Loading...
HomeMy WebLinkAboutR-2024-184 Resolution authorizing an Agreement with HDR Engineering, Inc. for Professional Engineering and Permitting Services during construction for the Nelson Phase 2 Conveyance Improvements Project IC2010 RESOLUTION NO. R-2024-184 A RESOLUTION authorizing a supplemental agreement with HDR Engineering, Inc. not to exceed $673,200, to provide construction engineering and permitting services for the Nelson Dam Removal Project: Water Supply, Fish Passage, and Riverine Process Phase 2 Conveyance Improvements Project IC2010. WHEREAS, the City of Yakima previously selected HDR Engineering, Inc. as the consultant to perform engineering, design and construction services using the procedures established by the State of Washington and the City of Yakima to select a firm; and WHEREAS, the City of Yakima entered into contracts with HDR Engineering, Inc. for the design and construction services for Phase 1 and design of Phase 2 of the Nelson Dam Removal Project: Water Supply, Fish Passage, and Riverine Process Improvements Project IC2010, which was authorized by R-2019-055 and R-2021-092; and WHEREAS, the City of Yakima is in the process of bidding and awarding the construction contract for the Nelson Dam Removal Project: Water Supply, Fish Passage, and Riverine Process Phase 2 Conveyance Improvements Project IC2010; and WHEREAS, the City of Yakima Water/Irrigation Division requires construction engineering and permitting services for the Nelson Dam Removal Project: Water Supply, Fish Passage, and Riverine Process Phase 2 Conveyance Improvements Project IC2010; and WHEREAS, the Scope of Work and Budget included in this agreement meet the needs and requirements of the City of Yakima for this project; and WHEREAS, the City Council for the City of Yakima find that entering into the Agreement with HDR Engineering, Inc. is in the best interest of the City and its residents; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute a Professional Services Agreement between the City of Yakima and HDR Engineering, Inc. attached hereto and incorporated herein by this reference, not to exceed Six Hundred Seventy-Three Thousand Two Hundred Dollars ($673,200) to provide the Professional Services as described in the Agreement. ADOPTED BY THE CITY COUNCIL this 15th day of October, 2024. • 'PKjMq h Patricia By s, ayor ATTEST: ; '*' * SEAL *s I_ .. ._1/. I lI , il -q osalinda Ibarra, City Clerk AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND HDR ENGINEERING, INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this `,Le day of D cT• , 201, y and between the City of Yakima, Washington, a municipal corporation with its principal office at 12North Second Street, Yakima, WA 98901, (hereinafter referred to as "CITY"), and HDR Engineering, Inc. with its principal office at 929 108th Avenue NE Suite 1300. Bellevue, WA 98004-4787, (hereinafter referred to as "ENGINEER"); said corporation being licensed and registered to do business in the State of Washington, and will provide professional engineering and permitting services under this Agreement for the Nelson Ph. 2 Conveyance Improvements Project No. IC2010 on behalf of the City of Yakima, herein referred to as 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, Mike Garello as Principal-in-Charge 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 "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 Exhibit A 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 WORK beyond the scope of the PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services." Page 1 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 and this Agreement shall be modified in writing and accepted by the parties hereto. 2.2.2 Compensation for each such request for Additional Services shall be negotiated by the CITY and the ENGINEER according to the provisions set forth in Exhibit B, attached hereto and incorporated herein by this reference, and if so authorized, shall be considered part of the PROJECT WORK The ENGINEER shall not perform any Additional Services until so authorized by CITY and agreed to by the ENGINEER in writing. 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 TERM 3.1 The term of this AGREEMENT shall be for the period of three (3) years from the date of contract execution. SECTION 4 CITY'S RESPONSIBILITIES 4.1 CITY-FURNISHED DATA: 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 4.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably accessible to ENGINEER as required for ENGINEER'S performance of its services and will provide labor and safety equipment as reasonably required by ENGINEER for such access. 4.3 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 applicable to its profession. 4.4 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. 4.5 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 professional duties 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 from them SECTION 5 AUTHORIZATION, PROGRESS,AND COMPLETION 5.1 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 6 COMPENSATION Page 2 6.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services described in Exhibit A, compensation shall utilize current contractor hourly rates. Estimated rates identified in Exhibit C-Schedule of Specific Hourly Rates, attached hereto and incorporated herein by this reference, on a time spent basis plus reimbursement for direct non-salary expenses 6.1.1 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 plus a reasonable markup, not to exceed ten percent (10%), and on the basis of current rates when furnished by ENGINEER. Estimated Direct Non-Salary Expenses are shown in Exhibit B. 6.1.1.1 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. 6 1 2 Telephone charges, computer charges, in-house reproduction charges,first class postage, and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates 613 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 actual costs billed plus a reasonable markup, not to exceed ten percent(10%)for services provided to the CITY through this Agreement Estimated Subconsultant costs are shown in Exhibit B. 6.2 Unless specifically authorized in writing by the CITY,the total budgetary amount for this PROJECT shall not exceed Six-Hundred Seventy-Three Thousand Two-Hundred Dollars($673,200). The ENGINEER shall make all 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. 6.3 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 and details determined necessary by the City to substantiate the costs incurred. CITY will pay such invoices within thirty(30)days of Page 3 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 requested. 6.4 If payment is not made within thirty(30)days following receipt of approved invoices, interest on the unpaid balance shall accrue beginning with the thirty-first (31st) 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). 6.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within thirty (30) days after satisfactory completion of the services required by this Agreement as evidenced by CITY's written acceptance and after such audit or verification as CITY may deem necessary, together with ENGINEER's execution and delivery 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. 6.6 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 7 RESPONSIBILITY OF ENGINEER 7.1 The ENGINEER shall be responsible for the professional quality,technical adequacy and accuracy, timely completion, and the coordination of all plans, designs, drawings, specifications, reports, and other services furnished by the ENGINEER under this Agreement. The ENGINEER shall, without additional compensation, correct or review any errors, omissions, or other deficiencies caused by ENGINEER's negligence 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 ordinarily used by members of ENGINEER's profession practicing under the same or similar circumstances at the same time and in the same locality, and consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations, and permits. 7.2 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, completeness, 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. 7.3 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 shall 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's employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom 7.4 INDEMNIFICATION AND HOLD HARMLESS: a. ENGINEER shall take all necessary precautions in performing the WORK to prevent injury to persons or property. The ENGINEER agrees to indemnify, defend, and hold harmless the City, Page 4 its elected and appointed officials, officers, employees, and agents, from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from the negligence, recklessness, or willful misconduct of the ENGINEER, or any of ENGINEER's agent(s) or subcontractor(s), in performance of this Agreement, except for claims caused by the City's sole negligence, active negligence, or willful misconduct. b. CITY agrees to indemnify and hold the ENGINEER harmless from loss, cost, or expense of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence willful misconduct of the CITY, its employees, or agents in connection with the PROJECT. c Industrial Insurance Act Waiver. It is specifically and expressly understood that the ENGINEER waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. ENGINEER's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. ENGINEER shall require that its subcontractors, and anyone directly or indirectly employed or hired by ENGINEER, and anyone for whose acts ENGINEER may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. d. 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. e. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. f. The terms of this Section shall survive any expiration or termination of this Agreement. 7 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 or a subcontractor under workers'or workmens'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. 7.6 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 contractors' compliance 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 professional liability. 7.7 ENGINEER shall be solely responsible for and shall pay all taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury insurance, and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, ENGINEER shall pay the same before it becomes due. Page 5 7 8 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 and appropriate standard of professional care, thoroughness and judgment in performing such investigations 7.9 CITY agrees that structures and systems studied, reviewed, analyzed or designed by the ENGINEER are dependent upon CITY's continued reasonable operation and maintenance of the project structures and systems in accordance with all permits, laws and regulations that permit the construction and operation of the structures and systems, including any ENGINEER prepared operations and maintenance plans. Should CITY fail to reasonably maintain the structures to be in full compliance with permits, approvals, and operation and maintenance plans, ENGINEER shall have no liability to CITY, and CITY shall indemnify, release and hold ENGINEER and its employees harmless from any liability resulting from any direct or consequential damage solely resulting from such non-compliance, including but not limited to claims made by third-parties against ENGINEER SECTION 8 PROJECT SCHEDULE AND BUDGET 8.1 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 attached Exhibits. 