HomeMy WebLinkAboutR-1999-088 I-82/Yakima Ave. Project Contract Amendment No. 09; Huibregtse, Louman Associates, Inc.RESOLUTION NO. R-99-8 8
A RESOLUTION authorizing and directing the City Manager and City Clerk of the City of
Yakima to execute Contract Amendment No. 9, amending Supplemental
Agreement to the Local Agency Agreement 94-57 with Huibregtse,
Louman Associates, Inc., Consulting Engineers for Professional
Engineering Services on the I-82/Yakima Ave. project in the City of
Yakima, City Project 1847.
WHEREAS, the City of Yakima desires to proceed to the completion of the
I-82/Yakima Ave. project, and
WHEREAS, the Yakima City Council deems it to be in the best interest of the city
that the attached document, Contract Amendment No. 9, be executed by the City of Yakima,
accordingly, now therefore.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager and City Clerk of the City of Yakima are hereby authorized and
directed to execute Contract Amendment No. 9 to the Local Agency Agreement 94-57 with
Huibregtse, Louman Associates, Inc., Consulting Engineers in Yakima for Professional
Engineering Services for the purpose mentioned above, a copy of which Contract
Amendment is attached hereto and by reference made a part hereof.
ADOPTED BY THE CITY COUNCIL this 6th day of July, 1999.
ATTEST:
City Clerk
Huibregtse, Lounnan Associates, Inc.
CML ENGINEERING • LAND SURVEYING • PLANNING
June 14, 1999
City of Yakima
Engineering Division
129 North Second Street
Yakima, WA 98901
Attn: Bob Desgrosellier
Acting City Engineer
Re: City of Yakima - I-82/Yakima Avenue Project
Federal Aid No. STPUS-4611(001)
City Contract No. 94-57 (R-94-98)
Proposed Contract Amendment No. 9
Completion of Stage 1C
HLA Project No. 98113
Dear Bob:
William L Huibregtse, PE
Jeffrey T. Louman, PE
Theodore W. Pooler, PE
Dennis J.Whitcher, PE
Francis J. Jaeger, PE
Eric T. Herzog, PLS
Heidi C. Herzog, PE
Michael T. Battle, PE
HUIBREGTSE, LOUMAN ASSOCIATES, INC. (HLA), is pleased to submit the following proposed Contract
Amendment per your request for the above referenced project.
This Contract Amendment addresses Services During Completion. Please refer to the attached Exhibit B-1
for the proposed Scope of Services for this Amendment.
We have also enclosed completed Supplemental Agreement forms from the LAG Manual in order to expedite
this process.
Please call if you have any questions or if we may provide additional information. We are prepared to begin
immediately upon authorization to proceed. Thank you for the opportunity to provide these services to the
City of Yakima.
Very truly yours,
[Jr/`
William L. Huibregtse, PE
WLH/jc
PROJ10-19.wpd
Enclosure
ENGINEERING
JUN 15 1999
RECEIVED
3800 Summitview, Suite 100 O Yakima,WA 98902 9 (509) 966-7000 b FAX (509) 965-3800
Project No.
Agency
Name of Project
Agreement No.
Gentlemen:
The Local Agency of
entered into with
July 20, 1994,
SUPPLEMENTAL AGREEMENT - AMENDMENT NO. 9
Task 7 - Services During
Construction
Completion of Stage 1C
Yakima Avenue Project
STPUS -4611 (001)
City of Yakima
Fair Avenue Improvement Project
94-57 (R-94-98)
the City of Yakima desires to supplement the agreement
Huibregtse, Louman Associates, Inc. and executed on
and identified as Agreement No. 94-57 (R-94-98)
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read
See attached Exhibit B-1, Supplemental.
II
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read September 30, 1999.
111
Section V, PAYMENT, shall be amended as follows:
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
The maximum amount payable under this agreement as supplemented inclusive of all fees and other costs
is now $426,838.75.
If you concur in this supplement and agree to the changes as stated above, please sign in the appropriate
spaces below and return to this office for final action.
Sincerely,
June 14, 1999
Date
Consultant's Signature
William L. Huibregtse, President
Huibregtse, Louman Associates, Inc.
PROJ10-19.wpd
ATTEST:
Date
Approving Authority
R. A. Zais, Jr., City Manager
City of Yakima
f•r .An.
City Contra, ,�N614 86
Resolution > o - -9 '48
;j.,!:
Huibregtse, Lowman Associates, Inc.
Direct Salary Cost
Overhead
(including Payroll Activities)
Direct Non -Salary Costs
Fixed Fee
Sub -Consultant
Total
PROJ10-19.wpd
EXHIBIT "A"
Summary of Payments
(Amendment No. 9)
(Task 7, Additional Services for
Completion of Stage 1C of
I-82/Yakima'Avenue Project)
Basic
Agreement Supplement Total
+Amendment No. 1
+Amendment No. 2
+Amendment No. 3
+Amendment No. 4
+Amendment No. 5
+Amendment No. 6
+Amendment No. 7
+Amendment No. 8
+Amendment No. 9
127,489.20 2552.00
192.215.48 3,847.65
7,020.00. 500.00
44,621.22
47,700.00
419,045.90
130,041.20
196,063.13
7,520.00
893.20 45,514.42
0.00 47, 700.00
7,792.85 426,838.75
Huibregtse, Lowman Associates, Inc.
City of Yakima
Fair Avenue Improvement Project
Completion of Stage 1C, Lincoln and "B" Couplet
CONTRACT Amendment No. 9
TASK 7, SERVICES DURING CONSTRUCTION
EXHIBIT B-1
Services During Construction
Task 7 of Exhibit B-1, Scope of Work, of the Original Agreement dated July 20, 1994, provided for Services
During Construction with the final scope of that work and fee to be determined.
The consultant will establish the line and grade of proposed construction by offset stakes and "blue top" hubs
as outlined below. The consultant will perform all surveying necessary for horizontal and vertical control of
the work.
1. Perform field construction staking for storm drain connection across "B" Street at 10t Street.
2. Perform field construction staking for roadway construction as follows:
A. Offset stakes will be provided one time only for back of curb alignment/top of curb grade at
fifty (50) foot intervals and at all curb retums, alt new curb.
B. Provide subgrade stakes for rough subgrade excavation one time only at fifty (50) foot
intervals at roadway centerline, "B" Street.
C. Provide "blue top" hubs one time only at fifty (50) foot intervals at centerline for final
subgrade excavation, "B" Street
D. Provide "blue tops" one time only at fifty (50) foot intervals at centerline for base course
rock, "B" Street
E. Provide "construction staking" at fifty (50) foot intervals to the edge of new concrete
sidewalk along Lincoln and "B" Streets.
F. Provide staking for location of street lights.
4. Provide copies of survey construction staking notes and cut sheets to the City Inspector.
PROJ10-19.wpd
Huibregtse, Louman Associates, Inc.
EXHIBIT D-1 - Amendment No. 9
CONSULTANT FEE DETERMINATION - SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
PROJECT: CITY OF YAKIMA TASK Amendment No. 9
FAIR AVENUE IMPROVEMENT PROJECT Subtask 2, Lincoln/B Street
Couplet, Services During
Construction
DIRECT SALARY COST (DSC):
Classification Man Hours Rate Cost
Licensed Engineer 12 x 25.00 = 300.00
Licensed Land Surveyor 6 x 20.00 = 120.00
Two Man Survey Crew 60 x 33.40 = 2,004.00
CAD Technician 8 x 16.00 = 128.00
TOTAL DSC = $ 2,552.00
OVERHEAD (OH COST - including Salary Additives):
OH Rate x DSC ' or 150.77 % x $ 2,552.00 = $ 3,847.65
FIXED FEE (FF):
FF Rate x DSC
or 35
% x $ 2,552.00
$ 893.20
REIMBURSABLE:
Itemized = $ 500.00
SUBCONSULTANT COSTS (See Exhibit G): _ $ 0.00
GRAND TOTAL = $ 7,792.85
PREPARED BY: William L. Huibregtse DATE: June 14, 1999
PROJ10-19.wpd
Nnihrece. Louman Associates. Inc.
ITEM TITLE:
SUBMI i"1ED BY:
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 13
For Meeting of July 6, 1999
Yakima Avenue/182 Phase 1C Consultant Agreement
iam R. Cook, Department of Community and Economic Development
CONTACT PERSON/ TELEPHONE:
SUMMARY EXPLANATION:
Robert Desgrosellier, Acting Engineering Division
Manager / 575-6228
Work on three items of the Yakima Avenue/I82 project remain to be completed. These are wetlands mitigation,
final design and construction of the B Street couplet connection and landscaping. These items have been collected
into Phase 1C for completion.
This consultant agreement is an amendment to the existing agreement with Huibregtse, Louman and Associates
for previous phases of the I-82 project originally entered into by Resolution R-94-98 and subsequently amended.
This amendment number 9 to the original agreement is within the budget for this project. The work consists of
construction staking for the B Street couplet. The costs for the specific services included in the scope of work will
not exceed $7,792.85.
Resolution X Ordinance Contract X Other (Specify)
Funding Source Arterial Street Fund (143)
APPROVED FOR SUBMITTAL: C i`
City Manager
STAFF RECOMMENDATION:
Adopt the attached resolution authorizing the City Manager
and City Clerk to execute the contract amendment for
Professional Engineering Services.
BOARD/COMMISSION RECOMMENDATION:
COUNCIL ACTION:
June 23, 1999
Project No.
Agency
Name of Project
Agreement No.
Gentlemen:
SUPPLEMENTAL AGREEMENT - AMENDMENT NO, 1
STPUS - 4611 (001)
City of Yakima
Fair Avenue Improvement Project
94 - 57 (R-94-98)
The Local Agency of City of Yakima desires to supplement the
agreement entered into with Huibregtse, Louman Assoc., Inc . and executed on
July 20. 1994 and identified as Agreement No. 94-57 (R-94-98)
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
1
Section 1, SCOPE OF WORK, is hereby changed to read
See attached Exhibit B-1, Supplemental
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of
calendar days for completion of the work to read May 1, 1996
111
Section V, PAYMENT, shall be amended as follows:
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
The maximum amount payable under this agreeement as supplemented inclusive of all fees and
other costs is now $ 159,687.21
If you concur in this supplement and agree to the changes as stated above, please sign in the
appropriate spaces below and return to this office for final action.
Sincerely,
tants nature
oor, Wi
Com' Huibregtse, President
aEv,a94Page,ot2 Huibregtse, Louman Assoc., Inc.
City of Yakima
Direct Salary Cost
Overhead
(including Payroll Additives)
Direct Non -Salary Costs
Fixed Fee
Sub Consultant
Total
DOT 144069
REV 10/94 Page 2 of 2
Exhibit "A"
Summary of Payments
Basic
Agreement
39,130.00
58,996.30
3,600.00
13,695.50
7,500.00
122,921.80
(Amendment No. 1)
(Items 1A, 1B, 1C)
Supplement #1 Total
9,716.00
14,648.81
0.00
3,400.60
9,000.00
48,846.00
73,645.11
3,600.00
17,096.10
16,500.00
36,765.41 159,687.21
EXHIBIT D-1 - AMENDMENT NO. 1
CONSULTANT FEE DETERMINATION — SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
PROJECT: CITY OF YAKIMA
FAIR AVENUE IMPROVEMENT PROJECT
Spruce Street to Pacific Avenue
DIRECT SALARY COST (DSC):
TASK: Amendment No. 1
Item 1A, Sewer Study
Classification Man Hours x Rate = Cost
Principal Engineer 16 x 37.00 $ 592.00
Licensed Engineer 72 x 24.00 1,728.00
Licensed Land Surveyor 8 x 21.00 168.00
Two Man Survey Crew 32x 28.00 896.00
CAD Technician 60 13.00 780.00
x
Word Technician 40 16.00 640.00
x
x
x
x
TOTALDSC = $ 4,804.00
OVERHEAD (OH COST — including Salary Additives):
OH Rate x DSC of 150.77 %x$ 4,804.00
$ 7,242.99
FIXED FEE (F 1'):
FF Rate x DSC or 35 % x $ 4,804.00 = $ 1,681.40
REIMBURSABLES:
0.00
Itemized = $
SUBCONSULTANT COSTS (See Exhibit G): Electrical Engineer =
$ 14,728.39
$ 1,000.00
GRAND TOTAL
PREPARED BY: Dennis J. Whitcher DATE:
Page 26 of 34
Local Agency Guidelines
September 1995
EXHIBIT D-1 - AMENDMENT NO. 1
CONSULTANT FEE DETERMINATION — SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
PROJECT: CITY OF YAKIMA
FAIR AVENUE IMPROVEMENT PROJECT
Spruce Street to Pacific Avenue
DIRECT SALARY COST (DSC):
TASK: Item No. 1B
Traffic Signal at Fair
and Pacific
Classification Man Hours x Rate = flat
Principal Engineer 8 x 37.00 $ 296.00
Licensed Engineer 40 x 24.00 960.00
Project Engineer 20 x 16.00. 320.00
Licensed Land Surveyor 8 x 21.00 168.00
Two Man Survey Crew x 28.00
CAD Technician 80x 13.00 1,040.00
Engineering Technician 12.00
x
Word Technician 10 16.00 160.00
x
TOTALDSC = $ 2,944.00
OVERHEAD (OH COST — including Salary Additives):
OHRatexDSC of 150.77 %x$ 2,944.00
_ $ 4,438.67
FIXED FEE (F F'):
FFRatexDSC or 35 %x$ 2,944.00 = $ 1,030.40
REIMBURSABLES:
Itemized = $ 0.00
SUBCONSULTANT COSTS (See Exhibit G): _ $ 8,000.00
GRAND TOTAL = $ 16,413.07
PREPARED BY: Dennis J. Wh i tcher DATE:
Page 28 of 34 Local Agency Guidelines
September 1995
EXHIBIT D-1 - AMENDMENT NO. 1
CONSULTANT FEE DETERMINATION — SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
PROJECT: CITY OF YAKIMA
FAIR AVENUE IMPROVEMENT PROJECT
Spruce Street to Pacific Avenue
DIRECT SALARY COST (DSC):
TASK: Amendment No. 1C
True Cost Estimate
Classification Man Hours x Rate =
Principal Engineer 4 x 37.00 $ 148.00
Right of Way Specialist 40 x 32.00 1,280.00
Licensed Engineer 8 x 24.00 192.00
CAD Technician 12x 13.00 156.00
Word Technician 12 x 16.00 192.00
x
x
x
x
TOTALDSC = $ 1,968.00
OVERHEAD (OH COST -- including Salary Additives):
OHRatexDSC of 150.77 %x$ 1,968.00
FIXED FEE (I F):
FFRatexDSC or '15 %x$ 1.968.00
$ 2,967.15
$ 688.80
REIMBURSABLES:
Itemized = 0.00
SUBCONSULTANT COSTS (See Exhibit G): _ $
GRAND TOTAL = $
0.00
5,623.95
PREPARED BY: Dennis J. Whitcher DATE:
