HomeMy WebLinkAbout10/07/2025 07.J. Resolution authorizing agreement with HLA for Naches River Bridge Repair Project 2801 i4
e/- 411111111— +
i,i
',t'1,`'k`OAA`l VD .
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 7.J.
For Meeting of: October 7, 2025
ITEM TITLE: Resolution authorizing agreement with HLA for Naches River Bridge
Repair Project 2801 (Streets Capital Fund)
SUBMITTED BY: Bill Preston, Community Development Director
SUMMARY EXPLANATION:
The City of Yakima desires to enter into a Professional Services Agreement with HLA Engineering &
Land Surveying Inc for professional engineering services on the Naches River Bridge Repair Project
2801. The agreement is for$275,500.00 The project consists of repairing the foundation and support for
the Naches River Bridge footings and abutment used by the Yakima Valley Trolley system.
The work is funded through the Washington State Department of Transportation 2024 Supplemental
Transportation Budget with a grant award of$333,000 that requires no match.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY 24-25:
RECOMMENDATION: Adopt Resolution.
ATTACHMENTS:
Resolution_HLA_Naches River bridge repair
HLA PE PSA 2801
112
RESOLUTION NO. R-2025-
A RESOLUTION authorizing an agreement with HLA Engineering & Land Surveying Inc to
provide engineering services for the Naches River Bridge Repair Project 2801.
WHEREAS, the City of Yakima (CITY) is improving the functionality and safety of the
Naches River Bridge Repair Project 2801 (Project); and
WHEREAS, improvements consist of repairing the foundation and support for the
Naches River Bridge footings and abutment; and
WHEREAS, the Naches River Bridge is the transportation pathway to Selah for the
Yakima Valley Trolley system; and
WHEREAS, the City desires to enter into a Professional Services Agreement with HLA
Engineering & Land Surveying Inc (HLA) to provide professional engineering for the Project; and
WHEREAS, the City used the procedure established by the State of Washington to select
and recommend HLA Engineering and Land Surveying, Inc. to perform the Scope of Work; and
WHEREAS, HLA Engineering and Land Surveying, Inc. has provided a Scope of Work
included in this Professional Services Agreement that meets the needs and requirements of the
City of Yakima for the Project; and
WHEREAS, the project is funded with Washington State Department of Transportation
2024 Supplemental Transportation funds; and
WHEREAS, the contract will be null and void if bond and certificate and insurance not
received within specified timeframe; and
WHEREAS, the Scope of Work and Budget included in this professional services
agreement meet the needs and requirements of the City of Yakima for this project; and
WHEREAS, the City Council of the City of Yakima finds that it is in the best interests of
the City and its residents to enter into the Professional Services Agreement for the Naches
River Bridge Repair Project 2801; now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized to execute a Professional Services Agreement
with HLA Engineering & Land Surveying Inc, attached hereto and incorporated herein by this
reference, not to exceed Two Hundred Seventy Five Thousand Five Hundred dollars ($275,500)
to provide the Professional Services as described in the Agreement.
ADOPTED BY THE CITY COUNCIL this 7th day of October, 2025.
Patricia Byers, Mayor
ATTEST:
Rosalinda Ibarra, City Clerk
113
AGREEMENT
For City of Yakima Use Only:
Contract No. BETWEEN
Project No. CITY OF YAKIMA,WASHINGTON
Resolution No.
SOQ No. AND
HLA ENGINEERING AND LAND SURVEYING, INC.
FOR PROFESSIONAL SERVICES
THIS AGREEMENT, made and entered into on this day of _, 2025, 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 HLA Engineering and Land
Surveying, Inc., with its principal office at 2803 River Road, Yakima, WA 98902, (hereinafter referred to as
"ENGINEER"); said corporation being licensed and registered to do business in the State of Washington,
and will provide engineering services under this Agreement for the Naches River Bridge Repair on behalf
of the City of Yakima's Projects, herein referred to as the"PROJECT."
WITNESSETH:
RECITALS
WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and
construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto; and
WHEREAS, ENGINEER represents that it has available and offers to provide personnel with
knowledge and experience necessary to satisfactorily accomplish the work within the required time and that
it has no conflicts of interest prohibited by law from entering into this Agreement;
NOW, THEREFORE, CITY and ENGINEER agree as follows:
SECTION 1 INCORPORATION OF RECITALS
1.1 The above recitals are incorporated into these operative provisions of the Agreement.
SECTION 2 SCOPE OF SERVICES
2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in
writing by both parties, duties of ENGINEER shall not be construed to exceed those
services specifically set forth herein.
2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign,
Benjamin A. Annen, PE as Principal-in-Charge throughout the term of this Agreement
unless other personnel are approved by the CITY.
2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled "Scope
of Services" (WORK) which is attached hereto and made a part of this Agreement as if fully set
forth herein.
2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by
ENGINEER can be defined in detail at the time this Agreement is executed, and that additional
WORK related to the Project and not covered in Exhibit A may be needed during performance of
this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions
of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the
PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the
PROJECT WORK. Such changes hereinafter shall be referred to as"Additional Services."
11Fs021GenerallContracts&Task 0rders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 1 of 26
114
2.2.1 If such Additional Services cause an increase or decrease in the ENGINEERS cost of, or
time required for, performance of any services under this Agreement, a contract price
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.
2.2.2 Compensation for each such request for Additional Services shall be negotiated by the
CITY and the ENGINEER according to the provisions set forth in Exhibit B, attached hereto
and incorporated herein by this reference, and if so authorized, shall be considered part of
the PROJECT WORK. The ENGINEER shall not perform any Additional Services until so
authorized by CITY and agreed to by the ENGINEER in writing.
2.3 The ENGINEER must assert any claim for adjustment in writing within thirty(30)days from the date
of the ENGINEER's receipt of the written notification of change.
SECTION 3 TERM
3.1 The term of this AGREEMENT shall be December 31, 2028.
SECTION 4 CITY'S RESPONSIBILITIES
4.1 CITY-FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the CITY'S
possession relating to the ENGINEER'S services on the PROJECT including information on any
pre-existing conditions known to the CITY that constitute hazardous waste contamination on the
PROJECT site as determined by an authorized regulatory agency.
4.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably
accessible to ENGINEER as required for ENGINEER'S performance of its services and will provide
labor and safety equipment as reasonably required by ENGINEER for such access.
4.3 TIMELY REVIEW: The CITY will examine the ENGINEER'S studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor,
accountant, auditor, bond and financial advisors, and other consultants as CITY deems
appropriate; and render in writing decisions required of CITY in a timely manner. Such
examinations and decisions, however, shall not relieve the ENGINEER of any contractual
obligations nor of its duty to render professional services meeting the standards of care 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. ENGINEER shall be entitled to reasonably rely on such instructions made by
the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall
be responsible for bringing to the attention of the CITY'S Representative any instructions which the
ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S
knowledge.
4.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely
as additional information to the ENGINEER and will not relieve the ENGINEER of its professional
duties and obligations under this Agreement or at law. The ENGINEER shall be entitled to
reasonably rely upon the accuracy and the completeness of such documents, services and reports,
but shall be responsible for exercising customary professional care in using and reviewing such
documents, services, and reports and drawing conclusions from them.
SECTION 5 AUTHORIZATION, PROGRESS,AND COMPLETION
5.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK
described in Exhibit A. The time for completion is defined in Exhibit A, or as amended.
G:1Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 2 of 26
115
SECTION 6 COMPENSATION
6.1 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.
