Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutR-2020-090 Interlocal Agreement with Yakima County for Engineering ServicesA RESOLUTION
RESOLUTION NO. R-2020-090
authorizing an Interlocal Agreement with Yakima County, which allows
the County to perform Engineering Design, Land Surveying, Right -of -
Way, and Construction Inspection services for the City.
WHEREAS, the City's Engineering Division, at times, does not have adequate staff to
complete all of its assigned tasks and projects; and,
WHEREAS, the City, at times, needs to purchase property for right of way on capital
improvement projects; and,
WHEREAS, the City often receives State and Federal funds for capital improvement
projects that require acquisition of right of way; and,
WHEREAS, the City desires to utilize said funds in addition to City funds to undertake
capital improvement projects; and,
WHEREAS, the expenditure of said funds can require that the projects be designed
and administered in accordance with the Washington State Department of Transportation
("WSDOT") Local Agency Guidelines, including acquisition of right-of-way by a WSDOT
authorized agency; and,
WHEREAS, the City is not sufficiently staffed to have designated employees for
acquisition of right-of-way; and,
WHEREAS, Yakima County has an established organization that is capable of
providing Engineering, Land Surveying, Right -of -Way, and Construction Inspection services;
and,
WHEREAS, Yakima County is presently staffed and authorized by WSDOT to acquire
right-of-way on federal aid projects; and,
WHEREAS, Yakima County has acknowledged that they are willing to aid the City at
times when the County's workload allows them to augment City Staff; and,
WHEREAS, the City Council deems it to be in the best interests of the City to enter
into an ILA with Yakima County, which allows the County to perform Engineering Design,
Land Surveying, Right -of -Way, and Construction Inspection services for the City, now,
therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The Interim City Manager is hereby authorized to execute an Interlocal Agency
Agreement with Yakima County, which allows the County to perform Engineering Design,
Land Surveying, Right -of -Way, and Construction Inspection services for the City.
ADOPTED BY THE CITY COUNCIL this 4th day of August, 2020.
B US INE S S O F T HE C I T Y C O UNC I L
YAK I M A, WAS HING T O N
AG E ND A S TAT E M E NT
I tem No. 4.E .
F or Meeting of: August 4, 2020
I T E M T IT L E :Resolution authorizing I nterlocal Agreement with Yakima County for
E ngineering Design, L and S urveying, Right of Way and
Construction I nspection S ervices
S UB M IT T E D B Y:S cott S chafer, P ublic Works Director
B ob Desgrosellier, Acting Chief Engineer
J oan Davenport, Community Development Director
S UM M ARY E X P L ANAT I O N:
A ttached is the proposed I nterlocal A gency Agreement (I L A ) between the City of Yakima and
Yakima C ounty. T his I L A allows Yakima C ounty to provide on-call engineering and right-of-
way services to the City f rom time to time to augment City S taff, when the City Engineering
Division does not have the staff available to complete all of their tasks.
I T E M B UD G E T E D:Yes
S T RAT E G I C P RI O RI T Y:E conomic Development
AP P RO V E D F O R S UB M IT TAL B Y T HE C IT Y M ANAG E R
RE C O M M E ND AT I O N:
A dopt resolution.
AT TAC HM E NT S :
Description Upload Date Type
reso 7/28/2020 Cover Memo
City -County ILA for Engineering Services 7/28/2020 Backup Material
1
BOCC Agreement
4
215220
CITY OF YAKIMA AND YAKIMA COUNTY INTERLOC 'NdE1 ' WA
AGREEMENT FOR ENGINEERING DESIGN, LAND SURVEYING, RIGHT-OF-WAY,
AND CONSTRUCTION INSPECTION SERVICES
THIS AGREEMENT is entered into between Yakima County, Washington and its
contractors(hereinafter referred to as the"County")through its Public Services Department,whose address
is 128 North 2"d Street, 4th Floor Courthouse, Yakima, Washington 98901, and the City of Yakima
(hereinafter referred to as the "City"), whose address is 129 North 2"d Street, Yakima, Washington 98901,
pursuant to RCW 39.34.080.
