Loading...
HomeMy WebLinkAbout02/18/2014 05E Alpha Taxiway Rehabilitation Constructions Project Agreement with Huibregtse, Louman Associates; Addendum No. 1BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of: 2/18/2014 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII ITEM TITLE: Resolution authorizing execution of Addendum #1 for Engineering Services Agreement with Huibregtse, Louman Associates, Inc. (HLA), in the amount not to exceed $318,015 for Engineering Services for Alpha Taxiway Rehabilitation Constructions Project Al P 3-53-0089-36. SUBMITTED BY: Robert K. Peterson, Airport Manager 509-575-6149 SUMMARY EXPLANATION: On May 8, 2013, the City of Yakima entered into an agreement with Huibregtse, Louman Associates, Inc. to assist in the initial design phase for the Alpha Taxiway Rehabilitation Project which consisted of a not to exceed contract in the amount of $181,200. Under this agreement, HLA was tasked with preparing final design documents for project bidding to rehabilitate the existing asphalt pavement of Alpha Taxiway and it's connectors. During plan development it was discovered the Taxiway's width and connector fillets did not meet current FAA standards. In addition, the Taxiway lighting system and guidance signs were reviewed and it was determined they had outlived their useful life and required upgrades to maintain current operations and meet FAA standards. This addendum is to complete design documents for bidding purposes incorporating these tasks. The fee increase to perform these additional services is $318,015, which will allow HLA and their subconsultants to complete the bidding documents. Funds for these upgrades have been awarded to the Airport by the FAA, totaling $10,054,579. Addendum No. 1 is eligible for federal funding through the Federal Aviation Administration's Airport Improvement Program. Ninety -percent of the fee is included under an existing FAA grant, and the remaining ten -percent is funded by a grant from the Washington State Department of Transportation's Aviation Program and the Passenger Facility Charge program. Resolution: X Other (Specify): Contract: X Start Date: 5/8/2013 Item Budgeted: Yes Ordinance: Contract Term: End Date: Until Completed Amount: 318,015.00 Funding Source/Fiscal Impact: Strategic Priority: Insurance Required? No Mail to: Phone: APPROVED FOR SUBMITTAL: RECOMMENDATION: Public Safety City Manager Staff recommends City Manager and City Council review and approve the Engineering Services Agreement Addendum #1 in order to continue design work and construction of Yakima Airport's parallel taxiway. ATTACHMENTS: Description Upload Date Resolution 2/7/2014 Orginal Engineering Service Agreement - May 7, 2013 Engineering Service Agreement Addemdum #1 2/7/2014 Contract Type Resollution 2/6/2014 Backup IMateniall A RESOLUTION RESOLUTION NO. R -2014 - authorizing the City Manager to execute an Engineering Services Agreement Addendum No. 1 with Huibregtse, Louman Associates, Inc. (HLA), in the amount not to exceed $318,015 for Engineering Services for Alpha Taxiway Rehabilitation Construction Project, Al P 3-53-0089-36. WHEREAS, City owns and operates Yakima Air Terminal in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and WHEREAS, the state of Washington requires these services to be performed by a Professional Licensed Engineer; and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a Professional Services Agreement with HLA for rehabilitation of approximately, 7,600 linear feet of Alpha Taxiway and taxiway connectors. Engineering services will include preparation of final engineering plans, reports and specifications to modify the existing geometry and rehabilitate the existing taxiway pavement. Services will also include final construction document preparation for new guidance signs and a taxiway lighting system to meet FAA standards. WHEREAS, It is anticipated all services for the Alpha Taxiway Rehabilitation Project will be completed such that project bidding may occur May 2014; therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached and incorporated Engineering Services Agreement Addendum No. 1 with HLA in the amount not to exceed three hundred eighteen thousand and fifteen dollars ($318,015.00), to provide Engineering Services for Alpha Taxiway Rehabilitation Construction Project Al P 3-53-0089-36. ADOPTED BY THE CITY COUNCIL this 18th day of February, 2014. ATTEST: Micah Cawley, Mayor Sonya Claar-Tee, City Clerk ENGINEERING SERVICES AGREEMENT FOR AY elfiv CONSTRUCTION PROJECTS UNDER AIRPORT IMPROVEMENT PROGRAM V 20 Alpha Taxiway Rehabilitation Project AIP Project No. 3-53-0089-33 This AGREEMENT, made this day of ! 1 °°a 2013, by and between City of Yakima, 129 North Second Street Yakima, WA 98901, herei ;'after called the "OWNER" and Huibregtse, Louman Associates, Inc., 801 North 39thAvenue, Yakima, WA 98902, hereinafter called the "ENGINEER." WITNESSETH, that the OWNER intends to improve the Yakima Air Terminal at Yakima, Washington, consisting of the following items: 1. Rehabilitation of approximately 7,600 linear feet of Alpha Taxiway (approx. 80 -foot width) consisting of a 50 -foot wide taxi -lane and two 15 -foot shoulders, including existing pavement between the edge of the shoulder to the north non -movement boundary line, connectors Alpha 1 through Alpha 5, the intersection of Runway 4/22, and approximately 650 linear feet of Bravo and Charlie Taxiways. Please refer to Figure 1.0 for map of improvements. Civil engineering services will include work to prepare engineering plans, reports, and specifications to profile plane, and crack seal the existing pavement, and a bituminous surface wearing course, enhanced pavement markings and adjust structures to grade. This Project is not intended to strengthen the structural capacity of the taxiway. The civil engineering design will propose a method to correct various locations where stormwater ponding has been observed on the taxiway due to insufficient drainage by correcting the transverse cross slope. Investigation of the existing taxiway geometry reveals the taxiway is substandard in width according to Advisory Circular 150/5300-13A. 2. Work to be performed will also include the addition of utility trenching and conduits for a future lighting upgrade project. 