HomeMy WebLinkAbout03/03/2015 11 North First Street Revitalization Project, Phase 2, Engineering Agreement with Huibretgtse Louman Associates, Inc.BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 11.
For Meeting of: March 03, 2015
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII
ITEM TITLE:
Resolution authorizing a Professional Service Agreement with
Huibregtse Louman Associates, Inc. (HLA), in an amount not
to exceed $800,000 to prepare civil engineering plans and
specifications for the North First Street Revitalization Project,
Phase 2
SUBMITTED BY: Debbie Cook, PE, Director of Utilities and Engineering
Brett Sheffield, PE, Chief Engineer (509) 576-6797
SUMMARY EXPLANATION:
The Yakima City Council has established that the revitalization of the North First Street Corridor
is an "Economic Development" and "Improving the Built Environment" priority. The City Council
elected to bond for the design and construction of phase 2, which reconstructs and revitalizes
North 1st Street from MLK Jr. Boulevard to 'N' Street.
The City followed the procedures established by the State of Washington to select and
recommend a professional firm using the Municipal Research and Service Center Professional
Services roster process to conduct the selection of a firm to prepare the engineering plans and
specifications for the construction bid process.
Three firms, HLA, HDJ Design Group, and Gray and Osborne submitted Consultant
Qualification Statements and were interviewed by a 5 -person Selection Committee consisting of
stakeholders and professional staff. HLA was determined to be the preferred firm to prepare the
engineering plans and specifications at a cost of $800,000.
Resolution: X
Other (Specify):
Contract: X
Start Date: March 3, 2015
Item Budgeted: Yes
Funding Source/Fiscal
Impact:
Strategic Priority: Economic Development
Ordinance:
Contract Term: 15 months
End Date: May 31, 2016
Amount: $800,000
Arterial Streets, Fund 142
Insurance Required? Yes
Mail to: Huibregtse, Louman Associates, Inc., Attn: Jeffrey T.
Louman, PE, President, 2803 River Road, Yakima, WA 98902
Phone: (509) 966-7000
APPROVED FOR
SUBMITTAL:
RECOMMENDATION:
City Manager
Staff recommends approval of this resolution.
ATTACHMENTS:
Description
Upload Date
Resolution - N 1st St Pri HLA Prof Svcs 2/23/2015
Draft Contract - N 1st St Pri HLA 2/23/2015
Type
Resollution
Contract
RESOLUTION NO. 2015 -
A RESOLUTION authorizing the City Manager to execute a Professional Services
Agreement with Huibretgse Louman Associates (HLA), not to exceed
$800,000 to prepare civil engineering plans and specifications for the
North 1St Street Revitalization Project, Phase 2.
WHEREAS, the Yakima City Council has established that the revitalization of the North
First Street Corridor is an "Economic Development" and "Improving the Built Environment"
priority; and,
WHEREAS, the City of Yakima has followed the procedure established by the State of
Washington to select and recommend a professional firm using the Municipal Research and
Service Center Professional Services Roster process to conduct the selection of a firm to
prepare the engineering plans and specifications for the construction bid process; and
WHEREAS, HLA submitted a Statement of Qualifications (SOQs) verifying that they are
qualified to perform the work, and after an interview process, were determined to be the most
qualified of those that submitted SOQs; and
WHEREAS, the Scope of Work and Budget included in this Professional Services
Agreement meet the needs and requirements of the City of Yakima for this project, now,
therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized to execute the Professional Services Agreement
with HLA attached hereto and incorporated herein by this reference not to exceed Eight
Hundred Thousand Dollars ($800,000) to provide the Professional Services as described in the
Agreement.
ADOPTED BY THE CITY COUNCIL this 3rd day of March, 2015.
Micah D. Cawley, Mayor
ATTEST:
Sonya Claar-Tee, City Clerk
For City of Yakima Use Only:
Contract No
Project No.
Resolution No.
SOQ No.
AGREEMENT
BETWEEN
CITY OF YAKIMA, WASHINGTON
AND
HUIBREGTSE, LOUMAN ASSOCIATES, INC.
FOR PROFESSIONAL SERVICES
THIS AGREEMENT, made and entered into on this day of , 2015, by and
between the City of Yakima, Washington, a municipal corporation with its principal office at 129 North
Second Street, Yakima, WA 98901, hereinafter referred to as "CITY," and Huibregtse, Louman Associates,
Inc. (HLA), with its principal office at 2803 River Road, Yakima, WA 98902, 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 design engineering services under this Agreement for the North First
Street Revitalization — Phase 2 Project on behalf of the City of Yakima, Project No. 2390, herein referred
to as the "PROJECT."
WITNESSETH:
RECITALS
111111111
WHEREAS, CITY desires to retain the ENGINEER to
construction of the PROJECT, as described in this AGREE
and
WHEREAS, ENGINEER represents that it
knowledge and experience necessary to satisfac
it has no conflicts of interest prohibited by law
NOW, THEREFORE, CI
IIIIII
SECTION 1 INCORPO
1111111
1.1 The above recitals"
p
TION OF R
""f2"IIS
SECTION 2 SCOPE OF SER
orporated i
S
1111
2.0.1 ENGINEER agrees t:erllilform those services described hereafter. Unless modified in
writing by both parti s, duties of ENGINEER shall not be construed to exceed those
services specifically set forth herein.
