BOD5/day and 38,600 ib. TSS/day (Ecology,
NPDES #WA0024023, expiration September 30, 2016). Treatment facilities at the Yakima WWTP include:
• Liquid stream — screening (3/8" bar), grit removal, primary sedimentation, activated sludge aeration, trickling filters
(off-line), secondary clarification, UV disinfection, and effluent disposal via unlined constructed wetland channels
• Solids stream — grit collection, dissolved air flotation waste activated sludge (WAS) thickening, primary and
secondary sludge digestion, industrial wastewater treatment with an upflow anaerobic sludge blanket (UASB)
system, nutrient removal with struvite recovery, high solids centrifuge dewatering, and off-site land application of
Class B biosolids on agricultural fields.
The City has requested CDM Smith's services in this phase of the contract to evaluate facility needs for the Yakima WWTP
and prepare a treatment plant Facility Plan in accordance with WAC -173-240-040, which also includes a detailed section on
the solids processing facilities at the plant. The Consultant's work includes determination of needs for facility replacements,
upgrades, and expansions in order to meet current and anticipated future NPDES permit requirements over the next 20 years
and recommend a financially supported capital improvement program (CIP) as detailed in this scope of work. To this end, the
Consultant will complete the following tasks:
• Task 1 — Project Management
• Task 2 — Development of the Basis of Planning
• Task 3 — Evaluation of Liquid Stream and Other Facility Needs
• Task 4 — Evaluation of Solids Stream and Biogas-Related Facility Needs
• Task 5 — Facility Plan Report Preparation
• Task 6 — Solids Master Plan Report Preparation
• Task 7 — Additional Services
A description of activities to be conducted and deliverables to be provided by the Consultant under each task is included
below. The expected completion date for the scope as defined here is on or before March 31, 2017.
Page 1 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
Task 1— Project Management
This task involves contract management and administration activities including planning and management of budget,
schedule, scope, and quality control to fulfill the project objectives. This task involves incorporating project status into the
monthly progress report, quality control and assurance, invoicing, and preparation of contract amendments. This task also
includes facilitation of communications between the design team and the City of Yakima staff. Other project management
activities include subconsultant contract management, maintenance of project files, schedule and budget tracking, and
contract amendment preparation if requested by the City. This project management task will be led by the Consultant's
assigned project manager (PM).
The Consultant will conduct a Project Kickoff Meeting to review and discuss the project scope and meeting schedule, and to
receive data and background information from the City. The team will develop a list of "critical success factors" viewed as
important to achieve the project objectives. This meeting will be facilitated by the Consultant, and will be conducted at the
plant site conference room.
A project progress conference call will be held approximately every two weeks between the City's and the Consultant's
project managers to provide periodic project updates and facility efficient flow of information. Following each meeting, the
Consultant will prepare a summary email documenting any critical decisions made and action items for the upcoming two -
weeks.
Deliverables:
• Project Kick -Off Meeting
• Meeting agendas, handouts, and slides
• Draft and final meeting minutes
• Progress calls approximately every two weeks (26 total) with summary email for each
• Monthly status summary reports included with the invoice (13 total)
• Set up and maintenance of an online eRoom for document sharing between the Consultant and City project team
staff during the contract period
City Responsibilities:
• City staff will attend and participate in the Kick -Off Meeting, and periodic progress conference calls. Staff who have
active roles in planning, engineering, operations and maintenance (O&M) of the plant are requested to participate.
• Review and comment on draft meeting minutes within one week of receipt
Assumptions:
• The project budget will be managed at the top level; Consultant may move budgets between tasks and subtasks as
long as the total project budget is not exceeded.
• This task budget assumes that the work included in this contract is limited to a 13 month period (e.g., December 1,
2015 — December 30, 2016).
• All project management communication will be routed through the City's designated project manager.
• One subconsultant (Conley) has been assumed.
• The kick-off meeting is assumed to be four hours in duration
• Twenty-six 30 -min progress calls in total will be conducted under this phase.
• Progress reports, invoices, and meeting minutes will be delivered in electronic form (*.pdf) only by email.
• Draft and final meeting minutes will be delivered in electronic form (*.pdf) only and posted to the project eRoom.
Page 2 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
Task 2 —Development of the Basis of Planning
The City will compile the background information listed in Table 1 and provide it to the Consultant. The Consultant will
review this information and use it to develop the basis of facility planning for the Yakima WWTP. The Consultant will
estimate future flows and loadings into the plant based on the past three or four years' worth of existing plant data and
assuming a fixed (average annual) expected growth rate for the sewer service area over the planning horizon.
