HomeMy WebLinkAbout09/06/2011 10 Cascade Mill Redevelopment - Fair Avenue Extension Project Eng. Consult. Agreement with H. W. Lochnear, Inc.v
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 1D
For Meeting of September 6, 2011
ITEM TITLE: Consideration of a Resolution authorizing the City Manager to execute an
Engineering Consultant Agreement with H. W. Lochner, Inc., in an amount not to
exceed $1,164,000, for the Cascade Mill Redevelopment — Fair Avenue
Extension Project. This resolution also authorizes the City Manager to execute
other contracts and agreements required for this project.
SUBMITTED BY: Joan Davenport, Acting Director of Community & Economic Development
CONTACT PERSON/TELEPHONE: Doug Mayo, P.E., City Engineer— 576-6678
SUMMARY EXPLANATION:
In 2008, the City was successful in receiving Local Infrastructure Financing Tool (LIFT) funding,
in an amount up to $25 million, to construct public infrastructure that will aid the redevelopment
of the Boise Cascade Sawmill Site. To initiate design of Phase 1, the City has received
$500,000 from Yakima County SIED funds and will receive $625,000 in LIFT revenue beginning
September 2011. The proposed Engineering Consulting Agreement with H. W. Lochner will
provide for the preliminary engineering, environmental documentation, right of way acquisition
and construction engineering required to extend Fair Avenue from Lincoln Avenue to 'H' Street.
The Design Team assembled by H. W. Lochner was selected by following the federal consultant
selection procedure. Request for Qualifications (RFQ) were sent to several consulting firms on
the Municipal Research and Services Center's (MRSC) roster. This RFQ resulted in three
design teams, consisting of several consulting firms, submitting Statements of Qualification
(SOQ). Interviews were held on May 2, 2011 with each of the Design Teams. The team led by
H. W. Lochner, was selected as being the most highly qualified. Staff recommends that the
Design Team led by H. W. Lochner be retained for engineering services required for the
development of the Fair Avenue Extension project.
Resolution XX Ordinance Contract XX Other (Specify)
Funding Source: Fund 323
APPROVED FOR SUBMITTAL:
City Manager
STAFF RECOMMENDATION: Staff respectfully requests that Council adopt the resolution
authorizing the execution of the Engineering Consulting
Agreement with H. W. Lochner, Inc.
BOARD/COMMITTEE/COMMISSION RECOMMENDATION:
COUNCIL ACTION:
r
RESOLUTION NO. 2011 -
A RESOLUTION authorizing the City Manager to execute an Engineering Consultant
Agreement with H. W. Lochner, Inc., in an amount not to exceed
$1,164,000, for the Cascade Mill Redevelopment — Fair Avenue
Extension Project. This resolution also authorizes the City Manager to
execute other contacts and agreements required for this project.
WHEREAS, the City has the potential to receive up to $25,000,000 in Local
Infrastructure Financing Tool (LIFT) funding to construct public infrastructure that will aid the
redevelopment of the Boise Cascade Sawmill Site; and
WHEREAS, to initiate design of Phase 1, the City has received $500,000 from Yakima
County SIED funds and will receive $625,000 in LIFT revenue beginning September 2011.
WHEREAS, due to the complexity of the project and expertise required, it is necessary
to hire an engineering consulting firm; and
WHEREAS, the City utilizes the Municipal Research and Services Center of Washington
(MRSC) roster of consultants whose statement of qualifications represent that they have the
expertise necessary to perform the services required by the City; and
WHEREAS, the City interviewed three consultant Design Teams who had submitted
III
Statements of Qualifications that justified that they were qualified to do this work, and H. W.
Lochner, Inc. scored the highest; and
WHEREAS, the City Council deems it to be in the best interests of the City to contract
with H. W. Lochner, Inc. to perform the engineering services required for the Cascade Mill
Redevelopment — Fair Avenue Extension Project; and
WHEREAS, other contracts and agreements could be required for the development of
this project; now therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager ishereby authorized to execute an Engineering Consultant
Agreement with H. W. Lochner, Inc., in an amount not to exceed $1,164,000, for the Cascade
Mill Redevelopment — Fair Avenue Extension Project. The City Manager is also authorized to
execute other contracts and agreements, as required, for the execution of the work related to
this project. The form of said agreement shall be reviewed and approved by the City Attorney or
his designee.
ADOPTED BY THE CITY COUNCIL this 6th day of September, 2011.
Micah D. Cawley, Mayor
ATTEST:
City Clerk
AGREEMENT
BETWEEN
CITY OF YAKIMA, WASHINGTON
AND
H.W. LOCHNER, INC.
FOR PROFESSIONAL SERVICES
THIS AGREEMENT, made and entered into on this day of , 2011, by and
between the City of Yakima, Washington, a.municipal corporation with principal offices at 129 North
Second Street, Yakima, WA 98901, hereinafter referred to as "CITY', and H. W. Lochner, Inc. with an
office at 400 — 108th Avenue NE, Suite 401, Bellevue, Washington, and which corporation and its principal
engineers performing this Agreement are licensed and registered to do business in the State of
Washington, hereinafter referred to as "ENGINEER," for FAIR AVENUE EXTENSION PROJECT —
PHASE 1 herein called the "PROJECT."
WITNESSETH:
RECITALS
WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and
construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto; and
WHEREAS, ENGINEER represents that it has available and offers to provide personnel with
knowledge and experience necessary to satisfactorily accomplish the work within the required time and
that it has no conflicts of interest prohibited by law from entering into this Agreement;
NOW, THEREFORE, CITY and ENGINEER agree as follows:
SECTION 1 INCORPORATION OF RECITALS
1.1 The above recitals are incorporated into these operative provisions of the Agreement.
SECTION 2 SCOPE OF SERVICES
2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in
writing by both parties, duties of ENGINEER shall not be construed to exceed those
services specifically set forth herein.
2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign,
Stephen G. "Lewis, AICP as Principal -In -Charge and Alan O. King, R.E. as Project
Manager throughout the term of this Agreement unless other personnel are approved by
the CITY.
2.1 Basic Services: ENGINEER agrees to perform those tasks described in EXHIBIT A, entitled
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1: SCOPE OF SERVICES
(WORK) which is attached hereto and made a part of this Agreement as if fully set forth herein.
2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by
ENGINEER can be defined in detail at the time this Agreement is executed, and that additional
WORK related to the PROJECT and not covered in WORK TASKS 1 through 7 in EXHIBIT A -
SCOPE OF SERVICES may be needed during performance of this Agreement. CITY may, at any
time, by written order, direct the ENGINEER to revise portions of the PROJECT WORK
previously completed in a satisfactory manner, delete portions of the PROJECT, or request that
the ENGINEER perform additional services beyond the scope of PROJECT WORK. Such
Page 1
Agreement between City of Yakima and H. W. Lochner for Professional Services
changes hereinafter shall be referred to as "Additional Services," as described in WORK TASK 8
in EXHIBIT A - SCOPE OF SERVICES.
2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or
time required for, performance of any services under this Agreement, a contract price
and/or completion time adjustment pursuant to this Agreement shall be made.
2.2.2 Compensation for each such request fog Additional Ser vines shall be negotiated by the
CITY and the ENGINEER according to the provisions set forth in EXHIBIT A: WORK
TASK 8, and if so authorized, shall be considered part of the PROJECT WORK. The
ENGINEER shall not perform any Additional Services until specifically authorized by
CITY and agreed to by the ENGINEER in writing (an emailed PDF copy of a letter
providing specific direction to proceed will be considered as written authorization).
2.3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the
date of the ENGINEER'S receipt of the written notification of change.
SECTION 3 CITY'S RESPONSIBILITIES
3.1 CITY -FURNISHED DATA: Subject to paragraph 3.1.1, the CITY will provide to the ENGINEER
all technical data in the CITY'S possession relating to the ENGINEER'S services on the
PROJECT including information on any pre-existing conditions known to the CITY that constitute
hazardous waste contamination on the PROJECT site as determined by an authorized regulatory
agency.
3.1.1 Confidential Documents: The CITY has, or may come to have, certain confidential
documents that have been prepared, or may be prepared, in reasonable anticipation of
litigation, or are otherwise protected from disclosure by law. ENGINEER agrees to keep
confidential and not disseminate or rely on to any third party any documents provided by
the CITY to ENGINEER and marked "CONFIDENTIAL," without the prior written approval
of the CITY. In this regard, ENGINEER agrees to inform each of its employees or agents
performing services under this Agreement of the confidentiality obligations set forth
herein.
3.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably
accessible to ENGINEER as required for ENGINEER'S performance of its services consistent
with and subject to an agreed written Access Agreement with the property owner for non -City
owned property or rights-of-way.
3.3 TIMELY REVIEW: The CITY will examine the ENGINEER'S studies, reports, sketches, drawings,
specifications, proposals, and other documents; obtain advice of an attorney, insurance
counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY
deems appropriate; and render in writing decisions required of CITY in a timely manner. Such
examinations and decisions, however, shall not relieve the ENGINEER of any contractual
obligations nor of its duty to render professional services meeting the standards of care for its
profession.
3.4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this
Agreement. CITY'S Representative shall have complete authority to transmit instructions and
receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by
the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall
be responsible for bringing to the attention of the CITY'S Representative any instructions which
the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S
knowledge.
3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available
solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties
Page 2
Agreement between City of Yakima and H. W. Lochner for Professional Services
and obligations under this Agreement or at law. The ENGINEER shall be entitled to reasonably
rely upon the accuracy and the completeness of such documents, services and reports, but shall
be responsible for exercising customary professional care in using and reviewing such
documents, services, and reports and drawing conclusions therefrom.
SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION
4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK
described in EXHIBIT A. The time for completion is defined in EXHIBIT A, or as amended.
SECTION 5 COMPENSATION
5.1 COMPENSATION FOR EXHIBIT A: For the services described in EXHIBIT A: WORK TASKS 1
through 8, compensation shall be on a time spent basis plus reimbursement for direct non -salary
expenses. The maximum amount of compensation to the ENGINEER for services described in
WORK TASKS 1 through 7 shall not exceed One Million Eight Thousand One Hundred Thirty
Three Dollars ($1,008,314) as shown in EXHIBIT B - SCHEDULE OF SPECIFIC HOURLY
RATES, attached hereto and incorporated herein by this reference without the written agreement
of the CTY and the ENGINEER. Additional Services as described in WORK, TASK 8 shall not
exceed One Hundred Fifty Five Thousand Dollars ($155,000) without the written agreement of
the CITY and the ENGINEER. Hourly rates for the ENGINEER and anticipated Subconsultants
shall be on a negotiated rates basis as shown on EXHIBIT B. These hourly rates shall be subject
to periodic modifications based on annual adjustments in individual employee salaries.
5.1.1 DIRECT NON -SALARY EXPENSES: Direct Non -Salary Expenses are those costs
incurred on .or directly for the PROJECT including, but not limited to, necessary
transportation costs, including current rates for ENGINEER'S vehicles; meals and
lodging; laboratory tests and analyses; printing, binding and reproduction charges; all
costs associated with other outside nonprofessional services and facilities; special CITY -
requested and PROJECT -related insurance and performance warranty costs; and other
similar costs. Reimbursement for Direct Non -Salary Expenses will be on the basis of
actual charges and on the. basis of current rates when furnished by ENGINEER.
5.1.1.1 Travel costs, including transportation, lodging, subsistence, and incidental
expenses incurred by employees of the ENGINEER and each of the
Subconsultants in connection with PROJECT WORK; provided, as follows:
• That a maximum of U.S. INTERNAL REVENUE SERVICE allowed cents
per mile will be paid for the operation, maintenance, and depreciation
costs of company or individually owned vehicles for that portion of time
they are used for PROJECT WORK. ENGINEER, whenever possible,
will use the least expensive form of ground transportation.
• That reimbursement for meals inclusive of tips shall not exceed a
maximum of forty dollars ($40) per day per person. This rate may be
adjusted on a yearly basis.
• That accommodation shall be at a reasonably priced hotel/motel.
• That air travel shall be by coach class, and shall be used only when
absolutely necessary.
5.1.2 Telephone charges, computer charges, in-house reproduction charges, first class
postage, and FAX charges are not included in the direct expense costs, but are
considered included in the EXHIBIT B - SCHEDULE OF SPECIFIC HOURLY BILLING
RATES.