WHEREAS,the CITY may require On-Call Engineering Design, Land Surveying, Right-
of-Way,and/or Construction Inspection services from time to time to augment City Staff; and,
WHEREAS, the COUNTY has an established organization that is capable of providing
Engineering, Land Surveying, Right-of-Way, and Construction Inspection services and is empowered to
provide such services to other governmental agencies pursuant to Chapter 39.34 RCW, and,
WHEREAS, the Uniform Relocation Assistance and Real Property Acquisition Policies
Act of 1970 (PL 91-646, 84 Stat. 1894) amended by Uniform Relocation Act Amendments of 1987 (PL
100-17, 101 Stat. 246-256) as implemented by the United States Department of Transportation (49 CFR
24), Chapter 8.26 Revised Code of Washington (RCW), and Chapter 468-100 Washington Administrative
Code (WAC), all of which are hereinafter referred to as the REGULATIONS, establish a uniform policy
for the expedient and consistent treatment of owners subjected to land acquisition practices and provide for
the fair and equitable treatment of persons displaced in connection with or as a result of public works
programs or projects of a State agency or local public body; and,
WHEREAS, the CITY may propose to acquire or to administer the acquisition of real
property in connection with public works programs or projects which may necessitate displacement of an
individual, a family, business,farm, or nonprofit organization, and,
WHEREAS, the COUNTY has an established organization to complete project impact
studies and to conduct land acquisition, property management, and relocation assistance programs in
compliance with the REGULATIONS and is empowered to provide such services to other governmental
agencies pursuant to Chapter 39.34 RCW, and,
WHEREAS, the CITY, assures the COUNTY that the CITY'S request for services under
this AGREEMENT is not intended to exclude the use of Private Consultants by the CITY; and,
WHEREAS, the CITY may desire to obtain such services from the COUNTY and the
COUNTY is willing to furnish such services to the CITY, and both deem it in the interest of the public to
enter into this AGREEMENT, and,
WHEREAS, the actual work to be performed shall be specified in a Task Assignment
signed by both parties; and,
WHEREAS,the CITY shall pay for any work identified in a Task Assignment as specified
by the terms of the Task Assignment and this AGREEMENT;
5
NOW,THEREFORE,in consideration of the stated premise and in the interest of providing
assistance to the City in the above mentioned areas,the parties hereto agree as follows•
I
GENERAL
A. The COUNTY shall provide the CITY with Engineering, Land Surveying, Right-of-Way, and
Construction Inspection services. Any such services shall conform to the Standards and Guidelines
commonly established for these services. All work to be performed shall be identified in a Task
Assignment signed by both parties.
B The normal workload of the County will be evaluated prior to accepting any Task Assignment. Once
a Task Assignment is accepted by the County, any work performed under the Task Assignment shall
be pursued with care and diligence, making every effort to meet the schedule established by the CITY
in the Task Assignment. The COUNTY shall promptly notify the CITY of any hardship or other
inability to meet the schedule identified in the Task Assignment.
C. This AGREEMENT may be increased or decreased in scope or character of work to be performed if
such change becomes necessary, but any such change shall be accomplished by written supplement
executed by all parties to said AGREEMENT.
D. The parties shall agree on a satisfactory completion date for work performed under any Task
Assignment ("work completion date"), which shall be specified in the Task assignment. The CITY
shall,upon satisfactory completion of work performed pursuant to a Task Assignment, issue a letter of
acceptance that shall include a release and waiver of all future claims or demands of any nature resulting
from the performance of the work under the Task Assignment. If the COUNTY does not receive a
letter of acceptance within 90 days following the work completion date, the work will be considered
accepted by the CITY. The CITY may withhold acceptance of work by submitting written notification
to the COUNTY within a 90-day period. This notification shall include the reasons for withholding
acceptance
II
WORK ASSIGNMENT/REQUEST
A. Specific assignments shall be made in the form of a written Task Assignment to the COUNTY by the
CITY and signed by both parties Each Task Assignment shall contain an agreed upon budget and
schedule for all services to be rendered. CITY approval is required for budget and schedule changes.
The CITY shall make such assignments before any work is commenced by the COUNTY.
B. The CITY shall make available to the COUNTY all information that has been compiled by or is
available to the CITY concerning the project to be completed.