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 or avoided. 8.2 Not later than the tenth(10th)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 CITY's request for presentation to other governmental agencies and/or to the public. SECTION 9 REUSE OF DOCUMENTS 9.1 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, 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 if they were caused by the ENGINEER's own negligent acts or omissions. 9.2 The ENGINEER agrees that any and all plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes, and other WORK submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement, whether or not complete, shall be owned by and vested in the CITY, provided that ENGINEER may retain an archival copy of such materials for its project files subject to confidential treatment Page 6 9.3 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 10 AUDIT AND ACCESS TO RECORDS 10.1 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. 10.2 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. 10.3 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 ENGINEER's written comments, if any. 10.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for WORK on the Project. 10.5 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 11 INSURANCE 11.1 At all times during performance of the WORK or obligations under this Agreement, ENGINEER shall secure and maintain in effect insurance to protect the CITY and the 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 those 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. If ENGINEER carries higher coverage limits than the limits stated below, such higher limits shall be shown on the Certificate of Insurance and Endorsements and CITY shall be named as an additional insured for such higher limits. ENGINEER shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy shall be included with the certificate. This Certificate of insurance shall be provided to the City prior to commencement of work. Failure to provide the City with proof of insurance and/or to maintain such insurance outlined herein shall be a material breach of this agreement and a basis for termination. Failure by the City to demand such verification of coverage with these insurance requirements or failure of the City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of ENGINEER's obligation to maintain such insurance. ENGINEER's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Agreement, and any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the ENGINEER's insurance and neither the City nor its insurance providers shall contribute to any settlements, defense costs, or other payments made by ENGINEER's insurance. All additional insured endorsements required by this Section shall include an explicit waiver of subrogation. Page 7 11.1.1 Commercial General Liability Insurance. Before this Agreement is fully executed by the parties, ENGINEER shall provide the CITY with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage, and Four Million Dollars ($4,000,000.00) 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 Agreement. The policy shall name the CITY, its elected and appointed officials,officers, agents, employees,and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the CITY thirty(30)calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. 11.1.2. Commercial Automobile Liability Insurance. a If ENGINEER owns any vehicles, before this Agreement is fully executed by the parties, 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 liability limit of the limits required in the policy, subject to minimum limits 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. b. 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 General Liability Insurance". c. Under either situation described above in Section 10.1.2.a. and Section 10.1.2.b., 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 and appointed officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the CITY thirty(30)calendar days prior written notice The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. 11.1.3. Statutory workers' compensation and employer's liability insurance as required by state law. 11.1.4. Professional Liability Coverage. Before this Contract 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 liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars($2,000,000.00) per claim, and Four Million Dollars ($4,000,000.00) 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 Contract The insured shall 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. 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 contract. 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 elected and appointed officials, officers, employees, agents, and representatives there under. The CITY and the CITY's elected and appointed officials,officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, Page 8 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. 11.2 If at any time during the life of the Agreement, or any extension, ENGINEER fails to maintain the required insurance in full force and effect, all work under the Agreement shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Agreement. SECTION 12 SUBCONTRACTS 12 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. However, ENGINEER shall be considered the Prime Contractor hereunder and shall be the sole point of contact with regard to all contractual matters arising hereunder, including the performance of WORK and payment of any and all charges resulting from contractual obligations. 12.2 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. 12.3 CITY does not anticipate ENGINEER subcontracting with any additional persons or firms for the purpose of completing this Agreement. 12.4 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 12.5 If dissatisfied with the background, performance, and/or general methodologies of any subcontractor, the City may request in writing that the subcontractor be removed. The ENGINEER shall comply with this request at once and shall not employ the subcontractor for any further WORK under this Agreement. SECTION 13 ASSIGNMENT 13.1 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. The ENGINEER for itself and its heirs, executors, administrators, successors and assigns, does hereby agree to the full performance of all of the covenants herein contained upon the part of the ENGINEER 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 14 INTEGRATION 14.1 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 15 JURISDICTION AND VENUE 15.1 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 for all disputes arising under this Agreement shall lie in a court of competent jurisdiction in Yakima County, Washington Page 9 SECTION 16 EQUAL EMPLOYMENT and NONDISCRIMINATION 16.1 During the performance of this Agreement, ENGINEER and ENGINEER's subconsultants and subcontractors shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, 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 17 SUSPENSION OF WORK 17.1 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 the 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 18. SECTION 18 TERMINATION OF WORK 18.1 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 with the terminating party and for cure within 15-days after receipt of such notice before termination Notice shall be considered issued upon receipt by certified mail to the place of business of either party as set forth in this Agreement. 18.2 In addition to termination under subsection 18.1 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 the effective termination date. 18.3 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 18 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 Page 10 reasonably incurs relating to commitments which had become firm before the termination, unless CITY determines to assume said commitments. 18.5 Upon receipt of a termination notice under subsections 18.1 or 18.2 above, the ENGINEER shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to CITY all originals of data, 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. 18.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the WORK to completion utilizing other qualified firms or individuals; provided, the ENGINEER shall have no responsibility to prosecute further WORK thereon. 18.7 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 18.4 of this Section. 18 8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services 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 18.3 of this Section. SECTION 19 DISPUTE RESOLUTION 19.1 In the event that any dispute shall arise as to the interpretation or performance 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 neither of the afore mentioned methods are successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, Washington in accordance with SECTION 14. If both parties consent in writing, other available means of dispute resolution may be implemented SECTION 20 NOTICE 20 1 Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth below. Notice shall be considered issued and effective upon receipt thereof by the addressee-party to the place of business set forth below. CITY: City of Yakima 129 N 2nd Street Yakima, WA 98901 Attn: Mike Shane ENGINEER: HDR Engineering, Inc. 4717 97th Street Gig Harbor, WA 98322 Attn: Mike Garello SECTION 21 INSPECTION AND PRODUCTION OF RECORDS 21.1 The records relating to the WORK shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve ENGINEER of responsibility for performance of the WORK in accordance with this Agreement, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. ENGINEER shall provide the City sufficient, safe, and Page 11 proper facilities, and/or send copies of the requested documents to the City ENGINEER's records relating to the WORK will be provided to the City upon the City's request. 21.2 ENGINEER shall promptly furnish the City with such information and records which are related to the WORK of this Agreement as may be requested by the City. Until the expiration of six(6)years after final payment of the compensation payable under this Agreement, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, ENGINEER shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of ENGINEER's books, documents, papers and records which are related to the WORK performed by ENGINEER under this Agreement. Prior to converting any paper records to electronic format and/or destroying any records, ENGINEER shall contact CITY's Records Administrator (509-575-6037) to discuss retention. In no event shall any record relating to the WORK be destroyed without CITY consultation. 21.3 All records relating to ENGINEER's services under this Agreement must be made available to the City, and the records relating to the WORK are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to ENGINEER's services under this Agreement must be retained by ENGINEER for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. 