Page 3
Agreement between City of Yakima and H. W. Lochner for Professional Services
5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for
engineering, architecture, geotechnical services. and similar professional services
approved by the CITY. Reimbursement for Professional Subconsultants will be on the
basis of 1.018 times the actual costs billed by the Professional Subconsultant for services
provided to the CITY through this Agreement and the mandatory State of Washington
Business and Occupation Tax at 1.8%.
5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this
PROJECT as noted in Section 5.1 above shah' not exceed the amounts set forth without the
written agreement of the CITY and the ENGINEER. The ENGINEER will make reasonable efforts
to complete the WORK within the budget and will keep CITY informed of progress toward that
end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is
not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY
obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the
ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent
as if such costs had been incurred after the approved increase, and provided that the CITY was
informed in writing at the time such costs were incurred.
5.3 The ENGINEER shall submit to the CITY'S Representative an invoice each month for payment
for PROJECT services completed through the accounting cut-off day of the previous month. Such
invoices shall be for PROJECT services and WORK performed and costs incurred prior to the
date of the invoice and not covered by previously submitted invoices. The ENGINEER shall
submit with each invoice a summary of time expended on the PROJECT for the current billing
period, copies of subconsultant invoices, and any other supporting materials determined by the
CITY necessary to substantiate the costs incurred. CITY will use its best efforts to pay such
invoices within thirty (30) days of receipt and upon approval of the WORK done and amount
billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY
may question any item in an invoice, noting to ENGINEER the questionable item(s) and
withholding payment for such item(s). The ENGINEER may resubmit such item(s) in a
subsequent invoice together with additional supporting information required.
5.4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on
the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.0% per
month or the maximum interest rate permitted by law, whichever is less; provided, however, that
no interest shall accrue pursuant to Chapter 39.76 RCW when before the date of timely payment
a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of
RCW 39.76.020(4).
5.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within
forty-five (45) days after satisfactory completion of the services required by this Agreement as
evidenced by written acceptance by CITY and after such audit or verification as CITY may deem
necessary and execution and delivery by the. ENGINEER of a release of all known payment
claims against CITY arising under or by virtue of this Agreement, other than such payment
claims, if any, as may be specifically exempted by the ENGINEER from the operation of the
release in stated amounts to be set forth therein.
5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY
of any claims, right, or remedy it may have against the ENGINEER under this Agreement or by
law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or
fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this
Agreement.
SECTION 6 RESPONSIBILITY OF ENGINEER
6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and
accuracy, timely completion, and the coordination of all plans, design, drawings, specifications,
reports, and other services fumished by the ENGINEER under this Agreement. The ENGINEER
Page 4
Agreement between City of Yakima and H. W. Lochner for Professional Services
shall, without additional compensation, correct or review any errors, omissions, or other
deficiencies in its plans, designs, drawings, specifications, reports, and other services. The
ENGINEER shall perform its WORK according to generally accepted civil engineering standards
of care and consistent with achieving the PROJECT WORK within budget, on time, and in
compliance with applicable laws, regulations, and permits.
6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications,
reports, and incidental WORK or services furnished hereunder shall not in any way relieve the
ENGINEER of responsibility for the technical adequacy, complateness, or accuracy of its WORK
and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not
be construed to operate as a waiver of any rights under this Agreement or at law or any cause of
action arising out of the performance of this Agreement.
6.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors,
subconsultants, employees, agents, and representatives shall be acting as independent
contractors and shall not be deemed or construed to be employees or agents of CITY in any
manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or
employee of CITY by reason hereof and will not make any claim, demand, or application to or for
any right or privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely
responsible for any claims for wages or compensation by ENGINEER employees, agents, and
representatives, including subconsultants and subcontractors, and shall save and hold CITY
harmless therefrom.
6.4 INDEMNIFICATION:
6.4.1 ENGINEER agrees to defend, indemnify, and hold harmless the CITY, its elected
officials, agents, officers, and employees (hereinafter "parties protected") from (1)
claims, demands, liens, lawsuits, administrative and other proceedings, and (2)
judgments, awards, losses, liabilities, damages, penalties, fines, costs and expenses
(including legal fees, costs, and disbursements) of any kind claimed by third parties
arising out of, or related to any death, injury, damage or destruction to any person or
any property to the extent caused by any negligent act, action, default, error or
omission or willful misconduct arising out of the ENGINEER'S performance under
this Agreement, or the ENGINEER'S subcontractors performance of this agreement.
In the event that any lien is placed upon the CITY'S property or any of the CITY'S
officers, employees or agents as a result of the negligence or willful misconduct of
the ENGINEER, the ENGINEER shall at once cause the same to be dissolved and
discharged by giving bond or otherwise.
6.4.2 CITY agrees to indemnify, defend, and hold the ENGINEER harmless from loss, cost, or
expense, including legal fees, of any kind claimed by third parties, including without
limitation such loss, cost, or expense resulting from injuries to persons or damages to
property, caused by the negligence or willful misconduct of the CITY, its employees, or
agents in connection with the PROJECT.
6.4.3 If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person
identified above for whom each is liable) is a cause of such third party claim, the loss,
cost, or expense shall be shared between the ENGINEER and the CITY in proportion to
their relative degrees, of negligence or willful misconduct and the right of indemnity will
apply for such proportion.
6.4.4 Nothing contained in this Section or this Agreement shall be construed to create a liability
or a right of indemnification in any third party.
6.5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may be liable, the
indemnification obligations under this Agreement shall not be limited in any way by any limitation
on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER
Page 5
Agreement between City of Yakima and H. W. Lochner for Professional Services
or a subcontractor under workers' or workmen's' compensation acts, disability benefit acts, or
other employee benefit acts. The ENGINEER specifically and expressly waives its immunity
under the Industrial Insurance Act, Title 51, RCW. Such waiver has been mutually negotiated by
the ENGINEER and the CITY as evidenced by their specific and express initialing of this
paragraph.
ENGINEER'S INITIALS CITY'S INITIALS
6.6 It is understood that any resident engineering or inspection provided by ENGINEER is for the
purpose of determining compliance with the technical provisions of PROJECT specifications and
does not constitute any form of guarantee or insurance with respect to the performance of a
contractor. ENGINEER does not assume responsibility for methods or appliances used by a
contractor, for a contractor's safety programs or methods, or for compliance by contractors with
laws and regulations. CITY shall use its best efforts to ensure that the construction contract
requires that the contractor(s) indemnify and name CITY, the CITY'S and the ENGINEER'S
officers, principals, employees, agents, representatives, and engineers as additional insureds on
contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER'S
professional liability.
6.7 SUBSURFACE INVESTIGATIONS: In soils, foundation, groundwater, and other subsurface
investigations, the actual characteristics may vary significantly between successive test points
and sample intervals and at locations other than where observation, exploration, and
investigations have been made. Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could affect total PROJECT
cost and/or execution. These conditions and cost/execution effects are not the responsibility of
the ENGINEER, to the extent that ENGINEER has exercised the applicable standard of
professional care and judgment in such investigations.
SECTION 7 PROJECT SCHEDULE AND BUDGET
7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component
tasks shall be as set forth in this Agreement and attachments. The project schedule and
performance dates for the individual tasks shall be mutually agreed to by the CITY and the
ENGINEER within fifteen (15) days after execution of this Agreement. The performance dates
and budgets for tasks may be modified only upon written agreement of the parties hereto. The
performance date for' tasks and the completion date for the entire PROJECT shall not be
extended, nor the budget increased because of any unwarranted delays attributable to the
ENGINEER, but may be extended or increased by the CITY in the event of a delay caused by
special services requested by the CITY or because of unavoidable delay caused by any
governmental action or other conditions beyond the control of the ENGINEER which could not be
reasonably anticipated.
7.2 Not later than the tenth (10) day of each calendar month during the performance of the
PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current
schedule and a written narrative description of the WORK accomplished by the ENGINEER and
subconsultants on each task, indicating a good faith estimate of the percentage completion
thereof on the last day of the previous month. Additional oral or written reports shall be prepared
at the request of the CITY for presentation to other governmental agencies and/or to the public.
SECTION 8 REUSE OF DOCUMENTS
8.1 All internal WORK products of the ENGINEER are instruments or services of this PROJECT.
There shall be no reuse, change, or alteration by the CITY or others acting through or on behalf
of the CITY without written permission of the ENGINEER, which shall not be unreasonably
withheld and will be at the CITY'S sole risk. The CITY agrees to indemnify the ENGINEER and its
officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses,
Page 6
Agreement between City of Yakima and H. W. Lochner for Professional Services
and costs including, but not limited to, litigation expenses and attorney's fees arising out of or
related to such unauthorized reuse, change, or alteration; provided, however, that the ENGINEER
will not be indemnified for such claims, damages, losses, and costs including, without limitation,
litigation expenses and attorney fees where caused by the ENGINEER'S own negligent acts or
omissions.
8.2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes, and other WORK submitted- --
or which are specified`fo'be delivered under this Agreement or which are developed or produced
and paid for under this Agreement, whether or not complete, shall be vested in the CITY.
8.3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter
"Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual
Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER
does not grant CITY any right or license to such Intellectual Property.
SECTION 9 AUDITS AND ACCESS TO RECORDS
9.1 The ENGINEER, including its subconsultants, shall maintain books, records, documents and
other evidence directly pertinent to performance of the WORK under this Agreement in
accordance with generally accepted accounting principles and practices consistently applied. The
CITY or the CITY'S duly authorized representative shall have access to such books, records,
documents, and other evidence for inspection, audit, and copying for a period of three years after
completion of the PROJECT. The CITY shall also have access to such books, records, and
documents during the performance of the PROJECT WORK, if deemed necessary by the CITY,
to verify the ENGINEER'S WORK and invoices.
9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing
standards and established procedures and guidelines of the reviewing or auditing agency.
9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to
records pursuant to this section provided that the ENGINEER is afforded the opportunity for an
audit exit conference and an opportunity to comment and submit any supporting documentation
on the pertinent portions of the draft audit report and that the final audit report will include written
comments, if any, of the ENGINEER.
9.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for
WORK on the PROJECT.
9.5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately
substantiated shall be reimbursed to the CITY.
SECTION 10 INSURANCE
10.1 At all times during performance of the WORK, ENGINEER shall secure and maintain in effect
insurance to protect the CITY and ENGINEER from and against all claims, damages, losses, and
expenses arising out of or resulting from the performance of this Agreement. ENGINEER shall
provide and maintain in force insurance in limits no less than that stated below, as applicable.
The CITY reserves the right to require higher limits should it deem it necessary in the best
interest of the public.
10.1.1 Commercial General Liability Insurance. Before this Contract is fully executed by the
parties, ENGINEER shall provide the CITY with a certificate of insurance as proof of
commercial liability insurance and commercial umbrella liability insurance with a total
minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence combined
single limit bodily injury and property damage, and Five Million Dollars ($5,000,000.00)
Page 7
Agreement between City of Yakima and H. W. Lochner for Professional Services
general aggregate. The .certificate shall clearly state who the provider is, the coverage
amount, the policy number, and when the policy and provisions provided are in effect.
Said policy shall be in effect for the duration of this Contract. The policy shall name the
CITY, its elected officials, officers, agents, employees, and volunteers as additional
insureds, and shall contain a clause that the insurer will not cancel or change the
insurance without first giving the CITY thirty (30) calendar days prior written notice. The
insurance shall be with an insurance company or companies rated A -VII or higher in
Best's Guide and athi tted in the Ste of Washington.
10.1.2. Commercial Automobile Liability Insurance
10.1.2.1 If ENGINEER owns any vehicles, before this Contract is fully executed by the
parties, the ENGINEER shall provide the CITY with a certificate of insurance as
proof of commercial automobile liability insurance and commercial umbrella
liability insurance with a total minimum liability limit of Two Million Dollars
($2,000,000.00) per occurrence combined single limit bodily injury and property
damage. Automobile liability will apply to "Any Auto" and be shown on the
certificate.
10.1.2.2 If ENGINEER does not own any vehicles, only "Non -owned and Hired
Automobile Liability" will be required and may be added to the commercial
liability coverage at the same limits as required in that section of this
Agreement, which is Section 10.1.1 entitled "Commercial Liability Insurance".
