Loading...
HomeMy WebLinkAbout4728 Resolution - RH2 Foster Wells LS Improvements - Amend. No 1Resolution - Foster Wells Lift Station Improvements PSA Amendment No. 1 - 1 RESOLUTION NO. 4728 A RESOLUTION OF THE CITY OF PASCO, WASHINGTON, APPROVES AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 FOR THE PROFESSIONAL SERVICES AGREEMENT WITH RH2 ENGINEERING, INC. FOR THE DESIGN OF THE FOSTER WELLS LIFT STATION IMPROVEMENTS PROJECT. WHEREAS, the City of Pasco (City) and RH2 Engineering, Inc., entered into a Professional Service Agreement on September 4th, 2025, to provide Engineering services with respect to the Foster Wells Lift Station Improvements project; and WHEREAS, the City Council of the City of Pasco, Washington, has after due consideration, determined that it is in the best interest of the City to enter into Amendment No. 1 with RH2 Engineering, Inc.. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PASCO, WASHINGTON: That the City Council of the City of Pasco approves the terms and conditions of Amendment No. 1 between the City of Pasco, and RH2 Engineering as attached hereto and incorporated herein as Exhibit A. Be It Further Resolved, that the City Manager of the City of Pasco, Washington, is hereby authorized, empowered, and directed to execute said Amendment No. 1 on behalf of the City of Pasco, and Be It Further Resolved, that this resolution shall take effect immediately. Resolution - Foster Wells Lift Station Improvements PSA Amendment No. 1 - 2 PASSED by the City Council of the City of Pasco, Washington, on this 20th day of April, 2026. Charles Grimm Mayor ATTEST: APPROVED AS TO FORM: _____________________________ ___________________________ Krystle Shanks Ogden Murphy Wallace, PLLC Deputy City Clerk City Attorney 1 2/12/2026 1:28:13 PM \\CORP.RH2.COM\PROJECTS\PROJECT\DATA\PSC\25-0198\00 CONTRACT\A-1\A1_SOW_FOSTER WELLS LIFT STATION IMPROVEMENTS.DOCX EXHIBIT A Scope of Work Amendment No. 1 City of Pasco Foster Wells Lift Station Improvements February 2026 Background The City of Pasco (City) owns and operates the Foster Wells Lift Station (FWLS), located near the intersection of East Foster Wells Road and Industrial Way. The station was designed and constructed in 1994 to convey process wastewater from several fruit and vegetable processors in the area, including Pasco Processing, Twin City Foods, and Reser’s Fine Foods. The FWLS collects and transfers this wastewater to the Pasco Resource Recovery Center for primary treatment. From there, process water is conveyed either to the Process Water Reuse Facility for storage or to the land treatment system for land application and crop production. The FWLS has a firm pumping capacity of 4,300 gallons per minute (gpm) at 255 feet of total dynamic head (TDH) with 4 vertical turbine pumps. Pump Nos. 1 and 2 have 100 horsepower (hp) motors and are capable of pumping 1,850 gpm at 185 feet of TDH. Pumps Nos. 3 and 4 have 100 hp motors and are capable of pumping 3,890 gpm at 264 feet of TDH. Pumps Nos. 1 and 2 are connected to a 16- inch carbon steel discharge manifold. Pumps Nos. 3 and 4 are connected to a 24-inch carbon steel discharge manifold. The City intends to replace both discharge manifolds to avoid failure, as they have exhibited pinhole leaks. The proposed stainless steel discharge manifolds will be replumbed within the FWLS so that Pump Nos. 1 and 3 will be connected to a common 20-inch header, and Pump Nos. 2 and 4 will be connected to a second 20-inch stainless steel header. This will balance discharge from the FWLS and provide operators with more operational flexibility. The City would also like an updated condition assessment of the entire lift station , including structural, mechanical, electrical, and control components, to determine if any components need to be rehabilitated with the manifold replacement project. RH2 Engineering, Inc., (RH2) completed the condition assessment of FWLS on October 29, 2025. Based on that assessment, RH2 provided preliminary findings and recommendations for upgrades to the City at an in-person meeting on November 3, 2025. Due to the time sensitivity of these improvements, the technical memorandum for Task 2 – Lift Station Site Investigation from the original scope of work and final design will occur concurrently. This Scope of Work captures the effort to provide the bid-ready design, bidding support services, and limited services during construction of the City-selected FWLS improvements based on the November 3, 2025, meeting, with support provided by RH2’s subsidiary Control Systems NW LLC (CSNW) via subcontract. City of Pasco Exhibit A – Scope of Work Foster Wells Lift Station Improvements Amendment