Loading...
HomeMy WebLinkAbout12/11/2018 06H Fair Avenue Sanitary Sewer Main Improvements Project Agreement with HLA Engineering and Land Surveying, Inc. to\'4\lyy tbxk ik 1 + PPP d g. ittYlltYlt.\ta. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.H. For Meeting of: December 11, 2018 ITEM TITLE: Resolution authorizing a Professional Services Agreement with HLA Engineering and Land Surveying, Inc. to provide engineering design, bidding, and construction services for the FairAvenue Sanitary Sewer Main Improvements project SUBMITTED BY: Scott Schafer, Director of Public Works Mike Price, Wastewater/Stormwater Division Manager, 249-6815 SUMMARY EXPLANATION: The FairAvenue Sanitary Sewer Main Improvements project provides the required sewer system improvements to accommodate increased wastewater flow from a fully developed Mill Site. Schedule 1 of the project increases the pipe diameter of approximately 2,000 linear feet of an existing 10-inch sewer main within Fair Avenue from the I nterstate-82/Fair Avenue interchange to East Chestnut Avenue to a 15-inch sewer main with the preference for utilizing trenchless technologies. Schedule 2 provides for the installation of approximately 1,600 linear feet of new 15-inch diameter sewer main from East Spruce Street to East Beech Street. The project requires professional engineering services for design, bidding, and construction services. The City reviewed Statements of Qualifications and held interviews with firms from the Municipal Research and Services Center(MRSC)of Washington roster, a statewide small works and consultant roster system. The City selected HLA Engineering and Land Surveying, Inc. based upon the firm's experience, technical knowledge, and expertise in providing the required services. The total cost of the agreement is $459,790. The terms of the Agreement would be in an amount not to exceed $459,790. (See attached Agreement with Exhibits A, B and C). Exhibit A of the Agreement describes the Project Scope of Services in more detail. Exhibit B of the Agreement describes the Schedule of Rates in more detail. Exhibit C provides HLA rates for 2019 and 2020. Funds are budgeted from Sewer Construction Fund 476. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Economic Development 2 APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description Upload Date Type D resolution 126/2018 Cover Memo D HLA Contract 1Z'3/9018 Contract 3 RESOLUTION NO. R-2018- A RESOLUTION authorizing a Professional Services Agreement with HLA Engineering and Land Surveying, Inc. to provide engineering design, bidding, and construction services for the Fair Avenue Sanitary Sewer Main Improvements project WHEREAS, the City of Yakima maintains the Wastewater Collection System in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City of Yakima is planning and preparing for the Mill Site Development, and WHEREAS, the City of Yakima Wastewater Collection System has undergone a study in the area downstream of the Mill Site and the existing system requires improvements to serve the developed Mill Site, and WHEREAS, the City of Yakima Wastewater Division desires engineering design, bidding, and construction services for the Fair Avenue Sanitary Sewer Main Improvements project as identified in the Wastewater Collection System Master Plan, and WHEREAS, on October 5, 2018,the City held interviews with three consulting firms listed on the Municipal Research and Services Center (MRSC) of Washington roster as having the experience and expertise necessary to perform these services, and WHEREAS, as a result of these interviews, the City selected HLA Engineering and Land Surveying, Inc. as the most qualified Consultant to perform the work, and WHEREAS, the City Council finds that it is in the best interest of the City of Yakima and its residents to enter into a professional services contract agreement with HLA Engineering and Land Surveying, Inc. to perform the required engineering design, bidding, and construction services for the City; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute a Professional Services Agreement between the City of Yakima and HLA Engineering and Land Surveying, Inc., in the amount of $459,790 to provide engineering design, bidding, and construction services for the Fair Avenue Sanitary Sewer Main Improvements project. A copy of the Agreement with Exhibits and a budget summary are attached hereto and by this reference fully incorporated herein. ADOPTED BY THE CITY COUNCIL this 11th day of December, 2018. ATTEST: Kathy Coffey, Mayor Sonya Clear Tee, City Clerk For City of Yakima Use Only: 3 - --- - � - - ! AGREEMENT Contract No. BETWEEN � } Resolution No. SOQ No, �—�-- �~ ; � CITY OFYAKAUNA,WASHUNG7ON AND HLA2NG|NEER|NG AND LAND SURVEYING, INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into onthis day of ^2O10. byand between the City of Yohima. VVoohinQhon, m municipal corporation with its principal office at 129 North Second Stnawt, Yakima, VVA880U1. hereinafter referred to as "CITY," and HLA Engineering and Land Surveying, Inc. (HLA),with its principal off ice at28O3 River Road, Yakima,VVAQ8BO2. 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 demi0n, bidding, and construction services under this AGREEMENT for Fair Avenue Sanitary Sewer Main Improvements nn behalf of the City nfYakima, PnojectNo(m)., � .. ~ ,herein referred tomo the^PROJECT.^ W|TNESS2TH: ' RECITALS � WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and oonmhuoUnn of the PROJECT' as described in this AGREEMENT and subsequent Amendments thereto; and VVHEREAS. ENGINEER rapnaumnta 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 aafollows: SECTION I INCORPORATION OF RECITALS 1.1 The above recitals are incorporated into these operative provisions of the AGREEMENT. SECTION 2 SCOPE OFSERVICES 2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in writing by both porUao, duties of ENGINEER nhoU not be construed to exceed those services specifically set forth herein, 2.0.3 ENGINEER shall use its best efforts hn maintain continuity in personnel and shall assign Michael T. Battle, PE. as Principal-in-Charge throughout the term of this AGREEMENT unless other personnel are approved by the CITY. 2.1 Basic Services: ENGINEER ogn»em to perform those hooko described in Exhibit A - Scope of @en/icmu (WORK) which are attached hereto and made o part ofthis AGREEMENT as |f fully set h»dh herein. It is anticipated construction of improvements related to this agreement will occur through two separate projects and associated bid calls. 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 VVC)RK related to the Project and not covered in Exhibit maybe needed during performance of this AGREEMENT. CITY may, mt 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 ofthe PROJECT WORK. Such changes hereinafter shall be referred toas "Additional Sen/inen." n 2.21 If such Additional Services cause an increase or decrease in the ENGINEER's costof, or time required for, performance of any services under this AGREEWYENT, u 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 ExhibitA — Scope of Services, 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 (an email will be considered ao written authorizoUon). 2.3 The ENGINEER must assert any claim for adjustment in writing within thirty(30)days from the date of the ENQ|NEER'o receipt of the written notification ofchange. SECTION 3 C|TY`S RESPONSIBILITIES 3.1 CITY-FURNISHED DATA: The CITY will provide ho the ENGINEER all technical data in the C|TY'a possession relating to the ENG|NEER'o oemioao on the PROJECT including information on any pre-existing conditions known to the CITY that constitute hazardous waste contamination onthe PROJECT site ma determined byan 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 oo 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, anoountmnt, mud|hnr, bond and financial advinora, and other consultants as CITY deems appropriate; and render in writing decisions required of CITY in o timely manner. Such examinations and dauio/onm, hmwaver, shall not relieve the ENGINEER of any contractual obligations nor ofits duty to render professional services meeting the standards of care for its profession. 3.4 CITY shall appoint a C|TY`m Representative with respect to WORK to be performed under this AGREEMENT. C|TY'm Representative shall have complete authority to hmnomd instructions and receive information. ENGINEER shall ba entitled ho reasonably rely on such instructions made by theC|TY'o Representative un{aea otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the C|TY'a Representative any instructions which the ENGINEER believes are inodaqumta, incomplete, or inaccurate based upon the ENG|NEER'o knowledge. 