21.4 The terms of this section shall survive any expiration or termination of this Agreement. SECTION 22 COMPLIANCE WITH THE LAW 22.1 ENGINEER agrees to perform all WORK under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise, including policies adopted by the City, as those laws, ordinances, rules, regulations, and policies now exist or may hereafter be amended or enacted. ENGINEER shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work 22.2 ENGINEER shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of its work. a. Procurement of a City Business License. ENGINEER must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license. b. ENGINEER must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW. c ENGINEER must provide proof of a valid Washington Unified Business Identification (UBI) number. ENGINEER must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36.12.065(3). d. ENGINEER must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. e. Foreign (Non-Washington) Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima, at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City. SECTION 23 MISCELLANEOUS PROVISIONS 23.1 Nondiscrimination. During the performance of this Agreement, the ENGINEER agrees as follows: The ENGINEER shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, gender identity, pregnancy, Page 12 veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act(42 USC 12101 et seq.). 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 WORK under this Agreement. In the event of the ENGINEER's noncompliance with the non- discrimination clause of this contract or with any such rules, regulations, or orders, this Agreement may be cancelled, terminated, or suspended in whole or in part and the ENGINEER may be declared ineligible for any future City contracts. 23.2 Pay transparency nondiscrimination. The ENGINEER will not discharge or in any other manner discriminate against employees or applicants because they have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is(a) in response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or(c)consistent with the contractor's legal duty to furnish information 23.3 Severability If any term or condition of this Agreement or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this Agreement are declared severable. 23 4 Agreement documents. This Agreement, as well as previous agreements per resolution R- 2019-055 and R-2021-092, this Scope of Scope of Work, conditions, addenda, and modifications and ENGINEER's proposal (to the extent consistent with Yakima City documents) constitute the Agreement Documents and are complementary. Specific Federal and State laws and the terms of this Agreement, in that order respectively, supersede other inconsistent provisions. These Agreement Documents are on file in the Office of the Purchasing Manager, 129 No.2nd St.,Yakima, WA, 98901, and are hereby incorporated by reference into this Agreement. 23.5 Notice of change in financial condition. If, during this Agreement, the ENGINEER experiences a change in its financial condition that may affect its ability to perform under the Agreement, or experiences a change of ownership or control, the ENGINEER shall immediately notify the City in writing. Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for termination. 23.6 No conflicts of interest. ENGINEER represents that it or its employees do not have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. ENGINEER further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 23.7 Promotional advertising prohibited. Reference to or use of the City, any of its departments, agencies or other subunits, or any official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the City. Release of broadcast emails pertaining to this procurement shall not be made without prior written authorization of the City. 23.8 Time is of the essence. Timely provision of the WORK required under this Agreement shall be of the essence of the Agreement, including the provision of the WORK within the time agreed or on a date specified herein. 23 9 Waiver of breach. A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. Page 13 23.10 Force Majeure. ENGINEER will not be responsible for delays in delivery due to acts of God, fire, strikes, riots, delay in transportation, or those effects of quarantine restrictions, epidemics or pandemics that could not have been reasonably anticipated or mitigated through acts of the ENGINEER; provided ENGINEER notifies the City immediately in writing of such pending or actual delay Normally in the event of such delays, the date of delivery of WORK will be extended for a period of time equal to the time lost due to the reason for delay. 23 11 Authority. The person executing this Agreement on behalf of ENGINEER represents and warrants that they have been fully authorized by ENGINEER to execute this Agreement on its behalf and to legally bind ENGINEER to all terms, performances, and provisions of this Agreement. 23 12 Survival. The foregoing sections of this Agreement, inclusive, shall survive the expiration or termination of this Agreement, in accordance with their terms. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. CIT AKIMA HDR ENGINEERING, INC. Signature Signatu Printed Name:. Victoria Baker Printed Name: Olivia Williams Title: City Manager Title: Vice President 11 Date: A • • Date: (0/ (2 KI P4,4 N1t• 111 Attest 1 i.1( .. ! ,ii_1 A t•'•�*�• iyClerk '* SEAI : *0 l�! *- •• i- �• CITv^nr 1"q'� 11%�hNINGa (3 RESOD,;`r �O✓ ^' List of Exhibits attached to this contract Exhibit A—Scope of Work Exhibit B— Professional Fee Exhibit C—Schedule of Rates Page 14 STATE OF WASHINGTON ss COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that Victoria Baker 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: Ce —t)1( 1)2/ Seal or StampOlLal (� (Signature) �• * �A � �gSIONC �i NT �o NOTARY107 �N.. (J� NO 2 = Title /� I Nam'. ''UREIC 5 R. !r5/202�'• Printed Nam /i"I"I/ Aiin\O My commission expires: Page 15 STATE OF WASHINGTON ) ) ss. COUNTY OF YAKIMA ) 1 A.\ I certify that I know or have satisfactory evidence that 1W.G. W.`� airrtc is the person who appeared before me, and said person acknowledged tha he/she signed this instrument, n oath stated that he/she was authorized to execute the instrument, and acknowledged it as the \I it,Q.yces;&.4+" of Uti ti ,(\MA to be the free and voluntary act of such party for the uses and purposes mentioned in tine instrut Dated: Iol$I'Lfl'-4 Seal or Stamp ouwnmtaio (Sig turf `�4--- Qom•• •• . i S. Title 01` 1 1 /•k °° E Printld'ate �`5���� c,,�4,,•o'••10••••." >. :. My commission expires. Oita/ /aoa s" Page 16 EXHIBIT A Scope of Services Implementation The project is intended to be constructed using a sectional contracting strategy and will be executed by the City of Yakima (City and CITY) as funding is available ENGINEER has prepared as part of our previous contract a single, complete set of construction documents that includes Sectional Contract 2A, 2B, and 2C. Contract 2A is proceeding in late 2024 Contract 2B and Contract 2C are additional services that will proceed as funding becomes available. Although the exact implementation of work may be modified as construction moves forward, the current contracting strategy is based upon a process slightly longer than 2-years as described in Table 1. Table 1.Work packages for Nelson Dam Removal Phase 2: Contract 2A and potential contracts 2B and 2C as funding is available. • General pipeline and October 7, 2024 through Currently funded portions of the December 31, 2025 Consolidated pipeline originating from the diversion structure to the south end of the existing City sedimentation pond • Municipal drain at the existing City sedimentation pond • Portions of Consolidated October 1, 2025 through Funding awarded, pipeline to US 12 December 31, 2026 but available at a eastbound offramp. future date • Remainder of Consolidated October 1, 2025 through Funding pending pipeline December 31, 2026 selection and award • Fruitvale turnout branch, by grant agencies. valving, and structure. • Old Union turnout branch, valving, and structure • Electrical, instrumentation, control updates, and • integration into existing control panel at Phase 1 • utility building This sectional approach allows for utilization of existing funding opportunities with Washington State Department of Ecology (Ecology) for Contract 2A and subsequent implementation of additional project components (Contract 2B and 2C) as additional funding becomes available. At this time, it is anticipated that at least three funding sources will become available within the next two years of project implementation. Given the above approach, the tasks for design and associated level of effort are established with the assumption that there is one set of construction documents that includes the anticipated work for Contracts 2A, 2B, and 2C to be executed by the C. Engineering services provided to the City will follow this sectional strategy approach. The scope of services presented herein includes the anticipated services, deliverables, and assumptions for each sectional contract (2A, 2B, and 2C). It is anticipated that the contracted fee will be authorized by the City to ENGINEER on the following basis and summarized in Table 2: Page 17 • Tasks 2, 5 5, 6, and 7— 100% authorized upon execution of contract • Tasks 1, 5 2, 5.3, and 5.4 - 50% authorized upon execution of Contract 2A scope of work with contractor • Tasks 1, 5.2, 5.3, and 5.4 -25% authorized upon execution of Contract 2B scope of work with contractor • Tasks 1, 5.2, 5.3, and 5.4-25% authorized upon execution of Contract 2C scope of work contractor Table 2. Summary of anticipated contract fee by sectional project phase. Task Description Total Initial Contract Contract Estimated Contract 2A Supplement 2B Supplement 2C Fee Task 1 Project Management and $90,190 $45,095 $22,548 $22,548 Administration Task 2 Design Documentation Report $44,339 $44,339 $0 $0 Task 3 100%Construction $0 $0 $0 $0 Documentation Task 4 Preparation of Final Bid $0 $0 $0 $0 Documents Task 5 Engineering Services During Construction Task 5.1 Bid Support Services $0 $0 $0 $0 Task 5.2 Engineering Services During $610,170 $305,085 $152,543 $152,543 Construction Task 5.3 On-Site Engineering $112,867 $56,434 $28,217 $28,217 Observation Task 5.4 Start-Up and Commissioning $112,791 $28,198 $28,198 $56,396 Task 5.5 Construction Close-Out and $100,912 $50,456 $0 $0 O&M Manual Task 6 Real Estate Support $72,849 $72,849 $0 $0 Task 7 Permitting Support $70,744 $70,744 $0 $0 Total Fee by Contract or Supplement $1,214,862 $673,200 $231,506 $259,704 Schedule Assumptions • The services described in this scope of services are expected to occur from October 2024 through December 2026 (approximately 27 months). o The City initiated construction Contract 2A on October 7, 2024 o The City will initiate Contract 2B and/or 2C on or before October 1, 2025. • Execution of the Nelson Dam Removal Phase 2 construction Contract 2A work occurred on October 2, 2024 NTP for Contract 2A was provided to the construction contractor on October 7, 2024. • Major deliverable milestones are provided as follows: o Invoices and progress reports: Monthly throughout the duration of construction o Draft Design Documentation Report: March 2026 o Final Design Documentation Report. June 2026 o Draft Revised Operations Manual April 2026 o Final Revised Operations Manual August 2026 • Regulatory approvals are dependent on factors outside of the ENGINEER's control and may alter the proposed schedule. • Work scheduled and completed by the construction contractor is outside the ENGINEER's control