HomeMy WebLinkAboutR-2017-053 Cowiche Canyon Trail Project Engineering Agreement with Perteet, Inc.A RESOLUTION
RESOLUTION NO. R-2017-053
authorizing the City Manager to execute an Agreement with Perteet, Inc ,
not to exceed $199,000, for the engineering design and development of
Plans, Specifications and Estimate for the Cowiche Canyon Trail project.
WHEREAS, the Cowiche Canyon Trail project was included on the State Legislature's
Tier 2 Pedestrian and Bicycle Safety Projects list as part of the Connecting Washington funding
program and the City is to receive $2,000,000 in funding for this project, and,
WHEREAS, the City desires to hire an engineering consulting firm to develop the plans
and specifications required to construct this trail; and,
WHEREAS, the City of Yakima has followed the procedure established by the State of
Washington to select and recommend an engineering consulting firm using the Municipal
Research and Service Center Professional Services Roster process to select a firm to perform
the design work; and
WHEREAS, Perteet, Inc. was determined to be the most qualified to perform the needed
design work at this time; 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, now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized to execute an Agreement with Perteet, Inc.,
attached hereto and incorporated herein by this reference not to exceed One Hundred Ninety -
Nine Thousand Dollars ($199,000) to provide the Professional Services as described in the
Agreement.
ADOPTED BY THE CITY COUNCIL this 18th day of April, 2017.
For City of Yakima Use Only.
Contract No.
Project No.
Resolution No.
SOQ No.
AGREEMENT
BETWEEN
CITY OF YAKIMA, WASHINGTON
AND
PERTEET, INC.
FOR PROFESSIONAL SERVICES
THIS AGREEMENT, made and entered into on this /qday of "Y r -t / , 2017,
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 Perteet,
Inc., with its principal office at 2707 Colby Ave., Suite 900, Everett, WA, 98201, hereinafter
referred to as "ENGINEER", said corporation and its principal engineers are licensed and
registered to do business in the State of Washington, and will provide engineering services under
this Agreement for the Cowiche Canyon Trail on behalf of the City of Yakima, Project No. 2430,
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
2.01 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, Kirk Holmes 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
"Cowiche Canyon Trail Scope of Services" (WORK) which is attached hereto and made a
part of this Agreement as if fully set forth herein.
Page 1
2 2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by
ENGINEER can be defined in detail at the time this Agreement is executed, and that
additional WORK related to the Project and not covered in Exhibit A may be needed during
performance of this Agreement. CITY may, at any time, by written order, direct the
ENGINEER to revise portions of the PROJECT WORK previously completed in a
satisfactory manner, delete portions of the PROJECT, or request that the ENGINEER
perform additional WORK beyond the scope of the PROJECT WORK. Such changes
hereinafter shall be referred to as "Additional Services."
2 2.1 If such Additional Services cause an increase or decrease in the ENGINEER'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 accordingly.
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 CITY'S RESPONSIBILITIES
3 1 CITY -FURNISHED DATA. The CITY will provide to the ENGINEER all technical data in
the CITY'S possession relating to the 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.
3.2 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.
3.3 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 for its profession.
3 4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under
this Agreement. CITY'S Representative shall have complete authority to transmit
instructions and receive information ENGINEER shall be entitled to reasonably rely on
such instructions made by the CITY'S Representative unless otherwise directed in writing
by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S
Representative any instructions which the ENGINEER believes are inadequate,
incomplete, or inaccurate based upon the ENGINEER'S knowledge.
Page 2
3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are
available solely as additional information to the ENGINEER and will not relieve the
ENGINEER of its duties and obligations under this Agreement or at law. The ENGINEER
shall be entitled to reasonably rely upon the accuracy and the completeness of such
documents, services and reports, but shall be responsible for exercising customary
professional care in using and reviewing such documents, services, and reports and
drawing conclusions there from.
SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION
41 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with
WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as
amended.
SECTION 5 COMPENSATION
5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the
services described in Exhibit A, compensation shall be according to Exhibit C - Schedule
of Specific Hourly Rates, attached hereto and incorporated herein by this reference, 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 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.
511.1 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
Page 3
5 1.2 Telephone charges, computer charges, in-house reproduction charges, first class
postage, and FAX charges are not included in the direct expense costs, but are
considered included in the Schedule of Specific Hourly Billing Rates.
5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for
engineering, architecture, geotechnical services and similar professional services
approved by the CITY. Reimbursement for Professional Subconsultants will be on
the basis of actual costs billed plus a reasonable markup, not to exceed ten percent
(10%) for services 'provided to the CITY through this Agreement. Estimated
Subconsultant costs are shown in Exhibit B.
5 2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this
PROJECT shall not exceed One Hundred Ninety -Nine Thousand Dollars ($199,000). The
ENGINEER will make reasonable efforts to complete the WORK within the budget and will
keep CITY informed of progress toward that end so that the budget or WORK effort can
be adjusted if found necessary The ENGINEER is not obligated to incur costs beyond
the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER
beyond these limits When any budget has been increased, the 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.
5 3 The ENGINEER shall submit to the City's Representative an invoice each month for
payment for PROJECT services completed through the accounting cut-off day of the
previous month. Such invoices shall be for PROJECT services and WORK performed
and costs incurred prior to the date of the invoice and not covered by previously submitted
invoices. The ENGINEER shall submit with each invoice a summary of time expended on
the PROJECT for the current billing period, copies of subconsultant invoices, and any
other supporting materials determined by the City necessary to substantiate the costs
incurred. CITY will 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 required
5 4 If payment is not made within sixty (60) days following receipt of approved invoices,
interest on the unpaid balance shall accrue beginning with the sixty-first (61) day at the
rate of 1.0% per month or the maximum interest rate permitted by law, whichever is less;
provided, however, that no interest shall accrue pursuant to Chapter 39 76 RCW when
before the date of timely payment a notice of dispute is issued in good faith by the CITY
to the ENGINEER pursuant to the terms of RCW 39 76.020(4).
5 5 Final payment of any balance due the ENGINEER for PROJECT services will be made
within forty-five (45) days after satisfactory completion of the services required by this
Agreement as evidenced by written acceptance by CITY and after such audit or
verification as CITY may deem necessary and execution and delivery by the ENGINEER
of a release of all known payment claims against CITY arising under or by virtue of this
Agreement, other than such payment claims, if any, as may be specifically exempted by
the ENGINEER from the operation of the release in stated amounts to be set forth therein
5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release
by CITY of any claims, right, or remedy it may have against the ENGINEER under this
Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge
Page 4
by CITY of any failure or fault of the ENGINEER to satisfactorily perform the PROJECT
WORK as required under this Agreement.
SECTION 6 RESPONSIBILITY OF ENGINEER
6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and
accuracy, timely completion, and the coordination of all plans, design, drawings,
specifications, reports, and other services furnished by the ENGINEER under this
Agreement. The ENGINEER shall, without additional compensation, correct or review any
errors, omissions, or other deficiencies in its plans, designs, drawings, specifications,
reports, and other services The ENGINEER shall perform its WORK according to
generally accepted civil engineering standards of care and consistent with achieving the
PROJECT WORK within budget, on time, and in compliance with applicable laws,
regulations, and permits
6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications,
reports, and incidental WORK or services furnished hereunder shall not in any way relieve
the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of
its WORK and the PROJECT WORK. CITY'S review, approval, or payment for any of the
services shall not be construed to operate as a waiver of any rights under this Agreement
or at law or any cause of action arising out of the performance of this Agreement.
6.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors,
subconsultants, employees, agents, and representatives shall be acting as independent
contractors and shall not be deemed or construed to be employees or agents of CITY in
any manner whatsoever The ENGINEER shall not hold itself out as, nor claim to be, an
officer or employee of CITY by reason hereof and will not make any claim, demand, or
application to or for any right or privilege applicable to an officer or employee of CITY. The
ENGINEER shall be solely responsible for any claims for wages or compensation by
ENGINEER employees, agents, and representatives, including subconsultants and
subcontractors, and shall save and hold CITY harmless therefrom
6 4 INDEMNIFICATION.
(a) ENGINEER agrees to defend, indemnify, and hold harmless the CITY, its
elected and appointed officials, agents, officers, employees, and volunteers
(hereinafter "parties protected") from (1) claims, demands, liens, lawsuits,
administrative and other proceedings,(including reasonable costs and
attorneys' fees) and (2) judgments, awards, losses, liabilities, damages,
penalties, fines, costs and expenses of any kind claimed by third parties
arising out of, or related to any death, injury, damage or destruction to any
person or any property to the extent caused by any negligent act, action,
default, error or omission or willful misconduct arising out of the Engineer's
performance under this Agreement In the event that any lien is placed upon
the City's property or any of the City's officers, employees or agents as a result
of the negligence or willful misconduct of the Engineer, the Engineer shall at
once cause the same to be dissolved and discharged by giving bond or
otherwise.
(b) CITY agrees to indemnify and hold the ENGINEER harmless from loss, cost, or
expense of any kind claimed by third parties, including without limitation such loss,
cost, or expense resulting from injuries to persons or damages to property, caused
solely by the negligence or willful misconduct of the CITY, its employees, or agents
in connection with the PROJECT
Page 5
(c) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a
person identified above for whom each is liable) is a cause of such third party
claim, the loss, cost, or expense shall be shared between the ENGINEER and the
CITY in proportion to their relative degrees of negligence or willful misconduct and
the right of indemnity will apply for such proportion.
(d) Nothing contained in this Section or this Agreement shall be construed to create a
liability or a right of indemnification in any third party.
6.5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone
directly or indirectly employed by any of them, or anyone for whose acts any of them may
be liable, the indemnification obligations under this Agreement shall not be limited in any
way by any limitation on the amount or types of damages, compensation, or benefits
payable by or for the ENGINEER or a subcontractor under workers' or workmens'
compensation acts, disability benefit acts, or other employee benefit acts. The
ENGINEER specifically and expressly waives its immunity under the Industrial Insurance
Act, Title 51, RCW Such waiver has been mutually negotiated by the ENGINEER and
the CITY.
6 6 It is understood that any resident engineering or inspection provided by ENGINEER is for
the purpose of determining compliance with the technical provisions of PROJECT
specifications and does not constitute any form of guarantee or insurance with respect to
the performance of a contractor ENGINEER does not assume responsibility for methods
or appliances used by a contractor, for a contractor's safety programs or methods, or for
compliance by contractors with laws and regulations. CITY shall use its best efforts to
ensure that the construction contract requires that the contractor(s) indemnify and name
CITY, the CITY'S and the 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
6.7 SUBSURFACE INVESTIGATIONS. In soils, foundation, groundwater, and other
subsurface investigations, the actual characteristics may vary significantly between
successive test points and sample intervals and at locations other than where observation,
exploration, and investigations have been made. Because of the inherent uncertainties in
subsurface evaluations, changed or unanticipated underground conditions may occur that
could affect total PROJECT cost and/or execution. These conditions and cost/execution
effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has
exercised the applicable and appropriate standard of professional care and judgment in
such investigations.
SECTION 7 PROJECT SCHEDULE AND BUDGET
7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its
component tasks shall be as set forth in this Agreement and attachments. The project
schedule and performance dates for the individual tasks shall be mutually agreed to by
the CITY and the ENGINEER within fifteen (15) days after execution of this Agreement.