3. The Project will also replace several markings as illustrated on Figure 2.0 which are not compliant with current advisory circulars. Correction of the markings will address comments provided by the certification inspector. It is anticipated all services for the Alpha Taxiway Rehabilitation Project will be completed such that project bidding may occur July 2013; assuming all funds are available to complete the Project. I. EMPLOYMENT OF ENGINEER The OWNER hereby employs the ENGINEER and the ENGINEER accepts and agrees to perform the following services for the Project during the 2013 calendar year. A. ALPHA TAXIWAY REHABILITATION DESIGN ENGINEERING BASIC SERVICES (Assumes FAA grants a modification to Standards and existing Taxiway geometry will remain. Project is a grind and overlay rehabilitation Project.) G:\Contracts & Task Orders\Yakima Air Terminal \11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED,docx Page 1 of 13 1. It is anticipated this Project will not require any reimbursable agreements with the FAA, 2. Obtain up to fifteen (15) core samples at areas of joint separation, or identified areas of interest to determine the extent of underlying sub -base and extent of asphalt deterioration. Evaluation of the taxiway's pavement strength is not included in this scope of work. 3, Attend up to three (3) Project design review meetings to present design elements to the OWNER and the FAA. Meetings will correspond with approximate plan completion of 30%, 60%, and 95%. 4. Assist OWNER in airspace submittal including meeting all flight check requirements. 5, Coordinate with the FAA project manager about the level and extent of the Predesign Conference required for the Project. Conduct Predesign Conference in Yakima, Washington using the FAA NW Mountain Region Predesign Conference Checklist. Prepare 30% design engineering report, specifications, plans, construction management plan, and construction safety plan for submission to the FAA and OWNER. Use FAA NW Mountain Region Predesign package and report format. 8. Incorporate 30% review comments from the FAA and OWNER into the Project documents. 9. Assist OWNER with coordination of available FAA funding, related project sequences and possible schedules of work. It is anticipated all funds will be available. 10. This Project will require Modifications to Design Standards for the following items: a. Use of local aggregate and asphalt materials, particularly using WSDOT's standard aggregate size for HMA Class %-inch. b. Maintaining existing geometry. If additional modifications to standards are needed, the ENGINEER shall notify the OWNER and FAA and negotiate a change to this scope of work. 11. Assist OWNER in coordination with fixed base operators and air carriers. Develop powerpoint presentation and present two (2) times to tenants, pilots, and other interested parties. Timing of the presentations are to be coordinated with the OWNER. 12, Assist OWNER in establishing Disadvantaged Business Enterprise (DBE) project goal. A 3 -year DBE goal was approved by the Civil Rights Office on September 21, 2011. 13. Prepare and submit a Construction Safety Phasing Plan to OWNER and FAA meeting the requirements in AC 150/5370-2F for further coordination. Construction Safety Phasing Plan shall be made available in both paper and electronic formats. 14. Prepare 60% design engineering report, specifications, plans, construction management plan and construction safety plan for submission to the FAA and OWNER. Use FAA NW Mountain Region Predesign package and report format. 15. Incorporate 60% review comments from the FAA and OWNER into the Project documents. G:\Contracts & Task Orders\Yakima Air Terminal\11 049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED.docx Page 2 of 13 16, Prepare 95% bid documents, technical specifications, and construction contract plans. Include FAA special conditions in bidding document. Original drawings shall be in AutoCAD format. 17. Incorporate 95% review comments from the FAA and OWNER into the Project documents. 18. Complete final quantity calculations and prepare ENGINEER'S estimate, 19. Conduct in-house quality control review, 20. Submit final documents to the OWNER and FAA for review and approval. 21,. The ENGINEER shall provide forty (40) sets of the approved plans and specifications to supply contractors requesting plans for purposes of bidding, shall furnish the FAA and the OWNER each with one set of plans and specifications for their files, and five (5) sets to the Contractor for use during construction. 22. Assist Airport Staff with readiness to advertise for bids. a. Assure plans and specifications are complete and acceptable for bidding purposes. Assure approval from the FAA and Airport Staff prior to soliciting bids. b. Attend one (1) meeting with airport representatives to set bid dates. c. Attend up to two (2) Airport Staff meetings as necessary for progress updates. B. ALPHA TAXIWAY REHABILITATION BIDDING SERVICES 23, Coordinate and develop advertising for publications. Advertising fees to be paid by the OWNER. 24. Deliver plans and specifications to plan centers and contractors, 25. Assist Airport Staff in answering questions during bidding. Prepare addenda as necessary to clarify bid documents. 26. Conduct a pre-bid meeting with interested contractors and subcontractors to review the Project plans, specifications and contract documents; field review the Project site and answer questions. 27, Conduct a bid opening and interpret bids for compliance with bidding documents. Analyze and check bid extensions and recommend lowest responsible bidder to the FAA and Airport Staff. G:\Contracts & Task Orders\Yakima Air Terminal \11049E'2012-02-18 Scope of Services Design Alpha Taxiway REVISED docx Page 3 of 13 Alpha Taxiway Rehabilitation PRELIMINARY Project Schedule: Finalize Scope of Services Fee Proposal Engineering Services Contract Design and Construction Documents 30% Design Submittal 60% Design Submittal 95% Design Submittal 100% Design Complete Advertise for Bids Bid Opening Begin Construction May 7, 2013 May 7, 2013 May 7, 2013 May 7 — July 8, 2013 May 13, 2013 June 3, 2013 June 24, 2013 July 1, 2013 July 8, 2013 August 5, 2013 August 26 (Under Separate Contract) The following services may be included per Addendum to this contract following FAA approval of the design and authorization to advertise for bids. C. ALPHA TAXIWAY REHABILITATION CONSTRUCTION SERVICES Note: Construction services are shown for illustrative purposes only and may be negotiated as an Addendum to this contract, or as a separate contract as directed by the OWNER and FAA. 28. Assist OWNER and Airport Staff with FAA Grant Application and Grant acceptance by City of Yakima following bid opening and determination of lowest responsible bidder. 29. With FAA concurrence and OWNER concurrence, issue notification of award, prepare the construction contract and monitor contract execution, and formulate subsequent Notice to Proceed when authorized by the OWNER. 