HomeMy WebLinkAboutR-2020-038 Action Work Plan; Contract Supplement with H.W. Lochner, Inc.A RESOLUTION
RESOLUTION NO. R-2020-038
authorizing the City Manager to execute a Supplement to the Professional
Services Agreement (Resolution R-2011-135) with H.W Lochner,
Incorporated not to exceed the total of $381,188 (for Supplement # 12) to
prepare bid and related engineering documents and related services for the
Interim Action Work Plan of the Agreed Order at the Cascade Mill Project site
WHEREAS, the Yakima City Council has established that redevelopment of the former Boise
Cascade mill (known as the Cascade Mill Redevelopment Project site) is an Economic Development
priority; and
WHEREAS, On September 6, 2011 the Yakima City Council approved Resolution R-2011
which authorized a Professional Services Agreement with H.W Lochner, Incorporated to provide
engineering and related services for the redevelopment of the Cascade Mill project with a defined
scope of work and
WHEREAS, the City of Yakima, as a partner in the redevelopment project with the Washington
State Department of Ecology, has a fully executed Agreed Order (No DE 15861) and a Final Interim
Action Work Plan, approval dated February 13, 2020 for removal and remediation of municipal solid
waste under the planned road prism within the former Yakima municipal landfill, and
WHEREAS, the Scope of Work and Budget included in this Supplemental Professional
Services Agreement meet the needs and requirements of the City of Yakima for this project which by
necessity has evolved and expanded to accommodate the complexity of the redevelopment project,
therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized to execute the Supplemental Agreement to the
Professional Services Agreement with H W Lochner, Incorporated attached hereto and
incorporated herein by this reference not to exceed Three Hundred Eighty -One Thousand, One
Hundred Eighty -Eight dollars ($381,188) to provide the Professional Services as described in the
Agreement, now, therefore,
ADOPTED BY THE CITY COUNCIL this 17th day of March, 2020
ATTEST
Sonya Claar T�City Clerk
atricia Hers, ayor
Contract Supplemental Agreement
Supplemental Agreement
Number: 12
Organization and Address:
City of Yakima,
129 N 2nd Street, Yakima, WA 98901
Original Contract Number:
2011-73
Execution Date of Supplement:
City Engineering Project Number: 2337
Completion Date of Supplement:
December 31, 2020
Project Title:
Cascade Mill Redevelopment — Fair Avenue
Extension Project
Maximum Amount Payable this Supplement:
$ 381,188
Maximum Total Amount Payable for the
Agreement:
$ 2,741,351
Section 1: Supplemental Agreement
The City of Yakima, Washington desires to supplement the contract agreement entered into with H.W. Lochner, Inc.,
and executed on September 9, 2011 by Resolution No. 2011-135 and identified as Contract 2011-73. All provisions
in the basic contract remain in effect except as expressly modified by this supplement. The changes to the
agreement are described as follows:
Section 2: Scope of Services
The additional tasks to be performed as part of this Supplemental Agreement is to perform design for the removal of
wood waste and municipal solid waste from beneath the proposed extension of Bravo Company Boulevard, including
coordination with Landau Associates for landfill barrier design, as described in the Attached Exhibit A.
Section 5: Compensation
Payment for this supplemented work, as shown on Exhibit B is not to exceed $381,188, bringing the total
amount of the Agreement to $2,741,351.
If you concur with this supplement and agree to the changes as stated above, please sign the appropriate
spaces below and return to this office for final action.
By: ,7 W. ,coeif (/t72)
By: f Q( r - Q ui'( Vyg
su tant Signature `" 1 City Menaignature
Date
CITY CONTRACT NO. 9 0 9-0 _ of 1
RESOLUTION NO
4
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
Tbl� Of
INTRODUCTION 1
Assumptions & Exclusions 1
PHASE ONE: REMOVAL OF LANDFILL AND WOOD DEBRIS WASTE 2
Task 1: Project Management 3
1.1 Monthly Project Progress Reports and Invoices 3
1.2 Agency Coordination 3
1.3 Subconsultant Coordination 3
Task 2: Prepare Constructability Review Plans, Specifications and Estimate 3
2.1 Mass Quantity Calculation of MSW and Log Yard Wood Debris Removal 3
2.2 Mass Grading Plan for MSW and Log Yard Wood Debris Removal 4
2.3 Survey Control Plan 4
2.4 Integrate LFR Plans 4
2.5 Site Sundry Plan 4
2.6 Construction Dewatering Analysis 4
2.7 Engineer's Opinion of Probable Cost 5
2.8 Prepare Plans, Specifications & Estimates (PS&E) Submittal 5
2.9 Quality Assurance/Quality Control (QA/QC) of Constructability Review Plan Set 5
Task 3: Construction Groundwater Dewatering 5
Task 4: Final Submittal Bid -Ready Design and Bidding Support 6
4.1 Special Provisions and Bid Documents 6
4.2 Opinion of Probable Construction Costs 6
4.3 QA/QC of Final Design 6
4.4 Prepare and Submit Final Bid -Ready PS&E Package 6
4.5 Bidding Support Services 7
4.6 Prepare Addenda 7
4.7 Attend Bid Opening 7
December 20, 2019
5
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
INTRODUCTION
The City of Yakima (CITY) and Yakima County (COUNTY) have been jointly working toward the
redevelopment of the Boise Cascade Mill Site and East-West Corridor Congestion Relief Project. In 2015,
the CITY completed construction of the first of multiple stages to these projects, the Fair Avenue
Roundabout and short extension of Bravo Company Boulevard. In order for the new bridges over the
Yakima River and 1-82 to proceed (in coordination with a WSDOT project to add lanes to 1-82 and
interchange ramps to the new 1-82 bridge), construction of the next phase of Bravo Company Boulevard
must be completed for the bridges to have a "touch down" point connected to the existing street system.