and may alter the proposed schedule. Page 18 Project Participants • City of Yakima (City and CITY) • Yakima County Flood Zone Control District(County) • Yakima County Public Works (County Inspector) • ENGINEER (consultant team comprised primarily of HDR Engineering, Inc. and HLA Engineering and Land Surveying, Inc (HLA) as local licensed land surveyor). • Washington Department of Fish and Wildlife (WDFW) • National Ocean and Atmospheric Administration (NOAA) • Washington State Department of Transportation (WSDOT) Companion Projects Influencing Project Needs and Benefits The CITY, Yakima County, and the WSDOT are collaborating on a companion project effort called the Naches-Cowiche Flood Risk Reduction and Floodplain Restoration Project(Companion Project) The Companion Project includes the coordinated design of a series of interrelated flood hazard reduction and floodplain and habitat restoration actions downstream of the Project. The Companion Project includes planning, design, and permitting related to: • Two longer-span bridges (West Powerhouse Road and Highway 12); • A reconfigured alignment for over 2000 feet of Cowiche Creek above and below Hwy 12 that will increase flood conveyance, improve floodplain connectivity, and restore habitats for native threatened and endangered species; • 900 feet of levee setback on the right bank of Cowiche Creek between Highway 12 and Powerhouse Road that will provide protection to the City to at least the 1% annual chance flood event; • Improved aquatic and riparian habitats and floodplain connectivity on over 6,000 feet of the Naches River. The Nelson Dam Phase 2 design has been completed in coordination with the County's design documentation for the relevant portions of this project. It is anticipated that this will result in additional cost-effectiveness for both projects, particularly as it pertains to design, permitting, and construction sequencing. Task 1.0 - Project Management and Administration Objective • Initiate internal project management communications and controls to monitor scope, schedule, budget, and quality. • Carry out regular administrative activities, provide guidance, and coordinate multi-disciplinary integration of the project team. ENGINEER Services 1. Maintain the existing OneDrive shared file directory for use by the project team. 2. Prepare a Project Management Plan outlining the project scope, team organization, schedule, and communications information for use by the project team. 3. Regularly coordinate and guide day-to-day project activities. 4. Prepare Project specific Health and Safety plan, as well as Job Hazard Assessments (JHAs)for site visits. 5. Subcontract with and manage project subconsultants (HLA). 6. Perform regular schedule updates and financial status summaries to track and guide budget expenditures. Page 19 7. Prepare monthly ENGINEER invoices formatted in accordance with contract terms 8. Prepare monthly status reports describing the following: a. Services accomplished during the invoicing period b. Needs for additional information c. Current known items that may influence scope, schedule, or budget CITY Responsibilities • Coordinate with the County to help maintain open communication and active communication among the project management team. Assumptions • The project duration is anticipated to be 27 months. • Given that the duration of the contract is to be completed throughout the duration of construction, project management meetings are assumed to occur at the same time as the internal weekly construction meetings outlined in Task 5 2 • ENGINEER invoices and progress reports will be prepared monthly and formatted in ENGINEER standard invoice format. Deliverables • Project management plan. • Electronic copies of monthly progress reports and invoices. • Overall project schedule and schedule revisions. Task 2.0 - Design Documentation Report Objective • Update the existing Design Documentation Report (DDR)with final design approach, methods, descriptions, and calculations for final configuration of constructed Phase II project elements. • Phase II project elements will be updated in the existing 90% Phase 1 DDR. ENGINEER Services 1 Prepare and submit a 95% and Final DDR for review by the CITY. CITY Responsibilities • Coordinate timely documentation review and provide no more than two sets of comments to ENGINEER within 14 days of submission for incorporation at the 95% and Final DDR. Assumptions • ENGINEER will incorporate the Nelson Dam Removal Phase 2 project elements into the existing 90% DDR prepared as part of the previous Nelson Dam Removal Phase I project design activities completed by ENGINEER and CITY in 2022. • ENGINEER will track, respond to, and incorporate comments received, as appropriate, on the 95% and Final Design Documentation Report. • For budgetary purposes, it is assumed that the DDR will include a body of approximately 150 to 200 pages, and it is anticipated that up to eight(8)Appendices will be included as part of the report. • The Final DDR will be sealed and signed by the responsible engineers licensed in the State of Washington. • The Final DDR will be provided at the end of Phase II, defined to be the latter of construction contract 2A, 2B, or 2C as authorized by the CITY. Page 20 Deliverables • Electronic .pdf and MS Word copy of the 95% and Final DDR Task 3.0— 100% Construction Documentation This task is 100% complete and has been removed from the scope of services Task 4.0 - Preparation of Final Bid Documents This task is 100% complete and has been removed from the scope of services. Task 5.0 — Engineering Services During Construction Tasks 5.1 through 5.5 provide the anticipated engineering services to be provided throughout the Phase II construction period which is scheduled to be completed by December 2026. Task 5.1 - Bid Support Services This task is 100% complete and has been removed from the scope of services. Task 5.2 - Engineering Services During Construction Objective • ENGINEER will provide a Project Manager, Construction Contract Lead, and additional technical and support staff to administer the construction contract on behalf of the CITY. ENGINEER will administer the contract in accordance with the terms and conditions of the EJCDC Construction Contract and EJCDC General Conditions. Regular communication with the CITY and County construction management team will occur through multiple means to communicate construction progress, address construction related issues, and administer the terms of the construction contract as described herein. ENGINEER Services 1. Schedule of Values Review: Review Contractor's Schedule of Values (cost breakdown) prior to construction by performing comparison to Engineer's Opinion of Probable Construction Cost and to establish a reasonably balanced distribution of costs to the various elements of the total construction to serve as a basis for progress payments and determination of cost impact of changes. 2. Submittal Review: Review shop drawings, diagrams, illustrations, catalog data, schedules and samples, the results of tests and inspections, and other data which the Contractor is required to submit as part of the contract. These shall be reviewed for conformance to the design intent of the Project and for compliance with the information given in the Contract Documents. 3. Request for Information/Interpretation (RFI): Provide responses to questions by the Contractor on the drawings, specifications, or other Contract document. 4 Change Orders. Provide coordination and review to identify the need for minor changes in the Work consistent with the design intent which do not require a change in Contract Time or Contract Price, changes to Work consistent with the design intent which require changes in Contract Price and/or Contract Time; or provide a directive to Contractor when fair and reasonable pricing for a change item cannot be negotiated or when a change item is critical to project schedule. Review and negotiate Contract Price and/or Contract Time with Contractor. Coordinate the combining of change documentation into Change Orders for execution by Contractor and CITY. Page 21 5. Contractor's Application for Payment Review and Processing: Review draft application for payment in comparison to progress of the work Make notations of deficient work not recommended for payment until corrected; deletion of payment for stored materials and/or equipment which do not have approved shop drawings and/or proper invoices; reduction of value for partially completed items claimed as complete Execute completed applications for payment indicating amount recommended for payment and transmit to the CITY of Yakima for processing of payment. 6. Contractor's Baseline Schedule and Updates Review. Review Contractor's Baseline Schedule in accordance with Contract Documents. Review Contractor's monthly schedule updates in accordance with Contract Documents. Provide comments to Contractor through the Shop Drawing process. 7. Contract Administration Meetings a. Pre-Construction Conference. Prepare for and facilitate an in-person Pre-Construction Conference with the CITY, Yakima County, Irrigation Companies, all available agencies and the Contractor. The purpose of this Conference is to establish a working understanding among parties as to the Work, discuss the construction schedule and activities, discuss site logistical constraints and approaches to good communication, discuss requirements of the permits and environmental protection during the construction contractor's work, discuss the schedule of submittals, discuss the schedule of values, discuss procedures for handling shop drawings and other submittals, discuss procedures for processing applications for payment, discuss requirements for maintaining records, discuss impacts to existing utilities, and discuss other requirements of the Contract Documents. b. Dewatering and Temporary Stream Diversion Conference: Prepare for and facilitate virtual conference prior to initiating in-channel construction. The purpose of the conference will be to reiterate the requirements of in-water work as prescribed in permit documents, and to provide additional information to the Contractor regarding anticipated hydraulic conditions and compliance with environmental permits. c. Weekly Construction Progress Meetings. Attend weekly on-site construction meetings between October 2024 through April 2026 with representatives from the Contractor, CITY, and County construction team to assist in facilitating construction progress. Contractor will present their rolling 3-week look-ahead schedule, discussion of topics related to active construction activities, a review of open and pending RFIs, submittals, field orders, and change orders, and other related topics related to the immediate progress of the construction. d. Internal Weekly Construction Progress Meetings: Coordinate and facilitate weekly virtual construction meetings between October 2024 through April 2026 with representatives from the CITY and County construction team to assist in facilitating construction progress. Discussion topics will include review of construction progress, open and pending RFIs, submittals, field orders, and change orders, and other related topics related to the immediate progress of the construction. e. Technical Coordination Meetings Coordinate, facilitate, and/or attend impromptu meetings required to address ongoing construction related topics with the CITY, County, and/or Contractor. 