The performance dates and budgets for tasks may be modified only upon written
agreement of the parties hereto The performance date for tasks and the completion date
for the entire PROJECT shall not be extended, nor the budget increased because of any
unwarranted delays attributable to the ENGINEER, but may be extended or increased by
the CITY in the event of a delay caused by special services requested by the CITY or
because of unavoidable delay caused by any governmental action or other conditions
beyond the control of the ENGINEER which could not be reasonably anticipated
Page 6
7 2 Not later than the tenth (10) day of each calendar month during the performance of the
PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the
current schedule and a written narrative description of the WORK accomplished by the
ENGINEER and subconsultants on each task, indicating a good faith estimate of the
percentage completion thereof on the last day of the previous month. Additional oral or
written reports shall be prepared at the request of the CITY for presentation to other
governmental agencies and/or to the public.
SECTION 8 REUSE OF DOCUMENTS
81 All internal WORK products of the ENGINEER are instruments or service of this
PROJECT. There shall be no reuse, change, or alteration by the CITY or others acting
through or on behalf of the CITY without written permission of the ENGINEER, which shall
not be unreasonably withheld and will be at the CITY's sole risk. The CITY agrees to
indemnify the ENGINEER and its officers, employees, subcontractors, and affiliated
corporations from all claims, damages, losses, and costs including, but not limited to,
litigation expenses and 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 were caused by the ENGINEER's own negligent acts or omissions.
8 2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications,
computer programs, technical reports, operating manuals, calculations, notes, and other
WORK submitted or which are specified to be delivered under this Agreement or which
are developed or produced and paid for under this Agreement, whether or not complete,
shall be vested in the CITY.
8 3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER
(hereinafter "Intellectual Property") as well as any modifications, updates or enhancements
to said Intellectual Property during the performance of the WORK remain the property of
ENGINEER, and ENGINEER does not grant CITY any right or license to such Intellectual
Property
SECTION 9 AUDIT AND ACCESS TO RECORDS
9.1 The ENGINEER, including its subconsultants, shall maintain books, records, documents
and other evidence directly pertinent to performance of the WORK under this Agreement
in accordance with generally accepted accounting principles and practices consistently
applied The CITY, or the CITY'S duly authorized representative, shall have access to
such books, records, documents, and other evidence for inspection, audit, and copying
for a period of three years after completion of the PROJECT. The CITY shall also have
access to such books, records, and documents during the performance of the PROJECT
WORK, if deemed necessary by the CITY, to verify the ENGINEER'S WORK and invoices.
9 2 Audits conducted pursuant to this section shall be in accordance with generally accepted
auditing standards and established procedures and guidelines of the reviewing or auditing
agency
9 3 The ENGINEER agrees to the disclosure of all information and reports resulting from
access to records pursuant to this section provided that the ENGINEER is afforded the
opportunity for an audit exit conference and an opportunity to comment and submit any
Page 7
supporting documentation on the pertinent portions of the draft audit report and that the
final audit report will include written comments, if any, of the ENGINEER.
9.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each
subcontract for WORK on the Project.
9.5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be
inadequately substantiated shall be reimbursed to the CITY.
SECTION 10. INSPECTION AND PRODUCTION OF RECORDS
10 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 equipment for such
inspection and free access to such facilities. ENGINEER'S records relating to the WORK
will be provided to the CITY upon the CITY'S request
10.2 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 State 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.
10 3 All records relating to ENGINEER'S WORK under this Agreement must be made
available to the CITY, and also produced to third parties, if required pursuant to the
Washington Public Records Act, Chapter 42.56 RCW or by law All records relating to
ENGINEER'S WORK under this Agreement must be retained by ENGINEER for the
minimum period of time required pursuant to the Washington State Secretary of State's
record retention schedule
SECTION 11 INSURANCE
11 1 At all times during performance of WORK, 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 that stated
below, as applicable. The CITY reserves the rights to require higher limits should it deem
it necessary in the best interest of the public. 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 ENGINEER shall be named as an additional insured
for such higher limits.
11.1 1 Commercial General Liability Insurance. Before this Agreemen tis 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
Page 8
combined single limit bodily injury and property damage, and Two Million Dollars
($2,000,000.00) general aggregate. The certificate shall clearly state who the
provider is, the coverage amount, the policy number, and when the policy and
provisions provided are in effect Said policy shall be in effect for the duration of
this 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.
Subcontractors: If subcontractors will be used, the same terms and limits
of coverage will apply and a certificate will be required per the instructions
above. In lieu of a certificate, contractor may provide confirmation in
writing from their insurance broker that their insurance policy does not
contain a subcontract exclusion or one relating to the work of others
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 11.1.1 entitled "Commercial General Liability Insurance".
c Under either situation described above in Section 11.1.2.a. and Section
11 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 Agreement is fully executed by
the parties, ENGINEER shall provide the CITY with a certificate of insurance as
proof of professional liability coverage with a total liability limit of the limits
required in the policy, subject to minimum limits of Two Million Dollars
($2,000,000.00) per claim, and Two Million Dollars ($2,000,000.00)
aggregate. The certificate shall clearly state who the provider is, the coverage
amount, the policy number, and when the policy and provisions provided are in
effect Said policy shall be in effect for the duration of this Agreement. The
Page 9
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 Agreement.
Failure of either or all of the additional insureds to report a claim under such
insurance shall not prejudice the rights of the CITY, its officers, employees,
agents, and representatives there under. The CITY and the CITY'S elected and
appointed officials, officers, principals, employees, representatives, volunteers
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.
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.
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.
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. 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
Page 10
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 of all disputes arising under this
Agreement shall be Yakima County, State of Washington.
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, or any other classification protected under federal, state, or local law.
This provision shall include but not be limited to the following employment, upgrading,
demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other
forms of compensation, selection for training, and the provision of services under this
Agreement. ENGINEER agrees to comply with the applicable provisions of State and
Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations.
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 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 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
and for cure with the terminating party before termination Notice shall be considered
issued within seventy-two (72) hours of mailing by certified mail to the place of business
of either party as set forth in this Agreement
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
Page 11
receipt requested, of intent to terminate, and (2) an opportunity for consultation with CITY
before termination.
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
Page 12
SECTION 19 DISPUTE RESOLUTION
19.1 In the event that any dispute shall arise as to the interpretation of this Agreement, or in
the event of a notice of default as to whether such default does constitute a breach of the
Agreement, and if the parties hereto cannot mutually settle such differences, then the
parties shall first pursue mediation as a means to resolve the dispute. If either of the afore
mentioned methods are not successful then any dispute relating to this Agreement shall
be decided in the courts of Yakima County, in accordance with the laws of Washington. If
both parties consent in writing, other available means of dispute resolution may be
implemented.
SECTION 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. Brett Sheffield
ENGINEER: Perteet, Inc.
2707 Colby Avenue, Suite 900
Everett, WA 98201
Attn Kirk Holmes
Page 13
SECTION 21 SURVIVAL
21.1 The foregoing sections of this Agreement 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
Signature
Printed Name: Cliff Moore
Title City Manager
Printed Name.
Title.
Daniel J. Hansen
Vice President
CITY CONTRACT NO:
RESOLUTION NO: R" D D 17— 053
Page 14
STATE OF WASHINGTON
ss
COUNTY OF YAKIMA
I certify that I know or have satisfactory evidence that ei1( /U®prl is the person who
appeared before me, and said person acknowledged that he signed this instrument, on oath
stated that he was authorized to execute the instrument, and acknowledged it as the CITY
MANAGER of the CITY OF YAKIMA, to be the free and voluntary act of such party for the uses
and purposes mentioned in the instrument
Dated: 1/- f/- - / 7
Seal or Stamp
,,,,,
Notary Public
��
State of Washington
KAARRE ALLYN
MY COMMISSION EXPIRES
January 12, 2020
(Signature)
Title
p7
ext r•v4/4
Printed Name
My commission expires. "+ / -DO
Page 15
STATE OF WASHINGTON
ss.
COUNTY OF YAKIMA
I certify that I know or have satisfactory evidence that Daniel J. Hansen 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 Vice President of Perteet Inc to be the free
and voluntary act of such party for the uses and purposes mentioned in the instrument.
Dated gpril 12, 2017
Seal or Stamp
/.Lizzie- rzimc.e.,L__.
(Signate)
Notary Public
Title
Janice C. Kramer
Printed Name
My commission expires 09/01/2018
Page 16
EXHIBIT A
COWICHE CANYON TRAIL
SCOPE OF SERVICES
Work Element 1 — Project Management
The intent of this work element is to provide the overall project management and design
coordination. As the first order of work, the Consultant will schedule a kickoff meeting and
develop a project work plan which will include:
• Project Goals and Vision
• Project Organization Plan with key contacts, project stakeholders, and team
responsibilities
• Project Budget
• Project Schedule
• Communication Plan
A draft of the project work plan will be handed out to the design team and the City of Yakima at
the kickoff meeting.
As part of the project, the Consultant will prepare monthly progress reports that describe the
work items that were accomplished during a given month, as well as a forecast of work to be
completed over the following month. The monthly progress reports will also identify other issues
or problems that may occur in any given month The Consultant will submit these monthly
progress reports to the City's Project Manager with the monthly invoices. The Consultant
Project Manager will notify the City's Project Manager, in writing (memo format), of out of scope
and/or budgetary issues that are inconsistent with this Scope of Work.
1.1 Facilitate project kickoff meeting.
1.2 Prepare project work plan
1.3 Prepare project schedule and two (2) updates.
1.4 Project Manager to participate in three (3) in-person meeting with the City.
1.5 Manage subconsultant activities.
1.6 Prepare monthly progress reports and invoices.
1.7 Communicate weekly with the City via phone or e-mail
Assumptions.
• The project kickoff meeting will be held at the City of Yakima's offices
• The project will be completed in approximately eighteen (18) months.
• The project schedule will be prepared in Microsoft Project format.
• A maximum of two (2) project schedule updates will be prepared
Deliverables.
• Kickoff meeting agenda and minutes
• Work plan (PDF)
Page 17
• Project schedule (PDF)
• Project meeting agenda and minutes (three [3])
Work Element 2 — Survey and Basemap Preparation
This work will be performed by J -U -B Engineers, a subconsultant to Perteet Inc.
2.1 Field Survey
2.1.1 Establish primary and secondary mapping control points at two (2) bridge locations.
2.1.2 Perform limited quality assurance checks on LiDAR data as directed by project
engineer, not to exceed two (2) hours of field time
2.1.3 Perform detailed topographic survey of critical areas at two (2) bridge locations. Data
collection will be limited to 200 feet in each direction from center line of creek. Data
collection will be sufficient to generate 1 -foot contours and sufficient to locate all
visible plannimetric features
2.1.4 Prepare basemap.
Assumptions:
• J -U -B Engineers, Inc horizontal survey data shall be relevant to NAD 83(2011),
• Washington State Plane Coordinate System, South Zone based on static GPS
observations processed through the National Geodetic Surveys (NGS) OPUS website.
All distance shall be ground distances and all bearings shall be grid bearings
• J -U -B Engineers, Inc. vertical survey data shall be relevant to NAVD 88, based on static
GPS observations processed through the National Geodetic Surveys (NGS) OPUS
website.