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 ofits duties and obligations under this AGREEMENT orm1law. The ENGINEER shall be entitled ho reasonably rely upon the accuracy and the completeness of such documanbs, eem|cao and repodo, but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions therefrom. SECTION 4 AUTHORIZATION, PROGRESS,AND COMPLETION 4.1 In signing this AGREEMENT, CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A'Scope o[Services. The time for completion iu defined in Exhibit A ' Scope of Services, nrooamended. o ' � SECTION 5 COMPENSATION 5.1 COMPENSATION ON AT|ME SPENT BASIS AT SPECIFIC HOURLY RATES: For the aamicam described in Exhibit A,compensation shall be according to Exhibit C-Schedule of Rates, attached hereto and incorporated herein by this reforence, on a time spent basis plus reimbursement for direct non-salary enpnnoea" 5.1 1 DIRECT NON-SALARY EXPENSES: Direct Non-Salary Expenses are those costs incurred on or directly for the PROJECT inu|uding, but not limited to, necessary transportation costs, including current rates for ENQ|NEER'nvehicles; meals and lodging; laboratory tests and analyses; prinUng, binding and reproduction charges; all noabo associated with other outside nonprofessional services and h*oi/ihem; 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 o reasonable marhup, not toexceed ten percent (109k)and on the boo|a of current rates when furnished by ENGINEER. Estimated Oinant Non-Salary Expenses are shown m Exhibit 8. 91.1.1 Travel coato, including transportation, |ndging, eubeiotenca, and incidental expenses incurred by employees of the ENGINEER and each of the Subuonou/tantoin connection with PROJECT WORK; provided, anfollows: + That a maximum of U.G. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operoUun, maintanmnoe, 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 nhn|| not exceed a maximum of forty dollars ($40) per day per person. This rube may be adjusted ona yearly basis. + That accommodation shall bmata reasonably priced hota|/moUu| + That air travel shall be by coach o|amo, and shall be used only when absolutely necessary. 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 cf Specific Hourly Billing Rates. 6.1.3 Professional 8ubconou|tmnbo. Professional Subconou|tunto are those costs for engineerin0, arohitecture, gaotauhnioo| services and similar professional oamineo approved by the CITY. Reimbursement for Professional Suboonou|bmntovviU be on the basis of actual costs billed plus a reasonable markup, not to exceed ten percent(109&)for services provided tu the CITY through this AGREEMENT. Estimated Suboonau|tentcosts are shown in Exhibit 8. 62 Unless specifically authorized in writing by the CITY,the total budgetary amount for this PROJECT shall not exceed Four Hundred Fifty-Nine Thousand,Seven Hundred Ninety Dollars($459,790.00). 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 ENQ|NEER'aaxneou costs expended prior tnsuch 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 C|TY'o Representative mn invoice each month for payment for PROJECT nen/inom completed through the accounting cut-off day ofthe 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 oAu,"/=u.0 Task o,o"rsn"mnnmxomx°..,°°".er Fair Avenue Sewer Main/m,"~°mem".20`*`,-o Agreement For prom",/"na/n"°m"".o°m Page amco 7 ofoubnonoultard invnicee, and any other supporting materials determined by the CITY necessary to substantiate the ouoba 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 on invo|ne, noting to ENGINEER the questionable item(n) and withholding payment for such item(o). The ENGINEER may resubmit such item(o) in m subsequent invoice together with additional supporting information required. 5,4 If payment is not made within sixty(60)days following receipt of approved invoices, intereston 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 hmthe ENGINEER pursuant tothe terms of RCVV 3976.020(4). 5.6 Final payment of any balance due the ENGINEER for PROJECT services will bm 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 nrbyvirtue 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. 5.8 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 |mw, nor ohm|| such payment constitute a wmiver, nomiasion, or discharge by CITY of any failure or fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this AQREEKdENT. 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 ohm||, without additional nompenoeUon, correct or review any ernoro, om|no|ono, or other deficiencies in its plans, doaigno, drmvvinga, epauificaUono, reporta, and other services, The ENGINEER shall perform its WORK according to generally accepted civil engineering standards of nana and consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations, and permits. 0.2 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 odequaoy, completeness, or accuracy ofits WORK and the PROJECT WORK. C|TY'n review, approva|, 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 nf this AGREEMENT. 8.3 In performing WORK and services hereunder, the ENGINEER and its nuboontraobony, mubcunou|tmntn, mmp|oyeem, mganto, 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 boan officer or employee ofCITY. 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: 8.4.1 ENGINEER agrees to defend, indemnify, and hold harmless the CITY, its e|ouLad and appointed offinio|u, mgentn, offioero, employees, and volunteers (hereinafter "parties pnohoutud'') from (1) claims, demands, |imno. |avvouito, administrative and other 8 proceedings,(including reasonable costs and attorneys'fees)and (2)judgments, awards, |oumeo. |iobi|itieo, domugae, penalties, fines, 000bu and expenses ofany hind claimed by third parties arising out of, or related to any death. |njury, 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 ofthe ENQ|NEER'o performance under this AGREEMENT. |n the event that any lien io placed upon the C|Tyo property or any ofthe CITY's officers, employees or agents as a result of the negligence or willful misconduct of the ENGINEER, the ENGINEER oheU at once cause the ammm to be dissolved and discharged by giving bond orotherwise. 8,4.2 CITY agrees to indemnify and hold the ENGINEER harmless from |ooa. 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 o, wi|Kb| misconduct of the C|TY, its emp|oyoeo, or agents in connection with the PROJECT. 6.4.3 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 botheir relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion. 6.4.4 Nothing contained in this Section or this AGREEMENT shall be construed to uvoata a liability mra right ufindemnification in any third party. &5 In any and all claims by an employee of the ENG|NEER, any subcontractor, anyone directly or � indirectly employed by any of them, or anyone for whose acts any of them may be |iob|e, the indemnification obligations under this AGREEMENT shall not be limited in any way by any limitation on the amount or types of damages, oonnpenoadon, or benefits payable byur for the ENGINEER or a subcontractor under workers'or workmens'compensation acts,disability benefit acts, or other employee benefit acts, 6.8 It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose cfdetermining 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 e oontraobor, for o contractor's oafnb/ programs or mmthoda, or for compliance by contractors with |mwm and regulations, CITY nho|| 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, prino/pa|o, emp|oyaeu, oQmnto, repreoentoUveo, and engineers on additional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability. 67 SUBSURFACE INVESTIGATIONS: In aui|a, h»undodon, groundwoter, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample inbsn/e|s and at locations other than where oboen/aUwn, exp|nrmUon, and investigations have been made. Because of the inherent uncertainties in subsurface evo|uoUnna, 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 nmopnnoibi|ib/ of the ENGINEER, to the extent that ENGINEER has exercised the applicable and appropriate standard of professional care and judgment|n such investigations. SECTION T 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 oho|| 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 tuoho may be modified only upon written agreement ofthe 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 tothe ENGINEER, but n may be extended or increased by the CITY in the event ofa 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. 