No. 1 2 2/12/2026 1:28:13 PM \\CORP.RH2.COM\PROJECTS\PROJECT\DATA\PSC\25-0198\00 CONTRACT\A-1\A1_SOW_FOSTER WELLS LIFT STATION IMPROVEMENTS.DOCX General Assumptions The following assumptions were made when preparing this Scope of Work: • RH2 will rely upon the accuracy and completeness of information, data, and materials generated or produced by the City in relation to this Scope of Work. RH2 assumes that the entity providing such information to RH2 is either the owner of such information or has obtained written authorization from the owner to distribute said information. • Deliverables will be submitted in electronic format (PDF) unless otherwise noted. • Due to the limited mechanical changes anticipated at the FWLS, there will be no hydraulic modeling developed for this Scope of Work. Piping will be sized to maintain existing flow velocities through the new piping. • Construction of the proposed improvements will occur in phases to facilitate the continuous operation of the FWLS and prioritize the replacement of the existing header. • The City intends to acquire and utilize funding from the U.S. Department of Housing and Urban Development (HUD) for this project. HUD funding requires compliance with the National Environmental Policy Act (NEPA), and for construction, incorporation of Build America, Buy America (BABA) requirements. Consequently, this Scope of Work includes effort to assist the City with project requirements related to federal funding. Task 1 — Project Management and Administration Services Objective: Manage the RH2 project team and maintain regular communication with the City for efficient coordination of various tasks. Attend and participate in project meetings and perform quality control reviews of project deliverables. Approach: 1.7 Provide direction, coordination, and oversight to the RH2 project team. Organize, manage, and coordinate technical disciplines as described herein, and implement quality assurance and quality control reviews of project deliverables. 1.8 Attend one (1) kick-off meeting with the City to discuss final design criteria and the project schedule. Task 3 — Bid-Ready Design Objective: Prepare bid-ready project plans and specifications. Approach: 3.1 Prepare cover sheets and general information sheets. 3.2 Prepare the mechanical plans for the FWLS, including new discharge piping from all four (4) existing pumps, two (2) new discharge headers with (1) header being relocated to the breezeway outside of the FWLS, extending discharge piping from the newly relocated header to the existing discharge piping, replacing two (2) check valves on the larger pumps, adding two City of Pasco Exhibit A – Scope of Work Foster Wells Lift Station Improvements Amendment No. 1 3 2/12/2026 1:28:13 PM \\CORP.RH2.COM\PROJECTS\PROJECT\DATA\PSC\25-0198\00 CONTRACT\A-1\A1_SOW_FOSTER WELLS LIFT STATION IMPROVEMENTS.DOCX (2) new flow meters on above-grade discharge piping outside of the FWLS, and minor mechanical equipment sizing. 3.3 Prepare structural plans and calculations to support the mechanical improvements and improve maintenance access and construction activities. Improvements include proposed pipe penetrations through existing walls, a gantry crane over the discharge piping within the FWLS, pipe supports for the new headers and discharge piping, and a new access door on the western wall of the FWLS to facilitate removal of mechanical piping and fittings. Structural plans will include exterior elevations, floor plan, building sections, and pipe support details. It is assumed that the structural improvements will be above grade and will match the architectural look of the existing building, utilizing a concrete floor, concrete masonry unit walls, and a wood-framed roof. 3.4 Prepare heating, ventilation, and air conditioning (HVAC) plans to support the replacement and relocation of the header and electrical gear. Improvements include the replacement and relocation of the wet well air exchange system, the replacement of indoor HVAC units with exhaust fans, and the replacement of the existing heaters within the building. 3.5 Prepare electrical and control plans for the installation of new outdoor-rated variable frequency drives (VFDs), a new automatic transfer switch, flow meters, radar level transducers, and freeze protection of outdoor piping. 3.6 Prepare technical specifications using RH2’s modified Construction Specifications Institute format (Divisions 1 through 18) and incorporate with the City’s construction contract documents and general conditions. 3.7 Prepare a 60-percent, 90-percent, and bid-ready opinion of probable construction cost (OPCC). 