Loading...
HomeMy WebLinkAbout10/21/2014 05H Capital Improvements Engineering Services Agreement with AHBL, Inc.BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 5.H. For Meeting of: October 21, 2014 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII ITEM TITLE: SUBMITTED BY: SUMMARY EXPLANATION: Resolution authorizing a Professional Services Agreement with AHBL Inc. in an amount not to exceed $654,908 to provide planning and engineering services for capital improvements for the recommended capital improvements described in the 2013 citywide Stormwater Collection System Master Plan Debbie Cook, Director of Utilities and Engineering Shelley Willson, Wastewater Manager Dana Kallevig, Design Engineer The City of Yakima's 2014 Strategic Initiatives included Implementation of the Integrated Stormwater Plan to support other city initiatives. The Council approved $600,000 in the 2014 budget toward implementation of the master plan. The Wastewater Division requested proposals for planning, engineering and design services for three projects; North 1st Street, Randall Park and the Mill Site. These three projects are currently under engineering design for major capital construction that includes drainage components. The Wastewater Division requested proposals from 32 engineering firms listed on Municipal Research Services Center (MRSC) Roster and four firms were requested to interview. AHBL Inc. was selected as the most qualified firm to complete the planning and engineering services. The attached Professional Services Agreement with Exhibit A, B and C includes the scope of work and project schedule for the project. Total project cost is not to exceed $654,908.00 and will be completed in eighteen months from notice to proceed. The 2015 budget includes the balance of the $54,908 for professional services funding for the project. Resolution: X Ordinance: Other (Specify): Contract: Contract Term: 18 months Start Date: October 30, 2014 End Date: Item Budgeted: Yes Amount: $654,908.00 Funding Source/Fiscal Impact: Strategic Priority: Insurance Required? Yes Mail to: AHBL, Inc 2215 N 30th Doreen Gavin, PE Phone: 253-383-2422 APPROVED FOR SUBMITTAL: RECOMMENDATION: 442 - Stormwater Capital Improve the Built Environment Street #300 Tacoma, WA 98403 Attn City Manager Staff respectfully requests Council approval. ATTACHMENTS: Description Resolution Professional Services Agreement Exhibits A, B, and C Upload Date 10/8/2014 10/8/2014 10/8/2014 Type Cover Memo Cover Memo Cover Memo RESOLUTION NO. R -2014- A RESOLUTION authorizing the City Manager to execute a Professional Services Agreement with AHBL Inc. in an amount not to exceed $654,908.00 to provide planning and engineering services for the recommended capital improvements described in the 2013 citywide Stormwater Collection System Master Plan. WHEREAS, the City of Yakima maintains the stormwater collection system in accord with applicable Federal, State and Local regulations; and WHEREAS, the City of Yakima's stormwater collection system has undergone a complete study and a citywide Stormwater Collection System Master Plan has been developed identifying that the system is insufficient for the current and future needs for collecting stormwater; and WHEREAS, the City of Yakima desires planning and engineering services for the three main sites identified in the citywide Stormwater Collection System Master Plan; North 1St Street, Randall Park, and the Boise Cascade Mill Site; and WHEREAS, on July 14, 2014, the City held interviews with four consulting firms listed on the Municipal Research and Services Center (MRSC) of Washington roster as having the experience and expertise necessary to perform these services; and WHEREAS, as a result of these interviews, the City selected AHBL, Inc. as the most qualified Consultant to perform the required work; and WHEREAS, the City Council has determined that it is in the best interest of the City of Yakima to enter into a professional services contract agreement with AHBL Inc, to perform the required stormwater engineering and design for the City; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute a Professional Services Agreement between the City of Yakima and AHBL, Inc., in an amount not to exceed $654,908.00, to provide planning and engineering for the recommended capital improvements described in the 2013 citywide Stormwater Collection System Master Plan; a copy of the Agreement with Exhibits A, B, and C are attached hereto and by this reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 21St day of October, 2014. ATTEST: Micah Cawley, Mayor Sonya Claar Tee, City Clerk For City of Yakima Use Only: Contract Project No. - Resolution No. SOQ No. AGREEMENT BETWEEN CITY OF ¥AKIMA, WASHINGTON AND AHBL, Inc. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this day of , 2014, by and between the City of Yakima, Washington, a municipal corporation with its principal office at 129 North Second Stnae1, Yakima, WA 98901, hereinafter referred to as "CITY", and AHBL, Inc. with its principal office at 2215 N 301h Street #300, Tacoma Washington, 98403. hereinafter referred to as "ENGINEER"; said corporation and its principal engineers are licensed and registered to do business in the State of Washington, and will provide planning and engineering services under this Agreement for design work for the three high priority sites identified in the citywide Gbn,mwoterCoUieotion System Master Plan on behalf of the City of Yakima, Project No. 2384, herein referred to as the "PROJECT." WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto; and VVHEREAS. ENGINEER represents that it has available and offers to provide personnel with knowledge and experience necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CTY and ENGINEER agree as follows: SECTION 1 INCORPORATION OF RECITALS 1.1 The above recitals are incorporated into these operative provisions of the Agreement. SECTION SCOPE OF SERVICES 2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in writing by both par§eu, duties of ENGINEER shall not be construed to exceed those services specificalry set forth herein. 2]32 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign, Doreen Gavin, PE, as Principal -in -Charge throughout the term of this Agreement unless other personnel are approved by the CyTY. 2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A,entitled "Scope of Work" (WORK) which is attached hereto and made a part of this Agreement as if fully set forth herein. 2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by ENGINEER can be defined in detail at the time this Agreement is exoouhed, and that additiod WORK related to the Project and not covered in Exhibit A may be needed during performance of this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the PRQJECT, 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 costof, or and/or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall be modified in writing accordingly. 222 Compensation for each such request for Additional Services shall be negotiated by the CITY and the ENGINEER according to the hourly ratesset forth in Exhibit C, attached hereto and incorporated herein by this referonma, and if so authnriaed, 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 asserany claim for adjustment in writing within thirty (30) days from the date of the ENGINEER's receipt of the written notification of change, SECTION 3 CITY'S RESPONSIBILITIES 3.1 CITY-FURN|SHED 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 deterniined 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. 3.3 TIMELY REVIEW: The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specificationn, proposals, and other documents; obtain advice of an attorney, insurance oounoe|or, auoountant, auditor, bond and financial advisorn, and other consultants as CITY deems appropriate; and render in writing decisions required of CITY in a timely manner. Such examinations and dec(miono, however, shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional services meeting the standards of care for its profession. 3.4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this Agreement. CITY'S Representative shall have complete authority to transmit instructions and receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S knowledge. 3.5 Any doouments, oervices, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGPNEER 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 dooumenio, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conciusions there from. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4,1 In signing this Agreement, CITY grantENGINEER speciflc authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as amended. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASS AT SPECIFIC HOURLY RATES: For the services described in Exhibit A, compensation shall be according to Exhibit C - Schedule of Specific Hourly Flahao, attached hereto and incorporated herein by this reference. The estimated cost to perform this work,on a time spent bmo|o, plus reimbursement for direct non -salary expenses is as shown iri Exhibit B. 5.1.1 DIRECT NON -SALARY EXPENSES: Direct Non -Salary Expenses are those costs incurred on or directly for the PROJECT inu|uding, but not limited to, necessary transportation costs, including current rates for ENGINEER'S vehicles; meals and lodging; laboratory tests and analyses; Rrinting, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities; special CITY- requemtnd and PROJECT -related insurance and performance warranty costs; and other similar costs. Reimbursement for Direct Non -Salary Expenses will be on the basis of actual charges plus a reasonable markup, not to oxceed ten percent (10%) and on the basis of current rates when furnished by ENGINEER. Direct Non -Salary Expenses are shown in Exhibit B, 51.11 Travel costs, including transportation, |odQhng, 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 aIIowed cents per mile will be paid for the opera§on, maintenanon, 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 Ieast expensive form of ground transportaton. That reimbursement for meals inclusive of tips shall not exceed a maximum of forty dollars ($40) per day per person. This rate may be adjusted on a yearly basis. That accommodation shall be at a reasonably priced hotel/motel. That air travel shall be by coach class, and shall be used only when absolutely necessary. ° 51.2 Telephone uhargeo, computer charges, in-house reproduction ohaqgos, first class postage, and FAX charges are not included in the direct expense unste, but are corisidered included in the Schedure of Specific Houry Billing Rates. 5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for enQin*ehng, architecture, geotechnical services and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of actual costs billed plus a reasonable markup, not to exceed ten percent (10%) for services provided to the CITY through this Agreement. Estimated Subconsultant costs are shown in Exhibit B. 5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed six hundred fifty four thousand nine hundred eight Dollars ($654,908). 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, rior is the CITY obligated to pay the ENGINEER beyond these Iimits. 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, 5.8 The ENGINEER shall submit to the City's Representative an invoice each month for payment for PROJECT services completed through the accounting cut-off day of the previous month. Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The ENGINEER shall submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies of subconsultant imvniman, and any other supporting materials determined by the City necessary to substantiate the costs incurred. CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to ENGINEER the questionable item(s) and withholding payment for such item(s). The ENGINEER may resubmit such item(s) in a subsequent invoice together with additional supporting information required. 5.4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.096 per month or the maximum interest rate permitted by law, whichever is less; prnvided, however, that no interest shall accrue pursuant to Chapter 39.76 RCW when before the date of timety payment a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of RCW 39.76.020(4). 5.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty-five (45) days after satisfactory completion of the services required by this Agreement as evidenced by written acceptance by CITY and after such audit or verification as CITY may deem necessary and execution and delivery by the ENGINEER of a release of all known payment claims against CITY arising under or by virtue of this Agreement, other than such payment daimn. if any, as may be specifically exempted by the ENGINEER from the operation of the release in stated amounts to be set forth therein. 5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY of any ohoims, right, or remedy it may have against the ENGINEER under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this Agreement. SECTION 6 RESPONSIBILITY OF ENGINEER 6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all p|ano, design, drawings, specifications, nepnrto, and other services furnished by the ENGINEER under this Agreement. The ENGINEER shall, without additional nnmpmnoation, correct or review any errors, omisxinnn, or other deficiencies in its p|ann, deaigno, drawings, npmnifinaUono, reports, and other services. The ENG/NEER 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 taws, regulations, and permits. 6.2 CITY'S review or approval of, or payment for, any piano' drewlnQo, denigno, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGKNEER of responsibility for the technical adaguacy, completeness, or accuracy of its WORK and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. 6.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors, suboonsu|tantn, emp|oyeeo, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof and will not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom. 6.4 INDEMNIFICATION: (a) ENGINEER agrees to defend, indemnify, and hold harmless the CITY, its elected officials, aQemhs, nffimero, ennplovees, agents and volunteers (hereinafter "parties protected") from (1) claims, demands, liens, |awmuita, administrative and other proceedings,(including reasonable costs and attorneys fees) and (2) judgments, awards, Knoneo. UabiUUeo, damages, peno|bao, fines, costs and expenses of any kind claimed by third parties arising out of, or related to any dmeLh, in]ury, 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 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. (b) CITY agrees to indemnify and hold the ENGINEER harmless from loss, cost, or expenseof 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) Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. 6.5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' or workmens' compensation acts, disability benefit acts, or other employee benefit acts. The ENGINEER specifically and expressly waives its immunity under the Industrial Insurance Act, Title 51, RCW. Such waiver has been mutually negotiated by the ENGINEER and the CITY. 6.6 It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor. ENGINEER does not assume responsibility for methods or appliances used by a contractor, for a contractor's safety programs or methods, or for compliance by contractors with laws and regulations. CITY shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name CITY, the CITY'S and the ENGINEER'S officers, principals, employees, agents, representatives, and engineers as additional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability. 6.7 SUBSURFACE INVESTIGATIONS: In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has exercised the applicable and appropriate standard of professional care and judgment in such investigations. SECTION 7 PROJECT SCHEDULE AND BUDGET 7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component tasks shall be as set forth in this Agreement and attachments. The project schedule and performance dates for the individual tasks shall be mutually agreed to by the CITY and the ENGINEER within fifteen (15) days after execution of this Agreement. The performance dates and budgets for tasks may be modified only upon written agreement of the parties hereto. The performance date for tasks and the completion date for the entire PROJECT shall not be extended, nor the budget increased because of any unwarranted delays attributable to the ENGINEER, but may be extended or increased by the CITY in the event of a delay caused by special services requested by the CITY or because of unavoidable delay caused by any governmental action or othor conditions beyond the control of the ENGINEER which could not be reasonably anticipated. 7.2 Not later than the tenth (10) day of each calendar month during the performance of the PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current schedule and avmKtan 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, There shall be no neune, uhange, or alteration by the CITY or otheracting through or on behalf of the CITY without written permission of the ENG|NEEFl, which shall not be unreasonably withheld and will be at the CITYs soe risk. The CITY agrees to iridemnify the ENGINEER and its offioers, nmp|oyeem, subcontractors, and affiliated corporations from all claims, damages, (nsaao, and costs inc|uding, but not limited to, litigation expenses and attorney's fees arising out of or related to such unauthorized reuse, change, or alteration; provided, however, that the ENGINEER will not be indemnified for such claims, damages, losses, and costs including, without limitation, litigation expenses and attorney fees were caused by the ENGINEER's own negligent acts or omissions. 