72 Not later than the tenth (10)day of each calendar month during the performance of the PROJECT, the ENGINEER ahuU submit to the C|TY'm Representative a copy of the uonnnt 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 bo the public. SECTION M REUSE OF DOCUMENTS 8.1 All internal WORK products ofthe ENGINEER are instruments or service nfthis PROJECT. There shall be no reuse, change, or alteration by the CITY or others acting through or on behalf ofthe CITY without written permission of the ENGINEER, which shall not be unreasonably withheld and will be at the C|TY'm sole risk. The CITY agrees to indemnify the ENGINEER and its officmm, 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 naua*, ohange, or alteration; p/ovided, however. that the ENGINEER will not be indemnified for such claims, damages, |000eu, 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 ufany p|ans, dnoxxinga, demigno, opeoificmUonm, computer programs, technical repmrtm, operating manua|a, uo|cu|aUono, notea, 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 pobantn, trodemarko, oopydghto, and trade secrets owned by ENGINEER (hereinafter "InbyUeutuo/ Pvopedy^) amwell ao any modifications, updates or enhancements bo said Intellectual Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER does not grant CITY any right or license tu such Intellectual Property. SECTION 9 AUDIT AND ACCESS 7ORECORDS 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,orthe 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 aho|| also have ocoeoo to such booke, r000ndu, and documents during the performance of the PROJECTWORK,if deemed necessarybythe CITY,to verifythe 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 cf the reviewing or auditing agency. 9,3 The ENGINEER agrees to the disclosure ofall information and reports resulting from access to records pursuant to this nocUnn provided that the ENGINEER in afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, J any,of the ENGINEER. 9,4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for WORK on the Project. 9.3 Any charges cf the ENGINEER paid by the CITY which are found byen audit tobainadequately substantiated shall be reimbursed to the CITY. 10 SECTION 10 INSPECTION AND PRODUCTION 0FRECORDS 10.1 The records relating ho the WORK shall, at all bmeo, be subject to inspection by and with the approval of the CITY, but the making of(or failure nr delay|n making)such inspection orapproval shall not relieve ENGINEER of responsibility for performance cf the WORK in accordance with this AGREEMENT, notwithstanding the CITY's knowledge of defective or non-complying performance, its substantiality orthe ease ofits discovery. ENGINEER ohmU provide the CITY sufficient, oofm, and proper facilities and equipment for such inspection and free uoomuu 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 ao may be requested by the CITY. Until the expiration of six (0) years after final payment of the compensation payable under this AGREEyNENT, or for a longer period if required by law or by the Washington State Secretary of State's record retention schedule, ENGINEER ohu|| retain and provide the CITY access to (end the CITY shall have the right to exonoine, audit and copy) all ofENG|NEER'n bouhu, donumenbu, papers and records which are related to the WORK performed by ENGINEER under this AGREEMENT. 10.3 All records relating to ENC}|NEER'uVVORK under this AGREEMENT must be mode available to the CITY,and also produced to third parties, if required pursuant to the Washington Public Records Aot. Chapter 42.58 RCVV or by law. All records relating to ENQ|NEER'o WORK under this ' AGREEMENT must be retained by ENGINEER for the minimum period of time required pursuant bo the Washington State Secretary ofStute'm record retention schedule. SECTUONiY 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 du/ma. damages, |ommen, 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 oheU be shown on the Certificate of Insurance and Endorsements and ENGINEER shall be named mmmn additional insured for such higher limits. 11.1.1 Commercial General Liability Insurance. Before this AGREEMENT is fully executed by the parties, ENGINEER shall provide the CITY with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total liability limit ofthe limits required in the pn|ioy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage, and Two Million Dollars ($2.000.UD0.OU) 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 mhm|| be in affect 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 mhoU 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 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. 11.1.2.1 |f ENGINEER owns any vehicles, before this AGREEMENT io fully executed by the parUex. ENGINEER ohe|| provide the CITY with a certificate of 11 insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with m total liability limit of the limits required in the pdicy, subject to minimum |hnito 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. 11.1.2.2 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 oovonoga at the aoma limits as required in that section of this A8REEN1ENT, which is Section 11.1.1 entitled "Commercial General Liability Insurance." 11.1.23 Under either situation described above in Section 11.1.2.1 and Section 11.1.2.2., the required certificate of insurance nheU o|eody 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 nhoU name the C|TY, its elected and appointed offioim|s, offioera, a0entm, emp|oyemo, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the CITY thirty (3O) calendar days prior written notice. The insurance nhoU be with an insurance company orcompanies rated A,V|| or higher in Beot'o Guide and admitted in the State of Washington. 11.1.3 Statutory workers'compensation and employer's liability insurance aorequired by state law. 11.1.4 9nmfeswipns| Liability Coverage. Before this AGREEMENT is fully executed by the purtien. ENGINEER shall provide the CITY with a certificate ofinsurance 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 OoUoro ($2.000.000.00) per claim, and Two Million DoUone ($2.000.000.00) aggregate. The oedihomto 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 ohmU be /n effect for the duration of this AGREEMENT. The insured shall not cancel urchange the insurance without first giving the CITY thirty (3O) calendar days prior written notice. The insurance shall bo with an insurance company orcompanies rated A'VU or higher in Be:t'o 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 C|TY, its offiomro, omp|oyeom, a0enta, and representatives there under. The CITY and the C|TY's elected and appointed officials, offinmro, prinoipm|o, mmp/oyeeo, representatives, volunteers and agents shall have no obligation for payment ofpremiums because ofbeing named as additional insureds under such insurance. Nona of the pn|ioiao issued pursuant to the requirements contained herein shall be cance|ed, allowed to empire, 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 orchange. SECTION 12 SUBCONTRACTS 12A ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract any portion of the WORK tube performed under this AGREEMENT. 12.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any substitutions thermof, will be subject to prior approval by C|TY, which approval mhoU not be unreasonably withheld. Each subcontract shall bosubject to review bythe C|TY'oRopreoentat|ve. if requested, prior to the ouboonuu|tant 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 12 shall be responsible for the architectural and engineering performance, acts, and omissions of all persons and firms performing subcontract WORK. 13.3 CITY hereby authorizes the ENGINEER to subcontract with professional service firms for the purpose nfcompleting Geotechnico| Engineering nu|mb»d to this AGREEMENT. 