Page 26 of 34 Local Agency Guidelines
September 1995
EXHIBIT G
SUBCONTRACTED WORK
Amendment No. 1
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
1. Conley Engineering, electrical evaluation of sewer lift station.
2. CH2M-Hill, design of Fair Avenue and Pacific Avenue traffic signal.
Page 30 of 34 Local Agency Guidelines
September 1995
Huibregtse, Louman Associates, Inc.
CIVIL ENGINEERING • LAND SURVEYING • PLANNING
January 29, 1999
City of Yakima
Engineering Division
129 North Second Street
Yakima, WA 98901
Attn: Fred French, PE
City Engineer
Re: Yakima Avenue/I-82 Gateway Project
City Agreement No. 94-57(R94-98) - Amendment No. 8
Revision to Subtask 1 b
Dear Fred:
William L. Huibregtse, PE
Jeffrey T. Louman, PE
Theodore W. Pooler, PE
Dennis J.Whitcher, PE
Francis 'Jaeger, PE
Eric T. Herzog, PLS
Heidi C. Herzog, PE
Michael T. Battle, PE
Enclosed is a revised Exhibit D-1 for Subtask 1b of our current agreement for completion
of the above referenced project.
This Exhibit D-1 has been revised to show a subconsultant amount of $5,995.00 for
wetlands assessment work to be performed by CH2M HILL. As discussed in our previous
letter to you dated January 15, 1999, the subconsultant work is required to assess the
impact of the TAR Ramp construction on the existing wetlands. CH2M- HILL. has prepared
a scope of services for this assessment work which we have submitted with this letter.
We have reevaluated our involvement in Subtask 1b and have adjusted our estimated time
based upon CH2M HILL's scope of services for the assessment work. The revised total
amount of Subtask 1 b ($23,070.50) does not exceed the original total amount
($23,107.25). Depending upon the results of the assessment work element of this project,
the scope and fee for design and preparation of plans and specifications for any required
wetlands mitigation construction may have to be revised, which will require another revision
to this Subtask.
Yk10-42
3800 Summitview, Suite 100 + Yakima,WA 98902 (509) 966-7000 + FAX (509) 965-3800
City of Yakima
January 29, 1999
Page 2.
CH2M HILL is ready to proceed upon your authorization of this subtask revision. We will
inform you of any meetings with the WDOE and other agencies so that you may attend if
your schedule permits. Thank you for your consideration.
V ; truly yours,
Dennis J. her, PE
DJW/Iw
Ykl 0-42
Enclosure
Revised Subtask 1 b, Exhibit D-1 APPROVED:
'4/
Fred French, PE, City Engineer
Ykl 0-42
/1- /9'2
Date
Huibregtse, Lowman Associates, Inc.
EXHIBIT D-1 - AMENDMENT NO. 8
CONSULTANT FEE DETERMINATION - SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
PROJECT: CITY OF YAKIMA TASK: Amendment No. 8
FAIR AVENUE IMPROVEMENT PROJECT Subtask 1b, Wetlands Mitigation -
Spruce Street to Pacific Avenue REVS€C# Mitigation Work
DIRECT SALARY COST (DSC):
Classification Man Hours Rate Cost
Principal Engineer 6 x 37.00 = $222.00
Licensed Engineer 70 x 25.00 = 1,750.00
Project Engineer 20 x 19.00 = 380.00
Licensed Land Surveyor 40 x 20.00 = 800.00
Two Man Survey Crew 40 x 33.40 = 1,336.00
CAD Technician 60 x 16.00 = 960.00
Word Processing Technician 19 x 16.70 = 317.30
TOTAL DSC = $ 5,765.30
OVERHEAD (OH COST - including Salary Additives):
OH Rate x DSC or 150.77 % x $ 5.765.30 = $ 8,692.34
FIXED FEE (FF):
FF Rate x DSC or 35 % x $ 5,765.30 = $ 2.017.86
REIMBURSABLE:
Itemized = $ 600.00
SUBCONSULTANT COSTS (See Exhibit G):
GRAND TOTAL
PREPARED BY: William L. Huibregtse
PROJ10-5.wpd
$ 5,995.00
= $ 23,070.50
DATE: January 25, 1999
Huibregtse, Lowman Associates, Inc.
YAKIMA GATEWAY Wetlands Mitigation
ATTACHMENT A
Initial Contract
SCOPE OF WORK
PRELIMINARY ENGINEERING AND SI.TBCONSITLTANT SERVICES
Yakima Gateway Wetlands Mitigation
Section 1
PROJECT DESCRIPTION
The work of this AGREEMENT consists of providing preliminary engineering for the project titled "City of
Yakima 1-82 Wetlands Mitigation Project". The major feature of the project is the replacement and mitigation
of 1.46 acres of wetlands associated with the Yakima Avenue/'1-82 Project.
Section 2
TASK DESCRIPTIONS
Work EIement 1
PROJECT MANAGEMENT
A detailed schedule for the CONSULTANT work elements will be jointly developed with HLA. The schedule
will be updated periodically to reflect the current status of the project.
This work element will also prepare the monthly progress reports and monthly invoices. Progress reports will
discuss the work in the previous month, the status of individual work elements, meetings attended, and
outstanding information,
This work element provides for the preparation, attendance, follow-up, and documentation of meetings over
the course of the project, These meetings will be the forum for the agencies to provide input and guidance for
the direction of the project. They will also be used to discuss project issues, approve submittals, and develop
potential solutions.
Periodic monitoring of the consultants design budget will occur over the course of the project. Current status
as well as projections to complete will be developed, This work element is intended to help monitor costs and
budgets and to propose corrective actions. These actions could include formal requests for budget increases or
scope modifications or reductions.
This work element also provides for the implementation of quality control program.
1/24/99 11:14AM
YAKIMA GATEWAY Wetlands Mitigation
Work Element 2
MISCELLANEOUS SERVICES
Data Collection
The CONSULTANT will provide HLA with hard copy half sized (11x17) design drawings of 1-82 TAR Ramp
construction plans.
Remaining Wetland Mitigation Work Memorandum
The CONSULTANT will prepare a memorandum that lists observations and opinions of remaining wetland
mitigation work. A visit to the wetland Site will be made to evaluate the effect of the TAR Ramp construction
on the wetlands, and a visit to the proposed wetland replacement site will be made to evaluate if the proposed
site remains a viable replacement site following potential effects of construction.
Summary Meeting
A meeting with HLA will occur to discuss evaluations and opinions of the wetland mitigation site and to reach
consensus on further work elements.
Washington Department of Ecology Coordination
The CONSULTANT will meet with. HLA and the WDOE to determine and clarify WDOE requirements.
The CONSULTANT will prepare a narrative for submittal to WDOE addressing the approach to meet these
conditions of WDOE.
Work Element 3
WETLAND MITIGATION PS&E
Wetland Mitigation PS&E will follow Work Element 2 as Work Element 3. However, the scope for
Work Element 3 cannot be determined until the results of Work Element 2 are established. Therefore
Work Element 3 has been removed from this document and will be submitted as a separate document.
1/29/99 11:14AM
EXHIBIT D-1
City of Yakima
Yakima Gateway Wetlands Mitigation
January 28, 1999
Budget Summary by task
1 Project Management
2 Miscellaneous Services
TOTALS
•
$0 $1,130
$384 $4,865
$384 $5,995
Gateway Wetland Fee Estimate 2.xls
Page 4 of 4 Gateway Wetland Fee Estimate 2.xls
NOTICE OF CLAIM AGAINST BOND
AND
NOTICE OF CLAIM AGAINST RETAINED PERCENTAGE FUND
(RCW 39.08.030 and RCW 60.28.010)
TO:
CITY OF YAKIMA
129 North Second Street
Yakima, Washington 98901
NOTICE IS HEREBY GIVEN that the undersigned, Construction
Pacific Coast, Inc., 711 Scenic Bluff, Yakima, Washington 98908,
has a claim in the principal sum of Sixty Two Thousand Two Hundred
Ninety Eight and 87/100 Dollars ($62,298.87), which amount may be
amended and which claim may include attorney's fees and costs,
together with interest at the rate of 12% per annum, against the
Bond taken from Superior Paving Co., as principal, and American
Home Assurnace Compnay, as surety, Bond number 17-36-42, and
against the statutory retained percentage withheld by the City of
Yakima for the labor and/or materials or equipment supplied for the
project known as the Fair Avenue Improvement Project (City of
Yakima Project no.s 1526 and 1525), located in Yakima, Washington.
Dated: October 17, 1997
CONSTRUCTION PACIFIC COAST, INC., Claimant
By: ` rYa ` S. zona c sg , Its Attorney
ENG; R W
OCT 3 0 ECT
R CMP L4
To:
And To:
NOTICE OF CLAIM AGAINST PERFORMANCE BOND
2 A11
Jerry Foy
Director of Public Works
City of Yakima
2301 Fruitvale Boulevard
Yakima, WA 98902
Construction Pacific Coast, Inc.
711 Scenic Bluff
Yakima, WA 98908
And To: Superior Asphalt & Concrete Company
2000 E. Beech St.
Yakima, WA 98901
And To: American Home Assurance Co.
c/o Raleigh, Schwartz & Powell
Attn: Paula McCoy
P.O. Box 2437
Seattle, WA 98124
NOTICE IS HEREBY GIVEN pursuant to RCW 39.08.030 that GK Mechanical &
Construction, Inc., has a claim in the sum of $18,400.00 plus interest at the rate of
1.5% per month from the date such sums were due plus attorneys fees and costs,
against the performance bond (Number 17-36-42) taken from American Home
Assurance Company, Bond Number (c/o Raleigh, Schwartz & Powell, P.O. Box 2437,
Seattle, Washington 98124), by Superior Asphalt & Concrete Company. The bond
covers the work done by GK Mechanical & Construction, Inc., on the Fair Avenue
Improvement Project Spruce St. to Pacific Avenue (Yakima City Project No. 1545 and
1526) contracted for by the City of Yakima and under which Superior Asphalt &
Concrete Company was the general contractor and under which Construction Pacific
Coast, Inc., was the a sub -contractor. The general nature of the work which GK
Mechanical and Construction, Inc., performed was the installation of approximately
3200 lineal feet of piping, tapping for water service connections and the connections for
the water service
GK MEC TRUCTION, INC.
By:
It. Attorney
f: \clients\rwb\gk\bondclm. not
9/22/97 8:39 am
To:
And To:
And To:
And To:
R E
NOTICE OF LIEN ON RETAINAGE BOND
'97 SEP 22 Al I :09
ice! Lr,K
Jerry Foy
Director of Public Works
City of Yakima
2301 Fruitvale Boulevard
Yakima, WA 98902
Construction Pacific Coast, Inc.
