Loading...
HomeMy WebLinkAboutR-1997-076 Gray & Osborne, Inc.• • RESOLUTION NO. R-97- 76 A RESOLUTION authorizing the amendment of an agreement for professional engineering services between the City of Yakima, a municipal corporation, and Gray & Osborne, Inc. WHEREAS, the City of Yakima owns and operates wastewater collection and treatment facilities in accord with applicable Federal, State and Local regulations; and WHEREAS, the City has identified the need for specific engineering services to secure vital sewage collection pump station operation; and WHEREAS, the City has identified additional engineering services required to complete this project or were not within the . original progressive scope of services; and WHEREAS, the City has selected an engineering firm from the City of Yakima's roster of qualified engineering professionals in compliance with applicable State requirements for acquisition of professional services; and WHEREAS, Gray and Osborne, Inc. has been selected to provide professional engineering services in response to the need to secure adequate collection system pump station reliability and capacity to serve the City's customers; and WHEREAS, an agreement with Gray and Osborne, Inc. to provide these services to the City of Yakima is in the best interest of the City of Yakima, now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk are hereby authorized to execute the attached and incorporated Contract Amendment #2 for professional wastewater engineering services with Gray and Osborne, Inc. for the City of Yakima. ADOPTED BY THE CITY COUNCIL THIS DAY OF I "IN Y, 1997. ATTEST: City Clerk 5/9/97 cw g&o contract resolution-ps ynn Buchanan, Mayor CITY OF YAILMMA AMENDMENT NO. 2 TO AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND GRAY & OSBORNE, INC. FOR PROFESSIONAL SERVICES This Amendment to the Agreement between the City of Yakima ("CITY") and Gray & Osborne, Inc. ("ENGINEER"), dated July 7, 1994, presents the additional Engineering services requested by the City to complete the design and construction management of the Tamarack Lift Station Improvements project. More specifically, the work will include: CONTRACT ADMINISTRATION. MANAGEMENT AND INSPECTION: During construction, the Engineer will provide assistance to the City by providing construction staking; coordinating the Pre -Construction Conference; providing part-time construction observation, as required so as to monitor the Contractor's progress; providing review and approval of the Contractor's submittals and shop drawings; reviewing the Contractor's monthly pay estimates; providing a notice of final acceptance of the construction; and preparing record drawings from field observations and information provided by the Contractor. To summarize, the work will include: 1. Field surveying for construction. 2. Coordinate Pre -Construction Conference. 3. Part-time construction observation as required. 4. Review and approval of submittals and shop drawings. 5. Review of Contractor progress pay estimates. 6. Notice of final acceptance of construction. 7. Preparation of record drawings from field observations. BID & AWARD SERVICES: During the bidding process, the Engineer will provide assistance to the City by answering questions of prospective bidders; coordinate and attend a pre-bid conference; attend the bid opening; evaluate the bids received and prepare a bid tabulation; and recommend award of the construction contract to the City. J:\YAKIMA\95073\AMEND-2 1 • To summarize, the work will include: 1. Answer Bidders questions. 2. Coordinate Pre -Bid Conference. 3. Attend Bid Opening. 4. Evaluate bids and prepare bid tabulation. 5. Recommend construction award to City. START-UP AND TRAINING SERVICES: Prior to completion of construction and subsequent project acceptance by the City, the Engineer will assist the City in the coordination of the start-up of the new lift station and appurtenances by the Contractor and the various equipment manufacturers. In addition, the Engineer will coordinate and assist the City in the operation and maintenance training to be provided by the Contractor and the various equipment manufacturers for the new lift station. Further, the Engineer will author an Operations and Maintenance Manual for the new lift station and appurtenances. To summarize, the work will include: 1. Support for and coordination of Contractor's and Manufacturer's start-up services. 2. Support for and coordination of Contractor's and Manufacturer's operations and maintenance training. 3. Operations and Maintenance Manual. Compensation for the above Engineering Services shall be in accordance with the aforementioned Agreement, and, more specifically, as follows: The maximum amount payable to the Engineer for completion of all work under this Scope of Work, including all contingencies, salaries, overhead, direct non -salary costs and net fee shall be FOURTEEN THOUSAND TWO HUNDRED SIXTY-TWO and 40/100 DOLLARS ($14,262.40). This amount shall not be exceeded without prior written authorization of the City. J:\YAKIMA\95073\AMEND-2 0 IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 2 to the original Agreement, dated July 7, 1994, as of the day and year written below. GRAY & OSBORNE, INC. CITY OF YAKIMA B Principal Gray & Osborn Inc. Date: 6.12 Al !EST: ity Clerk CIT`.' CX>TP.AO": O. RESOLUTION X10: J:\YAKIMA\95073\AMEND-2 BY: Title: Date: City Manager • CITY OF YAKIMA AMENDMENT NO. 2 - EXHIBIT "A" TAMARACK LIFT STATION IMPROVEMENTS SCOPE OF WORK AND BUDGET ESTIMATES PART 3 - ADDITIONAL SERVICES (G&O NO. 95073) ):\YAKIMA\95073\AMEND-2.XLS TASK TASK DESCRIPTION PROJ MGR PROJ ENGR ENGR EIT ELEC ENGR DRAFT SURVEY INSPECT TOTALS 1 RATE (per hour): $76.42 $67.28 $43.06 $75.00 $37.67 $82.34"` $45 2 Contract Admin., Management and Inspection Bid 6 12 64 10 16 8 566 $ 580.4,:`. $8,580.04 3 and Award Services 2 24 2 2 $2,003.68 Startup and Training Services 2 8 40 8 8 8 $3,678.68 _ TOTAL ESTIMATED HOURS - PART 3: 10 44 106 20 24 8 64 276 TOTAL ESTIMATED COST - PART 3: $764.20 $2,960.32 $4,564.36 $1,500.00 $904.08 $658.72 $2,910.72 $14,262.40 TOTAL ESTIMATED COST- PART 1-3: r , .