10.1.2.3 Under either situation described in Section 10.1.2.1 and Section 10.2.1.2
above, the required certificate of insurance shall clearly state who the provider
is, the coverage amount, the policy number, and when the policy and
provisions provided are in effect. Said policy shall be in effect for the duration
of this Agreement. The policy shall name the CITY, its elected officials, officers,
agents, employees, and volunteers and additional insureds, and shall contain a
clause that the insurer will not cancel or change the insurance without first
giving the CITY thirty (30) calendar days prior written notice. The insurance
shall be with an insurance company or companies rated A -VII or higher in
Best's Guide and admitted in the State of Washington.
10.1.3. Statutory workers' compensation and employer's liability insurance as required by State
law.
10.1.4. Professional Liability Coverage. Before this Agreement is fully executed by the parties,
ENGINEER shall provide the CITY with a certificate of insurance as proof of professional
liability coverage with a total minimum liability limit of Two Million Dollars ($2,000,000.00)
per claim combined single limit bodily injury and property damage, and Three Million
Dollars ($3,000,000.00) aggregate. The certificate shall clearly state who the provider is,
the coverage amount, the policy number, and when the policy and provisions provided
are in effect. Said policy shall be in effect for the duration of this Agreement. The policy
shall contain a clause that the insurer will not cancel or change the insurance without first
giving the CITY thirty (30) calendar days prior written notice (any language in the clause
to the effect of "but failure to mail such notice shall impose no obligation or liability of any
kind upon the company" shall be crossed out and initialed by the insurance agent). The
insurance shall be with an insurance company or companies rated A -VII or higher in
Best's Guide. If the policy is written on a claims made basis the coverage will continue in
force for an additional two years after the completion of this Agreement.
Failure of either or all of the additional insureds to report a claim under such insurance
shall not prejudice the rights of the CITY, its officers, employees, agents, and
representatives thereunder. The CITY and the CITY'S officers, principals, employees,
representatives, and agents shall have no obligation for payment of premiums because of
being named as additional insured under such insurance. None of the policies issued
Page 8
Agreement between City of Yakima and H. W. Lochner for Professional Services
pursuant to the requirements contained herein shall' be canceled, allowed to expire, or
changed in any manner that affects the rights of the CITY until thirty (30) days after
written notice to the CITY of such intended cancellation, expiration or change.
10.1.5 Coverages and Limits. The insurance shall provide the minimum coverages and limits
set forth above. Providing coverage in these stated minimum limits shall not be
construed to relieve the Contractor from liability in excess of such limits.
SECTION 11 SUBCONTRACTS
11.1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract
any portion of the WORK to be performed under this Agreement.
11.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any
substitutions thereof, will be subject to prior approval by CITY, which approval shall not be
unreasonably withheld. Each subcontract shall be subject to review by the CITY'S
Representative, if requested, prior to the subconsultant or subcontractor proceeding with the
WORK. Such review shall not constitute an approval as to the legal form or content of such
subcontract. The ENGINEER shall be responsible for the architectural and engineering
performance, acts, and omissions of all persons and firms performing subcontract WORK.
11.3 CITY hereby authorizes the ENGINEER to subcontract with the persons and firms listed below:
• Huibregtse, Louman Associates, Inc.
• Hough Beck & Baird Inc.
• HWA Inc.
• SLR International Corp.
11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK
completed by subconsultants and subcontractors during the preceding month and copies of all
invoices thereto.
SECTION 12 ASSIGNMENT
12.1 This Agreement is binding on the heirs, successors and assigns of the parties hereto. This
Agreement may not be assigned by CITY or ENGINEER without prior written consent of the
other, which consent will not be unreasonably withheld. It is expressly intended and agreed that no
third party beneficiaries are created by this Agreement, and that the rights and remedies provided
herein shall inure only to the benefit of the parties to this Agreement.
SECTION 13 INTEGRATION
13.1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters
contained herein. No prior oral or written understanding shall be of any force or effect with respect
to those matters covered herein. This Agreement may not be modified or altered except in writing
signed by both parties.
SECTION 14 JURISDICTION AND VENUE
14.1 This Agreement shall be administered and interpreted under the laws of the State of Washington.
Jurisdiction of litigation arising from this Agreement shall be in Washington State. If any part of
this Agreement is found to conflict with applicable laws, such part shall be inoperative, null,and
void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force
and effect. Venue of all disputes shall be Yakima County, State of Washington.
Page 9
Agreement between City of Yakima and H. W. Lochner for Professional Services
SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION
15.1 During the performance of this Agreement, neither ENGINEER nor any of ENGINEER'S
subcontractors or subconsultants shall discriminate in violation of any applicable federal, state
and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin,
marital status, disability, honorably discharged veteran or military status, pregnancy, sexual
—irientation', and any other -classification protected under federal, state, or local law. This provision
shall include but not be limited to the following: employment, upgrading, demotion, transfer,
recruitment, advertising, layoff or termination, rates of pay or other forms of compensation,
selection for training, and the provision of services under this Agreement. ENGINEER agrees to
comply with the applicable provisions of State and Federal Equal Employment Opportunity and
Nondiscrimination statutes and regulations. •
SECTION 16 SUSPENSION OF WORK
16.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement
if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the
WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under
this Agreement if unforeseen circumstances beyond ENGINEER'S control are interfering with
normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event CITY
does not pay invoices when due, except where otherwise provided by this Agreement. The time
for completion of the WORK shall be extended by the number of days WORK is suspended. If the
period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to
renegotiation, and both parties are granted the option to terminate WORK on the suspended
portion of Project in accordance with SECTION 17.
SECTION 17 TERMINATION OF WORK
17.1 Either party may terminate this Agreement, in whole or in part, if the other party materially
breaches its obligations under this Agreement and is in default through no fault of the terminating
party. However, no such termination may be effected unless the other party is given: (1) not less
than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested,
of intent to terminate; and (2) an opportunity for consultation and for cure with the terminating
party before termination. Notice shall be considered issued within seventy-two (72) hours of
mailing by certified mail to the place of business of either party as set forth in this Agreement.
17.2 In addition to termination under subsection 17.1 of this Section, CITY may terminate this
Agreement for its convenience, in whole or in part, provided the ENGINEER is given: (1) not less
than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested,
of intent to terminate; and (2) an opportunity for consultation with CITY before termination.
17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price
pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated
profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at
the time of termination may be adjusted to the extent of any additional costs or damages CITY
has incurred, or is likely to incur, because of the ENGINEER'S breach. In such event, CITY shall
consider the amount of WORK originally required which was satisfactorily completed to date of
termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at
the date of termination and the cost to CITY of completing the WORK itself or of employing
another firm to complete it. Under no circumstances shall payments made under this provision
exceed the contract price. In the event of default, the ENGINEER agrees to pay CITY for any and
all damages, costs, and expenses whether directly, indirectly, or consequentially caused by said
default. This provision shall not preclude CITY from filing claims and/or commencing litigation to
secure compensation for damages incurred beyond that covered by contract retainage or other
withheld payments.
Page 10
Agreement between City of Yakima and H. W. Lochner for Professional Services
17.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience,
the adjustment pursuant to the Agreement shall include payment for services satisfactorily
performed to the date of termination, in addition to termination settlement costs the ENGINEER
reasonably incurs relating to commitments which had become firm before the termination, unless
CITY determines to assume said commitments.
17.51
Upon receipt_of a. termination notice under subsections 17.1 or 17.2 above, the ENGINEER shall
(1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver — -
or otherwise make available to CITY all originals of data, drawings, specifications, calculations,
reports, estimates, summaries, and such other information, documents, and materials as the
ENGINEER or its subconsultants may have accumulated or prepared in performing this
Agreement, whether completed or in progress, with the ENGINEER retaining copies of the same.
17.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the
WORK to completion utilizing other qualified firms or individuals; provided, the ENGINEER shall
have no responsibility to prosecute further WORK thereon.
17.7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined
that the ENGINEER has not so failed, the termination shall be deemed to have been effected for
the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be
determined as set forth in subparagraph 17.4 of this Section.
17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key
personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the
ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its
obligations to complete performance under this Agreement without the concurrence and written
approval of CITY. If CITY agrees to termination of this Agreement under this provision, payment
shall be made as set forth in subparagraph 17.3 of this Section.
SECTION 18 DISPUTE RESOLUTION
18.1 In the event that any dispute shall arise as to the interpretation of this Agreement, or in the event
of a notice of default as to whether such default does constitute a breach of the contract, and if
the parties hereto cannot mutually settle such differences, then the parties shall first pursue
mediation as a means to resolve the dispute. If the afore mentioned methods are not successful
then any dispute relating to this Agreement shall be decided in the Yakima Superior Court in
accordance with the laws of Washington. If both parties consent in writing, other available means
of dispute resolution may be implemented.
SECTION 19 NOTICE
19.1 Any notice required to be given under the terms of this Agreement shall be directed to the party at
the address set forth below. Notice shall be considered issued and effective upon receipt thereof
by the addressee -party, or seventy-two (72) hours after mailing by certified mail to the place of
business set forth below, whichever is earlier.
CITY: City of Yakima
129 North 2nd Street
Yakima, WA 98901
Attn: Donald B. Cooper, City Manager
ENGINEER: H. W. Lochner, Inc.
400 108`h Ave. NE, Suite 400
Bellevue, WA 98004
Attn:. Stephen G. Lewis, AICP, Vice -President
Page 11
Agreement between City of Yakima and H. W. Lochner for Professional Services
Section 20 CONFLICTS
20.1 ENGINEER agrees that its work under this Agreement is for the CITY and is done at the CITY'S
direction, and that in the course of that work, the CITY may share with ENGINEER documents or
information that are confidential or privileged, and ENGINEER will not reveal to any other person,
except as authorized by the CITY or required by law, any such confidential or privileged.
documents or information. In this regard, ENGINEER agrees to inform each of its employees or
agents performing services under this' Agreement of the confidentiality obligations set forth
herein.
20.2 ENGINEER agrees that during the term of this Agreement, ENGINEER will not knowingly
undertake to perform any services or other work adverse to the CITY without the CITY's written
consent.
20.3 ENGINEER further agrees that it will not undertake to perform any services for another person or
entity that concerns the same or substantially related subject matter as is covered by this
Agreement, or otherwise related to the former municipal landfill property, without the prior written
consent of the CITY. The terms of this paragraph shall survive termination of this Agreement.
Page 12
Agreement between City of Yakima and H. W. Lochner for Professional Services
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their
respective authorized officers or representatives as of the day and year first above written.
CITY OF YAKIMA H. W. LOCHNER, INC.
Signature, _ Signature
Printed Name: Donald B. Cooper Printed Name: Stephen G. Lewis, AICP
Title: City Manager Title: Vice -President
Date: Date:
Attest
Deborah Kloster, City Clerk
City Contract No.
Resolution No.
STATE OF WASHINGTON )
) ss.
COUNTY OF YAKIMA )
I certify that I know or have satisfactory evidence that DONALD B. COOPER is the person who appeared
before me, and said person acknowledged that he signed this instrument, on oath stated that he was
authorized to execute the instrument, and acknowledged it as the CITY MANAGER of the CITY OF
YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the
instrument.
Dated:
Seal or Stamp
(Signature)
Title
Printed Name
My commission expires:
Page 13
Agreement between City of Yakima and H. W. Lochner for Professional Services
STATE OF WASHINGTON
) ss.
COUNTY OF )
I certify that I know or have satisfactory evidence that STEPHEN G. LEWIS, AICP, is the person who
appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated
that he/she was authorized to execute the instrument, and acknowledged it as the VICE-PRESIDENT OF
H. W. LOCHNER, INC. to be the free and voluntary act of such party for the uses and purposes
mentioned in the instrument.
Dated:
Seal or Stamp
(Signature)
Title
Printed Name
My commission expires:
Page 14
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
EXHIBIT A - SCOPE OF SERVICES
The City of Yakima (CITY) desires to construct public infrastructure improvements to encourage high level
development in the Cascade Mill District that will increase local jobs, and increase the economic activity
within the City of Yakima and the' surrounding Yakima County. The FAIR AVENUE EXTENSION
PROJECT — PHASE 1 (PROJECT) shall include the following elements:
• Conceptual engineering design of roadway and CITY utility improvements from the Lincoln
Avenue and Martin Luther King Jr. Boulevard couplet (COUPLET) on the south to North 1st Street
in the vicinity of R Street.