711 Scenic Bluff
Yakima, WA 98908
Superior Asphalt & Concrete Company
2000 E. Beech St.
Yakima, WA 98901
American Home Assurance Co.
c/o Raleigh, Schwartz & Powell
Attn: Paula McCoy
P.O. Box 2437
Seattle, WA 98124
Notice is hereby given pursuant to RCW 60.28.015 that the undersigned GK
Mechanical and Construction, Inc. has a lien against the retainage bond (Bond Number
17-36-43) in the sum of $18,400.00 plus interest on such sums at the rate of 1.5%
percent per month from the date said sums were due plus attorneys fees and costs,
which retainage bond was taken out by Superior Asphalt & Concrete Company from
American Home Assurance Company (c/o Raleigh, Schwartz & Powell P.O. Box 2437,
Seattle, Washington 98124,) on account of work contracted for by the City of Yakima
(specifically the Fair Avenue Improvement Project Spruce St. to Pacific Avenue, City
Project Numbers 1545 and 1526) and under which Superior Asphalt and Concrete
Company was the general contractor and under which Construction Pacific Coast, Inc.
was a sub -contractor. The general nature of the work which GK Mechanical and
Construction, Inc., performed was the installation of approximately 3200 lineal feet of
piping, tapping for water service connections and the connections for the water service.
GK
By:
It Attor ey
TRUCTION, INC.
\clients\rwb\gk\retain.not
9/18/97 10:31 am
ALAN S. DONALDSON
ATTORNEY AT LAW
4412 FIRST INTERSTATE CENTER
999 THIRD AVENUE
SEATTLE, WASHINGTON 98104-4001
(206) 682-8000
February 11, 1998
VIA CERTIFIED MAIL
Article No.: P 152 265 550
City of Yakima
Department of Engineering & Utilities
129 North Second Street
Yakima, Washington 98901
FACSIMILE (206) 682-8111
Dear Sir/Madam:
Enclosed for your action is the claim of Construction Pacific
Coast, Inc. against the bond and retained percentage fund for the
Fair Avenue Improvement Project. Please file and process these
claims in accordance with the applicable statutes. Thank you.
r-11/
FEB 1 7 1998
Cif Y Lic.ptL DEPT.
FEB 1 71998
RECEIVED
AMENDED AND RE -FILED NOTICE OF CLAIM AGAINST BOND
AND
NOTICE OF CLAIM AGAINST RETAINED PERCENTAGE FUND
(RCW 39.08.030 and RCW 60.28.010)
TO:
CITY OF YAKIMA
129 North Second Street
Yakima, Washington 98901
NOTICE IS HEREBY GIVEN that the undersigned, Construction
Pacific Coast, Inc., 711 Scenic Bluff, Yakima, Washington 98908,
has a claim in the principal sum of Ninety Eight Thousand Eight
Hundred Twenty Seven and 61/100 Dollars ($98,827.61), which amount
may be amended and which claim may include attorney's fees and
costs, together with interest at the rate of 12% per annum, against
the Bond taken from Superior Paving Co., as principal, and American
Home Assurance Company, as surety, Bond number 17-36-42, and
against the statutory retained percentage withheld by the City of
Yakima for the labor and/or materials or equipment supplied for the
project known as the Fair Avenue Improvement Project (City of
Yakima Project no.s 1526 and 1525), located in Yakima, Washington.
Dated: February 11, 1998
CONSTRUCTION PACIFIC COAST, INC., Claimant
By: Alain. naldson, Its Attorney
-r,
m
CD
ry
0
ALAN S. DONALDSON
ATTORNEY AT LAW
1800 SKYLINE TOWER
10900 N.E. FOURTH STREET
BELLEVUE, WASHINGTON 98004-5481
Office: (425) 990-4040
Direct: (425) 747-8009
October 27, 1997
CERTIFED MAIL
RETURN RECEIPT REQUESTED
(P 152 265 548)
City of Yakima
Department of Engineering & Utilities
129 North Second Street
Yakima, Washington 98901
Facsimile: (425) 747-3607
Dear Sir/Madam:
Enclosed is the Notice of Claim Against Bond and Notice of
Claim Against Retained Percentage Fund transmitted to you on behalf
of my client, Construction Pacific Coast, Inc. Please file these
claims in accordance with the applicable statutes.
Very truly yours,
ENGINEERING
OCT 3 0 BEC'II
RECEIVE, :,
ALAN S. DONALDSON
ATTORNEY AT LAW
4412 FIRST INTERSTATE CENTER
999 THIRD AVENUE
SEATTLE, WASHINGTON 98104-4001
(206) 682-8000 FACSIMILE (206) 682-8111
June 12, 1998
VIA CERTIFIED MAIL
Article No.: Z 388 618 798
City of Yakima
Department of Engineering & Utilities
129 North Second Street
Yakima, Washington 98901
rJUL 11998
CITY .LEGAL PTz
Dear Sir/Madame:
Enclosed for your action is the claim of Construction Pacific
Coast, Inc. against the bond and retained percentage fund for the
Fair Avenue Improvement project. Please file and process these
claims in accordance with the applicable statutes. Thank you.
c: Client
ENGINEERING
jUti 17 1998
RECEIVED
Very - ly yours,
AMENDED AND RE -FILED NOTICE OF CLAIM AGAINST BOND
AND
NOTICE OF CLAIM AGAINST RETAINED PERCENTAGE FUND
(RCW 39.08.030 and RCW 60.28.010)
TO:
CITY OF YAKIMA
129 North Second Street
Yakima, Washington 98901
NOTICE IS HEREBY GIVEN that the undersigned, Construction
Pacific Coast, Inc., 711 Scenic Bluff, Yakima, Washington 98908,
has a claim in the principal sum of Ninety Eight Thousand Eight
Hundred Twenty Seven and 61/100 Dollars ($98,827.61), which amount
may be amended and which claim may include attorney's fees and
costs, together with interest at the rate of 1296- per annum, against
the Bond taken from Superior Paving Co., as principal, and American
Home Assurance Company, as surety, Bond number 17-36-42, and
against the statutory retained percentage withheld by the City of
Yakima for the labor and/or materials or equipment supplied for the
project known as the Fair Avenue Improvement Project (City of
Yakima Project no.s 1526 and 1525), located in Yakima, Washington.
Dated: June 12, 1998
CONSTRUCTION PACIFIC COAST, INC., Claimant
7Al:::)C--?
y:an`S .�adson, Its Attorney
THIS AGREEMENT, made and entered into this day of , 1994 , between
the Local Agency of City of Yakima , Washington, hereinafter called the "AGENCY" ,
and the above organization hereinafter called the "CONSULTANT".
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY docs not have sufficient staff to meet the required commitment and therefore deems it
advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the
PROJECT; and
WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to
professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY,
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or
attached and incorporated and made a pan hereof, the parties hereto agree as follows:
Local Agency Guidelines
May 1994
Page 1 of 32
STANDARD CONSULTANT
AGREEMENT
CONSULTANT/ADDRESS/TELEPHONE
Huibregtse, Louman Associates, Inc.
3800 Summitview, Suite 100
AGREEMENT NUMBER
FEDERAL AID NO.
STPUS-4611(001)
Yakima , WA 98902
(509)966-7000
PROJECT TITLE AND WORK DESCRIPTION
A1
G
i
1 LUMP SUM
Fair Avenue Improvement Project
Spruce Street to Pacific Street
R
LUMP SUM AMOUNT $
E
E
X
COST PLUS FIXED FEE
Street Improvements including R/W eval-
uation, Design Report, PS&E for wi den -
M
E
OVERHEAD PROGRESS
PAYMENT RATE 150.77 %
ing, curbs, sidewalks, drainage, illum-
i nati on and watermain improvements.
N
T
OVERHEAD COST METHOD
DBE PARTICIPATION
YES I X I NO
T
ACTUAL COST NOT
%
WBE PARTICIPATION
Y
TO EXCEED %
ri YES
X
NO 0/O
P
L,_ FIXED RATE 150.77
E
FIXED FEE $
FEDERAL ID NO.
OR S.S. NO.
Do you require a 1099 for IRS?
C
91-1237188
YES ( XI NO
H
E
C
SPECIFIC RATES OF PAY
COMPLETION DATE
MAXIMUM AMOUNT
K
I INEGOTIATED HOURLY RATE
PAYABLE
February
1 ( PROVISIONAL HOURLY RATE
28, 1995
0
N
COST PER UNIT OF WORK
122,921.80
$
THIS AGREEMENT, made and entered into this day of , 1994 , between
the Local Agency of City of Yakima , Washington, hereinafter called the "AGENCY" ,
and the above organization hereinafter called the "CONSULTANT".
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY docs not have sufficient staff to meet the required commitment and therefore deems it
advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the
PROJECT; and
WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to
professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY,
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or
attached and incorporated and made a pan hereof, the parties hereto agree as follows:
Local Agency Guidelines
May 1994
Page 1 of 32
GENERAL DESCRIPTION OF WORK
The work under this AGREEMENT shall consist of the
above described work and services as herein defined and
necessary to accomplish the completed work for this
PROJECT, The CONSULTANT vha. furnish all services,
,
labor and related equipment necessary to conduct and
complete the work as designated elsewhere in this
AGREEMENT.
it
SCOPE OF WORK
The Scope of Work and project level of effort for this proj-
ect is detailed in Exhibit "B" attached hereto, and by this
reference made a part of this AGREEMENT.
GENERAL REQUIREMENTS
All aspects of coordination
oordination of the work of this AGREE-
MENT, with outside agencies, groups or individuals shall
receive advance approval by the AGENCY. Necessary
contacts and meetings with agencies, groups or individuals
shall be coordinated through the AGENCY.
The CONSULTANT shall attend coordination, progress
and presentation meetings with the AGENCY or such Fed-
eral, Community, State, City or County officials, groups or
individuals as may be requested by the AGENCY. The
AGENCY will provide the CONSULTANT sufficient no-
tice prior to meetings requiring CONSULTANT participa-
tion. The minimum number of hours or days notice
required shall be agreed to between the AGENCY and the
CONSULTANT and shown in Exhibit "B" attached hereto
and made part of this AGREEMENT. The CONSUL-
TANT shall prepare _a monthly progress report, in a form
approved by the AGENCY, that will outline in written and
graphical form the various phases and the order of perfor-
mance of the work in sufficient detail so that the progress
of the work can easily be evaluated. Goals for Disadvan-
taged Business Enterprises (DBE) and Women Owned
Business Enterprises (WBE) if required shall be shown in
the heading of this AGREEMENT.
All reports, PS&E materials, and other data, furnished to
the CONSULTANT by the AGENCY shall be returned.
All designs, drawings, specifications, documents, and
other work products prepared by the CONSULTANT
prior to completion or termination of this AGREEMENT
are instruments of service for this PROJECT and are prop-
erty of the AGENCY. Reuse by the AGENCY or by others
acting through or on behalf of the AGENCY of any such
instruments of service, not occurring as a part of this
PROJECT, shall be without liability or legal exposure to
the CONSULTANT.
IV
TIME FOR BEGINNING AND COMPLETION
The CONSULTANT shall not begin any work under the
terms of this AGREEMENT until authorized in writing, by
the AGENCY. All work under this AGREEMENT shall
be completed by the date• shown in the heading of this
AGREEMENT under completion date.
The establishers completion time sha11 not h„ extended i,,
cause of any delays attributable to the CONSULTANT,
but may be extended by the AGENCY, in the event of a
delay attributable to the AGENCY, or because of unavoid-
able delays caused by an act of GOD or governmental ac-
tions or other conditions beyond the control of the
CONSULTANT. A prior supplemental agreement issued
by the AGENCY is required to extendthe established
_ __ _ .. tali�a at..0
completion time.
V
PAYMENT
The CONSULTANT shall be paid by the AGENCY for
completed work and services rendered under this AGREE-
MENT as provided in Exhibit "C" attached hereto, and by
this reference made part of this AGREEMENT. Such pay-
ment shall be full compensation for work performed or
services rendered and for all labor, materials, supplies,
equipment, and incidentals necessary to complete the
work specified in Section II, "Scope of Work". The CON-
SULTANT shall conform with all applicable portions of
4RC`F31_
VI
SUBCONTRACTING
The AGENCY permits subcontracts for those items of
work as shown in Exhibit G to this Agreement.
Compensation for this subconsultant work shall be based
on the cost factors shown on Exhibit G, attached hereto
and by this reference made a part of this AGREEMENT.
The work of the subconsultant shall not exceed its maxi-
mum amount payable unless a prior written approval has
been issued by the AGENCY.
Page 2 of 32 Local Agency Guidelines
May 1594
All reimbursable direct labor, overhead, direct non -salary
costs and fixed fee costs for the subconsultant shall be sub-
stantiated in the same manner as outlined in Section V. All
subcontracts exceeding $10,000 in cost shall contain all
applicable provisions of this AGREEMENT.
The CONSULTANT shall not subcontract for the perfor-
mance of any work under this AGREEMENT without
prior written permission of the AGENCY. No permission
for subcontracting shall create, between the AGENCY and
subcontractor, any contract or any other relationship.
