Loading...
HomeMy WebLinkAbout08/04/2025 09.D. Resolution approving a task order agreement with MWA Architects Inc. to provide construction administration services for the Terminal Baggage Claim and Restroom Upgrade r `y � ljlt ii! . il BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 9.D. For Meeting of: August 4, 2025 ITEM TITLE: Resolution approving a task order agreement with MWA Architects Inc. to provide construction administration services for the Terminal Baggage Claim and Restroom Upgrade SUBMITTED BY: Robert Hodgman, Director of Yakima Air Terminal SUMMARY EXPLANATION: A resolution authorizing the city manager to sign a task order agreement with MWA Architects, Inc. to provide construction administration services for the airport terminal building baggage claim project. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Resolution -YKM - Baggage Claim construction administration.docx B221-2018_-_YKM_Airport_Terminal_Modernization_Work_Order_CM.pdf Exhibit A R-2024-137 Resolution authorizing a master agreement with MWA Architects.pdf Exhibit B 25 04 24_Yakima Air Terminal CA Scope_Fee.pdf 207 RESOLUTION NO. R-2025- A RESOLUTION authorizing the execution of an agreement with MWA Architects, Inc. to provide construction administration services for baggage claim and restroom upgrades in the terminal building at Yakima Air Terminal- McAllister Field. WHEREAS, the City owns and operates Yakima Air Terminal-McAllister Field in accordance with applicable Federal, State and Local regulations; and WHEREAS, the 2021 Airport Masterplan Update, approved by the Federal Aviation Administration, determined the terminal building needs to be expanded and upgraded or service will be degraded, and WHEREAS, the complex nature of this construction project requires professional construction administration services provided by an architectural and engineering firm; and WHEREAS, on July 26th, 2024, the City and MWA Architects, Inc. entered into contract for Architectural and Engineering services for the terminal modernization project design at Yakima Air Terminal; and WHEREAS, MWA completed the design for the baggage claim and restroom upgrades; and WHEREAS, an independent fee estimate for construction administration was conducted from Ardurra Inc.; and WHEREAS, the airport conducted detailed analysis of the fee proposal and independent fee estimate and found the fee proposal acceptable; and WHEREAS, the Federal Aviation Administration approved the record of negotiations and approved the fee proposal; and WHEREAS, FAA grant funding and Yakima county SIED funding are approved and available for reimbursement of construction administration expenses; and WHEREAS, The project requires a custom-built baggage carousel with a long production lead time; and WHEREAS, Construction administration is required in order to review submittals and RFIs for the carousel procurement; and WHEREAS, the City and Airport will give limited notice to proceed for carousel equipment acquisition only; and WHEREAS, the City and Airport will not give full notice to proceed until all funds are secured and available; and WHEREAS, the City has determined that approval of said agreement will promote the purposes of the Yakima Air Terminal-McAllister Field, will promote increased commercial air 208 commerce as well as provide economic development for the Yakima Valley community, and therefore is in the best interests of residents of the City of Yakima; and WHEREAS, the City Council of the City finds that it is in the best interests of the City and its residents to enter into an agreement with MWA Architects, Inc. to provide the necessary services described in the attached agreement; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute and administer the attached and incorporated agreement with MWA Architects, Inc. in an amount of one million, thirty-five thousand, eight-hundred and thirty-seven dollars and thirty cents ($1,035,837.30) to administer phase 1A construction upgrades for the terminal building at Yakima Air Terminal-McAllister Field. ADOPTED BY THE CITY COUNCIL this 4th Day of August, 2025. ATTEST: Patricia Byers, Mayor Rosalinda Ibarra, City Clerk 209 Docusign Envelope ID:535D7F61-902D-46E4-9D58-1 AC5A726F4C2 AIA Document B221 - — 2018 Service Order for use with Master Agreement Between Owner and Architect WORK ORDER number Three made as of the Thirty First day of July in the year Two-Thousand Twenty-Five (In words, indicate day, month, and year.) ADDITIONS AND DELETIONS: BETWEEN the Owner: The author of this document has (Name, legal status, address, and other information) added information needed for its completion.The author may also have revised the text of the original City of Yakima Washington AIA standard form.An Additions and 129 N 2nd Street Deletions Report that notes added Yakima,WA 98901 information as well as revisions to the Attn: Victoria Baker standard form text is available from the author and should be reviewed.A and the Architect: vertical line in the left margin of this (Name, legal status, address, and other information) document indicates where the author has added necessary information MWA Architects,Inc. and where the author has added to or 180 Sansome Street, Suite 1600 deleted from the original AIA text. San Francisco, CA 94104-3722 This document has important legal consequences. Consultation with an for the following PROJECT: attorney is encouraged with respect (Name, location, and detailed description) to its completion or modification. Yakima Airport Terminal(YKM)Modernization Project This document provides the 2300 W Washington Ave Architect's scope of services for the Yakima,WA 98903 Service Order only and is intended to Yakima Air Terminal Modernization Project be used with AIA Document Work Order 3 B121 TM-2018, Standard Form of Master Agreement Between Owner The City of Yakima intends to modernize portions of the existing passenger terminal at and Architect YKM. Services are provided under a master prime agreement with work orders for services as funding allows. This Work Order is for Construction Management services for design produced by Work Order 2-Work Package 1-Baggage Claim and Terminal Eastside Passenger Areas. Services provided under this Work Order are funded by grants by the Federal Aviation Administration;grant numbers are below: 3-53-0089-058-2024 Supp 3-53-0089-060-2025 ATP 3-53-0089-062-2025 AIP THE SERVICE AGREEMENT This Service Order,together with the Master Agreement between Owner and Architect dated the twenty-first day of July in the year two-thousand twenty-four (In words, indicate day, month, and year.) form a Service Agreement. The Owner and Architect agree as follows. Init. AIA Document B221—2018.Copyright©2014 and 2018.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 19:15:26 on 07/31/2025 under Order No.20250099130 which expires on 02/06/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (1198878293) 700 Docusign Envelope ID:535D7F61-902D-46E4-9D58-1 AC5A726F4C2 TABLE OF ARTICLES 1 INITIAL INFORMATION 2 SERVICES UNDER THIS SERVICE ORDER 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 COMPENSATION 5 INSURANCE 6 PARTY REPRESENTATIVES 7 ATTACHMENTS AND EXHIBITS ARTICLE 1 INITIAL INFORMATION § 1.1 Unless otherwise provided in an exhibit to this Work Order,this Work Order and the Service Agreement are based on the Initial Information set forth below: (State below details of the Project's site and program, Owner's contractors and consultants,Architect's consultants, Owner's budget and schedule, anticipated procurement method, Owner's Sustainable Objective, and other information relevant to the Project.) The Owner and MWA agree that the terms and conditions governing MWA's services and responsibilities under the Master Agreement referred to above shall include the construction management services specified in Exhibit B as an addition to MWA's services under that Master Agreement. § 1.2 The Owner and Architect may rely on the Initial Information.Both parties,however,recognize that such information may materially change and,in that event,the Owner and the Architect shall appropriately adjust the schedule,the Architect's services,and the Architect's compensation. The Owner shall adjust the Owner's budget for the Cost of the Work and the Owner's anticipated design and construction milestones,as necessary,to accommodate material changes in the Initial Information. ARTICLE 2 SERVICES UNDER THIS WORK ORDER § 2.1 The Architect's Services under this Work Order are described below or in an exhibit to this Work Order,such as a Scope of Architect's Services document. § 2.1.1 Basic Services (Describe below the Basic Services the Architect shall provide pursuant to this Service Order or state whether the services are described in documentation attached to this Service Order.) The Construction Management services to be provided by MWA are as enumerated in Exhibit B of this Work Order. MWA shall be entitled to use subconsultants to perform or assist in performing any of MWA's services as Construction Manager under this Work Order("MWA's Subconsultants"). It is understood by the parties that contracts for such professional services are not subject to competitive bidding requirements. All professionals providing such services whether directly by MWA or professionals under contract with MWA shall be qualified,and where required,properly licensed and/or certified to perform these services and MWA is responsible for such license and certification. (Paragraphs deleted) ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 3.1 Unless otherwise provided in an exhibit to this Work Order,the Owner's anticipated dates for commencement of construction and Substantial Completion of the Work are set forth below: .1 Commencement of construction date: Init. AIA Document B221—2018.Copyright©2014 and 2018.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 19:15:26 on 07/31/2025 under Order 2 No.20250099130 which expires on 02/06/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (1198878293) 701 Docusign Envelope ID:535D7F61-902D-46E4-9D58-1 AC5A726F4C2 the Eleventh day of August in the year Two-Thousand Twenty-Five .2 Substantial Completion date: the Nineth day of March in the year Two-Thousand Twenty-Six ARTICLE 4 COMPENSATION § 4.1 For Basic Services described under Section 2.1.1,the Owner shall compensate the Architect as follows: .1 (Paragraphs deleted) Per Exhibit B § 4.2 For Additional Services described under Section 2.1.2 or in the Master Agreement,the Architect shall be compensated in accordance with the Master Agreement unless otherwise set forth below: Per Exhibit B § 4.3 For Reimbursable Expenses described in the Master Agreement,the Architect shall be compensated in accordance with the Master Agreement unless otherwise set forth below: (Insert amount of or basis for, compensation if other than as set forth in the Master Agreement. Where the basis of compensation is set forth in an exhibit to this Service Order, such as a Scope ofArchitect's Services document, list the exhibit below.) Per Exhibit B § 4.4 When compensation identified in Section 4.1 is on a percentage basis,progress payments for each phase of Basic Services shall be calculated by multiplying the percentages identified in this Article by the Owner's most recent budget for the Cost of the Work. Compensation paid in previous progress payments shall not be adjusted based on subsequent updates to the Owner's budget for the Cost of the Work. ARTICLE 5 INSURANCE § 5.1 Insurance shall be in accordance with section 3.3 of the Master Agreement,except as indicated below: (Insert any insurance requirements that differ from those stated in the Master Agreement, such as coverage types, coverage limits, and durations for professional liability or other coverages.) Per Exhibit A (Table deleted) (Paragraphs deleted) ARTICLE 6 PARTY REPRESENTATIVES § 6.1 The Owner identifies the following representative in accordance with Section 1.4.1 of the Master Agreement: (List name, address, and other information.) City of Yakima Washington 129 N 2nd Street Yakima,WA 98901 Attn: Victoria Baker,City Manager § 6.2 The Architect identifies the following representative in accordance with Section 1.5.1 of the Master Agreement: (List name, address, and other information.) Jean Root,Principal MWA Architects,Inc. 501 SE 14th Avenue, Suite 103 Portland,OR 97214 Init. AIA Document B221—2018.Copyright©2014 and 2018.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 19:15:26 on 07/31/2025 under Order 3 No.20250099130 which expires on 02/06/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (1198878293) 702 Docusign Envelope ID:535D7F61-902D-46E4-9D58-1 AC5A726F4C2 ARTICLE 7 ATTACHMENTS AND EXHIBITS § 7.1 The following attachments and exhibits,if any,are incorporated herein by reference: .1 Exhibit A-Master Prime Agreement,including all exhibits thereto; .2 (Paragraphs deleted) Exhibit B- 'Yakima Air Terminal Modernization Work Order 2-WP1 Construction Administration' (Paragraph deleted) This Work Order entered into as of the day and year first written above. c—DocuSigned by: w brow, rod- CC1110EFED094AE... OWNER(Signature) ARCHITECT(Signature) Victoria Baker, City Manager Jean Root,Principal (Printed name and title) (Printed name, title, and license number, if required) Init. AIA Document B221—2018.Copyright©2014 and 2018.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 19:15:26 on 07/31/2025 under Order 4 No.20250099130 which expires on 02/06/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (1198878293) 703 Docusign Envelope ID:535D7F61-902D-46E4-9D58-1 AC5A726F4C2 Additions and Deletions Report for AIA®Document B221 TM — 2018 This Additions and Deletions Report,as defined on page 1 of the associated document,reproduces below all text the author has added to the standard form AIA document in order to complete it,as well as any text the author may have added to or deleted from the original AIA text.Added text is shown underlined. Deleted text is indicated with a horizontal line through the original AIA text. Note: This Additions and Deletions Report is provided for information purposes only and is not incorporated into or constitute any part of the associated AIA document.This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 19:15:26 on 07/31/2025. PAGE 1 SERVICE WORK ORDER number Three made as of the Thirty First day of July in the year Two-Thousand Twenty-Five City of Yakima Washington 129 N 2nd Street Yakima,WA 98901 Attn: Victoria Baker MWA Architects,Inc. 180 Sansome Street, Suite 1600 San Francisco, CA 94104-3722 (Name, location, and detailed description) Yakima Airport Terminal(YKM)Modernization Project 2300 W Washington Ave Yakima,WA 98903 Yakima Air Terminal Modernization Project Work Order 3 The City of Yakima intends to modernize portions of the existing passenger terminal at YKM. Services are provided under a master prime agreement with work orders for services as funding allows. This Work Order is for Construction Management services for design produced by Work Order 2-Work Package 1- Baggage Claim and Terminal Eastside Passenger Areas. Services provided under this Work Order are funded by grants by the Federal Aviation Administration.,grant numbers are below: 3-53-0089-058-2024 Supp 3-53-0089-060-2025 ATP 3-53-0089-062-2025 AIP This Service Order,together with the Master Agreement between Owner and Architect dated the twenty-first day of July in the year two-thousand twenty-four PAGE 2 Additions and Deletions Report for AIA Document B221—2018.Copyright©2014 and 2018.