6.1.1 DIRECT NON-SALARY EXPENSES: Direct Non-Salary Expenses are those costs
incurred on or directly for the PROJECT including, but not limited to, necessary
transportation costs, including current rates for ENGINEER'S vehicles; meals and lodging;
laboratory tests and analyses; printing, binding and reproduction charges; all costs
associated with other outside nonprofessional services and facilities; special CITY-
requested and PROJECT-related insurance and performance warranty costs; and other
similar costs. Reimbursement for Direct Non-Salary Expenses will be on the basis of actual
charges plus a reasonable markup, not to exceed ten percent (10%), and on the basis of
current rates when furnished by ENGINEER. Estimated Direct Non-Salary Expenses are
shown in Exhibit B.
6.1.1.1 Travel costs, including transportation, lodging, subsistence, and incidental
expenses incurred by employees of the ENGINEER and each of the
Subconsultants in connection with PROJECT WORK; provided, as follows:
• That a maximum of U.S. INTERNAL REVENUE SERVICE allowed cents
per mile will be paid for the operation, maintenance, and depreciation
costs of company or individually owned vehicles for that portion of time
they are used for PROJECT WORK. ENGINEER, whenever possible,will
use the least expensive form of ground transportation.
• That reimbursement for meals inclusive of tips shall not exceed a
maximum of forty dollars ($40) per day per person. This rate may be
adjusted on a yearly basis.
• That accommodation shall be at a reasonably priced hotel/motel.
• That air travel shall be by coach class, and shall be used only when
absolutely necessary.
6.1.2 Telephone charges, computer charges, in-house reproduction charges, first class postage,
and FAX charges are not included in the direct expense costs, but are considered included
in the Schedule of Specific Hourly Billing Rates.
6.1.3 Professional Subconsultants. Professional Subconsultants are those costs for
engineering, architecture, geotechnical services and similar professional services
approved by the CITY. Reimbursement for Professional Subconsultants will be on the
basis of actual costs billed plus a reasonable markup, not to exceed ten percent(10%)for
services provided to the CITY through this Agreement. Estimated Subconsultant costs are
shown in Exhibit B.
6.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT
shall not exceed two hundred seventy-five thousand five hundred dollars. ($275,500.00). The
ENGINEER 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 ENGINEER is not obligated to incur costs beyond the indicated budget,
as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When
any budget has been increased, the ENGINEER'S excess costs expended prior to such increase
will be allowable to the same extent as if such costs had been incurred after the approved increase,
and provided that the City was informed in writing at the time such costs were incurred.
6.3 The ENGINEER shall submit to the City's Representative an invoice each month for payment for
PROJECT services completed through the accounting cut-off day of the previous month. Such
invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date
of the invoice and not covered by previously submitted invoices. The ENGINEER shall submit with
G:\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 3 of 26
116
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 ENGINEER promptly if any problems are noted with the invoice. CITY may question any
item in an invoice, noting to ENGINEER the questionable item(s)and withholding payment for such
item(s). The ENGINEER may resubmit such item(s) in a subsequent invoice together with
additional supporting information requested.
6.4 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 ENGINEER pursuant to the terms of
RCW 39.76.020(4).
6.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty-
five(45)days after satisfactory completion of the services required by this Agreement as evidenced
by CITY's written acceptance and after such audit or verification as CITY may deem necessary,
together with ENGINEER'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 ENGINEER from the operation of the release in stated amounts to
be set forth therein.
6.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY
of any claims, right, or remedy it may have against the ENGINEER under this Agreement or by law,
nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or fault
of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this Agreement.
SECTION 7 RESPONSIBILITY OF ENGINEER
7.1 The ENGINEER 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 ENGINEER under this Agreement. The ENGINEER shall, without
additional compensation, correct or review any errors, omissions, or other deficiencies in its plans,
designs, drawings, specifications, reports, and other services. The ENGINEER shall perform its
WORK according to generally accepted civil engineering standards of care and consistent with
achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws,
regulations, and permits.
7.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports,
and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER
of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the
PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not be
construed to operate as a waiver of any rights under this Agreement or at law or any cause of action
arising out of the performance of this Agreement.
7.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors,
subconsultants, employees, agents, and representatives shall be acting as independent
contractors and shall not be deemed or construed to be employees or agents of CITY in any manner
whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of
CITY by reason hereof and shall not make any claim, demand, or application to or for any right or
privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely responsible
for any claims for wages or compensation by ENGINEER's employees, agents, and
representatives, including subconsultants and subcontractors, and shall save and hold CITY
harmless therefrom.
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 4 of 26
117
7.4 INDEMNIFICATION AND HOLD HARMLESS:
a. ENGINEER shall take all necessary precautions in performing the WORK to prevent injury to
persons or property. The ENGINEER 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 ENGINEER, or any of ENGINEER'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
ENGINEER 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.
ENGINEER'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. ENGINEER
shall require that its subcontractors, and anyone directly or indirectly employed or hired by
ENGINEER, and anyone for whose acts ENGINEER 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 ENGINEER
and the City, the ENGINEER's liability, including the duty and cost to defend, shall be only to
the extent of the ENGINEER'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.
7.5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may be liable, the
indemnification obligations under this Agreement shall not be limited in any way by any limitation
on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER
or a subcontractor under workers' or workmens'compensation acts, disability benefit acts, or other
employee benefit acts. The ENGINEER specifically and expressly waives its immunity under the
Industrial Insurance Act, Title 51, RCW. Such waiver has been mutually negotiated by the
ENGINEER and the CITY.
7.6 It is understood that any resident engineering or inspection provided by ENGINEER is for the
purpose of determining compliance with the technical provisions of PROJECT specifications and
does not constitute any form of guarantee or insurance with respect to the performance of a
contractor. ENGINEER does not assume responsibility for methods or appliances used by a
contractor, for a contractor's safety programs or methods, or for 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 ENGINEER's officers,
principals, employees, agents, representatives, and engineers as additional insureds on
contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER
professional liability.
7.7 ENGINEER 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, ENGINEER shall pay the same
before it becomes due.
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 5 of 26
118
7.8 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
ENGINEER, to the extent that ENGINEER has exercised the applicable and appropriate standard
of professional care, thoroughness and judgment in performing such investigations.
SECTION 8 PROJECT SCHEDULE AND BUDGET
8.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component
tasks shall be as set forth in this Agreement and attached Exhibits. The project schedule and
performance dates for the individual tasks shall be mutually agreed to by the CITY and the
ENGINEER within fifteen (15)days after execution of this Agreement. The performance dates and
budgets for tasks may be modified only upon written agreement of the parties hereto. The
performance date for tasks and the completion date for the entire PROJECT shall not be extended,
nor the budget increased because of any unwarranted delays attributable to the ENGINEER, but
may be extended or increased by the CITY in the event of a delay caused by special services
requested by the CITY or because of unavoidable delay caused by any governmental action or
other conditions beyond the control of the ENGINEER which could not be reasonably anticipated
or avoided.
8.2 Not later than the tenth (10th)day of each calendar month during the performance of the PROJECT,
the ENGINEER shall submit to the CITY's Representative a copy of the current schedule and a
written narrative description of the WORK accomplished by the ENGINEER and subconsultants on
each task, indicating a good faith estimate of the percentage completion thereof on the last day of
the previous month. Additional oral or written reports shall be prepared at the CITY's request for
presentation to other governmental agencies and/or to the public.