8,2 The ENGINEER agrees that ownership of any plans, drawings, designs, npenificabons, computer programs, technical repnds, operating manua|s, ou|ru|aUnno, notem, and other WORK submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement, whether or not complete, shall be vested in the CITY, 8,3 All rights to patents, trademarks, nopyrighto, and trade secrets owned by ENGNEER (hereinafter "Intellectual Property") as well as any modifioations, updates or enhancements to said Intellectual Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER does not grant CITY any right or Iicense to such Intellectual Property. SECTION 9 AUDIT AND ACCESS TO RECORDS 9.1 The ENG|NEER, including its oubooneuUants, shall maintain books, reuordx, 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 oepnanentotiwy, shall have access to such boohm, records, documen1s, and other evidence for inepmction, oudit, and copying for a period of three years after completion of the PROJECT. The CITY shall also have access to such booko, peoordo, and documents during the performance of the PROJECT VV{}RK, if deemed necessary by the CITY, to verify the ENGINEER'S WORK and invoices. 9,2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency. 9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ENGINEER is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, if any, of the ENGNEER. 9.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for WORK on the Project. 9.5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately substantiated shall be reimbursed to the CITY. SECTION 10 INSURANCE 10.1 At all times during performance of the Services, ENGINEER shall secure and maintain in effect insurance to protect the City and the ENGINEER from and against all clnmo, damagen, losses, and expenses arising out of or resulting from the performance of this Contract. ENGINEER shall provide and maintain in force insurance in limits no less than that stated be|nw, as applicable. The City reserves the rights to require higher limits should it deem it necessary in the best interest of the public. 10.1.1 Cornmercial General Liability Irisurance. Before this Contract is fully executed by the par0eo. ENGINEER shall provide the City with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total liability limit of the limits required in the po|ioy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage, and Two Million Dollars ($2,U0Q.000.00)general aggregate. The certificate shall clearly state who the provider is, the coverage mmount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City, its elected officials, officers, agento, ernp|nyeom, and volunteers as addilonal insureds. The insured shall not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-V|| or higher in Best's Guide and admitted in the State of Washington, 10.1.2. Comrnercial Automobile Liability Insurance. a. If ENGINEER owns any vehiclesbefore this Contract is fully executed by the parties, ENGINEER shall provide the City with a certificate of insurance as proof of commercial automobile Ilability insurance and commercial urnbnaHa liability insurance with a total liability limit of the limits required in the policy, subject to min/mum limits of Two Million Dollars ($2.800'000.00) per occurrence combined single limit bodily injury and property damage. Automobile liability will apply to Any Auto" and be shown on the certificate. b. If ENGINEER does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at the same limits as required in that section of this Contnaut, which is Section 10.1.1 entitled "Commercial General Liability Insurance", c. Under either situation described above in Section 10.1.2.a. and Section 10.1.2.b., the required certificate of insurance shall clearly state who the provider in, the coverage amount, the policy numbar, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this ContracL The policy shall name the City, its elected offinia|o, offioers, agento, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated /\-1/11 or higher in Best's Guide and admitted in the State of Washington. 10.1.3. Statutory workers' compensation arid employer's liability insurance as required by state law. 10.1.4. Professional Liability Coverage. Before this Contract is fully executed by the parties, ENGINEER shall provide the City with a certificate of insurance as proof of professional liability coverage with a total liability limit of the limits required in the pn|ioy, subject to minimum limits of Two Million Dollars ($2.000,000.00) per claim, and Two Million Dollars ($2.000.000.00) aggregate. The certificate shall clearly state who the provider is, the coverage mmnunt, 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 insuredshall not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-1/11 or higher in Best's Guide. If the policy is written on a claims made basis the coverage wII continue in force for an additional two years after the completion of this contract. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the CITY, its nfficers, emWnyees, agents, and representatives there under. The CITY and the CITY'S elected officials, offioers, principa|s, employees, nap/enenbaUveu, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the City until thirty (30) days after written notice to the CITY of such intended nonoeUudon, 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 AgreemenL 11.2 Any oubcnnuuKtants 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 naquontwd, 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 does not anticipate ENGINEER subcontracting with any additional persons or firms for the purpose of completing this Agreement. 11,4 The ENGINEER shall submit, along with its monthly invoicen, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of ail invoices thereto. SECTION 12 ASSIGNMENT 12.1 This Agreement is binding on the hnha, successors and assigns of the parties hereto. This Agreement may not be assigned by CITY or ENGINEER without prior written consent of the other, which consent will not be unreasonably withheld. It is expressly intended and agreed that no third party beneficiaries are created by this Agreement, and that the rights and remedies provided herein shall inure onlyto the benefit of the parties to this Agreement. SECTION 13 INTEGRATION 13.1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may not be modified or altered except in writing signed by both parties. SECTION 14 JURISDICTION AND VENUE 14.1 This Agreement shall be administered and interpreted under the laws of the State of Washington, JuhadioUnnnfK�igabonahfromVV beinaahinQtonS�If part �e.onythko Agreement is found to conflict with applicable laws, such part shall be inopen*tivm, 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 arising under this Agreement shall be Yakima County, State of Washington. SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15.1 During the performance of this AQreemont. ENGINEER and ENGINEER'S aubuomaultanta and subcontractors shall not discriminate in violation of any applicable fedmral, state and/or local law or regulation on the basis of age, sex, race, uread, na|iginn, color, national ndgin, marital utatos, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: amp|oyment, up8rmdinQ, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. ENGINEER agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. SECTION 16 SUSPENSION OF WORK 16.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY'S control are interfering with nunnel progress of the VVDF<K. ENGINEER may auspend, 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 compietion of the WORK shall be extended by the number of days WORK is suspended. If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to ronogotiaUnn, and both parties are granted the option to terminate WORK on the suspended portion of Froject 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 fauit of the terminating party. Hovvevmr, 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 consuitation and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement. 17.2 /n addition to termination under subsection 17.1 of this Section. CITY may terminate this Agreement for its convenience, in whole or in part, provided the ENGINEER is given: (1)not less than fifteen (15)calendar days written notice delivered by certified mai[ return receipt requested, of intent to terminate; and (2) an opportunityfor consuitation with CITY before termination. 17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price pursuant (0 the Agreement shall be made, but (1) no amount shaii 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 innurred, 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, indiroot|y, or consequentialIy 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 withheId payments. 