Loading...
HomeMy WebLinkAbout06/06/2017 06E Yakima Wastewater Collections System Engineering Services Agreement with HLA Engineering and Land Surveying, Inc.BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDASTATEMENT Item No. 6.E. For Meeting of: June 6, 2017 ITEM TITLE: Resolution authorizing a three year agreement with HLA Engineering and Land Surveying, Inc., in an amount not to exceed $250,000 per calendar year, for engineering services for the Yakima Wastewater Collections System SUBMITTED BY: Mike Price, Wastewater/StormwaterManager -249-6815 Scott Schafer, Director of Public Works SUMMARY EXPLANATION: The Wastewater Division requires professional engineering services to engineer, design, and assist in multiple projects as identified in the attached Professional Services Agreement. Work on identified projects include cured in place pipe, manhole additions, and reconstruction of deficient existing lines. The City reviewed Statements of Qualifications and held interviews with firms from the Municipal Research and Services Center (MRSC) of Washington roster, a statewide small works and consultant roster system. The City selected HLA Engineering and Land Surveying, Inc. based upon the firm's experience, technical knowledge, and expertise in providing the required services. The terms of the Agreement would be in an amount not to exceed two -hundred and fifty -thousand dollars ($250,000) per calendar year (2017, 2018, and 2019) for tasks requested by the City Wastewater Manager for the Yakima Wastewater Collections System (See attached Agreement with Exhibit "A" and "B"). Funds are budgeted from Sewer Construction Fund 476. Exhibit "A" of the Agreement describes the Project Scope of Services in more detail. Exhibit "B" of the Agreement describes the Schedule of Rates in more detail. ITEM BUDGETED: STRATEGIC PRIORITY: Yes Public Safety APPROVED FORcl*� SUBMITTAL: `City Manager STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description Upload Date Type Resolution HLA Collection System Eng S 5/22/2017 Resolution HLA Contract 5/22/2017 Contract RESOLUTION NO. R -2017- A RESOLUTION authorizing the City Manager to execute a three (3) year Professional Services Agreement with HLA Engineering and Land Surveying, Inc. in an amount not to exceed $250,000 per calendar year to provide engineering services for the Yakima Wastewater Collections System. WHEREAS, the City of Yakima maintains the Wastewater Collections System in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City of Yakima Wastewater Division requires engineering services for improvements on multiple deficient collections system pipes and manholes; and WHEREAS, the City of Yakima Wastewater Division representatives have complied with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural services by a city; and WHEREAS, on March 15, 2017, the City held interviews with three Engineering firms listed on the Municipal Research and Services Center (MRSC) of Washington roster as having the experience and expertise necessary to perform these services; and WHEREAS, as a result of these interviews, the City selected HLA Engineering and Land Surveying, Inc. as the most qualified Engineering Firm to perform the required work; and WHEREAS, the City Council has determined that it is in the best interest of the City of Yakima to enter into a professional services agreement with HLA Engineering and Land Surveying, Inc., to perform the required engineering services; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute a Professional Services Agreement between the City of Yakima and HLA Engineering and Land Surveying, Inc., in an amount not to exceed $250,000.00 per calendar year, to provide engineering services for the Yakima Wastewater Collections System; a copy of the Agreement with Exhibit A and B are attached hereto and by this reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 6th day of June, 2017. ATTEST: Sonya Claar Tee, City Clerk Kathy Coffey, Mayor 4 "111111111100 *1W 41W A A N = 1% or Im L TRANSMITTAL iA y Phone:509-966-7000 / FAX: 509-965-3800 2803 River • • Yakima, WA 98902 Date:ProjectIs17083 To: of -Division Viola2220 East Avenue Yakima, WA _- c •8•0 Attention:I� . •: Utility Project Manager Xe: Wastewater Collection System Improvements Agreement for• • We are sending f _. if following items: Dana,; Attached for your review and consideration are three (3) signed original Agreements for Professional Services for the Wastewater Collection System Improvements project. Please execute the Agreements, and return one signed original to our office. We very much appreciate the opportunity to work with you and serve the City of Yakima. If you have any questions or need additional information, please contact me. Copy to: File Signed: . *, G:\Contracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System lmprovemn contract-Trans.docx For City of Yakima Use Only: AGREEMENT Contract No Project No. BETWEEN Resolution No. CITY OF YAKIMA, WASHINGTON SOO No, AND ,64_!EVRft*2;���Q SUIRVEYING. INC. INS, • collectively