8 Document Management System: Maintain an electronic Document Management System (DMS) for receiving, logging, and tracking project electronic files using the Newforma database platform. Electronic files to be included but not limited to daily field reports, digital photographs, contractor payment certifications, submittals, RFIs, schedules, Field Orders, Change Proposal Requests, Page 22 Work Change Directives, Change Orders, and correspondence between Consultant, Contractor, utility companies/agencies, other parties, County, and CITY. CITY Responsibilities • CITY Project Manager and/or CITY representatives, as designated, will attend site visits, conferences, meetings, field observations, etc. as needed or as desired to monitor completion of CITY project objectives • Attend initial construction conferences, design and construction progress and other job- related meetings, and Substantial Completion and final payment inspections. • Provide, as required for the Project. o Accounting, bond and financial advisory, and insurance counseling services. o Legal services regarding issues pertaining to the Project as the CITY requires, the Contractor raises, or ENGINEER reasonably requests o Auditing services as the required by the CITY. Assumptions The level of effort is based upon a time and materials budget, as authorized/requested by the CITY and with the following assumptions: • The construction duration is assumed to be from approximately October 2024 through April 2026. • Correspondence relating to the review and response of Submittals, RFIs, Change Orders, Schedules, Application for Payment, will be performed electronically through the DMS. o ENGINEER Team, CITY, County, and Contractor will be provided access to ENGINEER's Newforma Document Management System. o ENGINEER Team will not maintain a hard copy of documentation in addition to the Document Management System. o For budgetary purposes, it is assumed that it will take an average of four(4) hours per week of administrative time to maintain the DMS. • ENGINEER Team Staff o Construction engineering services requires the participation of multiple engineering disciplines and design engineers. Specific ENGINEER team members providing services related to this task will vary as appropriate up to the budget allocated for this task. Estimated level of effort and associated budget is described in the document reviews provided below. • Submittal Review o Contractor will prepare a listing of submittals and dates of expected submittal, coordinated with supply contract schedules to allow adequate time for review, resubmittal, and review to meet the construction schedule o It is assumed that up to 80 submittals will require administration, review, and response development at an average budget of 3-hours per submittal spread between multiple ENGINEER disciplines. o ENGINEER will coordinate participation and external reviews with representatives from the CITY and County when required. • Request for Information o It is assumed that up to 35 RFIs will require administration, review, and response development at an average budget of 3-hours per RFI spread between multiple ENGINEER disciplines. o ENGINEER will coordinate participation and external reviews with representatives from the CITY and County when required. Page 23 o Actual review and response time may vary depending upon clarity and complexity of the RFI. • Change Proposal Requests o Negotiations between ENGINEER and Contractor are not binding until accepted by the CITY o The fee for this sub-task is based upon preparing, processing, and negotiating pricing of seven (7) Change Proposal Requests. o Actual preparation, processing, and negotiating time may vary depending upon the complexity of the Change Proposal Request. It is estimated that, on average, it will take 6 hours of ENGINEER team member time to prepare, process, and negotiate pricing for each Change Proposal Request. • Work Change Directives o The fee for this task is based upon preparing and processing five (5) Work Change Directives o Actual preparation, processing, and review time may vary depending upon the complexity of the Work Change Directive. On average, it is estimated that it will take 6 hours of ENGINEER team member time to prepare, process, and review each Work Change Directive. • Change Orders o CITY has the sole responsibility to authorize any changes to the construction contract. o The fee for this task is based upon preparing and processing five (5) Change Orders. Actual preparation and processing response time may vary depending upon the complexity of the Change Order. It is estimated that, on average, it will take 6 hours of ENGINEER team member time to prepare and process each Change Order. o CITY will provide ENGINEER with copies of the fully executed Change Order after signed by CITY and Contractor. • Field Orders o Field Orders may be generated from responses to RFIs, design changes, Contractor initiated changes, CITY initiated changes, or unanticipated conditions. o The fee for this task is based upon preparing and processing seven (7) Field Orders. o Actual preparation and processing time may vary depending upon the complexity of the Field Order It is estimated that, on average, it will take 3 hours of ENGINEER team member time to prepare and process each Field Order. • ENGINEER has not included budget to review hazardous material issues. Additional budget may be required should they arise during construction. • Contractor's Application for Payment Review o The draft and final payment application requests will be submitted by Contractor each month on days agreed upon to meet the CITY's payment processing schedule. o ENGINEER's recommendations for payment can be modified until final payment is approved and authorized by the CITY o Up to 27 payment applications will be reviewed by ENGINEER. o For purposes of estimating, it is assumed that each payment application will take 3 hours to review and process. o CITY will collect certified payroll information from Contractor and conduct payroll interviews if required. • Construction Administration Meetings o Pre-Construction Conference - ENGINEER will coordinate, facilitate, prepare agenda and meeting notes. Page 24 — Budget assumes up to three (3) ENGINEER team members attending one (1) in-person, three (3)-hour meeting in Yakima, WA. — Budget includes travel expenses. o Dewatenng and Temporary Stream Diversion Meetings — ENGINEER will coordinate and facilitate up to two (2) virtual and one (1) on- site meeting. — Each meeting will be 1.5 hours in length. The on-site meeting will be at the project location in Yakima, WA and will include travel time and expenses. — Budget assumes up to four(4) ENGINEER team members spread between different disciplines for each meeting. o Weekly Construction Progress Meetings — Construction Contractor will coordinate and facilitate up to 108, one (1)-hour meetings — ENGINEER budget assumes that at least one (1) staff member will attend in- person for each meeting, and up to three (3)will attend virtually. — Budget includes travel expenses from Ellensburg to Yakima for 108 meetings. o Internal Weekly Construction Progress Meetings — ENGINEER will coordinate, prepare agenda, and record meeting notes for up to 108, one (1)-hour, virtual meetings. — ENGINEER budget assumes that up to four(4) staff will attend each meeting. o Technical Coordination Meetings ENGINEER will attend general technical coordination meetings on an impromptu basis up to an allocated budget. — ENGINEER budget assumes that up to three (3) ENGINEER staff will attend up to 25 additional one (1)-hr meetings — Meetings are assumed to be virtual, and no travel expenses are included. — Additional on-site engineering and observation services is included as part of Task 5.3. • CITY has the sole responsibility to authorize changes to the construction contract. CITY will provide ENGINEER team with copies of fully executed Change Orders after signed by CITY and Contractor. • Additional or extended services will be provided under a future Contract Supplemental Agreement during construction, if necessary, do to circumstances beyond the control of ENGINEER. Deliverables • Newforma Document Management System (DMS) administration • Electronic copies of contractor Submittals and Submittal responses transmitted via the DMS • Electronic copies of contractor Requests for Information and responses transmitted via the DMS • Electronic copies of Change Proposal Requests transmitted via the DMS • Recommendations for Contractor's Application for Payment transmitted via the DMS • Electronic copies of Change Order review comments and negotiated Change Orders transmitted via the DMS • Electronic copies of Agenda and Meeting Notes for the Pre-Construction Conference and Internal Weekly Construction Meetings Page 25 Task 5.3 - On-Site Engineering and Observation Services Objective • Provide discipline specific in-person oversight of certain construction activities and material placement throughout the course of construction and provide visual interpretations to supplement daily inspections/observations being performed by the County Inspection Team. ENGINEER Services 1. Observe specific activities and material placements being performed at the construction site by the Construction Contractor to review conformance with the construction contract. Observations will be performed by applicable engineering discipline leads for the following anticipated activities. a. Establishing staging and clearing limits (assume three (3) days) b. Construction isolation, temporary stream diversion construction, dewatering and fish relocation, temporary trap and haul facility operation (assume ten (10) days) c. General earthwork including excavation, trenching, improvements, sorting, stockpiling, import, placement, and compaction of aggregate, soil, and earth (assume ten (10) days) d. Cowiche Creek restoration activities including streambed substrate, rock foundations for pipe protection, graded embankments, final grading, and native planting installation (assume five (5) days) e. Pipe fusion, fitting installation, pre-cast structures, air management systems, and placement at the project site (assume fifteen (15) days) f. Concrete forming, reinforcement steel, and miscellaneous metal embeds at irrigation turnouts and miscellaneous structures (assume four(4) days) g. Mechanical equipment including water control valves, motor operated actuators, revisions to sediment resuspension system, and flow and water level measurement devices (assume ten (10) days) h. Utility building activities including integration of fiber line and control panel modifications (assume three (3) days) 2. Prepare field reports to document activities observed and coordinate with County Inspection Team to address non-conformance items, conflict resolution, and/or corrections when necessary. CITY Responsibilities • None identified Assumptions • ENGINEER's observation of the work performed under the construction contract shall not relieve Contractor from responsibility for performing work in accordance with applicable contract documents. • ENGINEER shall not control, direct, or have charge of, and shall not be responsible for construction means, methods, techniques, sequences, procedures of construction, health or safety programs or precautions connected with the work and shall not manage, supervise, control or have charge of construction. • ENGINEER shall not be responsible for the acts or omissions of construction Contractor(s) or other parties on the project. • Observations will be performed in accordance with industry-recognized standard practices. • The level of effort is based upon an initial allowance and to be expended on a time and materials budget as described below: o Level of effort assumed to require 60 days on-site (see assumed number of days in list of services). 