SECTION 9 REUSE OF DOCUMENTS
9.1 All internal WORK products of the ENGINEER 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 ENGINEER, which shall not be unreasonably withheld and
will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its officers,
employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs
including, but not limited to, litigation expenses and attorney's fees arising out of or related to such
unauthorized reuse, change, or alteration; provided, however, that the ENGINEER will not be
indemnified for such claims, damages, losses, and costs including, without limitation, litigation
expenses and attorney fees if they were caused by the ENGINEER's own negligent acts or
omissions.
9.2 The ENGINEER 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.
9.3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter
"Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual
Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER
does not grant CITY any right or license to such Intellectual Property.
I\Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09 25.Docx
Page 6 of 26
119
SECTION 10 AUDIT AND ACCESS TO RECORDS
10.1 The ENGINEER, including its subconsultants, shall maintain books, records, documents and other
evidence directly pertinent to performance of the WORK under this Agreement in accordance with
generally accepted accounting principles and practices consistently applied. The CITY, or the
CITY's duly authorized representative, shall have access to such books, records, documents, and
other evidence for inspection, audit, and copying for a period of three years after completion of the
PROJECT. The CITY shall also have access to such books, records, and documents during the
performance of the PROJECT WORK, if deemed necessary by the CITY, to verify the ENGINEER's
WORK and invoices.
10.2 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.
10.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to
records pursuant to this section provided that the ENGINEER is afforded the opportunity for an
audit exit conference and an opportunity to comment and submit any supporting documentation on
the pertinent portions of the draft audit report and that the final audit report will include ENGINEER's
written comments, if any.
10.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for
WORK on the Project.
10.5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately
substantiated shall be reimbursed to the CITY.
SECTION 11 INSURANCE
11.1 At all times during performance of the WORK or obligations under this Agreement, ENGINEER
shall secure and maintain in effect insurance to protect the CITY and the ENGINEER from and
against all claims, damages, losses, and expenses arising out of or resulting from the performance
of this Agreement. ENGINEER shall provide and maintain in force insurance in limits no less than
those stated below, as applicable. The CITY reserves the right to require higher limits should it
deem it necessary in the best interest of the public. If ENGINEER carries higher coverage limits
than the limits stated below, such higher limits shall be shown on the Certificate of Insurance and
Endorsements and City of Yakima shall be named as an additional insured for such higher limits.
ENGINEER 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. This Certificate of insurance shall be provided to the
City prior to commencement of work. Failure to provide the City with proof of 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 ENGINEER's obligation to maintain such insurance.
ENGINEER'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 ENGINEER's insurance and neither the
City nor its insurance providers shall contribute to any settlements, defense costs, or other
payments made by ENGINEER's insurance. All additional insured endorsements required by this
Section shall include an explicit waiver of subrogation.
11.1.1 Commercial General Liability Insurance. Before this Agreement is fully executed by
the parties, ENGINEER shall provide the CITY with a certificate of insurance as proof of
commercial liability insurance and commercial umbrella liability insurance with a total
liability limit of the limits required in the policy, subject to minimum limits of Two Million
Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 7 of 26
120
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, its 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.
11.1.2. Commercial Automobile Liability Insurance.
a. If ENGINEER owns any vehicles, before this Agreement is fully executed by the
parties, ENGINEER shall provide the CITY with a certificate of insurance as proof of
commercial automobile liability insurance and commercial umbrella liability insurance
with a total liability limit of the limits required in the policy, subject to minimum limits of
Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury
and property damage. Automobile liability will apply to "Any Auto" and be shown on the
certificate.
b. If ENGINEER does not own any vehicles, only "Non-owned and Hired Automobile
Liability" will be required and may be added to the commercial liability coverage at the
same limits as required in that section of this Agreement,which is Section 10.1.1 entitled
"Commercial General Liability Insurance".
c. Under either situation described above in Section 1O.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, its 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.
11.1.3. Statutory workers' compensation and employer's liability insurance as required by state
law.
11.1.4. Professional Liability Coverage. Before this Contract is fully executed by the parties,
ENGINEER shall provide the City with a certificate of insurance as proof of professional
liability coverage with a total liability limit of the limits required in the policy, subject to
minimum limits of Two Million Dollars($2,000,000.00) per claim, and Five 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 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.
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 8 of 26
121
11.2 If at any time during the life of the Agreement, or any extension, ENGINEER 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 12 SUBCONTRACTS
12.1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract
any portion of the WORK to be performed under this Agreement. However, ENGINEER 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.
12.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any
substitutions thereof, will be subject to prior approval by CITY, which approval shall not be
unreasonably withheld. Each subcontract shall be subject to review by the CITY's Representative,
if requested, prior to the subconsultant or subcontractor proceeding with the WORK. Such review
shall not constitute an approval as to the legal form or content of such subcontract. The ENGINEER
shall be responsible for the architectural and engineering performance, acts, and omissions of all
persons and firms performing subcontract WORK.
12.3 CITY does not anticipate ENGINEER subcontracting with any additional persons or firms for the
purpose of completing this Agreement.
12.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed
by subconsultants and subcontractors during the preceding month and copies of all invoices
thereto.
12.5 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 ENGINEER
shall comply with this request at once and shall not employ the subcontractor for any further WORK
under this Agreement.
SECTION 13 ASSIGNMENT
13.1 This Agreement is binding on the heirs, successors and assigns of the parties hereto. This
Agreement may not be assigned by CITY or ENGINEER without prior written consent of the other,
which consent will not be unreasonably withheld. The ENGINEER 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 ENGINEER. It is expressly intended and agreed
that no third party beneficiaries are created by this Agreement, and that the rights and remedies
provided herein shall inure only to the benefit of the parties to this Agreement.
SECTION 14 INTEGRATION
14.1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters
contained herein. No prior oral or written understanding shall be of any force or effect with respect
to those matters covered herein. This Agreement may not be modified or altered except in writing
signed by both parties.
SECTION 15 JURISDICTION AND VENUE
15.1 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.
\\Fs021General\Contracts&Task OrderslYakima\20251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 9 of 26
122
SECTION 16 EQUAL EMPLOYMENT and NONDISCRIMINATION
16.1 During the performance of this Agreement, ENGINEER and ENGINEER's subconsultants and
subcontractors shall not discriminate in violation of any applicable federal, state and/or local law or
regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status,
disability, honorably discharged veteran or military status, pregnancy, sexual orientation, gender
identity, political affiliation or belief, or the presence of any sensory, mental or physical handicap,
and any other classification protected under federal, state, or local law, including, but not limited to
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 services under this Agreement. ENGINEER agrees to comply with the applicable provisions of
State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations.
In the event of the ENGINEER's or ENGINEER's subcontractor's noncompliance with the non-
discrimination clause of this Agreement or with any such rules, regulations, or orders, this
Agreement may be cancelled, terminated, or suspended in whole or in part and the ENGINEER
may be declared ineligible for any future City contracts.
16.2 Pay transparency nondiscrimination. The ENGINEER 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.
16.3 RCW 35.22.650: ENGINEER agrees that the ENGINEER shall actively solicit the employment of
minority group members. ENGINEER further agrees that the ENGINEER shall actively solicit bids
for the subcontracting of goods or services from qualified minority businesses. ENGINEER shall
furnish evidence of the ENGINEER'S compliance with these requirements of minority employment
and solicitation. ENGINEER 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.
16.4 Nothing in this Agreement, including, without limitation, the provisions of Section 16, shall require
ENGINEER 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 17 SUSPENSION OF WORK
17.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement
if unforeseen circumstances beyond CITY's control are interfering with normal progress of the
WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under
this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with
normal progress of the WORK. ENGINEER may suspend WORK on 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.
