Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Gray & Osborne, Inc. - 88th Avenue Sidewalk Improvememts - Tieton Drive and Summitview Avenue.
THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the City of Yakima hereinafter called the "AGENCY," and the "Finn / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1) of this AGREEMENT and hereafter called the "SERVICES;" and does not have sufficient staff to meet the required commitment and therefbre deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WIIEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I. General Description of Work The work under this AGREEMENT shall consist of the above -described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub -consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. II. General Scope of Work The Scope of Work and projected level of -effort required for these SERVICES is described in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed utilizing performance based contracting methodologies. lll. General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of perfotuiance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement 117/1141.111.14 Page 2of14 Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30`%© of the total amount of this AGREEMENT. It is recommended, but not required, that non -DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of this AGREEMENT. In the absents of a mandatory DBE goal, a voluntary SBE goal amount of ten percent of the Consultant Agreement is established. The Consultant shall develop a SBE Participation. Plan prior to commencing work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms (including Prime) involved with this AGREEMENT into the wsdot.diversitycompliance.com program. Payment infomration shall identify any DBE Participation. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C - Preparation and Delivery of Electronic Engineering and other Data." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below: If to AGENCY: Name: Bill Preston, P.E. Agency: City of Yakima Address: 129 North Second Street City: Yakima State: WA Zip: 98901 Email: Bill,Presotn@yakimawa.gov Phone: (509) 575-6000 Facsimile: (509) 576-6614 If to CONSULTANT: Name: Michael B. Johnson, P.E. Agency: Gray & Osborne, Inc. Address: 1.130 Rainier Ave S, STE 300 City: Seattle State: WA Zip: 98144 Email: mjohnson@g-o,com Phone: 206-284-0860 Facsimile: IV. Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT titled "Completion Date." The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established completion time. Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Page 3 of 14 V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES, specified in Section II, "Scope of Work". The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed. Fee amount is attached hereto as Exhibits "D" and "E" and by this reference made part of this AGREEMENT. A, Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate, and direct non -salary costs. 1. Direct (RAW) Labor Costs: The Direct (RAW) Labor Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terns of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total 1CR payment shall be based on Actual Costs, The AGENCY agrees to reimburse the CONSULTANT the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual. Costs. A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and "E", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT (prime and all A&E sub -consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year, an ICR schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by the ICR schedule. It shall also be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's ICR cost to reflect the actual rate. The ICR schedule will be sent to Email: ConsultantRates�Uwsdot.wa.gov. Failure to supply this information by either the prime CONSULTANT or any of their A&E sub -consultants shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY's Project Manager and/or the Federal Government may perform an audit of the CONSULTANT'S books and records at any time during regular business hours to determine the actual iCR rate, if they so desire. 3. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. (excluding Meals, which are reimbursed at the per diem rates identified in this section) These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub -consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with WSDOT's Accounting Manual M 13-82, Chapter 10 — Travel Rules and Procedures, and revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non -Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement l7-..:.. ..J Af/I14 /'f/1f1d Page 4 of 14 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in attached Exhibits "D" and "E" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person -hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." 5. Management Reserve Fund (MRF): The AGENCY may desire to establish MRF to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 1 O% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII, "Extra Work." 6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIII, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section iII, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct (RAW) Labor, Direct Non -Salary, and allowable ICR Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, Direct (RAW) Labor rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent, if applicable, upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit; all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement 0... .:....J 119/114 I•1/1,1/ Page 5 of 14 D. Inspection of Cost Records: The CONSULTANT and their sub -consultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be perfoiiiied by the State Auditor, WSDOT's Internal Audit Office and/or at the request of the AGENCY's Project Manager. VI. Sub -Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the perfonnance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub -consultant, any contract or any other relationship. Compensation for this sub -consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub -consultant shall not exceed its maximum amount payable identified in each sub - consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non -salary costs and fixed fee costs for the sub -consultant shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be memorialized in a final written acknowledgement between the parties. All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require each sub -consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to sub -consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE's Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT', sub -recipient, or sub -consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. VII. Employment and Organizational Conflict of Interest The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the perfonnance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14 Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he/she will be working on this AGREEMENT for the CONSULTANT. VIII. Nondiscrimination During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub -consultants, subcontractors and successors in interest, agrees to comply with the following laws and regulations: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. Chapter 21 Subchapter V § 2000d through 2000d-4a) • Federal -aid Highway Act of 1973 (23 U.S.C. Chapter 3 § 324) • Rehabilitation Act of 1973. (29 U.S.C. Chapter 16 Subchapter V § 794) • Age Discrimination Act of 1975 (42 U.S.C. Chapter 76 § 6101 et. seq.) • Civil Rights Restoration Act of 1987 (Public Law 100-259) • American with Disabilities Act of 1990 (42 U.S.C. Chapter 126 § 12101 et. seq.) • 23 CFR Part 200 • 49 CFR Part 21 • 49 CFR Part 26 • RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX. Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non -salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be deter mined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14 A ... .:....J AO/AI/7A 0I date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the time which may be required to do so, and other factors which affect thc value to the AGENCY of the SERVICES performed at the time of tet,uination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default clauses listed previously. The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as set forth in the second and third paragraphs of this section. Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X. Changes of Work The CONSULTANT shall make such changes and revisions in thc completed work of this AGREEMENT as necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under section XIII "Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within 10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J". In the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement 0....:��J nn/nl innnn4 Page 8of14 XII. Legal Relations The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall defend, indemnify, and hold The State of Washington (STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub -consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub -consultant, subcontractor and vendor, of any tier. The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions resulting from STATE and/or AGENCY's, their agents', officers' and employees' failure to comply with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and employees by the CONSULTANT, its agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and /or the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated between the Parties. Agreement Number: 2800AT Local AgencyABE Professional Services Cost Plus Fixed Fee Consultant Agreement J 11,1/AI /.IA•\I Page 9 of 14 Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable supplemental AGREEMENT, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for any "Auto" (Symbol 1) used in an amount not less than a one million dollar (S1,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub - consultant and/or subcontractor as an additional insured (the "AIs"), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non-contributory and any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSULTANT's and the sub -consultant's and/or subcontractor's insurer shall waive any and all rights of subrogation against the Ats. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to: Name: Bill Preston, P.E. Agency: City of Yakima Address: 129 North Second Street City: Yakima State: WA Zip: 98901 Email: Bill .Preston ayakimawa.gov Phone: (509) 575-6000 Facsimile: (509) 576-6614 No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT amount or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. Agreement Number: 2800AT Local AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14 The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM," under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XIV. Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV. Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the Agency Attached hereto as Exhibit "G-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "G-4" Certificate of Current Cost or Pricing Data. Exhibit "G-3" is required only in AGREEMENT's over one hundred thousand dollars ($1.00,000.00) and Exhibit "G-4" is required only in AGREEMENT's over five hundred thousand dollars (S500,000.00.) These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General Requirements" prior to its performance of any SERVICES under this AGREEMENT. Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement 1101/A4 MA*14 Page 11 of 14 XVII. Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state or federal statutes ("State's Confidential Information"). The "State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security data, non-public Specifications, STATE and AGENCY non -publicly available data, proprietary software, State security data, or information which may jeopardize any part of the project that relates to any of these types of information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub -consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub -consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to the State's Confidential Information. Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or (ii) returned all of the State's Confidential Information to the AGENCY; or (iii) take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained and used the State's Confidential Information; and the final disposition of the State's Confidential. Information. The CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or investigating may include, but is not limited to, salting databases. Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14 nnin4 inn�4 Violation of this section by the CONSULTANT or its sub -consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties. It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such confidential or proprietary material is developed. "Proprietary and/or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington. State and federal public disclosure laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/ or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. [f a public disclosure request is made to view materials identified as "Proprietary and/or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. The CONSULTANT agrees to notify the sub -consultant of any AGENCY communication regarding disclosure that may include a sub -consultant's proprietary and/or confidential information. The CONSULTANT notification to the sub -consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub -consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and/or sub -consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub -consultants' information. XX. Records Maintenance During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past the six (6) year retention period. For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, including electronically stored infoi oration ("ESI"), that is in the possession, control, or custody of the CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENT `s, appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings, Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement A _.. .:....J I1.1//14 /9A•14 Page 13 of 14 tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether or not thc original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any kind, including "Native Files", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include infoiiitation and/or documentation stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the perfoiiiiance of its operations, ESI may be located on network servers, backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub -consultant at home. "Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally created, viewed, and /or modified. The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub -consultant to its terms, unless expressly agreed to otherwise in writing by thc AGENCY prior to the execution of such subcontract, In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (I) of this AGREEMENT. Signature Signature CITY CONTRACT N©:© 3-p ©5 RESOLUTION NO: Date Date Any modification, change. or reformation of this AGREEMENT shall require approval as to form by the ©ice of the Attorney General. Agreement Number: 2800AT Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14 Exhibit A Scope of Work Exhibit A - Local Agency A&E Professional Services Cost Plus Fixed Fee Consult ant Agreement Revised 02/01/2021 Page of EXHIBIT A SCOPE OF WORK CITY OF YAKIMA 88`rn AVENUE SIDEWALK PROJECT PROFESSIONAL ENGINEERING SERVICES INTRODUCTION The purpose of this Contract is for Gray & Osborne, Inc. to provide engineering and related services necessary to develop preliminary and final plans, specifications, and cost estimates (PS&E) suitable for the bid, award, and construction of the City of Yakima's 88th Avenue Sidewalk project. It is our understanding that the project consists of pedestrian improvements along 88'h Avenue, from Summitview Avenue to Tieton Drive including: curb and gutter, sidewalks, ADA compliant ramps, crosswalks, channelization, illumination improvements, and drainage improvements, The improvements will connect into the recently constructed improvements fronting Apple Valley Elementary School, The design will include: Sidewalk and Curb Ramps Approximately 1,760 feet of sidewalks, generally located along the eastern side of 88th Avenue. It is assumed that the existing sidewalk facilities fronting Apple Valley Elementary School will remain. The proposed improvements will connect to the existing sidewalk(s). It is assumed that the existing sidewalk facilities extending north of the intersection of 88th Avenue and Tieton Drive will remain. The proposed improvements will connect to the existing sidewalk on the east side of 88`h Avenue. The existing curb ramps and crossings at the following intersections will be evaluated for ADA compliance and, if necessary, reconstructed to meet current ADA requirements: o 88`h Avenue/Summitview Avenue o 88th Avenue/Barge Street o 88'h Avenue/Yakima Avenue o 88th Avenue/Chestnut Avenue Connection to the existing sidewalks at Apple Valley Elementary School. Page 1 of 9 Illumination ADA compliant curb ramps, It is anticipated that up to 10 curb ramps will be required for the project, Existing illumination within project area is limited, It is assumed that a separate illumination system will be required to meet minimum light level requirements in accordance with the WSDOT Design Manual (M22- 01,21), A separate illumination system will be designed in accordance with City standards. Rectangular Rapid Flashing Beacons (RRFB) A solar powered RRFB signal system will be considered to serve a pedestrian crossing of 88th Avenue in the vicinity of the Apple Valley Elementary frontage. The need and location of an RRFB signal system will be determined during design. Crosswalks, Channelization and Signage Stormwater Lane lines will be replaced on 88th Avenue adjacent to the sidewalk, Crosswalk bars will be replaced as needed, Consistent with other development in the area, it is assumed that flow control for stormwater runoff will be provided by subsurface infiltration (UIC). The engineering and related services contemplated for this project will generally include topographic survey and mapping, identifying right-of-way, developing conceptual drawings, coordinating with funding and regulatory agencies, environmental review, and developing detailed project cost estimates. After the concept has been reviewed by the City, development of final PS&E products and bid/construction documents will be completed. Our scope of work is more fully detailed below. Task 1 — Project Management Objective: Provide overall project management of Gray & Osborne resources, provide subconsultant management, monitor and manage budget, manage and oversee the schedule of deliverables, manage quality assurance/quality control (QA/QC) program, and provide client contact, Services include: A. Contract execution, internal accounting, and auditing. Page 2 of 9 Internal resource management and prioritization of resources. Oversee QA/QC reviews of engineering products to include constructability review, risk management assessment, and identification and pursuit of critical path items. Preparation of monthly invoices. Manage and oversee the schedule of deliverables. Provide project coordination with utility companies known to provide service in the area, as well as the City Engineer. Attend coordination, progress, and presentation meetings with the City as required. For purposes of this agreement, it is assumed that no more than three meetings will be required. Task 2 — Survey and Mapping Objective: Establish vertical and horizontal control and acquire pertinent topographical features suitable to support the design and mapping of project corridor. Work shall also identify existing right-of-way lines within project limits and all intersecting public rights - of -way (streets and alleys). It will also include property lines. Property lines will be shown at their approximate locations based on existing publicly available information. Services include: A. Research and acquire public records of survey, plat maps, assessor maps, and related survey data as may be available from public agencies (County and City) this work includes researching and identifying property owners (of record at county assessor's office) and addresses of property. Establish vertical and horizontal control for survey and mapping at a scale of 1 "=20' horizontal and 1 "=5' vertical. Datum will be per City of Yakima standards/requirements, Coordinate survey work with City of Yakima. Provide (set or establish) a minimum of two survey control points for vertical and horizontal control within project area. Perform topographical survey of project corridor to include profiling of adjacent driveways where impacted. Acquire topographical data (including utility paint marks provided through the one -call utility locate service) within right-of-way and approximately 10 feet beyond right-of- way (assuming it is not fenced in and/or property owners refuse access) for mapping and design purposes. Incorporate pertinent topographical information at all street intersection "legs." Topographical data shall include establishing surface grades, pavement edges, utilities (visually Page 3 of 9 obvious and/or painted surfaces during site survey), utility structures, hydrants, valves, fences, major trees and significant landscaping, walkways, major grade breaks, and any other pertinent physical features, found in the project area deemed necessary to adequately map the project area for the purpose of designing a project of this nature. Map survey data and show pertinent topographical features and existing right-of-way within project limits. E. After the footprint of the improvements have been identified, private property locations requiring Temporary Construction Easements (TCEs) will be identified. For the purposes of this agreement, it is assumed that the preparation and execution of TCEs will be performed by others. Task 3 — Project Funding and Regulatory Agencies Coordination Objective: Assist the City with coordinating the project with Washington State Department of Transportation, and other regulatory (environmental) and/or funding agencies so as to adhere to agency requirements. Services include: A. Assist the City with processing paperwork and adhering to requirements regarding the use and expenditure of any grant funds. Task 4 — Environmental Permitting and Cultural Investigation Objective: Comply with environmental requirements and acquire the various environmental approvals, permits, and environmental clearances necessary to allow construction of the project. Services include: A. It is assumed that this project will be considered categorically exempt from SEPA and that no additional SEPA documents are needed for the project. Prepare and submit Ecology Construction Stormwater Erosivity Waiver as necessary. Prepare an Area of Potential Effects memorandum, for submission to W SDOT. Prepare the WSDOT NEPA Categorical Exclusion form for submission to WSDOT. Page 4 of 9 If it is determined necessary by WSDOT, Gray & Osborne, Inc, shall provide a cultural resource survey via its subconsultant, RLR Archaeology and Cultural Resources. These services shall include: Identify any cultural resources which may be adversely affected by the project. Conduct the cultural resource survey in accordance with Washington State Law. Provide background research, field investigation of project area, and research to identify potential traditional cultural properties. Provide summary of findings in a cultural resources project report. Task 5 — Utility Data Acquisition/Hydraulic Analysis (Storm) Objective: Acquire record drawings and map information from utility companies known to provide service in the project corridor. Obtain utility field locates from the One -Call Utility Locate Center, Conduct a stormwater analysis of the tributary area (roadway and sidewalk), and size and locate storm water collection for this project. Services include: A. Provide written requests for all utility companies known to provide utility service in the project area. Review data provided by utility companies and incorporate into design products and future phases of the project as may be applicable. Conduct calculations based on the WSDOT Highway Runoff Manual and review of survey data acquired for this project, contour maps, and surface water comprehensive maps and plans. This analysis shall be used to develop hydraulic data to determine catch basin spacing, pipe size and slope recommendations for storm water collection within the project area. Task 6 — Preliminary Design (30 Percent) Objective: Use info►niation generated in Tasks 1 through 5 to develop a preliminary design for the proposed improvements for the City's evaluation, review, and comment. Services include: A. Develop a strip map of the project corridor to include survey data and pertinent utility information. Mapping products will be used in development of conceptual design for proposed features to include pavement, concrete curb and gutter, curb ramp replacement, medians, storm drainage, illumination, and new sidewalks. Page 5 of 9 C. Task 7— Se Objective: preliminary Develop a detailed cost estimate of the preliminary design for City review and comment, Break the work into separate schedules if required for funding purposes, Perform QA/QC reviews, nifinal Design Document Preparation (60 Percent) Develop design/bid/construction documents to the 60 percent level based on design documents (60 percent complete). Services include: A. Prepare and submit project specifications (two copies) to include proposal, contract, and bonding forms. This work assumes project specifications (including Special Provisions) will be based on the latest edition of the WSDOT Standard Specifications for Road, Bridge and Municipal Construction and amendments thereto. The City shall be responsible for reviewing and approving the documents, C. Prepare and submit updated and detailed engineering construction cost estimate at interval listed above for City review. Prepare two copies of preliminary plans/drawings (to include special details). The plans will incorporate applicable City design standards, WSDOT design standards, MUTCD standards, and AASHTO Manual guidelines, Where conflicts exist between standards, the City will provide direction or request the Consultant's recommendation. Existing illumination will be evaluated using AGi32 software to meet WSDOT design manual standards. It is assumed that a separate illumination system will be required. Design of the separate illumination system assumes the following: City will provide information concerning the existing illumination light fixture types for modeling purposes. City will determine if the additional