50% is assumed to be accounted for during attendance at weekly Page 26 construction meetings. Therefore, initial budget is based upon 30 additional days of on-site observation. o Budget assumes that up to two (2) ENGINEER staff may attend on average during the additional on-site observation days. o Travel expenses to the project location are included. o Lodging and overnight expenses are assumed for up to 20 total nights divided up among different staff resources and site visits o This task requires the participation of multiple engineering disciplines and design engineers. Specific ENGINEER team members providing services related to this task will vary as appropriate to conduct the services described. o The need to mobilize HDR staff resources and attend each site visit will be reviewed and approved by the CITY via email. o Additional effort beyond the initial allowance will require a Contract Supplemental Agreement to be initiated later if required. o The CITY reserves the right to request an increase or decrease in the level of effort based upon construction progress and complexity. Deliverables • Field reports, photographs, and recommendations for correction based upon visual observation at the Project site. Task 5.4 - Start-Up and Commissioning Objective • Observe and document testing and functionality of the system for compliance with design objectives, project operations intent, and coordination with the CITY's operations system. • Provide ENGINEER design staff on site to coordinate testing activities and observe operations to gauge compliance with design and operations intent. ENGINEER Services 1. Review equipment supplier training agendas and training material outlines as provided by Contractor. Coordinate vendor training schedule with Contractor and CITY staff. 2. Observe Manufacturer's Field Services and training of CITY personnel required by the Contract Documents to be performed by the Contractor. 3. Provide Startup, Pre-Demonstration, and Demonstration testing coordination between Contractor, ENGINEER's team and CITY staff during testing/acceptance/balancing/tuning of new equipment. 4. Attend and document Pre-Demonstration and Demonstration periods. 5. Administer Vendor-Supplied Operations & Maintenance Manual Reviews a. Receive, log, and maintain vendor-supplied O&M manual documents in the DMS. b Conduct review of vendor-supplied O&M manual transmittal form and manual contents to confirm Contractor's compliance with administrative requirements and distribute to appropriate ENGINEER team member(s)for review. c. Review vendor-supplied manuals for compliance with the specifications. d. Provide written comments or approval to Contractor. e. Obtain from Contractor the required number of hard copies for distribution and project files. Page 27 CITY Responsibilities • CITY will provide Operations staff on site as needed to observe and work with Contractor to coordinate testing and communicate system operations coordination with CITY operations control center systems and methods. Assumptions • The level of effort is based upon an initial allowance to be expended on a time and materials budget as described below- o Level of effort assumed to require seven (7) days on-site o Budget assumes that up to three (3) ENGINEER staff may attend on average during the facility commissioning days o Travel and lodging expenses to the project location are included. o This task requires the participation of multiple engineering disciplines and design engineers. Specific ENGINEER team members providing services related to this task will vary as appropriate to conduct the services described. o Additional effort beyond the initial allowance will require a contract amendment to be initiated later if required o The CITY reserves the right to request an increase or decrease in the level of effort based upon construction progress and complexity. Deliverables • Review comments on Manufacturer Field Service Reports. • Reviewed and completed training agendas and training material outlines. • Field report describing observations during startup and commissioning activities. • Final reviewed and accepted vendor supplied Operations and Maintenance Manuals. Task 5.5 - Construction Close-Out and Operations & Maintenance Manual Objective • Coordinate project approvals and close-out as described in the contract documents. • Prepare record drawings, final records, and project files for the project • Update the existing facility operations and maintenance manual prepared by ENGINEER for the full project by adding Phase II operations and maintenance data ENGINEER Services 1. Perform Substantial Completion Review a. Receive and review Contractor's required substantial completion submittal, and determine if Project is ready for substantial completion inspection, including: — Develop substantial completion submittal checklist — Verify submittal of required documents. — Review Contractor's punch list and ENGINEER's progressive list of incomplete and deficient items and determine if the substantial completion inspection is appropriate in accordance with Contract requirements. — Schedule substantial completion inspection or notify Contractor that the Work has not progressed to point of substantial completion as defined by the Contract Documents. b. Coordinate, conduct and document the substantial completion inspection and issuance of the Certificate of Substantial Completion including. — Notify CITY and design team members of date of substantial completion inspection. Page 28 — Prepare and distribute the punch list format to the parties conducting the inspection. — Conduct the substantial completion inspection. — Compile the punch list and identify the tentative date of substantial completion and prepare and issue tentative Certificate of Substantial Completion to CITY for review and concurrence. — If there are multiple portions of the Work with different substantial completion dates, prepare a summary of the dates of expiration of the various Correction Periods. — Upon concurrence of CITY, issue the definitive Certificate of Substantial Completion and punch list setting the date of Substantial Completion. c. Review progress of corrective action on punch list items and periodically update and re- issue the punch list and issuance of Certificate of Substantial Completion for the entire or designated portions of the Work. 2. Final Completion Inspection a. Receive and review Contractor's required final completion submittal. b. Coordinate and attend the final inspection meeting and physical walk-through of the Project, including. c Schedule the final inspection date and notify Contractor, CITY and any Regulatory Agencies. d. Assemble the final completion submittal documents, required by the Contract Documents, for the final inspection meeting and review them with the various parties. e. Conduct, document and distribute the findings of the final inspection. f. Collect close-out documents required by the Contract Documents and electronically transmit to the CITY and Contractor via the DMS. g. Transmit Contractor's Final Application and Certificate for Payment to CITY for processing by CITY. 3. Coordinate and prepare Draft and Final Record Drawings a. Perform monthly check-ins with the Contractor, CITY's Project Manager, County Inspection Team for the sole purpose of reviewing the Contractor's progress in producing and maintaining redlines associated with the Project Record Drawings. 4. Prepare Draft and Final Project Operations & Maintenance Manual Updates b. The Project O&M Manual will provide the following minimum information. Incorporate Phase II narratives describing the principal operation of new Phase II systems. — Incorporate Phase II components, their relationship to each other and the overall system. — Update the list of routine inspections, operations, and preventative maintenance of the Phase II components. — Update the preventative maintenance schedule for Phase II equipment installed at the facility — Reference new vendor supplied equipment O&M manuals which will be housed under a separate cover — Update pictures and diagrams of the facility. Page 29 5. ENGINEER Team will provide a consolidated set of project records including record drawings (from red lines provided by the Contractor), correspondence files, meeting notes, submittal files, RFI's and responses, change order records and approvals, and design change documentation for the construction project. CITY Responsibilities • Participate in Substantial Completion and Final Completion Inspections, list reviews, and observe that corrections have been made to the CITY's satisfaction • Provide final approval of Substantial Completion and Final Completion recommendations and certification letters prepared by ENGINEER. • Review and provide comments on Draft Record Drawings and O&M Manuals Assumptions • Substantial Completion and Final Completion documentation will be prepared commensurate with the requirements outlined in the Construction Contract. • Record Drawings will be prepared for information only as follows: o Content of Record Drawings and CAD files will be based on information provided by the Contractor as well as Daily Field Reports, Submittals, RFI responses, Change Orders, and other documents relating to plan changes occurring during construction o Topographic and Utility Information such as valves, meters, rims (CB, Manholes etc) and inverts are collected in the field by the Contractor. o The revision box shall identify the drawing as a Record Drawing with the date of submission. o Major changes, such as completely revised drawing sheets, supplemental sheets, or sketches, that shall replace or supplement the original design sheets, are not included as part of the anticipated level of effort. The level of effort assumes modifications using red- lines and submittal information only. o Record Drawing notes will be added to each sheet in the plan set. Record Drawings will not be signed. o CAD formatting standards shall be the same as those used for the design phase. • O&M Manual will be prepared as follows: o Based upon the consolidated content of design documentation, record drawings, Manufacturer EO&M manuals, results of start-up activities, and previous calculations prepared as part of design. o For budgeting purposes, the Project O&M Manual is assumed to have a body of approximately 100 pages with three (3) appendices under separate cover resulting in a total length of approximately 500 pages. Deliverables • Electronic copies of Substantial Completion Checklists and Certifications transmitted via the DMS • Electronic copies of Final Completion Checklists and Certifications transmitted via the DMS • Electronic Record Drawings in PDF and