11Fs02\General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 10 of 26
123
SECTION 18 TERMINATION OF WORK
18.1 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.
18.2 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 ENGINEER is given: (1) not less than fifteen
(15) calendar days written notice delivered by certified mail, return receipt requested, of intent to
terminate; and (2) an opportunity for consultation with CITY before the effective termination date.
18.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price
pursuant to the Agreement shall be made, but(1) no amount shall be allowed for anticipated profit
on unperformed services or other WORK, and (2) any payment due to the ENGINEER at the time
of termination may be adjusted to the extent of any additional costs or damages CITY has incurred,
or is likely to incur, because of the ENGINEER'S breach. In such event, CITY shall consider the
amount of WORK originally required which was satisfactorily completed to date of termination,
whether that WORK is in a form or of a type which is usable and suitable to CITY at the date of
termination and the cost to CITY of completing the WORK itself or of employing another firm to
complete it. Under no circumstances shall payments made under this provision exceed the contract
price. In the event of default, the ENGINEER agrees to pay CITY for any and all damages, costs,
and expenses whether directly, indirectly, or consequentially caused by said default. This provision
shall not preclude CITY from filing claims and/or commencing litigation to secure compensation for
damages incurred beyond that covered by contract retainage or other withheld payments.
18.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience,
the adjustment pursuant to the Agreement shall include payment for services satisfactorily
performed to the date of termination, in addition to termination settlement costs the ENGINEER
reasonably incurs relating to commitments which had become firm before the termination, unless
CITY determines to assume said commitments.
18.5 Upon receipt of a termination notice under subsections 18.1 or 18.2 above, the ENGINEER shall
(1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver
or otherwise make available to CITY all originals of data, drawings, specifications, calculations,
reports, estimates, summaries, and such other information, documents, and materials as the
ENGINEER or its subconsultants may have accumulated or prepared in performing this Agreement,
whether completed or in progress, with the ENGINEER retaining copies of the same.
18.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the WORK
to completion utilizing other qualified firms or individuals; provided, the ENGINEER shall have no
responsibility to prosecute further WORK thereon.
18.7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined
that the ENGINEER has not so failed, the termination shall be deemed to have been effected for
the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be
determined as set forth in subparagraph 18.4 of this Section.
18.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key
personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the
ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its
obligations to complete performance under this Agreement without the concurrence and written
approval of CITY. If CITY agrees to termination of this Agreement under this provision, payment
shall be made as set forth in subparagraph 18.3 of this Section.
Fs02\General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 11 of 26
124
SECTION 19 DISPUTE RESOLUTION
19.1 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 20 NOTICE
20.1 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, PE
ENGINEER: HLA Engineering and Land Surveying, Inc. (HLA)
2803 River Road
Yakima, WA 98902
Attn: Benjamin A. Annen, PE, Vice President
SECTION 21 INSPECTION AND PRODUCTION OF RECORDS
21.1 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 ENGINEER 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. ENGINEER shall provide the City sufficient, safe, and
proper facilities, and/or send copies of the requested documents to the City. ENGINEER's records
relating to the WORK will be provided to the City upon the City's request.
21.2 ENGINEER 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, ENGINEER
shall retain and provide the City access to (and the City shall have the right to examine, audit and
copy) all of ENGINEER's books, documents, papers and records which are related to the WORK
performed by ENGINEER under this Agreement. If any litigation, claim, or audit is started before
the expiration of the six-year period, the records shall be retained until all litigation, claims, or audit
findings involving the records have been resolved. Prior to converting any paper records to
electronic format and/or destroying any records, ENGINEER 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.
21.3 All records relating to ENGINEER'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 ENGINEER's services under this Agreement must be retained by
ENGINEER for the minimum period of time required pursuant to the Washington Secretary of
State's records retention schedule.
21.4 The terms of this section shall survive any expiration or termination of this Agreement.
1\Fs02\General\Contracts&Task Orders\Yakima\2025\Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 12 of 26
125
SECTION 22 COMPLIANCE WITH THE LAW
22.1 ENGINEER 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. ENGINEER 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.
22.2 ENGINEER 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. ENGINEER must procure a City of Yakima Business
License and pay all charges, fees, and taxes associated with said license.
b. ENGINEER must provide proof of a valid Washington department of Revenue state excise tax
registration number, as required in Title 85 RCW.
c. ENGINEER must provide proof of a valid Washington Unified Business Identification (UBI)
number. ENGINEER 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. ENGINEER 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 23 MISCELLANEOUS PROVISIONS
23.1 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
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.
23.2 Agreement documents. This Agreement, the Request for Qualifications& Proposals No. N/A, titled
N/A Scope of Work, conditions, addenda, and modifications and ENGINEER'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.
23.3 Notice of change in financial condition. If, during this Agreement, the ENGINEER 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 ENGINEER 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.
23.4 No conflicts of interest. ENGINEER 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. ENGINEER further covenants that it will not
hire anyone or any entity having such a conflict of interest during the performance of this
Agreement.
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Neches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 13 of 26
126
23.5 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.
23.6 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.
23.7 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.
23.8 Force Majeure. ENGINEER 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 ENGINEER; provided ENGINEER
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.
23.9 Authority. The person executing this Agreement on behalf of ENGINEER represents and warrants
that they have been fully authorized by ENGINEER to execute this Agreement on its behalf and to
legally bind ENGINEER to all terms, performances, and provisions of this Agreement.
23.10 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.
CITY OF YAKIMA HLA ENGINEERING AND LAND SURVEYING, INC.
Victoria Baker B njamin A. Annen, PE
Printed Name: Printed Name: Z 4/PfriY,1J,1. /A/4/
Title: City Manager Title: Vice President
Date: Date: 9 -
Attest
City Clerk
List of Exhibits attached to this contract:
Exhibit A- Scope of Work
Exhibit B - Professional Fee
Exhibit C - Schedule of Rates
11Fs021General\Contracts&Task Orders\Yakima12025\Naches River Bridge Repair\2025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 14 of 26
127
STATE OF WASHINGTON
ss.
COUNTY OF YAKIMA
I certify that I know or have satisfactory evidence that Victoria Baker is the person who appeared before
me, and said person acknowledged that she signed this instrument, on oath stated that she was authorized
to execute the instrument, and acknowledged it as the CITY MANAGER of the CITY OF YAKIMA, to be the
free and voluntary act of such party for the uses and purposes mentioned in the instrument.
Dated:
Seal or Stamp
(Signature)
Title
Printed Name
My commission expires:
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 15 of 26
128
STATE OF WASHINGTON
) ss.
COUNTY OF YAKIMA
I certify that I know or have satisfactory evidence that Benjamin A. Annen, PE is the person who appeared
before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she
was authorized to execute the instrument, and acknowledged it as the President of HLA Engineering and
Land Surveying, Inc. to be the free and voluntary act of such party for the uses and purposes mentioned in
the instrument. n�—
Dated: ""`-" 1k e1 ( -411
Seal or Stamp
Signature)
Title 4//e1-1- -aj)1
`,,t►tNurerur ��Q ��
PN M SAP',,
�.` t7 . pTAR�;1�'� Printed Name
▪ Mycorrim.E Expires Mycommission expires: ��t��!Y`l II, �02
• !December11,2028E E p
▪f• a No.140696
11Fs02\General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 16 of 26
129
EXHIBIT A
SCOPE OF SERVICES
CITY OF YAKIMA
NACHES RIVER BRIDGE REPAIR
The City of Yakima (CITY) has allocated funding for the design and rehabilitation of the Naches River
Bridge Repair(PROJECT), which serves the Yakima Valley Trolley (YVT). After submission of a
Statement of Qualifications on October 24, 2024, HLA Engineering and Land Surveying, Inc.