• City of Yakima shall request and coordinate utility locates with Washington One Call for
all utilities throughout the project corridor
• City of Yakima shall contact landowners and provide a right of entry on as needed.
• Topographic Survey base map will not contain any property boundaries, road right-of-
ways or easement locations.
• Additional Topographic survey work resulting from inconsistencies discovered during the
QC of LiDAR data will require a supplemental to this scope of work.
Deliverables.
• Coordinate point data listing — paper copy and ASCII/CSV file
• Topographic Survey basemap — AutoCAD Civil 3D, version 2017 format
• Land XML file of surface
Work Element 3 — Stormwater Analysis
This work element will provide analysis and design of the stormwater systems associated with
the proposed trail improvements This task includes the preparation of the stormwater design
criteria to be used on the project, a hydraulic analysis of the stormwater runoff elements
associated with the improvements and the preparation of a Drainage Report.
3.1 Prepare Stormwater Design Standards Matrix, limited to the elements associated with
this scope of services This matrix will be included in the Drainage Report for the project.
Page 18
3.2 Prepare a site assessment map showing existing drainage features within the project
area and identify threshold discharge areas (TDAs) including the 1/4 mile flow paths used
in determining each TDA. Change in land use maps (existing and proposed impervious
area maps) will not be created since it will be assumed that all new impervious surfaces
will disperse all runoff, satisfying full dispersion requirements for flow control. The site
assessment map will be used for appropriate documentation in the Drainage Report
3.3 Conduct an off-site analysis, including a downstream analysis and an upstream analysis
for inclusion in the Drainage Report. The off-site analysis will be a very brief and
qualitative analysis and will not include any calculations or detailed basin analysis.
3.4 Prepare conveyance calculations for new drainage ditches and culverts associated with
the trail improvements. Calculations to be performed for worst case conditions only and
then applied to the rest of the project accordingly
3.5 Prepare a Drainage Report for the project documenting compliance with or exemption
from the eight (8) Core Elements in the Yakima County Regional Stormwater Manual.
Assumptions:
• The project will be designed in accordance with the Yakima County Regional
Stormwater Manual (January 2010).
• Water quality treatment is not required for this project because the new trail is
considered non -motorized and therefore does not generate any pollutants during rain
events.
• Full dispersion is assumed to be the appropriate measure to satisfy the flow control
requirement for this project.
• The Drainage Report will undergo one (1) review cycle The consultant will prepare a
draft and final document.
• Ditch and culvert capacity calculations will be performed using StormShed3G modeling
software
• City will provide the Cowiche Creek hydraulic modeling results previously prepared by
WDFW and Yakima County to the Consultant. Consultant will not be responsible for
updating the stream model.
• SWPPP to be prepared by contractor.
Deliverables.
• Draft Drainage Report in PDF format and hard copy (two [2] copies)
• Final Drainage Report in PDF format and hard copy (two [2] copies)
Work Element 4 — Conceptual Design (30% Roll Plot)
The intent of this work element is to finalize the desired alignment, create typical cross-sections,
and establish design criteria. The base map for the proposed alignment will be an aerial image
and Lidar for vertical control.
4.1 Collect and review existing data (Lidar, geotechnical reports, stream flow data, and other
previous reports).
4.2 Perform site walk and collect mapping grade GPS readings along with site photos.
4.3 Prepare design standards matrix
4.4 Prepare project alignment and profile (one [1])
Page 19
4.5 Prepare project typical cross-sections (up to three [3])
Assumptions:
• Proposed alignment, typical cross sections, and design standards matrix will be
submitted electronically as PDF files for review by City of Yakima staff. Trail horizontal
alignment will not change after the 30% conceptual design task.
• Roll plot format
• A conceptual profile will be produced at this phase of the project
• GIS information will be utilized to depict right-of-way and property lines. Right-of-way will
not be delineated, mapped, or right-of-way plans produced. Right-of-way and real estate
services are excluded from this proposal.
Deliverables.
• Proposed design standards matrix (PDF)
• Proposed path alignment and profile (PDF)
• Proposed project typical cross sections (PDF)
Work Element 5 — 60% Design and Opinion of Cost
The intent of this work element is to take the City -approved conceptual alignment and produce a
60% design submittal. The City will critically review the 60% design to ensure it meets the
required project goals and grant obligations and provide one set of written comments to the
Consultant
5.1 Respond and incorporate City review comments
5.2 Further refine trail design (roll plot)
• Alignment and survey control
• Typical cross-sections
• Site preparation and erosion control (roll plot)
• Proposed improvements plan view (roll plot)
• Proposed profile (roll plot) of select locations
5.3 Stormwater Design
5.4 ADA Design
5.5 Prepare Opinion of Costs
Assumptions:
• The preliminary roll plot will be developed to approximately the 60% design development
stage.
• Utility upgrades, utilities to service restrooms, and utility plans will not be prepared.
• Perteet's standard Opinion of Cost spreadsheet will be utilized to develop the 60%
Opinion of Costs.
• Contract specifications will be prepared at the 90% design phase.
• Restroom building design is excluded from this scope of work. The Consultant may
suggest pre -constructed restroom facilities.
Page 20
• Retaining walls will not be necessary and are excluded from this proposal.
Deliverables
• 60% Plan Set (4 hard copies — 11" x 17" format)
• Selected Standard Plans (4 hard copies — 8.5" x 11" format)
• Opinion of Costs (4 hard copies — 8.5" x 11" format)
Work Element 6 — 90% PS&E Design
The intent of this work element is to develop the 90% plans, technical specification, and opinion
of likely construction costs
6.1 Respond and incorporate the City's 60% review comments
6.2 Prepare plans (maximum of 28 civil, 11" x 17" plan sheets at 1"= 50' scale)
• Cover sheet (1 plan sheet)
• Abbreviations and legend (1 plan sheet)
• Alignment and survey control plan (2 plan sheet)
• Typical cross-sections and miscellaneous details (2 plan sheets)
• Site preparation and erosion control (9 plan sheets)
• Plan view (9 plan sheets)
• Profile (2 plan sheets) select locations
• Bridge plan, profile, and details (see task 8)
• Trail head plan and details (2 sheets)
6.3 Prepare 90% Stormwater Design
6.4 Prepare 90% ADA Design
6.5 Prepare 90% WSDOT/APWA Technical Specifications — Divisions 2 through 9
6.6 Prepare 90% Opinion of Costs
6.7 Prepare 90% Bid Proposal Form
Assumptions
• Same assumptions as Work Element 5.
• Half-size plan sheets will be submitted as the 60% plan set (11" x 17", 1" = 50' scale).
• Plans will utilize Perteet's standard title block.
• APWA CADD standards will be utilized.
• Design software will be CiviI3D.
• Traffic control plans will not be prepared.
• Whenever possible, the design team will reference City of Yakima and WSDOT
Standard Plans These standard plans will be placed in the appendix of the
specifications.
• A maximum of twenty-eight (28) civil plan sheets will be produced
Page 21
• Plans will be developed utilizing Lidar and 2015 Aerial. Aerial imagery will be shown on
the plan sheets with basic features called out by line work and legend. Station and offset
date will not be developed for this project Line work, legend, and typical cross sections
will control the trail design
• 60% Plan comments will be consolidated by the City and conflicting comments will be
resolved by City staff prior to transmitting to the Consultant.
• Fencing and or railway details when required will be provided by the City (Cad or
standard plan).
• City will not require full size plan sheets to be produced
• Division 1 of contract specifications will be prepared by City of Yakima.
• City will provide CAD details of designed trail and trailhead site features.
Deliverables:
• 90% Plan Set (1 PDF and 4 hard copies — 11" x 17" format)
• 90% Technical Specifications and Standard Plans (1 PDF and 4 hard copies — 8.5" x 11"
format)
• 90% Opinion of Costs (1 PDF and 4 hard copies — 8.5" x 11" format)
• 90% Bid Proposal form (1 PDF and 4 hard copies — 8 5" x 11" format)
Work Element 7 — Geotechnical Investigation
This work will be performed by Aspect Consulting, a subconsultant to Perteet Inc.
7.1 Site Reconnaissance and Field Work Planning/Coordination
Aspect will review publicly available maps, well and geotechnical Togs, and other
existing/available geotechnical data. Aspect will perform a site reconnaissance along the
proposed trail alignment to review surface conditions, identify apparent geologic hazards that
might conflict with the proposed alignment, evaluate trail subgrade areas requiring short walls
with hand tools/probes, and confirm site accessibility for geotechnical explorations during one
day in the field Aspect will locate test borings at the proposed bridge abutments, and call for
underground utility locates as required by law.
The trail is planned to cross over Cowiche Creek in two locations via new, single -span bridges
that are approximately 50 feet long Based on our conversations with the design team, our
understanding of the limited project budget, and preliminary estimates of scour and sensitivity to
large excavations in the potential wetland area provided at the bridge locations, we understand
the design team would like to consider support of the two new bridges using steel H -piles driven
through overburden soils and bearing on dense gravel deposits or bedrock at depths over 20
feet beneath the site grade
Assumptions-
• The site reconnaissance will be completed over the duration of one day in the field.
• Limited explorations consisting of hand probing and hand augering, no machine drilled
or excavated explorations will be needed along the proposed short wall areas
• The design team will provide any existing/available geotechnical studies completed
nearby.
• We will be provided a base map of the alignment to use as a site map
Page 22
7.2 Geotechnical Explorations and Laboratory Testing
Aspect will observe and document subsurface conditions in up to four test pits explorations
completed at the proposed bridge abutments The test pit data will be used characterize
subsurface conditions and evaluate pile driveability and pre -drilling needs in the upper 10 feet of
the subsurface profile We assume the City of Yakima will provide a medium to large-sized
tracked excavator and operator to advance the test pit explorations An Aspect field engineer or
geologist will observe and document the test pit explorations on a full-time basis over the
duration of one full day and collect representative soils samples at their discretion. Soil will be
returned to our office for further examination and visual/manual classification and produce
formal exploration logs. Selected samples will be identified for geotechnical laboratory testing of
engineering and index properties. Laboratory tests will include grain size distribution, natural
moisture content, and plasticity limits if fine-grained soils are encountered.
Assumptions:
• Property access and permission to test pit locations will be coordinated and secured by
others
• The City of Yakima, or others, will provide aforementioned excavation equipment and an
operator and be responsible for locating public and private utilities at the excavation
locations, and any required backfill/restoration of the ground surface
• The test pit explorations will be completed over the duration of one full day on site
• Evaluation of potential presence of absence of hazardous or contaminated materials is
excluded from this scope of work.
• If required, traffic control plans and traffic control personnel and extensive signage will
be provided by City of Yakima, or others.
7.3 Geotechnical Engineering Analysis
Aspect will evaluate the field and laboratory data to identify geologic hazards that that might
conflict with the proposed alignment, generalized trail and short retaining wall subgrade
evaluation, preparation and improvement recommendations along the alignment, and lateral
earth pressures on short walls. For the two short bridge crossings, we assume liquefaction is
not likely and is not a design consideration due to anticipated dense, gravelly soil conditions,
and relatively low design peak ground accelerations Using the test pit data and review of logs
of nearby water well and geotechnical boring drilled in the Cowiche Creek Canyon, we will
evaluate driven pile feasibility/drivability and risks, and provide geotechnical recommendations
for design and construction of driven steel piles to support the bridge abutments. The City of
Yakima acknowledges that without drilled borings the depth to dense gravel deposits or bedrock
will be unconfirmed, pile drivability will be speculative, and substructure construction cost
contingencies will need to be anticipated.