The Consultant will use BIOWIN Version 4.1 to simulate the existing and projected future performance of the treatment
plant. If the City provides influent wastewater characterization laboratory analytical results in sufficient detail (e.g., soluble
BOD, particulate BOD, etc.), then the Consultant will use this information to update the default values within BIOWIN prior
to completing BIOWIN computer modeling and plant mass balance; otherwise the Consultant may use the default parameters
within BIOWIN. The Consultant will compare the BIOWIN results to the plant's rated design capacities established for each
unit process as defined in the existing NPDES permit to determine the need for capacity expansion or process upgrades. The
results of this task will set the basis for evaluation of options for liquid stream changes under Task 3.
The Consultant will prepare a solids mass balance in MSExcel using the BIOWIN results in order to estimate existing and
future flows and loads for primary sludge, dilute WAS, thickened WAS, digested sludge, dewatered sludge, sidestreams
returns, biogas production estimates, and related utilities demands The Consultant will depend on available data provided by
the City for this update, including influent and effluent data from both the liquid and solid treatment process trains. The
results of this task will set the basis for evaluation of options for unit process upgrades, expansions, and replacements in
Tasks 3 and 4.
The Consultant will conduct an Options Scoping Meeting with the City and plant operations and maintenance staff. The
purpose of this meeting will be to review the preliminary results of the basis of planning flows, loads, and projected future
capacity limitations and to determine the number and type of technology alternatives which the City wants the Consultant to
evaluate for potential capital modification/upgrade/replacement. A related purpose of the meeting will be to select the City's
top 5 to 8 "prioritized objectives" and assign relative weights to these objectives against which the technology options will be
preliminarily evaluated by the Consultant. A visual inspection of selected facilities at the plant will be conducted by the
Consultant at the same day as this meeting.
Deliverables:
• Options scoping meeting agenda, slides, and handouts
• Draft and final meeting minutes
• Draft list of the City's prioritized objectives (evaluation criteria)
• BIOWIN modeling output (e.g., screenshot graphics and data summary tables)
• Mass balance modeling results (e.g., data summary table)
• Plant process flow diagram of the major unit treatment processes with flows and mass balance (TSS, BOD) for the
average day and maximum month condition for the beginning and end of the planning horizon
• A table of major unit treatment processes and quantitative capacity -related information, including the estimated
current loading rates, Ecology -approved loading rates, and projected future loading rates
• A table of the major unit treatment processes, equipment age, and qualitative information from plant O&M staff
regarding operational performance, maintenance concerns, and perceived reliability.
Page 3 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
Table 1. Information Request
To Be Provided by the City to the Consultant
1. Projected rate for population growth, influent flows and loads, and industrial flows and loads over planning period.
2. Current City Planning GIS maps (to insert in the Facility Plan Appendix) showing the following within the City of Yakima
Growth Management Act (GMA) area:
a.
b.
c.
d.
e.
f.
g.
h.
i.
Existing Sewer Collection System Map (including pipe diameters, manhole locations, boundary of existing and
planned future sewered area, location of plant and pump stations, CSO outfalls. Color -code areas to show fully
separated, partially separated, combined sewers; identify CSO outfalls (if any). Identify areas of high I/I and where I/I
removal has been recently conducted.
Future Sewer Collection System Map — similar to above except showing planned extensions and expansion of
service area.
Existing Land use map — including a table of land use type, acres and approximate population in each
Future Land use map — including a table of land use type, acres and approximate population in each
Flood plains map — with identification of any rivers formally designated as "Wild and Scenic Rivers"
Sensitive areas map (wetlands, steep slopes, hydric soils)
Cultural resources map (archeological and historic sites)
Threatened and endangered species habitat map
Prime or unique farmland map
3. Complete plant numerical data set for 1/1/2012-11/30/2015 in MSExcel covering the usual NPDES sampling and process
control parameters for the Yakima WWTP (where data is known), including:
a. Plant influent and effluent daily flows and loads
b. Average daily flows in and out of each treatment unit process (where known)
c. Concentrations of the following parameters in and out of each unit process: TSS, BODS, total nitrogen (TN),
ammonia nitrogen, total phosphorous (TP), phosphate phosphorous, % solids, magnesium,
d. Influent wastewater BOD fractional characteristics as inputs to BIOWIN for the blended influent to the primary
clarifiers (i.e., raw sewage blended with UASB effluent, downstream of screening and de -gritting) if known.