Because development of roads has been challenged by the location of waste deposits that include an old
municipal landfill and deposits of woody debris from the operations of the Boise Cascade Mill, the CITY has
expended considerable effort to develop a mitigation plan for those waste deposits. Until a determination
was made how to address construction of a road over the "landfill" area, design has proceeded under the
assumption that the underlying road bed would be good material. In 2018, a decision was made to remove
the waste material (both municipal waste and woody debris) entirely, from under the roadbed.This scope of
services includes the design work necessary to remove and replace the municipal solid waste (MSW) and
log yard woody debris.
ASSUMPTIONS & EXCLUSIONS
• Permits, right -of -entry, access, and utility notification is not within the scope of services provided by
the CONSULTANT;
• The CITY and/or COUNTY will coordinate directly with environmental agencies and the Yakima
Indian Nation;
• The CONSULTANT's design services for Municipal Solid Waste (MSW) log yard woody debris
removal is only within the roadway prism Bravo Company Boulevard and Cascade Mill Parkway;
• The CONSULTANT's design services for MSW and log yard woody debris removal from proposed
On/Off Ramps of 1-82 is excluded;
• MSW and log yard wood debris is not classified as hazardous waste and can be disposed of at a
Subtitle-D permitted disposal facility;
• The COUNTY will provide the grading and excavation plan for the material places and removed
from the Cheyne Landfill;
• Engineered earth liner and will be provided by the CITY and integrated into the contract documents
for Phase One as described below;
• Prepare plans using AutoCAD Civil 3D;
• Reports and drawings provided under this contract will be provided in electronic format, including
PDF, Microsoft Office, and AutoCAD;
• Groundwater can be disposed of through the sanitary sewer system;
• Work conducted within the City limits will meet City design standards;
November 22, 2019 Page 11
6
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
• This project will include ground improvements to backfill the area beneath the new roadway and
utility zone to finished subgrade for the proposed roadway construction;
• Plans, specifications, and contract documents, to the extent feasible, will be developed in
accordance with the latest edition and amendments of the following:
o Washington State Department of Transportation/American Public Works Associations,
2020 "Standard Specifications for Road, Bridge, and Municipal Construction";
o Washington State Department of Transportation, "Highway Design Manual"; and
o FHWA "Manual on Uniform Traffic Control Devices for Streets and Highways.
• Calculations, analyses, design, plans, specifications, and other project work will be prepared in
English units and the use of metric units will not be required;
• The CONSULTANT excludes Quality Control review of HLA design and engineering work but has
required HLA to submit a Quality Assurance/Quality Control (QA/QC) plan and certify they are in
compliance with that plan for each submittal;
• Existing Groundwater Monitoring wells are accessible and functional;
• Data from the CITY's consultant (Landau) is available;
• Groundwater modeling is for conceptual design, not final dewatering design. Dewatering design
would be completed by Contractor;
• The CITY will provide permission for disposal of equipment wash water into the sanitary sewer;
• Existing groundwater monitoring wells have been recently installed and developed; no need to re-
develop wells/
• Generate no more than one (1) drum of water from slug testing (drum to be hauled away and
disposed of at a regulated facility with no need to re -sample for Contaminants of Concern);
• Landfill is non -toxic waste dump (e.g., a municipal waste dump); and
• Construction Support Services are not included in this agreement.
PHASE ONE: REMOVAL OF LANDFILL AND WOOD DEBRIS WASTE
The CONSULTANT will prepare bid ready documents to remove the MSW and log yard woody debris, and
backfill the excavation zone with geosynthetic reinforced fill and bank run material to the elevation of the
lowest utility invert. The CONSULTANT will integrate the CITY's design for geoliner and methane collection
system within the roadway and utility easement and methane gas extraction zone for Bravo Company
Boulevard and Cascade Mill Parkway. This scope of services includes the following project elements:
• Mass excavation and grading plan
• Survey control plan
• Ground improvement plan
November 22, 2019 Page 12
7
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
• Integration of Landfill Remediation (LFR) plans provided by the CITY
• Site Sundry Plan for work site at Cheyne Landfill
• Construction Dewatering Analysis
• Engineer's Opinion of Probable Cost
• Project Contract Specifications and Documents
TASK 1: PROJECT MANAGEMENT
1.1 MONTHLY PROJECT PROGRESS REPORTS AND INVOICES
The CONSULTANT will prepare up to six (6) monthly progress reports and invoices.