as the "PROJECT." N*91"Ulllm WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for the desi of numerous revisions, additions and updates to the City wastewater collection system infrastructu located outside •r the wastewater treatment plant facility, hereinafter "the PROJECTas described in t AGREEMENT, together with subsequent Amendments thereto; and I 1.1 The above recitals are incorporated into these operative provisions of the AGREEMENT. The ter of this AGREEMENT shall be for the calendar years 2017, 2018 and 2019, unle otherwise terminated as provided herein. I 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 Michael T. Battle, PE, as Principal -in -Charge throughout the term of this AGREEMENT unless other personnel are approved by the CITY. 2.1 Basid Servid6t: ENGINEER agrees to perform those tasks described in EXHIBIT A — PROJECT SCOPE OF SERVICES -TASK LIST (PROJECT) which is _• hereto and _•- a •. of this AGREEMENT as if fully set forth herein. EXHIBIT A •- • -•E tasks that may be completed during the course of the term of this multi-year AGREEMENT. ENGINEER shall be expected to perform the work required • each task •: group of tasks that shall • specifically assigned by the City for completion during each year of this contract term. Tasks shall be specifically assigned by individual "Task Orders" at such time as the City requires them to •- accomplished, said Task Orders to include, but not be limited to, the specific task description, the GAContracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx • 1 of 18 not to exceed cost and the time for completion thereuf, together with any special instructions associated with a particular task. 2.2 CITY and ENGINEER agree that not all WORK to be performed by GINEER 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 timne, by written onder, direct the ENGINEER to revise portions ofthe PROJECT WORK previously completed in asatisfactory 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 bereferred toao"Additional Sen/ioeo." 2.2.1 |fsuch Additional Gen/|oes cause an increase ordecrease in the ENG|NEER'ocost 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 accordingly. 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 A — PROJECT SCOPE OF SERVICES — TASK L|ST, attached hereto and incorporated herein by this rafenanue, and if so authohzed, ahoU be considered part ofthe PROJECT WORK. The ENGINEER ahmU not pedbnn any Additional Services until so authorized by CITY and agreed to by the ENGINEER in writing (on email will be considered as written authorization). 2.3 The ENGINEER must assert any claim for adjustment inwriting within thirty (3O)days from the date ofthe EM{S|NEER'oreceipt ofthe written notification ofchange. SECTION 3 CITY'S RESPONSIBILITIES 31 CITY -FURNISHED DATA: The CITY will provide tothe ENGINEER all technical data inthe CITY's possession relating tothe ENG|NEER'oservices nn the PROJECT including information on any pne+anioUnQ conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency or qualified professional. 3.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably accessible to ENGINEER as required for ENGINEER's performance of its services and will provide labor and safety equipment as reasonably required by ENGINEER for such access. 3.3 TIMELY REVIEW: The CITY will examine the ENG|NEER's studiea, reporto, mhetohem, drawingn, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, aocounbant, auditor, bond and financial adviooro, and other consultants as CITY deems appropriate; and render in vvhUn0 decisions required of CITY in a timely manner. Such examinations and decioiuno, hovvovar, shall not relieve the ENGINEER of any contractual obligations nor ofits dub/ to render professional services meeting the standards of care for its profession. 3.4 CITY shall appoint CITY's Representative with respect hoWORK to be performed under this AGREEMENT. C|TY'n Representative shall have complete authority totransmit instructions and receive information. ENGINEER shall bmentitled toreasonably rely onsuch instructions made by the C|TY'o Representative unless otherwise directed in writing by the CITY, but ENGINEER ohoU be responsible for bringing to the attention of the CITY's Representative any instructions which the ENGINEER believes are inodoquabe, inconnp|ete, or inaccurate based upon the ENG|NEER'a knowledge. 3.5 Any documents, oen/ioeo, and reports provided by the CITY bothe ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER ofits duties and obligations under this AGREEMENT orbylaw. The ENGINEER shall beentitled toreasonably rely upon the accuracy and the completeness of such documanto, services and reports, but shall be oAoontramu&Task omom\Yammauu1rnammaWastewater Collection Collection System Improvements ovnmmtuoo responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions therefrom. 