12.4 The ENGINEER shall submit,along with its monthly invoices,a description of all WORK completed bysuboonou|tanbo and subcontractors during the preceding month and copies of all invoices thereto. SECTION 13 ASSIGNMENT 13.1 This AGREEMENT is binding on the hairm, auooeoaom and assigns of the parties hereto. This AGREEMENT may not be assigned by CITY or ENGINEER without phcv written consent of the other, which consent will not be unreasonably withheld. |tio 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&o the benefit of the parties ho 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 nr written understanding shall beof any force pr effect with respect to those matters covered herein. This AGREEMENT may not bo modified or altered except in writing signed by both parties. SECTION 15 JURISDICTION AND VENUE 15.1 This AGREEMENT shall be administered and interpreted under the |nwo 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 opp|iuob/a |mwo, such part shall be inpporotivm, nuU, and void insofar as it conflicts with said |owa' but the remainder of this AGREEMENT ohoU be in full force and effect. Venue of all disputes arising under this AGREEMENT shall be Yakima County, State ofWashington. 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 mge, uex, rana, oreed, rn/igion, oo|or, national origin, marital otmtuo, diombi|ity, honorably discharged veteran or military status, pregnanny, sexual or/entation, or any other classification protected under federal, otohm. or local law. This provision nho|| include but not be limited to the following: mmp/myment, upgnadinQ, demoUon, tranefur, recruitment, advertising, layoff or honninoUon, nm1eo of pay orother 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 171 CITY may ouopend, in writing by certified maU, all or a portion of the WORK under this AGREEMENT if unforeseen oinoumatmnomn beyond C|TY'o control are interfering with normal progress of the WORK. ENGINEER may suspend, in writing by certified mail, all orm portion ofthe WORK under this AGREEMENT if unforeseen circumstances beyond EN8|NEER'o control are interfering with normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event CITY does not pay invoices when dua, except where otherwise provided by this AGREEMENT. The time for completion of the VVC)RK shall be extended by the number nfdays WORK in suspended, If the period of suspension exceeds ninety (90) doyo, the terms of this AGREEMENT are subject to nanegubaUon, and both parties are granted the option to terminate WORK on the suspended portion oy Project in accordance with SECTION 18. 13 SECTION 18 TERMINATION OF WORK 18.1 Either party may terminate this AGREEKXENT, in whole or in part, if the other party materially breaches its obligations under this AGREEMENT and in in default through no fault of the terminating party. However, no such hanninedon may be effected unless the other party io given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requeoted, of intent to terminate; and (2) on opportunity for consultation and for cure with the terminating party before termination. Notice shall beconsidered issued within seventy-two (72) hours of mailing by certified mail to the p|eno of business of either party as set forth in this AGREEMENT. 18.2 In addition to termination under subsection 18.1 of this Gaobon' CITY may terminate this AGREEMENT for its uonveniencm, in whole or in port, provided the ENGINEER is given: (1) not |aao than fifteen (15) calendar days written ncdioa delivered by certified mai|, return receipt � voquemtmd, of intent to terminate; and (2) an opportunity for consultation with CITY before � termination. 18.3 If CITY 1enninaban for default on the part of the EN8|NEER, on adjustment in the contract price pursuant tothe AGREEMENT shall be made. but (1) no amount ohuU 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 incurrod, or is likely to inour, because of the ENG|NEER'e breach. In such everd. CITY shall consider the amount of WORK originally required which was satisfactorily completed to date of termination, whether that WORK is in a form orofm 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 bn 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, 000to, and expenses whether directly, indireoUy, or consequentially caused by said default. This provision oho|| not preclude CITY from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retoina0e ur 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 tm the AGREEMENT shall include payment for services satisfactorily performed to the doho of termination, in addition to termination settlement nnotm the ENGINEER reasonably incurs no|mUng to commitments which had become firm before the termination, unless CITY determines to assume said commitments. 18.6 Upon receipt ofmtermination 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, drmwinga, opeoifioutiono, co|uu|e{iono, reporta, meUmatea, uummariao, and such other inhurmaUon, donumento, and materials as the ENGINEER or its oubconou|tanto may have accumulated or prepared in performing this AGREE[NENT, whether completed or in poogremo, with the ENGINEER retaining oupimo 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 hz prosecute further WORK thereon. 18.7 If, after termination for failure ofthe ENGINEER to fulfill contractual ob|igaUono, it is determined that the ENGINEER has not so h»i|od, the termination ohu|| be deemed to have been effected for the convenience of CITY. In such nvent, the adjustment pursuant to the AGREEMENT shall be determined ao set forth in subparagraph 18.4of 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 1othe PROJECT. the ENGINEER shall not berelieved of its obligations to complete performance under this AGREEMENT without the concurrence and written approval ofCITY. If CITY agrees to termination of this AGREEMENT under this provision, payment shall ba made oa set forth in subparagraph 18.3nf this Section. 14 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 Attn: Dana Kallevig, Utility Project Manager 2220 East Viola Avenue Yakima,WA 98901 ENGINEER: HLA Engineering and Land Surveying, Inc. (HLA) Attn: Michael T. Battle, PE, President 2803 River Road Yakima,WA 98902 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 HLA ENGINEERING AND LAND SURVEYING, INC. Signature Signature Printed Name: Cliff Moore Printed Name: Michael T. Battle. PE Title: City Manager Title: President Date: Date: // / 0/3 Attest City Clerk G\Con(rests&Task Orders\Yakima\20191Wastewater-Fair Avenue Sewer Main Improvements12018-11-21 Agreement For Professional Services Dock Page 11 of 29 15 STATE OF WASHINGTON )ss- COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that Cliff Moore 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: Seal or Stamp (Signature) Title Printed Name My commission expires: G:1Contracls a Tesk Orders\V8klm31291911Nestewatar-Fair Avenue Sewer Mein Improverants12Cria 11-21 Agreement For Professional Services,.Does Page 12 of 29 16 STATE OF WASHINGTON )ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that Michael T. Battle, PE is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as the President of HLA Engineering and Land Surveying, Inc. to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. 0 N/ -7 1 e Dated: 6 49 Seal or Stamp (Sipa ure) 0,uttitttniillf xit7)*' M SAX I/P Title • 114, -t* e, ,ket ; Printed Name ,n). Pitted 20,seat '2.0 11 My commission expires: Oil V * P opt "'it)) sNi,kuitt% /nun GAContrects&Task OrderskYalerne\20191Wastewater-Fair Avenue Sewer Mein improvements42018 11-21 Agreement For Professional Services Docx Page 13 of 29 17 EXHIBIT A � SCOPE OF SERVICES PROJECT DESCRIPTION N0\ 1: � CITY OFYAKIMA Fair Avenue Ssn|&ar*Sewer Main |nmnrmvwmnmmts (Project FA-5' 1'82/Fm|r Avenue Off-ramp toE Chestnut Avenue, 2.000LF) HILA Project No. � The City of Yakima Wastewater Department desires bo increase the pipe diameter cfon existing 10'inoh novvor main within Fair Avenue, from the /'82/FairAvmnue off-ramp to E. Chestnut Avenue, approximately 2.800 linear feet. Work consists ufincreasing capacity of the existing pipeline with m preference ofusing trenchless technologies. Following installation, side sewer connections will be reinstated. SCOPE OFSERVICES: The scope of work shall include the furnishing of all services, |mbmr, materia|a, equipment, mupp|ieo, and incidentals necessary to conduct and complete the work as indicated hereinafter. The work bobeperformed involves WSDOT/FHWA permitting, engineering design and final plans, specifications, and cost estimate, and engineering services during construction. At the direction of the CITY, HLA shall provide professional engineering and land surveying services for the Fair Avenue Sanitary Sewer Main Improvements, 1-82 Fair Avenue Off-ramp to E. Chestnut Avenue project (PROJECT). HLAanrvicmm shall include the following: VVSOOTFHVVAPERM|TT|N8GERV|CES ` - , Portions of this PROJECT falls within the turn-back limits of Interstate 82 and will require coordination and permitting with both the Washington State Department of Transportation (VVSOOT) and the Federal Highway Administration(FHVVA). 