DELIVERABLES:
• Monthly invoices and progress reports
1.2 AGENCY COORDINATION
The CONSULTANT will coordinate with the CITY and the COUNTY to develop a mitigation plan to
remove MSW and log yard wood debris. Periodic coordination with CITY and COUNTY staff,
including up to six (6) monthly coordination meetings with no more than two (2) CONSULTANT
staff members in attendance (not including subconsultants as required).
DELIVERABLES:
• Meeting agendas and notes
1.3 SUBCONSULTANT COORDINATION
The CONSULTANT will coordinate with Subconsultants to prepare mitigation plans to remove
MSW and log yard wood debris. Subconsultant coordination for engineered structural fill to backfill
the excavation zone of MSW and log yard wood debris.
DELIVERABLES:
None
TASK 2: PREPARE CONSTRUCTABILITY REVIEW PLANS, SPECIFICATIONS AND
ESTIMATE
2.1 MASS QUANTITY CALCULATION OF MSW AND LOG YARD WOOD DEBRIS
REMOVAL
The CONSULTANT will prepare quantity calculations for MSW and log yard wood debris to be
removed and disposed, and import material to backfill the area excavated.
DELIVERABLES:
• Mass excavation quantity calculations
November 22, 2019 Page 13
8
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
2.2 MASS GRADING PLAN FOR MSW AND LOG YARD WOOD DEBRIS
REMOVAL
The CONSULTANT will prepare mass grading plan for MSW and log yard wood debris removal.
Incorporation of clean backfill material to the sub -base of proposed H Street extension, Bravo
Company Boulevard, and Cascade Mill Parkway.
DELIVERABLES:
• Excavation and grading plan (included in Constructability Review Plan set)
2.3 SURVEY CONTROL PLAN
The CONSULTANT will prepare survey control to stake out the excavation zone of the MSW and
log yard wood debris
DELIVERABLES:
• Survey Control Plan (included in Constructability Review Plan set)
2.4 INTEGRATE LFR PLANS
The CONSULTANT will integrate LFR plans provided by the CITY into the Constructability Review
Plan set.
DELIVERABLES
None
2.5 SITE SUNDRY PLAN
The CONSULTANT will prepare off -site plan for work plan at Cheyne Landfill to load and haul
bank -run material to backfill area of MSW and log yard wood debris excavation. This will be
coordinated with the COUNTY's landfill expansion.
DELIVERABLES:
• Site Sundry plan (included in Constructability Review Plan set)
2.6 CONSTRUCTION DEWATERING ANALYSIS
The CONSULTANT will develop contract special provisions with instructions concerning how to
handle dewatering in the construction zone in order to place clean backfill material in the
excavation zone.
DELIVERABLES:
• Special contract provision for construction dewatering
November 22, 2019 Page 14
9
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
2.7 ENGINEER'S OPINION OF PROBABLE COST
The CONSULTANT will prepare Engineer's Opinion of Probable Cost to remove and dispose of
MSW and log yard wood debris; and import back fill material (the cost to install a landfill gas
barrier/venting system will be provided by CITY).
DELIVERABLES:
• Engineer's Opinion of Probable Cost
2.8 PREPARE PLANS, SPECIFICATIONS & ESTIMATES (PS&E) SUBMITTAL
The CONSULTANT will prepare PS&E Review project delivery documents to remove the MSW
and log yard wood debris down to native soil strata for the area under the planned roadway prism
of H Street extended, new Bravo Company Boulevard and new Cascade Mill Parkway (East-West
Corridor).
DELIVERABLES:
• PS&E review set of plans and bid documents
• PS&E Review Set submittal plans and Bid and Contract Documents for Bravo Company
Boulevard MSW and Log Yard Wood Debris Mitigation project package
• The Consultant will provide the CITY five (5) sets contract documents and plans in half size
plan format (11" x 17"); as well as a digital copy of contract documents and plans in PDF
format
2.9 QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) OF
CONSTRUCTABILITY REVIEW PLAN SET
The CONSULTANT will conduct an in-house quality review of the plans and specification before
they are submitted to the CITY and COUNTY.
DELIVERABLES:
None.
Task 3: CONSTRUCTION GROUNDWATER DEWATERING
The CONSULTANT will perform hydrogeological analysis in order to prepare recommendations for
Construction Groundwater Dewatering.