11101,111 1 In signing this AGREEMENT, CITY and ENGINEER agree that at such time as the CITY provides ENGINEER specific written authorization to proceed with one or more of the tasks described in EXHIBIT A by Task Order ENGINEER shall begin work on said Task Order. The time for completion of each task shall be stated in the Task Order. f. 1 The CITY intends to budget $750,000 annually toward Wastewater Collection System capit improvements. The budget specifying funding for 2017 capital improvements has been approve The total capital improvement budget for this work in years 2018 and 2019 is contingent up annual budget approval by the CITY. Unless specifically authorized in writing by the CITY, the tot budgetary amount for all the tasks assigned to ENGINEER from the PROJECT task list (EXHIB A) under this AGREEMENT shall not exceed Two Hundred Fifty Thousand Dollars ($250,00 ti during any calendar year for the term of the Agreement. COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the servic described in EXHIBIT A, compensation shall be according to EXHIBIT B — SCHEDULE OF RATE attached hereto and incorporated herein by this reference, on a time spent basis for ea specifically described task, plus reimbursement for direct non -salary expenses. 5.1.1 DIRECT NON -SALARY EXPENSES: Direct Non -Salary Expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary transportation costs, including current rates for ENGINEER's vehicles; meals and lodging; laboratory tests and analyses; printing, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities; special CITY - requested and PROJECT -related insurance and performance warranty costs; and other similar costs. Reimbursement for Direct Non -Salary Expenses will be on the basis of actual charges plus a reasonable markup, not to exceed ten percent (10%) and on the basis of current rates when furnished by ENGINEER. 5.1.1.1 Travel costs, including transportation, lodging, subsistence, and incidental expenses incurred by employees of the ENGINEER and each of the subconsultants in connection with PROJECT WORK; provided, as follows: • That a maximum of U.S. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance, and depreciation costs of company or individually owned vehicles for that portion of timc 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 maximum of forty dollars ($40) per day per person. This rate may b(! - 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 wher, absolutely necessary. 5.1.2 Telephone charges, computer charges, in-house reproduction charges, first class postage, and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates. 5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for engineering, architecture, geotechnical services and similar professional services GAContracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx Page 3 of 18 approved by the CITY. Reimbursement for Professional Subcmnou|hantmviU 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. 5.2 The ENGINEER will make best efforts tocomplete each Task Order within the budget established for that task in the Order, and will keep CITY informed of progress toward that end so that the budget orTask Order can beadjusted iffound necessary. The ENGINEER isnot obligated hoincur 000bu beyond the indicated budget, as may be od]uoted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENG|NEER'sexcess costs expended prior to such increase will be allowable to the same extent as if such costo had been incurred after the approved increoee, and provided that the CITY was informed in writing at the time such costs were incurred. 5.3 The ENGINEER shall submit to C|TY'o 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 ofthe invoice and not covered bypreviously submitted invoices. The ENGINEER shall submit with each invoice identification of the work performed by Task Order, a summary of time expended on the bask, the specific work performed and the cost for that work that is subject to the Task Order during the currant billing period, copies of oubconou|tant invoicem, and any other supporting materials determined by CITY necessary to substantiate the costs incurred. CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in on invoice, noting to ENGINEER the questionable item(s) and withholding payment for such item(s). The ENGINEER may resubmit such ibano(n) in a subsequent invoice together with additional supporting information required. 5.4 |fpayment ionot made within sixty (GO)days following receipt ofapproved invoices, interest onthe unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.0% per month or the maximum interest rate permitted by law, whichever is less; proxidmd, however, that no interest shall accrue pursuant to Chapter 39.78 RCVVwhen bmfuno the date of timely payment o notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of RCW 5.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty- five (45) days after satisfactory completion of the individual Task Order services required by this AGREEMENT as evidenced by written acceptance by CITY and after such audit or verification as CITY may deem necessary and execution and delivery by the ENGINEER of a release ofall known payment claims against CITY arising under or by virtue of this AGREE&1ENT, other than such payment claims, if any, as may be specifically exempted by the ENGINEER from the operation of the release in obabad amounts to be set forth therein. 