1. Coordinate and attend up to four(4) meetings with the local WSDOT Utilities Office. 2. Complete permit documents as required for design and construction of the identified improvements. _ 3. Submit plans and specifications to the WSDOT Bridge Office for review and approval. 4. Submit plans and specifications hmFHVVA for review and approval, ^ENGINEERING/DESIGN AND FINAL PLANS, SPECIFICATIONS, AND ESTIMATE 1. Provide complete PROJECT management to deliver the PROJECT within mutually determined expectations. 2. Attend two (2) project meetings with CITY staff at 60% and 90% plan completion to fully review all elements of the PROJECT. 3. Perform field topographic survey of the proposed PROJECT area as required to complete design, plans, and specifications for publicly bid improvements. 4. Perform field investigations necessary to design the identified improvements, 5. Perform goctaohn|co| |nvaaUQmtinnm to determine PROJECT impact due to existing soils and ground water depth. G. Review video inspection of the sewer main as provided by the CITY and evaluate existing pipeline condition and suitability for pipe bursting. 18 7. Coordinate locations of ground water monitoring well for installation by the City and measurements � over time byHLA. 8. Prepare preliminary design plans and specifications for CITY review and comment. O. Review and discuss preliminary design plans with CITY staff. ' 10. Incorporate CITY review comments and prepare draft design p|ans, specifications, and , construction cost estimate(PS&E)for review and approval byCITY- 11. Incorporate CITY review comments and prepare final design PS&E for publicly-bid improvements. 12. Following receipt of authorization from C|TY, prepare advertisement for bids and provide to the CITY for use and implementation. All fees associated with bidding will be paid by the CITY. 13. Furnish the CITY electronic copies of the final plans and specifications for bidding and construction. It is anticipated HLA will prepare one (1)complete set of plans and specifications for one bid call; additional bid packages will be considered additional services. 14, Answer and supply information requested by prospective bidders. 15. Prepare and issue addenda, oonecessary. 16. Attend bid opening and participate in prospective bidder evaluation process. 17. Prepare tabulation of all bids received by the CITY and review bidder's qualifications. 18. Make recommendation to the CITY of construction contract award to the lowest responsible bidder, ENGINEERING SERVICES DURING CONSTRUCTION 1. Prepare and transmit notice mf award to the Contractor. 2. Coordinate execution of the Contract with the CITY and Contractor, including review of bond and Insurance requirements. 3. Coordinate and facilitate preoonntrumtion meeting with the CITY, Cmnhaobnr. VVSDDT, private utilities, and affected agencies. 4. Prepare and issue notice bo proceed ho the Contractor. 5. Furnish the field survey crew necessary to set horizontal and vertical control for the improvements authorized for construction, G. Furnish a qualified resident engineer who shall make construction observations, and be on the job site at all times significant work is in progress,whose duty shall be to provide surveillance of project construction for substantial compliance with plans and specifications. 7. Perform measurement and computation of pay itamn, prepare and file progress reports on the PROJECT with the C/TY, and provide monthly pno0r000 pay estimates to the CITY. 8. Administer weekly construction meetings. 0. Consult and advise the CITY during construction and make a final report of the completed work, 10. The CITY ia required to monitor the Contractor's payment of prevailing wage rates. An part of construction ammioao. HLAwiU monitor General Contractor and Subcontractor compliance with State labor standards during the construction phase of the PROJECT. This work includes checking monthly certified poyro||u, conducting employee interviews in the field, and issuing letters of non- compliance and/or letters of missing documents, l& 11. Review Contractor's submission of samples and shop drawings, where applicable, 12. Review materials testing results for compliance with plans and specifications. 13. Prepare and submit proposed contract change orders when applicable. 14. Perform final walk-through with the CITY and Contractor, and issue final punch list. 19. Prepare and furnish reproducible record drawings of all completed work from as-built drawings furnished by the project engineer(construction inspector) and Contractor. ADDITIONAL SERVICES Provide professional engineering and land surveying services for additional work requested by the CITY � that io not included other phases ofwork. � ITEMS O BE FURNISHED AND RESPONSIBILITY{}F CITY The CITY will provide or perform the following: A. Provide full information aotm CITY requirements of the PROJECT. B. Assist HLA by placing at their disposal all available information pertinent to the site of the PROJECT, including previous repurto, d/evvinga, p|eto, oumeyo, utility records, and any other data relative to design and construction of the PROJECT. C. Contact property owners affected by the PROJECT and gain necessary access to property for field invemUgation, deuign, and construction of improvements. D. Examine all wtudieo, naporho, oketohow, entimoteo, opeoificotionn, drmwingo, pnnpooa|o, and other documents presented by HLA and render in writing decisions pertaining thereto within a reasonable time eomonot tm delay the work ofHLA. E. Obtain approval of all governmental authorities having jurisdiction over the PROJECT and such approvals and consents from such other individuals or bodies as may be necessary for completion mf the PROJECT. F. Pay for project bid advertisement costs. (3. Pay for all VV8OOT and FHVVAcosts. TIME OFPERFORMANCE: In conjunction with Section 7 of the AGREEMENT, following are anticipated completion times for phases of work. It is our understanding the PROJECT is pnallornmd to be constructed during winter months when ground water ioet its lowest level and begin following January 1. 202O. The ability for this PROJECT tn maintain schedule will be closely tied to the receipt of all WSDOT and FHWA permits. yVGOOZ/FHVVA PERMITTING SERVICES Permitting services shall begin upon authorization to proceed and is estimated to be completed within 240 calendar days. ]ENGINEERING AND FINAL PLANS, SPECIFICATIONS,AND ESTIMATE Preliminary plans shall be provided to the CITY for comment within 60 working days following the executed Agreement for Professional Services. Upon receipt of review comments from the CITY,a final bid package, including final plans, specifications, and a construction estimate shall be provided within 90 calendar days following receipt ofall VV8DOT/FHVV/\permits necessary hocomplete the work. oo ENG|NEER|NG8ERV�ESDUR|NGCONSTRUCTION Engineering awmicmo during construction for the PROJECT nhmU begin upon construction contract award by the CITY hothe lowest responsible bidder and ehmU arUnnd through both the completion of construction and completion ofao'construubsd drawings and labor documentation closeout, as requested and directed by the CITY. A maximum of4O working days has been assumed for the construction of sanitary sewer improvements. Should the Contractor be granted time extensions for construction completion due to recognized de|myu, requested additional wmrk, and/or change ondere, engineering services beyond tha4O working days ohmU be considered additional services. ADDITIONAL ' Time of completion for work directed by the CITY under additional services shall be negotiated and mutually agreed hoat the time cf service request by the CITY. FEE FOR SERVICES: For the services furnished by HLAao described under this AGREEMENT,the CITY agrees to pay HLA the fees ao set forth herein. The amounts listed below may be revised only by written agreement of both parties. VVSODT/FHVVA PERMITTING SERVICES All work ahmU be padhnned on o Umn'opentbowia at the normal hourly billing rates in affect mt time of aen/inm. All work directed by the CITY for this PROJECT phase mhnU be performed on m time-spent basis at the hourly billing rm1oa provided in EXHIBIT C of the AGREEMENT (City Contract No 2010' . Resolution No. R'2019- ). plus reimbursement for direct non-salary expenses as described in section 5.1.1. An ooUmnto of time and expenses for services in provided in EXHIBIT B below. The estimated maximum amount of this