7.4 Geotechnical Report and Coordination Meeting
Aspect will prepare a draft geotechnical report providing a summary of geotechnical and
geologic
conditions, logs of nearby wells or borings by others, logs of hand probing/augering and test pit
completed for this study, laboratory test results, and conclusions and recommendations for
design of the new bridge structure, short walls, and trail subgrade evaluation, preparation and
improvement. Aspect will participate in up to two brief TS&L phone call to review and discuss
geotechnical/structural design and construction considerations Aspect will address any review
comments on the draft geotechnical report and issue a final geotechnical report, sealed by a
professional engineer licensed in the state of Washington
Page 23
Deliverables
• Draft Geotechnical Report
• Final Geotechnical Report
7.5 PS&E Support
Aspect will assist the design team with foundation and abutment evaluation and design, and
provide input to plans (prepared by others) Aspect will provide input to geotechnical aspects of
the project specifications.
Work Element 8 — Structural Design
This work will be performed by J -U -B Engineers Inc (J -U -B), a subconsultant to Perteet Inc.
The trail is planned to cross over Cowiche Creek and adjacent floodplain in one location (Bridge
Location #1), and Cowiche Creek in another (Bridge Location #2) The crossing at Bridge
Location #1 is planned to consist of a single -span bridge over the creek with option for a similar
structure over identified wetland area making this a multi -span bridge to cross over both the
creek and wetland area The crossing at Bridge Location #2 is planned to consist of a single -
span bridge. The bridges will be of nearly identical span lengths and uniform widths (no
horizontal tapers) to minimize design effort. The bridges will be required to be square, with no
skew and no curves on the bridge. The substructure will be driven H -piles and is anticipated to
need two driven heavy H -piles if soil investigation (bore holes) is provided, or four driven H -piles
if soils investigation (bore holes) is not provided.
Based on preliminary estimates of scour and sensitivity to large excavations in wetland areas at
the bridge locations, we understand that the project team will use deep foundations.
8.1 Concept Memorandum
J -U -B will develop a recommended concept memorandum of the structure type size and
location. To limit design costs, J -U -B will investigate only two superstructure options. One is a
precast concrete slab type bridge, and the other is a premanufactured steel truss type
pedestrian bridge A brief concept memo will summarize the investigation by describing the
options, the costs. A recommendation will be made.
Assumptions
• Deep foundations will be used and consist of driven heavy steel H -piles.
• Pathway alignment and pathway profile will be provided by Perteet.
• The pathway profile may need to be adjusted depending on the span length and
structure depth.
• Perteet will provide low chord elevations for each bridge for this project to J -U -B
• Perteet will provide the minimum bridge opening at each bridge location to J -U -B.
• There will be one (1) review submittal for this Concept Memorandum.
• After agreement by the City, J -U -B will proceed with the approved recommended
type size and location of the bridges for the Final Design.
• Abutments may require a reinforced soil wall on the fill side of the abutment if a spill -
through abutment is not geometrically amenable to minimizing the length of the
bridge. J -U -B will design and detail this if required
Page 24
8.2 Final Design
J -U -B will advance the design of the bridges at both bridge locations based on the agreed
recommendation from the Concept Memorandum. The Plans, Specifications and Opinion of
Cost will be advanced to a 100 percent level. This 100 percent Package will be completed for
review by Perteet and the City. Comments from the Review will be incorporated into the PSE
package. Structural computations for the foundation and the substructure will be completed and
sealed and signed by the J -U -B Engineer with a Washington P.E The superstructure type will
be confirmed by J -U -B with minimal computations (J -U -B will not design the superstructure, but
will confirm the required superstructure type, fit and required connection details to the
substructure) The plans will consist of a combination of CAD line work and hand detailing to
minimize cost for drafting. No electronic CAD files will be provided Drawings will be hard paper
copy and pdf files Computations will be hard paper copy and pdf files. It is assumed that the
superstructure will be designed and sealed by a Registered Professional Engineer in
Washington State, retained by the Contractor who is awarded the construction contract, (the
precaster or steel truss bridge manufacturer will provide the design computations under the
construction contract). An opinion of cost will be provided by J -U -B. J -U -B will develop pertinent
construction specifications which will be added to the overall construction specifications which
PERTEET is responsible for.
Assumptions
• One (1) review submittal to the City
• Review comments will not change the general type size and location of the bridge
• Perteet will approve that the bridge meets the environmental and hydraulic
requirements.
• Perteet is responsible for all approach work to the bridges
8.3 Plans, Specifications, Opinion of Cost
The Final Sealed drawings (Washington State PE) with computations, specifications and
quantities and opinion of cost will be provided.
Work Element 9 — Stakeholder Outreach
The intent of this work element is to provide for the overall Stakeholder Outreach plan and
implementation for the project
9.1 Develop outreach strategy with City to include identification of stakeholder group and
public information goals and objectives
9.2 Develop final outreach plan and schedule
9.3 Two (2) Stakeholder Meetings, prepare materials, facilitate meetings, and prepare
meeting notes.
9.4 One (1) Public Meetings, prepare materials, facilitate meetings, and prepare meeting
notes.
Assumptions.
• City will identify staff as part of stakeholder group.
• City will provide for meeting locations and scheduling assistance.
Page 25
Deliverables.
• Outreach Plan (PDF)
• Implementation Schedule (PDF)
Optional Services (Presently Excluded)
• SEPA Documentation
• HPA
• Local Permitting
• Cultural Resource Evaluation
• Final Design
• Construction Management
Page 26
EXHIBIT B
Professional Fees
Billing Rate.
Sr.
Associate
Lead
Engineer
/ Mgr
Engineer
II
Lead
Technician
/ Designer
Planner II
Accountant
Clerical
Total
Hours
Labor Cost
$195.00
$160.00
$110.00
$110.00
$105.00
$90.00
$75.00
TASK
Project Management
Kick-off Meeting
7 00
3 00
3 00
1.50
14.50
$2,272.50
Work Plan
2.00
1.00
3 00
6 00
$775 00
Schedule
3 00
3 00
$585 00
In -Person Meetings
15 00
6 00
6.00
27 00
$4,515 00
Manage Subconsultants
8 00
8.00
$1,280.00
Progress Reports and Invoices
9 00
6.00
15 00
$2,295 00
Weekly Calls
9 00
9 00
18.00
$3,195 00
TotalProject Management, , ;,.
4500'
27:00::
` 0.00
0.00
c. 9.00 r
'6:00.
4:50.
91.;50:
'- '$14;917:50,
Stormwater Analysis
Design Criteria
6 00
6.00
$960.00
Site Assessment
2 00
2.00
4.00
8.00
$980 00
Off -Site Analysis
1.00
2.00
2.00
2 00
7.00
$810 00
Conveyance Calcs
2.00
6.00
8 00
$980 00
Drainage Report
2.00
12.00
2.00
2.00
18.00
$2,010 00
TotafStormwaterAnalysis„' ^
,.0.00 r
,.13:00
22.00
- 8;00,'
2.00:,
• 0.00:
r 2:00
47:00
.$5;740.00:,
Conceptual Design
Review Existing Data
2.00
8.00
4 00
8.00
22.00
$2,950.00
Site Walk
4.00
4 00
4 00
12.00
$1,840.00
Page 27
Design Standards Matrix
1.00
6.00
7 00
$1,155.00
Alignment and Profile
4 00
16.00
32.00
52 00
$6,860 00
Cross-Sections
2.00
4 00
12.00
18 00
$2,350 00
Total Conceptual Design, ;
13.00:
; 38.00 '
0.00,
- 48:00
-12:00
, 0.00
0.00.
111.00.
$15,155:00_
60% Design and Opinion of Cost
Incorporate City Comments
4 00
8 00
12.00
24 00
$3,380.00
Prepare Plan View
24 00
60.00
60.00
144 00
$20,880.00
Stormwater Design
4 00
16 00
12 00
32.00
$3,720 00
ADA Design
4 00
8.00
12.00
$1,520 00
Opinion of Cost
1.00
6.00
20.00
27 00
$3,355 00
Total 60% Design and Cost
Estimate ' '
29.00
,'82-.00,
, .36.00
92.00
',,; 0.00
0.00:
O.O0
- `
239:00
$32,855.00 .
90% PS&E
Incorporate City Comments
6.00
12.00
12.00
30.00
$4,410.00
Prepare Plans
24.00
60 00
68.00
152 00
$21,760.00
Stormwater Design
4 00
8.00
8.00
20.00
$2,400 00
ADA Design
4 00
8.00
12.00
$1,520 00
Specification
2.00
26.00
28.00
$4,550.00
Opinion of Cost
1.00
4.00
16.00
21 00
$2,595 00
Bid Proposal Form
6.00
6 00
$960 00
;Total'90%, PS&E . °, r;`
`33.00 ,
; ',116;00 '
'=24:00'-
_ 96.00
0:00'
:
0.00
0.00
269.00
: "$38,195:00
Stakeholder Outreach
Develop Strategy
4.00
8.00
12.00
$1,620.00
Develop Plan and Schedule
6.00
10 00
16 00
$2,220 00
Stakeholder Meetings
9 00
9 00
18.00
$2,700 00
Public Meetings
4 00
4 00
8 00
$1,200.00
Total Stakeholder^Outreach-
23.00'
0.00
.°0:00;:',`..,
0.00
31.00 ,
'0:00::
', "°
''0.00,..
54:00
,.$7,740.00
Page 28
Subconsultant Fees
Cost
Markup
Total
Aspect Consulting LLC
23,437 00
2,343.70
$25,780.70
J -U -B Engineers, Inc.
52,575.00
5,257.50
$57,832.50
Total Subconsultants
' $83,61320
Expenses
Mileage @ $0.535
$400 00
Total Expenses ..
$400.00
Total Cost"
198;615.70,
Page 29
EXHIBIT "C"
SCHEDULE OF RATES
Personnel Description Rate ($/Hr)
Sr Associate $ 195 00
Lead Engineer/Manager $ 160.00
Engineer 11 $ 110.00
Lead Technician/Designer $ 110 00
Planner 11 $ 105.00
Accountant $ 90.00
Clerical $ 75.00
Page 30
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
1
Item No. 10.
For Meeting of: April 18, 2017
ITEM TITLE: Resolution authorizing an agreement with Perteet, Inc., to utilize
Connecting Washington grant funds in an amount not to exceed
$199,000, for the engineering design and development of Plans,
Specifications and an Estimate for the Cowiche Canyon Trail
project
SUBMITTED BY: Brett Sheffield, Chief Engineer-- 576-6797
Scott Schafer, Director of Public Works
SUMMARY EXPLANATION:
In June of 2015, the State Legislature selected the Cowiche Canyon Trail project as one of the
Tier 2 Pedestrian and Bicycle Safety Projects as part of the Connecting Washington funding
program. The funding to construct this trail is $2,000,000. The project will construct
approximately two miles of trail with two bike/pedestrian bridges.