30. Attend up to two (2) tenant meetings to inform tenant group of construction Project, 31. Coordinate and conduct a preconstruction conference and prepare meeting minutes. Prepare and deliver meeting minutes based on preconstruction conference to OWNER, FAA, and Contractor. 32. Conduct preconstruction meeting for paving quality with Contractor, materials testing firms, and ENGINEER prior to construction and prepare meeting minutes. 33. Prepare documentation for Airport Staff and FAA to get authorization to issue notice to proceed. 34. Prepare and transmit Notice to Proceed to Contractor. 35. Attend up to two (2) OWNER Meetings as necessary, 36. Engineer shall prepare and submit to the OWNER and FAA the Construction Management Program prior to beginning construction. The Engineer shall also ensure Contractor's quality control and testing is adequate and meets OWNER requirements and FAA guidelines. Perform acceptance sampling and testing through a subconsultant in accordance with FAA specification 401-5.1. Review Contractor's quality control procedures and test reports for conformance and provide documentation of acceptance or refection to OWNER and FAA. G:\Contracts & Task Orders\Yakima Air Terminal\11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED.docx Page 4 of 13 37. Provide assistance and administration for Quality Assurance Testing. 38. Provide construction surveying as follows: a. Survey control and daily construction and safety area limits. b. Contractor surveyor assistance. c. Survey points for temporary marking locations. d. Survey points for final marking locations. 39. Conduct weekly meetings with the OWNER and Contractor during construction. 40. Prepare and submit weekly inspection reports in accordance with FAA guidelines. 41. Review all materials submittals for compliance with the contract plans and specifications. 42. Provide full-time on site construction observation personnel, under the supervision of the ENGINEER, in the implementation of the Project as defined in the construction contract, on a day to day basis and keep records, notes, plans and maps for use in preparing record drawings for the Project as finally constructed and to advise the Airport Staff of deficiencies not corrected by the Contractor. The ENGINEER does not guarantee the performance of the Contractor by the ENGINEER's performance of such construction observation. The ENGINEER's undertaking hereunder shall not relieve the Contractor of his obligation to perform the work in compliance with the plans and specifications in a workmanlike manner; shall not make the ENGINEER an insurer to the Contractor's performance; and shall not impose upon the ENGINEER any obligation to see to that the work is performed in a safe manner. 43. Change orders/field design changes: a. Evaluate change order requests. b. Prepare and process change orders. 44. Material analysis / approvals: a. Review and act upon Contractor submittals. 45. Quantities / payment requests: a. Verify field quantity calculations. b. Review and total tonnage slips. c. Prepare monthly progress payment requests and submit to Airport Staff for payment to Contractor. 46. Conduct and document periodic wage rate interviews and document Contractor payroll certifications. 47. Conduct a final inspection with the Airport Staff, FAA, and Contractor. Follow-up on any discrepancies found during inspections. 48. Prepare the final Project report to meet established FAA requirements. 49. Assist the Airport Staff in Project closeout. 50. Specifically omitted from the ENGINEER's duties are review of the Contractor's safety precautions, or review of the means, methods, sequences, or procedures required for the Contractor to perform the work but not relating to the final or completed Project. The omitted design or review services include, but are not limited to, shoring, scaffolding, underpinning, temporary retainment of excavations, and any erection methods and temporary bracing. G:\Contracts & Task Orders\Yakima Air Terminal\11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED,docx Page 5 of 13 51. Make recommendations to the Airport Staff on all claims relating to the execution and progress of the construction work. 52, Notify the Airport Staff of the Project work which does not conform to the result required in the construction contract, prepare a written report describing any apparent non- conforming Project work, and make recommendations to the Airport Staff for its correction and, at the request of the Airport Staff, have the recommendations implemented by the Contractor. 53. Provided the ENGINEER observes and review pursuant to the terms of this contract, the Engineer shall not be responsible for the defects or omissions in the work as a result of the Contractor, or any subcontractors, or any of the Contractor's or subcontractors employees, or that of any other person or entities responsible for performing any of the work contained in the construction contract. 54. ENGINEER will comply with all applicable Project closeout requirements in Engineering Guidance 2010-06 dated 12/7/2010. Tasks to include: a. Project Closeout Requirements (for all types of grants), Item 1 (A -G). b. Final Planning Closeout Report, Item 2 (A -F). This item is not applicable. c. Final Environmental Closeout Report, Item 3 (A -C). This item is not applicable. d. Final Construction Report, Item 4-5, A(1-7) 8 C(1-2) D(1-8) E -M. This item does not apply for design only grant. e. Final Land Closeout Report, Item 6 A -G. This item is not applicable. f. Final Equipment Closeout Report, Item 7 A -H. This item is not applicable. g. Financial Closeout of Phased Project, Item 8 A -D. Item A, Final Pay Request to be completed by OWNER. Assist OWNER with Item B, Final Payment Summary Worksheet for engineering costs. Assist OWNER with Item C, Sponsor Certifications. II. COMPENSATION FOR ENGINEERING SERVICES The OWNER shall pay the ENGINEER the following fees as complete compensation for all services rendered as herein agreed: A. The OWNER shall pay the ENGINEER for services as set forth in Sections 1A and 1 B, of this Agreement, on a lump sum basis as follows: Alpha Taxiway Rehabilitation $181,200.00, Sections 1A and 1B. B. Fee for services outside the defined scope of work will be negotiated and agreed upon between the OWNER and the ENGINEER in writing prior to performance of said services. C. ENGINEER will submit monthly invoices on or about the first day of the month for ENGINEER'S Professional Services actually completed during the prior month. OWNER agrees to pay the invoiced amounts within 45 days of receipt of invoice. III. OWNER'S RESPONSIBILITIES A. The OWNER shall make available to the ENGINEER all technical data that is in the OWNER'S possession including maps, surveys, property descriptions, borings, and