phase wf work ie $27.13O. ENGINEERING DESIGN AND FINAL PLANS, SPECIFICATIONS,AND ESTIMATE All work shall be performed on a time-spent basis at the normal hourly billing rates in affect a1 time of service. All work directed by the CITY for this PROJECT phone ohoU be performed on m time-spent basis at the hourly billing rates provided in EXHIBIT C of the AGREEMENT (City Contract No. 2019' . Resolution No. R'2010- ). plus reimbursement for direct non-salary expenses as described in section 5.1.1. An estimate mf time and expenses for services is provided in EXHIBIT Bbelow. The estimated maximum amount of this phase of work ia $Q2.45O. ENGINEERING SERVICES DURING CONSTRUCTION All work shall be performed on m time-spent basis at the normal hourly billing rates in affect mttime of eon/ine. All work directed by the CITY for this PROJECT phase nhoU be performed on a time-spent basis at the hourly billing rates provided in EXHIBIT C of the AGREEMENT (City Contract No. 2018' . Resolution No. R-2019' ). plus reimbursement for direct non-salary expenses an described in section 5.1.1. An estimate of time and expenses for oan/iomo is provided in EXHIBIT B below. The oeUmmtmd maximum amount of this phase of work is$84.630. ADDITIONAL SERViCES Any additional work requested by the CITY that is not included in other phmmaa of work shall be authorized by the CITY and agreed to by the ENGINEER /n writing prior to proceeding with the a*n/inau. The ENGINEER whmU perform the additional services as directed/authorized by the CITY on a time-spent basis at the hourly billing rates provided in EXHIBIT C plus reimbursement for direct non'oo|aryexponoeu as described in section 5.1.1 of the AGREEMENT. 21 EXHIBIT B PROJECT NO.1 Project Title: Fair Avenue Sanitary Sewer Main Improvements-FA-5 l-82/Fair Avenue off-ramp to E.Chestnul Avenue,2,000 LF Client: City of Yakima Task Order No,2019-01 Date: November 13,2018 ENGINEER'S HOURLY ESTIMATE Se nor Licensed Project Lic,Prof Two Man CAD Word Task Principal Principal Engineer Land Survey Technician Processing rotor Task Direct Project Task No. En.ineer En ineer Survey..91_ Crew Technician Hours Costs $208 $187 $140 $155 $220 $123 ' $81 WSDOT/FHWA PERMITTING Coordinate and attend up to 4 meetings with local =El= 1 0 0 6 4 $5,258 VVSDOT Utilities Office 2 Complete permit documents 1 8 ME 0 0 MEM= 55 $7,772 3 Submit PS&E to WSDOT Bridge Office 2 4 6 0 0 12 2 26 $3,642 4 Submit PS&E to FHWA 2 8 12 0 0 16 2 40 $5,722 . .. 5 In-house project review,quality control 3 2 2 0 0 2 2 11 $1,688 6 Review vvland Incorporate Agency comments 2 2 8 0 0 8 2 22 $3,056 Labor Subtotal L _ , 16 36 60 0 0 60 16 188 $27,136 .. .... .. . . --—.. ..„„„. „ „. . . . ENGINEERING DESIGN AND FINAL PLANS,SPECIFICATIONS,AND ESTIMATE 1 Project Management 12 11 4 2 0 0 2 24 $3,218 2 Project Meetings(2) 4 6 6 ILSE 22 $2,326 3 Topographic Land Survey 1 CE 4 Field Investigations 11 1 2 6 2 8 24 6 0 43 6 0 0 6 0 $6,506 IIMIMI : Cooidinale Geolechnical investigations 2 28 $3,704 21 44 88 2 80 22 Review and evaluate video inspection by CITY 0 2 17 $1,736 Coordinate ground water monitoring locations with I CITY and resod elevations over time(1 well) $1 636 8 Review public and private utilities 0 4 6 0 4 2 0 16 9 Review existing easements and right-of-way 0 2 2 12 0 $1,264 684 °2 :444 0 Prepare Preliminary design 4 24 48 0 2 16,026 11 in-house project review,quality control 2 2 2 1 0 2 2 11 $1,104 12 Review wiand Incorporate Agency comments 2 2 8 o 0 8 2 22 $2,682 13 Final design,plans,and specifications 4 16 32 0 0 48 4 104 $11,540 14 Prepare estimate of construction cost 1 4 8 0 0 6 0 19 $2,066 15 Furnish electronic PS&E to the CITY for bidding 0 0 2 0 0 2 2 6 $688 6 Answer bidders questions 0 2 6 0 0 0 0 8 $840 17 Prepare and issue addenda 0 0 6 $560 MEM 0 4 2 14 $1,494 8 Attend bid opening and evaluate responsiveness 0 2 4 0 0 9 Review bids/Prepare tabulation of bids I 0 2 2 0 0 0 2 6 $442 20 Make recommendation of contrard award 1 2 2 0 0 0 2 7 $650 Labor Subtotal 35 91 170 26 40 165 26 553 $83,328 EXPENSES: Travel: Costot nit Ground Days Days Miles Mileage $0.54 50 $27.00 MealsiLodging $0.00 Misc. Expenses: Page 18 of 29 22 EXHIBIT PROJECT NO.1 Pro eat Title: Fair Avenue Sanitary Sewer Main Improvements-FA-5 1-82IFalr Avenue off-ramp to E Chestnut Avenue,2,000 LF Client: Cit of Yakima Task Order No.2019-01 Date: November 13,2018 ENGINEER'S HOURLY ESTIMATE Advertisement Telephone Postage Printing12 copies plans/specs $300.00 Sub-Consultants: Geotechnical Engineering $8,000.00 Multiplier 1.1 $8,800.00 Subtotal-Labor $1 10,464 00 Subtotal-Expenses $9,12700 Total-WSDOTtFWA PERMITTING and ENGINEERING DESIGN PS&E $119,591.00 Page 19 of 29 23 EXHIBIT B PROJECT NO,1 Pro act Title: Fair Avenue Senile Sewer Main Rerlacement,FA-5,1-82 Off Ramp to E_Chestnut Avenue,2,000 LF Client: Cit of Yakima Task Order No.2019-01 Date: November 13,2018 ENGINEERS HOURLY ESTIMATE Senior Licensed Project Lic Pro( Two Marl Resident Contract Engineering Task Principal Princinal Englnser t and ocrvey Engineer+ Administrator Technical Total Task Direct Project Task No. , En moor rgineer Sor<p or Crew . In- ecto.r Hour, Costs $215 $193 $145 $160 $226 $119 $132 $84 SERVICES DURING CONSTRUCTION 1 Prepare and Iransniit Notice olAvrard 0 '. 2 0 0 0 7 U 5 540A 2 Coordinate Contract emanation inel bonsAneurance 0 1 2 U 0 0 l a 2 9 5651' 3 Ccordrrate and f4cllitale Pre Cor•slructicn Meeting 0 2 4 2 0 4 2 2 14 51,510 4 Prepare and lance Nohce to Proceed C 1 2 0 0 0 2 1 6 5567 5 iCcnstruclicn Slaklny 2 6 24 U 0 C 35 55,.907 6 Cnnstructlnn nt3,enva5on G 15 32 U 0 330 8 2 444 :353,116 7 Preparr,and provide monthly progress Tay astnn:ates 0 I 2 p 0 6 `G 6 33 31,929 6 Administer weekly ccnerraetlen meetings 2 8 8 0 D 6 4 2 32 93,824 9 Make report of completed work 0 8 0 0 6 6 4 29 $2,641 10 'State,.ahar Standards Compliance 0 1 2 0 0 2 6 16 27 $2,065 "1 Sabmlttal 1-6r:ViONV 0 2 1 d 0 I _ 1 6 4 32 l 53 510 12 review matertal testing results 0 2 5 0 . it 2 4 2 "6 91,6012 13 Change Crrlers 1 2 4 U l 0 4 17 $1,610 . '4 Corrducr final walk-tnru and rr er:are punch list 2 4 4 U 0 4 20 91,995. r 15 '°reiecl Closeout Documents 1 2 4 9 0 2 8 6 23 S1,J06' 16 ]Record Craw rigs 0 I 2 0 0 t3 15 .31,073 Labor Subtotal 12 752 r $94,117 EXPENSES; 'Travel. Cost/Unit Ground t Days Days Miles Mileage , 5U 540 400 9216 00 Meals/Lodging Misc.Expenses:(None) Advertisement Telephone Postage Sub-Consultants: None,Anricivatea Se 0)01 30 on r I McItipiier 1 I I 1 11 $0.011 Subtotal Labor 594,417 on Subtotal-Expenses 5215 00: Total-SERVICES DURING CONSTRUCTION 994,633 UU Page 20 of 29 � 24 EXHIBIT A SCOPE«0PSERVICES PROJECT DESCRIPTION NO. 2: CITY OpYAKIMA Fair Avenue Sam|tann Sewer Main Improvements (ProjwotFA-S. |'8%VFm|r Avenue Off-ramp toG.Chestnut Avenue, 2.000LP) HLA Project No. The City of Yakima Wastewater Department desires toinstall a new 15'inch diameter sanitary sewer main in Fair Avenue, from E.Spruce Street to E. Beech Street,approximately 1,600 linear feet. New construction will require open trench conotrucUon, installation of new uexvar main, reinstatement of side oavves and abandonment ofon existing 8'inoh diameter gravity main. SCOPE OPSERVICES: The scope of work shall include the furnishing of all aemivaa. |obor, moberim|n, equipment' oupp|iao, and incidentals necessary to conduct and complete the work as indicated hereinafter. The work 0obeperformed invm|wmo environmental noview, engineering design and final p|ano, apncifinaUnno, and eoUmete, and engineering services during construction. At the direction of the C|TY. HLAaho||provide pnohuuoinnm|engineering and land surveying services for the Fair Avenue Sanitary Sewer Main Improvements, E. Spruce Street to E. Beech Street project(PROJECT). HLA services shall include the following: ENVIRONMENTAL REVIEW 1. Assist CITY with State Environmental Review Process(SERP)requirements,including preparation of o GEPA checklist for transmittal to lead agency for review and action. It is anticipated that the following environmental permits and processes will not be required for this PROJECT: JAFlPA application, Hydraulic Project Approval(HPA), Corp of Engineers permit, or Environmental Impact Statement (EIS). Should it be determined during the environmental review process that any of these items must be prepored, they will be completed as additional services. 2. If required, assist the CITY with Cultural Resources Review(Executive (3ndmrOS'D5/Smotimn 106). including preparation of an Archaeological Resource Survey for review by controlling authority. 