lighting can be added to an existing City illumination system, or if it will be coordinated with Pacific Power street lighting. Gray & Osborne will coordinate with the selected lighting entity to provide location(s) of additional street lights. Page 6 of 9 Task 8 — Public Outreach Objective: The Engineer will attend one public meeting. Following the completion of the semifinal design, Gray & Osborne will present a brief summary of the overall project design. The presentation will include the associated cost estimate, and will also include discussion about anticipated construction schedule and significant impacts to the public. A. For the purposes of this project, it is assumed the meeting will be held at Apple Valley Elementary, or another nearby facility. Gray & Osborne will assist the City with coordination efforts to determine the public meeting location. The City shall provide public notice for the meeting as the City deems necessary, C. Gray & Osborne shall provide exhibits, consisting of strip maps, poster boards, and handouts in both English and Spanish for the open house. Gray & Osborne personnel shall be present for the duration of the open house meeting. Task 9— Final Design Document Preparation (PS&E) Objective: Prepare final project plans, specifications, and cost estimates sufficient for bidding and constructing the project. Services include: A. Send final plans and specifications to City, and WSDOT for approval to advertise. Prepare and submit final project plans to City to include incorporation of all previous applicable and relevant City comments. Revise contract documents to incorporate final City comments (as applicable). Prepare and submit final project specifications to include contract, proposal, bonds, and insurance requirements, per City review and direction. Incorporate revisions or all previous applicable and relevant City comments, Prepare final and detailed engineer's construction cost estimate, Page 7 of 9 Task 10— Quality Assurance/Quality Control Objective: Provide QA/QC reviews of engineering products to enhance overall quality of products. Prepare QA/QC review recommendations as further noted below. Services include: Conduct QA/QC meetings by key design team members to solicit comments, recommendations, and suggestions regarding engineering products, constructability issues, critical path items, risk management, and quality of product. City will be invited to participate. Prepare QA/QC Memorandum at each QA/QC interval (30 percent, 60 percent, 90 percent) regarding QA/QC comments, attendees, location, and date. Task 11- Bid and Award Services Objective: Assist City in bidding and award services. Services include: A. Prepare bid advertisement(s) for publication for City review and use. 1. Upon City authorization and direction, prepare and transmit both electronic and hard copies of bid documents to City. This scope does not include bid advertisement and distribution of bid documents to potential bidders. These services will be the responsibility of the City. Assist the City to answer bid inquires, and prepare addenda for distribution to bidders as necessary, in electronic format (PDF). DELIVERABLES Electronic file of all plans and specifications and addenda (as may be applicable) to the City. Hard copy of plans (four copies, two full size and two half size) and specifications (four copies) and cost estimates to include any addenda (as may be applicable) to City. Up to three hard copies to WSDOT or as required. ASSUMPTIONS Gray & Osborne will provide notice to abutting property owners of survey work in the vicinity. For the purposes of this agreement, it is assumed that the notice will include a door hanger, provided to property owners a minimum of 2 days prior to anticipated survey work. Page 8 of 9 Access onto private properties will not be prevented in order to acquire the data described above. Where access is denied, this data shall not be acquired or mapped. Gray & Osborne assumes survey can be performed on a continuous basis and not piecemealed due to multiple site visits caused by property owners preventing access. The development and/or recording of a "Record of Survey" is not required or included in this scope of work. 4. No right-of-way acquisition, to include title reports, appraisals, appraisal reviews, market research, legal descriptions, deeds, negotiations or conveyance documents are included in this scope of work. If required, this work shall be included as a contract supplement at a later time. The City shall be responsible for publishing costs of notices or permit fees required for the above items. CONSTRUCTION MANAGEMENT SERVICES Gray & Osborne, Inc, may provide construction management services as may be further desired by the City of Yakima at the City's option. If the City elects to exercise this option, Gray & Osborne, Inc. shall prepare a scope and fee for this additional work for the City's review and approval. Since the extent of this work cannot be reasonably determined at this time, it will be prepared at the completion of the design phase as a contract supplement, Gray & Osborne, Inc, will also be entitled to subcontract work, for example material testing services, to a qualified firm as further approved by the City. Page 9 of 9 Exhibit DBE Participation Exhibit B - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1 Exhibit Preparation and Delivery of Electronic Engineering and Other Data n this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is o use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following 1. Surveying, Roadway Design & Plans Preparation Section A. Survey Data Autocad 2024 B. Roadway Design Files Autocad 2024, Civil -D C. Computer Aided Drafting Files Autocad 2024, Civil 3-D Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 4 D. Specify the Agency's Right to Review Product with the Consultant Agency shall have the right to review data when requested. E. Specify the Electronic Deliverables to Be Provided to the Agency Contract Provisions: PDF file Contract Plans: PDF file F. Specify What Agency Furnished Services and Information Is to Be Provided Agency may provide City standard contract documents such as Agreements, Bonds, and Proposal Agency shall provide any available record drawings. Agreement Nittnber: 2800AT Exhibit C - Local Agency A&E Profession a7 Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 2 of 4 Any Other Electronic 1 es to Be Provided ethods to Electronically Exchange Data Electronic files to be emailed to Agency. Exhibit C - Local Agency A&E Prc fessional Services Cost Plus Fixed Fee Consultant Agreement Revised 02101t2021 Page A. Agency SoftwareSuite NIA Electron essaging System Exhibit C - Local Agency A E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/0 