other information required by the ENGINEER and relating to his work. G:\Contracts & Task Orders\Yakima Air Terminal \11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED.docx Page 6 of 13 B. The OWNER agrees to cooperate with the ENGINEER in the approval of all plans and specifications, or should they disapprove of any part of said plans and specifications, shall make a timely decision in order that no undue expense will be caused the ENGINEER because of lack of decisions. If the ENGINEER is caused extra drafting or other expense due to changes ordered by the OWNER after the completion and approval of the plans and specifications, the ENGINEER shall be equitably paid for such extra expenses and services involved in accordance with Section II.B of this Agreement. C. The OWNER shall pay publishing costs for advertisements of notices, public hearings, requests for bids, and other similar items; shall pay for all permits and licenses that may be required by local, state, or federal authorities; and shall secure the necessary land, easements, and rights of way required for the Project. IV. ENGINEER'S RESPONSIBILITIES A. 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 civil engineering standards of care and consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations, and permits. B. OWNER'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the PROJECT WORK. OWNER'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. C. 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 OWNER in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of OWNER 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 OWNER. 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 OWNER harmless therefrom. D. INDEMNIFICATION: ENGINEER agrees to defend, indemnify, and hold harmless the OWNER, its elected officials, agents, officers, and employees (hereinafter "parties protected") from (1) claims, demands, liens, lawsuits, administrative and other proceedings, and (2) judgments, awards, losses, liabilities, damages, penalties, fines, costs and expenses (including legal fees, costs, and disbursements) of any kind claimed by third parties arising out of, or related to any death, injury, damage or destruction to any person or any property to the extent caused by any negligent act, action, default, error or omission or willful misconduct arising out of the Engineer's performance under this Agreement. In the event that any lien is G:\Contracts & Task Orders\Yakima Air Terminal \11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED.docx Page 7 of 13 placed upon the City's property or any of the City's officers, employees or agents as a result of the negligence or willful misconduct of the Engineer, the Engineer shall at once cause the same to be dissolved and discharged by giving bond or otherwise. OWNER 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, to the extent caused by the negligence or willful misconduct of the OWNER, its employees, or agents in connection with the PROJECT. If the negligence or willful misconduct of both the ENGINEER and the OWNER (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 OWNER in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' or workmen's' compensation acts, disability benefit acts, or other employee benefit acts. F. It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor. ENGINEER does not assume responsibility for methods or appliances used by a contractor, for a contractor's safety programs or methods, or for compliance by contractors with laws and regulations. OWNER shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name OWNER, the OWNER'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. 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. V. INSURANCE A, At all times during performance of the WORK, ENGINEER shall secure and maintain in effect insurance to protect the OWNER and ENGINEER from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Agreement. ENGINEER shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The OWNER reserves the right to require higher G:\Contracts & Task Orders\Yakima Air Terminal\11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED docx Page 8 of 13 limits should it deem it necessary in the best interest of the public, Commercial General Liability Insurance: Before this Contract is fully executed by the parties, ENGINEER shall provide the OWNER with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage, and 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 Contract. The policy shall name the OWNER, its elected officials, officers, agents, employees, and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the OWNER thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. 2. Commercial Automobile Liability Insurance: a, If ENGINEER owns any vehicles, before this Contract is fully executed by the parties, OIC shall provide the OWNER with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage. Automobile liability will apply to "Any Auto" and be shown on the certificate. 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 12.2 entitled "Commercial Liability Insurance". c. Under either situation described above in Section 10.1.2.1 and Section 10.1.2.2, 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 OWNER, its elected officials, officers, agents, employees, and volunteers and additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the OWNER thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. Statutory workers' compensation and employer's liability insurance as required by State law. 4. Professional Liability Coverage: Before this Agreement is fully executed by the parties, ENGINEER shall provide the OWNER with a certificate of insurance as proof of professional liability coverage with a total minimum liability limit of Two Million Dollars ($2,000,000.00) per claim combined single limit bodily injury and property G:\Contracts & Task Orders\Yakima Air Terminal \11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED.docx Page 9 of 13 damage, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall contain a clause that the insurer will not cancel or change the insurance without first giving the CITY OWNER (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide. If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this Agreement. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the OWNER, its officers, employees, agents, and representatives thereunder. The OWNER and the OWNER'S officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insured under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the OWNER until thirty (30) days after written notice to the OWNER of such intended cancellation, expiration or change. VI. RESERVATIONS AND COMPLIANCE A. The ENGINEER reserves the right to obtain the services of other Consulting Engineers experienced in Airport work to prepare and execute the work which is related to the Project within the scope of services and fees contained herein. All subconsultants are subject to the review and approval of the OWNER. The OWNER acknowledges that a geotechnical engineer subconsultant will be utilized for this Project to obtain material cores and other pertinent information for the ENGINEER. B. The OWNER and the FAA or any of their duly authorized representatives shall have access to any books, documents, papers, and all other records which directly pertain to this Project for the purpose of making audit, examination, excerpts, and transcripts. C. The ENGINEER agrees to comply with Federal Executive Order No. 11246, entitled "Equal Employment Opportunity," as supplemented in Department of Labor Regulations (41 CFR, Part 60) if this Agreement exceeds $10,000; Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) as supplemented by Department of Labor Regulations (29 CFR, Part 5) if this Agreement exceeds $25,000; and all applicable standards, orders, and regulations issued pursuant to the Clean Air Act of 1970 if this Agreement exceeds $100,000. VII. TERMINATION OF AGREEMENT A, In the event that the OWNER authorizes the ENGINEER to proceed to execute the various portions of work called for herein, this Agreement shall be in full force and effect until completion and acceptance by the OWNER of the Project or: This Agreement may be terminated by either party by thirty (30) days written notice in the event of substantial failure to perform in accordance with the terms hereof by the one party through no fault of the other party. If terminated due to fault of others than the ENGINEER, the ENGINEER shall be paid for services performed to the date of termi- nation, including reimbursements then due. If termination is due to fault of the G:\Contracts & Task Orders\Yakima Air Terminal\11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED.docx Page 10 of 13 ENGINEER, the OWNER is not obligated to pay any fees or expenses set out in Section II hereof which specifically involves the item of fault. This Agreement may be terminated by the OWNER for the OWNER'S convenience at any time. If terminated for this reason, the ENGINEER shall be paid for services performed to the date of termination, including reimbursements then due. Reproducible copies of plans and specification sheets and related Project documents shall become the property of the OWNER. Electronic AutoCAD files will be provided to the OWNER, with the following stipulations: 1. The documents are protected by the rules and regulations of U.S. Copyright Laws, 2, The use or reuse of altered electronic files by OWNER or others OWNER has released these files to will be at OWNER'S risk and liability. 3, ENGINEER makes no representations as to long-term compatibility, usability, or readability of electronic files or documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used to create the file. 4. Anyone using the information contained in these electronic files should consult the hard copy drawings or reports for the most accurate and current information available. VIII. CERTIFICATION OF ENGINEER The OWNER and the ENGINEER hereby certify that the ENGINEER has not been required, directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement to: A. Employ or retain, or agree to employ or retain, any firm or persons. B. Pay, or agree to pay, to any firm, person, or organization any fee, contribution, donation, or consideration of any kind. IX. SUCCESSORS AND ASSIGNMENTS A. The OWNER and ENGINEER each bind themselves, their partners, successors, executors, administrators, and assigns to the other parties to this Agreement, and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Agreement. Except as above, neither the OWNER nor the ENGINEER shall assign, sublet, or transfer their interest or obligation hereunder in this Agreement without the written consent of the other. It is understood by the OWNER and the ENGINEER that the FAA is not a party to this Agreement and will not be responsible for engineering costs except as should be agreed upon by the OWNER and the FAA under a Grant Agreement for the Project. OWNER approval of this Engineering Services Agreement is conditioned upon and subject to FAA approval. G:\Contracts & Task Orders\Yakima Air Terminal \11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED docx Page 11 of 13 X. TITLE VI ASSURANCES During the performance of this Agreement, the ENGINEER, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: A. Compliance with Regulations. The Contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Contract. Nondiscrimination. The Contractor, with regard to the work performed by it during the Contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. C. Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. D. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor, the Federal Aviation Administration (FAA), the Comptroller General of the United States, or any duly authorized representatives to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the infor- mation. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the OWNER shall impose such contract sanctions as it or the FAA may determine to be appropriate, including but not limited to withholding of payments to the Contractor under the Agreement until the Contractor complies. XI. MINORITY BUSINESS ENTERPRISE (MBE) ASSURANCES A. Policy. It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. B. MBE Obligation. The Contractor agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this Agreement. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform con- G:\Contracts & Task Orders\Yakima Air Terminal \11049E2012-02-18 Scope of Services Design Alpha Taxiway REVISED_docx Page 12 of 13 tracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. XII. LITIGATION FEES AND EXPENSES In the event suit or action be instituted to enforce any of the terms or conditions of this Agreement, the losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed by statute, such sum as the court may adjudge reasonable as attorney fees in such suit or action, in both trial and appellate court. Since the FAA is not a party to this Agreement, it cannot be held liable for actions under this section. XIII. GOVERNING LAW This Agreement shall be governed by the laws of the State of Washington. Venue shall be in Yakima County. IN WITNESS WHEREOF, the OWNER and the ENGINEER hereto have made and executed this Agreement the day and year first above written. OWNER: CITY OF YA ENGINEER: HUIBREGTSE, LOUMAN ASSOCIATES, INC. y T. Lour arf„ Pre ie TITLE, ATTEST: TITLE: CITY CONTRAC r N0: RESOLUTION NO G:\Contracts & Task Orders\Yakima Air Terminal \11049E\2012-02-18 Scope of Services Design Alpha Taxiway REVISED„docx Page 13 of 13 N VV 4 S ECG 7 J!