In order to select a consulting firm to develop the plans detailing the improvements, the City
followed the procedures established by the State of Washington to select and recommend a
professional firm using the Municipal Research and Service Center Professional Services roster
process to select a firm to prepare the engineering plans detailing the desired improvements to
the park. The City submitted Request for Qualifications to five engineering consulting firms, of
which three replied. Interviews were held with Perteet and two other firms.
Perteet, Inc. was determined to be the most qualified to perform the needed design work. The
costs to perform this work have been negotiated and a professional services agreement has
been developed in an amount not to exceed $199,000. A copy of the professional services
agreement is attached for review.
ITEM BUDGETED:
Yes
STRATEGIC PRIORITY: Neighborhood and Community Building
APPROVED FOR
SUBMITTAL:
City Manager
STAFF RECOMMENDATION:
Adopt resolution.
BOARD/COMMITTEE RECOMMENDATION:
ATTACHMENTS:
Description Upload Date
D Resolution Per -[eel 4/6/2017
CI Professional Service Agreement 4/6/2017
Type
Cover Memo
Cover Memo
2
PERTEET
2302 W Dolarway Road,Suite 1,Ellensburg,WA 98926 I P 425.252.7700
City of Yakima
Cowiche Canyon Trail
AMENDMENT NO. 1
City of Yakima, "CLIENT" desires to amend the agreement entered into with Perteet,
Inc., "CONSULTANT" executed on April 19, 2017. All provisions in the basic agreement
remain in effect except as expressly modified by this amendment.
The changes to the agreement are described as follows:
SECTION 2: SCOPE OF SERVICES
The original scope of services will be amended to include additional services to complete the
project as described in Exhibit"A", attached hereto and made a part of this agreement.
SECTION 5: COMPENSATION
This section shall be amended as follows:
These additional services will cause an increase in the amount of Eighty-Nine Thousand
Nine Hundred Dollars ($89,900). These additional services will be invoiced in
accordance with Exhibit "B", fee determination and 2020 Hourly Rates for Perteet and
subconsultants,attached hereto and made a part of this agreement.
If you concur in this amendment and agree to the changes as stated above, please sign in the
appropriate spaces below and return to this office for final action.
Dated this day of fl CL✓C-G'] ,2020.
CITY OF YAKIMA PERTEET,INC.
014 MIVAAjLti
tal L.Donner
resident
TITLE:` o tex-► ,,,,,c�� ►`I-9
CITY CONTRACT NO: •l7 Ol g#a y ‘ry)($Ln.(?,e.y r-
RESOLUTION NO:k•2011-1)53
City of Yakima Cowiche Canyon Trail Page I
Prepared by Perteet,Inc. Amendment No.I
\\perteet.com\FOes\Clienta\Yakima,City ofTrojects120160316-Cowiche Canyon Trail\Project Management Change Management\Change I-Feb
2020\20160316 Cowiche Amend 1 2.10-2020.doc
PERTEET
2302 W Dolorwoy Road,Suite I,Ellensburg,WA 98926 I P 425.252.7700
Exhibit"A"
Amendment No. 1
City of Yakima Cowiche Canyon Trail
INTRODUCTION
The original scope of work for this project included preparation of plans,specifications,and opinion of cost
developed through the 90%design level for a trail beginning at approximately Power House Rd and ending at
the existing easterly trail head of the existing"Cowiche Canyon Trail",for a total distance of approximately
two miles.After working through several stakeholder meetings and several conceptual trail alignments,the
City has elected to divide the project into two phases.Phase 1 will consist of the portion of trail from
approximately Power House Rd to Cowiche Canyon Lane,for a distance of approximately one mile.This
portion consists of a trailhead,construction of one new bridge,and reuse of one existing bridge.The
Consultant will prepare final,bid-ready documents for construction of Phase 1 of the project.
Phase 2 will consist of the portion of the trail from Cowiche Canyon Lane to the existing easterly Cowiche
Canyon Trail trailhead.At this time,the alignment for Phase 2 has not been determined.This Amendment
No. 1 includes a new work element to support the City in determining the alignment for the Phase 2 portion of
the trail.
The intent of Amendment No. 1 is to revise the scope of the project so that the Consultant develops bid-ready
construction documents and bidding support for Phase 1, and to provide support for determining the
alignment for Phase 2.
The Consultant and its Subconsultants will bill hours according to their published 2020 billing rates,attached
hereto.
WORK ELEMENTS(ORIGINAL CONTRACT)
The original project scope included nine Work Elements,as listed below.A brief description of the work
completed to-date on each of the nine work elements is described below.As of this amendment,no further
work under Work Elements 1 —9 will be completed.
Work Element 1—Project Management
The original assumptions included a project duration of 18 months.The project has been extended by a
duration of 20 months,for a total duration of 38 months.
Work Element 2—Survey and Basemap Preparation(J-U-B)
J-U-B Engineers,Inc.was selected to conduct topographic surveys per the original agreement.In lieu of
surveying and basemap preparation provided by J-U-B Engineers,the City elected to have Yakima
County provide topographic surveys and preliminary right-of-way boundary research as Agents
representing the City of Yakima.As of the date of this Amendment,Yakima County has provided some
topographic survey and right-of-way boundary mapping.This Amendment will eliminate the topographic
City of Yakima Cowiche Canyon Trail Page 2
Prepared by: Perteet,Inc. Amendment No.1
1\perteet.com\Files\Clients\Yakima,City ot\Projects\20160316-Cowiche Canyon Trail\Project Management\Change Management\Change 1-Feb
2020\20160316 Cowiche Amend 1_2-10-2020.doc
PERTEET
2302 W Dolarway Road,Suite I,Ellensburg,WA 98926 I P 425.252.7700
surveying and all other survey and basemap preparation responsibility originally described in Work
Element 2 from J-U-B Engineers.
Work Element 3—Stormwater Analysis—Phase 1
The scope of Work Element 3 will not change,except that stormwater analysis will only be provided within
the limits of the Phase 1 project.
Work Element 4—Conceptual Design(30%Roll Plot)
A conceptual design was prepared under the original scope-no change to the scope of this work element.
Work Element 5—60%Design and Opinion of Cost
At the direction of the City,Perteet began work on the 60%design based on the alignment selected through
the 30%design process.After beginning work on the 60%design,the City made a significant revision to the
alignment that moved it from an open field to a route that parallels Cowiche Canyon Road.The Consultant
performed some work pertaining to this alignment under the 60%design task.Depending on the results of the
Phase 2 alignment determination effort,some of the 60%design effort may not be usable.
Work Element 6—90%PS&E Design
The scope for the 90%PS&E Design work element has minor changes,including that the number of plan
sheets will be reduced to account for the shorter overall project length. See new Work Element 15.
Work Element 7—Geotechnical Investigation
Prior to this Amendment,Aspect Consulting completed Work Elements 7.1 and 7.2 as shown in the original
scope. Work elements 7.3,7.4,and 7.5 were not started and are revised to read as shown in new Work
Element 16.
Work Element 8—Structural Design
This work element is deleted.See new Work Element 13 for Structural Design.
Work Element 9—Stakeholder Outreach
The original assumptions for this task listed Perteet participation in two(2)stakeholder meetings.At the
City's request,Perteet has participated in four(4)stakeholder meetings to date.
City of Yakima Cowiche Canyon Trail Page 3
Prepared by: Perteet.Inc. Amendment No. I
\\perteet.com\Files\Clients\Yakima,City ot\Projects\20160316-Cowiche Canyon Trail Project Management\Change Management\Change 1-Feb
2020\20160316 Cowiche Amend 1 2-10-2020.doc
PERTEET
2302 W Dolarway Road,Suite 1,Ellensburg,WA 98926 I P 425.252.7700
NEW WORK ELEMENTS(ADDED WITH THIS AMENDMENT)
Work Element 10—Project Management-Phase 1
Note: The project has been extended by a duration of 22 months,for a total duration of 40 months.This
amendment assumes that the project will be completed by August 2020.
The intent of this work element is to provide the overall project management and design coordination.
As part of the project,the Consultant will prepare monthly progress reports that describe the work items
that were accomplished during a given month,as well as a forecast of work to be completed over the
following month. The monthly progress reports will also identify other issues or problems that may occur
in any given month. The Consultant will submit these monthly progress reports to the City's Project
Manager with the monthly invoices. The Consultant Project Manager will notify the City's Project
Manager, in writing(memo format),of out of scope and/or budgetary issues that are inconsistent with this
Scope of Work.
Work Elements:
• Update project schedule.
• Manage subconsultant activities.
• Prepare monthly progress reports and invoices.
• Communicate weekly with the City via phone or e-mail.
Assumptions:
• The project will be completed in approximately six(6)months.
• The project schedule will be prepared in Microsoft Project format.
Deliverables:
• Updated project schedule(PDF)
• Monthly project invoices and progress reports
Work Element 11—Survey and Basemap Preparation (Yakima County)-Phase 1
It is assumed that Yakima County will provide minor additional basemapping services as needed to
support the project.
Work Element 12—Stormwater Analysis—Phase 1
Note: This is the same scope for Stormwater Analysis that was included under the original Work Element 3—
Stormwater Analysis. However,the hours estimate has been adjusted to reflect that the stormwater analysis
will only be provided within the limits of the Phase 1 project.
City of Yakima Cowiche Canyon Trail Page 4
Prepared by Perteet,Inc. Amendment No. 1
X:\Yakima,City of\Projects\20160316-Cowiche Canyon Trail\Project Management\Contract\Amendment 1\20160316_Cowiche Amend 1 2-10-2020.doc
p PERTEET
2302 W Dolarway Rood,Suite I,Ellensburg,WA 98926 I P 425.252.7700
This work element will provide analysis and design of the stormwater systems associated with the
proposed trail improvements along the Phase 1 portion of the alignment.This task includes the
preparation of the stormwater design criteria to be used on the project,a hydraulic analysis of the
stormwater runoff elements associated with the improvements and the preparation of a Drainage Report.
Work Elements:
• Prepare Stormwater Design Standards Matrix,limited to the elements associated with this scope
of services.This matrix will be included in the Drainage Report for the project.
• Prepare a site assessment map showing existing drainage features within the project area and
identify threshold discharge areas(TDAs)including the 'A mile flow paths used in determining
each TDA.Change in land use maps(existing and proposed impervious area maps)will not be
created since it will be assumed that all new impervious surfaces will disperse all runoff,
satisfying full dispersion requirements for flow control. The site assessment map will be used for
appropriate documentation in the Drainage Report.
• Conduct an off-site analysis,including a downstream analysis and an upstream analysis for
inclusion in the Drainage Report.The off-site analysis will be a very brief and qualitative analysis
and will not include any calculations or detailed basin analysis.
• Prepare conveyance calculations for new drainage ditches and culverts associated with the trail
improvements. Calculations to be performed for worst case conditions only and then applied to
the rest of the project accordingly.
• Prepare a Drainage Report for the project documenting compliance with or exemption from the
eight(8)Core Elements in the Yakima County Regional Stormwater Manual.
Assumptions:
• The project will be designed in accordance with the Yakima County Regional Stormwater
Manual(January 2010).
• Water quality treatment is not required for this project because the new trail is considered non-
motorized and therefore does not generate any pollutants during rain events.
• Full dispersion is assumed to be the appropriate measure to satisfy the flow control requirement
for this project.
• The Drainage Report will undergo one(1)review cycle.The consultant will prepare a draft and
final document.