17.4 ifthe ENGINEER terminates for defauit on the partof 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 seltiement costs the ENGINEER reasonably incurs relating to commitments which had become firm before the termination, unless CTY determines to assurne 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, dna*inga, apouh0ooboms, calculations, reports, motimotes, uummaries, and such other information, dncumentu, and materials as the ENGINEER or its subconsultants may have accumulated or prepared in performing this Agreement, whether completed or in prngraau, 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 oither 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 obUgationo, it is determined that the ENGINEER has not so failed, the termination shall be deemed to have been effected for the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be determined as set forth in subparagraph 17.4 of this Section. 17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services to the PROJECT, the EN(3)NEER shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of CITY. Pf CITY agrees to termination of this Agreement under this proviuion, payment shall be made as set forth in subparagraph 17.3 of this Section. SECTION 18 DISPUTE RESOLUTION 18.1 In the eventhat any dispute shaiF arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such ddferenoas, then the parties shall first pursue mediation as a means to resolve the dispute, If either of the afore mentioned methods are not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in wnidng, other avaitable means of dispute resolution may be implemented. SECTION 19 NOTICE 19.1 Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth beiow, Notice shall be considered issued and effective upon receipt thereof by the addressee -party, or seventy-two (72) hours after mailing by certified mail to the place of business set forth below, whichevor is earlier. CITY City of Yakima 2220 East Viola Yakima, WA 98901 Attn: Dana Kallevig, Project Manager ENGINEER: AHE3L. Inc. 2215N30~'Street #3DO Tacoma, WA 98403 Attn: Doreen Gavin, PE 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 Tony O'Rourke Signature Printed Name:. Printed Name: . Title: City Manager Title: Date: Attest City Clerk City Contract No. 2012 - Resolution No. R -2012 - Date: STATE OF WASHINGTON COUNTY OF YAKIMA | certify that | know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that he signed this inntnumenl, on oath stated that he was authorized to execute the inotnumant, and acknowledged it as the CITY MANAGER of the CITY OF YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the Dated: Seal or Stamp (Signature) Title Printed Name My commission expires: STATE OF WASHINGTON COUNTY OF YAKIMA /certify that | know nrhave satisfactory evidence that is the person who appeared before me, and said person cknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as the of to be the free and voluntary act of such party for the uses and purposes mentioned in the instr'ument. Dated: Seal or Stamp (Signature) Title Printed Name My commission expires: � ��� EXHIBIT A ScopeScope Work of City of Yakima Stormwater Design Project September 15, 2014 The City of Yakima (City) recently completed a citywide Stormwater Collection System Master Plan. The 2013 Master Plan describes the City's stormwater system and the hydrologk and hydraulic models used to evaluate the capacity of the existing stormwater system. Capital improvements are recommended to mitigate existing deficiencies, service for future growth, and meet the criteria established in the 2012 Yakima County StormvvmterManual. The recommended improvements were prioritized in the Master Plan. Priority 1 improvements will mitigate chronic flooding areas through the construction of larger diameter replacement storm pipes and through the construction of new or additional retention storage areas. As the City begins the implementation of capital improvements, the City selected three of the high priority pjects for pre -design and design. The three projects are described below: North f Street. This p'ect is located at the northeast end of the City. The stormwater basin drains through existing 8-, 10-, 12- and 24 -inch pipes and outflows into Rotary Lake. From Rotary Lake, the stormwater flows through two floodgates to the Yakima River. The project includes replacing the existing stormwater pipes with larger diameter pipes and expanding Rotary Lake for additional storage capacity. Construction of the project will be coordinated with the North 1st Street Gateway project. Randall Park. The City is planning improvements to Randall Park in the south central portion of the City, iricluding cleaning of the existing duck pond. The stormwater project includes a retrofit of the existing pond to provide water quality treatment and storage expansion to accommodate the future decommissioning of UICs within the tributary drainage area. The pond discharges to Wide HoIIow Creek. Expansion of the existing duck pond was icientified in the 2013 Master Plan as a Priority 1 project. Boise Cascade Mi rSYte. Redevelopment of the old Boise Cascade Mill site is anticipated to begin design within a 2- to 5 -year horizon. The Master Plan calls for the development of a new retention basin at the site and replacement of storm pipes throughout the drainage basin. The purpose of this project is to develop a conceptual design for new stormwater infrastructure leading to the Boise Cascade Mill site and through the site to an existing outfall to the Yakima River. The City shall be responsible responsible for the foliowing: o The City wiU provide to the Consultant the hydrologic mode (HEC -HMS) and the hydraulic model developed during the 2013 Master PIan and converted to EPA-SWMM. ThFs scope assumes public domain software will be used for the hydrologic and hydraulic models. O The City will provide to the Consultant data and reports in the City's possession relating to the project, including available record drawings, LIDAR, geotechnical engineering reports, and GIS files. Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by the City and other third parties. This information will include AutoCAD files of topographic surveys and North ist Street design plans and reports. w The City will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for Consultant's services. Exhibit A—Scope of Work September 15, 2014 City wrYakima StonnwaterDesign Project Page zof1l � Identified project deliverables shall be submitted to the City's Project Manager. The City's Project Manager will coordinate distribution of submitted materials to City staff. Unless otherwnoted, deliverables will be one electronic copy and one hard copy. The City is responsible for additional reprographics and distribution of the deliverabies. • For the Project Manual, the City will prepare and provide a copy of ther general conditions o The City will prepare the Environmental Permitting documentation including SEPA, Grading Permit, and other required permits. This contract will include the following tasks: Task 1: Project Management and Administration The Consultant will communicate with the City on a reguar basis. The Consultant shall utilize the telephone, email, faxor other appropriate modes of communication to provide clear, concise, and timely responses to the City Project Manager. Project meetings between the Consuttant and the City Project Manager shall be held approximately once every two months for the project duration. We assume the project duration will be 18 months. The modeling subcnnsuitant, NHC, will attend six meetings and site visits. A Work Plan Schedule wilbe prepared listing each task and dates for deliverables. Monthly progress reports shall be submitted describing the work completedwork in progressanticipated project needs and any other pertinent information that is necessary to justify the invoice and support the project's completion. Task 2; North Street Basin Task 2A: Field Investigation, Feasibility Analysis, and Pre -Design Report (30%) Objective The objectives of this task are to evaluate the storm pipe capacity and confirm the potential for flooding within the drainage area tributary to Rotary Lake. Once the capacity issues have been determined, a minimum of three alternatives will be developed to the concept leveand evaluated for performance and cost effectiveness. The preferred alternative will be designed with interim submittals at 30%, 60%, 90%, and Bid Ready (100%). Our goal is to complete this task prior to June 30, 2815, to maximize the opportunity for the City to incorporate the project with the construction plans for the North 