C. The COUNTY shall furnish all labor, materials, supplies, and incidentals necessary to complete the
work assigned by the CITY and shall furnish to the CITY all information prepared by the COUNTY in
performance of each task.
D. Regarding Right-of-Way services, the COUNTY will at its discretion and upon written request from
the CITY furnish the following as required:
6
Impact Studies: Impact studies shall be made and reported in written narrative addressing potential
influences by a program or project on land economics or land use factors, displacement/relocation
factors, acquisition costs,and relocation plans, as requested.
Appraisal: Property shall be evaluated and value conclusions reported to conform with departmental
operating requirements. Any request by the CITY for court preparation and testimony will be a separate
Task Assignment under this AGREEMENT and shall be submitted to the COUNTY in a timely manner
to provide not less than ninety(90)days notice in advance of any expected court appearance.
Appraisal Review: Appraisal reports shall be reviewed to conform with departmental operating
requirements for validity of value conclusions provided such reports are accompanied by a copy of the
appraiser's contract and provided that the CITY(or its agent) has determined that such reports appear
to comply with the agency's procedural requirements and include adequate description of the property
appraised and the interest to be acquired and appear to include adequate data supporting said
conclusions. The CITY shall be responsible for obtaining any necessary replacements for unacceptable
appraisal reports or for obtaining any substantive revisions of inadequate reports where such reports
were furnished to the COUNTY by the CITY
Acquisition: Every reasonable effort will be made to acquire real property by negotiations in
accordance with the REGULATIONS and the CITY'S condemnation authority, including the CITY'S
authority to acquire limited access where applicable The COUNTY shall attempt to acquire all
property within the project limits without commencing condemnation proceedings. A written offer will
be presented to each owner at the time price is first discussed for the property. The offer will be
documented and retained as part of the parcel file Individual parcel diaries will be maintained
containing adequate written records of the negotiations including, but not limited to,the following:
1. Date and place of contacts;
2. Persons present;
3. Offers made(actual dollar amount);
4. Counter offers made;
5. Reasons settlement could not be reached(if appropriate).
Each request by the CITY shall specify the name of the grantee in whose name the property is to be
conveyed. The COUNTY shall provide the CITY with deeds to all property acquired and, wherever
deemed necessary, instruments to clear encumbrances of title from those deeds. Upon completion of a
review of each acquisition by the COUNTY, all instruments and materials pertaining thereto will be
provided to the CITY. Clearing remaining encumbrances of title and making the actual payment for
the property shall be the responsibility of the CITY. Should it become apparent that negotiations for
attempted acquisition have reached an impasse and sufficient time has elapsed for a property owner to
make a decision,the COUNTY will,either at its discretion or upon written request by the CITY submit
to the CITY a condemnation report that will contain a summary of negotiations, amounts of counter
offers, if any, and other historic data relative to such attempted acquisition. The actual filing of
condemnation and subsequent litigation shall be the responsibility of the CITY.
Relocation Assistance: Relocation assistance services shall be provided to conform with departmental
operating requirements. All relocation payment claims presented by displacees will be processed by
the COUNTY,but the actual disbursement of monies shall be made by the CITY. As may be requested
by the CITY,the COUNTY may assist the CITY on a case by case basis,with an appeal as to relocation
assistance benefits filed by an aggrieved displace. However, the CITY shall remain responsible for
any appointment of a hearing officer, conducting hearings, maintaining records thereof, and rendering
the final decision of the CITY.
7
Property Management: Effective management of agency-controlled properties will be provided in
the name of the CITY in conformity with departmental operating requirements.
E. At the completion of the Task Assignment, the COUNTY will turn over to the CITY all records
pertinent to the work performed by the COUNTY. For right-of-way services, this includes appraisal
and appraisal review reports, acquisition, relocation assistance, and property management records.
III
PAYMENT
The COUNTY shall be paid by the CITY for completed work and for services rendered under this
AGREEMENT and associated Task Assignments, upon acceptance by the CITY, as provided hereinafter.
Such payment shall be full compensation for work performed or services rendered and accepted by the
CITY and for all labor,materials,supplies,and incidentals necessary to complete the work. The COUNTY
acknowledges and agrees that only those costs actually allocable to a project shall be charged to such
project.