• Hydrogeological review of existing data from Project archives and reports;
• Field slug testing in up to four (4) existing wells (assumes existing wells into and below MSW
available to test);
• Conceptual groundwater dewatering analysis (rates, well types, cutoffs, sensitivity, etc.);
• Dewatering, performance specifications for WSDOT specials;
• Geotechnical construction considerations, and
• Environmental considerations for contaminated groundwater.
November 22, 2019 Page 15
10
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
DELIVERABLES:
• Letter report including recommendations for Special Contract Provisions
TASK 4: FINAL SUBMITTAL BID -READY DESIGN AND BIDDING SUPPORT
After the CITY and COUNTY have reviewed the PS&E Review Set submittal, the CONSULTANT will
finalize the plans and contract documents for Bid Ready plans and contract documents, including an
Engineer's Opinion of Probable Cost, and prepare the final submittal for the CITY and COUNTY.
4.1 SPECIAL PROVISIONS AND BID DOCUMENTS
The CONSULTANT will finalize the special provisions for items not included or revised from the
WSDOT 2020 Standard Specifications for Road, Bridges, and Municipal Construction. The
CONSULTANT will also complete the front-end bid documents for the project with templates
provided by the CITY or COUNTY.
DELIVERABLES:
None (included in 4.4 deliverable Final Bid -Ready PS&E Package)
4.2 OPINION OF PROBABLE CONSTRUCTION COSTS
The CONSULTANT will prepare quantity takeoffs and update the opinion of probable construction
cost.
DELIVERABLES:
• Final Opinion of Probable Construction Cost
4.3 QA/QC OF FINAL DESIGN
The CONSULTANT will conduct an in-house quality review of the plans and specification before
they are submitted to the CITY and COUNTY in accordance with the Project Quality Control Plan.
DELIVERABLES:
None
4.4 PREPARE AND SUBMIT FINAL BID -READY PS&E PACKAGE
The CONSULTANT will revise documents based on QC review comments and combine discipline
design documents into one PS&E submittal package.
DELIVERABLES:
• Bid ready plans and Bid and Contract Documents for MSW and Log Yard Wood Debris
Mitigation project package. The CONSULTANT will provide the CITY and COUNTY one copy
each of reproducible plans, specifications and contract documents for bid advertisement
• PDF Electronic Copies of the final plans, specifications and cost estimate
November 22, 2019 Page 16
11
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
4.5 BIDDING SUPPORT SERVICES
The CONSULTANT will provide assistance during the bidding process for this project. These
services will include the preparation of responses to bidder's questions, coordinating with
designers, the CITY and COUNTY.
DELIVERABLES:
• Written response to bidder Requests for Information (RFIs)
4.6 PREPARE ADDENDA
The CONSULTANT will prepare addenda, for budgeting purposes, up to two (2) addenda are
assumed.
DELIVERABLES:
• Contact addenda (limited to two addenda)
4.7 ATTEND BID OPENING
The CONSULTANT will attend the bid opening to assist the CITY and COUNTY in the bid opening
process. The CONSULTANT will review bids received for conformance with bidding criteria, and
prepare a bid summary and bid tabulation.
DELIVERABLES:
• Bid abstract
November 22, 2019 Page 17
12
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
OPTIONAL SERVICES - HLA
The City of Yakima (CITY) desires to remove existing municipal waste from the Bravo Company Boulevard
roadway and utility corridor (approximately 1,300 linear feet from the south side of the railroad tracks to the
Fair Avenue Roundabout Extension). Following removal of municipal waste, a landfill liner system will be
installed according to the Washington State Department of Ecology Agreed Order. To accommodate future
public utility construction, all utility penetration locations must be pre -determined necessary to properly
construct the landfill liner system and comply with Ecology's Agreed Order.
HLA design work includes identifying all potential liner system penetrations for the future public utilities
including storm drainage, domestic water, sanitary sewer, irrigation, and the Fruitvale canal drain.
The following general provisions/assumptions have been made:
A. Work conducted will meet CITY design standards.
B. It is anticipated one (1) bid package will be prepared for all elements of the PROJECT.
C. Plans, specifications, and contract documents, to the extent feasible, shall be developed in
accordance with the latest edition and amendments of the following:
1. Washington State Department of Transportation/American Public Works Associations,
"Standard Specifications for road, Bridge, and Municipal Construction";
2. Washington State Department of Transportation, "Standard Plans for Road and Bridge
Construction";
3. Washington State Department of Transportation, "Highway Design Manual"; and
4. FHWA "Manual on Uniform Traffic control Devices for Streets and Highways."
D. All calculations, analyses, design, plans, specifications, and other project work will be prepared in
English units. The use of metric units for any aspect of the work will not be required.
E. It is understood and agreed that tasks may be added or deleted from the scope of services by
mutual agreement between Lochner and HLA.
F. Current utility design alignments shown on the 90% design plans submitted to the City in
November 2017 will not substantially change.