e. Operational parameters for unit processes such as number of units in service for various range of flows, target SRT
for activated sludge, dissolved oxygen set points, pumping rates, wasting rates and intervals
f. Representative biogas quality and quantity data (% methane, % carbon dioxide, H2S ppm, siloxane concentration;
scfm production and use)
4. Historic peak hour influent flow to plant and date of occurrence
5. Utility summary table - quantity and cost of purchased utilities for the plant by month
6. As -built drawings (paper set, AutoCAD if available)
7. Treatment plant facility design criteria previously approved by Ecology for unit treatment processes
8. Recent aerial photo of the plant site showing whole site with high resolution suitable for printing
9. Asset summary information in MSExcel for major plant equipment (e.g., process, make/model, capacity, install date, last
service date, and O&M comments regarding frequency of maintenance, reliability concerns, and repeat repair issues).
10. Wastewater utility financial information including the most recent City Council -approved wastewater rate study, current
adopted sewer rates by user type, bond rating, and description of financial capability to pay for capital projects (e.g., via pay-
as-you-go, bonds, etc.) Should include current sewer rates by billing category.
Page 4 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
City Responsibilities:
• Provide the information listed in Table 1 herein. The majority of these items are requested two weeks prior to the
Kick -Off Meeting; items 2c -2i, 8, 9 and 10 could be provided within two weeks after the Kick -Off meeting.
• Active participation in the Options Scoping Meeting
• Review and comment on draft meeting minutes within one week of receipt
Assumptions:
• Treatment plant facility planning will follow the guidelines established in the Criteria for Sewage Works Design
(aka "Orange Book"), State of Washington Department of Ecology, 2008 Edition.
• The planning horizon for the plant will be through calendar year 2035.
• "Major unit processes" are: Bar Screens , Screenings Compactor, Grit Removal, Primary Clarifiers, Trickling Filters,
Aeration Basins, Aeration Blowers, Secondary Clarifiers, RAS Pumps, WAS Pumps, UV Disinfection, Dissolved
Air Thickener, Primary Digesters, Secondary Digesters, Centrifuge Dewatering, Struvite Harvesting Reactor, Hot
Water Boilers, and Process Water Pumping.
• The effluent discharge requirements listed in the existing NPDES permit (WA0024023, expires 9/30/2016) establish
the performance requirements for the Yakima WWTP for the near future (10 -year horizon) except that Section S1.B
(Mixing Zone authorization) does not apply. For the later portion of the planning horizon, the potential for following
additional permit limits may be anticipated which would be no more stringent than the following: Total ammonia
nitrogen: 5 mg/1 average monthly and 12 mg/1 average weekly.
• At least five and no more than eight "prioritized objectives" will be established for use by the Consultant to screen
and evaluate technology options. (e.g., lifecycle cost, compatibility with existing operations, ease of maintenance,
etc.)
• Maps produced by the City will be provided in Adobe *.pdf file format, suitable for the Consultant to print on
11"x17" paper for inclusion in the final Facility Plan report and/or appendices.
• The Consultant will assume a discount rate of 5% and an inflation rate of 3%, annually, unless otherwise set by the
City for financial investment and lifecycle calculations.
• Deliverables under this task will be provided in electronic form as *.pdf files posted to the project eRoom.
Task 3 — Evaluation of Liquid Stream and Other Facility Needs
In this task the Consultant will use the information gathered and developed under Task 2 to evaluate the current and future
needs of the liquid stream treatment facilities and other facilities at the plant not otherwise evaluated in Task 4. The
Consultant will use technical expertise and knowledge of new and established technologies to develop alternatives for the
City to consider. The Consultant will facilitate Workshop #1 to present the information about alternatives to City staff and
obtain staff input to select the best alternative for the City's needs. Information to be provided by the Consultant for
comparative options would include:
• Description of the technology and how it might tie-in to the existing plant
• Planning level design criteria (footprint, height, design capacity, electrical demand)
• Process flow diagram showing flows and loads in/out of the alternative process
• List of manufacturers serving the USA wastewater marketplace and example installations
• Comparative difference in estimated equipment cost shipped to site and installation cost
Page 5 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
• Comparative difference in estimated purchased utilities and staff time associated with each process alternative
• Consultant's assessment of pros and cons
• Scoring of each alternative relative to City's established prioritized objectives
• Recommendations
The Consultant will provide the City with a draft agenda and draft set of slides for Workshop #1 at least 3 days prior to the
workshop.