• , z a.,, •- $55.534.90 ):\YAKIMA\95073\AMEND-2.XLS • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. /14 For Meeting Of 5/20/97 ITEM 1'1i LE: Consideration of Resolution Authorizing the City Manager to Execute _ Amendment #2 to a Professional Engineering Services Contract With Gray and Osborne, Inc. Inspection and Administration During Construction for the Tamarack Pump Station SUBMITTED BY: Chris Waarvick, Wastewater Superintendent Bruce Bates, Assistant Wastewater Superintendent Doug Mayo, Project Engineer CONTACT PERSON/TELEPHONE: Chris Waarvick/575-6078 SUMMARY EXPLANATION: Staff respectfully requests City Council approval of the attached resolution authorizing the City Manager to execute the attached contract amendment #2 for professional engineering services for Tamarack Sewage Lift Station Construction Administration and Inspection. Funding for this project is in the adopted 1997 Budget and has been assigned Project Number 1748. The Tamarack Sewage Lift Station located East of the Red Lion Inn at 1507 North 1st Street iois severely worn out and unable to reliably keep up with flows from expanding growth in Northeast Yakima. Sewer Maintenance Staff are currently inspecting and servicing this pump station on a daily basis due to ongoing equipment difficulties. (Continued on next page) Resolution X Ordinance Contract X Other (Specify) Contract Amendment Funding Source 476 Sewer Const. Fund Approved 1997 Appropriation -Project #1748 APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Approve resolution authorizing City Manager to amend professional engineering services contract with Gray and Osborne, Inc. for Tamarack Pump Station Design Services during Construction. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: g8o ps agenda May 8, 1997 cw , Agenda Statement (continued) Staff propose to relocate the Tamarack lift station to the East to accommodate futur connection of existing unsewered housing and possible industrial development in the North 4th Street area. Gray and Osborne, Inc. has assisted the City in developing the current approved City of Yakima Sewage Lift Station Standard Design Specifications; hence they have direct experience with the required work. Council 'approved Contract Amendment #1 on Project #1748 to include additional engineering and contract administrations costs. The additional engineering which included numerous changes to the original design standard was completed in April 1997. - Amendment #2 for an additional $14,078.36 enables us to proceed with the public bidding process, contract administration, and inspection. Outside engineering assistance is recommended because the City Engineering Division has indicated their present staff cannot accommodate this additional workload. Gray and Osborne, Inc. has been selected from the City Engineers list of qualified consultants in accord with state requirements for procuring engineering services. This amendment would increase the "not to exceed" amount of the existing contract (Sewage Lift Station Improvements) from $41,272.50 to $55,350.86. • g&o ps agenda May 8. 1997 cw AMENDMENT NO. 1 TO AGREEMENT BETWEEN CITY OF YAICEMA, WASHINGTON AND GRAY AND OSBORNE, INC. FOR PROFESSIONAL SERVICES THIS AMENDMENT, made and entered into on this /07'G day of , 1996, by and between the City of Yakima, Washington with prii`lcipa1 offices at 129 N. Second Street, Yakima, Washington 98901, hereinafter referred to as "CITY", and Gray and Osborne, Inc. with principal offices at 107 South Third Street, Yakima WA 98901 and which corporation and its principal engineers performing this Agreement are licensed and register to do business in the state of Washington, hereinafter referred to as "ENGINEER", for Wastewater Collection services herein called the "PROJECT". WITNESSETH:' RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for planning, design and construction of improvements to the wastewater collection system as described in this Agreement and Amendments thereto; and WHEREAS, CITY desires to modify the Scope of Work as provided for under Section 2.2 Additional Services of the original agreement dated July 7, 1994 to modify the original Scope and include the design of a new lift station to replace the existing life station currently designated as the Tamarack Lift Station, i WHEREAS, ENGINEER represents that it has available and offers to provide personnel with expertise 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 that this Amendment shall modify the original agreement 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 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. 2.1 Basic Services: ENGINEER agrees to perform the work outlined under task descriptions in Amendment No. 1- Exhibit A, entitled "City of Yakima Sewage Lift Station Improvements Scope of Work and Budget Estimate (Hours)" (WORK) which is part of this Agreement as if fully set forth herein. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Amendment No. 1- Exhibit A. SECTION 5 COMPENSATION 5.1.0 The project budget and not to exceed task amounts as found in Amendment No. 1- Exhibit A. 5.2.0 COMPENSATION ON AN HOURLY BASIS For the services described in Amendment No. 1- Exhibit A, compensation shall be based on a Per Diem Rate which is the direct labor rates times a direct labor factor of 2.691. The 1996 Rates are listed in Amendment No. 1- Exhibit A and are subject to revision at the first of each calendar year. In addition to the Per Diem Rates, the OWNER shall pay Direct Expenses in connection therewith plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. i Direct Labor Cost shall mean salary and wages at the time services are performed of all personnel engaged directly on the PROJECT, including, but not limited to, engineers, architects, scientists, designers, draftsmen, clerical, accounting, and other technical and business personnel. Direct Labor Costs do not include indirect payroll related costs or fringe benefits. 