5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY ofany claims, right,orremedy itmay have against the ENGINEER under this AGREEMENT mrbv |aw, nor shall such payment constitute ovvaiver. remiooion, or discharge by CITY ofany failure or fault mfthe ENGINEER to satisfactorily perform the PROJECT WORK as required under this AGREEMENT. 81 The ENGINEER shall be responsiblefortho professionalquality, technical adequacy and accuracy, timely completion, and the coordination of all p|ano, dmsiQn, drmwings, opeuU§caUone, repuda, and other services furnished by the ENGINEER under this AGREEMENT. The ENGINEER oho|[ without additional compenaodion, correct or review any omona, omissions` orother deficiencies in its p|ono, deeiQnm, drawin0o, speoifiomdiona, neporta, and other services. The ENGINEER shall perform its WORK according to generally accepted nk/i| engineering standards of care and consistent with achieving the PROJECT WORK within budget. on time, and in compliance with applicable |awa, nmgu|atione, and permits. oAnontrumouTask omem\Yammu\2n1rnammoWastewater Collection Collection System Improvements comracumcx 6.2 C|TY'mreview orapproval of, orpayment for, any plans, drawings, designs, specifications,reporta. and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER ofresponsibility for the technical adequocy, oonnp|eteneoa, or accuracy of its WORK and the PROJECT WORK. C|TY's nsvimw, appnove|, 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 ofthe performance ofthis AGREEMENT. 6.3 In performing WORK and services hereunder, the ENGINEER and its aubcontnaobors, auboonsultmnte, employeen, agmnts, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof and will not make any o|aim, demand, or application to or for any right or privilege applicable toanofficer oremployee ofCITY. The ENGINEER shall besolely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom. 6.41 ENGINEER agrees todefend, indemnify, and hold harmless the CITY, its elected officials, agents, officers, employees, agents, andvo|untoorm(hemainafter^partien protected") from (1) claims, demands. liens, |avvsuito, administrative and other proceedings (including reasonable costs and attorney's fees), and (2) judgments, awards, |oamea. |iabi|itiee, damaAeo, penm|ties, fineo, costs, and expenses of any kind claimed bythird parties arising out of, orrelated toany death, injury, damaQa ordestruction hoany person orany property tothe extent caused byany negligent aot, oction, default, error or omission or willful misconduct arising out of the ENG|NEER'eperformance under this AGREEMENT. |nthe event that any lien is placed upon the C|TY'sproperty orany ofthe C|TY'aofficers, employees oragents as e result of the negligence or willful misconduct of the ENGINEER, the ENGINEER shall at once cause the same to be dissolved and discharged by giving bond orotherwise. 6.4.2 C[TYagrees,to indemnify, defend, and hold the ENGINEER harmless from loss cost, or expense of any kind claimed by third parties, including without limitation such |oaa, uoat, or expense resulting from injuries to persons or damages to pnoperty, caused solely by the negligence or willful misconduct of the C|TY, its employees, oragents inconnection with the PROJECT. 0.4.3 Kthe negligence orvi|lfu|mnisconduotofbothUleENG|NEERandthoCDY¢vo person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, orexpense shall beshared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right ofindemnity will apply for such proportion. 8.4.4 Nothing contained in this Section or this AGREEMENT shall be construed to create mliability oraright ofindemnification inany third party. 6.5 In any and all claims by an employee of the ENG|NEER, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be |iabhm, the indemnification obligations under this AGREEMENT shall not be limited in any way by any limitation on the amount or types of damages, nompenoaUon, or benefits payable by orfor the ENGINEER or a subcontractor under workers'or workmens' compensation acts, disability benefit acts, or other employee benefit acts. 6.6 It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a oAoontrauts & Task urdem\Yomma\2u1rnummaWastewater Collection Collection System Improvements oommo uocx HE contractor. ENGINEER does not assume responsibility for methods or appliances used by a contractor, for a contractor's safety programs or methods, or for compliance by contractors with laws and regulations. CITY shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name CITY, the CITY's and the ENGINEER's officers, principals, employees, agents, representatives, and engineers as additional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability. 6.7 SUBSURFACE INVESTIGATIONS: In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has exercised the applicable and appropriate standard of professional care and judgment in such investigations. 