Although the workshop will focus on comparing and selecting of alternatives, the Consultant will also compile information on
other needed projects at the plant as this information is needed in the Facility Plan report as part of the 20 -year Capital
Improvement Plan (CIP). Information to be provided by the Consultant for each of the recommended capital projects would
include:
• Description of the project
• Planning level design criteria (footprint, height, design capacity, electrical demand)
• Opinion of probable construction cost (OPCC)
• Estimated change in annual operating and maintenance cost as a result of the project
• Recommended project timing for the Capital Improvement Plan (CIP)
• Key issues or decisions to be resolved during the design phase
Results from the work and activities conducted under this task will be combined into the report produced under Task 5.
Deliverables:
• Agenda, MS PowerPoint slides and handouts for Workshop #1
• Draft and final workshop meeting minutes
City Responsibilities:
• The City's project team staff will review the draft workshop materials in advance of Workshop #1 and come ready to
evaluate options and ask questions.
• Review and comment on draft meeting minutes within one week of receipt
Assumptions:
• The following treatment process alternatives were assumed in this task:
o Secondary treatment process change regarding fate of the Trickling Filters (i.e., decommissioning or not, 2
alternatives)
o RAS pumping equipment (2 alternatives, e.g., rehab existing screw pumps or replace)
• Unless otherwise noted, equipment replacement and optimization type projects will be developed as placeholder
projects in the CIP. For these types of projects, the Consultant will provide a recommended conceptual approach,
project budget, and scheduled timing. Technical alternative comparisons will not be developed for these projects
because they would not result in an overall treatment process change. This approach would also be used for projects
which do not have a clear alternative except "do nothing" or "status quo". This approach is reasonable because of
the planning nature of this study; comparative evaluation of different design approaches or different equipment
make/models is typically performed during the preliminary design phase for each individual project.
• To prepare opinions of probable construction cost (OPCC), the Consultant will use data from similar projects,
Page 6 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
published references, and the Consultant's construction database. The OPCC will meet the definition of either an
AACE class V or class VI estimate at the conceptual planning level. Four (4) alternative comparison OPCCs and ten
other (10) CIP project OPCCs have been assumed for Task 3.
Task 4 — Evaluation of Solids Stream and Biogas-Related Facility Needs
This task is similar to Task 3 except is limited to evaluation of the plant's solids treatment facilities and biogas treatment and
use. The Consultant will facilitate Workshop #2 to present the information about alternatives to City staff. The type of
information to be provided by the Consultant for comparative options and for recommended projects. Results from the work
and activities conducted under this task will be combined into the report produced under Task 5.
Deliverables:
• Agenda, MS PowerPoint slides and handouts for Workshop #2
• Draft and final workshop meeting minutes
City Responsibilities:
• The City's project team staff will review the draft workshop materials in advance of Workshop #1 and come ready to
evaluate options and ask questions.
• Review and comment on draft meeting minutes within one week of receipt
Assumptions:
• The following treatment process alternatives are assumed to be evaluated by the Consultant under this task:
o Sludge thickening technologies (3 alternatives: e.g., co -thickening using DAFTs; separate thickening using
DAFTs for WAS and centrifuges for primary sludge; and separate thickening using DAFTs for WAS and
another technology for primary sludge)
o Sludge digestion technologies (3 alternatives: e.g., primary -secondary mesophilic without recuperative
thickening; primary -secondary mesophilic with recuperative thickening; and staged thermophilic -
mesophilic digestion)
o Dewatering technologies (2 alternatives: e.g., screw press; centrifuge)
o Biogas use options (2 alternatives: e.g., biomethane recovery for pipeline injection; another option)
• Similar to Task 3, the Consultant will provide a recommended conceptual approach, project budget, and scheduled
timing for the equipment replacement and optimization type projects, and for other planned capital projects which do
not have alternative impacts to the wastewater, solids, or biogas treatment processes.
• The method used to by the Consultant to prepare the OPCC is similar to that described for Task 3. Ten (10)
alternative comparison OPCCs and ten other (10) CIP project OPCCs have been assumed for Task 4.