5.2.1 DIRECT EXPENSES Direct 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 Expenses will be on the basis of actual charges when furnished by commercial sources and on the basis of current rates when furnished by ENGINEER. Estimated applicable Direct Expenses are included in Amendment No. 1- Exhibit A. 5.2.2 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 $40 per day per person. This rate may be adjusted on a yearly basis. • That accommodation shall be at a reasonably priced hotel/motel. • That air travel shall be by coach class, and shall be used only when absolutely necessary. 5.2.3 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 as a part of the 2.691 direct labor factor. 5.2.4 PROFESSIONAL SUBCONSULTANTS Professional Subconsultants are those costs for engineering, management consulting, geotechnical seivices and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of 1.10 times the actual costs billed by the Professional Subconsultant for services provided to the CITY through this Agreement. 5.3 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed that amount set forth in Amendment No. 1- Exhibit A. The ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred. 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 Signature ' Signature Osborne corporated R.A. Zais, Jr. 1 Printed Name Printed Name City Manager Title April 8, 1996 Date Attest: City Clerk y� CITY CONTRACT 1.6: Title Date AMENDMENT N0.1 - EXHIBIT "A" SEWAGE LIFT STATION IMPROVEMENTS SCOPE OF WORK AND BUDGET ESTIMATES (Hours) PART 1 - DESIGN STANDARDS (G&O NO. 93072) TASK TASK DESCRIPTION RATE/HR Introductory meeting with Collection System staff to discuss lift station improvement needs. PROJ MGR $72.42 PROJ ENG. ENGR TECH ELEC ENGR DRAFT $42.14 $39.50 $ 70.00 $28.97 TOTALS 1 4 4 $458.24 2 Initial site visits to each lift station to review conditions and site specific needs. 4 8 12 $1,466.80 3 Identify planning and design issues. 4 4 4 $738.24 3.1 --General planning and design concepts. 4 16 4 $1,243.92 3.2 --Site specific planning and design concepts. 8 16 4 16 $1,997.12 4 Develop preliminary needs assessment for each lift station including: current design and operating conditions, age and condition of existing structures and equipment, operation and maintenance problems, and planning issues affecting future improvements. 8 8 4 4 0 $1,354.48 5 Develop a design standard and conceptual design for electrical control panels and telemetry systems to be incorporated into future lift station improvements. 8 16 4 40 24 $4,906.88 6 7 8 Develop a design standard and conceptual design for both submersible and wet pit/dry pit type lift station configurations to be used in future lift station improvements. Develop preliminary budget costs for installation of new electrical control panels and telemetry systems and define typical costs for the construction of submersible and wet pit/dry pit lift stations consistent with the design standards. Develop an engineering report summarizing the condition of the existiing lift stations, design standards for future improvements, and budgetary costs estimates. 16 24 4 4 32 $3,535.12 0 0 0 0 0 $0.00 0 0 0 0 0 $0.00 PART 1 - SUBTOTALS: 56 96 12 72 72 $15, 700.80 TASK 1 1.1 AMENDMENT NO.1 - EXHIBIT "A" - cont. SEWAGE LIFT STATION IMPROVEMENTS SCOPE OF WORK AND BUDGET ESTIMATES (Hours) PART 2 - TAMARACK LIFT STATION DESIGN (G&O NO. 95073) TASK DESCRIPTION RATE (per hour) Design and Construction Documents 1.2 Review of existing field conditions including elevations PROJ MGR $76.42 PROJ ENG. $67.28 ENGR EIT $43.06 ELEC ENGR DRAFT 2 4 24 SURVEY $82.34 INSPECT $45.48 TOTALS $1,455.29 Siting of new Lift Station 2 4 8 24 1.3 1.4 Field location assistance with securement of easement for new construction Engineering report which includes anticipated flows from the existing and new service area and future collection system to serve the area 2 8 8 24 $2,742.56 $3,011.66 4 16 24 $2,415.44 1.5 1.6 Design of new lift station incorporating design concepts developed from this agreement 4 16 16 16 16 $3,873.78 Preparation of construction documents 2 8 16 16 24 2 2.1 Services During Construction SUBTOTALS: 16 56 96 32 40 48 Y �3 Location survey and field staking 2 2 8 $3,484.12 $ 16,982.85 MIEN $879.38 2.2 2.3 2.4 Field Inspection as required including compliance testing 2 4 60 8 8 54 $6,362.62 Review of contractor progress pay estimates Notice of Final acceptance of construction 2 4 2 2 2 2 8 SUBTOTALS: 6 12 64 10 16 PART 2 - SUBTOTALS MISCELLANEOUS EXPENSES: 8 54 $421.95 $824.90 $8,488.85 TOTAL ESTIMATED COST - PART 1 + PART 2 22 68 160 42 56 56 54 Page 2 of 2 $100.00 $25,571.70 $41,272.50 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. r$ For Meeting Of 4/2/96 I TEM TITLE: Consideration of Resolution Authorizing the City Manager to Execute an Amendment to a Professional Engineering Services Contract With Gray and Osborne, Inc. for Tamarack Pump Station Design Services During Construction SUBMITTED BY: Chris Waarvick, Wastewater Superintendent Bruce Bates, Assistant Wastewater Superintendent Doug Mayo, Project Engineer CONTACT PERSON/ I'ELEPFIONE: Chris Waarvick/575-6078 SUMMARY EXPLANATION: Staff respectfully requests City Council approval of the attached resolution authorizing the City Manager to execute the attached contract amendment for professional engineering services for Tamarack Sewage Lift Station Design Services during Construction. Funding for this project is in the adopted 1996 Budget and has been assigned Project Number 1748. The Tamarack Sewage Lift Station located East of the Red Lion Inn at 1507 North 1st Street is severely worn out and unable to reliably keep up with flows from expanding growth in Northeast Yakima. Sewer Maintenance Staff are currently inspecting and servicing this pump station on a daily basis due to ongoing equipment difficulties. (Continued on next page) Resolution X Ordinance Contract X Other (Specify) Contract Amendment Funding Source 476 Sewer Const. Fund Approved 1996 Appropriation -Project #1748 APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Approve resolution authorizing City Manager to amend professional engineering services contract with Gray and Osborne, Inc. for Tamarack Pump Station Design Services during Construction. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. Resolution No. R-96-45 g&o ps agenda March 20, 1996 cw Agenda Statement (continued) Staff propose to relocate the Tamarack lift station to the East to accomodate future connection of existing unsewered housing and possible industrial development in the North 4th Street area. Gray and Osborne, Inc. has assisted the City in developing the current approved City of Yakima Sewage Lift Station Standard Design Specifications; hence they have direct experience with the required work. Outside engineering assistance is recommended because the City Engineering Division has indicated their present staff cannot accomodate this additional workload. Gray and Osborne, Inc. has been selected from the City Engineers list of qualified consultants in accord with state requirements for procuring engineering services. This amendment would increase the "not to exceed" amount of the existing contract (Sewage Lift Station Improvements) from $23,809.32 to $41,272.50 an increase of $17,463.18. g&o ps agenda March 20, 1996 cw RESOLUTION NO. R-96- 4 5 A RESOLUTION authorizing the amendment of an agreement for professional engineering services between the City of Yakima, a municipal corporation, and Gray & Osborne, Inc. WHEREAS, the City of Yakima owns and operates wastewater collection and treatment facilities in accord with applicable Federal, State and Local regulations; and WHEREAS, the City has identified the need for specific engineering services to secure vital sewage collection pump station operation; and WHEREAS, the City has selected an engineering firm from the City of Yakima's roster of qualified engineering professionals in compliance with applicable State requirements for acquisition of professional services; and WHEREAS, Gray and Osborne, Inc. has been selected to provide professional engineering services in response to the need to secure adequate collection system pump station reliability and capacity to serve the City's customers; and WHEREAS, an agreement with Gray and Osborne, Inc. to provide these services to the City of Yakima is in the best interest of the City of Yakima, now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk are hereby authorized to amend the attached and incorporated Contract for professional wastewater engineering services with Gray and Osborne, Inc. for the City of Yakima. nes, /��� ADOPTED BY THE CITY COUNCIL THIS (X DAY OFLAX , 1996. ATTEST: ,Q ,(%1.Q.— _- 2 G l�►�+ City Clerk 3/25/96 cw g&o contract resolution-ps nn Buchanan, Mayor AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND GRAY AND OSBORNE INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this 1 dayof , 1994, by and between the City of Yakima, Washington with principal offices at 129 N. Second Street, Yakima, Washington 98901, hereinafter referred to as "CITY", and Gray and Osborne, Inc. with principle offices at 107 South Third Street, Yakima WA 98901 and which corporation and its principal engineers performing this Agreement are licensed and registered to do business in the state of Washington, hereinafter referred to as "ENGINEER", for Wastewater Collection services herein called the 'PROJECT". WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for planning, design and construction of improvements to the wastewater collection system as described in this Agreement and Amendments thereto; and WHEREAS, ENGINEER represents that it has available and offers to provide personnel with expertise 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. PAGE 1 1994 G&O CONTRACT CITY OF YAKIMA 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 Brent Denham as Project Engineer and Tom Coleman as Principal -in -Charge and Project Manager throughout the term of this Agreement unless other personnel are approved by the QTY. 2.1 Basic Services ENGINEER agrees to perform the work outlined under task descriptions in Exhibit A, entitled "City of Yakima Sewage Lift Station Improvements Scope of Work and Budget Estimates (Hours)" (WORK) which is 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 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". 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 accordingly. 2.2.2 Compensation for each such request for Additional Services will be negotiated by the CITY and the ENGINEER according to the provisions set forth in Exhibit A 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 receipt by the ENGINEER of the written notification of change or of providing services related to an asserted change, whichever is earliest. PAGE 2 1994 G&O CONTRACT CITY OF YAKIMA SECTION 3 CITY'S RESPONSIBILITIES 3.1 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. 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. CITY will perform, at no cost to ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY'S facilities as may be reasonably required in connection with ENGINEER'S services, unless otherwise agreed to. 3.3 TIMELY REVIEW The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required of CITY in a timely manner. Such examinations and decisions, however, shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional services meeting the standards of care for its profession. 3.4 CITY shall appoint a City's Representative with respect to WORK to be performed under this Agreement. City's Representative shall have complete authority to transmit instructions and receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete or inaccurate based upon the ENGINEERS knowledge. 