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 19:15:26 on 07/31/2025 under Order No.20250099130 which expires on 02/06/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (1198878293) 704 Docusign Envelope ID:535D7F61-902D-46E4-9D58-1 AC5A726F4C2 § 1.1 Unless otherwise provided in an exhibit to this Service Work Order,this Service Work Order and the Service Agreement are based on the Initial Information set forth below: The Owner and MWA agree that the terms and conditions governing MWA's services and responsibilities under the Master Agreement referred to above shall include the construction management services specified in Exhibit B as an addition to MWA's services under that Master Agreement. ARTICLE 2 SERVICES UNDER THIS SERVICE ORDER ARTICLE 2 SERVICES UNDER THIS WORK ORDER § 2.1 The Architect's Services under this Service Work Order are described below or in an exhibit to this Service Work Order, such as a Scope of Architect's Services document. The Construction Management services to be provided by MWA are as enumerated in Exhibit B of this Work Order. MWA shall be entitled to use subconsultants to perform or assist in performing any of MWA's services as Construction Manager under this Work Order("MWA's Subconsultants"). It is understood by the parties that contracts for such professional services are not subject to competitive bidding requirements. All professionals providing such services whether directly by MWA or professionals under contract with MWA shall be qualified,and where required,properly licensed and/or certified to perform these services and MWA is responsible for such license and certification. § 2 Additional Services the services arc described in documentation attached to this Service Order.) § 3.1 Unless otherwise provided in an exhibit to this Service Work Order,the Owner's anticipated dates for commencement of construction and Substantial Completion of the Work are set forth below: PAGE 3 the Eleventh day of August in the year Two-Thousand Twenty-Five the Nineth day of March in the year Two-Thousand Twenty-Six .1 Stipulated Sum (Insert amount) .2 Percentage Basis (Insert percentage value) ( )%of the Owner's budget for the Cost of the Work,as calculated in accordance with Section 1.1. .3 Other Additions and Deletions Report for AIA Document B221—2018.Copyright©2014 and 2018.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 2 19:15:26 on 07/31/2025 under Order No.20250099130 which expires on 02/06/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (1198878293) 705 Docusign Envelope ID:535D7F61-902D-46E4-9D58-1 AC5A726F4C2 (Describe the method of compensation) Per Exhibit B (Insert amount of,or basis for,compensation if other than as set forth in the Master Agreement. Where the basis of compensation is set forth in an exhibit to this Service Order,such as a Scope of Architect's Services document,list the exhibit below.) Per Exhibit B Per Exhibit B Per Exhibit A § 5.2 In addition to insurance requirements in the Master Agreement,the Architect shall carry the following types of insurance. Agreement, and any applicable limits.) Coverage c City of Yakima Washington 129 N 2nd Street Yakima,WA 98901 Attn: Victoria Baker,City Manager Jean Root,Principal MWA Architects,Inc. 501 SE 14th Avenue, Suite 103 Portland,OR 97214 PAGE 4 .1 AIA Document,B 121 2018, Standard Form of Master Agreement Between Owner and Architect for Services provided under multiple Service Orders;Exhibit A-Master Prime Agreement,including all exhibits thereto; .2 Other Exhibits incorporated into this Agreement: (Clearly identify any other exhibits incorporated into this Agreement.) .3 Other documents:Exhibit B- 'Yakima Air Terminal Modernization Work Order 2-WP1 Construction Administration' Additions and Deletions Report for AIA Document B221—2018.Copyright©2014 and 2018.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 3 19:15:26 on 07/31/2025 under Order No.20250099130 which expires on 02/06/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (1198878293) 706 Docusign Envelope ID:535D7F61-902D-46E4-9D58-1 AC5A726F4C2 This Service Work Order entered into as of the day and year first written above. Victoria Baker, City Manager Jean Root,Principal Additions and Deletions Report for AIA Document B221—2018.Copyright©2014 and 2018.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 4 19:15:26 on 07/31/2025 under Order No.20250099130 which expires on 02/06/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (1198878293) 707 Docusign Envelope ID:535D7F61-902D-46E4-9D58-1 AC5A726F4C2 Certification of Document's Authenticity AIA® Document D401 TM — 2003 I,Jean Root,hereby certify,to the best of my knowledge,information and belief,that I created the attached final document simultaneously with its associated Additions and Deletions Report and this certification at 19:15:26 on 07/31/2025 under Order No.20250099130 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIA®Document B221TM—2018, Service Order for use with Master Agreement Between Owner and Architect,other than those additions and deletions shown in the associated Additions and Deletions Report. EDocuSigned by: vt.atA, baro ti, roof dc4a-1-c€€€B894AE... (Signed) Principal (Title) 7/31/2025 (Dated) AIA Document D401—2003.Copyright©1992 and 2003.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 19:15:26 on 07/31/2025 under Order 1 No.20250099130 which expires on 02/06/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (1198878293) 708 RESOLUTION NO. R-2024-137 A RESOLUTION authorizing a Master Agreement contract for Architectural, Design and Engineering Professional Services with MWA Architects, Inc. for the Terminal Building Modernization Project Phase 1 B, 2 and 3 at the Yakima Air Terminal-McAllister Field. WHEREAS, the State of Washington requires that Architectural, Design and Engineering services be performed by a Professional Licensed Engineer; and WHEREAS, the City Council has determined that it is in the best interest of the Yakima Air Terminal-McAllister Field and the residents of the City to approve Master Agreement contract for Architectural, Design and Engineering Professional Services with MWA Architects, for the Terminal Building Modernization Project at the Yakima Air Terminal-McAllister Field Project Phase 1B, 2 and 3; and WHEREAS, the Yakima Air Terminal-McAllister Field has coordinated with the Federal Aviation Administration through the airport's Capital Improvement Plan to utilize approximately $5,000,000 of Supplemental Discretionary federal grant funds and approximately $825,000.00 of airport's local match requirement, to fund the work to be performed under the terms of the Master Agreement contract for Architectural, Design and Engineering Professional Services with MWA; and WHEREAS, contingent upon receiving FAA funds, the City of Yakima would be ready to approve Master Agreement contract for Architectural, Design and Engineering Professional Services with MWA Architects that is attached hereto and incorporated herein by this reference; and BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached and incorporated Master Agreement contract for Architectural, Design and Engineering Professional Services with MWA Architects, for the airport's Terminal Building Modernization Project Phase 1 B, 2 and 3 Capital Improvement Project 3-53-0089-059-2024. ADOPTED BY THE CITY COUNCIL this 16th day of July, 2024. G G vpoKi N atri' ciayers, ay ATTEST: i SEAL CO;• -osalinda Ibarra, City Clerk `‘''k.%a 1 219 AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this 21st day of June, 2024, by and between the City of Yakima, Washington, a municipal corporation with its principal office at 129 North Second Street, Yakima, WA 98901, (hereinafter referred to as "CITY"), and MWA Architects with its principal office at 501 SE 14th Avenue, Suite, Portland, OR 97214, (hereinafter referred to as "ARCHITECT"), said corporation being licensed and registered to do business in the State of Washington, and will provide Architectural, Engineering, Grant Management, and Market Research services under this Agreement for Yakima Airport Terminal Modernization Project on behalf of the City of Yakima, Project No. 12402 herein referred to as the "PROJECT." WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ARCHITECT to provide Architectural and Engineering services for design and construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto; and WHEREAS, ARCHITECT represents that it has available and offers to provide personnel with knowledge and experience necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CITY and ARCHITECT agree as follows SECTION 1 INCORPORATION OF RECITALS 1.1 The above recitals are incorporated into these operative provisions of the Agreement SECTION 2 SCOPE OF SERVICES 2 1 General Scope of Services. ARCHITECT shall provide necessary services for the selected service category services to complete the work as specified. The services include but are not limited to scoping, assessment, and concept, design to full construction drawings and building permit land use permit/entitlement processes for(insert selected service. Landscape Architecture, Surveying, Structural Engineer, MEP (Mechanical, Electrical, and Plumbing), BAS/controls, Commissioning, etc ) A series of WORK ORDERs will be individually scoped and commissioned by WORK ORDER All services and materials shall be provided by ARCHITECT in accordance with the General Scope of Services, the Project WORK ORDER and detailed Scope of Work, in a competent and professional manner. 2.0.1 ARCHITECT shall use its best efforts to maintain continuity in personnel and shall assign, Jean von Bargen Root as Principal-in-Charge throughout the term of this Agreement unless other personnel are approved by the CITY 2.2 Program Scope. See attached Exhibit A - SCOPE OF WORK - 'Design Fee Estimate for Multiple Phases.' 2.3 Work Order Process. The CITY will provide scoping that is sufficiently detailed to enable ARCHITECT to prepare an accurate Pricing Proposal ARCHITECT may object to the contents of the initial CITY scope of work and request additional clarifying details and information. By Page 1 220 submitting a Pricing Proposal without requesting further information or clarifying detail from the CITY, ARCHITECT waives claims based on ambiguity of the initial CITY scope of work 2.3.1 Pricing Proposal The total cost of this work is not the exceed Five Million, Eight-Hundred and Twenty-Five Thousand dollars ($5.825M). The ARCHITECT must provide a written, signed and dated Pricing Proposal in PDF format to the CITY for review, including a detailed breakdown of each discipline, with a spreadsheet if required, in MS Word/Excel/PDF format electronically. The detailed breakdown must include a description of each task that the ARCHITECT will accomplish; a list of each individual or labor classification that will perform each task, and number of hours for each, together with the hourly rate that applies to the individual or labor classification; the total price for each individual or labor classification; expenses allowed hereunder; all expressed as a sum total price for ARCHITECT to perform the professional services required by the CITY for the Project. 2.3.2 Work Order. The CITY and ARCHITECT will discuss, refine and finalize the scope of services, the rates and expenses, the number of hours applicable to the scope of services, and shall negotiate conditions including, but not limited to, a performance schedule for the project. At the successful conclusion of negotiations, the CITY will issue a WORK ORDER to perform any and/or all required services If a mutually satisfactory WORK ORDER cannot be negotiated, either ARCHITECT or the CITY may notify the other that negotiations are concluded 2.4 Additional Services. CITY and ARCHITECT agree that not all WORK to be performed by ARCHITECT can be defined in detail at the time WORK ORDER Agreements are executed, and that additional WORK may be needed during performance of WORK ORDER Agreement. CITY may, at any time, by written order, direct the ARCHITECT to revise portions of the WORK previously completed in a satisfactory manner, delete portions of the WORK, or request that the ARCHITECT perform additional WORK. Such changes hereinafter shall be referred to as "Additional Services " 2.4.1 If such Additional Services cause an increase or decrease in the ARCHITECT'S cost of, or time required for, performance of any services under this Agreement, a contract price and/or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall be modified in writing and accepted by the parties hereto. 2 4 2 Compensation for each such request for Additional Services shall be negotiated by the CITY and the ARCHITECT using rates set forth in Exhibit A, attached hereto and incorporated herein by this reference, and if so authorized, shall be considered part of the WORK ORDER. The ARCHITECT shall not perform any Additional Services until so authorized by CITY and agreed to by the ARCHITECT in writing 2 5 The ARCHITECT must assert any claim for adjustment in writing within thirty (30) days from the date of the ARCHITECT's receipt of the written notification of change SECTION 3 TERM 3 1 The term of this AGREEMENT shall be for the period of three (3) years from the date of contract execution SECTION 4 CITY'S RESPONSIBILITIES 4.1 CITY-FURNISHED DATA The CITY will provide to the ARCHITECT all technical data in the CITY'S possession relating to the ARCHITECT'S services on the PROJECT including information on any pre-existing conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency. 4 2 ACCESS TO FACILITIES AND PROPERTY. The CITY will make its facilities reasonably accessible to ARCHITECT as required for ARCHITECT'S performance of its services and will provide labor and safety equipment as reasonably required by ARCHITECT for such access Page 2 221 4.3 TIMELY REVIEW: The CITY will examine the ARCHITECT'S studies, reports, sketches, drawings, specifications, proposals, and other documents, obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate, and render in writing decisions required of CITY in a timely manner. Such examinations and decisions, however, shall not relieve the ARCHITECT of any contractual obligations nor of its duty to render professional services meeting the standards of care applicable to its profession. 