HLA Engineering and Land Surveying, Inc. (HLA) agrees to perform the following services:
I. DESIGN ENGINEERING, PLANS, SPECIFICATIONS, ESTIMATE, AND BIDDING
A. Final Engineering Design, Plans, and Specifications (90% and Final)
4.1 Receive and review City plan -review comments (Note: 90% plans delivered to City on November
2017 and no comments have been received to -date).
4.2 Re -design the sanitary sewer system, as directed, and identify all side sewer and main lateral
locations.
4.3 Finalize the domestic water system location and identify all potential hydrant runs, water
services, and main laterals.
4.4 Finalize the irrigation system location and identify all potential lateral locations.
4.5 Finalize the Fruitvale Canal drainpipe location and identify all liner system penetration locations.
4.6 Coordinate design plans with City utilities including Water & Irrigation, Wastewater Collections,
and Engineering.
November 22, 2019 Page 18
13
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
4.7 Coordinate design plans with Lochner and other subconsultants.
4.8 Attend meetings at the City as required to coordinate plans and review with progress with City
staff.
4.9 Prepare final plans for bid call on the proposed work, as authorized by the CITY.
4.10 Provide final plans in electronic format.
4.11 Assist Lochner with an estimate of construction cost related to liner penetration for public
utilities.
B. Construction Contract Bidding Process
1. Review and comment on draft advertisement for bids, as requested.
2. Answer questions and/or supply such information as is requested by prospective bidders.
(assumes bid period is no longer than a 4-week duration).
3. Prepare and issue addenda, if necessary.
4. Participate in the bid evaluation process.
II. LAND SURVEYING DURING CONSTRUCTION
A. Municipal Landfill Liner Installation —As-built Penetration Locations
1. Provide a land survey crew as necessary during construction to locate vertically and
horizontally all liner penetration locations installed for public utilities.
2. Prepare as -built drawings identifying all liner penetration locations, including type and size,
installed for public utilities.
3. For all points collected, provide data summary of coordinate horizontal location, vertical
elevation, and type of utility penetration.
III. CONSTRUCTION OBSERVATION AND ADMINISTRATION
Construction observation and administration services may be provided as an addendum to this
agreement or by separate contract, once final plans are prepared, length of construction determined,
and scope of work more clearly defined.
IV. ADDITIONAL SERVICES
For services not included in the Scope of Work, LOCHNER, with City authorization, may request HLA
complete additional services, as mutually agreed, at the rates in affect at the time of service.
TIME OF PERFORMANCE:
I. DESIGN ENGINEERING, PLANS, SPECIFICATIONS, ESTIMATE, AND BIDDING
All work described in Item I.A in the Scope of Services above shall begin on upon authorization to
proceed and shall be completed within 90 calendar days.
ALL WORK DESCRIBED IN ITEM I.B OF THE SCOPE OF SERVICES ABOVE SHALL BE
PROVIDED FOLLOWING CITY AUTHORIZATION TO PROCEED WITH PROJECT BIDDING.
II. LAND SURVEYING DURING CONSTRUCTION
November 22, 2019 Page 19
14
Yakima Mill Site Redevelopment Design Services for
Removal and Replacement of MSW and Log Yard Woody Debris
Supplemental Scope of Services
All work described in Item II.A.1 in the Scope of Services above shall begin upon Contract Award and
notice to Proceed to the Contractor and continue until project acceptance by the City.
All work described in Items II.A.2-3 in the Scope of Services above shall be completed with 30
calendar days following project acceptance by the City
FEE FOR SERVICES:
For the services furnished by HLA as described above, Lochner agrees to pay HLA the fees as set forth
herein. The maximum amount listed below may be revised only by written agreement of both parties.
I. DESIGN ENGINEERING, PLANS, SPECIFICATIONS, ESTIMATE, AND BIDDING
All work described in Items I.A & I.B of the Scope of Services above shall be performed on an hourly
basis for the maximum amount of $59,688 (see attached fee summary).
II. LAND SURVEYING DURING CONSTRUCTION
All work described in Items II.A of the Scope of Services above shall be performed on an hourly basis
for the maximum amount of $24,264 (see attached fee summary).