(HLA/ENGINEER), was selected to perform engineering design and environmental coordination for this
bridge rehabilitation project. The CITY may add construction engineering and management services to
this contract at a later date.
ENGINEER shall provide professional services to the CITY as outlined in the scope of services below.
The following general provisions/assumptions have been made:
A. The entirety of this AGREEMENT expires December 31, 2028, unless otherwise amended.
B. The CITY is to provide full information as to the requirements of the PROJECT.
C. The CITY shall provide all available information pertinent to the PROJECT related to
completion of design and construction of the PROJECT, including franchise agreements for
all available utilities.
D. The CITY will examine all documents presented by ENGINEER and provide written decisions
within a reasonable time so as not to delay the work of ENGINEER. All design submittals
(30%, 60%, 90%) shall be reviewed by the CITY and returned to the ENGINEER within three
(3)weeks of each submittal.
E. The CITY will obtain approval of all governmental authorities with jurisdiction over the
PROJECT, and approvals and consents from other individuals as necessary for completion of
the PROJECT. The CITY is to pay all review fees and costs associated with obtaining such
approvals.
F. It is anticipated that only one (1) bid package will be prepared for all elements of the
PROJECT.
G. The CITY will pay for all required advertising, permit fees, notices, publications, and other
regulatory costs associated with the PROJECT.
H. No right-of-way (ROW) acquisition is planned as part of the PROJECT. The CITY shall
provide any existing ROW files that are pertinent to the design, including but not limited to
any access/driveway locations. No temporary construction easements (TCE's) are expected
for the PROJECT. Assistance with ROW processes can be provided and billed as Additional
Services, as directed by the CITY.
I. All work performed by the ENGINEER will meet CITY design standards.
J. Plans, specifications, and contract documents, to the extent feasible, shall be developed in
accordance with the latest edition, amendments, and updates of the following:
1. Washington State Department of Transportation/Washington State Chapter of the
American Public Works Association, "Standard Specifications for Road, Bridge, and
Municipal Construction," Publication Number: M 41-10, 2025 edition.
2. Washington State Department of Transportation, "Standard Plans for Road and Bridge
Construction."
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 17 of 26
130
3. U.S. Department of Transportation, "Manual on Uniform Traffic Control Devices for
Streets and Highways," 11th Edition, dated December 2023.
4. American Association of State Highway and Transportation Officials (AASHTO),
"AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications,"
10th Edition, December 2024.
5. American Association of State Highway and Transportation Officials (AASHTO),
"Manual for Bridge Evaluation," 3rd Edition, 2018.
6. American Railway Engineering and Maintenance-of-Way Association (AREMA), "Manual
or Railway Engineering,"2024 Edition, April 2024.
K. All calculations, analyses, design, plans, specifications, and other PROJECT work will be
prepared in English units.
L. Public and/or private utility improvements are not part of this PROJECT, unless specified in
the services to be performed.
M. No utility relocations will be required.
N. Illumination and/or electrical system-related design is not included within this proposed scope
and fee.
O. The ENGINEER shall make every effort to coordinate with third parties with jurisdiction over
the project; however, if approvals required from third parties outside the control of the CITY or
ENGINEER are not received in a timely manner, the CITY and ENGINEER shall adjust the
Time of Performance as mutually agreed upon.
P. Scour repair around foundations and associated permitting is not included in the PROJECT
at this time. If desired later during the PROJECT, it may be supplemented into the contract.
Q. Ultrasonic Testing will be conducted on up to 48 pins to evaluate condition relative to 2023
report condition.
R. Federal funding will be utilized for Construction.
S. State funding is included in the PROJECT and will be used for the Design Engineering phase
and the Construction Engineering phase.
T. No bridge load rating will be completed.
U. No bridge seismic design or retrofit will be completed.
V. No geotechnical services are included.
W. The repairs will be based on the Recommendations in the In-Depth Bridge Inspection Report
prepared by Sargent Engineers, Inc., dated August 1, 2023.
It is understood and agreed that tasks may be added or deleted from the Scope of Services
by mutual agreement of the CITY and ENGINEER.
SCOPE OF SERVICES
1.0 Proiect Management and Administration
1.1 Provide complete PROJECT management to deliver PROJECT within mutually determined
expectations.
1.2 Provide monthly status reports and invoices for work performed.
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01 09.25 Docx
Page 18 of 26
131
1.3 Prepare and maintain PROJECT schedule.
1.4 ENGINEER will participate and present PROJECT at up to one (1) CITY meetings as
determined by the CITY.
1.5 Participate and present relevant PROJECT information to outside organizations up to one (1)
time.
1.6 Maintain project files for CITY review.
Phase 1.0 Deliverables:
A. Monthly project status reports and invoices for work performed
B. Maintained project schedule
2.0 Environmental and Permitting Process
2.1 Coordinate and facilitate environmental Kick-Off Meeting with CITY personnel. This meeting
shall be held with options for virtual or in-person.
2.2 Maintain communication with key stakeholders throughout the full duration of the PROJECT.
2.3 Prepare a SEPA checklist and submit to the CITY for processing upon approval of 30%
plans.
2.4 Review comments received by CITY during SEPA public comment period and create
comment log.
2.5 Coordinate review of the structure with the Washington State Department of Archaeology and
Historic Preservation (DAHP). It is anticipated this will be completed with EZ Form.
2.6 Create and process a Hydraulic Project Approval (HPA) Permit with the Washington State
Department of Fish and Wildlife (WDFW).
2.7 Prepare all documents for the CITY to perform the required Tribal consultations in
accordance with Washington State Governor's Executive Order 21-02 (GEO 21-02).
2.8 Assist the CITY with responding to any comments received during 21-02 process.
2.9 Coordinate repairs with BNSF Engineering. Review and respond to any questions or
comments received.
2.10 Coordinate BNSF right of entry agreement to be completed by contractor.
2.11 Prepare the area of potential effect(APE) package per the WSDOT Local Agency Guidelines
(LAG) Manual, which will be used to obtain coverage under the WSDOT Section 106
Programmatic Agreement. Request WSDOT to coordinate with the Washington State
Department of Archaeology and Historic Preservation (DAHP), including recommended
consultation with any affected Tribes.
2.12 Coordinate and participate in NEPA kickoff meeting with CITY, WSDOT, and other relevant
parties.
2.13 Coordinate and participate in up to six (6) one-hour coordination meetings with the CITY,
WSDOT, and/or other project stakeholders to discuss environmental tasks, schedule, and
deliverables. Meetings will be held virtually and may include updates on cultural resource
documentation, biological assessment progress, and coordination with permitting and
regulatory agencies.
11Fs021General\Contracts&Task Orders\Yakima\2025\Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 19 of 26
132
2.14 Coordinate and manage the preparation of formal Section 106 documentation as required by
the WSDOT Local Agency Guidelines (LAG) Manual. Based on the bridge's eligibility for the
National Register of Historic Places and anticipated ground disturbance, full documentation
outside of the EZ Form is assumed. Work will include:
a. Preparation of the Area of Potential Effect (APE) package for CITY review and submittal
to WSDOT Local Programs, including maps, photographs, project description, and up to
two (2) revisions.
b. Conduct background research, including review of WISAARD, bridge plans, archival
photographs, and historical records.
c. Conduct one (1) day of field survey to photo-document and assess the bridge structure
and the surrounding environment. No subsurface testing is anticipated.
d. Prepare a Cultural Resource Survey Report, including project description, literature
review, environmental and cultural context, survey results, and conclusions. Report will
meet the standards of DAHP and the National Park Service.
e. Prepare and submit one (1) Historic Property Inventory (HPI) Form, updating the bridge's
description and condition.
f. Submit up to two (2) drafts and one (1)final report for review by the CITY, WSDOT, and
DAHP. Address all comments received during review.