/ LIMITS OF WORK HLA Huibregtse, Lowman Associates, Inc. Civil Engineering* Land Surveying*Planning 8oi North 39th Avenue Yaldma, WA 98902 509.966.7000 Fax 509.965,3800 www.hlaciviicom JOB NUMBER: 09101 DATE 10-15-2012 REVISION DATE FRE NAMES: DRAWING+ OP Flgwea.dwg YAKIMA AIR TERMINAL TAXIWAY REHABILITATION DESIGNED BY ENTERED BY FIGURE 1.0 SHEET 110., • lat 10 1 • • • 111, 4 ors r ity • te ' . • I • • • . .5- .4. • ti" • 41t• • • * • • • 4,. • . W 4011E lr.‘r 0 15 - WEST WAlititf:_/CITUN A t KEYNOTES: • UPDATE SURFACE PAINTED HOLDING POSI11ON MARKING HEIGHT PER AC 150/5340-1K. • ADD NEW SURFACE PAINTED HOLDING POSITION MARKING PER AC 150/5340-1K. 0 EXTEND HOLD LINE PER AC 150/5340-1K. O UPDATE BLAST PAD MARKING PER AC 150/5340-1K. 0 ADD TAXILANE EDGE MARKING PER AC 150/5340-1K. O UPDATE ILS HOLDING POSI11ON MARKING PER AC 150/5340-1K. O REPAINT CLOSURE MARKINGS PER AC 150/5340-1K. O REPAINT RUNWAY 9/27 EDGE LINES PER AC 150/5340-1K. OA_ • FIGURE 2.0 .SHL Huibregtse, Louman Associates, Inc. Civil Engineering o Land SurveyingePlanning 801 North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com _,MENI&NV SUBJECT TO REVDSMIN JOB NUMBER: 11049 DATE: 01-18-13 FILE NAMES: DRAWING: VICINITY MAP.dwg YAKIMA AIR TERMINAL TAXIWAY REHABILITATION REVISION DATE DESIGNED BY: ENTERED BY: TJR PART 139 CERT. INSPECTION MARKING COMMENTS SHEET 1 OF 1 A RESOLUTION RESOLUTION NO. R-2013-057 authorizing the City Manager to execute an Engineering Services Agreement with Huibregtse, Louman Associates, Inc. (HLA), in the amount not to exceed $181,200.00 for Engineering Services for Alpha Taxiway Rehabilitation Constructions Project AIP 3-53-0089-33 WHEREAS, City owns and operates Yakima Air Terminal in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and WHEREAS, the state of Washington requires these services to be performed by a Professional Licensed Engineer; and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a Professional Services Agreement with HLA for rehabilitation of approximately, 7,600 linear feet of Alpha Taxiway. Engineering services will include work to prepare engineering plans, reports and specifications to profile plane, and crack seal the existing pavement. The civil engineering design will propose a method to correct various locations where storm water ponding has been observed on the taxiway due to insufficient drainage by correcting the transverse cross slope. Investigation of the existing taxiway geometry reveals the taxiway is substandard in width according to Advisory Circular 150-5300-13A. WHEREAS, It is anticipated all services for the Alpha Taxiway Rehabilitation Project will be completed such that project bidding may occur July 2013; assuming all funds are available to complete the project , therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached and incorporated Professional Services Agreement with HLA in the amount not to exceed One hundred eighty one thousand two hundred dollars ($181,200), to provide Engineering Services for Alpha Taxiway Rehabilitation Construction Project AIP 3-53-0089-33 ADOPTED BY THE CITY COUNCIL this 7th day of May, 2013. ATTEST: /s/ Sonya Claar Tee Sonya Claar Tee, City Clerk /s/ Micah Cawley Micah Cawley, Mayor Certified to be a true and correct original filed in my office. . t CITY AGREEMENT FOR PROFESSIONAL SERVICES City of Yakima Contract No. 2013-114 Resolution 2013-057 HLA Project No. 11049E ADDENDUM NO. 1 This Addendum, hereinafter identified as Addendum No. 1, is hereby entered into and made a part of the Agreement between City of Yakima, Washington, and Huibregtse, Louman Associates, Inc., for Professional Services first entered into on the 8th day of May, 2013, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WITNESSETH: That in consideration of the mutual covenants and agreements herein contained, the parties hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement. The OWNER intends to improve the Yakima Air Terminal at Yakima, Washington, consisting of the following items: Rehabilitation and widening of approximately 7,600 linear feet of Alpha Taxiway (approx. 80 -foot existing width) including the existing pavement between the edge of taxiway shoulder to the north non -movement boundary line, connectors A-1 through A-5, the intersection of Runway 4/22, and approximately 650 linear feet of Bravo and Charlie Taxiways. Please refer to Figure 1.0 for map of improvements. Civil engineering services will include work to prepare engineering plans, reports, and specifications to profile plane and crack seal the existing pavement, widen the taxiway and connectors A1 -A4 to modified Taxiway Design Group 5 (TDG5) standards, widen connector A-5 to full TDG5 standards, and install a new bituminous surface wearing course, enhanced pavement markings, and adjust structures to grade. This Project is not intended to strengthen the structural capacity of the taxiway. The civil engineering design will propose a method to correct various locations where stormwater ponding has been observed on the taxiway due to insufficient drainage by correcting the transverse cross slope 2. Install new LED medium intensity taxiway lighting (MITL) system adjacent to Alpha Taxiway and its connectors, including new LED lights, replacement of failed conduit and wire, and replacement of the regulator controlling the east and west electrical circuits. 3. Airfield wide, replace existing Type 1 directional signs to Type 3 directional signs to meet standards, including extension of conduit and conductor, and new concrete bases to meet location requirements. 