3. Assist CITY with Notice of Intent (NO|) preparation and application for Construction Stormvxeter General Permit coverage. ENGINEERING DESIGN AND FINAL PLAN8, SPECIFICATIONS.AND ESTIMATE 1. Provide complete PROJECT management to deliver the PROJECT within mutually determined expectations. 2. Attend two(2) project meetings with CITY staff at 60% and 90% plan completion to fully review all a|amanty of the PROJECT. 3. Perform field topographic survey oythe proposed PROJECT area on required to complete design, plans, and specifications for publicly bid improvements. 4. Perform field investigations necessary to design the identified improvements, 5. Perform geotechnical investigations and four groundwater monitoring well installations to determine project impact due to existing soils and ground water depth. on G. Perform bi-weekly measurements of groundwater depths mt four new monitoring wells and one existing at the Beech Stn*et/FairAvonue intersection. 7. Review video inspection of the existing sewer main as provided by the CITY and evaluate existing side sewer locations that may need connected to the new sewer main. 8. Coordinate locations of ground water monitoring wells for installation by the City and measurements over time byHLA. Q. Review all known public and private utilities within the area of the PROJECT, 10, Review right cf way and easements necessary tu complete the PROJECT. 11. Prepare preliminary design plans and specifications for CITY review and comment. 12. Review and discuss preliminary design plans with CITY staff. 13. Incorporate CITY review comments and prepare draft design p|ona, opmuificaUono, and construction cost estimate(PS&E)for review and approval byCITY. 14. Incorporate CITY review comments and prepare final design PS8E for publicly-bid improvements. 15. Following receipt ofauthorization from C|TY, prepare advertisement for bids and provide to the CITY for use and implementation. All fees associated with bidding will be paid by the CITY. 16. Furnish the CITY electronic copies of the final plans and specifications for bidding and construction. |tioanticipated HLA will prepare one(1)complete set of plans and specifications for one bid call; additional bid packages will be considered additional services. 17. Answer and supply information requested by prospective bidders. 18. Prepare and issue addenda, as necessary. 19. Attend bid opening and participate in prospective bidder evaluation process. 20. Prepare tabulation of all bids received by the CITY and review bidder's qualifications. 21 Make recommendation to the CITY of construction contract award to the lowest responsible bidder. ENGINEERING SERVICES DURING CONSTRUCTION 1. Prepare and transmit notice nf award tn the Contractor. 2. Coordinate execution of the Contract with the CITY and Cuntrmo&wr, including review ofbond and Insurance requirements. 3. Coordinate and toni|/tato prenonubuntion meeting with the C/TY. Contrau&ur, private uti|iUee, and affected agencies. 4. Prepare and issue notice to proceed to the Contractor,, 5. Furnish the field survey crew necessary to set horizontal and vertical control for the improvements authorized for construction. H. Furnish a qualified resident engineer who shall make construction observations, and be on the job site at all times that significant work in in pnogreoo, whose duty shall baUo provide surveillance of project construction for substantial compliance with plans and specifications. 7. Perform measurement and computation of pay itema, prepare and file pnu0reao reports on the PROJECT with the CITY, and provide monthly progress pay estimates tothe CITY. oo 8. Administer weekly construction meetings, Q. Consult and advise the CITY during construction and make a final report of the completed work, 10. The CITY is required to monitor the Contractor's payment nfprevailing wage rates. As part of construction oemicea. HLAvvi|| monitor General Contractor and Subcontractor compliance with State labor standards during the construction phase nf the PROJECT. This work includes checking monthly certified puyroUu, conducting employee interviews in the Oe|d, and issuing letters cf non- compliance mnd/nr|etta,uofminoingdouumanta, 11. Review Contractor's submission of samples and shop drawings,where applicable. 12. Review materials testing results for compliance with plans and specifications. 13. Prepare and submit proposed contract change orders when applicable. 14. Perform final walk-through with the CITY and Contractor, and issue final punch list. 15. Prepare and furnish reproducible record drawings of all completed work from as-built drawings furnished by the project engineer(construction inspector)and Contractor. |TEW1G TOBE FURNISHED AND RESPONSIBILITY CITY The CITY will provide or perform the following: A. Provide full information aoto CITY requirements of the PROJECT, B. Assist HLA by placing at their disposal all available information pertinent to the site of the PR(]JECT, including previous reports, d,avvingm, p|atm, oumeye, utility records, and any other data relative to design and construction of the PROJECT. C. yNeka contact with property owners affected by the PROJECT and gain necessary access hm property for field inveoUQation, deaign, and construction of improvements. O. Examine all otudimo, nopodo, okehohmo, eeUmotau, opooifioaUono, drow/ingo, propuoo|o, and other documents presented byHLAand render in writing decisions pertaining thereto within u reasonable time oo as not to delay the work ofHLA. E. Obtain approval of all governmental authorities having jurisdiction over the PROJECT and such approvals and consents from such other individuals or bodies as may be necessary for completion of the PROJECT. F. Pay for project bid advertisement costs. ADDITIONAL SERVICES Provide professional engineering and land surveying services for additional work requested by the CITY that io not included other phases oywork. TIME OFPERFORMANCE: In conjunction with SanUnn 7 of the A8REEK4ENT, following are anticipated completion times for phases of work. It is our understanding the PROJECT is preferred to be constructed during winter months when ground water is at its lowest level and begin following January 1, 2020^ ENVIRONMENTAL REVIEW Environmental review processes will be completed within 120 calendar days following authorization to proceed. 27 ^ENGINEERING AND FINAL PLANS, SPECIFICATIONS, AND ESTIMATE Preliminary plans shall be provided to the CITY for comment within 8O working days following the executed Agreement for Professional Services. Upon receipt of review comments from the CITY,a final bid package including final p|mnn, apmui5omUona, and a construction estimate ahmU be provided necessary to advertise for bids before December 1. 3U1Q. ENGINEERING SERVICES DURING'CONSTRUCTION Engineering uen/ivam during construction for the PROJECT shall begin upon construction contract award by the CITY to the |ovvmot responsible bidder and shall extend through both the completion of construction and completion ofea'oonotruoted drawings and labor documentation dooeout, as requested and directed by the CITY. A maximum of5O working days has been assumed for the construction of sanitary sewer improvements. Should the Contractor be granted time extensions for construction completion due to recognized de|myn, requested additional work, and/or change ordorm, engineering sami000 beyond the 50 working days shall be considered additional services. ADDITIONAL SERVICES Time of completion for work directed by the CITY under additional services shall be negotiated and mutually agreed to at the time of service request by the CITY, FEE FOR SERVICES: For the services furnished by HLA as described under this AGREEMENT, the CITY egnoaa to pay HLA the fees ea set forth herein. The amounts listed below may be revised only by written agreement of both parties. ENVIRONMENTAL PERMITTING All work shall be performed on m time-spent basis at the normal hourly billing ratan in affect at time of service. All work directed by the CITY for this PROJECT phase ohmU be performed on m time-spent basis at the hourly billing rohuo provided in EXHIBIT C of the AGREEMENT, plus reimbursement for direct non- salary expenses as described in section 5.1.1. An estimate of time and expenses for services ioprovided in EXHIBIT B. The estimated maximum amount of this phase of work io $1R.9OO. ENGINEERING DESIGN AND FINAL PLANS. SPECIFICATIONS. AND ESTIMATE All work nho|| be performed on a time-spent basis at the normal hourly billing