VII
EMPLOYMENT
The CONSULTANT warrants that he/she has not em-
ployed or retained any company or person, other than a
bona fide employee working solely for the CONSUL-
TANT, to solicit or secure this contract, and that it has not
paid or agreed to pay any company or person, other than a
bona fide employee working solely for the CONSUL-
TANT, any fee, commission, percentage, brokerage fee,
gift, or any other consideration, contingent upon or result-
ing from the award or making of this contract. For breach
or violation of this warrant, the AGENCY shall have the
right to annul this AGREEMENT without liability, or in its
discretion, to deduct from the AGREEMENT price or con-
sideration or otherwise recover the full amount of such fee,
commission, percentage, brokerage fee, gift, or contingent
fee.
Any and all employees of the CONSULTANT or other
persons while engaged in the performance of any work or
services required of the CONSULTANT under this
AGREEMENT, shall be considered employees of the
CONSULTANT only and not of the AGENCY, and any
and all claims that may or might arise under any
Workmen's compensation Act on behalf of said employ-
ees or other persons while so engaged, and any and all
claims made by a third party as a consequence of any act or
omission on the part of the CONSULTANT's employees
or other persons while so engaged on any of the work or
services provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full or part
time basis, or other basis, during the period of the contract,
any professional or technical personnel who are, or have
been, at any time during the period of the contract, in the
employ of the United States Department of Transportation,
the STATE, or the AGENCY, except regularly retired em-
ployees, without written consent of the public employer of
such person.
VIII
NONDISCRIMINATION
The CONSULTANT agrees not to discriminate against
any client, employee or applicant for employment or for
services because of race, creed, color, national origin, mar-
ital status, sex, age or handicap except for a bona fide oc-
cupational qualification with regard to, but not limited to
the following: employment upgrading, demotion or trans-
fer, recruitment or any recruitment advertising,a layoff or
terminations, rates of pay or other forms of compensation,
selection for training, rendition of services. The CON-
SULTANT understands and agrees that if it violates this
provision, this AGREEMENT may be terminated by the
AGENCY and further that the CONSULTANT shall be
barred from performing any services for the AGENCY
now or in the future unless a showing is made satisfactory
to the AGENCY that discriminatory practices have termi-
nated and that recurrence of such action is unlikely.
During the performance of this AGREEMENT, the CON-
SULTANT, for itself, its assignees and successors in inter-
est agrees as follows:
A. COMPLIANCE WITH REGULATIONS: The CON-
SULTANT shall comply with the Regulations relative
to nondiscrimination in the same manner as in Fed-
eral -assisted programs of the Department of Transpor-
tation, Title 49, Code of Federal Regulations, Pan 21,
as they may be amended from time to time, (hereinaf-
ter referred to as the Regulations), which are herein in-
corporated by reference and made a part of this
AGREEMENT. The consultant shall comply with the
American Disabilities Act of 1992, as amended.
B. NONDISCRIMINATION: The CONSULTANT,
with regard to the work performed by it during the
AGREEMENT, shall not discriminate on the grounds
of race, creed color, sex, age, marital status, national
origin or handicap except for a bona fide occupational
qualification in the selection and retention of sub -
consultants, including procurements of materials and
leases of equipment. The CONSULTANT shall not
participate either directly or indirectly in the discrimi-
nation prohibited by Section 21.5 of the Regulations,
including employment practices when the contract
covers a program set forth in Appendix II of the Regu-
lations.
Local Agency Guidelines
May 1994
Page 3 0132
SOLICITATIONS FOR SUBCONSULTANTS, IN-
CLUDING PROCUREMENTS OF MATERIALS
AND EQ .JWIYIENT: In all solicitations either by com-
petitive bidding or negotiation made by the CONSUL-
TANT for work to be performed under a subcontract,
including procurements of materials or leases of
equipment, each potential srrhrnncultant nr sunnlier
shall be notified by the CONSULTANT V ofv the
CONSULTANT's obligations under this AGREE-
MENT and the Regulations relative to nondiscrimina-
tion on the grounds of race, creed, color, sex, age,
marital status, national origin and handicap.
D. INFORMATION AND REPORTS: The CONSUL-
TANT shall provide all information and reports re-
quired by the Regulations, or directives issued
pursuant thereto, and shall pennit access to its books,
records, accounts, other sources of information, and its
facilities as may be determined by the AGENCY to be
pertinent to ascertain compliance with such Regula-
tions or directives. Where any information required of
the CONSULTANT is in the exclusive possession of
another who fails refuses to furnish
t iJ information 11aUll
the CONSULTANT shall so certify to the AGENCY,
or the United States Department of Transportation as
appropriate, and shall set forth what efforts it has made
to obtain the information.
E. SANCTIONS FOR NONCOMPLIANCE: In the
event of the CONSULTANT's noncompliance with
the nondiscrimination provisions of this AGREE-
MENT, the AGENCY shall impose such sanctions as
r��-
it or the Federal Highway Administration may deter-
mine to be appropriate, including, but not limited to:
1. Withholding of payments to the CONSULTANT
under the AGREEMENT until the CONSUL-
TANT complies, and/or
2. Cancellation, termination or suspension of the
AGREEMENT, in whole or in part.
F. INCORPORATION OF PROVISIONS: The CON-
SULTANT shall include the provisions of paragraphs
(A) through (G) in every subcontract, including pro-
curements of materials and leases of equipment, un-
less exempt by the Regulations or directives issued
pursuant thereto. The CONSULTANT shall take such
action with respect to any subconsultant or procure-
ment as the AGENCY or the Federal Highway Ad-
ministration may direct as a means of enforcing such
provisions including sanctions for noncompliance;
provided, however, that,in the a CONSUL-
r*t event
TA1T17becomes involved in, oris threatened with, liti-
gation with a subconsultant or supplier as a result of
such direction, the CONSULTANT may request the
AGENCY to enter into such litigation to protect the in-
terests of the AGENCY, and in addition, the CON-
SULTANT may request the United States to enter into
such 1itination to protect the :-,tempts or thc- Ttnit_ i
States.
G. UNFAIR EMPLOYMENT PRACTICES: The CON-
SULTANT shall comply with RCW 49.60.180 and
Executive Order number E.O. 77-13 of the Governor
of the State of Washington which prohibits unfair em-
ployment practices.
IX
TERMINATION OF AGREEMENT
The right is reserved by the AGENCY to terminate this
AGREEMENT at any time upon ten days written notice to
the CONSULTANT.
In the event this AGR. E N"! is terminated by the
AGENCY other than for default on the part of the CON-
SULTANT, a final payment shall be made to thc CON-
SULTANT as shown in Exhibit F for the type of
AGREEMENT used.
No payment shall be marl,- for any work '"pleted after
ten days following receipt by the CONSULTANT of the
Notice to terminate. If the accumulated payment made to
the CONSULTANT prior to Notice of Termination ex-
ceeds the total amount that would be due computed as set
forth herein above, then no final payment shall be due and
the CONSULTANT shall immediately reimburse the
AGENCY for any excess paid.
If the services of the CONSULTANT are terminated by
the AGENCY for default on the part of the CONSUL-
TANT, the above formula for payment shall not apply. In
such an event, the amount to be paid shall be determined
by the AGENCY with consideration given to the actual
costs incurred by the CONSULTANT in performing the
work to the date of termination, the amount of work origi-
nally required which was satisfactorily completed to date
of termination, whether that work is in a form or a type
which is usable to the AGENCY at the time of termina-
tion; the cost to the AGENCY of employing another firm
to complete the work required and the time which maybe
required to do so, and other factors which affect the value
to the AGENCY of the work perforined at the time of ter-
mination. Under no circumstances shall payment made
Page 4 of 32
Local Agency Guidelines
may 1994
under this subsection exceed the amount which would
have been made using the formula set forth in the previous
paragraph.
If it is determined for any reason that the CONSULTANT
was not in default or that the CONSULTANT's failure to
perform is without it or it's employee's fault or negligence,
the termination shall be deemed to be a termination for the
convenience of the AGENCY in accordance with the pro-
vision of this AGREEMENT.
In the event of the death of any member, partner or officer
of the CONSULTANT or any of its supervisory personnel
assigned to the project, or, dissolution of the partnership,
termination other corporation, or disaffiliation of the prin-
cipally involved employee, the surviving members of the
CONSULTANT hereby agree to complete the work under
the terms of this AGREEMENT, if requested to do so by
the AGENCY. The subsection shall not be a bar to renego-
tiation of the AGREEMENT between the surviving mem-
bers of the CONSULTANT and the AGENCY, if the
AGENCY so chooses.
In the event of the death of any of the parties listed in the
previous paragraph, should the surviving members of the
CONSULTANT, with the AGENCY's concurrence, de-
sire to terminate this AGREEMENT, payment shah be
made as set forth in the second paragraph of this section.
Payment for any part of the work by the AGENCY shall
not constitute a waiver by the AGENCY of any remedies
of any type it may have against the CONSULTANT for
any breach of this AGREEMENT by the CONSULTANT,
or for failure of the CONSULTANT to perform work re-
quired of it by the AGENCY. Forbearance of any rights
under the AGREEMENT will not constitute waiver of en-
titlement to exercise those rights with respect to any future
act or omission by the CONSULTANT.
X
CHANGES OF WORK
The CONSULTANT shall make such changes and revi-
sions in the complete work of this AGREEMENT as nec-
essary to correct errors appearing therein, when required to
do so by the AGENCY, without additional compensation
thereof. Should the AGENCY find it desirable for its own
purposes to have previously satisfactorily completed work
or parts thereof changed or revised, the CONSULTANT
shall make such revisions as directed by the AGENCY.
This work shall be considered as Extra Work and will be
paid for as herein provided under Section XIV.
XI
DISPUTES
Any dispute concerning questions of fact in connection
with the work not disposed of by AGREEMENT between
the CONSULTANT and the AGENCY shall be referred
for determination to the Director of Public Works or
AGENCY Engineer, whose decision in the matter shall be
final and binding on the parties of this AGREEMENT,
provided however, that if an action is brought challenging
the Director of Public Works or AGENCY Engineer's de-
cision, that decision shall be subject to de novo judicial re-
view.
XII
VENUE, APPLICABLE LAW AND PERSONAL
JURISDICTION
In the event that either party deems it necessary to institute
legal action or proceedings to enforce any right or obliga-
tion under this AGREEMENT, the parties hereto agree
that any such action shall be initiated in the Superior court
of the State of Washington, situated in the county the
AGENCY is located in. The parties hereto agree that all
questions shall be resolved by application of Washington
law and that the parties to such action shall have the right
of appeal from such decisions of the Superior court in ac-
cordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdic-
tion of the Superior court of the State of Washington, situ-
ated in the county in which the AGENCY is located in.
XIII
LEGAL RELATIONS AND INSURANCE
The CONSULTANT shall comply with all Federal, State,
and local laws and ordinances applicable to the work to be
done under this AGREEMENT. This AGREEMENT shall
be interpreted and construed in accord with the laws of
Washington.
The CONSULTANT shall indemnify and hold the
AGENCY and the STATE, and their officers and employ-
ees harmless from and shall process and defend at its own
expense all claims, demands, or suits at law or equity aris-
ing in whole or in part from the CONSULTANT's negli-
gence or breach of any of its obligations under this
AGREEMENT; provided that nothing herein shall require
a CONSULTANT to indemnify the AGENCY and the
STATE against and hold harmless the AGENCY and the
STATE from claims, demands or suits based solely upon
the conduct of the AGENCY and the STATE, their agents,
Local Agency Guidelines
May1994
Page 5 of 32
officers and employees and provided further that if the
claims or suits are caused by or result from the concurrent
negligence of (a) the CONSULTANT's agents or employ-
ees and (b) the AGENCY and the STATE, their agents, of-
ficers and employees, this indemnity provision with
respect to (1) claims or suits based upon such negligence,
(2) the ensts to the AGENCY and the STATE of rirfrnriing
such claims and suits, etc. shall be valid and enforceable
only to the extent of the CONSULTANT's negligence or
the negligence of the CONSULTANT's agents or employ-
ees.
The CONSULTANT's relation to the AGENCY shall be
at all times as an independent contractor.
The CONSULTANT specifically assumes potential liabil-
ity for actions brought by the CONSULTANT's own em-
ployees against the AGENCY and, solely for the purpose
of this indemnification and defense, the CONSULTANT
specifically waives any immunity under the state industrial
insurance law, Title 51 RCW. The CONSULTANT recog-
nizes that this waiver was specifically entered into pursu-
antto the pmvicinne nfR("'W 4'J5 115 �nri was the subject
c ..ems... ...�...-&,....<........ ,.,.CJ _&L_ subject
of mutual negotiation.