4. Pavement markings identified on Figure 2.0 shall be replaced to meet standards. It is anticipated all services for the Alpha Taxiway Rehabilitation Project will be completed such that project bidding may occur April 2014, assuming all funds are available to complete the Project. G:\Contracts & Task Orders\Yakima Air Terminal \11049E12013-10-11 YAT APS Addendum Nol docx SECTION I. EMPLOYMENT OF THE ENGINEER The OWNER hereby employs the ENGINEER and the ENGINEER accepts and agrees to perform the following services for the Project during the 2014 calendar year. A. ALPHA TAXIWAY REHABILITATION DESIGN ENGINEERING BASIC SERVICES (Assumes FAA approved modification to TDG 5 standards. Existing Taxiway geometry will not remain, but will be widened to accommodate additional taxiway structure and widened shoulders. Connector A-5 will be designed to meet full TDG5 standards.) The ENGINEER accepts and agrees to perform additional services to the original agreement as follows: A1-1. Prepare and submit a modification to design standards to the Federal Aviation Administration for approval to use a pavement width to accommodate the design aircraft for Alpha Taxiway, connectors A1 -A4, and a portion of Bravo Taxiway. The resulting pavement width identified in the modification to standards will be 64 feet wide of structural taxiway, with 10 -foot wide paved shoulders and 10 -foot wide gravel shoulders on either side. The modification to standards will deviate from the Taxiway Design Group 5 (TDG5) standards listed in AC 150/5300-13A. This is a new task from the Original Design Agreement replacing task 10.a from the Original Design Agreement. Parameter Structural Pavement Width Paved Shoulder Width Gravel Shoulder Width Total Taxiway Width Original Design Agreement — Overlay of Existing Conditions 50 feet 15 feet Addendum No. 1 Structure Widening & Overlay 64 feet 10 feet 0 feet 80 feet 10 feet 104 feet A1-2. Perform field investigations and topographic survey necessary to design the taxiway, taxiway medium intensity LED light system, and airfield wide signage improvements. This is a new task from the Original Design Agreement. A1-3. Perform CBR tests necessary to design the widened taxiway pavement structure. This is a new task from the Original Design Agreement. A1-4. Prepare construction documents to install LED medium intensity taxiway lighting system adjacent to Alpha Taxiway and its connectors. The construction documents will include new LED lights, replacement of failed conduit and wire, and will replace the regulator controlling the east and west electrical circuits. This is a new task from the Original Design Agreement. A1-5. It is anticipated this Project will require a reimbursable agreement with the FAA to facilitate electrical improvements near FAA -owned conduits adjacent to the electrical vault. Assist OWNER with preparation and execution of FAA reimbursable agreement. This is a new task from the Original Design Agreement. A1-6, Prepare engineering plans and specifications necessary to replace all existing airfield Type 1 signs to Type 3 signs to meet standards. This is a new task from the Original Design Agreement. A1-7. Assist the OWNER with securing FAA approval of a new 3 -year DBE goal required by the increased project scope of work. This is a modification to Task 12 of the Original Design Agreement due to increased scope. G:\Contracts & Task Orders\Yakima Air Terminal \11049E\2013-10-11 YAT APS Addendum Nol,docx -2 A1-8 Prepare Department of Ecology compliance documentation including Notice of Intent and a Stormwater Pollution Prevention Plan to seek coverage under the construction stormwater NPDES permit. This is a new task from the Original Design Agreement and is needed to meet local requirements due to the increased amount of disturbed area. A1-9 Grant application AIP 36 and AIP 37 preparation to amend the grant description. This is a new task which will update the grant description depending on project costs and availability of funding in each grant. The following tasks are included in the Original Design Agreement Section 1.A. dated May 8, 2013, however because of the increased scope of work (due to tasks A1-1 to Al -10 above) the level of effort has expanded. The below tasks follow the same numbering system as the Original Design Agreement with the original task in italics followed by the modified task. 1. It is anticipated this Project will not require any reimbursable agreements with the FAA. See A1-5 above. The project is expected to require a reimbursable agreement to work around FAA conduit and wire for the installation of new regulator. Obtain up to fifteen (15) core samples at areas of joint separation, or identified areas of interest to determine the extent of underlying sub -base and extent of asphalt deterioration. Evaluation of the taxiway's pavement strength is not included in this scope of work. Due to the increased project scope (32) coring locations have been identified. This task has increased in scope due to Task A1-1 above. Attend up to three (3) Project design review meetings to present design elements to the OWNER and FAA. Meetings will correspond with approximate plan completion of 30%, 60%, and 95%. This task has not changed. 4. Assist OWNER in airspace submittal including meeting all flight check requirements. This task has not changed. 5. Coordinate with the FAA project manager about the level and extent of the Predesign Conference required for the Project. This task has not changed and has been completed. 6. Conduct Predesign Conference in Yakima, Washington using the FAA NW Mountain Region Predesign Conference Checklist. This task has not changed and has been completed. 7. Prepare 30% design engineering report, specifications, plans, construction management plan, and construction safety plan for submission to the FAA and Owner. Use FAA NW Mountain Region Predesign package and report format. Tasks A1-1, A1-4, and A1-6 above have increased the scope of work to prepare 30% design documents. 8. Incorporate review comments from the FAA and OWNER into the Project documents. Tasks A1-2 and A1-4 above have increased the scope of work to prepare 30% design documents. G:\Contracts 8 Task Orders\Yakima Air Termina1111049E\2013-10-11 YAT APS Addendum Nol,docx - 3 - Assist OWNER with coordination of available FAA funding, related project sequences, and possible schedules of work. It is anticipated all funds will be available. Task A1-9 has increased the scope of work to complete this item from the Original Design Agreement. 10. This Project will require Modifications to Design Standards for the following items: a. Use of local aggregate and asphalt materials, particularly using WSDOT's standard aggregate size for HMA Class 1/2 -inch. b. Maintaining existing geometry, See Task A1-1 above which has increased the scope of work. 11. Assist OWNER in coordination with fixed base operators and air carriers. Develop PowerPoint presentation and present two (2) times to tenants, pilots, and other interested parties. Timing of the presentations to be coordinated with the Owner. The scope of this task has increased due to the inclusion of new tasks A1-1 through A1-9 listed above. 12. Assist OWNER in establishing Disadvantaged Business Enterprise (DBE) project goal. A 3 -year DBE goal was approved by the Civil Rights Office on September 21, 2011. See Task A1-7 above. The anticipated project cost and expanded scope of work requires review of the current 3 -year goal. 13. Prepare and submit a Construction Safety Phasing Plan to Owner and FAA meeting the requirements in AC 150/5370-2F for further coordination. Construction Safety Phasing Plan shall be made available in both paper and electronic formats. The scope of work to complete this item has increased due to tasks A1-1, A1-4, and A1-6. 