Loading...
HomeMy WebLinkAboutR-2010-106 Electrical Fixtures Assessment Contract with Conley Engineering, Inc.RESOLUTION NO. R-2010-106 A RESOLUTION authorizing the City Manager to execute a Professional Services Agreement with Conley Engineering, Inc., a Washington Corporation in an amount not to exceed $9,900.00 to assess existing electrical fixtures, determine if existing fixtures will allow for recommended energy efficient upgrades, and produce a fixture schedule and specifications to use in preparing a bid package for said fixture upgrades per the Energy Efficiency and Conservation Block Grant EECBG) and the American Recovery and Reinvestment Act (ARRA). WHEREAS, the City of Yakima has received moneys from the Energy Efficiency block Grant (EECBG) which is intended to provide Energy Efficient upgrades and improvements to existing city owned buildings; and WHEREAS, the design and construction of the public improvements requires electrical engineering design services; and WHEREAS, the city utilizes the Municipal Research and Services Center of Washington (MRSC) roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and, WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a professional services agreement with a consultant selected from the roster for such expertise; and WHEREAS, Conley Engineering, Inc. has provided such professional electrical engineering services for the City for numerous past projects; and WHEREAS, the City Council has determined that it is in the best interests of the City to contract with Conley Engineering, Inc. to provide the professional engineering services necessary to complete the requirements for the retrofit of the lighting fixtures at various buildings owned by the City of; Now Therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute a Professional Services Agreement with Conley Engineering, Inc., for professional services required for the design of City Facilities Lighting Upgrade Project, said professional services agreement to be provided upon completion of "Exhibit -D", but expected to be similar with the attached agreement in a total contract amount not to exceed Nine Thousand Nine Hundred Dollars ($9,900). The City Manager is further authorized to execute any additional contracts or agreements that may become necessary and prudent for the completion of said project. ADOPTED BY THE CITY COUNCIL this 21st day of September, 2010 Micah Cawley, ayor ATTEST: R_Z©i0 — )6 Local Agency Standard Consultant Agreement Consultant/Address/Telephone Conley Engineering, Inc. 205 North 40th Avenue, Suite 201 Yakima, WA 98908 • (509) 965-9872 ►I1 Architectural/Engineering Agreement • ❑Personal Services Agreement Agreement Number Project Title And Work Description City Facilities Lighting'Upgrade Project. Assess existing electrical fixtures, determine if existing fixtures will allow for recommended energy efficient upgrades, and.produce a fixture schedule and • specifications to use in preparing a bid package for said fixture upgrades per the Energy Efficiency and Conservation Block Grant EECBG) and the American Recovery and Reinvestment Act (ARRA). Federal Aid Number Agreement Type (Choose one) % ►�� Lump Sum Lump Sum Amount $ 9,900.00 ❑ Cost Plus Fixed Fee Overhead Progress Payment Rate D/M/WBE Participation % Overhead Cost Method ❑ Actual Cost ❑ Actual Cost Not To Exceed ❑ Yes @ No Federal ID Number or Social Security Number ❑ Fixed Overhead Rate % Do you require a 1099 for IRS? ❑ Yes 0 No Completion Date August 31, 2011 Fixed Fee $ ❑ Specific Rates Of Pay • ❑ Negotiated Hourly Rate Total Amount Authorized Management Reserve Fund Maximum Amount Payable $ 9,900.00 $ • Provisional Hourly Rate $ 9,900.00 ❑ Cost Per Unit of Work Index of Exhibits (Check all that apply): ® Exhibit A-1 Scope of Work ❑ Exhibit A-2 Task Order Agreement ❑ Exhibit B-1 DBE Utilization Certification ® Exhibit C Electronic Exchange of Data Exhibit D-1 Payment - Lump Sum ❑ Exhibit D-2 Payment - Cost Plus 0 Exhibit D-3 Payment - Hourly Rate ❑ Exhibit D-4 Payment - Provisional ❑ Exhibit E-1 Fee - Lump/Fixed/Unit 0 Exhibit E-2 Fee - Specific Rates O Exhibit F Overhead Cost 0 Exhibit G Subcontracted Work O Exhibit G-1 Subconsultant Fee THIS AGREEMENT, made and entered into this 21st ❑ Exhibit G-2 Fee -Sub Specific Rates ❑ Exhibit G-3 Sub Overhead Cost Exhibit H Title VI Assurances ® Exhibit 1 Payment Upon Termination of Agreement ►.1 ►s1 Exhibit J Alleged Consultant Design Error Procedures Exhibit K Consultant Claim Procedures 0 Exhibit L Liability Insurance Increase ® Exhibit M-1 a Consultant Certification ® Exhibit M -lb Agency Official Certification ® Exhibit M-2 Certification - Primary Exhibit M-3 Lobbying Certification ® Exhibit M-4 Pricing Data Certification ® App. 31.910 Supplemental Signature Page between the Local Agency of City of Yakima day of September , 2010 , and the above organization hereinafter called the "CONSULTANT". DOT Form 140-089 EF Revised 3/2008 Page 1 of 8 , Washington, hereinafter called the "AGENCY" , WITNESSETH THAT: WHEREAS. the AGENCY desires to accomplish the above referenced project, and WHEREAS, the AGENCY does not ha \,e sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signitied a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I General Description of Work The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II Scope of Work The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. III General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in wntten and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. The CONSULTANT, and each SUBCONSULTANT, shall not discnminate on the basis of race, color, national ongin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this AGREEMENT. If D/M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S "DBE Program Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C." All designs, drawings, specifications, documents. and other work products, including all electronic files, prepared by the CONSULTANT pnor to completion or termination of this AGREEMENT are.instruments of service for this PROJECT, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. Page 2 of 8 IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authonzed in venting by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attnbutable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, . equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 3 1 . A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager. VI Sub -Contracting The AGENCY permits sub -contracts for those items of work as shown in Exhibit "G" attached hereto and by this reference made part of this AGREEMENT. Compensation for this sub -consultant work shall be based on the cost factors shown on Exhibit "G." The work of the sub -consultant shall not exceed its maximum amount payable unless a prior wntten approval has been issued by the AGENCY. • All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub -consultant shall be substantiated in the same manner as outlined in Section V. All sub -contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub -consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT shall not sub -contract for the performance of any work under this AGREEMENT.without prior wntten permission of the AGENCY. No permission for sub -contracting shall create, between the AGENCY and sub- contractor, any contract or any other relationship. A DBE certified sub -consultant is required to perform a minimum amount of their sub -contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the nght to annul this AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT pnce or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a Page 3 of 8 third party as a consequence of any act or omission on the part of the CONSULTANTS employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, dunng the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (42 USC Chapter 2l Subchapter V Section 2000d through 2000d -4a) Federal -aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discnmination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100-259) . American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX Termination of Agreement The nght is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days wntten notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. Page 4 of 8 In such an event, the amount to be'paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing the work to the date of ternination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that'the CONSULTANTS failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. En such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. [n the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the partnership, terrnination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X Changes of Work The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. XI Disputes Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided, however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J", and disputes concerning claims will be conducted under the procedures found in Exhibit "K". XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county in which the AGENCY" is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Supenor court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located. Page 5 of 8 XIII Legal Relations The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall indemnify and hold the .AGENCY and the STATE and its officers and employees harmless from and shall process and defend at its own expense all claims, -demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or the STATE, their agents, officers and employees; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANTS agents or employees, and (b) the AGENCY or the STATE, their agents, officers and employees, this indemnity provision with respect to (l) claims or suits based upon such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the PROJECT. Subject to the processing of a new sole source, or an acceptable supplemental agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY dunng contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall not exceed one million dollars (S1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar (SI ,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY reserves the nght to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days pnor notice to the AGENCY. The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million (S 1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L". In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. Page 6 of 8 The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to -it under other provisions of this AGREEMENT, or otherwise in law. XIV Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. B. If any such change causes an increase or decrease in the estimated cosi of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the ( I ) maximum amount payable, (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment"; hereafter referred to as "CLAIM", under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides. that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall he a dispute under the Disputes clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineenng data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the nght to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit "M-i(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Pnmary Covered Transactions, Exhibit "M-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M-4" Certificate of Current Cost or Pricing Data. Exhibit "M-3" is required only in AGREEMENTS over 5100,000 and Exhibit "M-4" is required only in AGREEMENTS over 5500,000. XVIII Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either•party has authonty to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terrns hereof shall be valid unless reduced to wnting and signed by the parties as an amendment to this AGREEMENT. XIX Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terrns and conditions thereof. Page 7 of 8 In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. By Consultant Conley Engineering, Inc., a Washington Corporation DOT Form 140-089 EF Revised 3/2008 By Agency City of Yakima Page 8 of 8 Exhibit A-1 Scope of Work Project No. 199 The fnlinwinz, tasks are rn be performed ar each of the follrnvinsz five locataors' city Hall, 12q N 2nd St Y-PAC/YCTV, 174 S 2nd Si - Fire Station q4 2404 W Washington AVP Fire Station 95 807 F Nnh Hill Styli , Public Wnrks CnmplPx, 2301 Fruitvalp Rlvd , SF Cnmmunity Center, 1711 S 7th St • Task 1 Field verify the existing, lighting types, in switching schemes This mfnrination will he Iced to prepare a li« tin« future schedule with each type, and type of lamp and hallast rnmhinatrons Task " Preparatinn of the I rohting fixture schedule to supplement the current Invitation to Rid This will aIsn anrhide preparation of electrical specifications formatted to match City of Yakima Speri fications that wnuld include lamp and hallasts types, and n Rasrr Material and Methods section Task 3 Answennz Cnntractnr duesttnns pertaining to the 11•hting fixhrre types and make a inn-ec.tions to the lighting fixture schedule diiring the hiddi g process if necessary Fach task will he completed hy the F gineer in the timeframe agreed to hy the City and Conley Fngineenno and shall begin on the date agreed to hy the City and Conley Fngneering followi o written authorization cri proceed Documents To Be Furnished By The Consultant Preparation of the I i'hting fixture schedule DOT Form 140-089 EF Exhibit A-1 Revises 6/05 Conley Engineering, Inc. Consulting Electrical Engineers MEMORANDUM September 1, 2010 To: Dan Ford E.I.T. City of Yakima From: Bob Blehart Re: Design Services Proposal — Exhibit "A" City of Yakima - City Facilities Lighting Upgrade Project CY-199 Thank you for the opportunity to propose our electrical engineering services for the City Facilities Lighting Upgrade Project located in Yakima, Washington. It is our understanding that this project consists of lighting upgrades to the following areas: • City Hall, 129 N. 2nd St. • Y-PAC/YCTV, 124 S. 2nd St. • Fire Station 94, 2404 W. Washington Ave. • Fire Station 95, 807 E. Nob Hill Blvd. • Publix Works Complex, 2301 Fruitvale Blvd. • SE Community Center, 1211 S. 7th St. We have based our proposal on the following scope of services: Scope of Services: The following tasks are to be performed at each of the five locations as described above: Task 1 Field verify the existing lighting types, and switching schemes. This information will be used to prepare a lighting fixture schedule with each type, and type of lamp and ballast combinations. Task 2 Preparation of the Lighting fixture schedule to supplement the current Invitation to Bid. This will also include preparation of electrical specifications formatted to match City of Yakima Specifications that would include lamp and ballasts types, and a Basic Material and Methods section. Task 3 Answering Contractor questions. pertaining to the lighting fixture types