3.8 Meet with the City to review the 60-percent, 90-percent, and bid-ready design documents and OPCC. Prepare meeting minutes and distribute to attendees. 3.9 Incorporate BABA and other applicable federal-funding requirements into project design and construction documents. This subtask assumes up to thirty (30) hours of RH2 effort to incorporate federal funding requirements into project plans, specifications, and estimate (PSE), as needed. Assumptions: • VFDs will be relocated to the exterior of the FWLS, with operator interface screens located inside the building. • Discharge piping and headers will be stainless steel. • There will be no structural or mechanical improvements related to the existing pumps. Provided by City: • Construction contract documents and general conditions in MS Word format. • Attendance at design review meetings and comments on 60-percent, 90-percent, and bid-ready design documents. City of Pasco Exhibit A – Scope of Work Foster Wells Lift Station Improvements Amendment No. 1 4 2/12/2026 1:28:13 PM \\CORP.RH2.COM\PROJECTS\PROJECT\DATA\PSC\25-0198\00 CONTRACT\A-1\A1_SOW_FOSTER WELLS LIFT STATION IMPROVEMENTS.DOCX RH2 Deliverables: • 60-percent, 90-percent, and bid-ready design plans, specifications, and OPCC. • Attendance at design review meetings and meeting minutes. Task 4 — Permitting Objective: Assist the City with local and federal permit compliance to facilitate project construction. Coordinate with the City and HUD regarding NEPA compliance , prepare NEPA documentation, and facilitate HUD's review and buy-off on NEPA compliance. Support the City in obtaining a Commercial Building Permit for project construction. Approach: 4.1 Coordinate with City Planning regarding project improvements and anticipated State Environmental Policy Act (SEPA) exemption for the project. Confirm SEPA exemption for the file and the Commercial Building Permit (CBP) application. 4.2 Prepare CBP application package, provide to the City for review and signatures, finalize and submit the final permit application to the City for review and approval. This subtask assumes up to twenty-five (25) hours of RH2 effort to prepare and submit the CBP application. 4.3 Coordinate with the City and HUD regarding project funding and NEPA compliance requirements. Prepare HUD-specific form, project narrative, design information, maps, discussion of project compliance with applicable federal statutes, and supporting materials to justify project applicability as a categorically excluded (CE) activity. Submit CE package to HUD for review and NEPA compliance processing. Respond to HUD questions and facilitate HUDs review of the NEPA documentation and issuance of a CE determination for the project. Assumptions: • Local permitting will be through the City as the FWLS is within City limits. • Improvements to the FWLS apply for a SEPA exemption as a repair, remodeling, or maintenance activity (Washington Administrative Code [WAC] 197-11-800(3)). SEPA exemption confirmation will be made by the City’s Planning Department as the SEPA Lead Agency. RH2 will coordinate with City Planning to confirm and record the exemption for this project. • Improvements at the FWLS will apply under HUD’s list of categorically excluded activities (24 Code of Federal Regulation 58.35). Based on RH2’s review of HUD's CE activities, improvements planned are anticipated to be covered under activities reconstruction of existing utility facilities or buildings. Consequently, RH2 has assumed the level of effort for NEPA compliance will be commiserate with a CE type, as opposed to an Environmental Assessment level of effort. Subtask 4.3 assumes up to sixty (60) hours of RH2 effort for City of Pasco Exhibit A – Scope of Work Foster Wells Lift Station Improvements Amendment No. 1 5 2/12/2026 1:28:13 PM \\CORP.RH2.COM\PROJECTS\PROJECT\DATA\PSC\25-0198\00 CONTRACT\A-1\A1_SOW_FOSTER WELLS LIFT STATION IMPROVEMENTS.DOCX coordination with HUD and the City, preparation of the CE package, submittal, and facilitation of HUD approval. • FWLS is located outside of any Washington Department of Archaeology and Historic Preservation (DAHP) National Register of Historic Properties listed properties or sites. The site is within a moderate risk polygon for DAHP’s predictive index of the potential for encountering cultural resources. Site disturbance is anticipated to be within areas of the site that have already been disturbed. Additionally, the project activities are anticipated to apply for a CE type for NEPA compliance. Consequently, this Scope of Work assumes compliance with Section 106 of the National Historic Preservation Act will not require a cultural resources survey (CRS). If HUD determines a CRS is needed for