1'' Street Gateway project. Additionally, the conversion of Rotary Lake to a designated retention facflity is proposed by the 2013 Master Plan as a Priority 1 project. The design analysis will assess the need to provide additional retention capacity and/or water quality treatment at Rotary Lake. A. Review the City's GIS maps, land use, hydrologic and hydraulic models, and stormwater system to delineate the stormwater basin tributary to the Rotary Lake outfall. Review the North 1s' Street plans, drainage calculations, and geotechnical engineering report. Ex*ibkA—Scopen[Wnrk September z5,7019 City of Yakima Sormwter Design Proect Page 2 of 11 EL Review the previously developed H&H models and the Joint Probability and Levee Inter/or Drainage Study. Together with the City, we will formulate project objectives and develop project speciflc hydraulic design criteria. We will develop subbasin scae models to size and evaluate the performance of proposed stormwater pipes, including up to three alternative alignments/sizes. The analysis will consider tailwater conditions based upon the coincident lake and river levels. The alternatives are likely to consist of: 1) Replacement of existing storm pipe in North 1st Street, 2) New storm pipe alignmentinNnrth6mAvenuevvithanewoutlettoBeroundLakctnnaolacm the North 15t Street storm pipe. 3) Split conveyance system between North 15t Street and North 6m Avenue or another C. If the North 6th Avenue alignment is the preferred alternative, perform a topographic survey of the rigapproximately 4,000 feet long from Tamarack Avenue to Berglund Lake. The following items are included: 1) Locate section monuments necessary to calculate rights-of-way, to include those portions of North 6th Avenue and Gordon Road, railroad right- of-way, and Highway 12 abutting. 2) Set a minimum of two horizontal control points/benchmarks in the vicinity of the project for future construction, Horizontal datum will be Washington State Plane Coordinate System and NAVD88 for vertical. 3) Obtain utility information from public sources and supplement with field data where necessary. Utility information shall include, but is not limited to, structures and piping associated with storm sewer, sanitary sewer, electrical distribution, domestic water, fiber optics, and gas services. 4) Conduct field survey of North 6th Avenue and Gordon Road abutting project site, and for 50 feet distant. Survey existing physical improvements, to include paving, curbing, striping, visible utilities, fencing, and other physical features. Locate grade breakstop and toe of siopes, ditches, and other pertinent ground features. 5) Conduct field survey of the existing Berglund Lake bottom, lake shore up to top of bank, and associated floodgate. Locate the two floodgates for Rotary Lake. Individual trees shall not be located. 6) Prepare a final map that accurately depicts rights-of-way, topographic features, utility structures, visible utility lines, spot elevations, and existing ground contours at intervals of 1 foot. Drawing scale and sheet size shall be 20 scale on 22 -inch by 34 -inch, unless otherwise indicated. 7) Provide an original stamped and signed final hard copy, a PDF verion, and an AutoCAD 2014 version to client. D. Perform preliminary calculations to size the proposed conveyance system alternatives. E. Perform preliminary calculations to evaluate the water quality treatment potential offered by Berglund and Rotary Lakes. ExhibkA—Scopeof Work September z5,ZOz* F. Prepare 3O% Drainage Plans. These plans will include sufficient detail to prepare cost opinions. G. Develop a preliminary Bid Item List, Summary of Quantities, and Engineers Estimate based on the 30% Design Plans. In providing opinions of cost, Consultant has no control over cost or price of labor and materials, unknown or tatent conditions of existing equipment or structures that may affect operation or maintenance costs, competitive bidding procedures and market conditions, time or quality 0? performance by operating personnel or third parties, and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, Consultant makes no warranty that the City's actual project costs will not vary from Consultant's opinions, analyses, projections, or estimates. H. Prepare a Pre -Design Report and submit to the CFty's Project Manager for review. The Pre - Design Report will follow the Department of Ecology (Ecolo re-0esignReportwiUfollowtheDepartmentofEcology(Ecoln y) outline for future submittal to Ecology as part of a grant application package. Deliverables 1. Topographic Survey and Map. 2. Technical Memo of the modeling to be incorporated into the final design memo. 3. Technical Memo of the Alternatives Analysis of up to three alternative alignments. 4. Pre -Design Report. 5. 30% Drainage Plans for the preferred alignment and estimate. Task 2B: 60% Design Plans, Specifications, and Estimate Objective The objectives of this task are to incorporate the City's comments on the 30% design, further develop the design, and prepare the 60% plans, specifications, and Engineers Estimate for subrnittal to the City. We are assuming that the traffic control plans will be prepared by the City or the Contractor and are excluding them from our scope. A. Meet with the City's Project Manager and review City comments. B. Prepare 60% Plans incorporating City comments and further progressing the design, including the following: D Cover Sheet 2) Temporary Erosion and Sedimentation Coritrol(TESC)Pkan, and Demolition P!an. 3) Plan and Profile for storm pipe. 4) Details, Elevations, and Notes, including TESC and outlet. C. Update the Bid Item List, Summary of Quantities, and Engineers Estimate based on the 60% Design Plans. Exhibit A — Scope of Work September 15, 2014 City of Ykima Stormwater Design Project Page 4 of 11 O. Prepare 60% Contract Provisions, incIudng the Cfty's furnished General Conditions and Division 1 provisions. The Consultant will prepare project -specific Special Provisions as needed. Deliverables 1. 60% Design Plans, Notes, and Details, including Cover, TESC, Demolition, and Storm Plan and Profiles. 2. 60% Engineers Estimate and Bid Item List. 3. 60% Contract Provisions including WSDOT/APWA Amendments, General Conditions, and Special Provisions. 4. Update the Design Task 2C: 90% and Bid Ready (100%) Design Plans, Specifications, and Estimate Objective The objectives of this task are to incorporate the City's comments on the 60% design, complete all analyses and details, and prepare the 90% and the Bid Ready (100%) plans, specifications, and Engineers Estimate for submittal to the City. Only minor revisions are anticipated for the Bid Ready (18096) plans, spedfications, and estimate. A. Meet with the City's Project Manager to review City comments. R. Prepare 90% and Bid Ready (100%) Contract Provisions, including the City's General Conditions and recent Amendments to the State Specifications. The Consultant will prepare project -specific Special Provisions as needed. C. Revise the Plans Specifications, and Estimate to address and incorporate City comments on the 60% submittal, and prepare the 90% and Bid Ready (100%) Contract Documents. Deliverables 1. 90% and Bid Read(100%) Design Plans, Noteand Details, including Cover, TESC Demolition, and Storm Plan and Profiles. 2. 9896and Bid Ready (100%)Engineers Estimate and Bid Item List. 3. 90% and Bid Ready (i00%) Contract Provisions including the City's furnished General Conditions and Division 1 provisions, and Special Provisions, Task 3: Randall Park Stormwater Pond Retrofit Task 3A: Field Investigation, Feasibility Analysis, and Pre -Design Report (30%) Objective The objective of this task is to design a stormwater retrofit of the existing duck pond to add storage capacity and water quality treatment. The additional storage is desired to accommodate the future decommissioning of UICs within the drainage basin. Another equally important goal of the stormwater Exhibit A — Scope of Work September ls2014 retrofit is to provide water quality treatment for stormwater flowing into the pond. The capacity of the stormwater conveyance system from the pond to Wide Hollow Creek will be evaluated. The concept design consists of a multi -cell pond that includes a constructed wetland cell with plantings for treatment. The stormwater pond retrofit will be designed with interim submittals at 30%, 60%, 90%, and Bid Ready (108%). Our goal is to complete the preliminary design by November 1, 2014, to allow the City to submit for an Ecology grant for construction funding, and to complete Bid Ready (100%) documents by May 31, 2015, to maximize the opportunity for the City to incorporate the project with the construction plans for irnprovements within Randall Park. This schedule assumes that the Inf0SWMM and HEC'1-IM5 models, input data, and respective documentation are delivered to NHC and AHBL on the day of Notice to Proceed. A. Review the City's GIS maps, land use, hydrologic and hydrauiic models, and stormwater system to delineate the stormwater basin tributary to the Randall Park duck pond, including drainage improvement district and irrigation flows. It is assumed that the basin delineation, land classification, typology, and hydrology will be according to previous work by AKEL. B. Review the previously developed H&H models. Together with the City, we will formulate project objectives and develop project specific hydraulic design criteria. Develop subbasinmodels to determine the additional capacity needed at the duck pond to preverit flooding and accommodate the decommissioning of UICs. The models will be used to size and evaluate the performance of proposed stormwater pond retrofit,. C. Revew the available topographic survey of Randall Park. Perform supplemental topogi-aphic survey of the duck pond, drainage pipe outtetsto the pond, and the stormwater pipe from the pond to Wide Hollow Creek. The following survey work is anticipated: 1) Locate section monuments necessary to calculate park perimeter boundary and rights-of-way for streets abutting, to include those portions ufSouth 44th Avenue and South 48th Avenue. 