and making corrections to the lighting fixture schedule during the bidding process if necessary. C'Documents and SetbngsldlordlLocal Settings\Temporary Internet Fdes\Content.Outlook16A020SOnmemo-brb-100901-Design Services Proposal - Exhibd A doc P 0 Box 8326, Yakima, WA 98908 • 205 North 40th Avenue, Suite 201, Yakima, WA 98908 Voice: 509-965-9872 • Fax 509-965-9873 CY-199 - DESIGN SERVICES PROPOSAL Each task will be completed by the Engineer in the timeframe agreed to by the City and Conley Engineering and shall begin on the date agreed to by the City and Conley • Engineering following written authorization to proceed. Please call if you have any questions or comments. CC: Job File / Chron Fde Conley Enineering; fnc Page 2 Exhibit C Electronic Exchange of Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic tiles for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: I. Surveying, Roadway Design & Plans Preparation Section A: Survey Data B. Roadway Design Files C. Computer Aided Drafting Files D. Specify the Agency's Right to Review Product with the Consultant E. Specify the Electronic Deliverables to Be Provided to the Agency F. Specify What Agency Furnished Services and Information Is to Be Provided II. Any Other Electronic Files to Be Provided III. Methods to Electronically Exchange Data A. Agency Software Suite B. Electronic Messaging System C. File Transfers Format DOT Form 140-089 EF Exhibit C Rersed 6105 Exhibit D-1 Payment (Lump Sum) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work specified in Section II, "Scope of Work." The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. The estimate in support of the lump sum amount is attached hereto as Exhibit "D" and by this reference made part of this AGREEMENT. A. Lump Sum Agreement: Payment for all consulting services for this PROJECT shall be on the basis of a lump sum amount as shown in the heading of this AGREEMENT. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of costs on a monthly basis. To provide a means of verifying the billed salary costs for the CONSULTANT'S employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rate, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are 'specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. DOT Farm 140-089 EF Exhibit D-1 Revised 01/09 D Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for inspection by representatives of the AGENCY, STATE and the United States, for a period of three (3) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception• if any litigation, claim or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three (3) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involvm1J the records is completed. Conlev Engineering, Inc. Consulting Electrical Engineers . MEMORANDUM September 1, 2010 To: Dan Ford E.I.T. City of Yakima From: Bob Blehart Re: Design Services Proposal — Exhibit "D" City of Yakima — City Facilities Lighting Upgrade Project CY-199 Below is a breakdown of the fee, in hours and hourly rates, for each scope of work: Fee Summary*,** Services through Bidding - Fixed Fee Field visits, specifications and lighting fixture schedule additions to current specification. City of Yakima S9,900.00 *Construction services are not included in the above fee summary. These may be provided on an as needed basis at a time and expense rate. C:',Documents and SettingsldfordV'.ly Documents'Publfc Prolects2010 ARRA Projects\Conley Contact'Design Services Proposal - Exhibit D.doc P.O Box 8325, Yakima, WA 98908 • 205 North 40th Avenue, Suite 201, Yakima, WA 98908 Voice: 509-965-9872 • Fax• 509-965-9873 Cad Designer Project Engineer Registered Engineer (PE) Time (Hr) Fee ($) Time (Hr) Fee ($) Time (Hr) Fee ($) Total City Hall, 129 N. 2nd St. 6 $90 8 $100 2 $120 $1,580 Y-PAC/YCTV, 124 S. 2nd St. 8 $90 • 10 $100 2 $120 $1,960 Fire Station 94, 2404 W. Washington Ave. 3 $90 4 $100 1 $120 $790 Fire Station 95, 807 E. Nob Hill Blvd. 5 $90 6 $100 1 $120 $1,170 Publix Works Complex, 2 301 Fr uitvale Blvd. 9 $90 11 $100 2 $120 $2,150 SE Community Center, 1211 S. 7th St. 9 $90 12 $100 2 $120 $2,250 Fee Summary*,** Services through Bidding - Fixed Fee Field visits, specifications and lighting fixture schedule additions to current specification. City of Yakima S9,900.00 *Construction services are not included in the above fee summary. These may be provided on an as needed basis at a time and expense rate. C:',Documents and SettingsldfordV'.ly Documents'Publfc Prolects2010 ARRA Projects\Conley Contact'Design Services Proposal - Exhibit D.doc P.O Box 8325, Yakima, WA 98908 • 205 North 40th Avenue, Suite 201, Yakima, WA 98908 Voice: 509-965-9872 • Fax• 509-965-9873 CY-199 - DESIGN SERVICES PROPOSAL — EXHIBIT "D" **During our field verification of existing fixtures and switching schemes, we may discover electrical Code or other safety deficiencies, and we will bring them to your attention. This proposal does not include time and expense for discovering or designing solutions for correcting any possible deficiency that is