• Ditch and culvert capacity calculations will be performed using StormShed3G modeling software.
• City will provide the Cowiche Creek hydraulic modeling results previously prepared by WDFW
and Yakima County to the Consultant. Consultant will not be responsible for updating the stream
model.
• SWPPP to be prepared by contractor.
Deliverables:
• Draft Drainage Report in PDF format and hard copy(two [2]copies)
• Final Drainage Report in PDF format and hard copy(two[2]copies)
City of Yakima Cowiche Canyon Trail Page 5
Prepared by: Perteet,Inc. Amendment No. 1
1\perteet.com\Files\Clients\Yakima,City al\Projects\20160316-Cowiche Canyon Trail\Project Management\Change Management\Change I-Feb
2020\20160316 Cowiche Amend l 2-I0-2020.doc
PERTEET
2302 W Dolorwoy Road,Suite 1,Ellensburg,WA 98926 P 425.252.7700
Work Element 13—Structural Design(J-U-B)—Phase 1
This work will be performed by J-U-B Engineers Inc.(J-U-B),a subconsultant to Perteet Inc.
The trail is planned to cross over Cowiche Creek and adjacent floodplain in one location(Bridge Location
#1),and Cowiche Creek at an existing timber bridge(Bridge Location#2a).The crossing at Bridge Location
#1 is planned to consist of a single-span bridge over the creek with option for a similar structure over
identified wetland area making this a multi-span bridge to cross over both the creek and wetland area.The
bridge will be required to be square, with no skew and no curves on the bridge. The scope of work for this
bridge substructure is assumed to be a shallow foundation.If it is determined that a shallow foundation will
not be acceptable,additional scope and fee will be required to design a deep foundation.The determination of
suitable foundation type will be based on hydraulic and scour analysis and recommendations performed by a
licensed professional engineer in Washington State,and a geotechnical report with recommendations by a
licensed professional engineer in the state of Washington. The hydraulic engineering and geotechnical
engineering is not part of J-U-B's Scope of work.The work for Crossing 2a includes a site visit to determine
if the existing timber superstructure of the bridge is viable to serve as a pedestrian structure.If determined
viable,J-U-B will develop the additional scope and fee to design any modification to the existing structure to
use as a pedestrian structure.The adequacy of the foundation of the structure cannot be determined and is not
part of this scope.If the original timber bridge foundation plans are made available to J-U-B,additional scope
and fee can be provided to determine the adequacy of the existing foundation for pedestrian use.The work
element also includes project management and project administration.
Concept Memorandum
J-U-B will develop a recommended concept memorandum of the structure type size and location.J-U-B
will investigate only two superstructure options.One is a precast concrete slab type bridge,and the other
is a premanufactured steel type pedestrian bridge.A brief concept memo will summarize the investigation
by describing the options,the costs.A recommendation will be made.
Assumptions:
• Shallow foundations will be used.
• Pathway alignment and pathway profile will be provided by Perteet.
• The pathway profile may need to be adjusted depending on the span length and structure depth.
• PERTEET will provide low chord elevations for each bridge for this project to J-U-B.
• PERTEET will provide the minimum bridge opening at each bridge location to J-U-B.
• There will be one review submittal for this Concept Memorandum.
• After agreement by the City,J-U-B will proceed with the approved recommended type size and
location of the bridges for the Final Design.
• An on-site bridge investigation will be performed of the existing timber bridge to determine the
viability of using the existing timber superstructure for pedestrian use.
• If the existing timber bridge superstructure is determined as viable with modifications for
pedestrian use,additional scope and fee will be developed for designing recommended
modifications.
Deliverables:
• Concept Memorandum
City of Yakima Cowiche Canyon Trail Page 6
Prepared by: Perteet,Inc. Amendment No. 1
\\perteet.com\Files\Clients\Yakima,City of\Projects\20160316-Cowiche Canyon Trail\Projcet Management\Change Management\Change 1-Feb
2020\20160316 Cowiche Amend 1 2-I0-2020.doc
PERTEET
2302 W Dolarway Road,Suiie I,Ellensburg,WA 98926 I P425.252.7700
Final Design
J-U-B will advance the design of the new bridge based on the agreed recommendation from the Concept
Memorandum.The Plans, Specifications and Opinion of Cost will be advanced to a 100 percent level.
This 100 percent Package will be completed for review by Perteet and the City.Comments from the
Review will be incorporated into the PSE package.Structural computations for the foundation and the
substructure will be completed and sealed and signed by the J-U-B Engineer with a Washington P.E. The
superstructure type will be confirmed by J-U-B with minimal computations(J-U-B will not design the
superstructure,but will confirm the required superstructure type,fit and required connection details to the
substructure).The plans will consist of a combination of CAD line work and hand detailing to minimize
cost for drafting.No electronic CAD files will be provided.Drawings will be hard paper copy and pdf
files.Computations will be hard paper copy and pdf files.It is assumed that the superstructure will be
designed and sealed by a Registered Professional Engineer in Washington State,retained by the
Contractor who is awarded the construction contract,(the precaster or steel bridge manufacturer will
provide the design computations under the construction contract).An opinion of cost will be provided by
J-U-B.J-U-B will develop pertinent construction specifications which will be added to the overall
construction specifications which PERTEET is responsible for.
Assumptions:
• One(1)review submittal to the City
• Review comments will not change the general type size and location of the bridge.
• PERTEET will approve that the bridge meets the environmental and hydraulic requirements.
• PERTEET is responsible for all approach work to the bridges.
• PERTEET will provide geotechnical recommendations
Deliverables:
• Final Review Plans Specifications and Opinion of Cost
Plans,Specifications,Opinion of Cost
The Final Sealed drawings(Washington State PE)with computations,specifications and quantities and
opinion of cost will be provided.
Deliverables:
• Sealed Plans Specifications and Opinion of Cost
• Bridge Calculations
Investigation of Existing Timber Bridge Superstructure
J-U-B will perform a bridge site investigation of the existing timber bridge(bridge 2a)and provide a
memorandum of findings and recommendation regarding the viability of using the existing timber bridge
superstructure for pedestrian use.In addition,if found to be viable,J-U-B will develop a scope and fee to
design any modifications to the superstructure.This scope and fee will be the basis for an addendum to
this Contract.
Deliverables:
• Memorandum of Existing Bridge viability as a pedestrian bridge
City of Yakima Cowiche Canyon Trail Page 7
Prepared by: Perteet,Inc. Amendment No. I
\\perteet.com\Files\Clients\Yakima,City of\Projects\20160316.Cowiche Canyon Trail\Project Management\Change Management\Change 1-Feb
2020120160316 Cowiche Amend 1_2-10-2020.doc
PERTEET
2302 W Dolarway Road,Suite 1,Ellensburg,WA 98926 P 425.252.7700
• Additional Scope and Fee to modify existing timber superstructure to accommodate pedestrian
traffic based on findings and recommendation of the Memorandum of Existing Bridge Viability
as a pedestrian bridge.
Work Element 14—60%Design and Opinion of Cost-Phase 1
The intent of this revised Work Element is to complete 60%design of the Phase 1 portion of the trail
according to the alignment shown in the 30%roll plot.The City will critically review the 60%design to
ensure it meets the required project goals and grant obligations and provide one set of written comments to
the Consultant.
Work Elements:
• Respond and incorporate City review comments.
• Prepare plans(maximum of 18 civil, 11"x 17"plan sheets at 1"=50' scale)
• Cover sheet(1 plan sheet)
• Abbreviations and legend(1 plan sheet)
• Alignment and survey control plan(1 plan sheet)
• Typical cross-sections and miscellaneous details(2 plan sheets)
• Site preparation and erosion control (5 plan sheets)
• Plan view(5 plan sheets)
• Profile(1 plan sheets)select locations
• Bridge plan,profile,and details(see task 13)
• Trail head plan and details(2 sheets)
• Stormwater Design
• ADA Design
• Prepare Opinion of Costs
Assumptions:
• Utility upgrades,utilities to service restrooms,and utility plans will not be prepared.
• Perteet's standard Opinion of Cost spreadsheet will be utilized to develop the 60%Opinion of
Costs.
• Contract specifications will be prepared at the 90%design phase.
• Restroom building design is excluded from this scope of work.The Consultant may suggest pre-
constructed restroom facilities.
• Retaining walls will not be necessary and are excluded from this proposal.
Deliverables:
• 60%Plan Set(4 hard copies—11"x 17"format)
• Selected Standard Plans(4 hard copies—8.5"x 11"format)
• Opinion of Costs(4 hard copies—8.5"x 11"format)
City of Yakima Cowiche Canyon Trail Page 8
Prepared by: Perteet,Inc. Amendment No. l
\\perteetcom\Files\ClientslYakima,City of\Projects120160316-Cowiche Canyon Trail\Project Management\Change Management\Change 1-Feb
2020\20160316 Cowiche Amend I_2-10-2020.doc
PERTEET
2302 W Dolorwoy Road,Suite I,Ellensburg,WA 98926 ( P 425.252.7700
Work Element 15—90%PS&E Design—Phase 1
The scope for Work Element 6—90%PS&E Design has minor changes from the original scope,
including that the number of plan sheets will be reduced as shown below to account for the shorter overall
project length of Phase 1.
The intent of this work element is to develop the 90%plans,technical specification,and opinion of likely
construction costs.
• Respond and incorporate the City's 60%review comments
• Prepare plans(maximum of 18 civil, 11"x 17"plan sheets at 1"=50' scale)
• Cover sheet(1 plan sheet)
• Abbreviations and legend(1 plan sheet)
• Alignment and survey control plan(1 plan sheet)
• Typical cross-sections and miscellaneous details(2 plan sheets)
• Site preparation and erosion control(5 plan sheets)
• Plan view(5 plan sheets)
• Profile(1 plan sheets)select locations
• Bridge plan,profile,and details(see task 13)
• Trail head plan and details(2 sheets)
• Prepare 90%Stormwater Design
• Prepare 90%ADA Design
• Prepare 90%WSDOT/APWA Technical Specifications—Divisions 2 through 9
• Prepare 90%Opinion of Costs
• Prepare 90%Bid Proposal Form
Assumptions:
• Same assumptions as Work Element 14.
• Half-size plan sheets will be submitted as the 90%plan set(11"x 17", 1"=50' scale).
• Plans will utilize Perteet's standard title block.
• APWA CADD standards will be utilized.
• Design software will be Civil3D.
• Traffic control plans will not be prepared.
• Whenever possible,the design team will reference City of Yakima and WSDOT Standard Plans.
These standard plans will be placed in the appendix of the specifications.
• A maximum of eighteen(18)civil plan sheets will be produced.
City of Yakima Cowiche Canyon Trail Page 9
Prepared by: Pertcet,Inc. Amendment No.1
\\perteet.com\Files\Clients\Yakima,City ot\Projects120I60316-Cowiche Canyon Trail\Project Management\Change Management\Change 1-Feb
2020\20160316 Cowiche Amend 1 2-10-2020.doc
PERTEET
2302 W Dolorway Road,Suite I,Ellensburg,WA 98926 I P 425.252.7700
• Plans will be developed utilizing Lidar and 2015 Aerial.Aerial imagery will be shown on the
plan sheets with basic features called out by line work and legend.