Prime Consu Please see the attached Exhibit 11 Exhibit D Computations Agree ern Number: 2800AT Exhibit D - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1 EXHIBIT D CONSULTANT FEE DETERMINATION - SUM MAR' SHEET (COST PLUS FIXED FEE) Project: City of Yakima - 88th Avenue Apple Valley Direct Salary Cost (DSC): Discipline Required Estimated Hours Estimated Rate Estimated Amount Principal -in -Charge 10 $46 to $75 $620 Project Manager 60 $42 to $75 $3,000 Project Engineer 124 $38 to $57 $5,456 AutoCAD/GIS Technician/Engineering Intern 114 $20 to $54 S5,130 Professional Land Surveyor (PLS) 24 $38 to $61 $1,320 Field Survey Crew (2 Person) 34 $55 to $94 $2,210 Total DSC: Overhead (OH Cost - including Salary Additives OH Rate @ 188.44% x DSC Fixed Fee (FF) FF Rate n 30.0% x Total DSC Reimbursables Mileage ((c� $0.70 per mile) Subconsultant - PanGEO, Inc. Subconsultant - RLR Cultural Resources, LLC TOTAL: Prepared by: Michael Meskimen, P.E. Date: April 9, 2025 17,736 33,422 5.321 $ 493 $ 30,830 $ 7,198 95,000 Exhibit E Sub -consultant Cost Computations no sub -consultant participation at this time, The CONSULTANT shall not sub -contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. Refer to section VI "Sub -Contracting" of this AGREEMENT. Please see the attached breakdown for the subconsultanfs costs Agree rr ttt Number: 2800AT Exhibit E - Local Agency AE Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page PanGE® 11111C O R P O R A T$ R Geotechnical & Eart/ quake Engineering Consultants February 27, 2025 File No. P-9978 Michael Woodkey, P.E. Gray & Osborne, Inc. 180 Iron Horse Court Yakima, Washington 98901 Subject: Proposal for Geotechnical Engineering Services 88' Avenue Sidewalk Improvements: Summitview Ave to Tieton Ave Yakima, Washington Dear Michael, Attached please find our proposal to assist Gray & Osborne with an underground injection control (UIC) well evaluation for the City of Yakima's 88'}' Avenue Sidewalk Improvements Project, The frontage of the recently constructed Apple Valley Elementary School, which is located in the central portion of the project alignment, was previously developed with sidewalk and gutter. We understand it is planned to install a new sidewalk, curb and gutter, and pavement repair on the east side of 88' Avenue north and south of Apple Valley Elementary School to provide continuous sidewalk between Summitview Avenue and Tieton Avenue, Approximately 1,720 lineal feet of new sidewalk improvements are planned for this project. The principal objectives of our evaluation are to estimate the field infiltration rate using the grain size analysis method and to determine the vadose zone treatment capacity based on the criteria outlined in Table 5,21 of the Stormwater Management Manual for Eastern Washington. The treatment capacity of the vadose zone soils beneath an UIC well is based on its thickness, grain size characteristics, organic content, cation exchange capacity (CEC), soil classifications, and geologic origin. Depending on the vadose zone classification of high, medium, or low, a minimum thickness of 5 feet, 10 feet, and 25 feet, respectively is needed between the bottom of the UIC well and the seasonal high water table. We propose to complete the scope of work outlined in Exhibit I on a time -and -expense, not to exceed basis. We estimate that a budget of $30,830 will be needed to complete the proposed Proposal for Geotechnical Services 88th Avenue Sidewalk Improvements, Yakima, February 27, 2025 A scope, including our subcontractor's cost for traffic control, drill ng, and laboratory testing. The basis of our fee estimate is outlined in Exhibit Il. Please call should you have any questions regarding this proposal. Sincerely, Steven T. Swenson, L.G. Senior Geologist Enclosures: Exhibit I: Scope of Work Exhibit II: Cost Estimate P-9978_88th Ave Side -all Y" % tna:dcty Page 2 of 2 PanGEO, Inc. Proposal for Geotechnical Services 88th Avenue Sidewalk Improvements, Yakima, Washington February 27, 2025 EXHIBIT I - SCOPE OF WORK Document Review — We will review pertinent geologic maps of the area to gain an understanding of the site soil conditions. We will also review well logs available on the Department of Ecology's website to gain an understanding of the soil and groundwater conditions in the project area. 2. Site Reconnaissance — Perform a site reconnaissance of the project alignment. During our reconnaissance, we will mark the locations where test borings will be drilled for utility locating purposes. Coordinate Field Work & Utility Locates — Prepare a site plan showing the approximate locations of our proposed test borings and submit it to Gray & Osborne and the City for approval. We will contact the 1-call center for utility locates prior to our field explorations. We will coordinate all field activities with Gray & Osborne. 4. Street Use Permit Coordination — We anticipate the test borings will be drilled within the travel lane of 88th Avenue and temporary lane closures will be needed. Once the test boring locations have been approved, PanGEO will prepare a traffic control plan and apply for a street -use permit from the City of Yakima. We assume that the street use permit will be provided to PanGEO at no cost. 5. Subsurface Explorations (Test Borings & Monitoring Wells) — Drill four (4) test borings spaced out along project alignment. For planning purposes, each test boring will be advanced to about 25 feet below grad. The actual boring depths will be based on the actual soil conditions encountered in the test borings. Standard Penetration Tests will be performed at 21/2- and at 5-foot in each test boring to obtain soil samples. If groundwater is encountered, up to two (2) of our test borings will be developed with standpipe piezometers to allow for monitoring groundwater levels. The test borings will be backfilled and patched with cold -mix asphalt. Excessive soil cuttings from the test borings will be removed from the site, assuming that the site soils are not contaminated. Assumptions: * Test borings will be drilled in one drill rig mobilization. PanGEO will subcontract traffic control services to a flagging subcontractor. P-9978 881h Ave Sidewalk, Yakima,doc Page A-1 PanGEO, Inc. Proposal for Geotechnical Services 88th Avenue Sidewalk Improvements, Yakima, Washington February 27, 2025 6, Groundwater Monitoring -- Groundwater levels in the well will be monitored using electronic pressure transducers/data loggers and we will periodically retrieve the data. The groundwater data will be summarized and presented graphically, For budgeting purposes, we included two trips to retrieve groundwater monitoring data, Laboratory Testing — Select soil samples for grain size analysis, organic matter content, and cation exchange capacity testing. The test results will be used to evaluate the infiltration and treatment potential of the soils based on the methodology outlined in the current S'torrrnvater Management Manual for Eastern Washington design manual. No in - situ infiltration tests are included in this scope of work. For cost estimating purposes, we have budgeted for 8 grain size analyses, 8 organic content tests, and 8 cation exchange capacity (CEC) tests. 