3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties and obligations under this Agreement or at law. The ENGINEER shall be entitled to reasonably rely upon the accuracy and the completeness of such documents, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services and reports and drawing conclusions therefrom. PAGE3 1994 G&O CONTRACT C1TY OF YAK1 MA SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as amended. SECTION 5 COMPENSATION 5.1.0 The project budget and not to exceed task amounts as found in Exhibit A. 5.2.0 COMPENSATION ON A HOURLY BASIS For the services described in Exhibit A, compensation shall be based on a Per Diem Rate which is the direct labor rates times a direct labor factor of 2.6335. The 1994 Per Diem Rates are as listed in Exhibit A and are subject to revision at the first of each calendar year. In addition to the Per Diem Rates, the OWNER shall pay Direct Expenses in connection therewith plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. Direct Labor Cost shall mean salary and wages at the time services are performed of all personnel engaged directly on the PROJECT, including, but not limited to, engineers, architects, scientists, designers, draftsmen, clerical, accounting, and other technical and business personnel. Direct Labor Costs do not include indirect payroll related costs or fringe benefits. 5.2.1 DIRECT EXPENSES Direct 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 Expenses will be on the basis of actual charges when furnished by commercial sources and on the basis of current rates when furnished by ENGINEER. Estimated applicable Direct Expenses are included in Exhibit A. 5.2.2 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. PAGE 4 1994 G&O CONTRACT CITY OF YAKIMA • That reimbursement for meals inclusive of tips shall not exceed a maximum of $40 per day per person. This rate may be adjusted on a yearly basis. • That accommodation shall be at a reasonably priced hotel/motel. • That air travel shall be by coach class, and shall be used only when absolutely necessary. 5.2.3 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 as a part of the 2.6335 direct labor factor. 5.2.4 PROFESSIONAL SUBCONSULTANTS. Professional Subconsultants are those costs for engineering, management consulting, geotechnical services and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of 1.10 times the actual costs billed by the Professional Subconsultant for services provided to the CITY through this Agreement. 5.3 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed that amount set forth in Exhibit A. The ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred. 5.4 The ENGINEER will use its best efforts to submit to the City's Representative by the 10th day of each calendar month an invoice for payment for PROJECT services completed through the accounting cut-off day of the previous month. Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The ENGINEER shall submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies of subconsultant invoices, and any other supporting materials determined by the City necessary to substantiate the costs incurred. CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in an invoice, PAGE5 1994 G&O CONTRACT QTY OF YAKLVTA noting to ENGINEER the questionable item(s) and withholding payment for such item(s). The ENGINEER may resubmit such item(s) in a subsequent invoice together with additional supporting information required. Copies of all invoices submitted by the authorized subcontractors, associates or subconsultants shall be submitted to CITY and will follow the same format as that of the ENGINEER. 5.5 If payment is not made within sixty (60) days following receipt of approved invoices, interest on the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.0% per month or the maximum interest rate permitted by law, whichever is less, provided however, that no interest shall accrue pursuant to Chapter 39.76 RCW when before the date of timely payment a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of RCW 39.76.020(4). 5.6 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty-five (45) days after satisfactory completion of the services required by this Agreement as evidenced by written acceptance by CITY and after such audit or verification as CU'Y may deem necessary and execution and delivery by the ENGINEER of a release of all known claims against CITY arising under or by virtue of this Agreement, other than such claims, if any, as may be specifically exempted by the ENGINEER from the operation of the release in stated amounts to be set forth therein. 5.7 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY of any claims, right or remedy it may have against the ENGINEER under this Agreement or by law, nor shall such payment constitute a waiver, remission or discharge by CITY of any failure or fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this Agreement. SECTION 6 RESPONSIBILITY OF ENGLNIEER 6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and accuracy, timely completion and the coordination of all plans, design, drawings, specifications, reports and other services furnished by the ENGINEER under this Agreement. The ENGINEER shall, without additional compensation, correct or review any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services. The ENGINEER shall perform its WORK according to generally accepted architectural and engineering standards of care and consistent with achieving the PROJECT WORK within budget, on time and in compliance with applicable laws, regulations and permits. 6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGNEER of responsibility for the technical adequacy, completeness or accuracy of its WORK and the PROJECT WORK. PAGE 6 1994 GdzO CONTRACT CITY OF YAKIMA CITY'S review, approval or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. 6.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors, subconsultants, employees, agents and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof and will not make any claim, demand or application to or for any right or privilege applicable to an officer or employee of CM/. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom. 6.4 INDEMNIFICATION (a) ENGINEER agrees to indemnify, defend, and hold the CITY harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subconsultants in connection with the PROJECT. In the event that any lien is placed upon the property of the CITY or any of the CITY'S officers, employees, or agents as a result of the negligence or willful misconduct of the ENGINEER, the ENGINEER shall at once cause the same to be dissolved and discharged by giving bond or otherwise. (b) CITY agrees to indemnify, defend and hold the ENGINEER harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the CITY, its employees or agents in connection with the PROJECT. (c) 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. (d) The above indemnity is a business understanding between the parties and applies to all different theories of recovery, including breach of contract warranty, tort including negligence, strict or statutory liability, or any other cause of action. 6.5 In any and all claims by an employee of the ENGINEER, any subcontractor, PAGE 7 1994 G&O CONTRACT CITY OF YAKIMA 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 waives its immunity under the Industrial Insurance Act, Title 51, RCW. Such waiver has been mutually negotiated by the ENGINEER and the CITY as evidenced by their specific and express initialling of this par rap ENGINEER'S INITIALS CITY'S INITIALS 6.6 It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor. ENGINEER does not assume responsibility for methods or appliances used by a contractor, for the safety of construction work, 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, 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 standard of professional care and judgment in such investigations. SECTION 7 PROJECT SCHEDULE AND BUDGET 7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component tasks shall be as set forth in this Agreement and attachments. The project schedule and performance dates for the individual tasks shall be mutually agreed to by the CITY and the ENGINEER within fifteen 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 PAGE 8 1994 G&O CONTRACT CITY OF YAKIMA 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 day of each calendar month during the performance of the PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current schedule and a written narrative description of the WORK accomplished by the ENGINEER and subconsultants on each task, indicating a good faith estimate of the percentage completion thereof on the last day of the previous month. Additional oral or written reports shall be prepared at the request of the CITY for presentation to other governmental agencies and/or to the public. SECTION 8 REUSE OF DOCUMENTS 8.1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT. Reuse, change or alteration by the CITY or others acting through or in behalf of the CITY without written permission of the ENGINEER will be at the CITY's sole risk. Written permission by the ENGINEER shall not be unreasonably withheld. 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 limitations litigation expenses and attorney fees where caused by the ENGINEER's own 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. SECTION 9 AUDIT AND ACCESS TO RECORDS 9.1 The ENGINEER, including it 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. PAGE 9 1994 G6&O CONTRACT QTY OF YAKIMA 9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency. 9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ENGINEER is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, if any, of the ENGINEER. 9.4 The ENGINEER shall ensure that substantially the foregoing paragraphs are included in each subcontract for WORK on the Project. 9.5 Any charges of the EENGINEER paid by the CITY found by an audit to be inadequately substantiated shall be reimbursed to the CITY. SECTION 10 INSURANCE 10.1 Prior to beginning WORK under this Agreement, the ENGINEER shall provide Certificates of Insurance as evidence that policies providing the following coverage and limits of insurance are in full force and effect. The CITY and the CITY'S officers, principals, employees, representatives and agents shall be designated as additional insured on all such policies except for professional liability and Worker's Compensation. Such insurance shall be primary to the extent covered as additional insureds and other insurance maintained or carried by the CITY shall be separate and distinct and shall not be contributing with the insurance listed hereunder. 10.1.1 Comprehensive general liability insurance, including personal injury liability, blanket contractual liability, and broad -form property damage liability coverage. The combined single limit for bodily injury and property damage shall be not less than $1,000,000. 10.1.2. Automobile bodily injury and property damage liability insurance covering owned, non -owned, rented, and hired cars. The combined single limit for bodily injury and property damage shall be not less than $1,000,000. 10.1.3. Statutory workers' compensation and employer's liability insurance as required by state law. 10.1.4. Professional liability insurance. The limit of liability shall be not less than $1,000,000. PAGE 10 1994 G&O CONTRACT CITY OF YAKEvIA Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the CITY, its officers, employees, agents, and representatives thereunder. The CITY and the CITY'S officers, prindpals, 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 cancelled, allowed to expire, or changed in any manner so as to affect the rights of the City thereunder until thirty (30) days after written notice to the CITY of such intended cancellation, expiration, or change. SECTION 11 SUBCONTRACTS 11.1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract any portion of the WORK to be performed under this Agreement. 11.