November 22, 2019 Page 110
15
Phase One
Yakima Mill Site Redevelopment Design Service
Removal of Landfill and Log Yard Wood Debris
City of Yakima
H. W. Lochner, Inc.
Direct Overhead Fixed Fee Loaded
Total Total
Classification
Rate 1.6268 0.298 Rate
Hours Labor
Project Principal/ Principal Engineer
$ 98.56 $ 160.34 $ 29.37 $ 288.27
94 $ 27,097
Project Manager/Project Engineer
$ 72.11 $ 117.31 $ 21.49 $ 210.91
266 $ 56,101
QC Manager/Project Engineer
$ 72.11 $ 117.31 $ 21.49 $ 210.91
80 $ 16,873
Sr. Roadway Engineer
$ 57.90 $ 94.19 $ 17.25 $ 169.35
448 $ 75,867
Roadway Designer
$ 45.15 $ 73.45 $ 13.45 $ 132.05
252 $ 33,278
Drafting
$ 38.50 $ 62.63 $ 11.47 $ 112.60
196 $ 22,071
Rail Engineer
$ 85.00 $ 138.28 $ 25.33 $ 248.61
4 $ 994
Rail Designer
$ 75.00 $ 122.01 $ 22.35 $ 219.36
- $ -
Administration Project Control
$ 25.12 $ 40.87 $ 7.49 $ 73.47
60 $ 4,408
Subtotal Lochner Labor:
1,400 $ 236,689
Total Lochner Labor Cost $ 236,689
Lochner Direct Expenses:
Cost
Mileage
$ 1,197
Travel
$ 90
Graphics/Reproduction
$ 2,000
Postage/Shipping
$ 100
Other Expenses
$ -
Total Lochner Direct Expenses: $ 3,387
Firm Total: H.W. Lochner, Inc. $ 240,077
Sub consultant Estimates:
Cost
HLA
$ 83,953
Shannon & Wilson
$ 54,663
B&O Tax 1.8%
$ 2,495
Total Subconsultants: $ 141,111
TOTAL FEE ESTIMATE $ 381,188
3/12/2020
1
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEM ENT
Item No. 6.Q.
For Meeting of: March 17, 2020
ITEM TITLE: Resolution authorizing contract supplement with H.W. Lochner, Inc
to provide engineering services for Interim Action Work Plan for
roadway construction within the former Muncipal landfill
SUBMITTED BY: Joan Davenport, Community Development Director
SUMMARY EXPLANATION:
The Scope of Work for this Contract Supplement will authorize H.W. Lochner to prepare bid
plans and specifications to conduct the removal and remediation of the municipal solid waste, as
well as techniques to maintain water quality in the location of the planned road within the landfill.
The City of Yakima, as a partner in the redevelopment of the Cascade Mill project has an
approved Consent Decree with the Washington State Department of Ecology (No. DE 15861)
and a final Interim Action Work Plan (IAWP) which provides guidance on the removal and
remediation of the municipal solid waste located under the planned road prism within the former
City landfill at the Cascade Mill site. On February 13, 2020, the Department of Ecology
completed the required environmental review of the IAWP.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY: Economic Development
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
RECOMMENDATION:
Adopt Resolution
ATTACHMENTS:
Description
Upload Date Type
d Resolution Authorizing contract supplement 3/13/2020 Resolution
D ntract supplement Agr ment 3/13/2020 :ackup Material
• supplemental :CO:e of Her**ces 3/13/2020 Backup Material
• Phase one F Estimate summary 3/13/2020 :ackup Material
Contract Supplemental Agreement No. 13
Supplemental Agreement
Number:
Organization and Address:
H.W. Lochner, Inc.
915 118th Avenue SE, Suite 130
Bellevue, WA 98005
Original Contract umber:
2011-73
City Engineering Project Number:
2337
Project Title:
Cascade Mill Redevelopment — Fair
Avenue Extension Project
Maximum Total Amount
Payable for the Agreement:
Execution Date of Supplement:
Completion Date of Supplement:
May 29, 2020
Maximum Amount Payable this
Supplement:
$17,971
$2,378,084
SECTION 1: SUPPLEMENTAL AGREEMENT
The City of Yakima, Washington desires to supplement the contract agreement entered into with H.W.
Lochner, Inc., and executed on September 9, 2011, by Resolution No. 2011-135 and identified as Contract
2011-73. All provisions in the basic contract remain in effect except as expressly modified by this
supplement. The changes to the agreement are described as follows:
SECTION 2: SCOPE OF SERVICES
This Supplemental Agreement amends the Scope of Services as described below:
1. The CONSULTANT will revise the roadway plans for Bravo Company Blvd to include buffered Bike
Lanes by developing revised geometry and quantities for Bravo Company Blvd. (with buffered bicycle
lanes added) to support the environmental documentation process.
2. Development of the revised geometry will be limited to preparation of revised drawings and exhibits
as two dimensional (three dimensional construction detail and modeling will not be completed). The
design will maintain the location of the outside curb line as previously designed, narrowing the
median to accommodate the additional roadway width needed for the buffered bike lanes.
3. Quantity estimates to support the NEPA process will be based on previously prepared models and
estimates adjusted for changes to impervious surface.
SECTION 5: COMPENSATION
Additional compensation for the services described above will be provided for a not -to -exceed amount of
$17,971. An estimate of hours and costs is attached as Exhibit A.
If you concur with this supplement and agree to the changes as stated above, please sign the appropriate
spaces below and return to this office for final action.
By:
H. W. Lochner, Inc.
Consultant
April 07, 2020
Date
City of Yakima
ate
CITY CONTRACT NO:
RESOLUTION NOs.