Unless otherwise specified in the AGREEMENT, the
AGENCY shall be responsible for administration of con-
struction contracts, if any, on the project. Subject to the
processing of an acceptable, supplemental agreement, the
CONSULTANT shall provide on-call assistance to the
AGENCY during contract administration. By providing
such assistance, the CONSULTANT shall assume no re-
sponsibility for: proper construction techniques, job site
safety, or any construction contractor's failure to perform
its work in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force during
the terms of the AGREEMENT, or as otherwise required,
the following insurance with companies or through
sources approved by the State Insurance Commissioner
pursuant to RCW 48,
Insurance Coverage
A. Worker's compensation and employer's liability in-
surance as required by the STATE.
B. Regular public liability and property damage insur-
ance in an amount not less than a single limit of one
million and 00/100 Dollars ($1,000,000.00) for bodily
injury, including death and property damage per oc-
currence.
Excepting the Worker's Compensation insurance and any
professional liability insurance secured by the CONSUL-
TANT,
ONSUL-
T AN T, the AGENCY will be named on all certificates of
insurance as an additional insured. The CONSULTANT
shall furnish the AGENCY with verification of insurance
and endorsements required by this AGREEMENT, The
AGENCY rescries the ri (alit to require complete certified
Copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance com-
pany authorized to do business in the State of Washington.
The CONSULTANT shall submit a verification of insur-
ance as outlined above within 14 days of the execution of
this AGREEMENT to the AGENCY.
No cancellation of the foregoing policies shall be effective
without thirty (30) days prior notice to the AGENCY.
The CONSULTANT's professional liability to the
AGENCY shall be limited to the amount payable under
this AGREEMENT or one million dollars, whichever is
the greater unless modified by Exhibit H. In no case shall
the Ca.OuNv U ..T_9NT'J,rof JJ:V.L.ltL t1iabi1ILJ to .L:U_U
parties
be limited in any way.
The AGENCY will pay no progress payments under Sec-
tion V until the CONSULTANT has fully complied with
this section. This remedy is not exclusive; and the
AGENCY and the STATE may take such other action as is
available to them under other provisions of this AGREE-
MENT, or otherwise in law.
XIV
EXTRA WORK
A. The AGENCY may at any time, by written order,
make changes within the general scope of the
AGREEMENT in the services to be performed.
B.
If any such change causes an increase or decrease in
the estimated cost of, or the time required for, perfor-
mance of any part of the work under this AGREE-
MENT, whether or not changed by the order, or
otherwise affects any other terms and conditions the
...w..•..... .........w other tv+++.......0 conditions of
AGREEMENT, the AGENCY shall make an equita-
ble adjustment in the (1) maximum amount. payable;
(2) delivery or completion schedule, or both; and (3)
other affected terms and shall modify the AGREE-
MENT accordingly,
The CONSULTANT must submit its "request for eq-
uitable adjustment" (hereafter referred to as claim)
Page 6 of 32 Local Agency Guidelines
May 1994
under this clause within 30 days from the date of re-
ceipt of the written order. However, if the AGENCY
decides that the facts justify it, the AGENCY may re-
ceive and act upon a claim submitted before final pay-
ment of the AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute
under the Disputes clause. However nothing in this
clause shall excuse the CONSULTANT from pro-
ceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and condition of para-
graphs (a) and (b) above, the maximum amount pay-
able for this AGREEMENT, shall not be increased or
considered to be increased except by specific written
supplement to this AGREEMENT.
XV
ENDORSEMENT OF PLANS
The CONSULTANT shall place his endorsement on all
plans, estimates or any other engineering data furnished by
him.
XVI
FEDERAL AND STATE REVIEW
The FederaI Highway Administration and the Washington
State Department of Transportation shall have the right to
participate in the review or examination of the work in
progress.
XVII
CERTIFICATION OF THE CONSULTANT
AND THE AGENCY
Attached hereto as Exhibit "A-1", are the Certifications of
the Consultant and the Agency, Exhibit "A-2" Certifica-
tion regarding debarment, suspension and other responsi-
bility matters - primary covered transactions, Exhibit "A-
3" Certification regarding the restrictions of the use of
Federal funds for lobbying, and Exhibit "A-4" Certificate
of Current Cost or Pricing Data. Exhibits "A-3" and "A-4"
are only required in Agreements over $100,000.
XVIII
COMPLETE AGREEMENT
This document and referenced attachments contains all
covenants, stipulations and provisions agreed upon by the
parties. No agent, or representative of either party has au-
thority to make, and the parties shall not be bound by or be
liable for, any statement, representation, promise or agree-
ment not set forth herein. No changes, amendments, or
modifications of the terms hereof shall be valid unless re-
duced to writing and signed by the parties as an amend-
ment to this AGREEMENT.
XIX
EXECUTION AND ACCEPTANCE
This AGREEMENT may be simultaneously executed in
several counterparts, each of which shall be deemed to be
an original having identical legal effect. The CONSUL-
TANT does hereby ratify and adopt all statements, repre-
sentations, wan-anties, covenants, and agreements
contained in the proposal, and the supporting materials
submitted by the CONSULTANT, and does hereby accept
the AGREEMENT and agrees to all of the terms and con-
ditions thereof.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first above written.
By e2
2Z,(7 )4„,
Consultant Huibregtse, Louman Associates Agency
Inc.
William L. Huibregtse, President
Cit,y of Yakima
4MdT6dt
Richard A. Zais, Jr.
City Manager
Local Agency Guidelines
May 1994
Attest:
City Clerk
Page Tof32
isI
if 117L • A'1
CERTIFICATION OF CONSULTANT
Project No. STPUS-4611(onl )
Local Agency Yakima
Therebyratify thntTar President
aidaud dilly authorized
representative of the firm of Huibregtse, Louman Associates, Inc. whin- addressic
3800 Summitview, Suite 100, Yakima, WA 98902 and that neither lnor the above firm Ihere
represent has:
(a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or
person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure
this contract.
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or
person in connection with carrying out the contract.
(c) Paid, or agreed to pay, to any him, organization or person (other than a bona tide employee working solely Ihr me or
the above CONSULTANT) any fee, contribution, donation or consideration of any kind for, or in connection with
procuring or carrying out the contract except as here expressly stated (if any):
Trort9fi,+}..,r+i-...{:......71..._,.L_.,L_-_s
furtherce. if that the film 1 hereby represent is authorized to do business in the State of Washington and that the tirrri
is in full compliance with the requirements of the Board of Professional Registration.
I acknowledge that this certificate is to be available to the State Department of Transportation and the Federal Highway
Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal
aid funds and is subject to applicable State and Federal laws, both criminand civil.
7-12-94
//6,
Date Signature
William L. Huibregtse, President
CERTIFICATION OF AGENCY OFFICIAL
1 hereby certify that I am the AGENCY Official of the Local Agency of Ya ki ma Washington and that
the above consulting firm or his representative has not been required, directly or indirectly as an express or implied
condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of any kind,
except as here expressly stated (if any).
I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department of
Transportation, in connection with this contract involving participation of Federal aid highway funds and is subject to
applicable State and Federal laws, both criminal and civil.
Date ' Signature
Richard A. Zais, Jr.
Yakima City Manager
Page 8 of 32 Local Agency Guidelines
May 1994
EXHIBIT A-2
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY
MATTERS -PRIMARY COVERED TRANSACTIONS
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals:
(a) Arc not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from covered transactions by any federal department or agency;
Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered
against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain,
or performing a public (federal, state, orlocal) transaction or contract under a public transaction; violation of
federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted fororotherwise criminally or civilly charged by a governmental entity (federal, state,
or local) with commission of any of the offenses enumerated in paragraph 1.b. of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or more public transactions
(federal, state, orlocal) terminated for cause or default.
(b)
2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this proposal.
Consultant(Firm): Huibregtse, Louman Associates, Inc.
7/12/94
(Date)
President or Authorized Official of Consultant
(Signature)
William L. Huibregtse, President
Local Agency Guidelines
May 1994
Page 9 of 32
EXHIBIT A-3
CERTIFICATION REGARDING THE RESTRICTIONS
OF THE USE OF FEDERAL FUNDS FOR LOBBYING
The prosrxl:tivn participant cerci flex i+. .,a submitting
this
and belief, "" _ • • `_ - •` -_� --' _J, -cat rio _.V yVvau lb aao bid vi li; .vlivoa� iv i.ite it :Jt of nIJ or her knowledge
that:
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an
officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of
any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal
contract, grant, loan, or cooperative agreement.
2. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee
of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to
Report Lobbying," in accordance with its instructions.
This certification ria Yinn is a material fact c__ _fcation material representation of upon which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by
Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil
penalty of not less than $10,000 and not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the
language of this certification be included in all lower tier subcontracts which exceed 5100,000 and Lhat all such
subrecipients shall certify and disclose accordingly.
Consultant(Firm): Huibregtse, Louman Associates, Inc.
7/12/94 ;
EXHIBIT A-4
CERTIFICATE OF CURRENT COST OR PRICING DATA
This is to ccnify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.801 of the
Federal Acquisition Regulation (FAR) and required under FAR subsection 15.804-2) submitted, either actually or by
specific identification in writing, to the contracting officer or to the contracting officer's representative in support of
STPUS-4611 (001 ) * are accurate, complete, and current as of 7/12/94 **. This
certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements
between the offeror and the Government that are part of the proposal.
Firm Huibregtse, Louman Associates, Inc.
Name William L. Huibregtse
Title President
Date of Execution***
7/12/94
* Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate
identifying number (e.g., RFP No. ).
** Insert the day, month, and year when price negotiations were concluded and price agreement was
reached.
*** Insert the day, month, and year of signing, which should be as close as practicable to the date when
the price negotiations were concluded and the contract price was agreed to.
Local Agency Guidelines
May 1994
Page 110(32
E>r �T)T 33=1
SCOPE OF WORK
Project No. STPUS-4611(001)
See Attached Scope of Work
YAKIMA
FAIR AVENUE
DOCUMENTS TO BE FURNISHED BY THE CONSULTANT
1 Set of reproducible right-of-way plan maps
6 copies of Design Report for Stage 1 Project
1 set of reproducible plans and specifications for Stage 1 Street Improvements
and Watermain additions
1 copy of Engineers Estimate of Final Design
1 copy of Survey Field Notes
1 copy of Engineering Calculations
Pago-T2 of 32 Local Agency Guidelines
May1994
City of Yakima
Fair Avenue Improvement Project
Spruce Street to Pacific Street
STP US - 4611(001)
EXHIBIT B-1
SCOPE OF WORK
PROJECT DESCRIPTION AND ASSUMPTIONS
The project outlined by this Agreement and Scope of Work is generally described as
the Fair Avenue Street Improvement Project and includes roadway and utility
improvements to Fair Avenue from Spruce Street to Pacific Street.
The following general assumptions have been made during the preparation of the
scope and fee estimates for this project. More specific assumptions relative to
individual tasks are described under the various task descriptions.
A. The City of Yakima has funding for preliminary design services including
right of way plans, design report, and preparation of the plans, specifica-
tions, and estimate (PS&E).
B. Upon submittal of the completed and approved PS&E documents to the
City of Yakima Engineering Division, the City will take over responsibility
for the original documents and print, bind, and advertise for bids.
C. The City of Yakima is continuing to seek funding for construction of the
improvements described in this Scope of Work. This Scope of Work does
not provide for assistance by Huibregtse, Louman Associates, Inc. (HLA),
in seeking construction funding.
D. Services during construction have not been described at this time, but may
be added to the Engineering Contract by amendment, subject to mutual
agreement by the City of Yakima and HLA regarding the Scope of Work
and related fees for those services.
E. The 1994 WSDOT Standard Specifications for Road, Bridge, and Municipal
Construction and the APWA Division One Supplement, and the current
edition of the Local Agency Guidelines (LAG Manual) shall be used for this
project.
F. The City of Yakima contemplates construction of a 3 -lane roadway for Fair
Avenue as the "Stage 1 Project" using the existing west curb line as the
westerly edge of the new street. It is the desire of the City to construct a
5 to 7 foot sidewalk adjacent to the west curb. The easterly edge of the
YKJ1-19
new street may be constructed as a temporary asphalt or extruded
concrete curb to allow for future widening of Fair Avenue to 5 lanes
referred to as the "Ultimate Project."
G. The City wishes to review the existing right of way along Fair Avenue with
regard to construction of the Stacie 1, 3-lane roadway and the i iitir,-,ate
lane roadway. Minimal right of way acquisition is planned for the Stage Y1
Project.
TASK 1 - ENVIRONMENTAL ASSESSMENTICHECKLIST
A. The City of Yakima has included the environmental review of this project
in the NEPA and SEPA reviews of the Yakima Gateway Project which
includes the construction of the Fair Avenue extension north from Spruce
Street to the Lincoln and B Street couplet and improvements to the Yakima
Avenue and 1-82 Interchange.
B. No services by HLA concerning environmental review have been included
in this Scope of Work.