rates in affect attime of service. All work directed by the CITY for this PROJECT phase nhm|| be performed on a time-spent basis at the hourly billing rates provided in EXHIBIT C of the AGREEMENT (City Contract No. 2019'___. Resolution No. R-2019- ), plus reimbursement for direct non-salary expenses modescribed in section 5.1.1. An estimate of time and smpanoem for services is provided in EXHIBIT B below. The ooUmmbmd maximum amount cf this phase of work ia$133.33O. E (�8EF�V|CESDUR|N/�[�(�NSTF�UCT(ON � All work shall be performed on a time-spent bmn|o at the nonno| hourly billing rohoa in affect at time of service. All wmnh directed by the CITY for this PROJECT phase shall be performed on u bnna'apent basis at the hourly billing rates provided in EXHIBIT C of the AGREEMENT (City Contract No. 2018' . Resolution No. R-2019' ). plus reimbursement for direct non-salary expenses no described in section 5.1.1. An estimate of time and expenses for services is provided in EXHIBIT 8 be/ow. The estimated maximum amount of this phase of work is$1U2.390. ADDITIONAL SERVICES Any additional work requested by the CITY that is not included in other phases of work shall be authorized by the CITY and agreed to by the ENGINEER in writing prior to proceeding with the services. The ENGINEER shall perform the additional services modiroctad/outhorizod by the CITY on o Ume'opentbaoio at the hourly billing rates provided in EXHIBIT C plus reimbursement for direct non'om|mryexpmneea as described in section 5.1.1 uf the AGREEMENT, 28 EXHIBIT B ••PROJECT NO.2 . Project Title: Fair Avenue Sanitary Sewer Main Improvements-FA-6 E.Spruce Street to E.Beech Street, 1,600 LF Client: City of Yakima Task Order No.2019-02 Date: November 19,2018 1 ENGINEER'S HOURLY ESTIMATE — - ' Senior fircenseil Project Lis.Prof. Two Man ' CAD " Word Task Proect Task Principal Principal Engineer Land Survey , Technician Processing Total Task Direct j No, Engineer Engineer Surveyor Crew . Technician Hours Costs $208 $187 $140 $155 $220 , $123 I $81 INENVIRONMENTAL REVIEW 1 Assist CITY with SEPA,incl.preparation 1 2 16 0 0 4 2 25 $3,476 2 Assist CITY with Cultural Resources Survey 1 2 6 0 0 0 2 11 $1,584 Assist CITY with Notice of Intent for Construction 3 Stormwater General Permit coverage,including 2 6 24 0 0 8 2 42 $6,044 SWPPP Labor Subtotal I 4 10 46 0 0 12 6 78 $11,104 ...„ . ,. .... ._ ..__ _.. ENGINEERING DESIGN AND FINAL PLANS,SPECIFICATIONS,AND ESTIMATE I Project Management Project Meetings(2) 4 6 6 0 0 4 2 22 $2326 Topographic Land Survey 12 4 4 1 2 2 2 $3,218 8 0 0 2 24 . , 32 16 0 61 $9,496 MEField Investigations 1 4 6 0 0 : 4 0 15 $1,540 Coordinate Geotechnical investigations 2 Review and evaluate video inspection by CITY 4 8 0 0 2 17 $1736 Coordinate ground water monitoring locations with 0 4 24 2 6 2 40 $5,068 CITY and record elevations over time(4 wells) Review public and private utilities 0 4 6 0 Review existing casements and right-ofiway 1 : 0 4 8 2: ', 2 ' 2 8 8 2 2 28 $3,704 2 ,2 4 2 0 16 $1,966 0 8 0 20 , $1,264 Prepare utility easement exhibits and legal 10 0 1 . 2 12 0 8 2 25 $1,426, descriptions 11 Prepare Preliminary design 4 32 64 0 2 96 2 200 $22,202 12 In-house project review,quality control 2 2 2 1 0 2 2 11 $1,104 13 Revidvv Wand Incorporate Agency comments 2 2 8 0 0 8 2 22 $2,682 14 Final design,plans,and specifications 4 24 40 0 0 64 2 134 $14,466 15 Prepare estimate of construction cost 1 4 8 0 0 6 0 : 19 $2,066 16 Furnish electronic PS&E to the CITY for bidding , 0 0 2 0 0 2 2 6 $688 17 Answer bidders questions 0 2 6 0 0 0 0 8 $840 18 Prepare and issue addenda 0 2 6 0 0 4 2 14 1 $1,494, 19 Attend bid opening and evaluate responsiveness 0 2 4 0 0 I 0 0 : 6 $560 20 Review bids/Prepare tabulation of bids , 0 2 2 0 0 0 2 6 $442 21 Make recommendation of contract award 1 1 2 0 0 0 2 6 $650 I Labor Subtotall • 35 108 :.:: 212 35 52 230 28 700 $104,579 EXPENSES: lira Cost/Unit Ground Days Days Miles Mileage $0,54 . . 100 $54.00 Meals/Lodging $0.00 : Misc.Expenses: . . Advertisement I Page 25 of 29 29 EXHIBIT PROJECT NO.2 Project Title: Fair Avenue Sanitary Sewer Main Improvements-FA-6 E.Spruce Street to E.Beech Street,1,600 LF Client: City of Yakima Task Order No,2019-02 Date: November 19,2018 ENGINEER'S HOURLY ESTIMATE Telephone Title Report(one) $350.00 Printing 12 copies plans/specs $300 00 S ub-Consultants: Groundwater Monitoring Wells,4(Engineering) $13,500,00 Multiplier 1.1 $14,850.00 Geotechnical Engineering(Engineering) $12,000.00 ,Multiplier 1.1 $13,200.00 Archeologist(Environmental Review) $8,000,00 ;Multiplier 1,1" 58,800.00' Subtotal-Labor $115,683,00 Subtotal-Expenses $37,554 00 Total-ENVIRONMENTAL REVIEW and ENGINEERING DESIGN PS&E $153,237.00 " Page 26 of 29 30 EXHIBIT B PROJECT NO.2 Pro'ect Title: Fair Avenue Senile Sewer Main Re.lacemeni,FA-6,E,S ruco Street to E Beech Street,1,600 LF Client: Cit of Yakima Task Order No,2019-02 Date: November 13,2018 11111.1 ENGINEER'S HOURLY ESTIMATE Seiler Llcerined OroslLic. Prof Two Man ' Rnsibent °entrap! Englneenng Task Project Task PrincipalTinbipd Engineer Land Survey Engineer, Adrnstrato, Technician TdIal Task Direct ' No, Ervnn.onr Err boar Surveyor Crow Inspootor • Hours Costs $ $ 9 $ 4 $160 $226 $119 : $132 SERVICES DURING CONSTRUCTION I 'Prepare and transmit Notco of Award 0 IMIll 2 0 0 0 2 D 5 111 2 Courainte Contract execution final bonclnosuwbe 0 IWIll 2 0 0 U 4 4 11 111111121 3 Coordinate aria reoifttate Fre-Construction Meeting Q WM 4 0 0 , i; 2 2 14 S1,310 4 Prepare and i55,!7 Noticn 1p,,roop,bd C 2 a 0 0 2 5 3507 Construct,un:7W1kini) 0 WM a 16 32 D 0 0 53 58,005 6 Construction Observation IMMWM 4C 0 0 480 3 4 564 3b7,b33 7 ,Prepare and brovide monthly progress pay estimates 0 IIMM 2 0 0 6 16 3 .5 $2,107 3 'Administer weekly .,onotruction mucting5 W.W.I 8 0 0 . 3 . 4 2 32 1111M 9 Make report of completed wr,b, 0 WM 9 0 9 F 8 , 5 4 29 52.541 10 Slate Labor Standards Compliance 0 2 0 '29 C 2 8 15 $2,0135 11 Submittal Review 0 = 1S 0 0 4 13 6 34 53,316 12 Rev,pro material tostiny r79L.a5 MEI 8 0 0 2 4 ,. 'IS MEM 13 Change Orders IIMMI 4 0 0 4 4 2. 't 31.61 G 14 Conduct final walk-thru aria prepare punch hot WM 4 0 0 4 4 2 20 61,996 15 Prbject Glosenut Uccuments WW 4 it 0 2 8 6 23 $1,70E 15 'Roord Draw nos WIMWM 2 0 0 0 i 2 2 IS 81,603 Labor Subtotal 14 83 110 16 32 i 1)04 80 ' 6' 900 T'!02,081 EXPENSES: Travel: = Cost/Unit Ground Da s Da s Miles -- Mileage 0 90 500 $272 CC MoaloiL,P,dgino IIIIM I..I= IIIIIIIIIIIIIIIIII Misc.Expenses:(None.) Advertisement 111111111111M1111111.11111111.111111111 Telephone 11111111.1111111111.11=111 Postage I MI= MMIIIIIIIIIIIIIIIIIIIIIIIIII. Sub-Consultants: None Anticipled SC 00 $ OC MI=M0I6clier 1 1 1 1 0000 IISubtotal-Labor $102,061 OD IMM Subtrital-Expenses $270 00 Total-SFRVICE6'DJRINC CON1S11:UCTION $102,351 00 Page 27 or 29 31 EXHIBIT"C~ SCHEDULE OFRATES FOR HLA EnqUnewr|mm and Land Survevinq` Inc. Effective January 1. 3019. through December 31. 3019 Senior Principal Engineer $2O8.00 per hour Licensed Principal Land Surveyor $2O1.U0 per hour Licensed Principal Engineer $187.00 per hour Licensed Professional Engineer $170.00 per hour Other Licensed Professional $17O.O0 per hour Licensed Professional Land Surveyor $155.08 per hour Project Engineer $14O.U0 per hour Senior Planner $128.00 per hour Contract Administrator $128.00 per hour CAD Technician $123.00 per hour RaoidentEnginear/|napeohor $11G.OU per hour Senior Engineering Technician $11G.00 per hour Surveyor $118.DO per hour Surveyor on Two Man Crew $110.DO per hour Surveyor on Three Man Crew $Q8.00 per hour Engineering Technician $81.00 per hour Word Processing Technician $81.0O per hour Vehicle Mileage Federal Rate � oo 1EXRIB,!T'�C° � SCHEDULE OFRATES FOR HLAGnninemrina and Land Survmvinq. |nc. Effective January 1,202O'through December%1,2O20 Senior Principal Engineer $215.DD per hour Licensed Principal Land Surveyor $2U7.00 per hour Licensed Principal Engineer $193.00 per hour Licensed Professional Engineer $17S.00 per hour Other Licensed Professional $175.O8 per hour Licensed Professional Land Surveyor $1G0.8O per hour Project Engineer $1450O per hour Senior Planner $133.00 per hour Contract Administrator $132.8O per hour CAD Technician $127.00 per hour ReoidentEnginemr/|nopector $11G.00 per hour Senior Engineering Technician $11A.UU per hour Surveyor $119.0O per hour Surveyor on Two Man Crew $Y13.0U per hour Surveyor on Three Man Crew $i01.U0 per hour Engineering Technician $84.0D per hour Word Processing Technician $84.00 per hour Vehicle Mileage Federal Rate