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