2.15 Coordinate and manage the preparation of a Biological Assessment(BA) in accordance with
the WSDOT BA Manual. This task assumes informal Section 7 consultation with USFWS will
be required due to the presence of listed species such as Bull Trout. No in-water work is
proposed, but potential impacts will be assessed. Work will include:
a. Conduct background research, including IPaC queries, species occurrence data, and
habitat information from USFWS, WDFW, and other sources.
b. Conduct one (1) site visit to assess habitat conditions, take photographs, and confirm
presence of critical habitat features.
c. Prepare a draft Biological Assessment identifying action area, listed species, life stages,
critical habitat, baseline conditions, and project impacts. The BA will include
determination of effect and essential fish habitat assessment.
d. Submit up to four(4) drafts and one (1) final for agency review and address all comments
from the CITY, WSDOT, FHWA, and USFWS.
Phase 2.0 Deliverables:
A. SEPA checklist
B. SEPA comment log
C. DAHP EZ Form Submission
D. WDFW HPA Submission
E. GEO 21-02 Documentation for CITY Use (template letters)
F. BNSF Right of Entry Agreement ready for construction
G. NEPA
H. Area of Potential Effect(APE) package
I. Draft and final Cultural Resource Survey Report
J. Historic Property Inventory Form (HPIF)
K. GIS shapefiles for survey boundary and resource
L. Draft and final Biological Assessment
M. Site photographs and habitat documentation
N. Update of coordination efforts with BNSF via e-mail correspondence
Phase 2.0 Exclusion:
A. A Shoreline Substantial Development Permit (SSDP)will not be required per WAC 173-
27-040 exemption
B. A Section 404 permit is not required
C. A Section 10 permit is not required
1\Fs02\General\Contracts&Task OrderslYakimal2025lNaches River Bridge Repair\2025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 20 of 26
133
3.0 Structure Evaluation and Project Design -Preliminary Design (30%)
3.1 Review available plat maps, documents, and surveys to identify public ROW widths,
easements, and other identified encumbrances. No title reports are anticipated to be ordered.
If required, title reports will be ordered by ENGINEER and paid for by the CITY.
3.2 Call in field locates to confirm existing utility horizontal locations. No excavations will occur to
determine vertical locations.
3.3 Conduct a topographic survey of the PROJECT area as required to complete design, plans,
and specifications.
3.4 Perform bridge inspection and field investigations to verify conditions from the previous
inspection and identify any additional issues. The inspection will include ultrasonic testing of
up to 48 of the bridge's connecting pins. Inspection will also confirm as-built dimensions or
determine dimensions of the elements for repair, if no as-builts are provided. ENGINEER will
observe and photo-document scour conditions at the bridge. Two (2) ENGINEER staff shall
perform inspection of structure. Areas not accessible via ladder will be viewed using
binoculars and zoom photography.
3.5 Prepare an abbreviated inspection report. Report will provide a comparison of loadings
between the assumed design locomotive and the current trolley. The assumed design
locomotive will be based off of historic plans or historic information based on year built. CITY
will provide axle loadings and spacing for the current trolley and historic plans for the bridge.
3.6 Prepare 30% design plans to replace decayed timber stringers 3 &6 in Span 1 (in-kind),
replace the damaged/decayed timber deck ties (in-kind), replacement of south timber
abutment, and removal of brush.
3.7 Prepare 30% Opinion of Construction Cost to replace decayed timber stringers 3 & 6 in Span
1 (in-kind), replace the damaged/decayed timber deck ties (in-kind), replacement of south
timber abutment, and removal of brush.
Phase 3.0 Deliverables:
A. 30% preliminary design plans and opinion of construction costs
B. Digital sketch showing the as-built dimensions and locations
C. Brief report with photographs documenting scour conditions
D. List and estimated cost of anticipated permits and/or fees to be paid by the CITY
4.0 Project Design - Final Design, Plans, and Specifications (60%, 90%, and Final)
4.1 Following receipt of 30% design plan comments from the CITY, prepare 60% design plans
and 60% opinion of construction costs.
4.2 Coordinate plans with all agencies requiring review as noted in 2.0 Environmental and
Permitting Process.
4.3 Perform internal QA/QC and provide 60% design plans and opinion of construction to CITY
for review.
4.4 Participate in one (1) meeting with CITY to review 60% submittal package.
4.5 Following receipt of 60% submittal package comments from the CITY, prepare 90% design
plans, specifications, and opinion of construction cost.
I\Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repairl2025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 21 of 26
134
4.6 Perform internal QA/QC and provide 90% design plans, specifications, and opinion of
construction to CITY for review.
4.7 Participate in one (1) meeting with CITY to review 90% submittal package.
4.8 Following receipt of 90% submittal package comments from the CITY, prepare final design
plans, specifications, and opinion of construction costs.
4.9 Perform internal QA/QC and provide final design plans, specifications, and opinion of
construction costs to CITY for review.
Phase 4.0 Deliverables:
A. 60% submittal package including design plans and opinion of construction costs
B. 90% submittal package including design plans, design specifications, and opinion of
construction costs
C. Final submittal package including design plans, design specifications, and opinion of
construction costs
5.0 Funding Assistance
5.1 Assist CITY with identifying funding sources applicable to the PROJECT.
5.2 Prepare construction funding obligation paperwork for submission by CITY.
5.3 As directed, assist the CITY with preparation and submittal of funding application(s) as
Additional Services.
6.0 Bidding Services
The following services shall be provided for one (1) bid package.
6.1 Provide six (6) printed copies of contract documents to the CITY.
6.2 Provide electronic files of plans and specifications for use by the CITY in bid advertisement.
All bid advertisement fees to be paid by the CITY.
6.3 Submit bid advertisement to the Yakima Herald-Republic.
6.4 Post bid documents to HLA website and notify the CITY, funding agency, (including
OMWBE), approval authority, utility companies, and plan centers of PROJECT posting, and
maintain planholder list.
6.5 Answer questions and/or supply such information as is requested by prospective bidders.
6.6 Prepare and issue addenda, if necessary.
6.7 Participate in the bid opening, evaluate bids, prepare bid tabulation, and make
recommendation of award.
7.0 Additional Services
Additional services not included in the Scope of Services may be requested by the CITY and mutually
agreed upon at the time service is requested.
\\Fs02\General\Contracts&Task Orders\Yakirna120251Naches River Bridge Repair\2025-09-1 S 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 22 of 26
135
TIME OF PERFORMANCE
1.0 Project Management and Administration
Work described in Item 1.0 Project Management and Administration within the Scope of Services above
shall begin upon contract execution and extend throughout the duration of the AGREEMENT.
2.0 Environmental and Permitting Process
Work described in Item 2.0 Environmental and Permitting Process within the Scope of Services above
shall begin upon contract execution and be submitted for final approval within one hundred and eighty
(180)working days.
3.0 Structure Evaluation and Project Design - Preliminary Design (30%)
Work described in Item 3.0 Structure Evaluation and Project Design - Preliminary Design (30%)within the
Scope of Services above shall begin upon contract execution and be completed within ninety (90)
working days.