4.4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this Agreement CITY'S Representative shall have complete authority to transmit instructions and receive information. ARCHITECT shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ARCHITECT shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ARCHITECT believes are inadequate, incomplete, or inaccurate based upon the ARCHITECT'S knowledge. 4 5 Any documents, services, and reports provided by the CITY to the ARCHITECT are available solely as additional information to the ARCHITECT and will not relieve the ARCHITECT of its professional duties and obligations under this Agreement or at law. The ARCHITECT shall be entitled to reasonably rely upon the accuracy and the completeness of such documents, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions from them SECTION 5 COMPENSATION 5 1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES For the services described in Exhibit A, compensation shall utilize current contractor hourly rates Estimated rates identified in Exhibit C - Schedule of Specific Hourly Rates, attached hereto and incorporated herein by this reference, on a time spent basis plus reimbursement for direct non-salary expenses. 5.1.1 DIRECT NON-SALARY EXPENSES: Direct Non-Salary Expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary transportation costs, including current rates for ARCHITECT'S vehicles; meals and lodging; laboratory tests and analyses, printing, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities, special CITY- requested and PROJECT-related insurance and performance warranty costs, and other similar costs. Reimbursement for Direct Non-Salary Expenses will be on the basis of actual charges plus a reasonable markup, not to exceed ten percent (10%), and on the basis of current rates when furnished by ARCHITECT. Estimated Direct Non-Salary Expenses are shown in Exhibit B. 51 1 1 Travel costs, including transportation, lodging, subsistence, and incidental expenses incurred by employees of the ARCHITECT and each of the Subconsultants in connection with PROJECT WORK, provided, as follows • That a maximum of U S INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance, and depreciation costs of company or individually owned vehicles for that portion of time they are used for PROJECT WORK ARCHITECT, whenever possible, will use the least expensive form of ground transportation. • That reimbursement for meals inclusive of tips shall not exceed a maximum of forty dollars ($40) per day per person. This rate may be adjusted on a yearly basis • That accommodation shall be at a reasonably priced hotel/motel. • That air travel shall be by coach class, and shall be used only when absolutely necessary. Page 3 222 5.12 Telephone charges, computer charges, in-house reproduction charges, first class postage, and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates 5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for ARCHITECT, engineering, geotechnical services and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of actual costs billed plus a reasonable markup, not to exceed ten percent (10%) for services provided to the CITY through this Agreement. Subconsultant rates are shown in Exhibit A. 5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for each WORK ORDER shall not exceed the negotiated WORK ORDER fee The ARCHITECT shall make all reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ARCHITECT is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ARCHITECT beyond these limits. When any budget has been increased, the ARCHITECT'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase and provided that the City was informed in writing at the time such costs were incurred. 5 3 The ARCHITECT shall submit to the City's Representative an invoice each month for payment for PROJECT services completed through the accounting cut-off day of the previous month Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The ARCHITECT shall submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies of subconsultant invoices, and any other supporting materials and details determined necessary by the City to substantiate the costs incurred CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ARCHITECT promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to ARCHITECT the questionable item(s) and withholding payment for such item(s) The ARCHITECT may resubmit such item(s) in a subsequent invoice together with additional supporting information requested. 5.4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on the unpaid balance shall accrue beginning with the sixty-first (61St) day at the rate of 1 0% per month or the maximum interest rate permitted by law, whichever is less, provided, however, that no interest shall accrue pursuant to Chapter 39 76 RCW when before the date of timely payment a notice of dispute is issued in good faith by the CITY to the ARCHITECT pursuant to the terms of RCW 39.76.020(4). 5 5 Final payment of any balance due the ARCHITECT for PROJECT services will be made within forty-five (45) days after satisfactory completion of the services required by this Agreement as evidenced by CITY's written acceptance and after such audit or verification as CITY may deem necessary, together with ARCHITECT's execution and delivery of a release of all known payment claims against CITY arising under or by virtue of this Agreement, other than such payment claims, if any, as may be specifically exempted by the ARCHITECT from the operation of the release in stated amounts to be set forth therein 5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY of any claims, right, or remedy it may have against the ARCHITECT under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or fault of the ARCHITECT to satisfactorily perform the PROJECT WORK as required under this Agreement. SECTION 6 RESPONSIBILITY OF ARCHITECT 6.1 The ARCHITECT shall be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all plans, designs, drawings, specifications, reports, and other services furnished by the ARCHITECT under this Agreement. The ARCHITECT shall, without additional compensation, correct or review any errors, omissions, or Page 4 223 other deficiencies in its plans, designs, drawings, specifications, reports, and other services The ARCHITECT shall perform its WORK according to generally accepted civil ARCHITECTing standards of care and consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations, and permits 6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ARCHITECT of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement 6.3 In performing WORK and services hereunder, the ARCHITECT and its subcontractors, subconsultants, employees, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever The ARCHITECT shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof and shall not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of CITY The ARCHITECT shall be solely responsible for any claims for wages or compensation by ARCHITECT's employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom 6.4 INDEMNIFICATION AND HOLD HARMLESS. a. ARCHITECT shall take all necessary precautions in performing the WORK to prevent injury to persons or property The ARCHITECT agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the ARCHITECT, or any of ARCHITECT's agent(s) or subcontractor(s), in performance of this Agreement, except for claims caused by the City's sole negligence b Industrial Insurance Act Waiver. It is specifically and expressly understood that the ARCHITECT waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification ARCHITECT's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. ARCHITECT shall require that its subcontractors, and anyone directly or indirectly employed or hired by ARCHITECT, and anyone for whose acts ARCHITECT may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. c. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the ARCHITECT and the City, the ARCHITECT's liability, including the duty and cost to defend, shall be only to the extent of the ARCHITECT's negligence d Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party e The terms of this Section shall survive any expiration or termination of this Agreement 6.5 In any and all claims by an employee of the ARCHITECT, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ARCHITECT or a subcontractor under workers' or workman's compensation acts, disability benefit acts, or Page 5 224 other employee benefit acts. The ARCHITECT specifically and expressly waives its immunity under the Industrial Insurance Act, Title 51, RCW Such waiver has been mutually negotiated by the ARCHITECT and the CITY. 6 6 It is understood that any site observation provided by ARCHITECT is for the purpose of determining compliance with the technical provisions of WORK ORDER specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor. ARCHITECT does not assume responsibility for methods or appliances used by a contractor, for a contractor's safety programs or methods, or for contractors' compliance with laws and regulations CITY shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name CITY, the CITY's and the ARCHITECT's officers, principals, employees, agents, representatives, and ARCHITECTs as additional insureds on contractor's insurance policies covering WORK ORDERs, exclusive of insurance for ARCHITECT professional liability 6 7 ARCHITECT shall be solely responsible for and shall pay all taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury insurance, and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, ARCHITECT shall pay the same before it becomes due 6.8 SUBSURFACE INVESTIGATIONS In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ARCHITECT, to the extent that ARCHITECT has exercised the applicable and appropriate standard of professional care, thoroughness and judgment in performing such investigations SECTION 7 PROJECT SCHEDULE AND BUDGET 7 1 Each WORK ORDER schedule, budget and component tasks shall be negotiated upon request by the CITY. For each WORK ORDER, schedule and performance dates for individual tasks shall be mutually agreed to by the CITY and the ARCHITECT within fifteen (15) days after each WORK ORDER's execution. The performance dates and budgets for tasks may be modified only upon written agreement of the parties hereto. The performance date for tasks and the completion date for each WORK ORDER shall not be extended, nor the budget increased because of any unwarranted delays attributable to the ARCHITECT, but may be extended or increased by the CITY in the event of a delay caused by special services requested by the CITY or because of unavoidable delay caused by any governmental action or other conditions beyond the control of the ARCHITECT which could not be reasonably anticipated or avoided 7.2 Not later than the tenth (10th) day of each calendar month during the performance of each WORK ORDER, the ARCHITECT shall submit to the CITY's Representative a copy of the current schedule and a written narrative description of the WORK accomplished by the ARCHITECT and subconsultants on each task, indicating a good faith estimate of the percentage completion thereof on the last day of the previous month. Earned-Value Report to be included in monthly reporting, per CITY sample reporting template Additional oral or written reports shall be prepared at the CITY's request for presentation to other governmental agencies and/or to the public SECTION 8 REUSE OF DOCUMENTS 8.1 All internal WORK products of the ARCHITECT are instruments or services of this PROJECT There shall be no reuse, change, or alteration by the CITY or others acting through or on behalf of the CITY without written permission of the ARCHITECT, which shall not be unreasonably withheld and will be at the CITY's sole risk. The CITY agrees to indemnify the ARCHITECT and its officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs including, but not limited to, litigation expenses and attorney's fees arising out of or related to such unauthorized reuse, change, or alteration, provided, however, that the Page 6 225 ARCHITECT will not be indemnified for such claims, damages, losses, and costs including, without limitation, litigation expenses and attorney fees if they were caused by the ARCHITECT's own negligent acts or omissions. 8.2 The ARCHITECT agrees that any and all plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes, and other WORK submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement, whether or not complete, shall be owned by and vested in the CITY 8.3 All rights to patents, trademarks, copyrights, and trade secrets owned by ARCHITECT (hereinafter "Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual Property during the performance of the WORK remain the property of ARCHITECT, and ARCHITECT does not grant CITY any right or license to such Intellectual Property. SECTION 9 AUDIT AND ACCESS TO RECORDS 9.1 The ARCHITECT, including its subconsultants, shall maintain books, records, documents and other evidence directly pertinent to performance of the WORK under this Agreement in accordance with generally accepted accounting principles and practices consistently applied The CITY, or the CITY's duly authorized representative, shall have access to such books, records, documents, and other evidence for inspection, audit, and copying for a period of three years after completion of the PROJECT. The CITY shall also have access to such books, records, and documents during the performance of the PROJECT WORK, if deemed necessary by the CITY, to verify the ARCHITECT's WORK and invoices. 9 2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency 9.3 The ARCHITECT agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ARCHITECT is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include ARCHITECT's written comments, if any 9 4 The ARCHITECT shall ensure that the foregoing paragraphs are included in each subcontract for WORK. 9 5 Any charges of the ARCHITECT paid by the CITY which are found by an audit to be inadequately substantiated shall be reimbursed to the CITY SECTION 10 INSURANCE 10.1 At all times during performance of the WORK or obligations under this Agreement, ARCHITECT shall secure and maintain in effect insurance to protect the CITY, Yakima County (hereinafter referred to as the"COUNTY") and the ARCHITECT from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Agreement ARCHITECT shall provide and maintain in force insurance in limits no less than those stated below, as applicable. ARCHITECT, as a contractor of the CITY, shall provide and maintain in force insurance in limits no less than those provided for in that certain SIED Contract No YC-YAT-24 between the CITY and the COUNTY The CITY reserves the right to require higher limits should it deem it necessary in the best interest of the public If ARCHITECT carries higher coverage limits than the limits stated below, such higher limits shall be shown on the Certificate of Insurance and Endorsements and the CITY and the COUNTY shall be named as an additional insured for such higher limits ARCHITECT shall provide a Certificate of Insurance to the CITY as evidence of coverage for each of the policies and outlined herein A copy of the additional insured endorsement attached to the policy shall be included with the certificate The additional insured endorsement shall name both the CITY and the COUNTY as additional insureds This Certificate of insurance shall be provided to the CITY prior to commencement of work Failure to provide the CITY with proof of Page 7 226 insurance and/or to maintain such insurance outlined herein shall be a material breach of this agreement and a basis for termination. Failure by the City to demand such verification of coverage with these insurance requirements or failure of the City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of ARCHITECT's obligation to maintain such insurance. ARCHITECT's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Agreement, and any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the ARCHITECT's insurance and neither the City nor its insurance providers shall contribute to any settlements, defense costs, or other payments made by ARCHITECT's insurance. All additional insured endorsements required by this Section shall include an explicit waiver of subrogation. 