discovered. We would be pleased to do the work as an addition to scope on an as -requested basis. Please call if you have any questions or comments. CC: Job File / Chron File Conley Engineering. [no Page 2 Exhibit H Title VI Assurances During th performance of this AGREEMENT, the CONSULTANT, for. itself, its assignees, and successors in interest agrees as follows: Compliance with Regulations: -The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS" ), which are herein incorporated by reference and made a part of this AGREEMENT. Non-discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub -consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub -consultants, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub -contract, including procurement of materials or leases of equipment, each potential sub - consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or .directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS,. orders and' instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5 Sanctions for Non-compliance: In the event of the CONSULTANT'S non-compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to: Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and/or; • Cancellation, termination, or suspension of the AGREEMENT, in whole or in part DOT Form 140-089 EF Exhibit H Revised 6/05 Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub -consultant or procurement as the AGENCY. STATE or FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation,with a sub -consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Exhibit 1 Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section IX) Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination .is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. DOT Form 140-089 EF Exhibit I Revised 6/05 Exhibit J Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 - Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Highways and Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 - Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 — Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manger and any personnel (including sub -consultants) deemed appropriate for the alleged design error(s) issue. Step 4 — Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide H&LP, through the Region DOT Fonn 140-089 EF Exhibit J Revised 6/05 Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Step 5 — Forward Documents to Highways and Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Highways and Local Programs Engineer to H&LP for their review and consultation with the FHWA. H&LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, H&LP will request assistance from the Attorney General's Office for legal interpretation. H&LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. H&LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Exhibit K Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on -a consultant agreement. The following procedures should only be utilized on consultant claims greater than S 1.000 If the consultant's claim(s) are a total of S 1,000 or less, it would not he cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's c!atm(s) that, total S 1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. DOT Step 1 — Consultant Files a Claim with the Agency Project Manager - If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 — Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and Local Programs (if applicable), and FHWA (if applicable) agree xvith the Consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. Form 140-089 EF Exhibit K Revised 8105 If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Step 3 — Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; • Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 — Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Highways and Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 — Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim (s) and rationale utilized for the decision. Step 6 — Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit.. Exhibit M -1(a) Certification Of Consultant Project No. 199 Local Agency I hereby certify that I am the President representative of the firm of Conley Engineering, Inc. and duly authorized whose address is 205 North 40th Avenue, Suite 201, Yakima, WA 98908 and that neither I nor the above firm I here represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure the AGREEMENT; (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. (c) /6//8) /© Dattnift/ ‘ke/ Signature ®/1M7r® DOT Form 140-089 EF Exhibit M -1(a) Revised 6/05 Exhibit M -1(b) Certification Of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Yakima Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agree to employ to retain, any firm or person, or (b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation. or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be available to.the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Date ') Signature DOT Form 140-089 EF Exhibit M -1(b) Revised 6105 Exhibit M-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible. or voluntarily excluded from covered transactions by any federal department or agency; Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against thein for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (1) (B). of this certification; and D. Have not within a three (3) year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. 