7.1 The general PROJECT task schedules and the budgets for each task identified in subsequent Task Orders shall be as set forth in this AGREEMENT, the attachments hereto and the individual Task Orders. The PROJECT schedule and performance dates for the individual tasks shall be mutually agreed to by the CITY and the ENGINEER. The performance dates and budgets for tasks may be modified only upon written agreement of the parties hereto. The performance date for tasks shall not be extended, nor the budget increased because of any unwarranted delays attributable to the ENGINEER, but may be extended or increased by the CITY in the event of a delay caused by special services requested by the CITY or because of unavoidable delay caused by any governmental action or other conditions beyond the control of the ENGINEER which could not be reasonably anticipated. 7.2 Not later than the tenth (10) day of each calendar month during the performance of the PROJECT, the ENGINEER shall submit to the CITY's Representative a copy of the current schedule and a written narrative description of the WORK accomplished by the ENGINEER and subconsultants on each task, indicating a good faith estimate of the percentage completion thereof on the last day of the previous month. Additional oral or written reports shall be prepared at the request of the CITY for presentation to other governmental agencies and/or to the public. 8.1 All internal WORK products of the ENGINEER are instruments or service 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 caused by the ENGINEER's own negligent acts or omissions. 8.2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes, and other WORK submitted or which are specified to be delivered under this AGREEMENT or which are developed or produced and paid for under this AGREEMENT, whether or not complete, shall be vested in the CITY. 8.3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter "Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER does not grant CITY any right or license to such Intellectual Property. GAContracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx Page 6 of 18 lim 91 The ENGINEER, including its ouboonmuKant .ahoUmainbainbooks.reoordo.douumentomndoUher evidence directly pertinent to performance of the WORK under this AGREEMENT in accordance with generally accepted accounting principles and practices consistently applied. The CITY, orthe C|TY'oduly authorized representative shall have access tosuch bomka, nenonds, dooumente, 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 tosuch boohw, reoonds, and documents during the performance of the PROJECT WORK, if deemed necessary by the CITY, to verify the ENGINEER's WORK and invoices. 9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency. 9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant tothis section provided that the ENGINEER is afforded the opportunity for on audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, ifany, ofthe ENGINEER. 9.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for WORK onthe PROJECT. 9.5 Any charges of the ENGINEER paid bythe CITY which are found bysmaudit to be inadequately substantiated shall boreimbursed tothe CITY. 101 The records relating tothe WORK shall, at all timea, 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 Aomamnnent notwithstanding the C|TY'o knowledge of defective or non -complying performance, its substantiality orthe ease ofits discovery. ENGINEER shall provide the CITY sufficient, safe, and proper facilities and equipment for such inspection and free access to such facilities. EN(S|NEER'a records relating to the WORK will be provided to the CITY upon the CITY's request. 10.2 ENGINEER shall promptly furnish the CITY with such information and records which are related to the WORK of this Agreement osmay berequested by the CITY. Until the expiration ofsix KByears after final payment of the compensation payable under this Agreement, orfor m longer period if required by law or by the Washington State Secretary of State's record retention oohedu|e. ENGINEER shall retain and provide the CITY access to (and the CITY shall have the right to exarnino, audit, and copy) all ofENG|NEER'a booka, dooumenta, papers and records which are related tothe WORK performed byENGINEER under this Agreement. 10.3 All records relating toENG|NEER'eWORK under this Agreement must ie made available to the C|TY, and also produced to third porUma, if required pursuant tnthe Washington Public Records Aot, Chapter 42.58 F(CVV or by law. All records na|mtin0 to ENG|NEER'm WORK under this Agreement must be retained by ENGINEER for the minimum period of time required pursuant to the Washington State Secretary ofState's record retention schedule. 