10 1 1 Commercial General Liability Insurance. Before this Agreement is fully executed by the parties, ARCHITECT shall provide the CITY with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total liability limit of the limits required in the policy, subject to minimum limits of Five Million Dollars ($5,000,000.00) per occurrence combined single limit bodily injury and property damage, and Five Million Dollars ($5,000,000.00) general aggregate The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect Said policy shall be in effect for the duration of this Agreement. The policy shall name the CITY and the COUNTY, their elected and appointed officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the CITY thirty (30) calendar days prior written notice The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington 10 1 2 Commercial Automobile Liability Insurance. a. If ARCHITECT owns any vehicles, before this Agreement is fully executed by the parties, ARCHITECT shall provide the CITY with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total liability limit of the limits required in the policy, subject to minimum limits of Five Million Dollars ($5,000,000.00) per occurrence combined single limit bodily injury and property damage. Automobile liability will apply to "Any Auto" and be shown on the certificate. b. If ARCHITECT does not own any vehicles, only "Non-owned and Hired Automobile Liability"will be required and may be added to the commercial liability coverage at the same limits as required in that section of this Agreement, which is Section 10 1 1 entitled "Commercial General Liability Insurance" c Under either situation described above in Section 10 1.2.a. and Section 10.1.2.b., the required certificate of insurance shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect Said policy shall be in effect for the duration of this Agreement The policy shall name the CITY and the COUNTY, their elected and appointed officials, officers, agents, employees, and volunteers as additional insureds The insured shall not cancel or change the insurance without first giving the CITY thirty (30) calendar days prior written notice The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington 10.1.3. Statutory workers' compensation and employer's liability insurance as required by state law. 10.1.4. Professional Liability Coverage Before this Contract is fully executed by the parties, ARCHITECT shall provide the CITY with a certificate of insurance as proof of professional liability coverage with a total liability limit of the limits required in the policy, subject to minimum limits of Five Million Dollars ($5,000,000.00) per claim, and Five Page 8 227 Million Dollars ($5,000,000.00) aggregate The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect Said policy shall be in effect for the duration of this Contract The policy shall name the CITY and the COUNTY, their elected and appointed officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the CITY thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide. If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the CITY, its elected and appointed officials, officers, employees, agents, and representatives there under. The CITY and the CITY's elected and appointed officials, officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the CITY until thirty (30) days after written notice to the CITY of such intended cancellation, expiration or change 10 2 If at any time during the life of the Agreement, or any extension, ARCHITECT fails to maintain the required insurance in full force and effect, all work under the Agreement shall be discontinued immediately Any failure to maintain the required insurance may be sufficient cause for the CITY to terminate the Agreement. SECTION 11 SUBCONTRACTS 11 1 ARCHITECT shall be entitled, to the extent determined appropriate by ARCHITECT, to subcontract any portion of the WORK to be performed under this Agreement. However, ARCHITECT shall be considered the Prime Contractor hereunder and shall be the sole point of contact with regard to all contractual matters arising hereunder, including the performance of WORK and payment of any and all charges resulting from contractual obligations. 11 2 Any subconsultants or subcontractors to the ARCHITECT utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by CITY, which approval shall not be unreasonably withheld. Each subcontract shall be subject to review by the CITY's Representative, if requested, prior to the subconsultant or subcontractor proceeding with the WORK Such review shall not constitute an approval as to the legal form or content of such subcontract. The ARCHITECT shall be responsible for the architectural and engineering performance, acts, and omissions of all persons and firms performing subcontract WORK. 11 3 CITY does not anticipate ARCHITECT subcontracting with any additional persons or firms for the purpose of completing this Agreement. 11.4 The ARCHITECT shall submit, along with its monthly invoices, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of all invoices thereto 11.5 If dissatisfied with the background, performance, and/or general methodologies of any subcontractor, the City may request in writing that the subcontractor be removed The ARCHITECT shall comply with this request at once and shall not employ the subcontractor for any further WORK under this Agreement SECTION 12 ASSIGNMENT 12.1 This Agreement is binding on the heirs, successors and assigns of the parties hereto This Agreement may not be assigned by CITY or ARCHITECT without prior written consent of the other, which consent will not be unreasonably withheld. The ARCHITECT for itself and its heirs, executors, administrators, successors and assigns, does hereby agree to the full performance of all of the covenants herein contained upon the part of the ARCHITECT. It is expressly intended and agreed that no third party beneficiaries are created by this Agreement, and that the rights and remedies provided herein shall inure only to the benefit of the parties to this Agreement Page 9 228 SECTION 13 INTEGRATION 13 1 This Agreement represents the entire understanding of CITY and ARCHITECT as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein This Agreement may not be modified or altered except in writing signed by both parties SECTION 14 JURISDICTION AND VENUE 14 1 This Agreement shall be administered and interpreted under the laws of the State of Washington Jurisdiction of litigation arising from this Agreement shall be in Washington State If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue for all disputes arising under this Agreement shall lie in a court of competent jurisdiction in Yakima County, Washington. SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15.1 During the performance of this Agreement, ARCHITECT and ARCHITECT's subconsultants and subcontractors shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any other classification protected under federal, state, or local law This provision shall include but not be limited to the following employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. ARCHITECT agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. 15 2 RCW 35.22.650. ARCHITECT agrees that the ARCHITECT shall actively solicit the employment of minority group members ARCHITECT further agrees that the ARCHITECT shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. ARCHITECT shall furnish evidence of the ARCHITECT'S compliance with these requirements of minority employment and solicitation. ARCHITECT further agrees to consider the grant of subcontracts to said minority bidders on the basis of substantially equal proposals in the light most favorable to said minority businesses. The ARCHITECT shall be required to submit evidence of compliance with this section as part of the bid 16.3 Nothing in this Agreement, including, without limitation, the provisions of Section 16, shall require ARCHITECT or any of its subcontractor(s) to take action that would be deemed discrimination or preferential treatment in violation of RCW 49.60.400. Pursuant to RCW 49 60 400(6), this Section does not prohibit action that must be taken to establish or maintain the CITY'S eligibility for any federal program, if ineligibility would result in a loss of federal funds to the CITY SECTION 16 SUSPENSION OF WORK 16.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY's control are interfering with normal progress of the WORK ARCHITECT may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond ARCHITECT's control are interfering with normal progress of the WORK ARCHITECT may suspend WORK on the PROJECT in the event CITY does not pay invoices when due, except where otherwise provided by this Agreement The time for completion of the WORK shall be extended by the number of days WORK is suspended If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate WORK on the suspended portion of Project in accordance with SECTION 18. SECTION 17 TERMINATION OF WORK Page 10 229 17 1 Either party may terminate this Agreement, in whole or in part, if the other party materially breaches its obligations under this Agreement and is in default through no fault of the terminating party. However, no such termination may be effected unless the other party is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate, and (2) an opportunity for consultation with the terminating party and for cure within the 15-day notice period before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement 17 2 In addition to termination under subsection 18 1 of this Section, CITY may terminate this Agreement for its convenience, in whole or in part, provided the ARCHITECT is given. (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate, and (2) an opportunity for consultation with CITY before the effective termination date 17.3 If CITY terminates for default on the part of the ARCHITECT, an adjustment in the contract price pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other WORK, and (2) any payment due to the ARCHITECT at the time of termination may be adjusted to the extent of any additional costs or damages CITY has incurred, or is likely to incur, because of the ARCHITECT'S breach. In such event, CITY shall consider the amount of WORK originally required which was satisfactorily completed to date of termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at the date of termination and the cost to CITY of completing the WORK itself or of employing another firm to complete it. Under no circumstances shall payments made under this provision exceed the contract price. In the event of default, the ARCHITECT agrees to pay CITY for any and all damages, costs, and expenses whether directly, indirectly, or consequentially caused by said default This provision shall not preclude CITY from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld payments. 17.4 If the ARCHITECT terminates for default on the part of CITY or if CITY terminates for convenience, the adjustment pursuant to the Agreement shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the ARCHITECT reasonably incurs relating to commitments which had become firm before the termination, unless CITY determines to assume said commitments. 17 5 Upon receipt of a termination notice under subsections 18.1 or 18 2 above, the ARCHITECT shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to CITY all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents, and materials as the ARCHITECT or its subconsultants may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the ARCHITECT retaining copies of the same 17 6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the WORK to completion utilizing other qualified firms or individuals; provided, the ARCHITECT shall have no responsibility to prosecute further WORK thereon. 17 7 If, after termination for failure of the ARCHITECT to fulfill contractual obligations, it is determined that the ARCHITECT has not so failed, the termination shall be deemed to have been effected for the convenience of CITY In such event, the adjustment pursuant to the Agreement shall be determined as set forth in subparagraph 18.4 of this Section 17 8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ARCHITECT in PROJECT WORK or for any corporate officer of the ARCHITECT to render his services to the PROJECT, the ARCHITECT shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of CITY If CITY agrees to termination of this Agreement under this provision, payment shall be made as set forth in subparagraph 18 3 of this Section SECTION 18 DISPUTE RESOLUTION Page 11 230 18 1 In the event that any dispute shall arise as to the interpretation or performance of this Agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute If neither of the afore mentioned methods are successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, Washington in accordance with SECTION 14 If both parties consent in writing, other available means of dispute resolution may be implemented SECTION 19 NOTICE 19 1 Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth below Notice shall be considered issued and effective upon receipt thereof by the addressee-party, or seventy-two (72) hours after mailing by certified mail to the place of business set forth below, whichever is earlier. CITY City of Yakima 129 N 2nd Street Yakima, WA 98901 Attn Bill Preston ARCHITECT: MWA Architects, Inc. 501 SE 14th Avenue, Suite 103 Portland, OR 97214 ATTN Jean von Bargen Root, Principal SECTION 20 INSPECTION AND PRODUCTION OF RECORDS 20 1 The records relating to the WORK shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve ARCHITECT of responsibility for performance of the WORK in accordance with this Agreement, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. ARCHITECT shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. ARCHITECT's records relating to the WORK will be provided to the City upon the City's request 20 2 ARCHITECT shall promptly furnish the City with such information and records which are related to the WORK of this Agreement as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Agreement, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, ARCHITECT shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of ARCHITECT's books, documents, papers and records which are related to the WORK performed by ARCHITECT under this Agreement. Prior to converting any paper records to electronic format and/or destroying any records, ARCHITECT shall contact CITY's Records Administrator (509-575-6037) to discuss retention. In no event shall any record relating to the WORK be destroyed without CITY consultation. 