4.0 Project Design - Final Design, Plans, and Specifications (60%, 90%, and Final)
Work described in Item 4.0 Project Design - Final Design, Plans, and Specifications (60%, 90%, and
Final)within the Scope of Services above shall begin upon completion of Item 3.0 and be completed as
follows:
4.1 60% Submittal - Ninety (90) working days working days from receipt of CITY review
comments on 30% submittal.
4.2 90% Submittal - Ninety (90) working days from receipt of CITY review comments on 60%
submittal.
4.3 Final PS&E—Fifty (50)working days from receipt of CITY review comments on 90%
submittal.
5.0 Funding Assistance
Work described in Item 5.0 Funding Assistance within the Scope of Services above shall begin upon
contract execution and be completed within the timelines of respective funding programs.
6.0 Bidding Services
Work described in Item 6.0 Bidding Services within the Scope of Services above shall begin upon CITY
written approval of the final submittal package and be completed upon recommendation of award.
7.0 Additional Services
Time for completion of work directed by the CITY as 7.0 Additional Services shall be negotiated and
mutually agreed upon at the time service is requested by the CITY.
FEE FOR SERVICES
For the services furnished by ENGINEER as described in this EXHIBIT A, the CITY agrees to pay
ENGINEER the fees as set forth herein. The maximum amount of the AGREEMENT is$275,500.00, with
individual phase amounts estimated below. ENGINEER reserves the right to move fees and estimated
work hours between phases as necessary to complete the PROJECT. The maximum amount of the
AGREEMENT may be revised only by a written agreement of both parties.
\\Fs021GenerahContracts&Task Orders\Yakima120251Naches River Bridge Repair\2025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 23 of 26
136
1.0 Project Management and Administration
Work described in Item 1.0 Project Management and Administration within the Scope of Services above
shall be performed on a time-spent basis at the normal hourly billing rates shown in Exhibit B, plus
reimbursement for direct non-salary expenses for the estimated fee of$28,285.00.
2.0 Environmental and Permitting Process
Work described in Item 2.0 Environmental and Permitting Process within the Scope of Services shall be
performed on a time-spent basis at the normal hourly billing rates shown in Exhibit B, plus reimbursement
for direct non-salary expenses for the estimated fee of$100,545.00.
3.0 Structure Evaluation and Project Design -Preliminary Design (30%)
Work described in Item 3.0 Structure Evaluation and Project Design - Preliminary Design (30%)within the
Scope of Services above shall be performed on a time-spent basis at the normal hourly billing rates
shown in Exhibit B, plus reimbursement for direct non-salary expenses for the estimated fee of
$57,192.00.
4.0 Project Design -Final Design, Plans, and Specifications (60%, 90%, and Final)
Work described in Item 4.0 Project Design - Final Design, Plans, and Specifications (60%, 90%, and
Final)within the Scope of Services above shall be performed on a time-spent basis at the normal hourly
billing rates shown in Exhibit B, plus reimbursement for direct non-salary expenses for the estimated fee
of$77,101.00.
5.0 Funding Assistance
Work described in Item 5.0 Funding Assistance within the Scope of Services above shall be performed on
a time-spent basis at the normal hourly billing rates shown in Exhibit B, plus reimbursement for direct non-
salary expenses for an estimated fee of$1,761.00.
6.0 Bidding Services
Work described in Item 6.0 Bidding Services within the Scope of Services above shall be performed on a
time-spent basis at the normal hourly billing rates shown in Exhibit B, plus reimbursement for direct non-
salary expenses for an estimated fee of$10,616.00.
7.0 Additional Services
Additional work requested by the CITY not included in this AGREEMENT shall be authorized by the CITY
and agreed upon by ENGINEER in writing prior to proceeding with services. ENGINEER will perform
Additional Services as directed/authorized by the CITY on a time-spent basis at the normal hourly billing
rates shown in Exhibit B, plus reimbursement for direct non-salary expenses such as vehicle mileage and
outside consultants.
End of Exhibit A
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev_01.09.25.Docx
Page 24 of 26
137
*1-ILA EXHIBIT
ENGINEER'S HOURLY DESIGN ESTIMATE
Nacltes River Bridge Repair
HLA Project Number 26073E
Newt Rale IIII,,a,ge Protect Manager
Director of
ea.,.OkaMcstien Senior,.., mud Pamir.. en..o.0 mkrwo„al %•lest......r Prahs.onal Lone Projed.9ImearI CAOI Survey.II ...."Ia Th®' Adndnlsnalknl T elm Wnl Yeti Labs Moos Top labor OWara
NnEn9lneer Engina Censeuotlea.OMer PEoglmn Survey. 9 Ma Crew ec s
TASK I RATE $274 $246 $245 $221 $202 5109 0181 $160 1160 $123 5107 5107
1.0 Project Management and Administration 4 34 0 30 0 0 0 0 0 0 26 $00,206
1.1 Provide complete pr0lecl manegemeal 4 12 0 0 0 0 0 0 0 0 0 16 $4,036
1.2 Provide monthly status reports and invokes for work performed.(Scope 1.2) 0 6 0 12 0 0 0 0 0 0 4 0 22 $4,660
13 Prepare end 183)o4 PROJECT schedule..be updated monMly and provided with invoice,m as 0 6 0 4 0 0 0 0 0 0 4 0 14 62,782
otherwise requested by Me CITY.(Scope 1.3)
14 ENGINEER vat attend and present PROJECT et up to one M City.Vakma meelilgs as d.ermined by 0 0 0 0 0 4 0 12 $2,292
Me City.
1.6 Attend end present relevant PROJECT Information to outside organizations.to one(Dime, 0 4 0 8 0 0 0 0 0 0 8 0 20 $0,604
1.6 Maintain project Nestor CITY review. 0 2 0 2 0 0 0 0 0 0 6 0 10 656.
5ubconsaltanl 704)30h $ 8,074 1.1 $0,101
Escaktia,409%for 3l4 of Project $656
20 Environmental and Permitting Process 0 38 0 68 12 0 62 0 0 0 4 8 128 5100,64E
2.1 Coonlinate ar4 kGl4ak)OckOOMeNing.Meeting t0 be held with options for vhtual or in-person and Mil 0 4 0 2 0 0 0 0 0 0 0 0 6 $1,422
olede PROJECT teem.(Stop 2.1-2.2)
2.2 Napave SEPA,Log Comments when received,respond to oommenle ea necessary(Scope 2.3-2.4) 0 2 0 0 4 0 0 0 0 0 0 6 14 $2,164
2.3 Create and process HPA(Scope 2.5 0 4 0 16 0 0 16 0 0 0 0 0 36 $7,412
24 Prepare Tribalcansu0ai1an letters,proode NCO.,Follow up and log comments.Respond to comments 0 2 0 8 e 0 0 0 0 0 0 0 10 $2,174
received.(Scow 2.627)
25 Coordinate rename cola 8N0F.Address comments received.Coordinate Pem.rg for c0Mn02rfight of 0 4 0 24 0 0 16 0 0 0 0 0 44 $8,180
entry.(Scope 2.0.291
2.6 Cawdk2I2od attend NEPAkukdf meeting with City.WS00T.and other relevant parties.(Scope2.10) 0 2 0 2 0 0 0 0 0 0 4 0 0 61,360
Coordinate and...ornate in up to sire(6)one-hour cacrdnelmn meetingswdh the CITY.W50OT,
21 enter other project staketWdera to discuss environment.tea,.sc deliverables.