• 60%Plan comments will be consolidated by the City and conflicting comments will be resolved
by City staff prior to transmitting to the Consultant.
• Fencing and or railway details when required will be provided by the City(Cad or standard plan).
• City will not require full size plan sheets to be produced.
• Division 1 of contract specifications will be prepared by City of Yakima.
• City will provide CAD details of designed trail and trailhead site features.
Deliverables:
• 90%Plan Set(1 PDF and 4 hard copies—11"x 17"format)
• 90%Technical Specifications and Standard Plans(1 PDF and 4 hard copies—8.5"x 11"format)
• 90%Opinion of Costs(1 PDF and 4 hard copies—8.5"x II"format)
• 90%Bid Proposal form (1 PDF and 4 hard copies—8.5"x 11"format)
Work Element 16—Geotechnical Investigation—Phase 1
Phase 1 of the Project generally encompasses design of a 10-foot-wide,grade-supported pedestrian trail
spanning from just southwest of Powerhouse Road to the west to Cowiche Canyon Lane in Yakima,
Washington(Site).The trail alignment is proposed to traverse and/or follow along a combination of an
abandoned ballast railroad embankment, flood plain and field areas,some of which a located at the base
of tall basalt and rock-talus slopes.
The trail is planned to cross over Cowiche Creek in two locations:one via a new,single-span bridge that
is approximately 50 feet long and one via reuse of an existing wooden bridge. Based on preliminary
geotechnical work(test pits and Site reconnaissance)completed previously by Aspect and conversations
with the design team,our understanding is shallow foundations bearing on the underlying gravel deposits
and/or basalt bedrock is the preferred foundation type to support the new Phase 1 bridge,pending scour
analysis results by others to further assess suitability. If deep foundations(piles)are needed additional
geotechnical effort and budget may be needed.
We understand a section of the trail is situated at the base of a talus slope and might require raising of
grade and a short cantilever,gravity,block or mechanically reinforced soil catchment wall to situate the
trail grade away from a vegetated area that is to remain and keep the trail embankment width to a
minimum from raveling talus material.
Site Reconnaissance&Geotechnical Engineering Analysis
16.1.1 Site Reconnaissance
Aspect will visit the Site to meet with the design team and walk sections of the trail alignment that might
require wall(s)to observe and evaluate subgrade and retained soil/rock materials.
City of Yakima Cowiche Canyon Trail Page 10
Prepared by• Perteet,Inc. Amendment No. l
\\pertcet.eom\Files\Clients\Yakima.City of\Projects\20160316-Cowiche Canyon TrailFProject Management\Change Management\Change I-Feb
2020\20160316 Cowiche Amend 1 2-10-2020.doc
PERTEET
2302 W.Dolorwoy Rood,Suite I,Ellensburg,WA 98926 P 425.252.7700
Assumptions:
-The site reconnaissance will be completed over the duration of one-half day in the field.
-Limited explorations consisting of hand probing and hand augering;no machine drilled or excavated
explorations will be needed along the proposed short wall areas.
16.1.2 Geotechnical Engineering Analysis
Aspect will utilize test pit exploration and laboratory testing data from our previous geotechnical work
and results of Work Element 7.3.1 (above)to evaluate/identify geologic hazards that that might conflict
with the proposed alignment,generalized trail and short retaining wall subgrade evaluation and
improvement(if needed),and lateral earth pressures on short walls. For the bridge crossing,we assume
liquefaction is not a design consideration and the bridge will be founded on the underlying gravel
deposits/and or basalt bedrock.Aspect's analyses to support shallow foundation design will consist of
determination of allowable bearing pressure,estimated settlement,lateral parameters,and dewatering and
excavation considerations.Scour analysis at bridge foundations will be completed by others. Aspect's
geotechnical engineering analysis will be limited to the one new bridge location only.
16.2 Geotechnical Report and Coordination Meeting
Aspect will prepare a draft geotechnical report providing a summary of geotechnical and geologic
conditions,logs of nearby wells or borings by others,logs of hand probing/augering and test pit
completed for this study,laboratory test results,and conclusions and recommendations for design of the
new bridge structure shallow foundations short walls,and trail subgrade evaluation/improvement.Aspect
will participate in up to two brief TS&L phone calls to review and discuss geotechnical/structural design
and construction considerations.Aspect will address any review comments on the draft geotechnical
report and issue a final geotechnical report,sealed by a professional engineer licensed in the state of
Washington.
Deliverables:
• Draft Geotechnical Report
• Final Geotechnical Report
16.3 PS&E Support
Aspect will assist the design team with foundation and abutment evaluation and design,and provide
input to plans(prepared by others).Aspect will provide input to geotechnical aspects of the project
specifications.
Work Element 17—Bid Set PS&E—Phase 1
The intent of this work element is to develop a bid-ready set of plans and technical specifications, and
opinion of likely construction costs.
City of Yakima Cowiche Canyon Trail Page 11
Prepared by: Perteet,Inc. Amendment No.1
\\perteet.com\Files\Clients\Yakima.City of Projects120160316-Cowiche Canyon Trail\Project Management\Change Management\Change l-Feb
2020\20160316 Cowiche Amend 12-10-2020.doc
PERTEET
2302 W.Dolarway Rood,Suite 1,Ellensburg,WA 98926 I P425.252.7700
Work Elements:
• Respond and Incorporate the City's 90%Review Comments
• Prepare plans(maximum of 18 civil, 11"x 17"plan sheets at 1"=50' scale)
• Cover sheet(1 plan sheet)
• Abbreviations and legend(1 plan sheet)
• Alignment and survey control plan(1 plan sheet)
• Typical cross-sections and miscellaneous details(2 plan sheets)
• Site preparation and erosion control(5 plan sheets)
• Plan view(5 plan sheets)
• Profile(1 plan sheets)select locations
• Bridge plan,profile,and details(see task 8)
• Trail head plan and details(2 sheets)
• Prepare Final Stormwater Design
• Prepare Final ADA Design
• Prepare Final WSDOT/APWA Technical Specifications—Divisions 2 through 9
• Prepare Final Opinion of Costs
• Prepare Final Proposal Form
Assumptions:
• Utility upgrades,utility service to restrooms,and utility plans will not be prepared.
• Restroom building design is excluded from this scope of work.
• Division 1 and the front end(contract,bidder's information,prevailing wage information,and
other typical "front end"documents)will be prepared by the City.
• Plans will utilize Perteet's standard title block.
• APWA CADD standards will be utilized.
• Design software will be Civil3D.
• Traffic control plans will not be prepared.
• Whenever possible,the design team will reference City of Yakima and WSDOT Standard Plans.
These standard plans will be placed in the appendix of the specifications.
• A maximum of eighteen(18)civil plan sheets will be produced.
• 90%plan comments will be consolidated by the City and conflicting comments will be resolved
by City staff prior to transmitting to the Consultant.
• Fencing and or railway details when required will be provided by the City(CAD or standard
plan).
City of Yakima Cowiche Canyon Trail Page 12
Prepared by: Perteet,Inc. Amendment No. 1
\\perteet.com\Files\Clients\Yakima,City oftProjecis120160316-Cowiche Canyon Trail\Project Management\Change Management\Change 1-Feb
2020\20160316 Cowiche Amend 1_2-10-2020.doc
PERTEET
2302 W Dolorwoy Rood,Suite I,Ellensburg,WA 98926 I P 425.252.7700
• City will provide CAD details of designed trail and trailhead site features.
Deliverables:
• Bid-Ready Plan Set(one[1]PDF,four[4]hard copies—11"x 17"format,two[2]hard copies—
22"x 34"format)
• Bid-Ready Technical Specifications and Standard Plans(one[1] PDF and four[4]hard copies—
8.5"x 11"format)
• Final Opinion of Costs(one[1]PDF and four[4]hard copies—8.5"x 11"format)
• Final Bid Proposal form(one[1]PDF and four[4]hard copies—8.5"x 11"format)
Work Element 18—Bid Support—Phase 1
The intent of this task is to provide support to the City in response to requests and questions that arise
during the bidding process.
Work Elements:
• Attend pre-bid meeting,if necessary
• Respond to bidder questions
• Prepare up to two(2)addenda
• Prepare conformed set of documents,if necessary
• Participate in the bid opening, evaluate bids,prepare bid tabulation and make recommendation of
award.
Assumptions:
• The City will post bid documents to bidder exchange or other document platform for
advertisement.
• All bid advertisement fees are paid by the City.
Deliverables:
• Response to bidder questions(PDF delivered electronically)
• Addenda, if necessary(PDF delivered electronically)
• Bid evaluation,tabulation,and recommendation of award,PDF delivered electronically
• Conformed set documents,if necessary(PDF delivered electronically,four[4]hard copies—
11"x17"format,two[2]hard copies—22"x34"format)
Work Element 19—Alignment Determination Support—Phase 2
The intent of this task is to support the City in determining the alignment for the Phase 2 portion of the
trail project.Work to be performed under this task includes attending meetings at City Hall to support the
City Project Manager in developing a file for the project that documents that City's claim to the property
City of Yakima Cowiche Canyon Trail Page 13
Prepared by: Perteet,Inc. Amendment No.I
\\perteet.com\Files\Clients\Yakima,City oflProjects120160316-Cowiche Canyon Trail\Project Management\Change Management\Change I-Feb
2020\20160316 Cowiche Amend 1 2-10-2020.doc
PERTEET
2302 W Dolarwoy Road,Suite I,Ellensburg,WA 98926 I P 425.252.7700
that the Phase 2 portion of the trail will be constructed upon.Services provided under this task are limited
to the budget shown in the Amendment No, 1 fee breakdown.
Work Elements:
• Attend meetings at City Hall
Assumptions:
• The Consultant will attend up to three(3),one-hour meetings to support the development of a
right-of-way file for the project.
Deliverables:
• None
Work Element 20—Stakeholder Coordination
The intent of this task is to support the City in communicating with property owners adjacent to the trail
alignment,and in communicating project updates with other project stakeholders such as the Cowiche
conservancy group,the City's Ped/Bike committee,and Mid-Columbia Fisheries.
Work Elements:
• Attend meetings at City Hall and at various other locations in Yakima to discuss the project.
• Prepare meeting materials
• Prepare meeting notes
Assumptions:
• The Consultant will attend up to six(6),one-hour meetings to support stakeholder coordination
efforts
Deliverables:
• Meeting materials(six(6)meetings)
• Meeting notes(six(6)meetings)
Optional Services(Excluded from this Scope of Services)
-Scour analysis(needed for shallow bridge foundation design);
-Bridge 2a retrofit design. Scope and fee to be determined after initial site visit from structural engineer;
Environmental permitting(SEPA,NEPA, Shoreline,Critical Areas,Cultural Resources).