20 3 All records relating to ARCHITECT's services under this Agreement must be made available to the City, and the records relating to the WORK are City of Yakima records They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42 56 RCW, or by law All records relating to ARCHITECT's services under this Agreement must be retained by ARCHITECT for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. 20 4 The terms of this section shall survive any expiration or termination of this Agreement SECTION 21 COMPLIANCE WITH THE LAW Page 12 231 21.1 ARCHITECT agrees to perform all WORK under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise, including policies adopted by the City, as those laws, ordinances, rules, regulations, and policies now exist or may hereafter be amended or enacted. ARCHITECT shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work 21.2 ARCHITECT shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of its work a Procurement of a City Business License. ARCHITECT must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license b ARCHITECT must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW c ARCHITECT must provide proof of a valid Washington Unified Business Identification (UBI) number. ARCHITECT must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36 12 065(3) d ARCHITECT must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW e Foreign (Non-Washington) Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima, at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City SECTION 22 MISCELLANEOUS PROVISIONS 22.1 Nondiscrimination During the performance of this Agreement, the ARCHITECT agrees as follows The ARCHITECT shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, gender identity, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49 60) or the Americans with Disabilities Act (42 USC 12101 et seq ). This provision shall include but not be limited to the following employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of WORK under this Agreement In the event of the ARCHITECT's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Agreement may be cancelled, terminated, or suspended in whole or in part and the ARCHITECT may be declared ineligible for any future City contracts. 22.2 Pay transparency nondiscrimination. The ARCHITECT will not discharge or in any other manner discriminate against employees or applicants because they have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is (a) in response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or(c) consistent with the contractor's legal duty to furnish information. 22.3 Severability. If any term or condition of this Agreement or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or Page 13 232 applications which can be given effect without the invalid term, condition or application To this end, the terms and conditions of this Agreement are declared severable. 22 4 Agreement documents. This Agreement, the Request for Qualifications & Proposals No. 12402, titled Yakima Airport Terminal Modernization Project, conditions, addenda, and modifications and ARCHITECT's proposal (to the extent consistent with Yakima City documents) constitute the Agreement Documents and are complementary Specific Federal and State laws and the terms of this Agreement, in that order respectively, supersede other inconsistent provisions These Agreement Documents are on file in the Office of the Purchasing Manager, 129 No 2nd St , Yakima, WA, 98901, and are hereby incorporated by reference into this Agreement 22.5 Notice of change in financial condition. If, during this Agreement, the ARCHITECT experiences a change in its financial condition that may affect its ability to perform under the Agreement, or experiences a change of ownership or control, the ARCHITECT shall immediately notify the City in writing Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for termination 22 6 No conflicts of interest. ARCHITECT represents that it or its employees do not have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. ARCHITECT further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement 22 7 Promotional advertising prohibited Reference to or use of the City, any of its departments, agencies or other subunits, or any official or employee for commercial promotion is prohibited News releases pertaining to this procurement shall not be made without prior approval of the City Release of broadcast emails pertaining to this procurement shall not be made without prior written authorization of the City. 22.8 Time is of the essence Timely provision of the WORK required under this Agreement shall be of the essence of the Agreement, including the provision of the WORK within the time agreed or on a date specified herein 22 9 Waiver of breach. A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right 22 10 Force Majeure. ARCHITECT will not be responsible for delays in delivery due to acts of God, fire, strikes, riots, delay in transportation, or those effects of epidemics or pandemics that could not have been reasonably anticipated or mitigated through acts of the ARCHITECT; provided ARCHITECT notifies the City immediately in writing of such pending or actual delay. Normally in the event of such delays, the date of delivery of WORK will be extended for a period of time equal to the time lost due to the reason for delay 22 11 Authority. The person executing this Agreement on behalf of ARCHITECT represents and warrants that they have been fully authorized by ARCHITECT to execute this Agreement on its behalf and to legally bind ARCHITECT to all terms, performances, and provisions of this Agreement. 22 12 Survival. The foregoing sections of this Agreement, inclusive, shall survive the expiration or termination of this Agreement, in accordance with their terms IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. Page 14 233 _akdrI ,I CITY OF YAKIMA MWA Architects, Inc. 020Jc-0,7 Dave Zabell Signature Printed Name: 1, O V _- ?-cA-beU,1 Printed Name Jean von Bargen Root Title: Interim City Manager Title Principal Date: 4 sC�" -A,, Date. 06/10/2024 • `'7 9 h § t d � "*o '• lot Attest , , _ L a City lerk I`�h 9 )1. 1: CITY CONTRACT NO: 2D'2( ti RESOLUTION NO: 12"0D. /13-7 List of Exhibits attached to this contract Exhibit A-Current Contractor Hourly Rates Exhibit B- Direct Non-Salary Expenses Exhibit C -Schedule of Specific Hourly Rates (Not Included) STATE OF WASHINGTON ) ss COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that Dave Zabell is the person who appeared before me, and said person acknowledged that he signed this instrument, on oath stated that he was authorized to execute the instrument, and acknowledged it as the INTERIM CITY MANAGER of the CITY OF YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument - Dated -aL2 Seal or Stamp rAt.,\Nr‘.1.. P,9,„/ 0_-4/t) , R. N0. AR5 Y5 9N•: (Signature) t'JOtcuvt1 ' JBUC Title//,/OA:w—A-•s- \*\)\ C.A //��I/ln,It Printed Name My commission expires- g" Ii 61 SZ2LE Page 15 234 STATE OF OREGON ) ) ss COUNTY OF MULTNOMAH ) I certify that I know or have satisfactory evidence thatc\WAn \fc*t—'b Pr\ s the person who appeared before me, and said person acknowledged that he/she signed this nstrument, on oath stated t he/she was authorized to execute the instrument, and acknowledged it as the 'c\r CA,t"',..\ of u3R A b Cto be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated �C•A G V: � t t D2?1 Seal or Stamp 'Citilk-CAAJ (Signature) ` !v(j'C o.r-ci RAMC - O'(1P Y1 0'' �ti OFFICIAL STAMP Title LAUREN G KERLEGAN 1' ,� � L `` COMMISSIONLNO. 028 93 LcC , r\ 1 MY COMMISSION EXPIRES SEPTEMBER 6,2026 Printed Name My commission expires' DC'1 `(DL, r2-J24p Page 16 235 July 5, 2024 • EXHIBIT A— SCOPE OF WORK mwa architects Design Fee Estimate for Multiple Phases "Yakima Airport Terminal Modernization" Robert Hodgman,Airport Director Yakima Air Terminal, McAllister Field YKM 2406 West Washington Avenue,Suite B Yakima,WA 98903 Dear Mr. Hodgman, Thank you for the opportunity to work on this multi-phased project that includes planning, program confirmation, design services, schematic design at 30%through 100% bid documentation, and engineering cost estimate services for each specified phase.The Terminal Building Modernization project consists of phases currently identified as Phase 1A (in progress by others), Phase 1B, Phase 2, and Phase 3. Our project understanding is outlined below,followed by overall scope breakdowns for all phases.The overall design fees include the identified services for all identified phases PROJECT UNDERSTANDING This project will modernize the existing 1950s terminal building to add space within the existing FAA-defined footprint by constructing a second floor above the existing sterile area. This will allow two or more of the five gates to be moved upstairs along with TSA passenger screening. MWA Architects shall provide required professional design services for the proposed terminal modernization at Yakima (YKM)Air Terminal-McAllister Field for the City of Yakima. 236 ii.ia architects :A^J '3_J vA k:LA"an 1. Phase 1A(in progress by others)work includes the following, contingent on project funding—Design and construction of critical infrastructure such as roofing, HVAC, electrical,fire protection, lighting, plumbing and other necessary repairs. 2. Phase 1B—This design phase begins with a general terminal analysis and phasing plan for the remaining phases of program which will result in a Program Road Map that will be executed though Work Orders. Design will relocate TSA SSCP (Transportation Security Administration Security Screening Checkpoint) and gates upstairs. Structural analysis and design, passenger vertical circulation, and PBBs (Passenger Boarding Bridges) design services are integral to the success of this phase. 3. Phase 2—This phase focuses on design to allow for the reconfiguring of airline ticketing, rental car offices, baggage claim, and designing an operational restaurant. 4. Phase 3(Not Included)—This phase focuses on design of the baggage screening and air cargo area. 5. The project generally includes roof and structural systems, interior and exterior architectural finishes, evaluation of appropriate sizing for restaurant and administration offices,fixtures,furnishing, equipment, restrooms, dining/retail space, HVAC,fire protection and MEP systems, lighting and signing and signage systems,telecommunications, vertical transportation, baggage systems, and utilities. The City of Yakima intends to modernize portions of the existing passenger terminal at YKM. Phase la of this project has already begun and the City intends to complete the design and accomplish project construction phases as funding becomes available.A master plan update was completed in 2021, covering the comprehensive airport facilities. Design services will be provided under a master agreement with work orders for design services as funding allows. This will require a master plan update, or more simply, a Program Road Map,to maintain flexible service that yields holistic solutions that avoid re-work between phases. The Program Roadmap update as part of Phase 1B includes intensive planning, programming and schematic design services to tailor the subsequent phases through the lens of design, construction,and monetary efficiency. Phases 2 and 3 may include scope modifications from the current understanding cited above based on the Program Road Map updates that emerge from Phase 1B. For Phase 1B in addition to the Program Road Map update, modifications to the existing building under consideration may include, but are not limited to: • Roof and structural systems • Dining/Retail Space • Interior or exterior architectural • HVAC finishes and fixtures • Fire Protection and MP Systems • Vertical Transportation • Lighting and Signing Systems • Rest Rooms • Plumbing 237 mwa architects ati • Electrical pavement such as access roads, • Telecommunications service • Sewer • roads, parking lots, and or • Evaluation of Appropriate Sizing sidewalks for restaurant and administration • TSA SSCP offices • Gate Lobby • Rehabilitation, reconstruction, • Passenger Boarding Bridges construction of non-airfield • Other components determined by the City of Yakima For Phase 2,the above Project items are included with the addition of the following: • Ticketing, rental car, and admin offices and public spaces • Baggage Systems • Concessions • Other components determined by the City of Yakima For Phase 3,the above Project items are included with the addition of the following: • Baggage Screening • Air Cargo • Other components determined by the City of Yakima Building Facility Area(SF) Current square footage of the existing terminal —36,000 Square footage range of the modernized terminal (after Phases "46,000-52,000 1-3 are complete) Current site for consideration of inclusion to the Modernization —235,406 (5.4 acres) project 238 mwa architects SAN FRANCISJC C4,KL4N0 Programing, Design and Construction Administration Service Fees for All Phases SD Program through Construction Administration Area (SF) Cost per SF Assumed Total Design Fee Project Cost for All Phases Passenger —30,000 —1,200 —$36,000,000 $4,320,000 Experience Spaces Passenger Service —19,400 —650 —$12,610,000 $1,513,200 Spaces Operations Spaces "2,600 —650 —1,690,000 $202,800 TOTAL —52,000 $50,300,000 $5,825,000* Square footage range of the modernized terminal premium spaces (after Phases 1-3 are complete) *$75,000 of the total design budget is CERB money. 