AutoCAD files formats • Electronic copies of Project O&M Manual and Appendices in PDF and MS Word formats • Two hardcopies of the Manufacturer EO&M Manuals bound in Three-Ring Binders. Task 6.0 - Real Estate Support General Assumptions: • ENGINEER will provide ongoing management and administration of the ROW process under the direction of CITY. Page 30 • ENGINEER will coordinate with CITY, as necessary, and in accordance with the Federal Uniform Relocation Assistance and Real Property Acquisitions Policies Act of 1970, as amended (URA), applicable State and local laws, and CITY administrative rules, to provide real estate services support and facilitate the acquisition of identified properties. • CITY will provide ENGINEER with available project information such as, but not limited to, plans, legal descriptions and exhibits, and pre-approved CITY real estate forms, if available. • ENGINEER and CITY agree to maintain clear lines of communication, determine, and document the appropriate decision-making process to achieve project goals and to provide open access to available data that is pertinent to the project. • Deliverables will be produced in accordance with the approved quality control/quality assurance (QA/QC) process established by CITY and the ENGINEER team. • The level of effort assumes acquisition of three (3) parcels which may include up to three (3) Rights of Entry (ROE), up to three (3) appraisal reports with appraisal review reports or, three (3) administrative offer summaries (AOS), where applicable. • Deliverables prepared by ENGINEER will be provided electronically. Task 6.1 — General Right of Way Coordination Objective • Ongoing coordination, progress tracking, direction, and communication with the CITY project team related to ROW activities. ENGINEER Services 1. Coordinate and attend a Right-of-Way (ROW) kick-off meeting with CITY. 2 Attend bi-weekly project team meetings. CITY Responsibilities • Attend ROW kick-off meeting with ENGINEER ROW team. Assumptions • ENGINEER will have up to three (3) ROW staff attending the ROW kick-off meeting, anticipated to be held in-person at the CITY office. Level of effort is estimated at three(3) hours per staff for preparation and participation in addition to travel time and expenses. • One ROW staff will attend up to ten (10) project management meetings., Staff time commitment is estimated at two (2) hours per staff, per meeting for preparation and participation. Deliverables • Electronic copy of ROW kick-off meeting agenda and notes. Task 6.2 — Preliminary Real Estate Services Objective • ENGINEER will provide preliminary real estate services that include: a review of the preliminary right of way plans, ROW cost estimate, ROW schedule, obtaining ROEs, order title reports, review and document title report encumbrances, review legal descriptions and exhibits to confirm the necessary property rights to be acquired. ENGINEER Services 1. Prepare preliminary ROW plans for up to three (3) parcels. 2. Review preliminary ROW plans and provide comments, as needed. 3. Prepare and provide a ROW cost estimate and up to one(1) update. Page 31 4. Prepare and provide an estimated ROW schedule and up to one (1) update. 5. Obtain up to three (3) signed ROEs. 6. Order up to three (3)title reports and provide up to three (3)title encumbrance reports. 7 Review legal descriptions and exhibits and provide comments, as needed. CITY Responsibilities • Prepare landowner contact list. • Review ROW cost estimate and up to one (1) update • Review estimated ROW schedule and up to one (1) update. • Provide ROE template (if available). • Review up to three (3)title reports. • Review up to three (3)title encumbrance reports Assumptions • ENGINEER will order and provide title reports Associated expenses are included in an estimated budget allowance of$600 per title report • ENGINEER will prepare legal descriptions and exhibits using a licensed land surveyor local to the Yakima, WA area. Associated expenses are included in an estimated budget allowance of$850 per ROE drawing and legal description. • Additional unanticipated costs associated with the above assumptions may require a future Contract Supplemental Agreement. Deliverables • ROW cost estimate and up to one (1) update. • ROW schedule and up to one (1) update. • Up to three (3) signed ROE. • Up to three (3)title encumbrance reports. Task 6.3 —Valuation Services Objective • ENGINEER will lead the valuation process that will include review of the appraisal reports, review of appraisal review reports and/or review of administrative offer summary reports (AOS)for the project. ENGINEER Services 1. Coordinate a schedule for delivery of appraisals, appraisal review and/or AOS reports. 2. Assemble the needed appraisal data and appraisal scope (including plan sheets, approved legal descriptions and exhibits)for each assigned parcel for the valuation subcontractor(s) 3 Send out landowner appraisal inspection letters for up to three (3) affected parcels in advance of the appraisal inspection, if needed. 4. Attend up to three (3) appraisal inspections where possible 5. Review up to three (3) appraisal reports or AOS reports and provide appraisal reports to the appraisal reviewer. 6. Review up to three (3) appraisal review reports and provide to CITY. CITY Responsibilities • Review valuation schedule. • Review landowner appraisal inspection letter. Page 32 • Review and authorize just compensation via signature on Determination of Value (DV) or AOS for up to three (3) parcels. Assumptions • CITY will directly contract the valuation services (appraisal, appraisal review and/or AOS reports) and the contractor(s)will meet the requirements set forth in 49 CFR 24 103. • ENGINEER will monitor the appraisal staff/contractor to develop an expeditious schedule for delivery of valuation reports. • CITY will provide available information to ENGINEER that is needed to conduct the assigned appraisals • CITY to provide authorization prior to landowner contact • It is anticipated that there will be a total of three (3) parcel valuations which may include permanent and/or temporary easements as required on the affect parcels. The valuation effort includes up to three (3) appraisal, appraisal review and/or AOS reports. o Appraisal reports will be short form narrative reports. o The estimated delivery time for the appraisal reports is 120 days from NTP. — NTP for the appraiser will be the date of receipt of adequate title information and landowner contact information. o The estimated delivery time for the appraisal review reports is 60 days from NTP. — NTP for the review appraiser will be upon delivery of the appraisal report. • This scope of services assumes three (3)full appraisal reports and appraisal review reports or three (3)AOS reports. If there is an increase or change to the assumed number of appraisal reports, appraisal review and/or AOS reports, this will result in additional levels of effort and will require authorization from CITY. Deliverables • Valuation schedule. • Up to three (3) landowner appraisal inspection letters • Up to three (3) reviews of appraisal, appraisal review and/or AOS reports. Task 6.4— Acquisition Services Objective • ENGINEER will prepare an acquisition schedule, prepare offer packages, present offers, and negotiate permanent and/or temporary easements in accordance with applicable guidelines and regulations under the URA and/or CITY policy. It is anticipated that there will be up to five (5) parcel acquisitions which may include two (2) permanent easements and up to three (3) temporary easements Upon completion of ROW activities, acquisition files will be transmitted to CITY with original documents for recordation by CITY ENGINEER Services 1. Prepare acquisition schedule. 2. Prepare offer package documents for up to five (5) parcel easement acquisitions including up to two (2) permanent easements and up to three (3)temporary easements. 3. Function as an independent contractor for CITY in negotiations and in accordance with the URA 4. Conduct a maximum of four(4)good faith contact attempts with each of the impacted landowners to present written offer, initiate and conclude negotiations. Negotiation efforts exceeding four(4) attempts may require an increased level of effort and will require authorization from CITY. 5 Make reasonable attempts to reach a negotiated agreement within 180 days from presentation of the written offer. Page 33 6. Prepare and provide written justification by memorandum for Administrative Settlement(ASM), if needed. 7. Transmit completed parcel files to CITY for filing and recording. CITY Responsibilities • Review acquisition schedule. • Provide acquisition offer package document templates • Review initial acquisition offer package • Review ASMs and provide authorization via written approval of ASMs, if needed. • Make payment to the landowner or escrow company for approved acquisitions submitted for recording. • Review completed files. • Record necessary documents. Assumptions • A good-faith attempt is defined as a documented in-person visit with the landowner, a documented detailed phone conversation, substantive correspondence, or email exchange. • ENGINEER's acquisition duties shall be deemed complete if the following occurs: o Landowner accepts offer as presented and necessary documents are executed and transmitted. o A negotiated settlement approved by CITY is reached and the necessary acquisition documents are executed and transmitted. o An impasse in negotiations is reached and the acquisition file is transmitted to CITY. — If an impasse is reached during negotiations, the entire parcel file will be turned over to CITY for further action, including determination to eliminate acquisition of property rights. o The offer to purchase is rescinded. • Negotiation efforts exceeding sixty (60) hours per parcel or one hundred eighty (180) days after written offer has been presented may require an increased level of effort and will require authorization from CITY. • CITY will have adequate funding to pay for the acquisition of the necessary property right Deliverables • Acquisition schedule • Up to three (3) completed acquisition parcel files. Task 7.0 - Permitting Support ENGINEER will update existing applications/documentation and prepare new federal, state, and local and environmental permit applications,documentation, and supporting information in coordination with the CITY and Yakima County, as described herein. ENGINEER's team will provide engineering and construction background information, figures, quantity estimates, and construction sequencing information. ENGINEER's environmental team will conduct field reconnaissance and updated surveys, as outlined below, and will prepare documentation to support local, state, and federal permitting applications for submittal to the CITY, who will remain the applicant for the Project. Task 7.1 - Site Visits and Reconnaissance of New Staging Areas This task is 100% complete and has been removed from the scope of services. Task 7.2 - Update Existing Federal Authorizations This task is 100% complete and has been removed from the scope of services. Page 34 Task 7.3 - Update Existing State Authorizations and Prepare Notice of Intent This task is 100% complete and has been removed from the scope of services Task 7.4 - Local Permitting Objective • Prepare documentation to amend existing State Environmental Policy Act(SEPA) determination issued for full project(Phase I and II), if required. • Prepare applications for CITY land use development/planning and building permits, as applicable. ENGINEER Services 1. SEPA a. ENGINEER will support the CITY's coordination with the CITY and County planning departments to determine if updates are required for the existing SEPA Determination of Nonsignificance (DNS) issued for the overall project by Yakima County. b. For SEPA compliance, a memorandum not exceeding 10 pages is included in this scope of services to document Phase II updates including new staging areas and the modified in-water work window for the Cowiche Creek pipeline crossings. 