14, Prepare 60% design engineering report, specifications, plans, construction management plan, and construction safety plan for submission to the FAA and OWNER. Use FAA NW Mountain Region Predesign package and report format. Tasks Al -1, A1-4 and Al -6 above have increased the scope of work to prepare 30% design documents. 15. Incorporate 60% review comments from the FAA and OWNER into the Project documents. Tasks A1-1, A1-4, and A1-6 above have increased the scope of work to prepare 30% design documents. 16. Prepare 95% bid documents, technical specifications, and construction contract plans. Include FAA special conditions in bidding document. Original drawings shall be in AutoCAD format. The scope of this task has increased due to the inclusion of new Tasks A1-1 through A1- 9 listed above. 17. Incorporate 95% review comments from the FAA and OWNER into the Project documents. The scope of this task has increased due to the inclusion of new Tasks A1-1 through A1- 9 listed above. G:\Contracts & Task Orders\Yakima Air Terminal\11049E\2013-10-11 YAT APS Addendum Not docx 18. Complete final quantity calculations and prepare Engineer's estimate. The scope of this task has increased due to the inclusion of new Tasks A1-1 through A1- 9 listed above. 19. Conduct in-house quality control review. The scope of this task has increased due to the inclusion of new Tasks A1-1 through A1- 9 listed above. 20. Submit final documents to the OWNER and FAA for review and approval. This task has not changed. 21, The ENGINEER shall provide forty (40) sets of the approved plans and specifications to supply contractors requesting plans for purposes of bidding, shall furnish the FAA and the OWNER each with one set of plans and specifications for their files, and five (5) sets to the Contractor for use during construction. This task has not changed. 22. Assist Airport Staff with readiness to advertise for bids. a. Assure plans and specifications are complete and acceptable for bidding purposes. Assure approval from the FAA and Airport Staff prior to soliciting bids. b. Attend one (1) meeting with airport representatives to set bid dates. c. Attend up to two (2) Airport Staff meetings as necessary for progress updates. This task has not changed. 23. Coordinate and develop advertising for publications. Advertising fees to be paid by the OWNER. This task has not changed. 24. Deliver plans and specifications to plan centers and contractors. This task has not changed. 25. Assist Airport Staff in answering questions during bidding. Prepare addenda as necessary to clarify bid documents. The scope of this task has increased due to the inclusion of new Tasks A1-1 through A1- 9 listed above. 26. Conduct a pre-bid meeting with interested contractors and subcontractors to review the project plans, specifications, and contract documents; field review the project site and answer questions. The scope of this task has increased due to the inclusion of new Tasks A1-1 through A1- 9 listed above. 27. Conduct a bid opening and interpret bids for compliance with bidding documents. Analyze and check bid extensions and recommend lowest responsible bidder to the FAA and Airport Staff. This task has not changed. G:\Contracts & Task Orders\Yakima Air Terminal \11049E \2013-10-11 YAT APS Addendum Nol docx 5- The following is the REVISED Project Schedule for the Alpha Taxiway Rehabilitation Improvement Project for inclusion of items A1-1 through A1-9. Fee Proposal October 21, 2013 Finalize Addendum 1 -FAA Approval February 7, 2014 95% Design Submittal March 31, 2014 Advertise for Bids April 17, 2014 Bid Opening May 15, 2014 Begin Construction June 2014 SECTION II. COMPENSATION FOR ENGINEERING SERVICES A. The OWNER shall pay the ENGINEER for services as set forth in Sections 1A, 1B of the original design agreement, and Addendum No. 1, on a lump sum basis as follows: Alpha Taxiway Widening & Rehabilitation, Taxiway Lighting, Type 3 Signs, and Pavement Width Modification to Design Standards $499,219.00. Parameter Compensation Somme Original Agreement Estimated Value of Const. $3,000,000.00 Engineering Design Services $181,200.00 (6%) Addendum No. 1 $7,500,000.00 $318,015.00 (4.24%) Total $10,500,000.00 $499,219.00 (4.75%) Other than the specific amendments identified herein, all other terms, conditions, and requirements of the underlying contract and Addendum No. 1 shall remain in full force and effect throughout the term of the Contract's performance. IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 1, as of this day of r 2014. CITY OF YAKIMA Signature Printed Name: Tony O'Rourke Title: City Manager Date: Attest Printed Name: Sonya Claar Tee Title: City Clerk City Contract No. 2013-114 Resolution No, 2014- HUIBREGTSE, LOUMAN ASSOCIATES, INC. Printed Name: Jeffrey T. Louman, PE Title: Date: President G.\Contracts & Task Orders\Yakima Air Termina1111049E\2013-10-11 YAT APS Addendum Nol,docx 6 0 125 250 50* SCHEDULE A & B SCHEDULE C SCHEDULE D SCHEDULE E r . W7tST WASHtNBTON••AvE$UE-- • HLA Huibregtse, Launzan Associates, Inc. Civil Engineering • Land Surveying.Planning 801 North 39th Avenue Yakima, WA 98902 509.966,7000 Fax 509.965.3800 www.hlacivil.com - JOB NUMBER: 11049 DATE: 04-22-13 FILE NAMES: DRAWING: haNirr MAP d.9 REVISION DATE DESIGNED BY: ENTERED BY: SJR YAKIMA AIR TERMINAL TAXIWAY REHABILITATION FIGURE 1.0 SHEET 1 OF 1 4,11Vilp A r a • •i ii ,i •• • i. w.,. 4:1115. r it :41" -- '. . 9 t' 4 * '404; At 'Oil 9 •R • • • ,-----7-----....„ WEST- WASHINGTON AVENUE T M . 111r.P. r :...1." ..1 a '' ' -'.! U i,.,i '• ;" U I25 250 $oe KEYNOTES: 10 UPDATE SURFACE PAINTED HOLDING POSITION MARKING HEIGHT PER AC 150/5340-1K. 20 ADD NEW SURFACE PAINTED HOLDING POSITION MARKING PER AC 150/5340-1K. 0 EXTEND HOLD UNE PER AC 150/5340-1K. 0 UPDATE BLAST PAD MARKING PER AC 150/5340-1K. Q5 ADD TAXILANE EDGE MARKING PER AC 150/5340-1K. © UPDATE ILS HOLDING POSITION MARKING PER AC 150/5340-1K. 0 REPAINT CLOSURE MARKINGS PER AC 150/5340-1K. 0 REPAINT RUNWAY 9/27 EDGE UNES PER AC 150/5340-1K. FIGURE 2.0 HLA Huibregtse, Lowman Associates, Inc. Civil Engineering* Land SurveyingePlanning 801 North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com �J ll ,[MNAR LI SUBJECT JC C T TOO GSC MOSS OOK JOB NUMBER 11049 DATE: 01-18-13 FILE NAMES: DRAWING: VICINITY MAP.dwg YAKIMA AIR TERMINAL TAXIWAY REHABILITATION REVISION DATE DESIGNED BY: ENTERED BY: TJR PART 139 CERT. INSPECTION MARKING COMMENTS SHEET 1 OF 1