1/3 of the fee is dedicated to marketing and 2/3 of the funds are dedicated to design ASSUMPTIONS • Cost per square foot based on 2024 airport renovation project • Final overall square footage may vary based on scope modifications • Site impacts and scope unknown at this time pending assessment • Does not include Phase 1A design services or fee • Project delivery method to be design-bid-build • Parking lot reconstruction is excluded • Administration office space is excluded from terminal modifications • West side baggage screening and air cargo excluded 239 DIRECT NON-SALARY EXPENSES The following rates apply to all approved firms. ODC Item Unit of Cost Max Unit Invoiced Price Mileage Per Mile $ 0.670 Invoiced Parking Per Visit $ 15.00 Invoiced Courier Per Service $ 28.00 Invoiced Ferry (vehicle/driver) Per Trip $ 34.20 Invoiced Ferry (passenger) Per Trip $ 9.25 Invoiced Toll fees Per Trip $ 6.30 Invoiced Rideshare Per Trip $ 50.00 Invoiced Rental Car Per Day $125-$200 Invoiced 8.5 x 11 B/W Copy Per Copy $ 0.10 Invoiced 8.5 x 11 Color Copy Per Copy $ 0.69 Invoiced 11 x 17 B/W Copy Per Copy $ 0.20 Invoiced 11 x 17 Color Copy Per Copy $ 1.76 Invoiced Deliveries (PDX-Yakima, WA) Per Service $ 20.00 Invoiced Lodging Per Night $125-$200 Invoiced Meals & Incidentals (Full Day) Per Person $ 40.00 Invoiced Binding Services Per Service $20 Invoiced page 1 of 1 240 Yakima Master Services Agreement MWA Architects MWA Project no 202418 00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Principal 260 00 270.40 281.22 292 46 Sr. Project Manager 188 00 195.52 203 34 211.47 Project Manager 188.00 195.52 203 34 211.47 Specs, QA/QC 162.00 168 48 175.22 182 23 Sr. Project Architect 181 00 188.24 195 77 203.60 Architect 3 181.00 188 24 195.77 203 60 Design Staff 3 121 00 125.84 130 87 136.11 Design Staff 2 115.00 119 60 124.38 129 36 Design Staff 1 105 00 109.20 113.57 118.11 Interior Designer 3 145 00 150.80 156.83 163.11 Interior Designer 1 93.00 96 72 100.59 104 61 Graphic Designer 147.00 152.88 159.00 165.36 Project Accountant 159.00 165 36 171.97 178 85 241 Yakima Master Services Agreement Hennebery Eddy-Interiors MWA Project no 202418.00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 President 100 00 104 00 108.16 112.49 Principal 340.00 353.60 367.74 382.45 Principal 100 00 104.00 108.16 112.49 Director 100.00 104.00 108 16 112 49 Sr. Project Manager 100.00 104 00 108.16 112.49 Project Manager 100 00 104.00 108.16 112 49 Sr. Project Designer 100.00 104 00 108.16 112.49 Project Designer 100 00 104.00 108.16 112.49 Specs, QA/QC 100.00 104.00 108 16 112 49 Sr.Project Architect 240.00 249.60 259.58 269.97 Architect 3 100.00 104.00 108 16 112 49 Architect 2 100.00 104 00 108 16 112.49 Architect 1 100.00 104.00 108 16 112 49 Design Staff 4 100.00 104.00 108 16 112 49 Design Staff 3 100.00 104 00 108 16 112.49 Design Staff 2 100 00 104.00 108.16 112 49 Design Staff 1 100.00 104 00 108 16 112.49 Sr. Interior Designer 240.00 249.60 259.58 269.97 Interior Designer 3 100.00 104 00 108 16 112.49 Interior Designer 2 100 00 104 00 108.16 112.49 Interior Designer 1 100 00 104 00 108.16 112.49 Graphic Designer 100.00 104.00 108 16 112 49 Project Accountant 100.00 104 00 108.16 112.49 242 Yakima Master Services Agreement GeoEngineers Geotechnical MWA Project no. 202418 00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Principal 275 08 286 08 297.53 309 43 Associate 242.81 252 52 262 62 273.13 Senior Engineer/Scientist 2 210 32 218.73 227.48 236 58 Senior Engineer/Scientist 1 195.07 202.87 210 99 219.43 Project Engineer/Scientist 2 177.29 184 38 191.76 199.43 Project Engineer/Scientist 1 143.60 149.34 155 32 161.53 Staff 3 Engineer 137.84 143 35 149.09 155.05 Staff 3 Scientist 126 16 131.21 136 45 141 91 Staff 2 Engineer 126.26 131 31 136 56 142.03 Staff 2 Scientist 116 86 121.53 126.40 131 45 Staff 1 Engineer 116 90 121 58 126 44 131.50 Staff 1 Scientist 109.52 113 90 118.46 123.20 Lead Technician 11111 115 55 120 18 124.98 Senior Technician 101.39 105 45 109 66 114.05 Technician 82 25 85.54 88.96 92 52 GIS Analyst 147 77 153 68 159 83 166.22 CAD Design Coordinator 148.50 154 44 160.62 167.04 CAD Designer 111 23 115.68 120.31 125 12 CAD Technician 80.07 83 27 86.60 90.07 Administrator 3 125.47 130.49 135.71 141 14 Administrator 2 105 41 109.63 114 01 118.57 Administrator 1 90.73 94 36 98 13 102.06 243 Yakima Master Services Agreement Rammah Design_Aviation Planning,Airside Civil MWA Project no 202418.00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Sr Project Designer(or Sr. Aviation Engineer) 192 00 199 68 207 67 215.97 Shan Rammah, Rammah Design 244 Yakima Master Services Agreement DCI Civil MWA Project no 202418 00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Principal 220.00 228 80 237 95 247.47 Associate Principal 200 00 208.00 216.32 224.97 Associate 180.00 187.20 194.69 202 48 Sr. Project Manager 180 00 187 20 194.69 202.48 Project Manager 160.00 166 40 173 06 179.98 Sr. Project Engineer 140 00 145.60 151.42 157 48 Project Engineer 140.00 145.60 151 42 157 48 Sr Technical Designer 160.00 166 40 173.06 179 98 Project Accountant 120.00 124.80 129.79 134 98 245 Yakima Master Services Agreement DCI Structural MWA Project no. 202418 00 ` 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Principal 250.00 260.00 270.40 28122 Principal 220.00 228 80 237 95 247.47 Associate 200 00 208.00 216.32 224.97 Sr Project Manager 180.00 187 20 194 69 202 48 Project Manager 160.00 166.40 173.06 179 98 Sr Project Engineer 140.00 145 60 151 42 157.48 Project Engineer 120 00 124.80 129.79 134.98 Clerical and Admin 100 00 104.00 108.16 112 49 Senior Technical Designer 140.00 145 60 151 42 157.48 Technical Designer 100 00 104 00 108.16 112.49 246 Yakima Master Services Agreement Landis_Electncal MWA Project no. 202418 00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Principal 220.00 228 80 237.95 247.47 Associate Engineer 205 00 213.20 221.73 230 60 Associate Project Manager 205.00 213.20 221 73 230 60 Senior Project Manager 180.00 187 20 194.69 202.48 Electrical Dept. Manager 165 00 171.60 178.46 185 60 Senior Engineer 195.00 202 80 210.91 219.35 Engineer III 160 00 166.40 173 06 179 98 Engineer II 135.00 140 40 146.02 151.86 Engineer I 120 00 124.80 129.79 134 98 Designer V 155.00 161.20 167 65 174.35 Designer IV 140.00 145 60 151.42 157.48 Designer III 130.00 135.20 140.61 146 23 Designer II 120.00 124 80 129 79 134.98 Designer I 110 00 114 40 118.98 123 74 CAD/BIM III 110.00 114.40 118 98 123.74 CAD/BIM II 100.00 104 00 108.16 112.49 CAD/BIM I 95 00 98.80 102.75 106 86 247 Yakima Master Services Agreement JUB Engineers-Program Coordination MWA Project no. 202418.00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Administrative Assistant $ 62.00 $ 64.48 $ 67.06 $ 69 74 Administrative Assistant-Lead $ 75.00 $ 78.00 $ 81 12 $ 84.36 Administrative Assistant-Senior $ 87 00 $ 90.48 $ 94.10 $ 97 86 Project Accountant $ 93.00 $ 96.72 $ 100 59 $ 104 61 Project Accountant-Lead $ 110 00 $ 114 40 $ 118.98 $ 123 74 Project Accountant-Senior $ 123.00 $ 127 92 $ 133 04 $ 138.36 Survey Technician $ 97 00 $ 100 88 $ 104.92 $ 109 11 Survey Technician-Lead $ 129.00 $ 134.16 $ 139 53 $ 145 11 Survey Technician-Senior $ 154.00 $ 160.16 $ 166.57 $ 173.23 Assistant Surveyor $ 123 00 $ 127 92 $ 133.04 $ 138 36 Professional Land Surveyor $ 170.00 $ 176.80 $ 183 87 $ 191.23 PLS-Lead $ 189 00 $ 196 56 $ 204.42 $ 212 60 PLS-Senior $ 217.00 $ 225.68 $ 234 71 $ 244.10 PLS-Discipline Lead $ 231.00 $ 240 24 $ 249.85 $ 259.84 Assistant Designer $ 91 00 $ 94.64 $ 98.43 $ 102 36 CAD Technician-Drafter $ 112 00 $ 116.48 $ 121 14 $ 125.98 CAD Technician-Designer $ 138.00 $ 143 52 $ 149.26 $ 155.23 CAD Designer-Lead $ 156.00 $ 162.24 $ 168 73 $ 175.48 CAD Designer-Senior $ 168.00 $ 174 72 $ 181.71 $ 188.98 Project Designer $ 144 00 $ 149 76 $ 155.75 $ 161 98 Project Designer-Lead $ 166.00 $ 172.64 $ 179.55 $ 186.73 Project Engineer I $ 185 00 $ 192 40 $ 200.10 $ 208 10 Project Engineer II $ 200 00 $ 208.00 $ 216 32 $ 224.97 Project Engineer-Lead $ 211.00 $ 219 44 $ 228.22 $ 237.35 Project Engineer-Senior $ 239 00 $ 248.56 $ 258 50 $ 268 84 Project Engineer-Discipline Lead $ 252.00 $ 262.08 $ 272 56 $ 283.47 PE-Discipline Lead Sr. $ 264.00 $ 274 56 $ 285.54 $ 296 96 Assistant Project Manager $ 193 00 $ 200.72 $ 208 75 $ 217.10 Project Manager $ 215.00 $ 223.60 $ 232 54 $ 241.85 Program Manager $ 240 00 $ 249 60 $ 259.58 $ 269 97 Program Manager-Lead $ 252.00 $ 262.08 $ 272 56 $ 283.47 Program Manager-Senior $ 263 00 $ 273 52 $ 284.46 $ 295 84 Principal $ 284 00 $ 295.36 $ 307 17 $ 319 46 248 Yakima Master Services Agreement The Greenbusch Group-Vertical Circulation and Acoustical Engineering MWA Project no 202418.00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Principal 250.00 260.00 270.40 281.22 Acoustical Designer I 140.00 145 60 151.42 157.48 Acoustical Designer II 100 00 104 00 108 16 112 49 Acoustical Designer III 90.00 93.60 97.34 101.24 Elevator Consultant 140 00 145 60 151 42 157 48 Lead CAD/BIM Technician 140.00 145.60 151.42 157.48 249 Yakima Master Services Agreement HLB Lighting Design MWA Project no 202418.00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 SENIOR PRINCIPAL 303 85 316 01 328.65 341 79 PRINCIPAL 272.44 283.33 294.67 306.45 ASSOCIATE PRINCIPAL 242.63 252.34 262.43 272 93 SENIOR DIRECTOR 215.14 223.75 232.70 242.00 DIRECTOR 205.65 213.87 222 43 231 33 ASSOCIATE DIRECTOR 199.67 207.66 215.96 224.60 SENIOR ASSOCIATE 162.15 168.63 175 38 182 39 ASSOCIATE 136 11 141 55 147.21 153.10 SENIOR DESIGNER 125.07 130.07 135.27 140 68 DESIGNER 108 30 112 63 117.13 121.82 DESIGNER ASSISTANTS 99.57 103.55 107 69 112 00 DESIGN INTERN 72 39 75.29 78.30 81 43 DRAFTER 69.60 72.38 75 28 78 29 250 Yakima Master Services Agreement FSi Mechanical and Plumbing MWA Project no 202418.00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Principal 310 00 322.40 335.30 348.71 Mechanical Project Manager 205.00 213 20 221 73 230 60 CAD 130.00 135.20 140.61 146.23 CAD Manager 175 00 182.00 189.28 196 85 Fire Prot. Engineer 285.00 296 40 308 26 320.59 Mechanical Engineer Level 1 120 00 124.80 129.79 134 98 Mechanical Engineer Level 2 130.00 135 20 140 61 146.23 Mechanical Engineer Level 3 140 00 145.60 151 42 157 48 Mechanical Engineer Level 4 150.00 156 00 162.24 168.73 Mechanical Engineer Level 5 170 00 176.80 183.87 191 23 Mechanical Engineer Level 6 180.00 187.20 194.69 202.48 Mechanical Engineer Level 7 200.00 208 00 216.32 224.97 Project Accountant 145 00 150.80 156 83 16311 Project Admin. 125.00 130 00 135 20 140.61 251 Yakima Master Services Agreement Halliday Associates_Commercial Kitchen MWA Project no. 202418.00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 President-Project Manager 175.00 182.00 189.28 196.85 Sr. Project Designer 125 00 130 00 135 20 140 61 Clerical/Technical 75 00 78.00 81.12 84.36 252 Yakima Master Services Agreement Swanson Rink_Baggage Claim MWA Project no.202418 00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 Assistant BIM Manager 145.00 150.80 156 83 16311 AV Engineer 1 135.00 140.40 146.02 151 86 AV Engineer 2 140.00 145.60 151 42 157 48 AV Engineer 3 145 00 150.80 156 83 163.11 AV Project Engineer 165 00 171.60 178 46 185.60 AV Senior Engineer 185 00 192.40 200.10 208.10 BIM Manager 170.00 176.80 183.87 191 23 BIM Specialist 1 115.00 119 60 124.38 129.36 BIM Specialist 2 130.00 135 20 140.61 146.23 CA Project Manager 1 150 00 156 00 162.24 168.73 CA Project Manager 2 160.00 166 40 173.06 179 98 CADD Operator Off-Site-P 30.00 31.20 32 45 33 75 CADD Operator Off-Site-S 130.00 135 20 140.61 146 23 CADD Operator Off-Site-U 130.00 135 20 140.61 146.23 Design Manager 185.00 192.40 200 10 208 10 Design Principal-Electncal 195.00 202 80 210.91 219 35 Designer 1 135.00 140 40 146.02 151 86 Designer 2 140 00 145 60 151.42 157 48 Designer 3 145.00 150 80 156.83 163 11 Electrical Engineer 1 135 00 140.40 146 02 151.86 Electrical Engineer 2 140.00 145 60 151.42 157 48 Electrical Engineer 3 145.00 150.80 156 83 163 11 Electrical Project Engineer 165.00 171.60 178 46 185.60 Electrical Senior Engineer 185.00 192 40 200.10 208 10 Engineer Manager-Electrical 195 00 202 80 210 91 219.35 Engineer Manager-Mechanical 195.00 202 80 210 91 219.35 Engineering Manager 195 00 202.80 210 91 219.35 IT Engineer 1 135 00 140.40 146 02 151.86 IT Engineer 2 140 00 145.60 151 42 157.48 IT Engineer 3 145 00 150.80 156 83 163.11 Market Segment Director 195 00 202.80 210 91 219 35 Mechanical Engineer 1 135 00 140.40 146 02 151.86 Mechanical Engineer 2 140 00 145.60 151 42 157.48 Mechanical Engineer 3 145 00 150.80 156 83 163.11 Mechanical Project Engineer 165 00 171.60 178 46 185.60 Mechanical Senior Engineer 185 00 192 40 200 10 208.10 Project Coordinator 120.00 124.80 129 79 134.98 Project Manager 1 135.00 140 40 146.02 151 86 Project Manager 2 150.00 156.00 162 24 168.73 Project Manager 3 175.00 182.00 189.28 196 85 Security Engineer 1 135.00 140.40 146 02 151 86 Security Engineer 2 140.00 145 60 151.42 157 48 Security Engineer 3 145.00 150 80 156.83 163 11 Senior Designer 155.00 161.20 167 65 174.35 Senior Engineer 185.00 192.40 200 10 208.10 Senior Field Project Manager 185.00 192.40 200 10 208.10 Senior Market Segment Director 225 00 234.00 243.36 253.09 Senior Project Executive 250.00 260.00 270 40 281.22 Senior Project Manager 190.00 197.60 205 50 213.72 Senior Vice President-Electrical 185.00 192 40 200 10 208 10 Senior Vice President-Mechanical 185.00 192 40 200 10 208.10 Technical Assistant 120.00 124 80 129 79 134 98 Technical Lead 185.00 192 40 200.10 208 10 253 Yakima Master Services Agreement Roen and Associates_Cost Estimation MWA Project no 202418.00 2024 to 2027 +4% +4% +4% Title 2024 2025 2026 2027 President 150.00 156.00 162 24 168.73 Lead Cost Estimator 150 00 156.00 162 24 168.73 Cost Estimator 150.00 156 00 162.24 168.73 254 u r - BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 9.C. For Meeting of: July 16, 2024 ITEM TITLE: Resolution authorizing a master agreement with MWA Architects for Architectural, Design and Engineering Professional Services for the Terminal Building Modernization Project Phase 1 B, 2 and 3 at the Yakima Air Terminal-McAllister Field SUBMITTED BY: Robert Hodgman, Director of Yakima Air Terminal SUMMARY EXPLANATION: The Yakima Air Terminal was constructed in the 1950's and has reached the end of its useful like in its current state. Structurally, the facility is sound but is in need of expansion and modernization of its infrastructure, safety/security standards, building/energy codes upgrades, ability to accommodate current and future needs. The project will include architectural/engineering services to evaluate and design phases 1B, 2 and 3. The Request For Qualifications was issued on January 31, 2024 and an addendum on February 29, 2024. Four architect and engineering teams submitted their qualifications, and after reviewing the packets all four were selected for interviews, which were conducted May 2nd - 10th. All firms had airport design experience. Two of these firms were selected for second interviews which occurred and May 28th and May 30th. MWA was selected primarily because they demonstrated a strong understanding of the complexities of modernizing a 75-year-old building, and they also demonstrated strong skills and strategy for phasing construction and aligning it with funding. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Investment In Infrastructure RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Resolution_MWA Architects PROFESSIONAL SERVICES AGREEMENT_240705 final_signed.pdf EXHIBIT A SCOPE OF WORK_YKM Design Fee Estimate for Multiple Phases_2024 07 05 FINAL.pdf Exhibit B Yakima Master Services Billing Rates by Category; 202418.01_Combined (1).pdf Exhibit C Direct Non-Salary Expenses (1).pdf 255 EXHIBIT B July 31, 2025 mwa architects ',AN FRANC!5'0 PORTLAND Scope of Services "Yakima Air Terminal Modernization Work Order 3 for Work Order 2 WP1 Construction Administration" Robert Hodgman,Airport Director Yakima Air Terminal/McAllister Field 2300 W Washington Ave Yakima, WA 98903 Dear Mr. Hodgman, Thank you for the opportunity to work on this project. MWA Architects, Inc. (MWA) shall provide required professional architectural and engineering construction administration services during construction for the subject terminal modernization at Yakima Air Terminal- McAllister Field (YKM)for the City of Yakima (CLIENT)for work package described below. Our project understanding is followed by our scope. Scope task numbering and descriptions directly coincide with tasks listed in our budget. PROJECT NAME:Work Order 3 Yakima Air Terminal—McAllister Field:Terminal Building Rehabilitation and Modernization—Work Order 2 Work Package 1 (WP1) Baggage Claim Construction Services AIRPORT NAME:Yakima Air Terminal—McAllister Field CLIENT: City of Yakima SUPPLEMENTAL GRANT NUMBER: 3-53-0089-058-2024 A.I.P. (ATP) NUMBER:3-53-0089-060-2025 A.I.P. NUMBER: 3-53-0089-062-2025 MWA PROJECT NUMBER: 202418.21 CLIENT PROJECT NUMBER: N/A ATTACHMENT TO: AGREEMENT DATED: 06/21/2024; or ❑AUTHORIZATION FOR ADDITIONAL SERVICES#X; DATED: 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 256 The referenced Agreement for Professional Services executed between MWA and the CLIENT is amended and supplemented to include the following provisions regarding the Scope of Services, Basis of Fee, and/or Schedule: PROJECT UNDERSTANDING FAA AIP 3-53-0089-060-2025 included the Project Formulation, Construction Administration and Project Closeout Engineering Services for the following Items: Work Order 2 WP1 Construction for the Yakima Terminal Building Modernization Project Baggage Claim Area. This project consists of the rehabilitation and modernization of the Yakima Air Terminal—McAllister Field (YKM)Terminal Building east side improvements for Baggage Claim Area.The project contains the following elements: 1. Construction Administration for baggage claim lobby area upgrades for accessibility, access, and enhanced passenger experience. 2. Construction Administration for new baggage handling system and new overhead doors to reinforce airside security. 3. Construction administration for restroom upgrades for accessibility, access, and enhanced passenger experience.The restroom construction is an additive alternate in the design documents. 4. Construction administration for family restroom addition for accessibility, access, and enhanced passenger experience.The restroom construction is an additive alternate in the design documents. 5. Construction Administration for demolition of walls to facilitate newly designed restrooms and baggage claim lobby areas. 6. Construction administration for Installation of new ceiling finishes to support mechanical ducting, louvers and grilles, existing sprinkler system alterations, and new lighting. 7. Construction administration for electrical panel upgrades. 8. Construction administration for new roofing on existing exterior canopy structure to facilitate baggage claim lobby alterations and baggage handling system installation. 9. Construction administration for upgrades to flooring in baggage claim lobby and restrooms. 10. Construction administration for exterior chain-link modifications for building remodel. 11. Construction administration for new exterior walls to facilitate baggage claim area upgrades and baggage handling system installation. 12. Construction administration for fire suppression improvements to support new design. 13. Provide the City of Yakima with Construction Administration support and full-time, onsite observations services. 14. Final grant application for the project. 15. Grant closeout report 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 257 SCOPE OF SERVICES BY MWA MWA's Services under this Agreement are limited to the following tasks. Any other items necessary to plan and implement the project, including but not limited to those specifically listed in assumptions, are the responsibility of CLIENT. For Program Manager(for WP 1 CA) • Support coordination with the Owner/Client as needed to facilitate construction For Architectural (for WP 1 CA) • Project Management related to CA Services • Submittal Review and Coordination with subconsultants • Resubmittal reviews and coordination with subconsultants • Request for Information responses and coordination with subconsultants • Construction Observation Services including, preconstruction meetings, owner/architect/contractor meetings, field/site observations reports, design team construction support, punch lists, final walk though, commissioning service support • Meeting with YKM vendors as needed to facilitate construction • Cloud-based construction administration and coordination with contractor • Participation in conversations with YKM and authority having jurisdiction addressing (Federal Aviation Administration) FAA requirements and any local code requirements • Coordination with other adjacent ongoing projects at YKM • Support draft close out reports due to meet FAA requirements for payment For Interiors(for WP 1 CA) • Submittal review • Resubmittal reviews • Request for Information responses • Construction Observation Services including, preconstruction meetings, owner/architect/contractor meetings, field/site observations reports, design team construction support, punch lists, final walk though • Meeting with YKM vendors as needed to facilitate construction For Airport Planner(for WP 1 CA) • Support identification and execution of required FAA reports and analyses, such as 7460-1 for permanent structures, safety risk management (SRM) reports, part 139 analysis and reporting, etc. • Safety Plan Compliance Document(SPCD) support • Submittal review support for Civil Engineer. • Coordination meetings with FAA For Baggage Claim/Baggage Screening(for WP 1 CA) • Submittal review • Resubmittal reviews • Request for Information responses 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 258 • Construction Observation Services including, preconstruction meetings, owner/architect/contractor meetings, field/site observations reports, design team construction support, punch lists, final walk though • Meeting with YKM vendors as needed to facilitate construction For Mechanical/Plumbing/Fire Suppression/Controls(for WP 1 CA) • Submittal review • Resubmittal reviews • Request for Information responses • Construction Observation Services including, preconstruction meetings, owner/architect/contractor meetings, field/site observations reports, design team construction support, punch lists, final walk though • Meeting with YKM vendors as needed to facilitate construction For Structural Engineering (for WP 1 CA) • Submittal review • Resubmittal reviews • Request for Information responses • Construction Observation Services including, preconstruction meetings, owner/architect/contractor meetings, field/site observations reports, design team construction support, punch lists, final walk though • Meeting with YKM vendors as needed to facilitate construction For Civil Engineering (for WP 1 CA) • Submittal review • Resubmittal reviews • Request for Information responses • Construction Observation Services including, preconstruction meetings, owner/architect/contractor (OAC) meetings, field/site observations reports, design team construction support, punch lists, final walk though • Meeting with YKM vendors as needed to facilitate construction For Electrical/Lighting/Fire Alarm Coordination (for WP 1 CA) • Submittal review • Resubmittal reviews • Request for Information responses • Construction Observation Services including, preconstruction meetings, owner/architect/contractor meetings, field/site observations reports, design team construction support, punch lists, final walk though. • Meeting with YKM vendors as needed to facilitate construction Schedule:This work order WP 1 Amendment 1 for CA is assumed to be one-year maximum duration and is to be completed by May 17, 2026. If any singular WP or group of WPs exceeds the scope defined herein then the related services budget will be reassessed, and an amendment issued for the additional services. 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 259 PROJECT TASKS 1. Project Formulation Phase/Project Management Assist the CLIENT with Project Scope development and formulation. • MWA will prepare a Scope of Services narrative and detailed description of all work tasks for CLIENT and FAA review and approval. Discuss review comments and revise accordingly. • MWA shall prepare a listing of work tasks in a spreadsheet with person-hours, hourly rates, expenses, and costs based on the Scope of Services. This spreadsheet will be used for both MWA, CLIENT, and the Independent Fee estimate. • MWA shall prepare a detailed cost proposal on the spreadsheet, based on estimates of work to accomplish the Scope of Services. Provide the CLIENT and the Independent Fee Estimator(IFE) with a blank person-hour spreadsheet, Scope of Services, Project Layout Map, and overall project estimate. • MWA shall prepare an Agreement for Professional Services for submittal and review by the CLIENT and FAA, including the FAA Professional Service Agreement Checklist. The Agreement shall be comprehensive in description of services and responsibilities of all contract parties. • MWA shall provide the following services related to Federal Disadvantaged Business Enterprise requirements (DBE). Redevelop sponsor's DBE Program Plan in accordance with the Disadvantaged Business Enterprise (DBE) and Airport Concession DBE (ACDBE) Programs Final Rule dated June 1, 2025 (pending FAA updates) and submit to FAA Civil Rights for review and approval. One annual DBE report will be required during this project. DBE reports will document participation in FAA Civil Rights Connect, including all calculations and background information for review and approval by the Office of Civil Rights. • MWA shall prepare and submit annual ACDBE reporting. Prepare and submit four(4) FAA Quarterly Performance Reports and two (2) Fiscal Year End Financial FAA 271 and 425 forms quarterly for the project. • MWA will assist CLIENT in preparation and processing of monthly Request for Reimbursement (RFR) by submitting data as described. It is anticipated that the CLIENT will prepare and process twelve (12) monthly sets of RFR 'packages' for this project. MWA will provide documentation of costs for the CLIENT's use in performing the Request for Reimbursements including consultant invoices, reimbursement spreadsheet and Standard Form 271. • MWA shall manage prime contract and subconsultant services related to this project. MWA shall provide monthly invoices and reporting on project progress. See 'Task 5' for owner/architect/contractor meetings (OACs). • MWA shall attend twelve (12) meetings with the YKM Airport Director/Staff and/or City Council during the project as needed, to keep Airport personnel and management abreast of the progress of the projects. Discussions will include project phasing, budget, and schedule updates. 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 260 • MWA shall attend Weekly (52) Check-ins with YKM/MWA: Following bid award, MWA will attend meetings to review scope, schedule and budget status plus project risk/opportunity review in context of construction progress. Attendance to allow for up to twelve (12) of the weekly check-in meetings to be in-person. Allow for two (2) MWA project team members at each meeting. Deliverables: Scope of Services document, hourly spreadsheet per task, four(4) FAA Quarterly Performance Reports, two (2) Fiscal Year End Financial FAA 271 and 425 forms quarterly, one annual DBE report, annual ACDBE reporting, monthly invoice/status reporting, notes from weekly check-ins starting at Pre-Construction Meeting, a blank person-hour spreadsheet for the IFE Meetings: Half-hour, weekly virtual check-ins with YKM PM and MWA(allow 52 based on 12-month construction period following Pre-Construction meeting), 12 one-hour coordination meetings with the YKM Airport Director/Staff and/or City Council 2. Construction Phase/Construction Administration • MWA shall support the CLIENT and distribute Notice of Award, Construction Agreement and other contract documents, as needed. Review Construction Agreement, bonds and insurance documents submitted by Contractor, and assist CLIENT and Contractor in processing documents for the project. • Coordinate and respond to the City of Yakima building department regarding the building permit for this project.This task includes (3)three rounds of addressing comments from the City of Yakima. • Coordinate with FAA and the CLIENT throughout the award process. Submit bid documentation including copies of all executed contract documents as required by the FAA. • Provide pre-construction coordination; prepare a detailed Pre-Construction Conference agenda and displays; conduct a Pre-Construction Conference on behalf of the CLIENT and prepare and issue minutes of the Pre-Construction Conference; include FAA items in conference agenda.The Pre-Construction Meeting is in person on site at YKM. • Review the Contractor's Work Schedule and verify that it is consistent with the requirements of the Contract Documents. Coordinate construction activity schedule with CLIENT and Airport operations. • Review submitted Contractor Safety and Security Plan (CSSP), Quality Control Plan. Comment and return to Contractor for their use and/or revisions and resubmittal. Deliverables: City of Yakima Plan review Comment Responses up to (3)three rounds, Review comments for CSSP, QC Plan, and Project construction schedule. 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 261 Meetings: One One-hour in person preconstruction/pre-install meetings, meeting preparation, agenda and notes. 