2 Prepare CITY of Yakima Land Use Planning permit application packages including: a. Critical Areas Identification Form 3 Prepare application and required supporting materials for a Shoreline Substantial Development Permit (SSDP) Exemption including a. Shoreline exemption application packet b. Site Plan CITY Responsibilities • Coordinate document review and provide one consolidated set of comments to ENGINEER for incorporation at the Draft level of completion for each deliverable. • CITY will be applicant and will sign all application forms as owner/applicant. • CITY will publish required notifications in newspapers and pay fees. • CITY will pay all application fees. • CITY will participate in all formal pre-application meetings Assumptions • A new SEPA Checklist will not be required to comply with SEPA, and a memorandum (10 pages in length)to document new staging areas and the revised in-water work window for Phase II. • Per May 17, 2024 meeting with the CITY planning division (Eric Crowell), a pre-application meeting and associated application request is not required • Site restoration, including wetland restoration, following completion of the Cowiche Creek pipeline crossing will be conducted in accordance with previous plan specifications and planting palettes and no updates to the restoration plan will be required. • Shoreline Substantial Development Permit o Phase II will qualify for a SSDP exemption from the CITY pursuant to WAC 173-27- 040(2)(b), (2)(e), or(2)(i). o These exemptions cover routine maintenance and replacement of structures (2)(b) or the construction and maintenance of irrigation structures (2)(e)(i). If the CITY determines an Page 35 SSDP exemption is not appropriate for Phase II and requires a SSDP, with conditions or variances, a scope amendment may be required. o This scope of services assumes Phase II will be authorized under a Shoreline exemption and includes preparation of exemption application. o Site plan required for the SSDP exemption application will reference existing 100% plans. The level of effort to prepare a site plan that meets all requirements of SSDP exemption will be limited to 8 hours of lead engineer time. • A critical areas form is required for any land use application for the CITY and the form will be developed under this scope of services A Critical Areas Report is not required and is not included under this scope. Deliverables • Draft and Final SEPA update memorandum. • Draft and Final land use planning forms/applications. • Draft and Final SSDP exemption application and site plan. Task 7.5 - Permitting and Environmental Support During Construction Objective • Provide environmental support services during Phase II construction • Provide verbal and written guidance to CITY and Contractor to support compliance with permit stipulations issued for the Phase II construction project. ENGINEER Services 1. ENGINEER team will coordinate with Contractor and required agencies and conduct fish salvage and relocation prior to dewatering of the Cowiche Creek pipeline crossing in-water work area. 2. ENGINEER's permitting lead will virtually attend weekly construction progress and coordination meetings. 3. ENGINEER's permitting staff will provide permitting-related support as requested by the CITY for the duration of Project, up to a budgetary allowance of 40 hours in addition to attendance at construction meetings. 4. Permitting lead will attend up to five (5) site visits for the purpose of reviewing Contractor progress and making interpretations of permit related compliance activities. 5. Permitting lead will support CITY in development of project completion forms required by regulatory entities (e.g., USACE) at the end of Phase II CITY Responsibilities • Coordinate document review and provide one consolidated set of comments to ENGINEER for incorporation at the Draft level of completion for each deliverable. • Attend meetings with the CITY of Yakima Planning Division and Offices of Code Administration and coordinate request for shoreline exemption for the Cowiche Creek pipeline crossings. Assumptions • Up to three (3) members of ENGINEER's staff will participate in the fish salvage efforts, which will be completed over a maximum of two (2) consecutive days. • Construction is expected to last 27 months. • For initial budgetary purposes, general permitting lead support is limited to a maximum of 40 hours. • Effort associated with attendance at construction progress and coordination meetings is included as part of Task 5.2. Page 36 • Project completion documents will be provided at the end of Phase II, defined to be the latter of construction contract 2A, 2B, or 2C as authorized by the CITY Deliverables • Electronic versions of project completion forms to USACE, NMFS, USFWS, and Ecology upon completion of Phase II. Page 37 EXHIBIT B Professional Fees The project will be billed on a time and material basis and fee will not exceed the Initial Contact 2A value presented in the following table until amended through Supplemental Contract Modification. A detailed breakdown of fee by labor resource is presented in Table B-2. Table 8-1.Summary of anticipated contract fee by sectional project phase. Task Description Total Estimated Fee Initial Contract 2A Contract Contract Supplement 2B Supplement 2C Task 1 Project Management and Administration $90,190 $45,095 $22,548 $22,548 Task 2 Design Documentation Report $44,339 $44,339 $0 $0 Task 3 100%Construction Documentation $0 $0 $0 $0 Task 4 Preparation of Final Bid Documents $0 $0 $0 $0 Task 5 Engineering Services During Construction Task 5.1 Bid Support Services $0 $0 $0 $0 Task 5.2 Engineering Services During Construction $610,170 $305,085 $152,543 $152,543 Task 5.3 On-Site Engineering Observation $112,867 $56,434 $28,217 $28,217 Task 5.4 Start-Up and Commissioning $112,791 $28,198 $28,198 $56,396 Task 5.5 Construction Close-Out and O&M Manual $100,912 $50,456 $0 $0 Task 6 Real Estate Support $72,849 $72,849 $0 $0 Task 7 Permitting Support $70,744 $70,744 $0 $0 Total Fee by Contract or Supplement $1,214,862 $673,200 $231,506 $259,704 Page 38 EXHIBIT"C" Schedule of Rates Monthly invoices are to be paid on a time and material basis based upon the following classifications and rates. Staff resources will be billed based upon the following billing rate schedule effective through Sectional Phases 2A, 2B, 2C Adjustment of assigned staff category rates for each staff may be adjusted as required. Title Billing Rate EIT-Level 1 $134 15 EIT-Level 2 $173.76 EIT-Level 3 $196.80 Engineer-Level 1 $165.64 Engineer-Level 2 $184 00 Engineer-Level 3 $207.00 Engineer-Level 4 $230.00 Engineer-Level 5 $253.01 Engineer-Level 6 $276 01 Senior Engineer-Level 1 $299 02 Senior Engineer-Level 2 $322.02 Senior Engineer-Level 3 $341.19 Senior Engineer-Level 4 $364 20 Senior Engineer-Level 5 $387 20 Senior Engineer-Level 6 $448 92 CAD-Level 1 $114.98 CAD-Level 2 $134.15 CAD-Level 3 $153.32 CAD-Level 4 $172 49 CAD-Level 5 $191.66 CAD-Level 6 $210.83 CAD-Level 7 $264.00 Project Controller/Assistant-Level 1 $118 82 Project Controller/Assistant-Level 2 $141 82 Project Controller/Assistant-Level 3 $164.83 Project Controller/Assistant-Level 4 $187 83 Project Controller/Assistant-Level 5 $231 04 Project Manager-Level 1 $210.83 Project Manager-Level 2 $249 18 Project Manager-Level 3 $287 52 Senior Project Manager-Level 1 $306.69 Senior Project Manager-Level 2 $345.03 Senior Project Manager-Level 3 $404.42 Deputy Project Manager-Level 1 $153 32 Deputy Project Manager-Level 2 $172 49 Deputy Project Manager-Level 3 $191.66 Managing Principal-Level 1 $356.53 Managing Principal-Level 2 $402.54 Managing Principal-Level 3 $473.18 QA/QC-Level 1 $291 35 QA/QC-Level 2 $333 52 QA/QC-Level 3 $413.48 ROW Services Agent-1 $144.00 ROW Services Agent-2 $176.00 ROW Services Agent-3 $200.00 ROW Services Manager- 1 $250.00 GIS Analyst-Level 1 $134.15 Page 39 Title Billing Rate GIS Analyst-Level 2 $180 16 GIS Analyst-Level 3 $235 22 Environmental Scientist/Planner-Level 1 $122 65 Environmental Scientist/Planner-Level 2 $153 32 Environmental Scientist/Planner-Level 3 $184.00 Environmental Scientist/Planner-Level 4 $214 67 Senior Environmental Scientist/Planner-Level 1 $237 67 Senior Environmental Scientist/Planner-Level 2 $260.68 Senior Environmental Scientist/Planner-Level 3 $283.68 Senior Environmental Scientist/Planner-Level 4 $311.09 Architect-Level 1 $141 82 Architect-Level 2 $180 16 Architect-Level 3 $218.50 Architect-Level 4 $256.84 Construction Manager-Level 1 $256 84 Construction Manager-Level 2 $299 02 Construction Manager-Level 3 $341.19 Construction Manager-Level 4 $383 37 Construction Inspector-Level 1 $198.30 Construction Inspector-Level 2 $221 64 Construction Inspector-Level 3 $248 47 ODC Mark-up 5% Subconsultant Mark-up 5% Page 40 411110/11i .cir ( ; ; I,.. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 7.K. For Meeting of: October 15, 2024 ITEM TITLE: Resolution authorizing an Agreement with HDR Engineering, Inc. for Professional Engineering and Permitting Services during construction for the Nelson Phase 2 Conveyance Improvements Project IC2010 SUBMITTED BY: Scott Schafer, Director of Public Works *Mike Shane, Water/Irrigation Manager SUMMARY EXPLANATION: The Water/Irrigation Division is currently in the process of bidding and awarding the construction contract for the Nelson Dam Removal Project: Water Supply, Fish Passage, and Riverine Process Phase 2 Conveyance Improvements Project IC2010. The project is to be constructed during the irrigation off- season from October 2024 through June 2026. The project requires construction engineering and permitting services for duration of the project. The City of Yakima entered into contracts with HDR Engineering, Inc. in 2019 and 2021 for design and construction services for Phase 1 and design of Phase 2 of the Nelson Dam Removal Project: Water Supply, Fish Passage, and Riverine Process and Conveyance Improvements Project IC2010 (R-2019- 055 and R-2021-092). HDR Engineering, Inc. was selected as the consultant using the procedures established by the State of Washington and the City of Yakima to select a firm. HDR Engineering, Inc. has provided a proposed Scope of Work and Budget as part of the agreement, which meet the needs and requirements for this project. It is recommended to enter into the Agreement with HDR Engineering, Inc. in an amount not to exceed $673,200.00 ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Resolution_Nelson Ph2_HDR Contract.docx Nelson Phase 2_Dam Replacement-Agmt 2024.10.08 - HDR Signed HDR_CITY_OF_YAKIMA_COI_21033258_.pdf HDR_City of Yakima_COI_W35540778.pdf 116