TASK 2 - RIGHT OF WAY (STAGE 1 PROJECT AND ULTIMATE PROJECT)
A. Preliminary commitments for title reports have been obtained for all parcels
within the project limits as part of the Yakima Gateway Project. HLA will
review the title reports for ownership, encumbrances; existing right of way,
and legal description information. Supplemental title reports will be ordered
and included as direct expenses only for parcels for which the City of
Yakima desires to pursue right of way acquisition.
B. HLA will examine the existing right of way along the project and prepare
right of way plans which will show right of way acquisition required for the
Stage 1 Project and the Ultimate Project.
1. HLA will calculate before and after areas of parcels for which right of
way would be required for the Stage 1 and Ultimate Project width.
2. Prepare right of way plan maps for the Stage 1 and Ultimate Project
showing existing and proposed right of way limits. Show parcel
numbers, ownerships, and areas of right of way parcels.
3. Any right of way acquisition services such as preparation of True
Cost Estimates, Cost to Cure bids, Legal Descriptions, Relocation
Assistance Plans, Appraisals, Negotiations, and closing assistance
will be performed by others or as directed by the City of Yakima as
Additional Services.
YKJ1-19
TASK 3 DESIGN REPORT (STAGE 1 PROJECT)
A. Evaluate existing physical features and conditions of Fair Avenue for the
Stage 1 Project including the following:
1. Existing topography and improvements.
2. Existing roadway.
3. Existing traffic control facilities and channeiization.
4. Existing illumination.
5. Existing drainage facilities.
6. Existing public and private utilities.
7. Existing property ingress and egress.
8. Existing pedestrian and parking facilities.
9. Existing irrigation system along the east side of Fair.
B. Perform geotechnical investigation of project area including analysis of
existing pavements, soils, groundwater, and percolation rates.
C. Evaluate proposed new facilities for the Stage 1 Project including:
1. Design decisions made to date by Staff and Council.
2. Horizontal and vertical alignment.
3. Typical roadway sections (refer to VE study of Gateway Project).
4. Pavement design criteria.
5. Proposed traffic control facilities and channelization.
6. Proposed drainage facilities.
7. Proposed illumination.
8. Public and private utility relocations, additions, and adjustments.
9. Proposed pedestrian facilities.
10. Transit requirements.
11. No landscaping other than lawn restoration as required is planned for
this project.
12. Proposed minimum adjustments to existing irrigation system along
the east side of Fair Avenue.
D. Prepare Design Report and preliminary project cost estimate for the Stage
1 Project including:
1. Construction of new roadway facilities.
2. Traffic control facilities.
3. Storm drainage facilities.
4. Illumination
5. Utility relocations, additions, and adjustments.
6. Transit requirements.
YKJ1-19
TASK 4 = PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E) - STAGE 1 STREET
IMPROVEMENTS
A. Perform field topographic surveying including profiles and cross-sections
as required to show all physical features along the project route to enable
design of the Stage 1 Project.
B.
Perform preliminary and final horizontal and vertical roadway design and
draft onto plan and profile sheets at a scale of 1"=201 horizontal and 1'-'=5'
vertical.
C. Perform design for illumination, pavement marking, and permanent signing
facilities and draft onto plan and profile sheets or supplemental sheets as
necessary.
D. Perform design for public and private utility relocations and adjustments
and draft onto plan and profile sheets for roadway or supplemental sheets
as required.
E. Perform design for storm drainage facilities and draft onto project plan and
profile sheets and supplemental sheets as necessary.
F. Schedule and hold one public meeting with adjacent property owners to
advise them of the project scope.
G. Plans and specifications to be prepared in accordance with City cf Yakima
standards, the current edition of the LAG Manual, and the 1994 WSDOT
Standard Specifications for Road, Bridge, and Municipal Construction and
the APWA Division One Supplement.
H. Prepare bidding and contract documents to City of Yakima requirements
and furnish one set of reproducible plans and contract documents.
I. Incorporate into the construction contract documents all appropriate local,
state, federal, and City equal employment opportunity and labor standards.
J. Prepare pre-bid construction cost estimate.
TAS+ t S
YKJ 1-i'9
PLANS, SPECIFICATION AND ESTIMATE (PS&E) - CITY WATER MAIN
ADDITIONS AND IMPROVEMENTS
A. HLA will meet with the City Water Division to determine the extent of
improvements to be constructed such as size, fire hydrants, service
improvements, and cross -street main interties for future main extensions.
B. Perform design of new domestic water main in Fair Avenue from Spruce
to Maple and from Race to Pacific.
C. Prepare plan and profile sheets and specifications in accordance with City
of Yakima Standards and the 1994 edition of the WSDOT Standard
Specifications for Road, Bridge, and Municipal Construction and the APWA
Division One Amendments.
D. Prepare pre-bid construction cost estimate.
TASK 6 - PLANS, SPECIFICATIONS AND ESTIMATE (PS&E) - CITY SEWER
MAIN ADDITIONS AND IMPROVEMENTS
A. The City of Yakima Wastewater Division may wish to construct improve-
ments and/or additions to the sanitary sewer collection system in the
project area.
B. Scope of Work and fees to be determined upon authorization to proceed
with this Task.
TASK 7 - SERVICES DURING CONSTRUCTION
A. Scope of Work and fees to be determined upon authorization to proceed
with this Task.
TASK 8 - ADDITIONAL SERVICES
A. Perform, at the City's option and direction, any other engineering, field
surveying, services during construction, and easement or right of way
services required in addition to that provided above.
B. Prepare documents for alternate bids requested by the City for improve-
ments which are not constructed.
C. Redesign the project in the event the final cost estimates or the lowest
responsive bid exceeds the funds available.
TASK 9 - ITEMS TO BE FURNISHED AND RESPONSIBILITY OF THE CITY
A. Provide full information as to City requirements of the Project.
B. Provide all project funding.
C. Provide all available information pertinent to the site of the project including
previous reports, drawings, plats, surveys, utility records, and any other
data relative to the design and construction of the project.
YKJ1-19
Examine ail studies, reports, sketches, estimates, specifications, drawings,
proposals, and other documents presented by HLA and render in writing
decisions pertaining thereto within a reasonable time so as to not delay the
work.
E. Print and publish ail final plans, specifications, and contract documents
required by prospective bidders, suppliers, contractors, and plan centers,
F Advertise and attend the public meeting and bid opening, open the
proposals at the appointed time and place, and pay for all costs incidental
thereto.
G. Obtain approval of all governmental authorities having jurisdiction over the
project and such approvals as may be necessary for completion of the
n rnicar'+
End of Scope of Work
YK.1 1-1 9
EXIIIBIT C-2
PAYMENT
(COST PLUS FIXED FEE)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed or services
rendered and for all labor, materials, equipment, and incidentals necessary to complete the work specified in Section II,
"Scope of Work." The CONSULTANT shall conform with the applicable portion of 48 CFR 31.
A. Actual Costs
Payment for all consulting services for this project shall be on the basis of the CONSULTANT's actual cost plus a
fixed fee. The actual cost shall include direct salary cost, overhead, and direct nonsalary cost.
1. Direct Salary Costs
The direct salary cost is the direct salary paid to principals, professional, technical, and clerical personnel for
the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT.
2. Overhead Costs
Overhead costs arc those costs other than direct costs which are included as such on the books of the
CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate
shown in the heading of this AGREEMENT, under "Overhead Progress Payment Rate." Total overhead
payment shall be based on the method shown in the heading of the AGREEMENT. The three options are
explained as follows:
a. Actual Cost Not To Exceed Maximum Percent: If this method is indicated in the heading of this
AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual overhead rate
verified by audit up to the maximum percentage shown in the space provided. Final overhead payment
when accumulated with all other actual costs shall not exceed the total maximum amount payable shown
in the heading of this AGREEMENT.
b. Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY agrees to
reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change
during the life of the AGREEMENT.
A summary of the CONSULTANT's cost estimate and the overhead computation are attached hereto as
Exhibit D-1 and by this reference made part of this AGREEMENT. When an Actual Cost method, or the
Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all subconsultants) will submit to
the AGENCY within three months after the end of each firm's fiscal year, an overhead schedule in the format
required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the overhead
rate for billing purposes. It shall be used for thc computation of progress payments during thc following year
and for retroactively adjusting the previous year's overhead cost to reflect the actual rate.
Failure to supply this information by either the prime consultant or any of the subconsultants shall cause
the agency to withhold payment of the billed overhead costs until such time as the required information
is received and an overhead rate for billing purposes is approved.
The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books and records at
any time during regular business hours to determine the actual overhead rate, if they so desire.
{
Local Agency Guidelines
May 1994
Page 17of32
Direct Nonsalary Costs
Direct nonsalary costs will be reimbursed at the actual cost to the CONSULTANT. These charges may include,
but are not limited to the following items: travel, printing, long distance telephone, supplies, computer charges,
and fees of subconsultants. Airortrain travel will only be reimbursed to economy class Ievels unless otherwise
approved by the AGENCY. Automobile mileage for travel will be reimbursed at the current rate approved for
AGENCY employees and shall be supported by the nate and time of each trip with origin and a__._n_.i __ of
such trips. Subsistence and lodging expenses will by reimbursed at the same rate as for AGENCY employees.
The billing for nonsalary cost, directly identifiable with the Project, shall be an itemized listing of the charges
supported by copies of original bills, invoices, expense accounts, and miscellaneous supporting data retained
by the CONSULTANT. Copies of the original supporting documents shall be provided to the AGENCY upon
request. All of the above charges must be necessary for the services to be provided under this AGREEMENT'.
4. Fixed Fee
The fixed fee, which represents the CONSULTANT'S profit, is shown in the heading of this AGREEMENT
under Fixed Fee. This amount does not include any additional fixed fee which could be authorized from the
Management Reserve Fund. This fee is based on the scope of work defined in this AGREEMENT and the
estimated man -months required to perform the stated scope of work. In the event a supplemental aarecment is
entered into for additional work by the CONSULTANT, the supplemental agreement may include provisions
for the added costs and an appropriate additional fee. The fixed fee will be prorated and paid monthly in
proportion to the percentage of work completed by the CONSULTANT and reported in the monthly progress
reports accompanying the invoices
Any portion of the fixed fee earned but not previously paid in the progress payments will be covered in the final
payment, subject to the provisions of Section IX, Termination of Agreement.
5. Management Reserve Fund
The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administratorthc
flexibility of authorizing additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing
the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such
authorization(s) shall be in writing and shall not exceed the lesser of $50,000 or 10% of the Total Amount
Authorized as shown in the heading of this AGREEMENT. The amount included for the Management. Reserve
Fund is shown in the heading of this agreement. This fund may be replenished in a subsequent supplemental
agreement. Any changes requiring additional costs in excess of the "Management Reserve Fund" shall be made
in accordance with Section XIV, "Extra Work."
6. Maximum Total Amount Payable
The maximum total amount payable, by the AGENCY to the CONSULTANT under this AGREEMENT, shall
not exceed the amount shown in the heading of this AGREEMENT.
The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which includes the Fixed
Fee and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for
extra work as stipulated in Section XIV, "Extra Work."
B. Monthly Progress Payments
The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the calculated
overhead and fee not more often than once per month during the progress of the work. Such invoices shall be in a
format approved by the AGENCY and accompanied by the monthly progress reports required under Section III,
General Requirements, of this AGREEMENT. The invoices will be supported by an itemized listing for each item
Page18af32
Local Agency Guidelines
including direct salary, direct nonsalary, and allowable overhead costs to which will be added the prorated Fixed
Fee. To provide a means of verifying the invoiced salary costs for CONSULTANT employees, the AGENCY may
conduct employee interviews. These interviews may consist of recording the names, titles, and present duties of
those employees performing work on the PROJECT at the time of the interview.
C. Final Payment
Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its
verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt
of all PS&E, plans, maps, notes, reports, and other related documents which are required to be furnished under this
AGREEMENT. Acceptance of such final payment by the CONSULTANT shall constitute a release of all claims
for payment which the CONSULTANT may have against the AGENCY unless such claims are specifically
reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said final
payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to
any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute
agreement as to the appropriateness of any item and that at the time of final audit, all required adjustments will be
made and reflected in a final payment. In the event that such final audit reveals an overpayment to the
CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within ninety (90) days of
notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating
to the validity of a finding by the AGENCY of overpayment.
D. Inspection of Cost Records
The CONSULTANT and the subconsultants shall keep available for inspection by representatives of the AGENCY
and the United States, for a period of three years after fmal payment, the cost records and accounts pertaining to this
AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation,
claim, or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the
three-year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the
records is completed.