City of Yakima Cowiche Canyon Trail Page 14
Prepared by: Perfeet,Inc. Amendment No.1
1\perteet.com\Files\Clients\Yakima,City of\Projects\20160316-Cowiche Canyon Trail\Project Management Change ManagemcntlChange 1-Feb
2020\20160316_Cowiche Amend 12-10-2020.doc
PERTEET Exhibit"B"
Project CovrIche Supplement 1 Last Update date 2/10/2020
(tient City af Valenta Pineal Project No. 20160316.001
144
Karisse Wittlxdut
Sr. Sr. Lead Engineer II Engineer II Lead ACCOU1118M Total Labor Dollars
Assodate Associate Engineer! Technkten/ Haas
Mgr Designer
lash Biting Rate $215.00 $215.00 $170.00 $130.00 $130.00 6130.00 5100.00
Prciect Management 30.00 4.00 34.00 115.500.00
Tow proict 710.00 "74.00 P"--.34.03 -'11,5.500.00
Sunray end Besomap 4.00 4.00 5680.00
Total Survey end Beitaritaft " ,0.00 -14.ocr r 7o.o0• aa.00 re.oq ;.8sao.00
Storrrnater Analysis 9.00 200 22.00 10.00 43.00 56,435.00
T?tei Strieeter/Mar, 7.0.00 :22,013 tr,'-7.10.00 '040 L,:ts„.1.99
s!metuno Design
TON steriteei Deirign I 0.00 OAXI "'0.00 0.03 ,t0.00 ,0.03 0.00 5000
60%Design and Opinion al Cost 12.00 35.00 11800 48.00 211.00 $29.850.03
Tale16096'Design endOpinien of C&st 1200 ;"0.03 135,00 Tj. 1 lc= 0.00fl 48.00 aoo 211:00 $29.13O0.9,0,
90%Design and Opinion at Cost 12.00 67.00 116.130 48.00 243.00 $35290.00
Tata19396 Design sag Opinion of Cast - ' 1200 .A.CO .117.00 ' 116.00 t 0.00 "-t 48.00 0.0Cq 243.00 $35290.00
Geoexenical Analysts
TONI Gietedinidel Analysis.' - ' '9.00 r •79,00 o.00'Tr 0.0)r.-7- o.00 "-o.00 "0.00T-o.op "pan
• _.1 4
Bid Set P88E 8.00 18.00 30.00 20.00 76.00 $1138020
Total Etid Set PSEE'""'- •--' "6.00•- 18.00 30.06 -•-20.03 0.00 if"778.00 511,290.03
Bid
SUPPOn 12.00 10.00 8.00 30.00 $4,380.00
Tits,Bid Suparin = "0.00 f ;"12.00 1 10.00 .0.00 T 8.00- ---'0.00' 30.00 $4.300.00
- -
Alignment Determinadon-Ph 2 9.00 9.00 51,935.00
TotatAlignmont Deem-ninitiart -0.00 V.-- '0,00 r • o.00 o.00 $1,935.00
.:•••-.I'CH...Z.,
Stakeholder Coordlnalion 48.00 54.00 24.00 126.00 $22,620.00
Mai Stakeholder Coordination 1,t'- 0.00,".•48.00 54.00 • .0.00• • •:24.00' 0.00 if 128.00 " $22,620.00
Espana*,
i• •
Total Hours 41.00 57.00/ 722.00 294.00 24.00 134.00 4.00 778.00
Total Deems $ari aoo. $12,255.00 $37,740.00 $38,220.00 53.120.00 $17,420.00 $400.00 $117,970.00
Expenses: Subconsultant Fees: Cost Mariam Biti summary
Mileage-$.575 138 Aspect Consulting LLC 12,824 1,282 14,106 1-000, $117,970.00
Priming 300 J.U43 Engineers Inc. 57,125 5,713 62,838 EsPertm $43&00
Totals: 438. Totals: 03,949 6.995 76,944 Subconsuitatas $78,944.00
CONTRACT'TOTAL $195,352.00
Original Scope:Powerhouse Rd to SW Trailhead, up to 90%Design
Amount Spent(through
Task No. Task Description Original Budget 2/10/20)
1 Project Management $14,918 $15,263
2 Survey&Basemap(J-U-B) $9,536 $4,723
3 Stormwater Analysis $5,740 $205
4 30%Design $15,155 $17,729
5 60%Design $32,855 $27,979
6 90%Design $38,195 $220
7 Geotechnical Analysis(Aspect) $25,781 $11,674
8 Structural Design(1-U-B) $48,296 $981
9 Stakeholder Outreach $7,740 $13,686
Expenses $400 $703
Total $198,616 $93,164
Remaining Budget $105,452
Phase 1:Powerhouse Rd to Cowiche Canyon Lane, Bid-Ready Design
Task No. Task Description Budget
10 Project Management $5,500
11 Survey&Basemap(Yakima Co.) $680
12 Stormwater Analysis $6,435
13 Structural Design (1-U-B) $62,838
14 60%Design $29,850
15 90%Design $35,290
16 Geotechnical Analysis(Aspect) $14,106
17 Bid Set PS&E $11,280
18 Bid Support $4,380
19 Alignment Determintation(Ph 2) $1,935
20 Stakeholder Coordination $22,620
Expenses $438
*Phase 1 Total $195,352
*scour analysis and bridge retrofit design excluded -add to project separately
Supplement 1 Amount Needed $89,900
PERTEET
Schedule of2020 Billing Rotes
Engineering.Planning and Environmental Classifications 2020 Hourly Rate
Principal 250.00
Senior Associate 215.00
Senior Engineer/Manager 200.00
Lead Engineer/Manager 170.00
Engineer III 140.00
Engineer II 130.00
Engineer I 110.00
Senior Planner/Manager/Cultural Resources Manager 170.00
Lead Planner/Manager 140.00
Cultural Resources Specialist III 120.00
Cultural Resources Specialist II 115.00
Cultural Resources Specialist I 85.00
Planner III 130.00
Planner II 120.00
Planner I 80.00
Senior Ecologist/Manager 165.00
Lead Ecologist/Manager 150.00
Ecologist III 125.00
Ecologist II 105.00
Ecologist I 85.00
Lead Technician/Designer 130.00
Technician III 110.00
Technician II 85.00
Technician I 75.00
Contract Administrator 105.00
Accountant 100.00
Graphics Specialist 95.00
Clerical 90.00
Emergency Response Rate(immediate response following event) @ 1.5 times hourly rates
Expert Witness Rates.
Consulting&Preparation Time @ standard hourly rates
Court Proceedings&Depositions(4 hour minimum) @ 1.5 times hourly rates
Perteet's Hourly Rates are subject to change each year on January f'.
PERTEET
Schedule of 2020 Billing Rates
Page 2
Direct Expenses Rate
Living&travel expenses outside of service area Cost plus 10 percent
Authorized Subconsultants Cost plus 10 percent
Outside Services(printing,traffic counts,etc.) Cost plus 10 percent
CADD Station $10 00 per hour
Project Controls/Primavera $10.00 per hour
GIS/Traffic Modeling $15.00 per hour
Color Copies $.80 each
Mileage @ current federal rote
Construction Classifications 2020 Hourly Rate
Construction Supervisor 220.00
Construction Engineering Manager 190.00
Senior Construction Manager 150.00
Construction Manager 125.00
Assistant Construction Manager 125.00
Construction Engineer III 140.00
Construction Engineer II 120.00
Construction Engineer I 110.00
Senior Electrical Construction Observer 175.00
Senior Construction Observer 150.00
Construction Observer III 130.00
Construction Observer II 90.00
Construction Observer I 80.00
Senior Construction Technician 125.00
Construction Technician III 115.00
Construction Technician II 95.00
Construction Technician I 85.00
Perteet's Hourly Rotes are subject to change each year on January F`
Asnect SCHEDULE OF CHARGES
Effective January 2020
RP CONSULTING
Unless otherwise stated in the proposal or services agreement,current rates are as follows:
PERSONNEL CHARGES: ENGINEERS, SCIENTISTS, AND ANALYSTS Hourly Rate
Principals and Associates
Principal Scientist/Engineer/Analyst 2 $263
Principal Scientist/Engineer/Analyst 1 $249
Sr.Associate Scientist/Engineer/Analyst $230
Associate Scientist/Engineer/Analyst $215
Technical Professionals
Senior Scientist/Engineer/Analyst 3 $215
Senior Scientist/Engineer/Analyst 2 $202
Senior Scientist/Engineer/Analyst 1 $188
Project Scientist/Engineer/Analyst 3 $173
Project Scientist/Engineer/Analyst 2 $160
Project Scientist/Engineer/Analyst 1 $150
Staff Scientist/Engineer/Analyst 3 $138
Staff Scientist/Engineer/Analyst 2 $125
Staff Scientist/Engineer/Analyst 1 $116
PERSONNEL CHARGES: TECHNICAL AND PROJECT SUPPORT STAFF Hourly Rate
Field/Construction Staff
Field/Construction Supervisor $128
Field Technician 2 $104
Field Technician 1 $97
Design, CAD,and Graphics Staff
Engineering Designer $150
Sr.CAD Technician/Specialist $135
CAD Technician $119
Technical Editing and Project Operations
Sr.Technical Editor $120
Technical Editor/Project Coordinator 3 $109
Project Coordinator 2 $101
Project Coordinator 1 $96
PERSONNEL CHARGES:TECHNOLOGY AND SOFTWARE DEVELOPMENT Hourly Rate
Sr.Technology Project Manager $224
Technology Project Manager $208
Senior Software/Database Architect/Developer $213
Software/Database Architect/Developer $187
OTHER DISBURSEMENT CHARGES
Legal Testimony(4-hour minimum) $350/hr
Mileage Federal Gov Rate Plus 15%
Subcontractors and Miscellaneous Expenses Cost Plus 15%
Other equipment,rentals,and expenses will be provided on a per job basis.
Client acknowledges that Aspect wilt adjust the Schedule of Charges annually,and that the Agreement will remain valid for any and
all annually adjusted Schedule of Charges.
J-U-B ENGINEERS, INC
2020 HOURLY RATES TABLE
POSITION RATE PER HOUR HOURS TOTAL
SENIOR ENGINEER QC $205 9 $1,845
PROJECT MANAGER $205 12 $2460
STRUCTURAL ENGINEER $205 188 $38,540
CADD TECH $117 104 $12,168
ADMIN/PROJECT ASST. $117 12 $1,404
MATERIAL/EQUIPMENT/TRAVEL - - $708
Total time and materials=$57,125
PERTEET
2302 W Dolarway Road,Suite I,Ellensburg,WA 98926 P 425 252 7700
City of Yakima
Cowiche Canyon Trail
AMENDMENT NO.8
City of Yakima, "CLIENT" desires to amendment the agreement entered into with Perteet, Inc.,
"CONSULTANT" executed on April 19, 2017, amended on March 2, 2020, October 7, 2020, January 25,
2021, March 18, 2021,July 9, 2021, and March 6, 2022 All provisions in the basic agreement remain in effect
except as expressly modified by this amendment.
The changes to the agreement are described as follows.
SECTION 4: AUTHORIZATION, PROGRESS,AND COMPLETION
This section shall be amended as follows
The time for completion is through May 31,2022.
If you concur in this amendment and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action
Dated this 27th day of April ,2022.
CITY OF YAKIMA PERTEET, INC.
Peter De Boldt ale a „^
Peter De Boldt
Vice President
TITLE City Manager
CITY CONTRACT NO: Av 17-0 C 01C.8'
RESOLUTION NO: . 017—O 53
City of Yakima Cowiche Canyon Trail Pagel
Prepared by Perteet,Inc Amendment No 8
Y\Contract Admmwstraton\Contracts\Yakima\20160316_Cow,che Canyon TroHWmendment 8_4-27-2022 Tme Ext\20160316_Cowiche Amend 8 doc