Task No.
1
Corrrmnri
EXHIBIT A
BUDGET ESTIMATE, SUPPLEMENT 13
tion and Coordination with City of Yakima and Yakima County
NEPA Coordination
TITLE
Principal
Sr. Design Engineer
Project Engineer
HOURLY-
BILLING
RATE
$ 332.47
$ 21426
188.12
$ 139_51
4
HOURS
2000
20.000
44.000
34.000
TOTAL
$ 4,285_20
$ 8.27728
$ 4.743.34
No Cost
Contract Supplemental Agreement
Supplemental Agreemen
Number: 14
Organization and Address:
H.W. Lochner, Inc.
915 11th Avenue SE, Suite 130
Bellevue, WA 98005
Original Contract Number:
2011-73
Execution Date of Supplement:
City Engineering Project Number:
2337
Completion Date of Supplement:
December 31, 2021
Project Title:
Cascade Mill Redevelopment — Fair
Avenue Extension Project
Maximum Amount Payable this
Supplement:
Maximum Total Amount
Payable for the Agreement:
$2,759,322
Section 1: Supplemental Agreement
The City of Yakima, Washington desires to supplement the contract agreement entered into
with H.W. Lochner, Inc., and executed on September 9, 2011 by Resolution No. 2011-135 and
identified as Contract 2011-73. All provisions in the basic contract remain in effect except as
expressly modified by this supplement. The changes to the agreement are described as
follows:
Section 2: Scope of Services
This Supplemental Agreement does replaces work to design landfill barrier penetrations for
utilities, no longer needed due to a change in barrier design, with the services necessary to
permit a railroad crossing. Services are more specifically described in Attached Exhibit A.
Section 5: Compensation
No additional compensation is being added to the agreement. The total amount of the
Agreement will remain at$2,759,322. Services will be provided by HLA, the budget for which is
Attached Exhibit B.
If you concur with this supplement and agree to the changes as stated above, please sign the
appropriate spaces below and return to this office for final action.
By:
Stephen Lewis
Consultant Signature —
June 19, 2020
Date
By:
City Manag ignature
Date
CITY CONTRAC
RESOLUTION N
Exhibit A� Revised Scope of Services
Supplemental and Replacement Scope of Services
Bravo CompanvBhmd—Rai|road Croms|nqPm,mits
At BNSF Railroad/Bravo Company Blvd Crossing
The City ofYakima KC|TY>desires bzobtain a roadway crossing permit aawell asseveral utility
crossing permits from the BNSF Railway as it relates tothe proposed Bravo Company
Boulevard Improvement Project. It is anticipated one (1) roadway crossing permit, up to seven
(7) public utility crossing pernnito, and uptnthree (3) private utility crossing permits will be
prepared. Permits are anticipated to be submitted, 000njinatmd, and processed through Iron
Horse Development, LLC. located at 111 University Parkway in Yakima, WA.
HLA Engineering and Lend Surveying, Inc. (HLA), shall provide professional aan/ioas to the
CITY as o ouU'conou|tantto H.W. Lochner. Inc. (Lochner) as outlined in the Work Task
descriptions below. The following general provisions/assumptions have been made:
A. Work conducted will meet CITY design standards.
B. Calculations, analyses, design, plans, specifications, and other project vvorkvvi||be
prepared in English units. The use of metric units will not be required.
C. It is understood and agreed that tasks may be added or deleted from the scope of
services by mutual agreement between Lochner and HLA, with written approval by the
O. Current utility design a|iQnmmntaandorofleaahovvnontheSO%desi nplanoaubmitted
to the City in November 2O17will not substantially change or require re -design. (Does
not include gravity sewer main, see |.A.1 below)
E. Right of way necessary for the roadway and utilities has been obtained by the City.
HLA Engineering and Lend Surveying, Inc. (HLA) agrees to perform the following services:
|. RAILROAD ROADWAY CROSSING AND UTILITY CROSSING PERMITS
A. Final Railroad Crossing and Utility Crossing Permits
1� Complete Sanitary Sewer re -design under Cascade K8iU Parkway to preliminary
level necessary for crossing permit.
2. Coordinate with City of Yakima Utility Divisions for review and approval of permit
applications and utility requirements (Water & Irrigation, Wastewater Collections,
and Storm Water)
1 Coordinate previously prepared public utility crossing permits (08-3017) to match
current roadway design elements (up to seven open -cut permits including 30"
Irrigation, 24^ 8tornn, 12" Sanitary 8evver, 12" Domestic Water, 5" Industrial Waste,
6" Irrigation, and 2" Irrigation).
4. Transmit public utility crossing permit applications to City, with copies to Lochner,
for final noviovv, signeture, and submittal 0beo to be paid by the City).
5. Coordinate previously prepared private uU|ih/ crossing permits (09-2017) to match
current roadway design elements (up tnthree permits including: Pacific Pnxver,
Cascade Gas, and ComnnunicoUnns).