Local Agency Guidelines
May 1994
Page 19 of 32
PROJECT:
EXHIBIT D-1
CONSULTANT FEE DETERMINATION— SUMMARY SHEET
(LUMP SUM, C OST PLUS FIXED FEE, C OST PER. UNIT OF WORK)
CITY OF YAKIMA
FAIR AVENUE IMPROVEMENT PROJECT
Spruce Street to Pacific Avenue
STP
DIRECT SALARY COST (DSC):
CIassification Man Hours
Principal Engineer 20
Licensed Engineer 40
Project Engineer 60
4 iLtd Land J Land J Sr
Lurveyor 120
Two Man Survey Crew
CAD Technician 100
Engineering Technician
Word Technician 10
TASK: 2, RIGHT OF WAY
x Rate -
- Cost
x 35.00 S 700.00
22.00 880.00
x 15.00 900.00
Y
. 20.00 2,400.00
x
2.6.00
x 12.00 1,200.00
x
11.00
15.00 150 00
TOTALDSC = 6,230.00
OVERHEAD (01-1 COST—including Salary Additives):
OH Rate x DSC of 150.77
FIXED FEE (Fir):
FF Rate x DSC
or 35
REIMBURSABLES:
Itc:nizcd Supplemental Title Reports
Reproduction
SUBCONSULTANT COSTS (See Exhibit G):
GRAND TOTAL
P REPARF.D BY: Dennis J. Whitcher
%x.$ 6,230.00 =
%xS 6,230.00=
$1,000.00
500.00
$1,500.00
Local Agency Guldellnee
May 1994
DATE: 6 15/94
9,392.97
2,180.50
1,500.00
0.00
19,303 47
Page 25 of32
PROJECT:
EXHIBIT D-1
CONSULTANT FEE DETERMINATION— SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
CITY OF YAKIMA
FAIR AVENUE IMPROVEMENT PROJECT
Spruce Street to Pacific Avenue
STP
DIRECT SALARY COST (DSC):
Classification Man Hours
Principal Engineer 70
Licensed Engineer 80
Project Engineer 40
Licensed Land Surveyor
Two Man Survey Crew 70
CAD Technician 20
Engineering Technician 20
Word Technician 40
TASK: 3. DESIGN REPORT
x Rate
Cost
x 35.00 S 350.00
x
x 22.00 1,760.00
x 15.00 600.00
x 20.00
x
x 26.00 260.00
x 12.00 240.00
x
11.00 220.00
15.00 600.00
TOTAL DSC
OVERHEAD (OH COST— including Salary Additives):
OHRatcxDSC
FIXED FEE (FF):
of 150.77 % x S
4,030.00_
6,076.03
Fr Rate x DSC or 3 5 % x S 4 00 S 1,410.50
REIMBURSABLES:
Itcmizcd Reproduction $500.00
SUB CONSULTANT COSTS (See Exhibit G):
GRAND TOTAL
PREPARED BY: Dennis J. Whitcher
Local Agency Guidelines
May 7994
= S
S 0.00
S 12,016.53
DATE: 6 15/94
500.00
Page 25 of=
PROJECT:
EMTIBIT D-1
CONSULTANT FEE DETERMINATION —StJ A_RYSHEDTLUMP SUM, COST PLUS FEE, COST PER. UNIT OF
WpRKj
CITY OF YAKIMA
FAIR AVENUE IMPROVEMENT PROJECT
Spruce Street n
ci- is Avenue
STP
DIRECT SALARY COST (DSC):
Classification Man x
Rate
Principal Engineer 100 X 35.00
Licensed Engineer 300 x 22.00
x
Project Engineer 260 x 15.00
Licensed Land Surveyor 80 x 20.00
Two Man Survey Crew 160 X
x 26.00
CAD Technician 360 x 12.00
Engineering Technician 40 x 11.00
Word d ; echnician 40 15.00
TOTAL DS C
OVERHEAD (OH COST—including Salary Additives):
OH Rate X DSC
FIXED FEE (FIT):
TASK: 4. PLANS, SPECIFICATIONS
& ESTIMATE
= Cost
5,500.00
6,600.00
3,900.00
1,600.00
4,160.00
4,320.00
440.00
600.00
s 25,120.00
of15Q.77%x5 25,120.00=
FF Rate x DSC or 35 25 ,120.00
s
37,873.42
8,792.00
REIMBURSABLES:
Itcxnizcd Reproduction $1 ,500.00
Photographs 100.00 = 1600.00
$1,600.00
COSTS wee Exhibit G): $7, 500 Electrical/
GRAND TOTAL = 7,500.00
Illumination = $-778735747—
PREPARED BY. Dennis J. Whitcher
Local Agency Guidelines
May
DATE: 6 15/94
Page 25.0(32
PROJECT:
EXIUBIT D-1
CONSULTANT FEE DETERMINATION — SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
CITY OF YAKIMA
FAIR AVENUE IMPROVEMENT PROJECT
Spruce Street to Pacific Avenue
STP
DIRECT SALARY COST (DSC):
Classification M3 n Hours
Principal Engineer 10
Licensed Engineer 60
Project Engineer 40
Licensed Land Surveyor
Two Man Survey Crew
CAD Technician 80
Engineering Technician 20
Word Technician 20
TASK: 5. WATER MAIN IMPROVEMENTS
x
Rate = Cost
x 35.00 S 350.00
x
x 22.00 1,320.00
x 15.00 600.00
20.00
x
x 26.00
x 12.00 960.00
x
11.00 220.00
15.00 300.00
TOTAL DSC = 3 750 00
OVERHEAD (OH COST—including Salary Additives):
OH Rate x DSC
FIXED FEE (FF):
FF Rate x DSC
REIMBURSABLES:
Itcmizcd
of 150.77%xS 3,750.00 =
or 35 5 %a xS 3,750.00 _
SUBCONSULTANT COSTS (See Exhibit G):
GRAND TOTAL
PREPARED BY: Dennis J. Whitcher
Local Agency Guidelines
May 1994
DATE: 6 1.5/94
5,653.88
$ ' 1,312.50
0.00
0.00
S 10,716.38
Page 25 of 32
' EXHIBIT E
BREAKDOWN OF OVERHEAD COST
(Sample Only - Actual line kern and cost categories and percentages for your firm should be submitted)
Salary Overhead
Indirect Labor 64.28%
FICA 11.54%
Other Payroll Taxes 3.27%
Insurance 5.76%
Subtotal Salary Overhead 84.85%
General Overhead
Other Misc. Taxes 7.64%
Insurance 7.04%
Fxr5ArlAc 8.9.8%
Equipment Maintenance 203%
Office Supplies 7.20%
Field Supplies 1.48%
Vehicle Maintenance 1.25%
Vehicle Fuel 2.47%
Office Rent 5.86%
Telephone 3.08%
Utilities 2.00%
Outside Hire 2.68%
Dues & Professional Fees 1.59%
Publications & Documents 0.70%
Legal Fees 0.11%
Accounting Fees 0.55%
Miscellaneous 3.12%
Depredation 8.14%
Subtotal General Overhead 65,92%
Total Overhead 150.77%
GR5-5 25.
EXHIBIT F
PAYMENT UPON TERMINATION OF AGREEMENT
BY THE AGENCY OTHER THAN FOR FAULT OF THE CONSULTANT
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total
the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work
required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which whcn added to any payments previously made, shall total
the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to the total
work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this
AGREEMENT plus any direct nonsalary costs incurred al. the time of termination of this AGREEMENT.
Cost Per Unit of Work Contracts
A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of
this AGREEMENT.
Page 28 of 32 Local Agency Guidelines
May 1994
EXIIBIT G
SUBCONTRACTED WORK
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT.
Electrical Engineering for
Illumination Conley Engineering, Inc.
Local Agency Guidelines
May 1994
Page 29 of 32
EXHIBIT H
The professional liability limit of the CONSULTANT to the AGENCY identified in Section XIII, Legal Relations and
Insurance of this Agreement is amended to $ 500,000.00
The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount
of$ 500,000.00
• Such insurance coverage shall be evidenced by one of the following methods:
• Certificate of Insurance.
• Self-insurance through an irrevocable Letter of Credit from a qualified financial institution.
Self-insurance through documentation of a separate fund established exclusively for the payment of professional
liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the
fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds.
Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed
$1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the
Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit.
If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional
professional liability insurance required.
Notes: Cost of added insurance requirements: $
• Include all costs, fee increase, premiums.
• This cost shall not be billed against an FHWA funded project.
• For final contracts, include this exhibit.
Page 32 of 32 Local Agency Guidelines
May 1994
CITY OF YAKIMA
DEPARTMENT OF ENGINEERING & UTILITIES
(509) 575-6111 SCAN 278-6111 FAX 575-6105
129 NORTH SECOND STREET
YAKIMA, WASHINGTON 98901
August 4, 1994
Huibregtse, Louman Associates, Inc.
3800 Summitview Avenue, Suite 100
Yakima, WA. 98908
Attn: William L. Huibregtse, P.E.
Re: Fair Avenue Improvements - Stage 1
City Project No.1526
Consultant Agreement
Dear Siil:
We are pleased to inform you that the Consultant Agreement for the referenced
project has been authorized and executed by the City, a copy of which is
attached for your records.
The Notice to Proceed date is July 19, 1994.
Please contact us if you have any questions or are in need of any additional
information at this time.
Attachment
cc: Dennis Covell, � P
vv. vv� nv vvvnP.E.
Dick Sommer
City Clerk, w/ attach.
File 1526, w/ attach
RESOLUTION NO. R-94- 98
A RESOLUTION authorizing and directing the City Manager and City
Clerk of the City of Yakima to execute an agreement
with Huibregtse Louman Associates Inc., a civil
engineering firm, for the design of improvements to Fair
Avenue, from Spruce Street to Pacific Avenue
WHEREAS, the City of Yakima Contemplates the design of
improvements to Fair Avenue and partial reimbursement for the cost of
such design may be forthcoming from the Intermodal Surface
Transportation Act of 1991 as administered by the State of Washington,
Department of Transportation and
WHEREAS, the Yakima City Council deems it to be in the best
interest of the city that the attached agreement document be executed by
the City of Yakima, accordingly, now therefore.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
YAKIMA:
The City Manager and City Clerk of the City of Yakima are hereby
authorized and directed to execute an agreement with Huibregtse Louman
Associates Inc. for the purpose mentioned above, a copy of which
agreement is attached hereto and by reference made a part hereof.
ADOPTED BY THE CITY COUNCIL this 19 t h day of July, 1994
ATTEST:
is KAREN S. ROBERTS, CMC
City Clerk
July 8, 1994
SI PATRICIA k BERNDT
Mayor
CITY OF YAKIMA
CITY CLERK'S OFFICE
DATE: July 27, 1994
TO: Fred French, City Engineer
FROtvi: Melynn Skovald, Deputy City Clerk
Notification Yakima City Council Antinn Taken on A
!!!VL!lILGiV!! of Yakima City �.+v.J+e��e a w...+.. ....•�..•• ..•• �-
resolution authorizing the execution of a consultant
agreement with Huibregtse, Louman Associates, Inc.
for Fair Avenue Stage 1 Improvement (Resolution No. 8-
94-98)
The Yakima City Council, at its July 19, 1994 meeting, has considered
the above mentioned topic of which the following is provided:
i ; Three original copies of the document (City Contract No. 94-
57) are attached for processing with WSDOT. After that is
completed and any needed copies of this agreement are made, please
return one fully executed original to:
Deputy City Clerk
City of Yakima
129 North 2nd Street
Yakima, WA 98901
Project No.
Agency
Name of Project
Agreement No.
Gentlemen:
The Local Agency of
entered into with
July 20, 1994,
SUPPLEMENTAL AGREEMEN1
STPUS - 4611 (001)
City of Yakima
Fair Avenue Improvement Project
94-57 (R-94-98)
the City of Yakima
Huibreqtse, Louman Associates, Inc.
- AMENDMENT NO. 8
Task 8 -Additional Services
Completion of State 1A,
1B, and 1C of I-82/
Yakima Avenue Project
4'1 Lf07�
desires to supplement the agreement
and executed on
and identified as Agreement No.
94-57 (R-94-98)
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
RECEIVED
2 2 1998
Section 1, SCOPE OF WORK, is hereby changed to read
tes, Inc
See attached Exhibit B-1, Supplemental.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read June 30, 1999.
111
Section V, PAYMENT, shall be amended as follows:
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
The maximum amount payable under this agreement as supplemented inclusive of all fees and other costs
is now $ 419,045.90 .
If you concur in this supplement and agree to the changes as stated above, please sign in the appropriate
spaces below and return to this office for final action.
August 21, 1998
Sincerely,
September 18, 1998
Date Date
Consuftanes Signature
William L. Huibregtse, President
Huibregtse, Louman Associates, Inc.
PROJ9-90.wpd
Approving AuuUf6nty
R. A. Zais, Jr., City Manager
City of Yakima
City Contract No. 98-1
Resolution No, R-98-13
ATTEST
Huibregtse, Louman Associates, Inc.
ity Clerk
EXHIBIT "A"
Summary of Payments
(Amendment No. 8)
(Task 8, Additional Services for
Completion of State 1A, 18, and 1C of
I-82/Yakima Avenue Project.)