A The COUNTY shall be reimbursed in full by the CITY for its direct and related indirect costs
accumulated in accordance with its current accounting procedures.
B. Partial payments will be made by the CITY within 30 days of receipt of the billings from the COUNTY.
Billings will not be more frequent than one per month. It is agreed that payment of any particular claim
•
will not constitute agreement as to the appropriateness of any item and that at the time of final billing
all required adjustments will be made.
C. Upon termination of this AGREEMENT as provided in Section VI, the COUNTY shall be paid by the
CITY for services rendered to the effective date of termination less all payments previously made. No
payment shall be made by the CITY for any expense incurred or work done following the effective date
of termination unless authorized, in writing, by the CITY.
D Final payment of any balance due the COUNTY of the ultimate gross reimbursable amount, prior to
the effective date of termination, will be made upon ascertainment of such balance by the COUNTY
and certification thereof to the CITY.
IV
LEGAL RELATIONS
A. INDEMNIFICATION: Each of the parties to this AGREEMENT shall protect, defend, indemnify
and save harmless the other party from and against all liabilities, penalties, costs, losses, damage,
expenses, causes of action, claims, demands, or judgments, including without limitation, reasonable
attorney's fees, arising out of or related to the terms, covenants or conditions of this AGREEMENT
and such parties' performance or failure to perform any aspect of this AGREEMENT; provided,
however, that if the claims or suits are caused by or result from the concurrent negligence of(a) the
CITY, its agents or employees, and(b)the COUNTY, its agents or employees, including those actions
covered by RCW 4.24.115, the obligations shall be valid and enforceable only to the extent of the
parties' negligence, and provided further,that nothing herein shall require either party to hold harmless
or defend the other party from any claim arising from the sole negligence of the other party.
1
8
B. DISPUTE RESOLUTION:
1 The CITY and the COUNTY shall confer to resolve disputes that arise under this AGREEMENT
as requested by either party.
2. The following individuals are the Designated Representatives for the purpose of resolving disputes
that arise under this agreement:
City Engineer, City of Yakima
County Engineer, Yakima County
3. In the event the Designated Representatives are unable to resolve the dispute, the following
individuals shall confer and resolve the dispute.
City Manager, City of Yakima
Public Services Director, Yakima County
The CITY and the COUNTY agree that they shall have no right to seek relief in a court of law until and
unless the Dispute Resolution process has been exhausted.
C. VENUE In the event that any party deems it necessary to institute legal action or proceedings to
enforce any right or obligation under this AGREEMENT,the parties hereto agree that any such action
or proceeding shall be brought in a court of competent jurisdiction situated in Yakima County,
Washington
V
NONDISCRIMINATION
The COUNTY shall comply with Chapter 49.60 RCW and with Title VI of the Civil Rights Act of 1964,
42 USC-2000d et seq. With respect to the work to be performed by the COUNTY during the contract,the
COUNTY shall not discriminate on the grounds of race, color, sex, sexual orientation, national origin,
marital status, age, or the presence of any sensory, mental, or physical handicap in the selection and
retention of agents, subcontractors or in the procurement of services or materials, leases, or equipment.
VI
COMMENCEMENT AND TERMINATION OF AGREEMENT
The work is of a continuing nature and will be in force as of the date of this AGREEMENT. The COUNTY
may terminate this AGREEMENT at any time upon not less than sixty(60)days written notice to the CITY
with or without cause. The CITY may terminate this AGREEMENT or Task Assignment at any time
provided that the CITY agrees to reimburse the COUNTY for all direct and indirect costs incurred for work
performed and accepted by the CITY up to the date of termination. Upon termination of this
AGREEMENT, the COUNTY will turn over to the CITY all Project records.
IN WITNESS WHEREOF,the parties hereto have executed this AGREEMENT as of the date executed by
both parties.