Task 5 — Facility Plan Report Preparation
This task provides for production of a written Wastewater Treatment Plant Facility Plan, as described in the Orange Book
Section G1-4, based on the information developed in the previous tasks. The report is expected to follow this outline:
• Section 1 - Executive Summary
• Section 2 — Background information
o Facility Description
Page 7 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
o Existing Environment
o Demographics and Land Use
o Existing Flows and Loads
o Unit Process Assessment
• Section 3 — Future Conditions
o Future Population and Service Area
o Projected Future Flows and Loads
o Unit Process Assessment Without Project
• Section 4 — Alternatives Analysis
o Liquid Treatment
o Supporting Facilities
• Section 5 — Recommended Projects
• Section 6 — Financial Analysis
o Costs and Schedule (CIP)
o User charges
o Financial Capacity
o Financing plan
o Implementation Plan
• Section 7 — Permitting and Public Engagement
o List of needed permits
o Public involvement plan
• Appendices
o Maps
o SEPA Checklist
o SEPA Approval
o Documentation of Public Involvement
Deliverables:
• Preliminary Draft Facility Plan (for City review)
• Consultant's response to City's comments on the draft report (MSExcel file)
• Final Draft Facility Plan (suitable for City to route to Ecology for their review)
City Responsibilities:
• The City will prepare the draft and final SEPA checklist as required by Ecology in association with this report. This
will be included in the Appendix of the Facility Plan.
• The City is responsible for planning and executing public outreach and engagement activities.
Page 8 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
• The City will provide one consolidated set of written comments on the draft report within 2 weeks of delivery by the
Consultant.
Assumptions:
• This report is assumed to be about 150 pages in length.
• The Consultant will conduct an internal quality review of the draft report prior to submittal to the City
• Ecology may take up to 90 calendar days to review and comment on the draft report.
• The Consultant will attend one public meeting (open house format) or provide a presentation to the City Council on
this project after the draft report and draft SEPA documentation has been developed.
• The Final Draft Facility Plan will be the final written deliverable under this task (i.e., Ecology will not require
revision and re -issuance of the report).
Task 6 — Solids Master Plan Report Preparation
This task provides for production of a written Solids Master Plan report, based on the information developed in the previous
tasks. The report is expected to follow the outline below. The Consultant will extract the summary information from this
report and insert it into the Facility Plan as appropriate.
• Section 1 - Executive Summary
• Section 2 — Existing Solids Stream Treatment
o Facility Description
o Projected Future Solids Stream Flows and Loads
o Unit Process Assessment Without Project
• Section 3 — Alternatives Analysis
o Solids Thickening, Digestion, and Dewatering Options
o Biogas Treatment and Reuse Options
• Section 4 — Recommended Projects
o Project Descriptions
o Costs and Schedule (CIP)
Deliverables:
• Draft Solids Master Plan (for City review)
• Consultant's response to City's comments on the draft report (MSExcel file)
• Final Solids Master Plan
City Responsibilities:
• The City will provide one consolidated set of written comments on the draft report within 2 weeks of delivery by the
Consultant.
Assumptions:
• This report is assumed to be about 75 pages in length.
Page 9 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
• The Consultant will conduct an internal quality review of the draft report prior to submittal to the City
• This report would not be submitted to Ecology for review and approval.
Task 7 — Additional Services
This task is included as a placeholder if the City determines, during the course of this project, that there are Additional
Services which the City requests that the Consultant perform. Unless and until specifically notified in writing by the City, the
Consultant will not initiate work under this task. Additional budget is likely to be necessary for Additional Services because
the initial contract did not allocate budget for this. Examples of potential additional services which the City may wish to
consider but which have heretofore been excluded from Tasks 1 through 6 include:
• Additional meetings and workshops
• Structural field inspections, materials testing, and analysis
• Geotechnical field inspections, testing, and analysis
• Preparation of 3D drawings
• Preparation of architectural renderings
• Preparation of detailed asset management plan
• Evaluation of electronic work order management systems
• Conveyance system evaluation
• Outfall / wetlands effluent disposal modeling
• Development of compliance monitoring plans
• Preliminary and final engineering design
• Engineering services during construction
• Rate study
• Level of effort beyond that described herein and listed in Exhibit C
Deliverables, City Responsibilities, and Assumptions:
• To be determined.