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by CITY, which approval shall not be unreasonably withheld. Each subcontract shall be subject to review by the CITY'S Representative, if requested, prior to the subconsultant or subcontractor proceeding with the WORK. Such review shall not constitute an approval as to the legal form or content of such subcontract The ENGINEER shall be responsible for the architectural and engineering performance, acts and omissions of all persons and firms performing subcontract WORK. 11.3 CITY hereby authorizes the ENGINEER to subcontract with the persons and firms listed below: Conley Engineering - Electrical Engineers 11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of all invoices thereto. SECTION 12 ASSIGNMENT 12.1 This Agreement is binding on the heirs, successors, and assigns of the parties hereto. This Agreement may not be assigned by CITY or ENGINEER without prior, written consent of the other, which consent will not be unreasonably withheld. SECTION 13 INTEGRATION 13.1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters contained herein. No prior oral or written PAGE 11 I994 G&O CONTRACT CITY OF YAKIMA understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may not be modified or altered except in writing signed by both parties. SECTION 14 JURISDICTION AND VENUE 14.1 This Agreement shall be administered and interpreted under the laws of the State of Washington. Jurisdiction of litigation arising from this Agreement shall be in that state. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue of all disputes shall be Yakima County, State of Washington. SEC.1'tON 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15.1 In connection with the Services under this Agreement, ENGINEER agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. SECTION 16 SUSPENSION OF WORK 16.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event CITY does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the WORK shall be extended by the number of days WORK is suspended. If the period of suspension exceeds 90 days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate WORK on the suspended portion of Project in accordance with SECTION 17. SECTION 17 TERMINATION OF WORK 17.1 Either party may terminate this Agreement, in whole or in part, if the other party materially breaches its obligations under this Agreement and is in default through no fault of the terminating party. However, no such termination may be effected unless the other party is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement. PAGE 12 1994 G&O CONTRACT CITY OF YAKIMA 17.2 In addition to termination under subparagraph A of this Section, CITY may terminate this Agreement for its convenience, in whole or in part, provided the ENGINEER is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation with CITY before termination. 17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at the time of termination may be adjusted to the extent of any additional costs or damages CITY has incurred, or is likely to incur, because of the ENGINEER'S breach. In such event, CITY shall consider the amount of WORK originally required which was satisfactorily completed to date of termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at the date of termination and the cost to CITY of completing the WORK itself or of employing another firm to complete it. Under no circumstances shall payments made under this provision exceed the contract price. In the event of default, the ENGINEER agrees to pay CITY for any and all damages, costs and expenses whether directly, indirectly, or consequentially caused by said default. This provision shall not preclude CITY from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld payments. 17.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience, the adjustment pursuant to the Agreement shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the ENGINEER reasonably incurs relating to commitments which had become firm before the termination, unless CITY determines to assume said commitments. 17.5 Upon receipt of a termination notice under subsections 17.1 or 17.2 above, the ENGINEER shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to CITY all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents and materials as the ENGINEER or its subconsultants may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the ENGINEER retaining copies of the same. 17.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the WORK to completion utilizing other qualified firms or individuals; provided, the ENGINEER shall have no responsibility to prosecute further WORK thereon. 17.7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined that the ENGINEER has not so failed, the termination PAGE 13 1994 G&O CONTRACT CI 1 Y OF YAKIMA shall be deemed to have been effected for the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be determined as set forth in subparagraph 17.4 of this Section. 17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of CITY. If CITY agrees to termination of this Agreement under this provision, payment shall be made as set forth in subparagraph 17.3 of this Section. Section 18 Arbitration All claims, counterclaims, disputes and other matters in question arising out of, or relating to, this AGREEMENT or the breach thereof may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. Either CITY or ENGINEER may initiate a request for such arbitration, but consent of the other party to such arbitration shall be a necessary precondition to arbitration. Section 19 NOTICE 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 hours after mailing by certified mail to the place of business set forth below, whichever is earlier. CITY: City of Yakima Regional Wastewater Facility 2220 East Viola Yakima, WA 98902 Attn: Mr. Chris Waarvick, Wastewater Superintendent ENGINEER: Gray and Osborne , Inc. 107 South 3rd Street Yakima WA 98901 Attn: Tom Coleman, Project Manager PAGE 14 1994 Gd&O CONTRACT CITY OF YAKIMA 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 Signature R. A. Zais, Jr. Printed Name City Manager Title 6/28/94 Date Attest City Clerk CITY CONTRACT NO. Qya4-1 /2 -Rt-/- 7E PAGE 15 1994 G&O CONTRACT CITY OF YAKJMA and) Osborne/Incorporated Signatur C3�1 Printed Mame Title Date STATE OF WASHINGTON ) ) ss. COUNTY OF YAKIMA ) I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument and acknowledged it as the C Ma yek- of Ci I Y OF YAKIMA to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. /6CY957 Dated: Seal or Stamp PAGE 16 1994 G&O CONTRACT CITY OF YAKIMA aeAA (Signature) Title 3Qk/ ? /a g avo4 Printed Name My commission expires: OS/9/ STATE OF WASHINGTON ) ) ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that %n v vc'o is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument and acknowledged it as the C3PC.10en of Gray and Osborne , Inc. to be the free and voluntary act of such party for the uses and purposesrmentioned in the instrument. Dated: / 1 aH Seal or Stamp PAGE 17 1994 G. cO CONTRACT CITY OF YAKIMA Title S�;cc, Printed Name edo lc) My commission expires:.01 q 1`15 EXHIBIT "A" CITY OF YAKIMA SEWAGE LIFT STATION IMPROVEMENTS SCOPE OF WORK AND BUDGET ESTIMATES (Hours) TASK TASK DESCRIPTION RATE PROJ MGR PROJ ENG. ENGR TECH ELEC ENGR DRAFT TOTALS ESTIMATED TIME TO COMPLETE TASK $72.42/hr $42.14/hr $39.50/hr $70.00/hr $28.97/hr 1 Introductory meeting with Collection System staff to discuss lift station improvement needs. 