Basic
Agreement Supplement Total
+Amendment No. 1
+Amendment No. 2
+Amendment No. 3
+Amendment No. 4
+Amendment No. 5
+Amendment No. 6
+Amendment No. 7
Direct Salary Cost 97,923.60
+Amendment No. 8
127 8®90
29,565.60 sr� ,4.j-�,._
Overhead 147,639.42 44.576.06 192,215.48
(including Payroll Activities)
Direct Non -Salary Costs 4,820.00 2,200.00 7,020.00
Fixed Fee 34,273.26 10,347.96 44,621.22
Sub -Consultant 32,700.00 15,000.00 47,700.00
Total 317.356.28 101,689.62 419,045.90
PROJ9-90.wpd
Huibiegtse, Lowman Associates, Inc.
City of Yakima
Yakima Avenue -1/82 Phase 1C
CONTRACT AMENDMENT NO. 8
CITY PROJECT NO. 1847
EXHIBIT B-1
Scope of Services
General Project Description:
The work covered by this Supplemental Agreement consists of the completion of design and construction of
project elements of Stage 1C and certain work items not completed under Stage 1B of the Yakima Avenue -
1/82 Project:
1. Wetlands mitigation
2. Completion of the Lincoln/B street couplet
3. Landscaping
These items are project elements which were included in a previous consultant contract between the City of
Yakima and CH2M HILL. Each of the project elements was completed to a different stage depending upon
the project funding limitations at that time.
it is our understanding that the City of Yakima has received funding for completion of these project elements.
Huibregtse, Louman Associates, Inc. (HLA), is preparing this Scope of Services as requested by the City of
Yakima and, therefore, assumes the previous contractual relationship between the City and CH2M HILL has
been terminated and all previous studies, reports, designs, and information related to these items are available
to HLA.
The City of Yakima will advertise the construction phases of the project elements for bid, and print and
distribute the plans and specifications to prospective bidders, conduct the bid opening(s), and prepare the
contracts for signature and award. The City will also perform construction administration and observation,
project close out, progress payments, and funding requests and reports.
PROJ9-90.wpd
Huibregtse, Lowman Associates, Inc.
Task 1 a - Wetlands Mitigation - Current Status Research
The current status of the previous wetlands mitigation work of Boise Cascade property is uncertain and should
be verified. Task 1a - Current Status Research is intended to discover the status of the previous work and
to obtain a more clear need and direction of additional tasks necessary to complete the wetlands mitigation.
A scope of potential additional tasks has been separately outlined under Task 1 b - Mitigation Work.
1a.1 Contact CH2M HILL and the City of Yakima to obtain copies of all documents relating to the Boise
Cascade wetlands mitigation issue.
1a.2 Review all documents received to determine if there is any outstanding mitigation work to be
completed.
1 a.3 Review the status of project funding allocations for wetlands mitigation.
1 a.4 Prepare a technical memorandum summarizing the status of the wetlands mitigation issue, as
from information ohtained in Tacks 1 1 through 1.3
determined from S. l.v....ui.v.. vv�..... ...... ... ........� .. through ___
1a.5 Prepare estimate of costs of remaining mitigation work.
PROJ9-90.wpd
Iiuibregtse, Louman Associates, Inc.
Task 1 b - Wetlands Mitigation - Mitigation Work
Depending upon the information obtained in Task la, additional tasks may be necessary to complete the
wetlands mitigation project element. Subtask 1 b will be authorized by the City of Yakima, if necessary, after
completion of Task la - Current Status Research. Some of the following tasks may not be necessary, while
other tasks not identified below may be required: -
1 b.1 Contact Boise Cascade, the Corps of Engineers, the Department of Ecology, WSDOT, and the
Yakima Greenway, as required, to proceed with additional wetlands mitigation work.
1 b.2 Determine wetlands mitigation site(s).
lb.3 Perform field surveying and area calculations of mitigation site(s).
lb.4 Prepare legal descriptions and maps.
lb.5 Provide the City Legal Department with the legal descriptions and maps for their preparation
of necessary agreements.
lb.6 File surveys and legal descriptions with the Yakima County Auditor's Office, as required.
1 b.7 Perform field surveying to permit final design of required mitigation work.
1 b.8 Prepare final PS&E for wetlands mitigation construction.
1 b.9 Submit final PS&E to the City of Yakima Engineering Division for review and approval with
follow-up as required.
1 b.10 Deliver original plans and specifications to the City of Yakima Engineering Division for printing,
advertising and bidding.
lb.11 Provide services during bidding to answer questions from bidders and prepare addenda for
distribution by the City.
lb.12 Attend the bid opening and assist the City in evaluation of the bids.
PROJ9-90.wpd
Huibregtse, Louman Associates, Inc.
Task 2 - Completion of the Lincoln/B Street Couplet
Previous contract work completed construction of the Lincoln Avenue portion of the Lincoln/B Street couplet.
The B Street portion of the couplet was not constructed.
2.1 Contact CH2M HILL and the City of Yakima to ascertain the status of the right of way
acquisition and PS&E for the completion of the Lincoln/R Street couplet.
2.2 Prepare legal descriptions for any outstanding parcels to be acquired on Stage 1C.
2.3 Transmit legal descriptions to the City Legal Department for acquisition and recording of any
outstanding parcels on Stage 1C.
2.4 Contact CH2M HILL and the City of Yakima to obtain alignment and design information.
2.5 Perform additional field surveying to permit final detailed design of the couplet.
2.6 Prepare PS&E for construction of the B Street portion of the couplet.
2.7 Perform field surveying to permit final design of the sidewalks.
9.R Prepare final PS&E for new sidewalk construction as a separate Schedule.
2.9 Submit final PS&E to the City of Yakima Engineering Division for review and approval, with
follow-up as required.
2.10 Deliver original plans and specifications to the City of Yakima Engineering Division for printing,
advertising, and bidding.
2.11 Provide services during bidding to answer questions from bidders and prepare addenda for
distribution by the City.
2.12 Attend the bid opening and assist the City in evaluation of the bids.
PROJ9-90.wpd
HU1bregtse, IOunian Associates, Inc.
Task 3 - Landscaping
Previous consultant work by CH2M HILL provided for the conceptual design of landscaping improvements
to the Fair Avenue area from the Lincoln/B Street couplet to the Terrace Heights undercrossing. Due to
funding limitations, landscaping was not constructed as part of Stage IA or Stage 1B construction phases.
This outline of tasks covers landscaping design from the Fair Avenue undercrossing ramp to Yakima Avenue
to the TAR Ramp, east of Fair Avenue to the existing right of way fence, and the triangular area between the
Lincoln Street and B Street couplet to Fair Avenue. No irrigation is to be designed for any landscaping.
3.1 Obtain available design information from CH2M HILL, including a copy of Landscaping and
Erosion Control Report, I-82/Yakima Avenue Interchange and Fair Avenue Project (CH2M
HILL), the City of Yakima, and the WSDOT.
3.2 Prepare PS&E for landscaping withing current City funding limitations.
3.3 Review plans with the Yakima Arboretum, the City of Yakima.
3.4 Revise plans as required per comments from reviewing organizations.
3.5 Submit final PS&E to the Yakima Arboretum and the City of Yakima Engineering Division for
review and approval, with follow-up as required.
3.6 Deliver original plans and specifications to the City of Yakima Engineering Division for printing,
advertising, and bidding.
3.7 Provide services during bidding to answer questions from bidders and prepare addenda for
distribution by the City.
3.8 Attend the bid opening and assist the City in evaluation of the bids.
PROJ9-90.wpd
Huibregtse, Louman Associates, Inc.
EXHIBIT D-1 - AMENDMENT NO. 8
CONSULTANT FEE DETERMINATION - SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
PROJECT: CITY OF YAKIMA TASK: Amendment No. 8
FAIR AVENUE IMPROVEMENT PROJECT Subtask 1a, Wetlands Mitigation -
Spruce Street to Pacific Avenue Current Status Research
DIRECT SALARY COST (DSC):
Classification Man Hours Rate Cost
Principal Engineer 16 x 37.00 = $592.00
Licensed Engineer 40 x 25.00 = 1,000.00
Word Processing Technician 8 x 16.70 = 133.60
TOTALDSC = $ 1,725.60
OVERHEAD (OH COST - including Salary Additives):
OH Rate x DSC or 150.77 % x $ 1,725.60 - $ 2,601.69
FIXED FEE (FF):
FF Rate x DSC
or Js)
OL Q 1 725 to
!U x
$ 603.96
REIMBURSABLE:
Itemized = $ 200.00
SUBCONSULTANT COSTS (See Exhibit G):
GRAND TOTAL
PREPARED BY: William L. Huibregtse
PROJ9-90.wpd
0.00
_ $ 5,131.25
DATE: August21, 1998
Huibregtse, Lotman Associates, Inc.
EXHIBIT D-1 - AMENDMENT NO. 8
CONSULTANT FEE DETERMINATION - SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
PROJECT: CITY OF YAKIMA TASK: Amendment No. 8
FAIR AVENUE IMPROVEMENT PROJECT Subtask lb, Wetlands Mitigation -
Spruce Street to Pacific Avenue Mitigation Work
DIRECT SALARY COST (DSC):
Classification Man Hours Rate Cost
Principal Engineer 16 x 37.00 = $592.00
Licensed Engineer 100 x 25.00 = 2,500.00
Project Engineer 20 x 19.00 = 380.00
Licensed Land Surveyor 40 x 20.00 = 800.00
Two Man Survey Crew 40 x 33.40 = 1,336.00
CAD Technician 100 x 16.00 = 1,600.00
Word Processing Technician 40 x 16.70 = 668.00
TOTAL DSC = $ 7,876.00
OVERHEAD (OH COST - including Salary Additives):
OH Rate x DSC or 150.77 % x $ 7,876.00
FIXED FEE (FF):
FF Rate x DSC
or 35
% x $ 7,876.00
= $ 11, 874.65
_ $ 2 756.60
REIMBURSABLE:
Itemized = $ 600.00
SUBCONSULTANT COSTS (See Exhibit G): = $ 0.00
GRAND TOTAL = $ 23,107.25
PREPARED BY: William L. Huibregtse DATE: August 21, 1998
PROJ9-90.wpd
Huibregtse, Louman Associates, Inc.
EXHIBIT D-1 - AMENDMENT NO. 8
CONSULTANTE:Jt : _ KMINA ION - SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
PROJECT: CITY OF YAKIMA TASK: Amendment No. 8
FAIR AVENUE IMPROVEMENT PROJECT Subtask 2, Lincoln/B Street
Spruce Street to Pacific Avenue Couplet
DIRECT .SALARY COST (DSC):
Classification Man Hours Rate Cost
Principal Engineer 60 x 37.00 = $2,220.00
Licensed Engineer 200 x 25.00 = 5,000.00
Project Engineer 60 x 19.00 = 1,140.00
Licensed Land Surveyor 40 x 20.00 = 800.00
Two Man Survey Crew 60 x 33.40 = 2,004.00
CAD Technician 260 x 16.00 = 4,160.00
Word Processing Technician 80 x 16.70 = 1,336.00
TOTAL DSC = $ 16,660.00
OVERHEAD (OH COST including Salary AdditiVes):
OH Rate x DSC or 150.77 % x $ 16,660.00
FIXED FEE (FF):
FF Rate x DSC
or 35
% x $ 16,660.00
$ 25,118.28
$ 5,831.00
REIMBURSABLE:
itemized = $ 1,000.00
SUBCONSULTANT COSTS (See Exhibit G):
GRAND TOTAL
PREPARED BY: William L. Huibreqtse
PROJ9-90.wpd
$ 5,000.00
= $ 53,609.28
DATE: August 21, 1998
Huibregtse, Louman Associates, Inc.
EXHIBIT D-1 - AMENDMENT NO. 8
CONSULTANT FEE DETERMINATION - SUMMARY SHEET
(LUMP SUM, COST PLUS FIXED FEE, COST PER UNIT OF WORK)
PROJECT: CITY OF YAKIMA TASK: Amendment No. 8
FAIR AVENUE IMPROVEMENT PROJECT Subtask 3, Landscaping
Spruce Street to Pacific Avenue
DIRECT SALARY COST (DSC):
Classification Man Hours Rate Cost
Principal Engineer 8 x 37.00 = $296.00
Licensed Engineer 40 x 25.00 = 1,000.00
Project Engineer 20 x 19.00 = 380.00
CAD Technician 60 x 16.00 = 960.00
Word Processing Technician 40 x 16.70 = 668.00
TOTAL DSC = $ 3,304.00
OVERHEAD (OH COST - including Salary Additives):
OH Rate x DSC or 150.77 % x $ 3,304.00 = $ 4,981.44
FIXED FEE (FF):
FF Rate x DSC
or 35
% x $ 3,304.00
= $ 1,156.40
REIMBURSABLE:
Itemized = $ 400.00
SUBCONSULTANT COSTS (See Exhibit G):
GRAND TOTAL
PREPARED BY: William L. Huibregtse
PROJ9-90.wpd
= $ 10,000.00
= $ 19,841.84
DATE: August 21, 1998
Huibregtse, Lowman Associates, Inc.