End of Exhibit A
Page 10 of 10
CDM Smith Professional Services Contract Scope of Work, January 2016
EXHIBIT B - Estimated Level of Effort
City of Yakima
Yakima WWTP Facility Plan/Solids Plan
Task/Subtasks
Totals for All Firms
1
Project Management
$ 54,625
340
1.1
Project Planning / Kick-off meeting
$ 12,720
72
1.2
Progress Tracking (13 mo)
$ 14,170
111
1.3
Subcontract Management
$ 6,340
28
1.4
Documentation/Communications
$ 18,815
117
1.5
QA/QC
$ 2,580
12
2
Development of Basis of Planning
$ 78,560
504
2.1
Review of City -provided data
$ 10,640
64
2.2
Process modeling (BIOWIN)
$ 6,360
40
2.3
Mass Balance
$ 5,460
32
2.4
Plant HGL model
$ 7,980
60
2.5
Options Scoping Meeting
$ 8,440
52
2.6
Plant Process Data Evaluation
$ 4,760
32
2.7
Purchased Utilities Evaluation
$ 9,180
60
2.8
Map and site drawing coordination
$ 5,100
36
2.9
Existing Plant Capacity Assessment
$ 11,240
64
2.10
Financial Data Review
$ 9,400
64
3
Evaluation of Liquid Stream and Other Facility Needs
$ 122,670
734
3.1
Alts Eval - Liquid Trtmt Process
$ 41,080
252
3.2
Equipment Replacement & Optimization Projects
$ 35,220
218
3.4
Building Facilities
$ 6,570
37
3.5
Site Civil Needs
$ 2,330
13
3.6
Electrical and I&C
$ 8,860
58
3.7
Cost Estimates
$ 13,370
70
3.8
Workshop 1
$ 15,240
86
4
Evaluation of Solids Stream and Biogas Needs
$ 126,440
768
4.1
Alts Eval - Solids Trtmt Process Options
$ 40,880
256
4.2
Equipment Replacement & Optimization Projects
$ 27,265
167
4.3
Alts Eval - Biogas Options
$ 11,075
73
4.4
Electrical and I&C
$ 12,520
82
4.5
Cost Estimates
$ 19,620
104
4.4
Workshop 2
$ 15,080
86
5
Report Preparation - Facility Plan
$ 65,760
444
5.1
Draft
$ 47,055
329
5.2
Final
$ 12,595
89
5.3
Quality Review by TRC
$ 6,110
26
6
Report Preparation - Solids Master Plan
$ 62,755
413
6.1
Draft
$ 44,375
304
6.2
Final
$ 12,270
83
6.3
Quality Review by TRC
$ 6,110
26
6
Additional Services
6.1
To be determined
0
Total Task Hours
3,203
Total Task Labor
$ 510,810
Other Direct Costs
I$
3,400
Total Budget
$ 514,210
CDM Smith
Project Manager/
Sr. Project Manager
Solids Lead/
Principal
Process Mechanical/
Engineer 4
Hydraulics /
Engineer 2
Modeler /
Engineer 4
Structural/
Principal
HVAC/
Engineer 4
Site -Civil Engineer /
Engineer 8
Project Assistant
Financial /
Contract Admin
Graphics & CADD /
Designer 8
PIC & Asset Review /
Principal
a
V '
re
H
To
o.
V
• a
re `
$ 45,135
247
115
8
24
26
0
0
0
0
0
54
8
12
0
0
$ 11,680
64
24
8
16
8
40
4
40
40
0
0
8
30
8
0
$ 9,100
52
26
2
6
12
24
2
16
16
0
26
0
3
8
8
$ 6,340
28
26
2
$ -
$ -
0
8
2
$ -
3
0
$ 15,435
91
39
14
8
18
$ -
0
26
0
4
$ 2,580
12
14
14
24
24
$ -
0
8
12
$ -
$ 14,520
80
24
24
$ -
16
8
8
$ -
0
$ 78,040
500
104
32
90
158
36
0
0
0
24
24
32
0
0
0
$ 10,640
64
24
10
30
$ 6,360
40
8
32
$ 5,460
32
4
8
16
4
$ 7,980
60
4
16
40
$ 7,920
48
8
8
8
8
16
$ 4,760
32
8
24
$ 9,180
60
4
16
24
16
$ 5,100
36
4
16
16
$ 11,240
64
24
40
$ 9,400
64
16
24
24
$ 106,300
628
100
0
88
104
48
136
72
8
8
0
56
8
0
0
$ 41,080
252
24
32
24
64
48
64
16
32
32
$ 8,970
12
$ 9,460