9
CITY OF YAKIMA
BOARD OF COUNTY COMMISSIONERS
(34,1
•
Alex Meyerhoff, Interim 1 Mana r 4ress, cLi
airm n
' Ron Ander , Commissio r
_ Y a AK. 1.6' : Baker, Corn • ioner
Fi
ATTEST: Sonya Claar Tee 7"- ,• .A f Melissa Paul
City Clerk s o`° •xtf �� Clerk of the Board
P• , G
Ckei-CLA
P;P � .. ....•^ � Linda Kay O'Hara
%, T� ! a'"k;,} ��-- Interim Clerk of the Board
`i `,�`,P_s ,r...4,m` Approved as to Form
CITY CONTRACT NO ()13Q~1 'z< `v• . 4100- 4.st1�
It
RESOLUTION NO' a.- J�.p-iY IfI D :' ' Deputy Prosecuting A orney
BOCC Agreement
215 - 2020
Yakima County, WA
RESOLUTION NO. R-2020-090
A RESOLUTION authorizing an Interlocal Agreement with Yakima County, which allows
the County to perform Engineering Design, Land Surveying, Right-of-
Way, and Construction Inspection services for the City
WHEREAS, the City's Engineering Division, at times, does not have adequate staff to
complete all of its assigned tasks and projects, and,
WHEREAS, the City, at times, needs to purchase property for right of way on capital
improvement projects; and,
WHEREAS, the City often receives State and Federal funds for capital improvement
projects that require acquisition of right of way; and,
WHEREAS, the City desires to utilize said funds in addition to City funds to undertake
capital improvement projects, and,
WHEREAS, the expenditure of said funds can require that the projects be designed
and administered in accordance with the Washington State Department of Transportation
("WSDOT") Local Agency Guidelines, including acquisition of right-of-way by a WSDOT
authorized agency; and,
WHEREAS, the City is not sufficiently staffed to have designated employees for
acquisition of right-of-way, and,
WHEREAS, Yakima County has an established organization that is capable of
providing Engineering, Land Surveying, Right-of-Way, and Construction Inspection services,
and,
WHEREAS, Yakima County is presently staffed and authorized by WSDOT to acquire
right-of-way on federal aid projects, and,
WHEREAS, Yakima County has acknowledged that they are willing to aid the City at
times when the County's workload allows them to augment City Staff; and,
WHEREAS, the City Council deems it to be in the best interests of the City to enter
into an ILA with Yakima County, which allows the County to perform Engineering Design,
Land Surveying, Right-of-Way, and Construction Inspection services for the City, now,
therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The Interim City Manager is hereby authorized to execute an Interlocal Agency
Agreement with Yakima County, which allows the County to perform Engineering Design,
Land Surveying, Right-of-Way, and Construction Inspection services for the City.
ADOPTED BY THE CITY COUNCIL this 4th day of August, 2020.
Patricia Byers, Mayor
ATTEST:
If ,
• (.71
Sonya Cl4a Tee, City Clerk
•
Z
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 4.E.
For Meeting of:August 4, 2020
ITEM TITLE: Resolution authorizing I nterlocal Agreement with Yakima County for
Engineering Design, Land Surveying, Right of Way and
Construction Inspection Services
SUBMITTED BY: Scott Schafer, Public Works Director
Bob Desgrosellier,Acting Chief Engineer
Joan Davenport, Community Development Director
SUMMARY EXPLANATION:
Attached is the proposed I nterlocal Agency Agreement (ILA) between the City of Yakima and
Yakima County. This ILA allows Yakima County to provide on-call engineering and right-of-
way services to the City from time to time to augment City Staff, when the City Engineering
Division does not have the staff available to complete all of their tasks.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY: Economic Development
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
RECOMMENDATION:
Adopt resolution.
ATTACHMENTS:
Description Upload Date Type
❑ reso 7128/2020 Cover Memo
0 City-County LA for Engineering Serdces T28/2020 Backup Material
CITY 111 4 NA GER'S OFFICE
Bob ifarrison, City Manager
129 North Second Street
Yakima, Washington 98901
(509) 575-6111 Fax (509) 576-6305
March 7, 2022
Michele Pescador
Yakima County Roads Right of Way
128 N. 2nd Street, Fourth Floor
Yakima, WA, 98901
Dear Michele,
The City of Yakima Engineering Department, through Yakima County BOCC Interlocal
Agreement 215-2020, City of Yakima Contract No. 2020-130, Resolution R-2020-090,
requests Yakima County provide right of way acquisition services as required for project
AT2580 North 1st Street Phase 3. This project will revitalize North 1st Street from "I" Street to
MLK Boulevard. Right of Way, specifically Temporary Construction Easements (TCEs) will be
required from 10 parcels, as listed below. This Supplement 1 shall replace the original Task
Assignment, dated November 30, 2021.