schedule,end delibl Meetings win ° e 0 0 14 0 0 0 0 0 10 00 be held vin0auy and may include updates on cultural resource documentation,biologic.assesameniEe,7s2
progress,and aooMinahon wen pe0n0i,g and,egul.ary agencies.(Scope 2.11)
Coordkale and nonage One peperation of formal SONmn 106 dccumanta6cn as required by,.WSOOT
2.8
Lord Agency Guidelines(INN Manual.Besed on052040's 0Ogiblgly for the N0l,9nal Register of
0 6 0 a8 0 0 0 0 0 p 0 10 60,686
Kum.Clones and entwine.,ground dslurbance,fo0 docume t:Mon outside of the 62 Form is
aSsomed.(scope 2.12)
Coordinate and manage Me preparation of a&dogiaal Assessment(BA)In a 1lS.required
WSOOT
2.9 BA Manual This task assumes irdomml Section 7 consultations*.USFWS wN be required due to the 0 4 0 0 0 0 8 0 0 0 0 0 0 ;Z,428
presence of listed species such es Elul Trout ISco2.13)
5ub c000nsutant Exefteth $ 6,860 1.1 $7,646
Subconaultant AEC $ 48.133 1.1 $62,546
HLA Escalation OD 4%for 12 of Project Duration $786
3.0 Structure Evaiuetron and Project Design-Pretlminary Design(30%) 0 9 0 0 0 10 28 16 10 24 0 0 07 567,192
31 Raviww available plat maps.documents.end surveys to idenllryp3Nic right-of-wenwidths.casements,. ° 1 0 0 0 8 0 0 8 0 0 0 17 $9,117
...entitled d encumbrances.(Sec.3.1)
32 Cog in field locales to confirm misting dirty M0200t4 local,0ns.Conduct a lop0graphlc survey of the 0 0 0 0 0 2 12 0 2 24 0 0 40 ;6,842
PROJECT area asrequiredto temple.ORK0design.dens,and]p)00075mx8.) ]2J.31
3.3 Bridge inspection ale rapwL WORK BV SI®CONSULTPNT(Scapa 3A-e.6) 0 4 0 0 0 0 0 0 0 0 0 0 4 599E
3.4 Prepare 30%Clans end Estimate(Soup.3.e-3.7) 0 4 0 0 0 0 16 16 0 0 0 0 38 $6,486
Sub00nsultam Ex0Oeth $ 10552 1.1 $12,047
Subc0msulta2 Fick.O $ 25,000 1.1 $27,600
survey Scanner $ 150 8.0 $1,200
Mil.ace ; 0.70 100.0 670
4.0 Project DesIgn-Final Design,Plans,and Specifi.tiena 1602,9016,and Final) 11 25 6 20 0 2 6s 0 0 0 4 0 126 $77,101
41 Fdlcodngrecelpl N00%design plan comments from ins CITY,prepare e0%design plans 8.60% 0 2 0 4 0 0 18 0 0 0 0 0 22 $4,Z70
opdnlon altmnmcllon coNx
42 CONdinate plansw0h a0 agencies requiring review as noted in2.0 Environment.and Permitting Process. 1 4 0 4 0 0 12 0 0 0 0 0 21 $4,310
4.3 Perform intern.OA4OC and provide 60%demon ions and opinion of cmnslm.dn to CITY Nr review. 0 4 2 0 0 0 4 0 0 0 0 0 10 $2,194
4.4 Attend one(1)meetingw0ih CITY to review 60%0ubm)Ialp8ckage. 0 2 0 2 0 0 2 0 0 0 2 0 9 $1,688
45 F3Io4[4 receipt of60%submitle(pacl.ge comments from the CTY,prepare 9018 desgn Mans, 0 4 0 4 0 p 12 0 0 0 0 0 20 $4,036
specifications,and Opinion of conahutibn cost.
Perform Imemel OP/OC and provide eO%desgn plans,specifications.and opinion of c0nMmctfon to CITY
4.6 for review. 2 4 0 0 0 0 0 0 0 0 0 0 6 $1,628
4.7 Attend one(1)meeting with CITY l0 review 90%submittal package. 0 1 0 2 0 0 2 0 0 0 2 0 7 $1,269
4.8 Following rimegl ot 90%submittal package comments from Me CITY,prepare fin.design plans, 0 waci....cations.and opine of mnsttuction cosh. 2 0 4 0 0 8 0 0 0 0 0 14 $2,BY2
Perform Imam.OAICC and provide real design Plain,ep0020ati0ns.ana opinion W.....,0nsh co ro
4Perform CRY ter review. 8 2 4 0 0 2 2 0 0 0 0 0 18 $1,122
Subcansukenl Exeltsch $ 44,849 1.1 $40,304
HLA Es01alkn @ 4%for 2026 $1,054
Printing - $960
69 Funding Assistance 0 1 0 0 0 0 3 0 0 0 0 0 9 $1,761
5.1 Peal.the CRY MMprepamlkn a.submittal of funding ob0gelion pepenvo,k. 0 1 0 0 0 0 8 0 0 0 0
9 61,a93
Subc0n...1 Ex4tech 6 - 1.1 $0
HLA Esc..@4%for2026 $58
6.0 Bidding Phase Assistance 0 4 4 0 0 0 4 0 0 0 8 0 2. 00,516
6.1 El.3ng Phase Assistance 0 4 4 0 0 0 4 0 0 0 8 0 20 53,640
Subconsulanl ...soh $ 6,304 tit 68,034
HLA Escalation @ 4%far 2026 $142
Total Hours 16 111 10 110 12 12 100 18 fie 24 42 8 474
Total labor $4,110 $27,195 52,460 020,078 42,424 $2,388 $28,960 $2,660 $1,600 50,202 $4,404 0666 5275500
HLA reserves the right to move teas and estimated work hours between phases as necessary t0 complete the PROJECT
GRANO TOTAL $276.60o
W
Co
W
EXHIBIT C
SCHEDULE OF RATES FOR
HLA Engineering and Land Surveying, Inc.
Effective January 1, 2025,through December 31, 2025
Senior Principal Engineer $274.00 per hour
Licensed Principal Engineer $245.00 per hour
Licensed Principal Land Surveyor $245.00 per hour
Director of Engineering, Construction, Other $245.00 per hour
Licensed Professional Engineer $221.00 per hour
Other Licensed Professional $221.00 per hour
Project Engineer II $202.00 per hour
Supervisor of Construction, Planning, Other $202.00 per hour
Licensed Professional Land Surveyor $199.00 per hour
Planner Ill $185.00 per hour
Project Engineer I $181.00 per hour
CAD II $180.00 per hour
Contract Administrator Ill, Administrative III $166.00 per hour
Resident Engineer II $166.00 per hour
Planner II $164.00 per hour
CAD I $160.00 per hour
Surveyor II $160.00 per hour
Engineering Technician III $149.00 per hour
Planner I $149.00 per hour
Resident Engineer I $149.00 per hour
Surveyor I $147.00 per hour
Surveyor on Two Man Crew $141.00 per hour
Contract Administrator II, Administrative II $139.00 per hour
Engineering Technician II $128.00 per hour
Surveyor on Three Man Crew $123.00 per hour
Contract Administrator I, Administrative I $107.00 per hour
Engineering Technician I $107.00 per hour
Survey Scanner $150.00 per hour
Vehicle Mileage Federal Rate
Schedule of Rates may be adjusted during the term of this Agreement to the HLA Standard
Hourly Rates in effect at the time.
11Fs021General\Contracts&Task Orders\Yakima120251Naches River Bridge Repair12025-09-18 25073-Naches River Bridge Repair APS CITY Master_Rev 01.09.25.Docx
Page 26 of 26
139