11.1 Adall times during performanceofthe services, ENGINEER shall secure and maintain in effect insurance to protect the CITY and the ENGINEER from and against all claims, damages. |oaaee. and expenses arising out of or resulting from the performance of this AGREEMENT. ENGINEER shall provide and maintain in force insurance in limits no |eoe than that stated be|ow, as applicable. The CITY reserves the rights to require higher limits should it deem it necessary in the oAContfacmuTask urdemnakima\2o1roakimWastewater Collection Collection System Improvement000ntracmocx 12 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 ENGINEER shall be named as an additional insured for such higher limits. 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 Two Million Dollars ($2,000,000.00) 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 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. Subcontractors: If subcontractors will be used, the same terms and limits of coverage will apply and a certificate will be required per the instructions above. In lieu of a certificate, contractor may provide confirmation in writing from their insurance broker that their insurance policy does not contain a subcontract exclusion or one relating to the work of others. 11.1.2 Commercial Automobile Liability Insurance. 11.1.2.1 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. 11.1.2.2 If ENGINEER does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at the same limits as required in that section of this AGREEMENT, which is Section 11.1.1 entitled "Commercial General Liability Insurance." 11.1.2.3 Under either situation described above in Section 11.1.2.1. and Section 11.1.2.2., the required certificate of insurance shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this AGREEMENT. The policy shall name the CITY, its elected officials, officers, agents, employees, and volunteers 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 AGREEMENT is fully executed by the parties, ENGINEER shall provide the CITY with a certificate of insurance as proof of professional liability coverage with a total liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per claim, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the GAContracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx Page 8 of 18 13 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 insured shall not cancel orchange the insurance without first giving the CITY thirty (30) calendar days prior written notice. The insurance shall be with on insurance company or companies rated A-V|| or higher in Beat's Guido. If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion Vfthis AGREEMENT. Failure ofeither orall mfthe additional insureds toreport a claim under such insurance ahoU not prejudice the rights of the C|TY, its mfficens, mnnployeem, agents, and representatives there under. The CITY and the C|TY'o elected oMioia|s, offiners, principals, employees, representatives, and agents shall have no obligation for payment of premiums because ofbeing named as additional insureds under such insurance. Mone of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the CITY until thirty (30) days after written notice to the CITY of such intended cancellation, expiration orchange. SECTION 12 SUBCONTRACTS 121 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract any portion of the WORK to be performed under this AGREEMENT. 12.2 Any oubconoultantn or subcontractors to the ENGINEER utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by C|TY, which approval shall not be unreasonably withheld. Each subcontract shall besubject toreview bythe C|TY'aRepresentative, 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. TheENG|NEER shall be responsible for the architectural and engineering performanoe, aota, and omissions of all persons and firms performing subcontract WORK. 12.3 CITY hereby authorizes the ENGINEER to subcontract with the following persons or firms for the purpose of completing this AGREEMENT: * None anticipated 12.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed by mubcmnaultanto and subcontractors during the preceding month and copies of all invoices thereto. SECTION 13 ASSIGNMENT 13.1 This AGREEMENT is binding on the heino, successors and eoniQno of the parties hereto. This AGREEMENT may not be assigned by CITY �r ENGINEER without prior written consent of the othe�which consent vviUnot beunreasonably vvithhe|d. |tioexpressly intended and agreed that no third party beneficiaries are created by this AGREEMENT, and that the rights and remedies provided herein shall inure only tothe benefit ofthe parties hmthis AGREEMENT. SECTION 14 INTEGRATION ^ 14.1 This AGREEMENT represents the entire understanding of CITY and ENGINEER as to those matters contained herein. Noprior oral orwritten understanding shall beofany force oreffect with respect tothose matters covered herein. This AGREEMENT may not bemodified uraltered except inwriting signed byboth parties. o,Controcta&Task nmesnammauo1rwammuWastewater Collection Collection System Improvements ovntractuncx 14 151 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 |owo, such part mho|| be inopeuative, nu||, and void insofar as it conflicts with said |awa, but the remainder of this AGREEMENT shall be in full force and effect. Venue of all disputes arising under this AGREEMENT shall be in a court of competent jurisdiction in Yakima County, Washington. 