• Engineering design of roadway and CITY utilities improvements from the COUPLET on the south
to the proposed new East-West Connector (approximately H Street) on the north. The roadway
improvements contemplate construction of a boulevard -style four or five lane arterial with
roundabouts at the south and north intersections and extensive landscape elements. The project
improvements will include new hot mix asphalt pavement, curbs and gutters, sidewalks,
illumination, pavement markings, storm drainage, sanitary and industrial sewer mains, potable
water mains, and landscaping.
H. W. Lochner Inc. (ENGINEER) shall provide professional services to the CITY for the PROJECT as
outlined in the Work Tasks descriptions below. The following general provisions/assumptions have been
made:
A. This scope of work is premised on a notice -to -proceed date of approximately September 7, 2011,
with a 9 -month project duration for design, environmental review, and permitting activities, subject
to review and approval times of regulatory agencies.
B. Work conducted within the CITY limits will meet CITY design standards.
C. Plans, specifications, and contract documents, to the extent feasible, shall be developed in
accordance with the latest edition and amendments of the following:
1) Washington State Department of Transportation/American Public Works Association,
"Standard Specifications for Road, Bridge, and Municipal Construction";
2) Washington State Department of Transportation, "Standard Plans for Road and Bridge
Construction";
3) Washington State Department of Transportation, "Highway Design Manual";
4) FHWA and Washington State Department of Transportation, "Manual on Uniform Traffic
Control Devices for Streets and Highways"; and
5) Washington State Department of Ecology, "Stormwater Management Manual for Eastern
Washington."
D. All calculations, analyses, design, plans, specifications, and other project work will be prepared in
English units. The use of metric units for any aspect of the work will not be required.
E. Reports and drawings provided under this contract will also be provided in electronic format,
including PDF, Microsoft Office, and AutoCAD.
Page 15
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
F. Mitigation designs for wetland impacts and other environmental impacts will be included as
"Additional Services" under Work Task 8 herein, or as an amendment to this PROJECT after the
level of impacts are identified.
G. The CITY will advertise for construction bids and will print and distribute bid documents.
H. The professional services fee and drawing list contained herein assume that one bid package will
be prepared for the street and utility improvements construction on this PROJECT. Future phases
will be established for the final design and supporting services to implement the remaining
sections of Fair Avenue and related CITY infrastructure projects within the Cascade Mill District
Site. Construction phase services may be added as a supplement to this agreement.
I. ENGINEER will provide the CITY with plans and specifications for review at approximately the
30% and 70% completion stages. In addition, the ENGINEER shall maintain continuous routine
communication with the CITY throughout the duration of the project.
J. It is understood and agreed that tasks may be added or deleted from the scope of services by
mutual agreement of the CITY and ENGINEER.
WORK TASK DESCRIPTIONS
1. PROJECT MANAGEMENT SERVICES
1.1. Coordinate design team to ensure that the work is completed on schedule, is technically
competent, and meets the CITY'S needs and expectations. The ENGINEER'S Project Manager
will provide overall project management for all work elements, including coordination with the
CITY and subconsultants.
1.2. Attend up to three (3) City Council meetings, public meetings, or open houses in support of the
CITY to address technical aspects of the work related to scope, design, and schedule of the
project.
1.3. The ENGINEER will develop a project web site to be hosted on the CITY server, provide fact
sheets, project status updates, and other written materials and graphics about the project for
the CITY and will update the project web site. It is assumed that materials will be provided for
six web site updates over the course of the project. The Web Page information will be in
English language only but will include directive links in Spanish to PDF versions of project flyers
and/or other documents.
1.4. The ENGINEER will prepare up to three flyer publications for public distribution over the course
of the project. The flyers will contain project information, project status, and schedule updates.
The ENGINEER will prepare duplicate Project Flyers in Spanish language translations.
1.5. The ENGINEER shall maintain regular contact with the CITY'S Project Manager and maintain
regular coordination with CITY staff for this project. The ENGINEER'S Project Manager shall be
responsible for:
1.5.1 Maintaining regular contact with the CITY and designated project management team
staff through informal office visits, telephone conversations, e-mail, and faxes to keep
the CITY informed on the progress of this contract.
1.5.2 Work with the CITY'S Project Manager to identify specific financing support task needs
and coordinate scopes and budgets.
Page 16.
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
1.5.3 The CITY'S Project Manager may contact team member as needed during each phase
of the project with a summary of discussions sent to the ENGINEER'S Project
Manager:
1.5.4 Providing status reports and invoices for work performed.
2. CONCEPTUAL DESIGN ENGINEERING
2.1 The ENGINEER will work with the Stakeholders to develop a conceptual layout of the public
roadways and utilities from the COUPLET on the south to North 1st Street in the vicinity of R
Street.
2.2 The CITY will provide the ENGINEER with all previous plans for the street and utility
improvements that have been constructed or are planned to be constructed within or adjacent
to the project limits.
2.3 The ENGINEER will obtain copies of the current Comprehensive and Transportation Plans from
the CITY and Yakima County (COUNTY), as well as their current Six -Year Transportation
Improvement Plans (TIP). The CITY will provide two (2) copies of their current Comprehensive
and Transportation Plans and current TIPs to the ENGINEER in a timely manner. It is assumed
that the COUNTY will also provide two (2) copies of their current Comprehensive and
Transportation Plans and current TIPs to the ENGINEER in a timely manner.
2.4 The ENGINEER will obtain existing site information, reports and documents associated with
relevant aspects of the project. The CITY will assist the ENGINEER in obtaining relevant data
should the data owners be reluctant to provide it to the ENGINEER.
2.5 The ENGINEER will conduct a visual site examination to identify the existing characteristics
and design objectives. CITY representatives shall participate in the site visit and share relevant
project information and concerns.
2.6 The ENGINEER will obtain existing aerial photography mapping, including recent LIDAR
mapping, of the overall project area for project planning, conceptual layouts, and preliminary
design from the CITY, COUNTY, WSDOT, and/or area developers. The general coverage area
will be bounded by the Yakima River to the east, Pacific Avenue to the south, Burlington
Northern and Santa Fee Railroad (BNSF) tracks to the west, and US12/I82 to the north. Aerial
mapping will be produced at a scale of 1"=50' with a 2 -foot contour interval and will show visible
surface features.
2.7 The ENGINEER shall prepare a conceptual roadway design showing the proposed new
horizontal alignment of Fair. Avenue.. on...an.aerial _ photography.. mapand typical roadway
sections. The conceptual design shall establish the number of travel lanes, turn lanes, sidewalk
widths, landscaping widths, utility strips, level of illumination and intersection roundabout and/or
channelization features.
2.8 Conceptual utility design shall establish the size and location of CITY potable water, irrigation,
sanitary/industrial sewers, and storm drainage utilities to provide service to the development
site.
2.9 The ENGINEER shall coordinate with electrical power, telecommunication, and natural gas
utility companies to show their proposed new facilities (if available) for servicing the
development site.
2.10 Conceptual level landfill crossing design requirements shall be identified.
Page 17
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
3. PRELIMINARY DESIGN ENGINEERING (30%)
The ENGINEER will perform preliminary design engineering of the public roadways and utilities from
the COUPLET on the south to the proposed new East-West Corridor (E -W CORRIDOR) roundabout
on the north based on CITY approved Conceptual Design. The ENGINEER'S services under this
Task do not include improvements that are outside of the COUPLET to the E -W CORRIDOR project
limits such as off-site utility improvements.
3.1 The ENGINEER shall provide control and topographic survey of a maximum 200 -foot wide
alignrnent corridor within the projects limits for preparation of topographic survey base maps
and DTM for design.
3.1.1 Topographic survey will use the City of Yakima elevation datum or NAVD 88.
3.1.2 The ENGINEER will call for utility locates prior to performing field surveys. Utilities will
be shown based on field located surface features, tone marks provided by the local
"call before you dig" locating service and record drawings provided by the CITY.
3.1.3 The CITY will provide permit(s) necessary to work within its rights-of-way in a timely
fashion consistent with CITY regulations.
3.1.4 The CITY shall assist the ENGINEER with obtaining permission from private property
owners to perform topographic surveying of areas adjoining the proposed roadway
and/or utility alignment(s).
3.1.5 The ENGINEER will provide traffic control during survey operations as required by the
applicable agency right of access permit and/or CITY safety regulations. The CITY will
provide all such requirements in a timely fashion.
3.1.6 The completed survey shall provide information for the following items:
3.1.6.1 Control survey
3.1.6.2 Base map showing existing topography with 1 -foot contours, field located
surface features, and adjacent property lines
3.1.6.3 Plan and profile sheets with horizontal and vertical alignment
• Cross-sections at 50' intervals
• Project bench marks
• Project datum
3.2 The ENGINEER will coordinate with the affected utility agencies regarding design elements of
the project. This work shall include contacting CITY utility divisions and private utility company
representatives (e.g. electrical power, telecommunication, and natural gas) to coordinate the
design of the street improvements to accommodate existing and proposed new utility systems.
Identify existing or potential conflicts between new roadway and utility design and existing
public and private utilities. Contact each utility involved and coordinate resolution of conflicts.
To the extent possible, the ENGINEER will show proposed new private utility company
improvement locations on the drawings.
3.3 The ENGINEER shall prepare preliminary sanitary and industrial sewer design complying with
City of Yakima Standards and the Washington State Department of Ecology Criteria for
Sewage Works Design.
3.3.1 Meet with CITY to determine extent of new sanitary and industrial sewer improvements.
Page 18
•
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
3.3.2 Review existing and proposed underground utility locations and determine horizontal
sanitary and industrial sewer alignment including new lateral locations and service
lines.
3.3.3 Review preliminary road profiles and determine vertical alignment for new sanitary and
industrial sewer mains.
3.4 The ENGINEER shall prepare preliminary potable water design complying with City of Yakima
Standards and Washington State Department of Health requirements.
3.4.1 Meet with CITY to determine extent of new potable water improvements.
3.4.2 Review existing and proposed underground utility locations and determine horizontal
water main alignment including fire hydrants, service lines, and future new distribution
main locations.
3.4.3 Review preliminary road profiles and determine vertical alignment for new potable
water mains.
3.5 The ENGINEER shall review the location of Fruitvale Canal outlet pipe across the Cascade Mill
District site with the Site Developer and CITY Water and Irrigation Division to investigate
alternatives for re -piping and/or relocating the pipe. The CITY has determined that the pipe is
the responsibility of the Site Developer and, as such, any improvements associated with the
outlet pipe across the site, including across the Fair Avenue extension, is not included in the
ENGINEER'S Scope of Services.
3.6 The ENGINEER shall perform a drainage analysis for 25 -year storm with drainage facility
design utilizing surface infiltration as the preferred treatment and disposal process. All drainage
analysis and design shall comply with the WSDOE Eastern Washington Storm Water Manual
(September 2004).
3.6.1 Storm water runoff routes from the project limits to the discharge points willbe
analyzed for capacity per the above criteria.
3.6.2 A copy of the drainage analysis shall be provided to the CITY for review and approval.
3.6.3 If subsurface infiltration is used, the ENGINEER will complete and submit to the
Department of Ecology, Underground Injection Control (UIC) registration forms and
provide copy to City of Yakima Storm Water Department.
3.6.4 The ENGINEER shall prepare Notice of Intent (NOT) for coverage under the
Washington State Storm Water NPDES permit and advertise as required.
3.6.5 The ENGINEER shall prepare Storm Water Pollution Prevention Plan (SWPPP) as
required.
3.7 The ENGINEER shall prepare preliminary roadway and storm drainage design including
proposed new roundabouts at both the COUPLET and E -W CORRIDOR intersections.
Preliminary design will include horizontal and vertical alignments, and the following illumination
and landscaping information:
3.7.1 The ENGINEER will prepare a typical preliminary landscape design consisting of the
basic improvements (street trees and Tight fixtures) and a "family" of urban design and
landscape elements representing a list of basic improvements and streetscape
amenities. The "family" will include recommendations for landscape locations and
character, site furniture, roadway/pedestrian light fixtures, paving patterns and
materials.
3.7.2 The ENGINEER will provide a typical urban design and landscape plan and section
(scale as needed), along with a photo board representing the overall concept and/or
product recommendations.
Page 19
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
3.7.3 Based on comments received the ENGINEER will refine plans, sections, and photo
boards. A preferred preliminary landscape design will be prepared based upon
information received from the CITY. The preferred preliminary landscape design will be
revised up to one time based on CITY discussions.