Page 1of2
O. Transmit private utility crossing permit applications to private utilities, with copies to
CITY and Lochner, for their submittal (fees tobe paid bvprivate uti|bv).
7. Prepare and coordinate Road Crossing Permit Application with Road design plans
by Lochner.
O. Coordinate with City of Yakima Pub|icVVo,ks/Traffic Division for review and
approval of Road Crossing permit application and crossing requirements.
S. Transmit Road Crossing Permit application to City, with copies to Lochner, for final
rexievv, oigneture, and submittal (fees to be paid by the City).
10. Meet with Iron Horse Development, LLCto review permit applications, discuss
time|inaa, and answer questions.
11. Make minor adjustments to permit applications as recommended by Iron Horse
Development, LLC for successful applications processing.
12. Project PNmnmQennent — Lochner and City Coordination.
15.Attend meetings and provide periodic permit status reports.
Time of Performance:
i RAILROAD ROADWAY CROSSING AND UTILITY CROSSING PERMITS
Services described in Item LA in the Scope of Services above shall begin upon authorization to
proceed and shall be completed within 60 calendar days. Response and review times by Iron
Horse [}mvm|opnnent. LLC and BN8F Railway are undetermined.
Page 2of2
Exhibit B: Fee Estimate
City of Yakima
Bravo Co. Blvd. - Railroad Crossing Roadway Permit and Utility Crossing Permits
At BNSF/Cascade Mill Parkway Crossing (one location)
HLA Eng neering and Land Surveying, Inc.
HLA Pro'ect No. 11062E
6/16/202
Labor Classification
Work
Element
Number
Work Element
Senor
Principal
$218.28
Principal
Engineer
$165.04
Licensed
Engineer
$122.45
Project
Engineer
5111.80
Contract
Admin,
$93.17
Word
Process,
$71.87
CAD
Tech
$79.86
Principal
Surveyor
$191.66
licensed
Surveyor
$109.14
Surveyor
579.86
Surveyor
$79.86
Surveyor
$79.86
1.0 Railro d Crossing Roadway Permit and Utility Crossing Permits
.A.1 Complete SanitarySewet rO-desiguunder CMP to iirelithinarti level necessary ' '.2
4
10
24
55,21,7.32
for crossing permit
A.2.Coordinate with CRY of Yakima Utility Divisions for Maiewand approval , .: . '
l - 51,543.91
of permit applications and utility requirements (Water & Irrigation,
Wastewater Collections, and Storm Water)
43 Coordinate.previonsly. prepared probik utilitYcrosSing permits (09-2017)
0
12
16'
.
$4,067.38
to match current roadway design elements (up to seven open -cut permits
including: 30" Irrigation, 24" Storm, 12" Sanitary Sewer, 12" Domestic Water
6" Industrial Waste, 6" Irrigation, and 2" Irrigation)
. A14.Transmit publc utthty crossing perrnit applications tolCity for hnif review, , . . .
. .t. .4
"
' $942.31
signature, and submittal (al fees to be paid by the City)
..09.5 Coordinate nrevioitilypieDared private utility.crossini perrnits(09-2017)
3
4
6
$1,46405
to match current roadway design elements (up to three permits including:
Pacific Power, Cascade Gas, and Communications)
A.6 Transmit private utility crossing permit.aPplicatiodituttrivate Militias' " ' ' '
1 '
.. ' 14
4
$942.31
for their submittal (all fees to be paid by private utility)
' : A.7 :Prepareandcoordinate Road Crossing Permit Application with Road Design .. ' ; .':
2
'' ',4' ,
;
'$4,482,64
plans by Lochner
. A.8 Codrdlpate with city of Yakinia:PiktiC Woiksirraffitrivisiort.fireyiew."
3814.54
and approval of Road Crossing permit application and crossing requirements
A-9 Transetift Road Crossing him* applicat,fail'to City'forlinalvevi9W,. l; l. "
' ' 2
.2'
'
.1 ' 9553.68
signature, and submittal (all fees to be paid by the City)
A,101)/leet with NM gorP,DiVellopment, LICtiatreview all permit appli*itias, , ,; '
'"
31,149,94
discuss timelines, and answer questions
4,11 Mai4minor[ailjastririisto,Orrnitappiications as reca„ iterW4d Iiijt
1
2
2
2
$713.39
Iron Horse Development, LLC for successful application processing
A72.Pilaject.Ntattageinent;Locbiter atidleity:COoldipaliort,., ;I , ,''
'i,, , 16" ,' .
"..'8 il I,
: ,
, 95,95,2.01
i" '
; '56,489j1
Subtotal 1.0
28
54
96
0
0
14
82
0
0
0
0
0
534,333.19
Expenses
Mileage
120 0.575 69
$69.00
$69.00
All &NSF application and permit fees to be paid by the City of Yakima
Total $34,402.19