$ 4,400
$ 3,440
$ 35,220
218
20
18
40
40
4
40
40
0
0
0
30
8
0
2
$ 6,570
37
2
6
12
24
2
16
16
0
4
0
3
8
8
8
$ 2,330
13
2
$ -
$ -
0
8
$ -
3
0
$ 3,290
14
14
$ -
0
$ -
0
$ -
0
4
$ 3,290
14
14
24
24
$ -
0
8
8
$ -
$ 14,520
80
24
24
$ -
16
8
8
$ -
0
$ 102,980
616
84
80
136
124
0
64
72
0
8
0
40
8
0
0
$ 40,880
256
16
32
64
64
16
32
32
32
32
$ 8,970
16
$ 9,460
$ 4,400
$ 3,440
$ 27,265
167
9
18
36
36
4
24
24
0
0
0
12
8
0
2
$ 11,075
73
3
6
12
24
2
8
16
0
4
0
4
8
8
8
$ 4,700
20
20
$ -
$ -
0
$ -
0
0
$ 4,700
20
20
$ -
0
$ -
0
$ -
0
4
$ 14,360
80
16
24
24
$ -
0
8
8
$ -
$ 56,490
363
14
24
65
94
20
20
30
32
32
0
8
8
8
8
$ 40,045
268
8
19
38
75
16
16
24
32
32
$ 8,970
8
$ 9,460
$ 4,400
$ 3,440
$ 10,335
69
4
5
27
19
4
4
6
0
0
0
0
$ -
0
2
$ 6,110
26
2
0
4
2
$ -
0
0
4
0
$ -
8
8
8
$ 56,995
365
14
27
64
94
20
20
30
32
32
0
8
8
8
8
$ 40,045
268
8
19
38
75
16
16
24
32
32
$ 8,970
8
$ 9,460
$ 4,400
$ 3,440
$ 10,840
71
4
8
26
19
4
4
6
0
0
0
0
$ -
0
2
$ 6,110
26
2
0
4
2
$ -
0
0
4
0
$ -
8
8
8
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
$ 3,000 I CDM Smith ODCs
CCI
2719
431
171
467
600
124
240
204
72
104
78
152
44
16
16
$ 445,940
8
$ 101,285
$ 36,765
$ 65,380
$ 72,000
$ 17,360
$ 51,600
$ 28,560
$ 12,960
$ 12,480
$ 8,970
$ 21,280
$ 9,460
$ 4,400
$ 3,440
$ 3,000 I CDM Smith ODCs
CCI
56
Cost Estimator
Scheduler
E
Q
$ 2,600
26
0
0
26
$ -
0
26
4
8
$ 2,600
26
8
26
$ -
0
6.5
$ -
0
80
0
0
$ -
0
56
$ 3,380
$ -
0
26
28
14
$ -
0
0
0
0
$ -
0
2
$ 720
$ -
0
4
2
$ -
0
0
4
0
$ -
0
$ -
0
$ -
0
$ -
$ -
0
$ -
0
0
$ -
0
$ -
0
$ -
0
$ -
0
4
$ 10,080
56
56
0
0
$ -
0
$ 24,480
8
$ 2,600
$ -
0
26
4
8
$ -
0
8
4
$ -
0
6.5
$ -
0
80
0
0
$ 10,080
56
56
$ 3,380
$ -
0
26
28
14
$ 14,400
80
80
0
0
$ -
0
$ 24,480
8
$ 2,600
$ -
0
26
4
8
$ -
0
8
4
$ -
0
6.5
$ 14,400
80
80
0
0
$ -
0
20
$ 3,380
$ 1,800
12
0
12
0
$ 1,200
8
$ 24,480
8
$ 2,600
$ 600
4
26
4
8
$ -
0
8
4
$ 1,800
12
0
12
0
$ 1,200
8
$ 24,480
8
$ 2,600
$ 600
4
26
4
8
$ -
0
8
4
0
0
0
0
0
I $ 200.00 ICCI ODCs
Conley Engineers
186
136
24
26
$ 30,680
$ 6,890
$ 24,480
$ 3,600
$ 2,600
I $ 200.00 ICCI ODCs
Conley Engineers
Officer, TRC
Electrical and I&C
Engineer
Staff Engineer
CAD/GIS
E
Q
$ 6,890
66.5
6.5
34
0
0
26
$ 1,040
8
0
8
8
4
$ 2,470
32.5
6.5
26
$ -
0
0
2
40
20
$ 3,380
26
44
26
28
14
$ -
0
0
4
2
$ 720
6
4
2
$ 520
4
0
4
0
0
0
$ -
0
$ -
0
$ -
0
$ -
0
$ 520
4
4
$ -
0
$ -
0
$ -
0
$ -
0
$ -
0
$ 6,290
50
2
32
14
2
0
$ -
0
2
15
20
8
8
$ -
0
8
4
4
$ -
0
$ -
0
2
40
20
$ 5,570
44
2
28
14
$ -
0
4
2
$ 720
6
4
2
$ 9,060
72
2
48
20
2
0
$ -
0
2
15
20
8
8
$ -
0
8
4
4
$ -
0
$ 7,820
62
2
40
20
$ 520
4
4
$ 720
6
4
2
$ 7,470
69
2
23
20
12
12
$ 5,810
53
2
15
20
8
8
$ 1,660
16
8
4
4
$ -
0
$ 3,960
36
2
12
10
6
6
$ 3,130
28
2
8
10
4
4
$ 830
8
4
2
2
$ -
0
0
0
0
0
0
0
0
$ 200 (Conley ODCs
297.5
14.5
153
64
22
44
$ 34,190
$ 2,320
$ 19,890
$ 7,360
$ 2,200
$ 2,420
$ 200 (Conley ODCs
Exhibit C. Rate Schedule
CDM Smith Billing Rates
11/1/2015-12/31/2016
Engineers/Scientists/Planners
Grade 1 $ 100.00
Grade 2 $ 120.00
Grade 3 $ 130.00
Grade 4 $ 140.00
Grade 5 $ 150.00