4 4 $458.24 1 WEEK 2 Initial site visits to each lift station to review conditions and site specific needs. 4 8 12 $1,466.80 2 WEEKS 3 Identify planning and design issues. 4 4 4 $738.24 3 WEEKS 3.1 --General planning and design concepts. 4 16 4 $1,243.92 3.2 --Site specific planning and design concepts. 8 16 4 16 $1,997.12 4 Develop preliminary needs assessment for each lift station including: current design and operating conditions, age and condition of existing structures and equipment, operation and maintenance problems, and planning issues affecting future improvements. 8 24 4 12 8 $2,820.48 3 WEEKS 5 Develop a design standard and conceptual design for electrical control panels and telemetry systems to be incorporated into future lift station improvements. 8 16 4 40 24 $4,906.88 4 WEEKS 6 Develop a design standard and conceptual design for both submersible and wet pit/dry pit type lift station configurations to be used in future lift station improvements. 16 24 4 4 32 $3,535.12 4 WEEKS 7 Develop preliminary budget costs for installation of new electrical control panels and telemetry systems and define typical costs for the construction of submersible and wet pit/dry pit lift stations consistent with the design standards. 4 24 8 24 4 $3,412.92 3 WEEKS 8 Develop an engineering report summarizing the condition of the existiing lift stations, design standards for future improvements, and budgetary costs estimates. 16 24 8 4 16 $3,229.60 3 WEEKS TOTALS: 76 160 28 108 100 $23,809 32 'ISSUE CERTIFICATE OF INSURANCE DATE (MM/DD JUL 794 ' PRODUCER MICHAEL J. HALL & COMPANY 600 ERICKSEN AVENUE N.E. SUITE 350 BAINBRIDGE ISLAND, WA 98110 PHONE: (206) 780-2100 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FAX: (206) 780-2145 COMPANIES AFFORDING COVERAGE COMPANY A HARTFORD ACCIDENT & INDEMNITY INSURED GRAY & OSBORNE, INC. COMPANY B HARTFORD CASUALTY INSURANCE COMPANY 701 DEXTER AVENUE, N., SUITE 200 COMPANY C LLOYD'S OF LONDON SEATTLE, WA 98109 COMPANY D COVERAGES . _....,,. , . , ... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. O LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ X COMMERCIAL GENERAL LIABILITY 52SBADU7303 SEP 10 93 SEP 10 94 PRODUCTS-COMP/OP AGG. $ 1,000,000 CLAIMS MADE X OCCUR. PERSONAL & ADV INJURY $ 1,000,000 A OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE(Any One Fire) $ 300,000 MED. EXPENSE(Any One PersorO$ 5,000 AUTOMOBILE X LIABILITY ANY AUTO 52UECJS3276 SEP 10 93 SEP 10 94 COMBINED SINGLE LIMIT $ 1,000,000 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per Person) $ B X X HIRED AUTOS NON-OWNED AUTOS BODILY INJURY (Per Accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY' EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND STATUTORY LIMITS EMPLOYERS' LIABILITY EACH ACCIDENT $ THE PROPRIETOR/ INCL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE. EXCL DISEASE-EACH EMPLOYEE $ OTHER SX930196 SEP 10 93 SEP 10 94 $1,000,000 EACH OCCURRENCE C PROFESSIONALCILITY CLAIMS MADEPOLICY $1,000,000 AGGREGATE COSTS & EXPENSES INCLUSIVE DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RE: SEWAGE COLLECTION SYSTEM PUMP STATION IMPROVEMENT. THE CERTIFICATE HOLDER IS ADDITIONAL INSURED ON THE GENERAL LIABILITY POLICY AS RESPECTS WORK DONE BY, OR ON BEHALF OF, THE NAMED INSURED. AGGREGATE LIMITS APPLY TO ALL PROJECTS DURING THE POLICY PERIOD. CERTIFICATE HOLDER , CANCELLATION CITY OF YAKIMA 129 NORTH 2ND STREET YAKIMA, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Attention: AUTHORIZED REPRESENTATIVE -} Insoft Corp 25S 6/94. '' , RESOLUTION NO.R-94- A RESOLUTION authorizing the execution of an agreement for professional engineering services between the City of Yakima, a municipal corporation, and Grey & Osborne, Inc. WHEREAS, the City of Yakima owns and operates wastewater collection and treatment facilities in accord with applicable Federal, State and Local regulations; and WHEREAS, the City wishes to ensure that necessary investments into its wastewater systems are identified with sufficient lead time and detailed analysis to secure the most appropriate alternatives and financing methods to accommodate regulatory requirements, community growth, replacement needs, and operational efficiencies; and WHEREAS, the City has identified the need for specific engineering services to secure vital sewage collection pump station operation; and WHEREAS, the City has selected an engineering firm from the City of Yakima's roster of qualified engineering professionals in compliance with applicable State requirements for acquisition of professional services; and WHEREAS, Grey and Osborne, Inc. has been selected to provide professional engineering services in response to the need to secure adequate collection system pump station reliability and capacity to serve the City's customers; and WHEREAS, an agreement with Grey and Osborne, Inc. to provide these services to the City of Yakima is in the best interest of the City of Yakima, now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk are hereby authorized to execute the attached and incorporated Contract for professional wastewater engineering services with Grey and Osborne, Inc. for the City of Yakima. ADOPTED BY THE CITY COUNCIL THIS DAY OF , 1994. AL f ` Mayor ATTEST: City Clerk 6/16/94 cw g&o contract resolution-ps