8. Engineering and Report — We will perform appropriate engineering analysis based on the results of our field exploration and laboratory test program. A draft report will be prepared and submitted to the project team, and the report will be finalized after we receive review comments from the project team. The report will summarize the results of our geotechnical study, and in general will include the following: • A site map showing the approximate locations of our test borings; • Summary description of the existing pavement thickness, subsurface conditions (soil and groundwater), and summary test boring logs; Summary of laboratory test results (grain size distribution, organic content, and CEC); +► Determination of vadose zone treatment capacity based on Table 5.21 of the S'tormwater Management Manual for Eastern Washington; • Estimated infiltration rates based on the grain size analysis methodology described in the Department of Ecology's Stormwater Management Manual for Eastern Washington (WSDOE, 2019); and • Earthwork recommendations including the suitability of the site soils for use as structural fill, temporary excavation slope recommendations, and general earthwork discussions. 9. Meeting/Post Report Consultation We have budgeted one project meeting to discuss our findings and recommendations. We will also provide post -report consultation on an as -needed basis. P-9978 88tlx t ie Si(kwalk. V'akima.doc Page A-2 PanGEO, Inc. Proposal for Geotechnical Services 88th Avenue Sidewalk Improvements, Yakima, Washington February 27, 2025 EXHIBIT II - COST ESTIMATE ESTIMATED LABOR: WORK TASK DESCRIPTION PanGEO Labor Hours & Hourly Rates COST 5, Tan 5. Swenson $236.00 $173,00 Reconnaissance 6 51,038 _Site Coordinate Field Work & Utility Locates Street -Use Permit Coordination Test Borings & Travel (1 Day) ( 2 5346 4 12 6 4 4 $692 $2,076 Groundwater Monitoring $1,038 Prepare Bodng Logs & Figures Review/Evaluate Lab Test Results $692 5692 56,480 Engineering / Report Preparation 4 32 Meeting/Post Report Consultation i 2 2 $818 TOTAL LABOR: 0 72 LABORATORY TEST SUMMARY Test Est. No, Tests Unit Cost Total Cost Grain Size Analysis Cation Exchange Capacity Organic Content 8 8 8 $115 $20 $20 $920 5160 $160 TOTAL LABORATORY TESTING: $1,240 TRAFFIC CONTROL SUMMARY 8 Unit Unit Cost Total Cost Flaggers (Flaggers $48/hour, 2 Flaggers ) Traffic Control Vehicle & Signs ($200/day) TRAFFIC CONTROL: 24 1 $48 $200 51,152 5200 $1,352 0 $13,872 ESTIMATED DIRECT EXPENSES: Mileage: 140 mi/RT • 4trips'$(170/mi $392 Data Logger Rental ($100 per logger) $300 Field Consumables $50 TOTAL DIRECT EXPENSES: $742 ESTIMATED SUBSURFACE EXPLORATION COSTS: Drill Rig Mobilization $3,650 25' Boring & Monitoring Well (2 @ $2,500/each) 55,000 25'Test Boring (2 @ $1750/each) $3,500 TOTAL DRILLING COSTS: $12,15D PanGEO COST SUMMARY: Estimated Labor Cost $13,872 Subsurface Exploration Costs + 10% 513,365 Lab Testing +10% $1,364 Traffic Control +10% $1,487 Direct Expenses $742 PanGEO TOTAL: $30,830 P-9978_88th Ave Sidewalk, Yakima.doc Page B-1 PanGEO, Inc. RT,R Cultural Resources, I,T,C Archaeology and Historic Preservation 11.4 W 4th Ave. Suite 307, Ellensburg, WA 98926 Phone (509) 952-5130 chris@a?rlrcultural.com Michael Woodkev, P.E Gray & Osborne, Inc. 180 Iron Horse Court, Yakima, WA 98901 February 25, 2025 Dear Mr. Woodkey, Enclosed is a proposal for an archaeological and cultural resources inventory of your project area on 88th Avenue, between Tieton and Summitview Avenues, Yakima, Washington, We believe that this survey should satisfy SEPA requirements for an archaeological and historic review of the project area, If you have any questions, please do not hesitate to contact us. Thank you. RLR Cultural Resources, LLC Christopher Landreau Director. RLR RI.R Cultural Resources, Archaeology and Historic Preservation 114 W 4w Ave, Suite 307, Ellensburg, WA 98926 Phone (509) 952-5130. chris(,rlrcultural.com Cultural Resources 88"' Avenue Sidewalk Project, Yakima, WA Tuesday, February 25, 2025 Scope of Work 1. The archaeologist will provide a literature search (via WISAARD) of relevant information on the history of the area. RLR will also search local archives and any available ethnohistorical documentation and data if available. 2. The archaeologist will conduct a pedestrian survey of the proposed work area using 20 meter transects and inspect the surface for any evidence of historic use, The archaeologist will document, photograph, and evaluate all historic structures within the Project Area. The archaeologist may excavate 40 cm diameter shovel probes, if possible, throughout the work area. The project has already been built out and the native ground surface completely removed. Any located artifacts and/ or features will be cataloged, described, photographed, and returned to the corresponding shovel test. Shovel testing will be determined by lead archaeologist and based upon a variety of factors, including ground visibility and visible bedrock, sensitivity, etc. The probes, if utilized, will be excavated to a minimum of 40 cm into sterile subsurface. 4. The archaeologist will photograph, draw. GIS map and otherwise document any physical surface features found that are prehistoric, historic, or traditional use. The archaeologist will also document anything of historic significance related to the project, and its potential to qualify for the National Register of Historic Places. A draft report will be prepared within three weeks from fieldwork completion. Fieldwork can begin in January/February 2025, weather dependent. Projected NTE Cost: $7,198.00 Project Report RLR will submit a draft and a final report detailing the findings of the survey. The report will include all appropriate maps, photos, sketches. site forms, and a bibliography of all consulted source material. The report will include NRHP evaluation discussions for Cultural Resources within the project area if applicable. After comment, a final report will be issued within thirty days. If any unforeseen difficulties arise in process. the client will be informed directly within two days with a letter, and work schedules can be re -arranged. If at any time during this process, large or unforeseen archaeological properties are discovered, work will stop in that area and the evaluation will continue. If any inadvertent human remains are found on site, the nearest tribes, as well as the county sheriff will be contacted and work will stop at that portion of the site, as is standard procedure for inadvertent discovery, At no time does final issuance of this report mean that the entire process is complete. There must be concurrence with Washington DAHP. Exhibit F - Title VI Assurances Appendix A & E APPENDIX A During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Acts and the Regulations relative to Non-discrimination in Federally -assisted programs of the U.S. Department of Transportation, (Title of Modal Operating Administration), as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. [Include Modal Operating Administration specific program requirements.] 