181 During the performance of this AGFlEEN1ENT. ENGINEER and EN<3|WEER'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, eex, namm, creed, ne|igion, color, national ohgin, mahbs| otatuo, diaobi|ity, honorably discharged veteran ormilitary status, pnegnanoy, sexual ohentadion, and any other classification protected under federal, state, or |oom| law. This provision shall include but not be limited to the following: emp|oyment, upgnading, demotion, tranmhar, recruitment, advertising, layoff ortermination, 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. 171 CITY may ouepand, in writing by certified nnaU, all or m portion of the VVOF{K under this AGREEMENT if unforeseen circumstances beyond C|TY'o control one interfering with nnnna| progress ofthe WORK. ENGINEER may suspend, inwriting bycertified mail, all oraportion ofthe WORK under this AGREEMENT if unforeseen circumstances beyond ENG|NEER's control are interfering with normal progress ofthe WORK. ENGINEER may suspend WORK onPROJECT in the event CITY does not pay invoices when due, except vvhena otherwise provided by this AGREEMENT. The time for completion ofthe WORK performed on any particular task eho|| be extended bythe number ofdays WORK iasuspended. |fthe period ofsuspension exceeds ninety (90) days, the terms of this AGREEMENT are subject to renegotiation, and both parties are granted the option toterminate WORK onthe suspended portion mfthe PROJECT task inaccordance with SECTION 18. 181 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 isgiven: (i) not |oos than fifteen (15) calendar days written notice delivered by certified mai|, return receipt requesbad, ofintent to terminate; and (2) an opportunity for consultation and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this AGREEMENT. 18.2 In addition to termination under subsection 18.1 of this 8eotion. CITY may terminate this AGREEMENT for its convenience, in whole orin part, provided the ENGINEER is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mai|, return receipt nequesbad, of intent to terminate; and (2) an opportunity for consultation with CITY before termination. 18.3 |fCITY terminates for default on the pad of the EWG|NEEFl, on 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 incurned, or is likely to inour, because of the EWG|NEER'o breach. In such event. CITY shall oxContramouTask omersnamma\2o1r\YommuWastewater Collection Collection System Improvements oonuact.uocx 15 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 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 of this AGREEMENT, or in the event of a notice of default as to whether such default does constitute a breach of the AGREEMENT, 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 either of the afore mentioned methods are not successful then any dispute relating to this AGREEMENT shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing, other available means of dispute resolution may be implemented. 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, or seventy-two (72) hours after mailing by certified mail to the place of business set forth below, whichever is earlier. GAContracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx Page 11 of 18 M CITY: City of Yakima Wastewater Division Attn: Dana Kallevig, Utility Project Manager 2220 East Viola Avenue Yakima, WA 98901 ENGINEER: HLA Engineering and Land Surveying, Inc. (HLA) Attn: Michael T. Battle, PE, President 2803 River Road Yakima, WA 98902 21.1 The foregoing sections of this AGREEMENT shall survive the expiration or termination of th AGREEMENT in accordance with their terms. i IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed by their respective authorized officers or representatives as of the day and year first above written. CITY OF YAKIMA HLA Engineering and Land Surveying, Inc. Signature Signature Printed Name: Cliff Moore Title-, City Manager Date: Attest City Clerk Title: President 9, - 0 PFA I MENININ" GAContracts & Task Orders\Yakima\2017kYakima Wastewater Collection System\Wastewater Collection System Improvements Contract,doex Page 12 of 18 17 STATE OF WASHINGTON } ) SS. COUNTY OF YAKIMA ) I certify that I know or have satisfactory evidence that Cliff Moore is the person who appeared before me, and said person acknowledged that he signed this instrument, on oath stated OF YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the Dated: {Signature} Title Printed Name MV commission expires, GAContracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx Page 13 of 18 18 STATE OF WASHINGTON ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that Michael T. Battle, PE is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as tho Pregj4qgt of HLA Engineering and Land Surveying, Im to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. a (Signature) 'In V/ 1 Title t-4—am5—k"-e— Printed Name My commission expirm jaww" 2-8, 2. t) Z GAContracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx Page 14 of 18 ID EXHIBIT A — PROJECT SCOPE OF SERVICES -TASK LIST CITY OF • •V SYSTE1,T 111P90VEMENTS Perform Engineering services as requested by the CITY for the Wastewater Collection System Improvements. CITY shall create Task Order(s) for each specific task assigned from the Task List provided below. All Task Orders will be mutually agreed upon for specific scope of work, time of performance and fee for service, prior to any work commencing. Each invoice prepared by ENGINEER shall specify the TASK for which payment is requested, the work performed thereon during the invoice period and any specific information related to the particular Task. The contract term for this AGREEMENT shall be for calendar years 2017, 2018, and 2019. Task Orders in progress and budgeted during this term shall be completed in accordance with the approved schedule for each Task Order. The Task List of Wastewater Collection System Improvements are as follows: Collection System Pipeline Replacements: N 32nd Ave and Folsom Ave vicinity • Vicinity north of 811 Mead Avenue • Gateway Shopping Center north sewer • Alley sewer line, north of E °D" Street and east of N 2nd Street • Alley sewer line, south of E Race Street between S 1St and S 2nd Street • W Pierce Street from Rock Ave to Voelker Ave In addition to the Collection System Pipeline Replacements, City of Yakima Wastewater Division identified the following necessary improvements: 36 new manholes within the existing collection system to improve service access needs. Cured In Place Pipe (CIPP) rehabilitation of approximately 3,500 linear feet of existing sewer main to repair root intrusion, extensive cracking, deteriorating pipe, and various All Task Orders will be based on the improvements identified on these lists. These lists are subject to change by written Amendment to this AGREEMENT as individual projects are completed and/or new areas of concern are identified. Improvements will be prioritized by the CITY and Task Orders developed accordingly. GAContracts & Task Orders\Yakima\2l l Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx Page 15 of 18 NN EXHIBIT "B" SCHEDULE OF RATES FOR HLA Engineering and Land Surv2ying, Inc. Effective January 1, 2017, through December 31, 2017 Senior Principal Engineer $196.00 per hour Licensed Principal Land Surveyor $191.00 per hour Licensed Principal Engineer $175.00 per hour Licensed Professional Engineer $160.00 per hour Other Licensed Professional $160.00 per hour Licensed Professional Land Surveyor $146.00 per hour Project Engineer $131.00 per hour Senior Planner $120.00 per hour Contract Administrator $120.00 per hour CAD Technician $115.00 per hour Resident Engineer/[ Inspector $109.00 per hour Surveyor $109.00 per hour Senior Engineering Technician $109.00 per hour Engineering Technician $77.00 per hour Word Processing Technician $77.00 per hour Surveyor on Two Man Crew $104.00 per hour Surveyor on Three Man Crew $92.00 per hour Vehicle Mileage Federal Rate GAContracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx Page 16 of 18 N EXHIBIT "B" SCHEDULE OF RATES FOR HLA Eiggineering and Land Surveying,, Inc . Effective January 1, 2018, through December 31, 2018 Senior Principal Engineer $202.00 per hour Licensed Principal Land Surveyor $197.00 per hour Licensed Principal Engineer $181.00 per hour Licensed Professional Engineer $165.00 per hour Other Licensed Professional $165.00 per hour Licensed Professional Land Surveyor $150.00 per hour Project Engineer $136.00 per hour Senior Planner $124.00 per hour Contract Administrator $124.00 per hour CAD Technician $119.00 per hour Resident Engineer/inspector $112.00 per hour Surveyor $112.00 per hour Senior Engineering Technician $112.00 per hour Engineering Technician $79.00 per hour Word Processing Technician $79.00 per hour Surveyor on Two Man Crew $107.00 per hour Surveyor on Three Man Crew $95.00 per hour Vehicle Mileage Federal Rate GAContracts & Task Orders\Yakima\2017\Yakima Wastewater Collection System\Wastewater Collection System Improvements Contract.docx Page 17 of 18 oo FWANBA �| FOR HLA Engineering and Land Surveying, Inc.. Effective January 1, 2019, through December 31, 201t Senior Principal Engineer $2O8.00per hour Licensed Principal Land Surveyor $2O1.U0per hour Licensed Principal Engineer $187.0Oper hour Licensed Professional Engineer $17O.00per hour Other Licensed Professional $17O.00per hour Licensed Professional Land Surveyor $155.00per hour Project Engineer $14O.00per hour Senior Planner $128.00per hour Contract Administrator $128.00 per hour CAD Technician $123.ODper hour RemidentEngineer/|nmpector $118.UOper hour Surveyor $118.U^per hour Senior Engineering Technician $116.OUper hour Engineering Technician $81.00per hour Word Processing Technician $81.00per hour Surveyor onTwo Man Crew $118.00per hour Surveyor onThree Man Crew $Q8.00per hour Vehicle Mileage Federal Rate aAContrououTask omemWamma\2o1r\YowmnWastewater Collection Collection System Improvements cvntraxu,docx