3.7.4 The ENGINEER will prepare, 30% level plans and details to include street trees,
general plant massing plan, paving plan, site furnishings, irrigation products, and
standard details.
3.8 The ENGINEER will prepare the following preliminary design drawings.
3.8.1 Cover Sheet
3.8.1.1 Project title and project number
3.8.1.2 Vicinity map
3.8.1.3 Drawing index
3.8.1.4 Legend
3.8.2 Typical Roadway Sections
3.8.2.1 Right of way dimensions (proposed)
3.8.2.2 Cut and fill slope notations
3.8.2.3 Pavement layer types and depth
3.8.3 Street and Utilities Plan and Profile Sheets
3.8.3.1 Plan portion scale 1 20' horizontal
3.8.3.2 The vertical scale shall be no less than 1" = 10'.
3.8.3.3 Drawing scale may be adjusted to meet project requirements with CITY
approval
3.8.3.4 Base topographic mapping
3.8.3.5 Existing rights-of-way
3.8.3.6 Proposed new rights-of-way and construction centerline
3.8.3.7 Profile grid
3.8.3.8 Existing ground centerline profile
3.8.3.9 Proposed new roadway construction profile
3.8.3.10 Cut and fill slope limits
3.8.3.11 Horizontal and vertical curve and alignment data
3.8.3.12 Existing utilities horizontal and vertical locations based upon survey data and
available record information
3.8.3.13 Proposed drainage features (swales, pipes, culverts)
3.8.3.14 New CITY sanitary and industrial sewer mains with manholes, cleanouts,
laterals and service lines and new potable water mains with valves, fire
hydrants, service lines, and stub outs for future distribution mains
3.8.3.15 Driveways
3.8.3.16 Retaining walls
3.8.3.17 Datum
3.8.3.18 Project title and number
Page 20
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
3.9
3.8.3.19 Construction notes
3.8.3.20 General notes
3.8.4 Roundabout Plans
3.8.4.1 Design based on FHWA guidelines
3.8.5 Illumination Plans
3.8.6 Landscaping and Irrigation Plans
3.8.7 Miscellaneous details of roadway and utility structures/elements including City of
Yakima Standard Details
The ENGINEER will prepare estimates of probable construction costs based on the preliminary
design. The CITY shall provide the ENGINEER with tabulations of recent unit bid prices for
similar work within the CITY. The estimate will include contingencies to reflect the preliminary
status of the design.
3.10 The ENGINEER will examine the project site to verify the preliminary design drawings. The
examination will include checks for accuracy, constructability, and conflicts. The drawings will
be revised as necessary to correct observed deficiencies, errors, and conflicts.
3.11 The ENGINEER shall conduct quality control reviews by senior staff members with appropriate
experience and expertise. In the review, the staff shall scrutinize the major elements of the
design for adequacy of response to the major design challenges and conformance to accepted
design practice.
3.12 The ENGINEER will submit three half-size sets of blackline prints at the 30% completion stage
to the CITY. CITY shall be allowed two weeks for its review. The CITY will consolidate staff
review comments on one set of prints and documents. The ENGINEER will discuss the
documents with the CITY and respond to the CITY'S review comments.
4. ENVIRONMENTAL REVIEW AND PERMITTING
4.1 The ENGINEER will assist the CITY in the preparation of the SEPA environmental
documentation.
4.2 The ENGINEER will review the site along the Fair Avenue extension and collect and document
their environmental findings. The ENGINEER will also conduct a literature search for
environmental information on or near the site.
4.3 At the CITY'S request and direction, the ENGINEER will assist the 'CITY in presenting Fair
Avenue extension to State and federal permitting agencies to identify the regulatory issues
associated with each alternative. Potential impact minimization measures for the improvements
will also be identified during the coordination with agency representatives. All permitting issues
and the recommended permitting process for the preferred alternative will be documented. It is
assumed that this effort will be accomplished with the graphics and design drawings required in
TASKS 3 and 4 described above and to conduct the meetings and that no other special
presentation materials are required.
4.4 The ENGINEER will develop an environmental clearance and permitting plan for the
improvements. This plan will include the recommended SEPA clearance document as well as a
list of probable permits to be required.
4.5 Proposed traffic for the new extension of Fair Avenue will be developed from the current
Page 21
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
YVCOG travel demand model using proposed land use assumptions and trip generation rates
and distribution consistent with the approved land use plan.
4.6 The ENGINEER shall complete appropriate SEPA documentation including all needed studies,
and analysis in accordance with State Environmental Policy Act (RCW 43.21C) and SEPA
Rules (WAC 197-11). The ENGINEER will coordinate with the Yakima Planning Department to
address comments on the SEPA Checklist and provide support for the SEPA process.
5. RIGHT-OF-WAY PLANS AND LEGAL DESCRIPTIONS
The ENGINEER will prepare right-of-way (RNV) plans for the proposed Fair Avenue Extension from
the COUPLET on the south to the north/west limits of the Cascade Mill District property.
5.1 The ENGINEER will prepare RNV plans in accordance with the CITY'S standards, State and
federal requirements, and under the supervision of a professional land surveyor. The
ENGINEER'S Scope of Services fee is based on an assumed seven (7) RNV parcels to be
acquired for the PROJECT. The RNV plans will include the following:
5.1.1 Assessor's parcel number
5.1.2 Parcel owner's name
5.1.3 Existing area of parcel
5.1.4 Area of land to be acquired
3.1.5 Remaining area of parcel
5.1.6 Existing road right-of-way
5.1.7 Basic section subdivision data
5.1.8 Proposed road right-of-way.
5.2 The ENGINEER shall be responsible for obtaining and paying for title reports.
5.3 The ENGINEER shall submit the following final RNV documents to the CITY:
5.3.1 Final RNV Plans (11 x 17 size)
5.3.2 Final RNV Plans (22 x 34 size)
5.3.3 Legal descriptions for area of land to be acquired
5.3.4 8-1/2" x 11" exhibit map of each parcel showing area of land to be acquired
5.3.5 One (1) copy of title reports
6. LANDFILL CROSSING REMEDIATION DESIGN & GEOTECHNICAL INVESTIGATIONS
6.1 Landfill Concepts: The ENGINEER will review readily available geotechnical and
environmental information as it pertains to existing conditions at and near the landfill. Subject to
paragraph 6.1.1, CITY to provide access tothe latest version or draft of the remedial
investigation and feasibility study reports for the landfill that are being prepared by others.
Assume use of data collected by others for the landfill area; thus, this scope does not include
any field investigations or environmental data collection activities at the landfill area.
ENGINEER acknowledges that certain documents, including but not necessarily limited to the
draft Feasibility Study Report are in draft form and subject to revision.
Page 22
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
The ENGINEER will evaluate conceptual designs and considerations/constraints associated
with a roadway crossing of the landfill along certain alignments. This task will include an
evaluation of the design approaches for preparation of roadway subgrade materials and
installation of utility infrastructure to address differential settlement, landfill gas control,
protection of existing landfill environmental control measures, potential groundwater impacts,
and refuse handling considerations. The results of the conceptual design evaluation will be
summarized in a technical memorandum.
6.1.1 Confidential Documents: The CITY has, or may come to have, certain confidential
documents that have been prepared, or may be prepared, in reasonable anticipation of
litigation, or are otherwise protected from disclosure by law. ENGINEER agrees to
keep confidential and not disseminate or rely on to any third party any documents
provided by the CITY to ENGINEER and marked "CONFIDENTIAL," without the prior
written approval of the CITY. In this regard, ENGINEER agrees to inform each of its
employees or agents performing services under this Agreement of the confidentiality
obligations set forth herein.
6.2 Landfill Design Support: The ENGINEER will analyze the landfill requirements and develop
design information to support a new roadway across the site and allow for the installation of
underground utilities. This task will include design recommendations for landfill gas control,
integration of certain landfill environmental control measures (to the extent practicable), refuse
handling/disposal considerations, and worker safety provisions.
The ENGINEER will coordinate with the CITY and the CITY'S specified professional designees,
including but not limited to SLR International Corp. ("SLR"), to discuss how certain
environmental control measures for the landfill are being addressed. This task includes
coordination with the CITY and its professional designees to discuss the results of their ongoing
landfill remedial investigation and feasibility study and conceptual integration of certain landfill
environmental control measures. At the CITY'S request, the ENGINEER will coordinate with
and assist the CITY and its professional designees in discussing certain environmental control
measures for the landfill with government regulatory agencies.
Design recommendations will be summarized in a technical memorandum that includes
drawings, details, and specifications related to landfill roadway design support.
6.3 Geotechnical Investigations and Engineering: The ENGINEER will provide geotechnical
engineering for the Fair Avenue Extension Project
6.3.1 The following is the proposed geotechnical services:
6.3.1.1 Literature Review: The ENGINEER will review readily available geotechnical
reports of the project area, geological reports, and geologic maps, including:
• WSDOT reports,
• U.S. Geologic Survey (USGS) topographic maps,
• USGS geologic maps and reports,
• USGS seismologic studies,
• Aerial photographs (WSDOT, U.S. Bureau of Land Management, and
private),
• U.S. Department of Agriculture soil maps,
• Washington State Department of Ecology on-line well log data base
• Washington State Department of Natural Resources Division of Geology
and Earth Resources maps and reports.
Page 23
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
6.3.1.2 Field Reconnaissance: The ENGINEER will perform a field reconnaissance to
observe the site and soil exposed at the surface. During the field
reconnaissance, the ENGINEER will select preliminary subsurface exploration
locations for the PS&E phase studies.
6.3.1.3 Project Geology: The ENGINEER will evaluate site aeology. and subsurface
conditions using the literature review and field reconnaissance. The
ENGINEER will review the site seismicity and providerecommendations for the
design acceleration in accordance with the WSDOT Geotechnical Design
Manual, M 46-03. We will evaluate geotechnical/geologic hazards and their
potential impacts to the project. It is assumed that a site specific seismic
response analysis will not be required.
6.3.1.4 Subsurface Explorations: The ENGINEER will develop a field exploration plan
for approval by the CITY. This plan will include exploration of the roadway
alignment, beyond the limits of the landfill and earthen cap, with borings. The
borings will be drilled with a truck -mounted drill rig to depths of about 10 to 20
feet. Prior to performing the field investigation, the ENGINEER will prepare a
project specific health and safety plan and coordinate the location of
underground utilities. The ENGINEER will sample the borings using Standard
Penetration Testing at 5 -foot intervals.
6.3.1.5 The ENGINEER will observe the borings and develop logs of the subsurface
conditions encountered. The ENGINEER will classify the soil encountered in
the subsurface explorations in accordance with ASTM Designation: D 2488,
Standard Recommended Practice for Description of Soils (Visual -Manual
Procedure). The ENGINEER will also interpret the geologic unit of each soil
sample.
6.3.1.6 The ENGINEER will promptly advise the CITY if the borings encounter soils
that emanate discernable odors or contain visually identifiable contaminants,
and recommend a course of action, if any, regarding the same. However, this
scope does not include provision for the characterization of hazardous
materials. Drumming, profiling and disposal of soils containing hazardous
materials is not included as part of this scope of services.
6.3.1.7 Geotechnical Laboratory Testing: The ENGINEER will perform geotechnical
laboratory testing in general accordance with appropriate ASTM or WSDOT
standards. Laboratory testing will include moisture content, grain size analyses,
Atterberg Limits, organic content, and compaction tests on selected samples.
6.3.1.8 Engineering Analyses and Design: The ENGINEER will evaluate the results of
field and laboratory programs. The ENGINEER will use those results to
develop geotechnical recommendations for designing pole foundations,
earthwork, roadway pavement and infiltration rates. Our recommendations will
include:
• Project area seismicity
• Seismic hazards, including liquefaction, lateral spreading, and fault rupture,
• Pole foundation design recommendations,
• Retaining wall design parameters, including lateral earth pressures, sliding
resistance, and drainage,
• Earthwork for new and widened roadway embankments for the extension
of Fair Avenue,
• The reuse of existing excavated materials for backfill,
• Earthwork for utility excavations, including temporary shoring,
Page 24
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
• Estimated resilient modulus for unimproved subgrade and for compacted
structural fill and subgrade,
• Storm water infiltration rates based on soil textures and corresponding
published infiltration rates,
• Pavement Design
6.3.1.9 Final Geotechnical Report: The ENGINEER will prepare draft and final
geotechnical reports. The reports will present the results of engineering
analysis and design and integrate those results with the findings presented in
the Landfill Roadway Design Support Memorandum. Specifically, the draft and
final reports will include:
• A description of the subsurface exploration methods and the exploration
logs.