NEPA compliance, an amendment to this Scope of Work may be warranted. • Site improvements involve less than 1 acre of land disturbance and will not involve discharge to State waters; consequently, the project will not require Construction Stormwater General Permit coverage. Provided by City: • Submission of permit applications and payment of permit fees. • Review of preliminary permit packages, as desired. • Attendance at any virtual meetings with HUD, if determined to be necessary for NEPA compliance discussions. RH2 Deliverables: • Electronic records of City and HUD coordination, emails, etc. • Record of project SEPA exemption through City Planning. • Preliminary and final CBP application package. • CE package for NEPA compliance. Task 5 — Bidding Support Services Objective: Assist the City with the bidding of the FWLS Improvements project. It is assumed that the City will advertise the project and be the main point of contact for bidders. RH2 will refer all interested bidders with questions to the City. Approach: 5.1 Assist the City with the pre-procurement bid package of the stainless-steel fabricated header if necessary. 5.2 Prepare bid advertisement and coordinate the timing and placement of the bid advertisement with the City. The City will submit the advertisement to the appropriate publications and pay advertisement fees. 5.3 Attend one (1) pre-bid walkthrough with prospective bidders. City of Pasco Exhibit A – Scope of Work Foster Wells Lift Station Improvements Amendment No. 1 6 2/12/2026 1:28:13 PM \\CORP.RH2.COM\PROJECTS\PROJECT\DATA\PSC\25-0198\00 CONTRACT\A-1\A1_SOW_FOSTER WELLS LIFT STATION IMPROVEMENTS.DOCX 5.4 Respond to contractor or supplier technical questions during bidding. 5.5 Prepare up to two (2) addenda as requested to clarify, revise, or change the construction plans, technical specifications, or project conditions during the bidding process. 5.6 Attend the bid opening virtually and review the bid tabulation. Review bidders’ qualifications and prepare a letter of recommendation of award. 5.7 Create electronic conformed for construction contract documents for contractors, if requested. Provided by City: • Submission of the advertisement and bid documents to the appropriate publications and payment of fees. • Attendance at pre-bid walkthrough with prospective bidders. • Issuance of addenda as needed. • Administer bid opening and prepare bid tabulation. • Potential pre-procurement of the stainless steel fabricated header to ensure replacement can occur before June 2026. RH2 Deliverables: • Pre-procurement bid package (if necessary) • Bid advertisement. • Attendance at pre-bid walkthrough. • Responses to contractor or supplier questions via telephone or email. • Up to two (2) addenda. • Letter of recommendation of award. • Conformed for construction contract documents, if requested. Task 6 — Services During Construction (Limited) Objective: Provide limited engineering services during construction to support the City. As the engineer of record, coordinate with the City, its designated utilities, and the special inspector to respond to technical questions and issues. Review limited technical submittals, as requested by the City, for general conformance to the project specifications. Provide written comments to the City. Services include reviewing limited technical submittals, responding to requests for information (RFIs), performing on-site observations, and assisting with change proposals and change orders. Approach: 6.1 Respond to contractor RFIs, as requested by the City. Document and transmit responses to the City. City of Pasco Exhibit A – Scope of Work Foster Wells Lift Station Improvements Amendment No. 1 7 2/12/2026 1:28:13 PM \\CORP.RH2.COM\PROJECTS\PROJECT\DATA\PSC\25-0198\00 CONTRACT\A-1\A1_SOW_FOSTER WELLS LIFT STATION IMPROVEMENTS.DOCX 6.2 Perform limited on-site observations up to forty (40) hours, as requested by the City, in coordination with the City’s designated inspector(s). Provide brief field notes summarizing observations. 6.3 Assist with change proposals and change orders as requested by the City. 6.4 Review technical submittals as requested by the City. 6.5 Provide programming and integration services for the controls installed during construction. Programming will include programmable logic controllers, operator interface screens, and the computer-based supervisory control and data acquisition (SCADA) system. It is assumed that the programming will be based on standard programming developed for the City by RH2’s subsidiary, CSNW. Integrate the programming upgrades with the existing City system, including connecting the existing Historian system to the SCADA system programmed as part of this project. It is assumed that the FWLS will communicate with the Process Water Reuse Facility’s existing SCADA system. 