Grade 6 $ 160.00
Grade 7 $ 170.00
Grade 8 $ 180.00
Principal $ 215.00
Sr. Project Manager $ 235.00
Vice President $ 250.00
Senior Vice President $ 270.00
Technicians/Support Staff
Field Technician/Operator I $ 80.00
Field Technician/Operator 2 $ 100.00
Field Technician/Operator 3 $ 150.00
Scheduler $ 150.00
Cost Estimator $ 180.00
Designer/Drafter 1 $ 90.00
Designer/Drafter 2 $ 100.00
Designer/Drafter 3 $ 110.00
Designer/Drafter 4 $ 120.00
Designer/Drafter 5 $ 125.00
Designer/Drafter 6 $ 130.00
Designer/Drafter 7 $ 135.00
Designer/Drafter 8 $ 140.00
Administrative Manager $ 120.00
Project Assistant $ 120.00
Word Processor $ 85.00
Financial Assistant $ 90.00
Financial Manager $ 130.00
Regional Financial Manager $ 150.00
CDM Smith Inc. agrees to hold rates constant through December 31, 2016. In the event the contract term
extends beyond December 31, 2016, an annual escalation will be applied as a maximum percentage increase
above the rates listed here, not to exceed 3% per year, starting January 1, 2017.
Exhibit C - Page 1 of 2
(41,1 o;h{ u', +dq'B"'0. (U)1d1.m n'rq' B
Other Direct Costs (ODCs)
An estimated budget for other direct costs (ODCs) has been assumed in order to support the work. ODC
expenses would include but not be limited to: meeting supplies, printing, copying, mileage, postage/shipping,
miscellaneous supplies, rental equipment, fuel, contract labor, car rental, hotel and meals during travel, and
airfare. Mileage will be billed per the current federal rate (e.g., $0.575 per mile on November 7, 2015). Black
and white copies/prints are billed at $0.10/page and color copies/prints are billed at $0.50/page. The
Consultant will invoice ODCs for the project as part of each monthly invoice.
Total estimated ODCs have been budgeted at $3,400.
Exhibit C - Page 2 of 2
11Y1^d1 gBXd AB rd. dNw a"k X q"y' II
Conley Billing Rate Schedule
Per n el
ou "ly Ra
Principal Engineer
$160
Senioi Professional Engineer
$145
Registered Professional Engineer (PE)
5130
Certified Software Engineer (T 1C' SE)
5 130
Registered Communications Distribution Designer ('RCDD)
$115
Project Engineer
5 1 1 5
Soft re Project Engineer
`5115
Cac1 Designer
$100
CAD Tecllnlciaii
$85
Engineering Technician
$85
AdIlllIl str
555
Other Direct Costs (ODCs)
An estimated budget for other direct costs (ODCs) has been assumed in order to support the work. ODC
expenses would include but not be limited to: meeting supplies, printing, copying, mileage, postage/shipping,
miscellaneous supplies, rental equipment, fuel, contract labor, car rental, hotel and meals during travel, and
airfare. Mileage will be billed per the current federal rate (e.g., $0.575 per mile on November 7, 2015). Black
and white copies/prints are billed at $0.10/page and color copies/prints are billed at $0.50/page. The
Consultant will invoice ODCs for the project as part of each monthly invoice.
Total estimated ODCs have been budgeted at $3,400.
Exhibit C - Page 2 of 2
11Y1^d1 gBXd AB rd. dNw a"k X q"y' II