• Laboratory testing methods and results.
• A description of subsurface conditions encountered in the subsurface
explorations, including groundwater conditions.
• Geotechnical design recommendations for foundations, infiltration, geologic
hazards, and earthwork recommendations. The ENGINEER will provide
geotechnical design recommendations in accordance with the current
WSDOT Geotechnical Design Manual.
• Seismicity considerations, including recommended design peak ground
accelerations, soil profile type, and liquefaction potential. If the liquefaction
potential of the roadway subgrade material is considered high, foundation
and retaining wall recommendations would be revised accordingly.
• Excavation and shoring recommendations for utilities.
• Construction considerations
6.4 Hazardous Materials Technical Report: The ENGINEER will prepare a Hazardous Materials
Technical Report for the proposed project corridor in general accordance with the WSDOT
Environmental Procedures Manual (October 2010 version). The report will focus on the historic
and current use of the properties along to the Fair Avenue Extension from Martin Luther King
Jr. Boulevard to the H Street roundabout, with particular focus on those properties that were
formerly industrial facilities. The study will be broad in scope and is intended to identify those
properties that will require a more detailed study. This study will include the following tasks:
6.4.1
6.4.2
6.4.3
6.4.4
Windshield survey,
Regulatory agency records review,
Historical use records review, and
Physical setting sources review.
The ENGINEER will prepare draft and final Hazardous Materials Technical Report that will
summarize the affected environment, potential project impacts, and mitigation measures.
7. FINAL DESIGN ENGINEERING AND PS&E (70% AND 100%)
The ENGINEER shall proceed with final engineering design and preparation of final plans,
specifications, and estimates (PS&E) following the CITY'S approved preliminary engineering design
and 30% PS&E documents. At approximately the 70% completion stage, the ENGINEER will submit
three half-size sets of blackline prints to the CITY. CITY shall be allowed two weeks for its review.
Page 25
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
The CITY will consolidate staff review comments on one set of prints and documents. The
ENGINEER will discuss the documents with the CITY and respond to the CITY'S review comments
before proceeding to final 100% documents.
7.1 Final 100% engineering drawings shall be half -sized blackline prints and shall include the
following sheets ut a minimum:
7.1.1 Cover Sheet
7.1.2 Typical Roadway Sections
7.1.3 Street and Utilities Plan and Profile Sheets
7.1.3.1 Plan portion scale 1" = 20' horizontal
7.1.3.2 Vertical scale shall be no less than 1" = 10'
7.1.3.3 Drawing scale may be adjusted to meet project requirements with approval of
CITY.
7.1.4 Roundabout Plans
7.1.5 Illumination Plans
7.1.6 Landscaping and Irrigation Plans
7.1.7 Drainage Plans
7.1.8 Pavement Marking and Roadway Signing Plans
7.1.9 Construction Staging and Traffic Control Plans
7.1.10 Miscellaneous Details
7.1.10.1
7.1.10.2
7.1.10.3
7.1.10.4
7.1.10.5
CITY Standard Details
Street and utility elements
Landscaping and irrigation elements
Illumination elements
Landfill crossing elements
7.2 The ENGINEER will prepare Cross Section Drawings at 50 -foot engineering stationing
intervals, and all major physical features with a horizontal scale of 1" = 10' and a vertical scale
of1"=5'.
7.3 The ENGINEER will prepare Contract Documents based on the latest edition of the Washington
State Department of Transportation/American Public Works Association Standard
Specifications for Road Bridge, and Municipal Construction and the latest City of Yakima
General Conditions and Special Provisions. Contract Documents shall include:
7.3.1 Bidding Requirements
7.3.2 Contract and Bond Documents
7.3.3 Amendments to the Standard Specifications
7.3.4 Wage. Rates
7.3.5 Non -Standard Special Provisions
7.3.6 Half -Sized Plans
7.4 The CITY will provide the following to the ENGINEER to include in the above Contract
Documents:
Page 26
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
7.4.1 Construction Contract form
7.4.2 Contract Bond form
7.4.3 Insurance Requirements
7.4.4 CITY General Conditions
7.4.5 CITY Special Provisions
7.4.6 Special MBE Requirements
7.5 . The ENGINEER will prepare estimates of probable construction costs based on both the 70%
completion stage and final 100% contract documents stage.
7.6 The ENGINEER shall conduct quality control reviews by senior staff members with appropriate
experience and expertise. In the review, the staff shall scrutinize the details of the key aspects
of the design for conformance to accepted design practice.
7.7 The ENGINEER shall submit one reproducible copy of the plans, specifications, and Contract
Documents to the CITY ready for bid advertisement.
7.8 The ENGINEER shall transmit to the CITY one copy of all engineering calculations and one
copy of all survey field notes.
7.9 The ENGINEER shall provide the following services during the construction bid process:
7.9.1 Respond to bid questions
7.9.2 Prepare Addenda as necessary
7.9.3 Attend and assist with Pre -Bid Conference, as necessary
7.9.4 Attend the bid opening
7.9.5 Check bids
7.9.6 Provide recommendation regarding award of a construction contract
8. ADDITIONAL SERVICES
The CITY may direct the ENGINEER to provide "Additional Services" that are not included in WORK
TASKS 1 through 7. Such Additional Services shall be authorized by the CITY and agreed to by the
ENGINEER in writing prior to proceeding with the services. The ENGINEER shall perform the
services in this WORK TASK 8 as directed/authorized by the CITY on a time spent basis at the
specified hourly billing rates shown in EXHIBIT B plus reimbursement for direct non -salary expenses.
8.1 The CITY contemplates directing the ENGINEER to perform WORK on the PROJECT that is
not included in WORK TASKS 1 through 7 nor is readily defined as. to scope of services, time,
or costs. These services may include the following:
8.1.1 Assist the CITY with investigating potential funding opportunities including developing
funding strategies and preparing funding applications. The professional services
estimate herein is based on assisting the CITY with its funding pursuits not only for. Fair
Avenue Extension Project — Phase 1 but also with other future project phases.
8.1.1.1 The ENGINEER will work with the CITY to develop a matrix of projected and
planned funding sources, to include sources that may be needed to provide a
complete funding package. The ENGINEER will then prepare a funding plan to
provide two options for funding of all project elements. The plan will include a
Page 27
CITY OF YAKIMA — FAIR AVENUE EXTENSION PROJECT — PHASE 1
Exhibit A — Scope of Services Continued
list of funding sources, general grant and matching requirements, timelines for
use, and a proposed approach. The funding approach may include multiple
elements.
8.1.1.2 After review by, and with direction from the CITY, the ENGINEER will prepare
an updated financing plan with a financing approach and time lines for grant
applications. The ENGINEER will, on a case by case basis, with a
supplemental scope and budget, also prepare grant applications and other
necessary documentation for possible funding sources.
8.1.1.3 The ENGINEER will set up a tracking process to provide a means for grants
received to meet federal requirements as contained in the grant requirements
or as published in the WSDOT Local Agency Guidelines, and will transfer that
information to CITY staff to develop an ongoing grant compliance program.
8.1.2 Provide municipal accounting/financial services assistance for State, federal, and local
funding programs/agencies administration related to this project including tracking of
project costs and revenues for multiple funding sources and preparation of
reimbursement requests.
8.1.3 Provide assistance for project updates and related administrative documents to the
agencies which have jurisdiction over funding, permitting, design, and/or construction of
this project.
8.1.4 Geotechnical investigations in areas outside of the COUPLET to the E -W CORRIDOR
project limits.
8.1.5 Utility design in areas outside of the COUPLET to the E -W CORRIDOR project limits.
8.1.6 Mitigation designs for wetland impacts and/or other environmental impacts, after the
level of impacts, if any, are identified through the above services.
8.1.7 Other tasks as may be necessary to cavy out the provisions of this TASK 8, and in
accordance with Section 2.2.
Page 28
8/31/2011
Cascade Mill District
Fair Avenue Extension & Program Financing
Yakima, Washington
BUDGET SUMMARY
Fair Avenue Extension Project
H. W. Lochner, Inc.
Labor. $ 467,621
Direct Expenses $ 10,247
B&O Tax on Subconsultants $ 9,379
Subtotal Lochner $ 487,247
Huibregtse, Louman Associates
Labor $ 330,836
Direct Expenses $ 9,748
Subtotal Lochner $ 340,584
HBB Landscape Architecture
Labor $ 97,295
Direct Expenses $ 11,752
Subtotal Lochner $ 109,047
SLR International
Labor
Direct Expenses
Subtotal SLR
HWA GeoSciences
Labor
Direct Expenses
Subtotal SLR
TOTAL ENGINEERING AMOUNT
$ 26,139
$ 2,300
$ 28,439
$ 29,457
$ 13,540
$ 42,997
$ 1,008,314
Management Reserve Fund $ 155,000
TOTAL CONTRACT AMOUNT $ 1,163,314
LOCH ER
H LA
Classification
EXHIBIT B'(1)
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
H. W. Lochner
8/31/2011
Hourly Total Total Total
• Rate Hours Labor Costs
Project Principal $ 221.03 64 $14,145.92
Project Manger $ 161.15 390 $62,848.50
Sr. Highway Engineer $ 195.51 376 $73,511.76
Sr. Transportation Engineer $ 173.70 214 $37,171.80
Sr. Traffic Engineer $ 161.15 238 $38,353.70
Transportation Engineer $ 158.97 538 $85,525.86
Sr. Design Engineer $ 110.25 104 $11,466.00
Engineer III $ 93.25 676 $63,037.00
Engineer II $ 86.32 64 $5,524.48
Technician $ 88.44 544 $48,111.36
Sr Accountant $ 93.95 60 $5,637.00
Administration $ 61.30 214 $13,118.20
Total Labor Cost 3,482 $458,451.58
2012 Cost of Living Increase 2.00% $9,169.00
Total Lochner Labor
Total HWL Labor Cost:
Rounded $467,621
Direct Reimbursables:
Travel $ 6,272
Per Diem $ 1,950
Reproduction (External Only) $ 665
Communications $ 200
Graphics/Miscellaneous $ 1,160
Traffic Counts $ -
Reimbursables Subtotal: Rounded $10,247
B&O Taxon Subconsultants 1.8% $521,067 $9,379
Firm Total: H.W. Lochner, Inc. Rounded $487,247
Subconsultants
Huibregtse Loumann Associates $340,584
HBB Landscape Architecture $109,047
SLR International $28,439
HWA GeoSciences $42,997
Subconsultants Subtotal:
$521,067
Total $1,008,314
LOCHNER
s -ILA
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
PERSON HOUR & LABOR COST ESTIMATE BY TASK
8/31/2011
Work
Element
Number
- _. _
Work Element
..... .. ...
LABOR CLASSIFICATION
Lochner
TOTAL
HOURS
Subconsultant Hours.
TOTAL
LABOR
HOURS
Principal
Project
Manager
Sr. Highway
E..qmeer
Sr. Transp.
Engineer
Sr. Traffic
Engineer
Transportation
Engineer
Sr. Design
Engineer
Engineer 111
Engineer 11
Technician
Cadd
Senior
Accountant
Admin
Support
HLA
Hours
H88 .
Hours
MA
Hours
SLR
Hours
Total
Sub
1.0Project
1.1
. .. .... _.
Management Services
Project Coordination
8
.
60
...
_
. --.__....
._
.._..
-
68
8
-
160
0
24
-
92
1 2
Council Meetings (3)
8
24
8
8
B
6
62
38
16 •
0
0
-54
116
13
Web Site
40
6
24
64
• 134
20
12
0
0
32
166
1.4
Project Flyers
6
6
12
4
18
46
20
6
0
0
26
72
1.5
Regular Communications with City
a
Coordination with City
"
24
60
40
124
8
0 •
0
0
B
132
b
Kick-off Meeting
6
16
.10
10
10
16
70
16
16
0
0
32
102
c
Status Report and Meetings
16
60
30
60
24
190
25
34
0
0
59
249
---- - - - . 'WorkElemenl-1:Total r.