Task Assignment — Supplement 1
Yakima County shall provide the following services to the City of Yakima:
Task A Provide Administrative Offer Summaries by an appraiser, for the parcels listed that
require Temporary Construction Easement (TCE) acquisition. Acquire title reports for
the 10 required parcels.
Task B Acquire the easements through direct negotiations with property owners.
Task C Provide documentation to WSDOT Local Programs/Real Estate for certification, as
directed by the City, if federal funding becomes part of the project.
Yakima County Assessor Parcel Numbers for TCEs:
1. 191319 - 22407
2. 191319 - 22408
3. 191319 - 22409
4. 191319 - 22438
5. 181313 - 44410
6. 181313 - 44411
7. 181313 - 44419
8. 181313 - 44420
9. 181313 - 44448
10. 181313 - 44449
1 ,!
The City will provide Right of Way plans for acquisition limits. All TCEs should include a
duration of four years.
C:\Users\JamesxM\AppData\Local\MIcrosoft\VVindows\INetCache\Content.OutlooklIPACS0921Task Assignment Yakima N 1st
Ph. 3 - Supplement 1docx
Schedule
Task end date shall be September 30, 2022.
Payment
The City will reimburse Yakima County for its direct and indirect costs, with a maximum
reimbursement total of $90,000.00.
Please charge your work to City Project #2580 — North 1st Street Phase 3, and send the
invoices to City of Yakima Engineering Division, attention Bill Preston.
If you have any questions regarding this assignment, please feel free to contact Bill Preston at
(509) 576-6754.
Sincerely,
Bob Harris
City Manager
CITY CONTRACT N
RESOLUTION NO:
Agree to perform the work: 3/18/2022
Michele Pescador
Right of Way Manager
Clisers\JamesxM \Desktop \Task Assignment Yakima N. 1st Ph. 3 - Supplement 1.docx
]aaeTestenman
County Roads Right ofWay
128 N. Z"u Street, Fourth Floor County Courthouse
Yakima, VVA9O9O1
Re: 4T2SQONorth 111Street Phase 3
The City ofYakima Engineering Department,throuehYaWmaOuuntyBOCC|nterloca|Agreenment21S'
2O2C\CityofYakinmaContractNo.ZO2U'13[\Reoo|utionR-ZOZO'090,requestsYaWma[ountyprovde
right of way acquisition services as required for project AT2580 North 1st Street Phase 3. This project will
revitalize North I't Street from "I" Street to IVILK Boulevard. Right of Way, specifically Temporary
Construction Easements (TCEs) will be required from 10 parcels, as listed below. This supplement lsha||
replace the original Task Assignment, dated November 3O,IU21.
Task Assignment |ement1
Yakima County shall provide the following services to City of Yakima Engineering:
Task A Provide Administrative Offer Summaries by an appraiser, for the parcels listed that require
Temporary Construction Easements (TCE) acquisition. Acquire title reports for the 10 required parcels.
Task Acquire the easements through direct negotiations with property owners.
Task Provide documentation to WSDOT Local Programs/Real Estate for certification, as directed by
the City, iffederal funding becomes part ofthe project.
Schedule
This is an extension of the task assignment that was signed on 3/7/22, where work was scheduled to
begin on3/1A/22.
Task end date shall beFebruary 1,ZU23
Please charge your work to City Project No. 2580 — North 1" Street Phase 3, and send the invoices to City
of Yakima Engineering Division, attention Bill Preston.
If you have any questions regarding this assignment, please feel free to contact Bill Preston at (509)-576-
6754.
Sincerely,
Bob Harrison / City Manager
CITY CONTRACT `� ~
p"onmrommo.~_—+�n�~����/�~
Accepted and approved: 11141-11,L
Date
/ Right ofWay Manager