6.6 Provide observation and support during startup activities, including the final operation of the newly installed hardware/software components. 6.7 Review field records provided by the contractor and prepare construction record drawings based on the changes. Assumptions: • It is anticipated that the City will be the lead inspector, lead construction contract administration, and be responsible for day-to-day activities. A maximum of 146 hours is estimated to review technical submittals, respond to contractor questions, provide limited on- site observations, assist with change orders, and provide programming and startup services as shown in the attached Fee Estimate. If additional effort is needed, that extr a work will be mutually determined by the City and RH2. • RH2 and CSNW are not responsible for site safety, or for determining means and methods or directing others in their work. RH2 Deliverables: • Technical submittals. • Applicable RFI responses. • Field notes summarizing on-site observations. • Change order proposals. • Programming and integration services. • Attendance at startup activities. • Construction record drawings. City of Pasco Exhibit A – Scope of Work Foster Wells Lift Station Improvements Amendment No. 1 8 2/12/2026 1:28:13 PM \\CORP.RH2.COM\PROJECTS\PROJECT\DATA\PSC\25-0198\00 CONTRACT\A-1\A1_SOW_FOSTER WELLS LIFT STATION IMPROVEMENTS.DOCX Project Schedule It is anticipated that RH2 will receive notice to proceed in March 2026. Bid-ready design is anticipated to occur within twelve (12) weeks following notice to proceed, on a date mutually agreed upon by the City and RH2. Bidding is anticipated to occur by May 1, 2026, with bid award occurring before June 1, 2026. Services during construction are anticipated to occur in two phases under one contract. Phase 1 – Header Replacement will occur prior to June 1, 2026. Phase 2 – Electrical and HVAC Improvements is anticipated to be completed by October 2026. EXHIBIT B Fee Estimate Amendment No. 1 City of Pasco Foster Wells Lift Station Improvements Feb-26 Description Total Hours Total RH2 Labor Total Subconsultant Total RH2 Expense Total Expense Total Cost Task 1 Project Management and Administration Services 84 22,204$ 3,480$ 736$ 736$ 26,420$ Task 3 Bid-Ready Design 387 83,650$ 20,954$ 9,049$ 9,049$ 113,653$ Task 4 Permitting 95 19,477$ -$ 1,201$ 1,201$ 20,678$ Task 5 Bidding Support Services 88 19,987$ 1,160$ 1,344$ 1,344$ 22,491$ Task 6 Services During Construction (Limited)166 38,712$ 26,880$ 3,089$ 3,089$ 68,681$ PROJECT TOTAL 820 184,030$ 52,474$ 15,419$ 15,419$ 251,923$ \\corp.rh2.com\projects\Project\Data\PSC\25-0198\00 Contract\A-1\A1_FEE_Foster Wells Lift Station Improvements 2/12/2026 4:37 PM price per mile (or Current IRS Rate) Subconsultants 15%Cost + Outside Services at cost RATE LIST RATE UNIT Professional I $182 $/hr Professional II $199 $/hr Professional III $222 $/hr Professional IV $243 $/hr Professional V $259 $/hr Professional VI $280 $/hr Professional VII $306 $/hr Professional VIII $333 $/hr Professional IX $336 $/hr Technician I $139 $/hr Technician II $154 $/hr Technician III $178 $/hr Technician IV $189 $/hr Technician V $206 $/hr Technician VI $226 $/hr Technician VII $245 $/hr Technician VIII $257 $/hr Control Specialist I $182 $/hr Control Specialist II $199 $/hr Control Specialist III $222 $/hr Control Specialist IV $243 $/hr Control Specialist V $259 $/hr Control Specialist VI $280 $/hr Control Specialist VII $306 $/hr Control Specialist VIII $333 $/hr Control Specialist IX $336 $/hr Control Technician I $139 $/hr Control Technician II $154 $/hr Control Technician III $178 $/hr Control Technician IV $189 $/hr Control Technician V $206 $/hr Control Technician VI $226 $/hr Control Technician VII $245 $/hr Control Technician VIII $257 $/hr Administrative I $94 $/hr Administrative II $109 $/hr Administrative III $129 $/hr Administrative IV $154 $/hr Administrative V $180 $/hr CAD/GIS System $27.50 $/hr CAD Plots - Half Size $2.50 price per plot CAD Plots - Full Size $10.00 price per plot CAD Plots - Large $25.00 price per plot Copies (bw) 8.5" X 11"$0.09 price per copy Copies (bw) 8.5" X 14"$0.14 price per copy Copies (bw) 11" X 17"$0.20 price per copy Copies (color) 8.5" X 11"$0.90 price per copy Copies (color) 8.5" X 14"$1.20 price per copy Copies (color) 11" X 17"$2.00 price per copy Technology Charge 2.50%% of Direct Labor Night Work 10.00%% of Direct Labor Mileage $0.7250 EXHIBIT C RH2 ENGINEERING, INC. 2026 SCHEDULE OF RATES AND CHARGES Rates listed are adjusted annually.