2) Set a minimum of two horizontal control points/benchmarks in the vicinity of the project for future construction. Horizontal datum will be Washington State Plane Coordinate System and NAVD88 for vertical. 3) Obtain utility information from public sources and sunt with field data where necessary. Utility information shall include, but is not limited to, structures and piping associated with storm sewer, sanitary sewer, electrical distribution, domestic water, fiber optics, and gas services. 4) Conduct field survey of South 44th and South 48th Avenues abutting project site, and for 50 feet distant. Survey existing physical improvements, to include paving, curbing, striping, visible utilities, fendng, and other physical features. Locate grade breaks, top and toe o siopes, ditches, and other pertinent ground features. 5) Conduct fleld survey of the existing bottom of ponds, pond or drainage geohape and associated inlet and outlets. 6) Locate adjacent park features, to include path, picnic shelter, and other distinct park features. Individual trees shall not be located. Locate perimeter subdivision fencing along northerly boundary. Exhibit A — Scope of Work September 15,1814 7) Prepare a flnal map that accurately depicts roadways, topographic features, utility structures, visible utility lines, spot elevations, and existing ground contours at intervals of 1 foot. Drawing scale and sheet size shali be 20 scale on 22 -inch by 34 -inch, unless otherwise indicated. 8) Provide an originalstamoedandsignedWnayhondcnpy, a PDF version, and an AutoCAD 2014 version to client. D. Geotechnical Investigation and report characterizing the site soils, identifying the depth to groundwater, and providing a recommendation for a design infiltration rate. This estimate includes one day of test pits excavation to a maximum depth of 15 feet, and infiltration testing in accordance with the Eastern Washington Stormwater Design Manual Single -Ring Infiltrometer Method. E. Perform preliminary calculations to size the sormwater pond, including multiple pond cells, outlet, emergency overflow, and control structure. F Assist the City with preparation of an Ecology Construction Fund Grant Application, G. Prepare 30% Drainage Plans. These plans wilI include sufficient detail to prepare cost opinions. H. Develop a preliminary Bid Item List, Summary of Quantities, and Engineers Estimate based on the 30% Design Plans. I. Prepare a Pre -Design Report following Ecology guidelines and submit to you for review. Deliverables 1. Topographic Survey and Map. 2. Geotechnical Investigation Report, including test pit soil logs, laboratory analysis, and design recommendations. 3. Hydrologic and hydraulic models to deveop design flows for the conveyance system and the retention pond and technical memo describing the modeling. 4. Pre -Design Report and 30% Drainage Plans. 5. 30% Engineers Estimate. Task 3B: 60% Design Plans, Cost Estimate, and Report Objective The objectives of this task are to incorporate the City's comments on the 30% design, further develop the design, and prepare the 60% plans, specifications, and Engineers Estimate for submittal to the City. We are assuming that the traffic control plans will be prepared by the City or Contractor. A. Meet with the City's Project Manager and review City comments. Exhibit ~ September 15, 2014 City of Yakirna Stormwater Design ProjectPage 7 of 11 B. Prepare 60% Plans incorporating City comments and further progressing the design, including the following: 1) Cover Sheet. 2) Temporary Erosion and Sedimentation Control (TESC) Plan and Demolition Plan. 3) Stormwater Pond Grading Plans. 4) Stormwater Conveyance Pipe Plan and Profile (assumes up to 600 feet). 5) Details, Sections, Control Structure, and Notes. 6) Update the Bid Item List, Summary of Quantities, and Engineers Estimate based on the 60% Design Plans. 7) Prepare 60% Contract Provisions, including the City's furnished General Conditions and Division 1 provisions. The Consultant will prepare project -specific Special Provisions as needed. Deliverables 1. 60% Design Plans, Notes, and Details, including Cover, TESC, Demolition, Storm Pond Grading Plan, Planting Plans, and Storm Pipe Plan and Profile. 2. 60% Engineers Estimate and Bid Item List. 3. 60% Project Manual including WSDOT/APWA Amendments, General Conditions, and Special Provisions. 4. Updated Drainage Report. Task 3C: 90% and Bid Ready (100%) Design Plans, Specifications, and Estimate Objective The objectives of this task are to incorporate the City's comments on the 60% design, complete all analyses and details, and prepare the Bid Ready (100%) plans, specifications, and Engineers Estimate for submittal to the City. Sub -Tasks A. Meet with the City's Project Manager to review City comments. B. Prepare 90% and Bid Ready (100%) Project Manual, including the City's General Conditions and recent Amendments to the State Specifications. The Consultant will prepare project -specific Special Provisions as needed. C. Revise the Plans, Specifications, and Estimate to address and incorporate City comments on the 60% submittal, and prepare the 90% and Bid Ready (100%) Contract Documents. Deliverables 1. 90% and Bid Ready (100%) Design Plans, Notes, and Details, including Cover, TESC, Demolition, and Storm Pond Grading Plans, and Plan and Profile. Exhibit A — Scope of Work September 15, 2014 City of Yakima Stormwater Design Project Page 8 of 11 Z. 9D%and Bid Ready (1U0%)Engineers Estmate and Brd Item List. 3. 90% and Bid Ready (100%) Contract Provisions including the Cty's furnished General CondJtions and Division 1 provsions, and Special Provisions. Task 4; Boise Cascade Mill Site - Field Investigation, Feasibilitv Analysis & Concept Design (30%2 Objective The objective of this project is to develop a conceptual design for new stormwater infrastructure leading to the Boise Cascade Mill site and through the site with an outfall to the Yakima River. A. Review the City's GIS maps, land use, hydrologic and hydraulic models, and stormwater system to delineate the stormwater basin tributary to the Yakima River outfall at the Boise Cascade site, including Fruitvale Canal. Collect, evaluate, and review all relevant precipitation, stage, groundwater level, and flow data available, and assess data gaps in the model B. Break out the subrnodel for the project area from the AKEL model. The subbasin models will be used to determine the detention capacity and storm conveyance pipe sizes needed to prevent flooding at the site and within the tributary basin, and to accommodate the decommissioning of UICs within the basin. Taikwatercnnd/bons, design storm, and stormwater objectives will be determined. The models will be used to size and evaluate the performance of the proposed stormwater facilities. C. Technical Memorandum on existing site conditions and rernediation. Memorandum 10 indude recommendations and limitations on the feasibility for stormwater infiltration at the site. This report will be based on existing work performed by Landau, Inc. on the site, no additional field work to be performed. D. Review the available topographic survey of the Boise Cascade Mill Site. Perform supplemental topographic survey hmited to a 5 -acre area for the pond and a 200 -foot wide alignment from East H Street to the southeast portion of the site, approimately 4,000 feet. The following survey work is anticipated: 1) Locate section monuments necessary to calculate adjacent property frontage boundaries or right-of-ways to include those portions of East H Street. 