. *"64'' ".",266-';
."._30`' -
T,'-36'.7.-1,,:
'- 0.:.:._
-. -
,.D:: "
x_,.72°
..."0,.`2
''',',','"-0,-_-:=!''.
'',--_--168..-_;''._
- -694:..8..
.t:-134--
`:1001."=
-'_0',.,
0--:°
---.929_-,-'
2.0
2.1
Conceptual Design
Conceptual Layouts with City
22
10
32
BO
3
0
-
0
.',-'235_'.
83
115
2.2
'
Collect As -Built Plans
4
4
16
0
0
0
16
20
2.3
Collect Transpoartation Plans
4
4
16
0
0
0
16
20
' 2.4
Collect Other Site Information
4
2
8
14
24
0
0
0
24
38
. 2.5
Conduct Site review with City
8
8
B
24
24 •
0
0
0
24
48
2.6
Develop Aerial Base Map tram existing data
4
4
8
100
.
0
0
0
100
108
2.7
Prepare Roadway Conceptual Design
48
38
28
80
100
52
354
164
69
0
0
233
587
2.8
Prepare Conceptual Design of City Utilities
4
4
234
0
0
0
234
238
2.9
'
Coordinate and Prepare Layouts for Private Utilities
12
12
144
0
0
0
144
156
2.10
Develop Conceptual Landfill Crossing Requirements
6
12
18
30
0
0
0
30
48
-___.,
--:.:--:L.',.�-1�`�:�=:r:;:.:'u::","Work Elemenc2•Tg1a1l;
al: ;:,- o --o:-
:.<.136p...
:_.J.90 l'Y
:_f>-, 50 ..
,3o..--.'
a;.96:. �
---7._t_.0 .,-...7
,+720:
- : '''
='-.,52 -`"
��:,.0'_ .
r D
:474- -'
`•:932'..'-
12
,. •" 0:'.-..:r!
;'A_'}"--
"9041 L-
3.0
'.3.1
Preliminary Design
Provide Control 8 Topographic Surveyand Base Maps
2
8
16
26
.
484
0
0
0
484
_x1378"-'
510.
3.2with
Private Utilities and r
0
54
0
0
0
54
54
3.3
Develop Pretiminary Sanitary andIndustial Sewerr
0
54
0 -
0
0
54
54
3.4
, •
Develop • -- De
0
54
0
0
0
54
54
3.5
Revievr Fruitvale Canal Oullel
0
38
0
0
0
38
38
3.6
Construct Drainage d •- •
0
90
0
0
0
90
90
3.7
Develop • 'Roadway,Drainage .
6
52
40
80
80
100
358
88
59
0
0
147
505
38
Prepare Preliminary Roadway Drainage and Ubliry Plans
0
88
65
0
0
153
153
3.9
Develop Opinion of Probable
4
8
8
16
36
34
0
0
0
34
70
3 1
Verily Design in Feld
8
8
28
0
0
0
28
36
3.11
Quality Control
10
20
30
30
0
0
0
30
60
3.12
Preliminary Submittal and Meeting with City
B
8
16
20
0
0.
0
20
36
�
_..-"....._.=, r,f3J'7:2 ..:;,._;-:-'":Work Eleoient.3;Total
- .::....• -��.•..-� _ -
-.='�
`".._ .__
0 :"
_,.: .,
`-__2B :.
.
"-',.,-.70_•.---7
:._ :...,.,
_ 2D
:.._ ,_:....
__.�.48.�
__• 80 '-_-
_
- -_ 0:"-r<:
�' 104'-°
_
- - .�D--_ :_
:176- •;,
mss: .i_0 --
0 "�=
474 --.,1,062-'-...
724.;
0-
0
- -
:: 1,186-
-1660
4.0
4.1
Environmental Review
Assist City with SEPA Documenlation
6
6
12
0 -
0
0
12
_- ,
18
4.2
Collect 8 Document Environmental Findings
0
28
0
0
0
28
28 .
4.3
Assist City with Permits
0
32
0
0
0
32
32
4.4
Develop an Environmental Clearance 8 Permitting Plan
4
4
28
0
0
0
28
32
4 5
Develop Project Traffic
4
4
56
0
0
0
56
60
4.6
Complete SEPA Documentation Studies
0
34
0
0
0
34
34
_.� -
--�_c:-.,c,,;.•.-, ,,. ,•:=•:_ WoikElement4 Total :.:;:'•-0
;`
-'•.10 -'
.,, ,,. 4--- -
, _-r0i'r.
- .',..-,17-:
_3.0. .
..,0 _` •
-'.: .'0-.
_-; .0,:,.
0.^':;`
,'c _0;'.
- 0:':
14
-',.:T190::,.,,,-.".0'
.
- _,_0 _,
:-r _0
'- =
f:. 204,_-_.
5.0
5.1
Right -of -Way Plans 8 legal Descriptions
Prepare RAN Plans
2
-
2
110
..--:-
0
0
-•"'
0
_190
110
112
5.2
Obtain Title Reports
0
10
0
0
0
1D
10
5.3
Prepare Final RAV Documents
2
2
122
0
0
0
122
124
- `WorkEletnent_5 lotar,'.`
0
,4 `
2
0<
0.7
. --.g, _'
....0, _.
;-0.^ :_
`_, 70: '_
-g__--!-
r ,. o7--..
4.-:.,1-,-.,:,-.."
-_.: 4._ .
::::::'-242 :.
.0'.---,- -",
0 -=
;`-0.. -
242/ _i
., -246`,..
L ®C FI N E R
Page 1 of 2
•�. HLA
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
PERSON HOUR & LABOR COST ESTIMATE BY TASK
613112011
Work
Element.
Number
- Work Element
LABOR CLASSIFICATION
Lochner
TOTAL
HOURS
Subc.tonsultant Hours
TOTAL
LABOR
HOURS
Principal
Project
Manager
Sr. Highway
Engineer
Sr. Transp.
Engineer
Sr. Traffic
Engineer
Transportation
Engineer
Sr. Design
Engineer
Engineer 111
Engineer 0
Technician
Cadd
Senior
Accountant
Admin
Support
HLA
Hours
HBB .-
Hours '
HWA
Hours
SLR
Hours
Total
Sub.
6.0
6.1
Landfill Crossing Remediation Design & Geotechnical Investigations
Develop Landfill Crossing Concept Requirements
0
24
0 -,
0
61
85
85
6.2
Land80 Design Support6
12
18
0
0
0
180
180
198
6.3
Geotechnical Inves6valons & Engineering
0
0
00
0
0
0
6.4
Hazardous Materials Technical Report
2
2
0
0
0 .:
0
0
2
... ..,
...<<— "�r ,..'" '`.i Work Element 6 Total': -. _ •0 . _ .
:_.. 8
.,,. 12 -
. ___0•< ..-
-'0. ".
'-0
.':0"
-: `0:`.
', 0:',
- .-0:,., _
-ti0 -_
-: 0 i -
-;:,':7-20 f:."-`
-.[24"'--
0 ----- -:
: ,:---'.0 _.----::--,
-- 241'-
:: 265-:'
--1. 285-
7.0
7.1
Final Design Engineering & 050E
Prepare Engineering Drawings
Pre.are Cross Sections
10
BO
4
120
200
24
104
240
24
64
256
24
1074
76
804
68
512 ,i
0
209
0
0
0
1,525
68
2,599
144
7.2
7.3
Prepare Contract Documents6
24
12
24
52
40
24.
182
128
78 .
0
0
206
388
7.4 -
Incorporate City's Contract Requiremenls in Contract Documents
6
8
16
30
52
0 :
0
0
52
82
7.5
Prepre Final Estimate of Probable Construction Costs
4
16
12
40
40
16
128
54
122 -
0 -
0
176
304
7.6
Quality Control of Contract Documents
10
68
78
72
0
0
0
72
150
7.7
Prepare Reproducible Copy of Contract Documents4
8
16
16
44
28
0
0
0
28
72
7.8
Provide City with Calculations and Survey Notes '
4
8
6
20
18
0
0
0
18
38
7.9
Provide Construction Bid Process Services
4
20
16
24
60
24
22
170
64
63
0
0
127
297
;'..Work Element l Total: ,":.-0 -.:.,
..•40:--
:.•--160'>'
- '-66 -
"€160-".
'-n:344'',
' ---=104'=''Cr440
--64==_-
_-.i376 :
.- 0: -:
"'46--.i.-'..1802'•-
".1.288-.-,
,'-775::'.1
"209-''?.
:•:-•f;'-'11-,..3-"..,_
227V --...,
.- 4,074',
TOTAL 64
390
376
214
238
538
104
676
64
544
60
214
3482
3,773
1,071
209
241
5,294
- 8,776
LOCHNER
Page 2 of 2
.•. HLA
Classification
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
Huibregtse, Louman Associates
8/31/2011
Hourly BiMIinr Total Labor Total
Rate Hours Salary Costs
Principal Engineer $162.92 178 $28,999.76
Principal Engineer $162.92 374 $60,932.08
Licensed Professional Engineer $96.94 572 $55,449.68
Licensed Professional Engineer $78.75 650 $51,187.50
Project Engineer $96.67 48 $4,640.16
Project Engineer $62.45 584 $36,470.80
CAD Technician $52.95 880 $46,596.00
Principal Land'Surveyor $135.77 70 $9,503.90
Licensed Professional Surveyor $76.03 110 $8,363.30
Surveyor $75.49 130 $9,813.70
Surveyor $75.49 130 $9,813.70
Admin $54.85 47 $2,577.95
Salary Escalation
Total Labor Cost 3,773 $324,348.53
2012 50.00% 4% $6,486.97
Total HLA Labor Rounded $330,836
Total HLA Labor Cost: $330,835.50
Direct Reimbursables:
Travel $ 1,748
Title Reports $ 8,000
Reimbursables Subtotal:
Total
LOCHNER
$9,748.00
$330,836 $340,584.00
• HLA
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
Huibregtse, Louman Associates - PERSON HOUR ESTIMATE
Work
Element
Number
Work Element
LABOR CLASSIFICATION
NLA
TOTAL
HOURS
Principal
Engineer
Principal
Engineer
Licensed
Engineer
Licensed
Engineer
Project
Engineer
Project
Engineer
CAD
Technician
Pnncipal
Surveyor
Licensed
Surveyor
Surveyor
Surveyor
Admm
1.0
11
Project Management Services
Project Coordination4
4
-
8
1.2
Councd Meetings (3)
20
10
8
38
1.3
Web Site
4
8
8
20
1.4
Project Flyers
4
8
8
20
1.5
Regular Communications with City
a
Coordination with City
4
4
8
b
Kick-off Meeting
8
8
16 "
c-
Status Report and Meetings -
10
10
5
25
- -. Work Element 1 "Total
-, 54 -
.- 52 •
_ . 16 '
0
0
: 0
8 -
0
" 0
0
0
5 ,
135-
2.0
2.1
Conceptual Design
Conceptual Layouts with City
20
20
20
20
BO
2.2
Collect As -Built Plans
8
8
16
2 3
Collect Transpoartation Plans
8
8
16
2.4
Collect Other Site Information
8
8
8
24
2.5
Conduct Site review with City
8
8
8
24
2 6
Develop Aerial Base Map from exisbng data
4
8
8
20
60
100
2 7
Prepare Roadway Conceptual Design
10
10
20
40
4
40
40
164
2.8
Prepare Conceptual Design of City Utilities
10
20
40
60
4
60
40
234
2 9 "
Coordinate and Prepare Layouts for Private Unlihes
4
20 •
20
40
40
20
144
2.10
Develop Conceptual Landfill Crossing Requirements
4
4
4
4
4
10
30
:.: Work Element 2 Total
- 60' "
- 90— -
.'' 144'
" ' 208 "
' -144 ' '
. 178'.