11. Where the prospective primary' participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (Firm): Conley Engineering, Inc. ate) DOT Form 140-099 EF Exhibit M-2 Revised 6/C5 gnature President or Authorized Official of /sultant Exhibit M-3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1 No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of.any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the . extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than' S 100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant (Firm): Conley Engineering, Inc. /19//9// (Date) DOT Form 140-089 EF Exhibit M-3 Revised 6/05 Signature) President or Authorized Official f Consultant 6r -r4 eirc Exhibit M-4 Certificate of Current Cost or Pricing Data This is to certify that. to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the contracting officer or to the contracting officer's representative in support of are accurate, complete, and current as of **. This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal. Firm Conley Engineering, Inc. Name Bob Blehart, PE Title Project Engineer Date of Execution*** September 21, 2010 * Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate identifying number (e.g., RFP Nb.). Insert the day, month, and year when price negotiations were concluded and price agreement was reached. ** *** Insert the day, month, and year of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. DOT Form 140-089 EF Exhibd M-4 Revised 6/05 Supplemental Signature Page for Standard Consultant Agreement Consultant/Address/Telephone Conley Engineering, Inc. 205 North 40th Avenue, Suite 201 Yakima, WA 98908 (509) 965-9872 Agreement Number Federal Aid Number Local Agency . City of Yakima Project Title And Work Description City Facilities Lighting Upgrade Project. Assess existing electncal fixtures, determine if existing fixtures will allow for recommended energy efficient upgrades, and produce a fixture schedule and specifications to use in prepanng a bid package for said THIS AGREEMENT, made and entered into this 21st day of September , 2010 , between the Local Agency of City of Yakima Washington, hereinafter called the "AGENCY" , and the above organization hereinafter called the "CONSULTANT". In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first above written. CONSULTANT By LOCAL AGENCY BY Consultant -Bob Blehar£- Comity c t-�rosnt. iia Agency City of Yakima By Pair ; cic. L.`JOnley, Fresiden1 By Consultant Conley Engineer►rt TrVc. DOT Form 140-089 EF Appendix 31 910 Revised 6/05 Agency By Agency By Agency • • • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No `7 For Meeting of September 21, 2010 ITEM TITLE A Resolution authorizing the City Manager to execute a Professional Services Agreement with Conley Engineering, Inc , a Washington Corporation in an amount not to exceed $9,900 00 to assess existing electrical fixtures, determine if existing fixtures will allow for recommended energy efficient upgrades, and produce a fixture schedule and specifications to use in preparing a bid package for said fixture upgrades per the Energy Efficiency and Conservation Block Grant EECBG) and the American Recovery and Reinvestment Act (ARRA) SUBMITTED BY Michael Morales, Director of Community & Economic Development CONTACT PERSON/TELEPHONE Doug Mayo, P E , City Engineer 576-6678 SUMMARY EXPLANATION This project consists of upgrading and retrofitting the lighting fixtures at various buildings owned by the City of Yakima Work shall be done at the locations listed below. City Hall Y-PAC/YCTV Fire Station 94 Fire Station 95 Public Works Complex SE Community Center 129 North Second Street 124 S 2nd Street 2404 West Washington Avenue 807 East Nob Hill Boulevard 2301 Fruitvale Boulevard 1211 South 7th Street Schedule A Schedule B Schedule C Schedule D Schedule E Schedule F This contract proposal is to bring Conley Engineering's expertise of electrical assessment and project design needs The attached resolution authorizes the City Manager to execute the attached Professional Services Agreement with Conley Engineering, Inc to perform assessment of current electrical fixture upgradability and assist city staff to prepare a bid package to complete the project. The attached draft agreement identifies the tasks and estimated costs for performing the prescribed duties and related services, not to exceed $9,900 00 Resolution XX Ordinance Contract XX Other (Specify) Funding Source Energy Efficiency and Conservation Block Grant (EECBG) APPROVED FOR SUBMITTAL Manager STAFF RECOMMENDATION BOARD/COMMISSION RECOMMENDATION COUNCIL ACTION Adopt the resolution