2) Set a minimum of two horizontal control points/benchmarks in the vicinity of the project for future construction. Horizontal datum will be Washington State Plane Coordinate System and NAVD88 for vertical. 3) Obtain utility information from public sources and supplement with field data where necessary. Utility information shall include, but is not Iimited to, structures and piping associated with storm sewer, sanitary sewer, electrical distribution, domestic water, fiber optics, and gas services. 4) Conduct limited field survey of storm, sewer and water utiUties in East H Street right-of-way, beginning at Boise Cascade Mill site and extending west 500 feet. Survey existing and visible physical improvements and marked utilities. Exhibit A — Scope of Work September 15,Z014 5) Conduct field survey of an approximate 5 -acre area identified as proposed pond. Locate that portion af Industrial Way bisecting, grade breaks, top and toe of siopes,ditches, and other pertinent ground features. Survey shall extend to East H Street Corridor opo survey to east. 6) Prepare a final map that accurately depicts rights-of-way, roadways, topographic features, utility structures, visible utility lines, spot elevations, and existing ground contours at intervals of 1 foot. Drawing scale and sheet size shall be 20 scale on 22 -inch by 34 -inch, unless otherwise indicated. 7) Provide an original stamped and signed final hard copy, a PDF version, and an AutoCAD 2014 version to client. E. Perform preliminary calculations to size the stormwater retention pond and new stormwater conveyance system. F. Prepare 30% Drainage Plans. These plans will include sufficient detail to prepre cost opinions. Up to eight sheetare anticipated. G. Prepare a Pre -Design Report following Ecology guidelines and submit to you for review. H. Prepare and submit to you a Drainage Report and Exhibits for your review. Deliverables 1. Topographic Survey and Map. 2. Technical Memo on environmental and infiltration limitations. 3. Technical Memo on modeling. 4. Pre -Design Report and 30% Drainage Plans. Task 5: Illasaqe nt Reserve Fund Objective The o of this task is to provide a contingency fund that may be used for unanticipated stormwater engineering work or for geotechnical and environmental investigations. If additional fieldwork is necessary to evaluate soils, evaluate the presence of environmentally sensitive areas, perform additional engineering analysis and design, or prepare permit applications, a separate scope and fee estimate will be prepared by the Consultant for review and approval by the City Project Manager. The following are potential studies and/or applications that may be included under a separate scope under Task 5: A. Hydrologic calculations and field investigations to evaluate flood locations within the City and develop design soiutions. B. Assist the City with monitoring drainage flows and rain gage data. C. Critica Areas Review. D. Permit Applications. Exhibit A — Scope of Work September zs. 2014 E. Biddng and Construction Phase Services. F. Geotechnical investigation at North 6m Avenue or the Boise Cascade Mill site. Deliverables 1. To be determined. Q: \20141\2140382 \Proposals_ContraCts\Anals120140915 Scope of Work (ExA) 2140382.10.docx Exhibit A — Scope of Work September 1S'2014 City orYakima StormwaterDesign Project Page 11 of 11 EXHIBIT B Budget Summary City of Yakima Stormwater Design Project September 15, 2014 Task 1: Project Management and Administration -18 Months Deliverables: 1. Monthly Progress Reports 2. Project Schedule 3. Meeting Minutes CIVIL STAFF OTHER STAFF Work Element D. Gavin D. Nason E. Fitzpatrick J. Dial F, Katona K. Kaul Katzenberger PR PM PE4 PE3 Eng Tech 2 Gr Des Word Proc Project Setup - Filing & Invoices 6 Monthly Invoices & Progress Reports 24 Develop Project Schedule 2 12 Project Meetings - 9 assumed @ 4 hours 36 36 5 Teleconference Meetings -12 assumed @ 1 hour 12 12 General Project Management- Consultant Coordination 6 16 4 TOTALS: 86 0 76 0 0 0 9 0 0 TOTALS. $17,630 $0 $9,880 So $0 $0 $765 50 $p Expenses (Materials, Travel, Postage, etc.) Travel Quantity Rate Cost Travel to 9 mtge. 400 miles from Spokane; 320 miles from Tacoma 6480 $0.56 $3,629 Travel to Project Site 0 $0.56 50 53,629 Subtotal Subconsultants (ID% Markup) NHC - Project Admin & Metings & Travel 549,126 Subtotal Expense Total: 549,126 52,755 TASK 1 TOTAL BUDGET: $8 030 Budget Summary City of Yakima Sto water Design Project Subtotal: $27,510 Subtotal: 5765 September 15, 2014 Page 1 of 9 Budget Summary City of Yakima Stormwater Design Project September 15, 2014 Task 2A: North First Street Basin: H&H Model Review, Field Investigation, Alternative Analysis, and 30% Design - 4 Months Deliverables: 1. Topographic Survey Map 2. Technical Memo -Alternative Analysis and Modeling 3. 30% Design Report 4. 30% Plans, Estimate, and Bid item List CIVIL STAFF SURVEY STAFF Work Element D. Gavin D. Nason E. Fitzpatrick J. Dial F. Katona J. Becker 2 -Man Survey T. Duncan PR PM PE4 PE3 Eng Tech 2 PR Su Crew Su Tech 3 Review Available Data 2 12 Site Reconnaissance Visit 10 10 Supplemental Topographic Survey & Mapping Allowance, up to 1 mile of street ROW & two outlets & 3 flood gates 2 5 60 40 Formulate design objectives, Design Criteria, & Alternative Analysis: Pipe route, size 16 24 Coordinate & Review Geotechnical lnvestigation 2 4 30% Plans. (Cover, Plan & Profile, Details) - Assumes up to 1 mile of new storm pipe, limited pond outlet modifications (10 sheets) 4 64 20 Pre -Design Report 2 20 4 Bid Quantity List and Estimate 2 24 Quality Review 4 8 TOTALS: 32 8 136 58 0 5 60 40 TOTALS: $6,560 $1,320 $17,680 56,670 50 51,025 511,400 54,400 Subtotal: $32,230 Expenses (Materials, Travel, Postage, Etc.) Travel Quantity Rate Cost Travel - 1 Site Visit + survey crew Subtotal 1400 50.56 5784 $784 Supplies Photocopying Expense Survey Materials Plans Subtotal 100 50.40 $40 5100 20 5200 $40 $180 Subconsultants (10% Markup) NHC - Hydrology & Hydraulic Design Recommendations 559,992 Subtotal $59,992 Expense Total: $60,956 TASK 2A TOTAL BUDGET: $110,011 Budget Summary Subtotal: 516,825 September 15, 2014 City of Yakima Stormwater Design Project Page 2 of 9 Budget Summary City of Yakima Stormwater Design Project September 15, 2014 Task 213: North First Street: 60% Design - 2 Months Deliverables: 1, 60% Plans, Specifications, Estimate, and Bid List CIVIL STAFF OTHER STAFF Work Element D. Gavin D. Nason E. Fitzpatrick J. Dial F. Katona L. Katzenberger ., PR PM PE4 PE3 Eng Tech 2 Word Proc 30% Review Meeting & Site Visit 8 14 60% Plans - Assumes a new system on North 6th Avenue Cover, Set Up 1 8 Plan & Profile Drawings (7) 8 70 8 TESCP & Site Demolition (4) 1 1 64 6 Outfall Plan 6 24 8 Notes & Details (4) 1 8 30 Bid Quantity List and Estimate 1 1 16 Specifications 4 24 2 24 Quality Review 8 16 TOTALS: 37 16 131 90 60 24 0 0 TOTALS: 57,585 52,640 517,030 510,350 55,880 52,040 $0 $0 Subtotal: 543,485 Expenses (Materials, Travel, Postage, Etc.) Travel Quantity Rate Cost Travel - 1 Site Visit & Meeting 720 50.56 $404 Subtotal 5404 Supplies Photocopying Expense Plans Subtotal 400 50.40 5160 30 $2.00 $60 $220 Subconsultants (10% Markup) NHC - Design review/Assistance $6,444 Subtotal 58,444 Expense Total: $7,068 TASK 2B TOTAL BUDGET: $52,593 Subtotal: 52,040 Budget Summary September 15, 2014 City of Yakima Stormwater Design Project Page 3 of 9 Budget Summary City of Yakima Stormwater Design Project September 15, 2014 Task 2C: North First Street: 90% and Bid Ready - 3 Months Deliverables 1. 90% and Bid Ready Plans, Specifications, Estimate, and Bid List CIVIL STAFF _ OTHER STAFF Work Element D. Gavin D. Nason E. Fitzpatrick J. Dial F. Katona L. Kataenberger PR PM PE4 PE3 Eng Tech 2 Word Proc 60% & 90% Review Meeting & Site Visit 8 16 90% & Ad Ready Plans - Assumes a new system on North 6th Avenue Cover, Set Up 1 Plan & Profile Drawings (8) 1 16 8 TESCP & Site Demolition (4) 1 8 2 Outfall Plan 1 6 2 Notes & Details (4) 1 4 Bid Quantity List and Estimate 4 2 16 Specifications 4 24 24 Quality Review 16 TOTALS: 18 16 66 24 17 24 0 0 TOTALS: 53,690 54610 $8,580 52,760 51,666 54040 50 $0 Subtotal: $19,336 Expenses (Materials, Travel, Postage, Etc.) Travel Quantity Rate Cost Travel -1 Site Visit & Meeting 720 _ $0.64 5464 0 $0.64 $0 Subtotal $464 Supplies Photocopying Expense Plans Subtotal 400 50.25 5100 20 $2.00 $40 $140 Subcansultants (10% Markup) Subtotal $0 Expense Total: 604 TASK 2C TOTAL BUDGET: $21,980 SUBTOTAL NORTH FIRST STREET: TASKS 2A - 2C $184,584 Subtotal: $2,040 Budget Summary September 15, 2014 City of Yakima Stormwater Design Project Page 4 of 9 TASK 3A TOTAL BUDGET: $82,032'' Budget Summary City of Yakima Stormwater Design Project September 15, 2014 Task 3A: Randall Park Stormwater Pond - Investigation, Modeling, 30% Plans & Estimate - 2 Months Deliverables: 1. Topographic Survey Map 2. Geotechnical Investigation Report 3. Technical Memo - Modeling and Alternative Analysis 4. 