0
.0
0
" 0
0
832
3.0
' 3.1
Preliminary Design
Provide Control & Topographic Survey and Base Maps
4
8
16
16
120
40
40
120
120
484
3 2
Coordinate with Private Ublibes and Develop Prebminar/ Layouts
4
8
16
16
10
54
3.3
Develop Preliminary Sanitary and Industrial Sewer Design
4
8
16
16
10
54
3.4
Develop Preliminary Potable Water Design
4
8
16
16
10
54
3.5
Review Fruitvale Canal Outlet
2
8
B
10
10
38
3.6
Consuct Drainage Analysis and Report
2
8
20
40
20
90
3.7
Develop Preliminary Roadway, Drainage and Utility Plans
8
" 20
20
20
20
88
3.8
Prepare Preliminary Roadway, Drainage and Ubliry Plans
8
20
20
20
20
-
88
3.9
Develop Opinion of Probable Construction Costs
2
8
8
8
8
34
3.1
Verify Design in Field
4
8
8
8
28
3.11
Quality Control
2
8
4
16
30
3.12
Preliminary Submittal and Meeting with City
4
8
8
-
20
-
.. , . .. ;. Work Element 3 Total
. 28
:.'92. +
160 "
--170 =
..16, •.
. 116''"
160.
: 40
" 40
120
120
0
1062
4.0
4 1
Environmental Review
Assist City with SEPA Documenlabon .
4
4
4
-
12
4.2
Collect & Document Environmental Findings
4
4
8
8
4
28
4 3
Assist City with Permits
4
4
12
8
4
32
4.4
Develop an Environmental Clearance & Permi0ing Pien
4
4
12
8
_
28
LOCHNER
8/31/2011
44 HLA
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
Huibregtse, Louman Associates - PERSON HOUR ESTIMATE
Work
Element
Number
Work Element
-
LABOR CLASSIFICATION CE
HLA
TOTAL
HOURS
56
Principal
Engineer
4
Pnncipal
Engineer
4
Licensed
Engineer
4
Licensed
Engineer
12
Project
Engineer
Project
Engineer
24
CAD
Technician
8
Principal
Surveyor
Licensed
Surveyor
Surveyor
- -
Surveyor
Admin
4.5
Develop Project Traffic
4.6
Complete SEPA Documeniatlon Studies
2
4
4
8
8
834
- .. .- - Work Element 4'Total
--:6
-- 24
` 24 .
- --56
- - 0 ,
-
- 56
24 . .
0
0
0
0 '
0
190
5.0
5.1
Right -of -Way Plans & Legal Descriptions
Prepare RAN Plans
4
8
8
40
10
20
10
10
110
5.2
Obtain Title Reports
10
10
5.3
Prepare Final R/W Documents
2
4
8
8
40
20
.40
122
' Work Element 5:Total -
—.-, 2
. 8 .
- 16
• ."16 ' -
0
- 0
.80....
. 30
- 70 ..
10-
10
0
- 242 -
6.0
6 1
Landfill Crossing Remediation Design & Geotechnical Investigations
Develop Landfill Crossing Concept Requirements
4
4
8
8
24
6 2
Landfill Design Support
0
6.3
Geotechnical Invesuvations & Engineering
0
6.4
Hazardous Materials Technical Report •
0
- - '....Work Element 6 Total
. • 0
. 4 ..
'14
: 8 , .
0
-
. 8 .
_ 0 .
0 -
0
0
0 .
0
24
7.0
7.1
Final Design Engineering & PS&E
Prepare Engineering Drawings
4
40
80
120
160
400
804
7.2
Prepare Cross Sections
4
4
10
10
20
20
68
7.3
Prepare Contract Documents -
4
10
60
20
10
24
128
7.4
Incorporate City's Contract Requirements in Contract Documents
4
10
10
10
10
8
52
7.5
Prepre Final Estimate of Probable Construction Costs
4
10
10
10
20
54
7 6
Quality Control of Contract Documents
4
20
10
4
24
10
72
7 7
Prepare Reproducible Copy of Contract Documents
4
4
10
10
28
7.8
Provide City with Calculations and Survey Notes
4
4
10
18
7.9
Provide Construction Bid Process Services
4
10
20
10
10
10
64
-. Work Element 7 Total
- -28- _
104'.
. 208 .
- " 192_
--- 24-
: '
= 260 .-
:430, -
' 0
0 -
- 0:,
- 0 '
- 42 -
- 1288
.
GRAND TOTAL178
374
.572 .
- 650
- 48
584
880
70
110
130
130
47
- 3773
LOCHNER
8/31/2011
.,HLA
Classification
EXHIBIT B (3)
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
HBB Landscape Architecture
8/31/2011
Hourly Billing Total Labor Total
Rate Hours Salary Costs
Principal $182.22 87 $15,853.14
Project Manger $123.44 256 $31,600.64
Designer $79.35 224 $17,774.40
Computer / Tech $63.19 468 $29,572.92
Administration $55.84 36 $2,010.24
Total Labor Cost 1,071 $96,811.34
Salary Escalation
2012 12.50% 4% $484.06
Total HBB Labor Rounded $97,295.00
Total HBB Labor Cost:
$97,295.00
Direct Reimbursables:
Travel $ 3,802
Per Diem $ 4,200
Reproduction (External Only) $ 300
Communications $
Graphics/Miscellaneous $ 3,450
Reimbursables Subtotal: Rounded $11,752 $11,752.00
Total Project - HBB Landscape Architecture, Inc.
$109,047 $109,047.00
•
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
HBB - PERSON HOUR ESTIMATE
Work
Element
Number
Work Element
LABOR CLASSIFICATION
HBB
TOTAL
HOURS
Principal
Project
Manager
Designer
Computer
Techh
Admin
1.0
1.1
Project Management Services
Project Coordination
16
16 '
1.2
Council Meetings (3)
8
8
16
1.3
Web Site
8
4
12
1.4
Project Flyers
3
3
6
1.5
Regular Communications with City
a
Coordination with City
0
b
Kick-off Meeting
8
8
16
c
Status Report and Meetings
2
26
6
34 '
'',::_f':•-e:.k:,
qff,7_59ifg•-%;i:''';;''.:"-'1'-'''Ilq-irWerk,trefiien.01,4iitiel?;
7,i'Y.1.9T-A*
W'.0674fi
T44.•0$;:-&
'''"1: .TP
'.'',71-1?--if,,t?';'
' '',,Ti00:.;
2.0
2.1
Conceptual Design
Conceptual Layouts with City
3
3
2.2
Collect As -Built Plans
0
2.3
Collect Transpoartation Plans
0
2.4
Collect Other Site Information
0
2.5
Conduct Site review with City
0
2.6
Develop Aerial Base Map from existing data
0
2.7
Prepare Roadway Conceptual Design
10
16
40
3
69
2.8
Prepare Conceptual Design of City Utilities
0
2.9
Coordinate and Prepare Layouts for Private Utilities
0
2.10
Develop Conceptual Landfill Crossing Requirements
0
'Work',Eiethoti,:i2t,:Totarif,j
VAr.iiilikA:
10
16
Mc40e
Z.'', -3':;-5,i
:17,,-:'-'12'NI:
3.0
3.1
Preliminary Design
Provide Control & Topographic Survey and Base Maps
0
3.2
Coordinate with Private Utilities and Develop Preliminary Layouts
0
8/31/2011
•
•
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
HBB - PERSON HOUR ESTIMATE
Work
Element
Number
Work Element
LABOR CLASSIFICATION
HBB
. TOTAL
HOURS
Principal
Project
Manager
Designer
Computer
Techh
Admin
3.3
Develop Preliminary Sanitary and Industrial Sewer Design
0
3.4
Develop Preliminary Potable Water Design
0
3.5
Review Fruitvale Canal Outlet
0
3'6
Consuct Drainage Analysis and Report
0
3.7
Develop Preliminary Roadway, Drainage and Utility Plans
3
12
14
28
2
59
3.8
Prepare Preliminary -Roadway, Drainage and Utility Plans
3
9
12
40
1
65
3.9
Develop Opinion of Probable Construction Costs
0
3.1
Verify Design in Field
0
3.11
Quality Control
0
3.12
Preliminary Submittal and Meeting with City
0
Work:Element3 Total,=
6; =
21:
'26
.-.
68=
=.3,
. 124 ` i
7.0
7.1
Final Design Engineering & PS&E
Prepare Engineering Drawings
40
120
120
222.
10
512
7.2
Prepare Cross Sections
0
7.3
Prepare Contract Documents
3
16
14
40
5
78
7.4
Incorporate City's Contract Requirements in Contract Documents
0
7.5
Prepre Final Estimate of Probable Construction Costs
12
30
74
6
122
7.6
Quality Control of Contract Documents
0
7.7
Prepare Reproducible Copy of Contract Documents
0
7.8
Provide City with Calculations and Survey Notes
o
7.9
Provide Construction Bid Process Services
6
12
18
24
3
63
= Work'Element-7-Total :
;>- 2-49'<;' -
:160-
;182
:r;360 -
-,24'-
.775,:'
GRAND TOTAL
t;.87
256
224
;,
-..:-:. : __.:,
468
.::-:. ;:. - • , :_
36
,:,...: _;.
1071
8/31/2011
Classification
EXHIBIT B (4)
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
SLR International Corporstion
Hourly Billing
Rate
Total
Hours
Labor
Salary
8/31/2011
Total
Costs
Principal Geologist, Engineer, Scientist
Senior Geologist, Engineer, Scientist
Project Geologist, Engineer, Scientist
Staff Geologist, Engineer, Scientist
Senior Drafter/CAD
Word Processor/Clerical
Total Labor Cost
Total SLR Labor Cost:
Direct Reimbursables:
Travel
Per Diem
Reproduction (External Only)
Communications
Miscellaneous
Graphics
Others
Reimbursables Subtotal:
$175.00
$125.00
$110.00
$82.00
$77.00
$72.00
$ 1,166.00
$ 245.00
$
$ 600.00
$ 289.00
36 $6,300.00
71 $8,875.00
12 $1,320.00
68 $5,576.00
36 $2,772.00
18 $1,296.00
241 $26,139.00
$26,139.00
Rounded $2,300.00
Total $28,439.00
•
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
SLR International - PERSON HOUR ESTIMATE
Work
Element
Number
Work Dement
LABOR CLASSIFICATION
.SLR
TOTAL
HOURS
Principal
Sr
Engr
Assoc
Sr
Engr
GIS
Spec
Sr
Project -
6.0
6.1
Landfill Crossing Remediation Design &Geotechnical Investigations
Develop Landfill Crossing Concept Requirements
12
27
8
12
2
61
6.2
Landfill Design Support
24
44
12
60
- 24
16
180
6.3
Geotechnical Investivations & Engineering
0
6.4
Hazardous Materials Technical Report
0
WorkkElemerit' 6 Total;;`
36
-7:1
=:12=":
,.68-:..
36; .'
18' :
241-
GRAND TOTAL
.36
71
12
68
36
18
..
241
8/31/2011
Classification
8/31/2011
Cascade Mill District
Fair Avenue Extension
Yakima, Washington
HWA Associates
Hourly Billing Total Labor Total
Rate Hours Salary Costs
Principal
Sr. Engineer
Geologist
CAD
Administration
Total HWA Labor Cost:
$180.00 42 $7,560.00
$175.00 72 $12,600.00
$108.00 68 $7,344.00
$74.00 18 $1,332.00
$69.00 9 $621.00
Total Labor Cost 209 $29,457.00
$29,457.00
Direct Reimbursables:
Travel $ 660.00
Per Diem $ 450.00
Reproduction (External Only) $
Field Supplies $ 100.00
Drilling Subcontractor $ 10,095.00
Laboratory Testing $ 2,235.00
Reimbursables Subtotal: Rounded $13,540.00
Tota I
$42,997.00
Work
Element
Number.:-
;
Work, Element
_
`,..' LABOR CLASSIFICATION r
HWA V.
Principal
Sr_=
Engr _ .
Geologi stu`
- CA D
Admin
;TOTAL
HOURS
6 0
6 1
Landfill Crossing Remediation Design:& Geotechnical Investigations
Develop Landfill'Crossmg Concept Requirements =
Y
;
F Q
62
LandfiII Design Support _
_
_
3
Geotechnical Investivations & Engineering;;
= 40
50_
4
174
Hazardous Materials Tec hnica l R6--0
2
22
6
F 5
35
}
3 Work Element 6 Total
- 422
- •-72
68
48
209
9
_ --
3- -.
GRAND
j - '� t
- r J
TOTAL = _
"'-i�.
`R""1
42
z�.,-#�gr
i`'S Y 'l
72' f
•. .-., *-,'-
t
A ^S
�'k�
aKs 3
18
_-4" 'W�'.'�e`i
,..'x L+'u�", 1..s
9
.v+l $:.rn-'s
aJ, •'�-'-'� ,
209
-`—"t '13'
6 8 r
r.., .
}
rig