3. Submittal Review MWA shall perform the following tasks: • Submittal Review • Resubmittal Review • Submittal Review It is MWA's responsibility to coordinate and consolidate submittal reviews with our subconsultants. MWA's review of submittals is only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. It is not the intent for MWA to duplicate the submittal review by the Construction Manager/General Contractor required for criteria such as coordination of trades and disciplines, determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the GC as required by the Contract Documents. MWA shall review and provide comments to submittals upon request by the YKM PM. Submittal review may be requested for individual Submittal Items, defined as a single specific item requested by the Contract Documents such as a Shop Drawing, Product Data, Sample, Work Plan or Procedure, etc., or for Submittal Packages consisting of multiple Submittal Items relating to a definable feature of work. The YKM PM may elect to send a Submittal Package to Contractor for review with specific items marked as "Informational" that do not require review by MWA but that are included in order to provide clarity to other items in the package. It is assumed 2-hours per submittal review. Deliverables: Review and provide comments to Submittals within seven (7) calendar days of review request by YKM PM. The contract budget provides for review of submittals as scheduled. • Resubmittal Review Upon request by the YKM PM, the Contractor shall review and provide comments to submittals that had previously been returned with a status of"Revise and Resubmit." The same conditions that apply to Submittal Review apply to this subtask. It is assumed 1-hour per resubmittal review. Deliverables: Review and provide comments to resubmittals within seven (7) calendar days of review request by YKM PM.The contract budget provides for review of resubmittals as scheduled. SUBMITTAL SCHEDULE 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 262 Discipline Submittals Re-submittals Architectural 35 14 Interiors 15 8 Structural 10 5 Lighting 10 5 Mechanical/Plumbing 15 8 Fire Protection 6 2 Baggage Handling 5 3 Electrical 15 8 Audio/Visual/Security 4 2 Civil 12 5 Signage and Branding 10 5 Airport Planner/FAA(support civil) 5 2 4. Request for Information Review The Contractor shall review and respond to Requests for Information (RFI) upon request by the YKM PM. It is MWA's responsibility to coordinate and consolidate RFI reviews with our subconsultants and provide one succinct response to the YKM PM. In addition to RFIs, the MWA may be required to provide input, stamp drawings or respond in writing to Construction Change Directives (CCDs) or potential Change Orders under this task item as directed by the YKM PM. It is assumed 2-hours per RFI. Deliverables: Review and provide comments to RFIs within seven (7) calendar days of review request by YKM PM. The contract budget provides for review of RFIs as scheduled. RFI SCHEDULE Discipline RFIs Architectural 60 Structural 10 Interiors 25 Lighting 10 Mechanical/Plumbing 25 Fire Protection 10 Electrical 25 Audio/Visual/Security 6 Civil 10 Signage and Branding 10 Baggage Handling 5 5. Construction Observation MWA shall perform the following tasks: • Attend Pre-Construction Activity Meetings identified by the GC prior to installation of certain items 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 263 • Attend Construction Progress (OAC) Meetings • Fill out 5370-1 daily report submit monthly • Half-hour, weekly virtual check-ins with GC/YKM/MWA/FAA • Attend Equipment Coordination Meetings with YKM Vendors • Design team construction support • Prepare Punch Lists • Perform Final Walk Throughs • Perform Site Visits and Observations • Commissioning Services Attend Construction Progress Meetings (OAC)with YKM/GC/MWA MWA to attend and participate in general contractor led meetings covering cost, schedule, and constructability discussions weekly. MWA shall attend in person construction progress meetings upon request by the YKM PM (allow 15 in person OACs).The YKM PM may request that informal site observations be performed in conjunction with the construction progress meetings.These informal site observations shall not require an observation report to be prepared by MWA. MWA shall prepare and submit to the FAA Form 5370-1, Construction Progress and Inspection Report.Travel time round trip to YKM is 6 hours (3 hours each way). Attend Equipment Coordination and Support with YKM vendors and YKM/GC/ MWA MWA to attend and participate in meetings to provide YKM support and coordination for final equipment selection covering aesthetic, cost, schedule, and constructability discussions. MWA and up to two (2) additional design team members shall attend meetings upon request by YKM PM. (Allow 15 in person).Travel time round trip to YKM is 6 hours (3 hours each way). Meetings:Attend up to (52)fifty-two progress meetings (OAC) estimated at 1-hour each. Attend up to thirty(30)virtual support and coordination meetings estimated at 1-hour each. Allow up to (4)four in-person meetings. Half-hour, weekly virtual check-ins with GC/YKM/MWA/FAA(allow 30). Attend up to (4)four Pre-Construction Activity Meetings Deliverables: Fill out 5370-1 daily report associated with construction activities. Prepare Punch Lists MWA shall generate a Pre and Final Punch List of outstanding construction-related issues prior to the YKM PM awarding the Certificate of Completion. MWA shall conduct two (2) site walkthroughs to identify the Pre and Final Punch List items as part of this subtask. Travel time round trip to YKM is 6 hours (3 hours each way). Deliverables: Punch Lists; allow two (2). Perform Final Walk-Throughs 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 264 After GC has remedied Punch List issues, MWA shall conduct Final Walk Throughs to verify the issues have satisfactorily been remedied. Travel time round trip to YKM is 6 hours (3 hours each way). Deliverables:One (1) Final Walk-Through Report and final letters to AHJ from structural as required. Perform Site Visits and Observations MWA shall perform site visits to observe construction progress and as required for the Designer of Record by the building code. Whenever possible, MWA shall combine site visits conducted as required by the building code with visits made to document construction progress. MWA shall prepare a field report documenting the observations made during each visit.Travel time round trip to YKM is 6 hours (3 hours each way). Deliverables:Conduct field visits and observation and prepare field reports documenting the observations, including related photos. Meetings:Attend up to eighteen (18)field visits estimated at 2-hours each. Perform Commissioning (Cx) Services MWA shall perform site visits to perform mechanical and electrical systems commissioning. Deliverables: Conduct commissioning site visits and observation and prepare commissioning reports/checklists documenting the observations, including related photos. Meetings:Attend up to three (3) commissioning site visits estimated at 2-hours each. Discipline Pre- OACs Equip Site Punch Final Cx Owner Construction Support Visits List Walk Training Walk Through Architectural 4 52 30 15 2 1 3 2 Interiors 1 10 2 3 2 1 1 Structural 1 10 5 5 2 1 Lighting 1 10 5 2 2 1 2 2 Mechanical/ 1 10 10 3 2 1 3 1 Plumbing Fire 2 2 2 1 1 1 Protection Electrical 1 10 10 3 2 1 3 2 AV-Data IT 1 10 5 2 2 1 2 2 Security 10 2 2 2 1 2 2 Baggage 1 3 2 2 2 1 2 2 Handling 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 265 Civil 1 10 2 5 2 1 Signage and 4 2 2 2 1 2 Branding Airport 5 1 Planner (FAA support) 6. As-Built Drawings(Record Drawings) MWA shall translate the GC as-build red-lines and field notes to electronic documents for delivery to YKM. Produce one (1) complete set of hard copy and one (1) electronic set of as-built drawings in native as well as PDF format 21 business days of receipt of complete red-line package from YKM PM. Deliverables: Coordinated as-built drawing documents in native and PDF file formats. If local code requires, MWA will create one (1) sample map for emergency egress signage to indicate style.The fabricator will be responsible for creating the final map artwork for all signs. 7. Post-Occupancy Services MWA shall provide a post occupancy survey at 9-month mark after occupancy. Occupant responses shall be culled and collated by MWA. Items to be addressed will be identified and solutions and/or adjustments shall be provided to YKM within a 2-month period. Align with 11-month mark for warranty walk with contractor. A 9-month post occupancy site walk with access to meter data to support overall building performance and warranty items shall be performed. Disciplines included in this service are Architectural, Interiors, Baggage Handling, Audio/Visual/Low Voltage, IT, Security, Lighting, Electrical, Plumbing and Mechanical.Travel time round trip to YKM is 6 hours (3 hours each way). Deliverables: Post occupancy survey facilitated virtually/digitally. List of items to be addressed. Post occupancy field report.Technical memorandum with executive summary to include all the activities listed above. Meetings: Post-Occupancy Site-Visit. 8. FAA Grant Closeout MWA shall provide a close out report and final grant application that complies with FAA construction close out requirements per AIP handbook, FAA order 5100.38D, chapter 5, section 8 grant closeouts. Deliverables: Closeout Documentation Checklist, and Closeout Report Draft and Final Meetings: One meeting with FAA to review report. 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 266 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 12 MWAARCHITECTS.COM 267 Assumptions: Comprehensive materials palette for buildings and facilities not included. LEED and WELL design parameters and scorecards not included. Sustainability certification (i.e. LEED, WELL, Living Building) support is not included. Sustainability goals will be developed with YKM; MWA will make recommendations based on community, organizational and funders' requirements. MWA will provide drawings and exhibits using Autodesk Revit program and in PDF format for reviews. MWA will provide and maintain cloud-based software for coordination with YKM, identified stakeholders, and consultants. No environmental services or engineering included; by YKM. Environmental physical investigations are not included. MWA will provide reports using MS Word and in PDF format for reviews. YKM will develop sponsor quarterly reports (progress report) and annual form 271 and 425 FAA reports with MWA support. Document review comment periods by YKM are ten (10) calendar days or less. The YKM will provide access to facilities for site investigations as needed. Rob Hodgman will serve as the Project Manager for this project; copy him on all correspondence with other YKM personnel. All deliverables to be digital. Traffic/passenger count services are excluded. Coordination with city agencies (including DOT) for negotiation of exterior signage located in ROW. Furniture, fixtures and equipment design and procurement excluded; space planning and recommendations for furniture included as required. Construction Schedule for the project by General Contractor. Hazardous materials testing, including asbestos and lead, will be invoiced at each occurrence as an expense. If local code requires, MWA will create one (1) sample map for emergency egress signage to indicate style.The fabricator will be responsible for creating the final map artwork for all signs. CC:Jean Root, PIC 501 SE 14TH AVENUE,SUITE 103 PORTLAND,OR 97214 P 503 973 5151 F 503 973 5060 MWAARCHITECTS.COM 268 CONSULTING SERVICES FEE MATRIX Yakima Air Terminal Modernization Work Order 3 I Work Package IVVIN PI Construction Administration I 02.11202S GO Engineers WIWI WESbh1181,1,1 20. mwa architects TOTALS 02,12, "333'3'MEL F. M.. 2 . 4 9133°°6 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 2 . 4 '4,33°. 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 2 0 92,104 96 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 a 1,330 56 9002 9002 9002 9002 9002 0 99593 44 9002 9002 9002 12 12 95,965 44 2I 0 92,104 96 9002 9002 9002 9002 9002 9002 9002 9002 9002 12 12 95,965 44 2 10 0 95,303 04 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 MWA 12 . . 913,222 56 9002 9002 9002 9002 9002 9002 9002 9002 9002 15 15 1,456 00 12 )2 913,322 20 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 99063 60 9002 9002 9002 9002 9002 0 99593 44 9002 9002 9002 12 12 95,965 44 12 12 12 12 99034 24 12 94,243 20 12 12 95,420 00 12 12 9/99202 12 12 95,366 40 0 12 12 95,14 40 12 92,396 16 12 3.„hr..Revievt - 1 32 --I 59.149,82:x7.1 16 16 5S9,1301,.,09060900030.0820,0020 4 0 16 . . 591191,2280990037 00220022 . g 16 . 9991 4409906.40002 I 0g .g . S99R62,:1659610R62 04020002 0 Mg -16 tv-11-:.93.3-g950932 000.30°2 0--g.- .95.9159190004014,0221 0. 116 -1E16 I_-5.,995486,,666691199900.7.0060422,-. 99990000000022221 5. ff 9W55,,W.09399450011 0055112'2223 ill 12 12 M9o3,4e5,9,90006:09.62 .I Saurebsttoattaal,1t. 5E1tc.,0..0n8 1I cU „ On .1.17 I 1 -s., 34 'ss.1 I ",2°s,DD I gol I gol I ",26= I 3°gI I 3°gI I 96,656 00 1 24g1 77.1,71 93,903 20 92 662 40 R 92 662 ao 12 gl -IFI333 33 I I I"- 93,90/002 90 00 20 9002 SI 'SI 9'11333°2°D50 1 I I 9002 9002 Sze,.zz 535,1E0 5.,933.80 519,60100 59,318.10 510,659.60 .._5293.60 55,773. 5000 58,163 50 .00 1 Subtotal 3, szKoez m I s.eeosed tor mezion zee,. I ,.°D -.777777 'Mm ''Mm '21 ii li 9002 9002 1 31 331 331 34'3:I3.3°I3D 31 31 ,0,0 00 9002 31 1 501 251 r 925,900. R2 62 920 956 00 20 20 6 656 00 7770171 996506 0000 993,906 0016 M771 93100 0000' I '3III°1 I 1 31 .. 93,2,65 00 1 1 I Wee.. 5.97600 535,9.00 530,95600 53,36500 .00 1 Subtotal a snsezz 76 I .1•8 ' , . 11111..iiii I ..--0 . M '''''90 g .c1.- ,0 w II._ g gg,ggg 00 r . . . . 3,2100 93,993. 0 0 93,030 40 0 :30402 0 - 92,662 ao :662 40 00 1,01' 6.912.115VA 12 26 52 srz 52 932,502 00 10 10 9199202 01 20 20 20 91933202 . ,0 93,30002 . . 93,320. . . 93,320. 9002 3 3 99154 40 9002 . 10 93,265 00 9002 15 15 15 99,012 40 9002 9002 9002 9002 9002 20 93,993. 9002 9002 9002 9002 15 30 15 910,46.0 12 12 95,990 40 r 20 20 99,936 00 as 90 920,02602 30 30 99,9:. 30 30 99,9:. 90 00 10 10 96,926 40 9002 30 30 99,395 00 9002 a 16 16 16 90,253 44 12 12 95,990. r 1 12 12 90,395 20 12 12 94,05602 12 12 93,993. 12 12 93,993. 90. 12 12 91613 60 9002 12 12 93,91002 9002 I 2 a 0 92121 12 93,993. 0 0 93,030 40 0 0 :30402 0 0 :662 40 0 0 :662 40 0 91,593 44 93,030 40 9002 0 0 9912 00 9002 r . WO 120 : 950,040 96 10 10 90,905 60 12 10 10 910,346 40 30 30 91014002 30 30 99,9:02 30 30 99,9:02 90. 12 12 94,61.0 9002 12 12 93,91002 9002 12 32 32 912,396 00 93,993. 00 19 10 99,132 00 02 02 9.19602 9002 9002 90. 12 12 94,61.0 9002 12 12 93,91002 9002 I Steel.. 539939 30 R55,3,to 5.611.10 5.611.10 55,591. Uses.. I Mom. Mm 6.At-guiliDrawings'Eltecorti.L...8 IMMP .- W 77 -M1111. „E . . . gn 16 sol 20 926044: . . 93,903 20 . . . 915,043 20 2. . 20 96,190 40 2 2 20 20 93,003 20 0 . . 99905 60 90 00 0 . . 99,235 20 90. 0 24 . 99151 20 9002 9002 9002 9002 9002 9002 00 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 536845.18 59987 30 15.0.30 I Seen. I Msmm L'w Subtotal 6 seszzeu I . i . 3 1 2 1 '.21 d 321 99300 32 96,115 20 9002 1 II= 90 90: 9002 1 r 90. 9002 9002 =. 1'777 9002 - SO 00 9002 rOW I • 777 90 00 7 9002 9002 90 00 9002 9002 90. 9002 90. 9002 7 roo‘o,DD 1 9002 9002 9002 59533 53 .00 1 Subtotal 7 59,133 5/1 I 1 1 1 91,5:16 0,000 00 9002 9002 9002 9002 9002 9002 9002 9002 9002 90 00 9002 -..III 90 00 9002 9002 g . 91,593 44 93,194 00 93,194 00 9002 9002 9002 9002 9002 9002 9002 9002 9002 25 9002 12 95,965 44 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 9002 WW1. I .00 59987 30 I 50.00 BEM sub..8 539,591,11 I Subtotal 53,351. 5101,859. 1...t. 5113,7..10 570,65960 573,633.06 5/5,559. 558,60.80 559383, 533,815. I 51,08gaaa,0 1 I V 5,80n0 CC „,Onn CC 5,80n0 CC Electrical 5,80n0 CC n1,5nn CC Civil Sism,,, S.,. 51,5Iln CC Lighting 51,5Iln CC 1„htotal 8.I $80,500.00 1 151,.5.7.30, 269