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. [Include Modal Operating Administration specific program requirements./ 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be deteunined by the Recipient or the (Title of Modal Operating Administration) to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the Recipient or the (Title of Modal Operating Administration), as appropriate, and will set forth what efforts it has made to obtain the information. 5, Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the Recipient will impose such contract sanctions as it or the (Title of Modal Operating Administration) may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the Recipient or the (Title of Modal Operating Administration) may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Local Agency A&E Professional Services Cost Agreement Number 28O0AT Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Exhibit F - Title VI Assurances Appendix A & E APPENDIX E During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non -Discrimination Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975,.as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal. Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 02/01/2021 2800AT Exhibit Ce !cation Documents sxhibit -1 a) Cer Exhibit G- l Exhibit G- Exhib Exhib !cation of Consultant Certification ct City of Yakima Certification Regarding Debarment, Suspen Primary Covered Transactions G-3 Certification Regarding the Restrictions of the Us G-d Certificate of Current Cost or Pricing Data on and Other Responsibility !Matters - of Federal Funds for Lobbying Agreement Number: Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02l01/2021 Page 1 o Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of Gray & Osborne, Inc. whose address is 1130 Rainier Avenue South, Suite 300, Seattle, Washington 98144 and that neither the above fitnt nor I have: a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be furnished to the City of Yakima and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Gray & Osborne, Inc. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Agreement Number: 2800AT Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Exhibit G-1(b) Certification of City of Yakima I hereby certify that I am the: © Mayor © Other City Engineer, Bill Preston, P.E. of the City of Yakima , and Gray & Osborne, Inc. or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: a) Employ or retain, or agree to employ to retain, any firm or person; or b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be furnished to the City of Yakima and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Signature Date Agreement Number: 2800AT Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debar went, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and D. Have not within a three (3) year period preceding this application / proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Gray & Osborne, Inc. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Agreement Number: 2800AT Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperative AGREEMENT. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into, Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352. Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than S 10,000.00, and not more than S 100,000.00, for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub -contracts, which exceed $100,000, and that all such sub -recipients shall certify and disclose accordingly. Gray & Osborne, Inc. Consultant (Firm Name) Signature (AuthonzedOfficial of Consultant) Date Agreement Number: 2800AT Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Exhibit G-4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's representative in support of the City of Yakima * are accurate, complete, and current as of April 8, 2025 This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: Gray & Osborne, Inc. ** President Signature Title Date of Execution***: *Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (c.g, project title.) **Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached, ***Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to, Agreement Number: 2800AT Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Exhibit I Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Local. Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manager and any personnel (including sub -consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: • It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. • It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Agreement Number: 2800AT Exhibit I - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 2 Step Forward Documents to Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue, If necessary, LP will request assistance from the Attorney General's Office or legal interpretation. LP will also identify how the alleged errorts affects eligibility of project costs or federal reim burset. if mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. if mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Agreement Number: 2800AT Exhibit l _ L©cal Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 2 of 2 Exhibit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than S 1,000. If the consultant's claim(s) are a total of S1,000 or less, it would not be cost effective to proceed through the outlined steps. it is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total S 1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classificationfor each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. if the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Agreement Number: 2800AT Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 2 Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; • Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim. is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. Agreement Number: 2800AT Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 2 of 2