30% Plans, Estimate, and Bid List 5. Ecology Grant Application CIVIL STAFF SURVEY STAFF Work Element D. Gavin D. Nason E. Fitzpatrick J. Dial F. Katona J. Becker 2 -Man Survey T. Duncan PR PM PE4 PE3 Eng Tech 2 PR Su Crew Su Tech 3 Review Available Data 2 12 Site Reconnaissance Visit 10 10 Supplemental Topographic Survey & Mapping Allowance, up to 2 days 4 4 44 32 Formulate Design Objectives, Design Criteria & Alternative Analysis 8 16 Coordinate & Review Geotechnical Investigation 2 4 30% Plans (Cover, Plan & Profile, Pond Grading & Details] (6 sheets) 4 64 16 24 Ecology Construction Fund Grant Application 8 16 Pre -Design Report 4 20 4 Bid Quantity List and Estimate2 2 16 Quality Review 2 10 TOTALS: 32 10 148 46 24 4 44 32 TOTALS: $6,560 $1,650 $19,240 $5,290 $2,352 $820 $8,360 93,520 Subtotal: $35,092 Expenses (Materials, Travel, Postage, Etc.) Travel Quantity Rate Cost Travel - Offsite meetings, etc., survey Subtotal 1760 $0.56 $986 $986 Supplies Photocopying Expense (col or pages) Plans Subtotal 80 $0.45 $36 12 $2.00 $24 $60 Subconsultants (10% Markup} NI -IC $21,479 PBS Engineering + Environmental $11,715 Subtotal $33,194 Expense Total: 934,240 Subtotal: 2,700 Budget Summary September 15, 2014 City of Yakima Stormwater Design Project Page 5 of 9 Budget Summary City of Yakima Stormwater Design Project September 15, 2014 Task 3B: Randal] Park Stormwater Pond - investigation, Modeling, 60% Plans & Estimate - 2 Months Deliverables: 1. 60% Plans, Notes, and Details 2. 60% Engineers Estimate 3. 60% Project Manual 4. Updated Drainage Report CIVIL STAFF LANDSCAPE & OTHER STAFF D. Gavin D. Nason E. Fitzpatrick J. Dial F. Katona J. Morse 5, Schroedel L. Kataenberger PR PM PE4 PE3 Eng Tech 2 Dir La Arch La PM2 Word Proc 30% Review Meeting &Site Visit 2 _ 12 8 60% Plans Cover 1 TESC & Demolition 1 14 2 Pond Grading Plans (3) 1 24 Pond Sections, Outlet & Details (2) 1 2 12 8 Planting Plans & Details (8) 1 1 64 8 64 Storm Pipe Plan & Profile Sheets (2) 2 32 8 Notes & Details (4) 16 4 Bid Quantity List and Estimate 1 1 16 Technical Specifications & Updated Drainage Report 2 24 8 24 16 Quality Review 1 10 TOTALS: 9 10 70 90 87 24 88 16 TOTALS: $1,845 $1650 $9,100 $10,350 $8,526 $3,840 $11,000 51,360 Subtotal: $31,471 Expenses (Materials, Travel, Postage, Etc.) Travel Quantity Rate Cost Travel - Offsite meetings, etc. Subtotal 760 $0.56 $426 $426 Supplies Photocopying Expense (color pages) Warts Subtotal 200 $6.45 $90 46 $2.00 $92 $182 Subconsuftants (10% Markup) NHC $ 21,479 Subtotal $21,479 Expense Total: $22,087 TASK 3B TOTAL BUDGET: $69,758 Subtotal: $16,200 Budget Summary September 15, 2014 City of Yakima Stormwater Design Project Page 6 of 9 Budget Summary City of Yakima Stormwater Design Project September 15, 2014 Task 3C: Randall Park Stormwater Pond - 90% and Bid Ready Plans, Specifications, and Estimate - 3 Months Deliverables: 1. 90% and Bid Ready Plans, Notes, and Details 2. 90% and Bid Ready Engineers Estimate 3. 90% and Bid Ready Project Manual 4. Updated Drainage Report CIVIL STAFF LANDSCAPE & OTHER STAFF D. Gavin D. Nason E. Fitzpatrick J. Dial F. Katona J. Morse S. Schroedel L. Katzenberger PR PM PE4 PE3 Eng Tech 2 Dir La Arch Le PM2 Word Proc 30% Review Meeting & Site Visit 2 12 8 60% Plans 10 10 ~ Cover 1 TESC & Demolition 2 4 Pond Grading Plans (3) 4 64 40 Pond Sections, Outlet & Details (2) Planting Plans & Details {8) 8 60 Storm Pipe Plan & Profile Sheets. (2) Notes & Details (4) Bid Quantity List and Estimate 2 2 16 _ Technical Specifications & Updated Drainage Report 4 16 4 30 16 Quality Review 1 10 6 TOTALS: 11 10 97 82 0 26 90 16 TOTALS: $2,255 $1,650 512,610 $9,430 $0 54,160 511,250 51,360 Subtotal: Expenses (Materials, Travel, Postage, Etc.) Travel Quantity Rate Cost Travel - Offsite meetings, etc. Subtotal 760 $0,56 $426 $426 Supplies Photocopying Expense (color pages) Plans Subtotal 200 $0.45 $90 46 $2,00 592 5182 Subconsultants (10°r6 Markup} Subtotal Expense Total: $608 TASK 3C TOTAL BUDGET: $43,323 SUBTOTAL RANDALL PARK: TASKS 3A - 3C: $195,112 25,945 Subtotal: $16,770 Budget Summary September 15, 2014 City of Yakima Stormwater Design Project Page 7 of 9 Budget Summary City of Yakima Stormwater Design Project September 15, 2014 Task 4: Boise Cascade Mill Site - Concept Design Deliverables: 1. Topographic Survey and Map 2. Technical Memo on Environmental and Infiltration Limitations 3. Technical Memo on Modeling 4, Pre -Design Report 5.30% Concept Plans CIVIL STAFF SURVEY & OTHER STAFF Work Element D. Gavin O. Nason E. Fitzpatrick 1. Dial F. Katona L. Katzenberger 1. Becker Crew 2 -Man Survey T. Duncan PR PM PE4 PE3 Eng Tech 2 Word Proc PR Su Crew Su Tech 3 Review Available Data 2 12 Site Reconnaissance Visit 10 Supplemental Topographic Survey & Mapping Allowance, 3,000 LF of pipe alignment and one 5 acre area for future pond. 4 32 8 60 Formulate Design. Objectives, Design Criteria & Alternative Analysis 16 24 Coordinate & Review Geotechnical Memo 1 4 30% Plans (Cover, Plan & Profile, Details) - Assumes up to 3000 If of new storm pipe, and a 5 acre pond (8 sheets) 4 80 40 16 Pre -Design Report 2 20 4 4 Bid Quantity List and Estimate Quality Review 8 16 TOTALS: 33 16 154 44 16 0 4 32 8 60 TOTALS: $6,765 52,540 520,020 $5,060 51,568 $0 5340 56,560 51,520 56,600 Subtotal: 536,053 Expenses (Materials, Travel, Postage, Etc.) Travel Quantity Rate Cost Travel - 1 site visit/meeting, survey crew Subtotal 1500 50.56 5810 5840 Supplies Photocopying Expense - Plans Pre -Design Report Subtotal 16 52.00 532 100 50.45 $45 $77 Subconsultants (10% Markup) NHC Landau, Inc 5108,392 $8,800 Subtotal $117,192 Expense Total: $118,309 TASK 4 TOTAL BUDGET: $169,182 Budget Summary City of Yakima Stormwater Design Project Subtotal: $15,020 September 15, 2014 Page 8of9 Budget Summary City of Yakima Stormwater Design Project September 15, 2014 Task 5: Management Reserve Fund - 8 Months TASK 5 TOTAL BUDGET (Contingency): $25,000 AHBL Subtotal NHC Subtotal PBS Subtotal Landau Subtotal AHBL Expenses Subtotal $333,482 $266,912 $11,715 $8,800 $8,999 GRAND TOTAL TASKS 1- 5 $654,908 Budget Summary September 15, 2014 City of Yakima Stormwater Design Project Page 9 of 9 EXHIBITC SCHEDULE OF CHARGES AND COMPENSATION Principal 205.00/Hour Associate Principal 18510VHour Sr. Project Manager 173.00/Hour Project Manager 165.00/Hour Director of Landscape Archftecture 160.00/Hnur Sr. Planning Project Manager ............. 15G.8Q/Hour Planning Project Manager ........... 145.0O/Hour Sc Landscape Project Manager 137.00/Rnur Survey PjectManager—......---.-168.00/Hour Chief of Parties 145.00/Hour Project Engineer 5.~..--...... —........... 15O.QO/Hnur Project Engineer 4 ......... .,.............. 138.00/Hour Project Engineer 3—.— ................ ...115i0U/Hour Project Engineer 2-...--_- 105.00/Hour Project Engineer 1 ....... ............... 95.00/Hnur Project Designer ]—_.............. .._--.135.QO/Mour Project Designer 2---..........---125.00VHour Project Designer 1...... .................. —11U.QQ/Hour Project Administrator .1O2.UO/Hour Engineer Technician 3-----._.. .... 110.OQ/Hour Engineer Technician 2 98.00/Hour Engineer Technician 1 85.00/Hour CAD Operator 3......—................ ..... —9S.O0/Hnur '� (3 dB �� CAD Operator 1 ........—..75.00/Hour Pia nnerS............... —...... —........ —.1250U/Hnur Planner 4 ......... .......... .......... .......... 110.00/Huur Planner 3....—_..--. ............ ..........1Q0.O0/Hour Planner 2 85.00VHour Planner1_--......... 75.00/Hour Landscape Project Manager 2 ...... .—....125.O0/Hour Landscape Project Manager 1 .110.00/Hour Landscape Designer 3 ........ ....... 10U.8U/Hour Landscape I...—.--...._..8�OO/Hnur Landscape Designer 1—.. —........ ..... 75.U0/Hour Planning/Landscape Technician ..... ............ 70.8[/Hour Survey Technician 3 ........... .......... .—.....11O.OU/Hour Survey Technician 2 100.00VHour Survey Technician 1. .... —.....—..... —..9O.OD/Hour Survey Crew _----....... ................. 1g0.OU/Hour 1 -Man Survey Crew 13000/Hnur Word Processor 85.00/Hour Administrative Assistant ........ ..... .....-7O.OU/Hour Outside Consultants.................Separate Fee Proposal Geotechnical Engineers Separate Fee Proposal Environmental Consultants Separate Fee Proposal Large Format Black &VVhite Bond O.25/sf Large Format Color Bond ....... ........ 4.00/sf Large Format Mylar_ ... .............. ..... —Z.QO/sf Small Format Color Bond 11 X 17--,.O.50/Sheet The Schedule of Charges and Compensation is subject to change, Charges are made Uor technical typing, as n the preparation of reports, and for technical clerical services directly related Co projects. Direct charges are not made for general secretarial services, office Revised February 1, 2011