1111
e
Illl�i mii�,
LS
11111111111111111
111111111
s
0
„r
0000p
Illlllll10.
'de engi
mm dsubs
a mm�le„1
pli
uteri11.) n to
111111110
agree as follows:
services for design and
ent Amendments thereto;
11111111111111111111 1111,11,11,11,11,11.
offers to provide personnel with
work within the required time and that
AGREEMENT;
n
these operative provisions of the AGREEMENT.
2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign
Michael T. Battle, PE, as Principal -in -Charge throughout the term of this AGREEMENT
unless other personnel are approved by the CITY.
2.1 Basic Services: ENGINEER agrees to perform those tasks described in EXHIBIT A — SCOPE OF
SERVICES (WORK) which is attached hereto and made a part of this AGREEMENT as if fully set
forth herein.
2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by
ENGINEER can be defined in detail at the time this AGREEMENT is executed, and that additional
WORK related to the PROJECT and not covered in EXHIBIT A may be needed during performance
of this AGREEMENT. CITY may, at any time, by written order, direct the ENGINEER to revise
portions of the PROJECT WORK previously completed in a satisfactory manner, delete portions of
the PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the
PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services."
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 1 of 14
2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or
time required for, performance of any services under this AGREEMENT, a contract price
and/or completion time adjustment pursuant to this AGREEMENT shall be made and this
AGREEMENT shall be modified in writing accordingly.
2.2.2 Compensation for each such request for Additional Services shall be negotiated by the
CITY and the ENGINEER according to the provisions set forth in EXHIBIT A — SCOPE OF
SERVICES, attached hereto and incorporated herein by this reference, and if so
authorized, shall be considered part of the PROJECT WORK. The ENGINEER shall not
perform any Additional Services until so authorized by CITY and agreed to by the
ENGINEER in writing (an email will be considered as written authorization).
2.3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the date
of the ENGINEER's receipt of the written notification of change.
SECTION 3 CITY'S RESPONSIBILITIES
3.1 CITY -FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the CITY'S
possession relating to the ENGINEER'S services on the PROJECT including information on any
pre-existing conditions known to the CITY that constitute hazardous waste contamination on the
PROJECT site as determined by an authorized regul au_ - or qualified professional.
3.2 ACCESS TO FACILITIES AND PROPERTY:
accessible to ENGINEER as required for ENGINEER
labor and safety equipment as reasonably required b
3.3 TIMELY REVIEW: The CITY will examine the
specifications, proposals, and other docume
accountant, auditor, bond and financial
appropriate; and render in writing d
examinations and decisions, howe sh
dere- u-ssional
naob
n r
all n
11111111
3.4
the CITY'S Represental
be responsible for bringing
ENGINEER believes are in
knowledge.
obligations nor of its duty
profession.
CITY shall appoi�
AGREEMENT. IIIIIIICITY'S Repr
ati
receive information.
4
dill
R of Repreentsha
olloolo
NEEE po
Illllilllli less oft 1. -._
�Iifu� Il l0 10
1111111111
tative IVith respect to WORK to be performed under this
shall have complete authority to transmit instructions and
e entitled to reasonably rely on such instructions made by
rwise directed in writing by the CITY, but ENGINEER shall
ntion of the CITY'S Representative any instructions which the
ate, incomplete, or inaccurate based upon the ENGINEER'S
1011100101110
forma
NEER
EER'S
«-
vivpunv
, reports, sketches, drawings,
deice
w
ake its facilities reasonably
000
it services and will provide
h access.
n attorney, insurance counselor,
Wu� other consultants as CITY deems
CITY in a timely manner. Such
ve the ENGINEER of any contractual
ces meeting the standards of care for its
•1111
3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely
as additional information to the ENGINEER and will not relieve the ENGINEER of its duties and
obligations under this AGREEMENT or by law. The ENGINEER shall be entitled to reasonably rely
upon the accuracy and the completeness of such documents, services and reports, but shall be
responsible for exercising customary professional care in using and reviewing such documents,
services, and reports and drawing conclusions therefrom.
SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION
4.1 In signing this AGREEMENT, CITY grants ENGINEER specific authorization to proceed with
WORK described in EXHIBIT A. The time for completion is defined in EXHIBIT A, or as amended.
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 2 of 14
SECTION 5 COMPENSATION
5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services
described in EXHIBIT A, compensation shall be according to EXHIBIT C — SCHEDULE OF RATES,
attached hereto and incorporated herein by this reference. The estimated cost to perform this work,
on a time spent basis, plus reimbursement for direct non -salary expenses is as shown on EXHIBIT
B — PROFESSIONAL SERVICES. The maximum amount of compensation to the ENGINEER as
described in the FEE FOR SERVICE section of EXHIBIT A, shall not exceed Seven Hundred
Ninety -Four Thousand Six Hundred Thirty Dollars ($794,630) without the written agreement of the
CITY and the ENGINEER.
5.1.1 DIRECT NON -SALARY EXPENSES: Direct Non -Salary Expenses are those costs
incurred on or directly for the PROJECT including, but not limited to, necessary
transportation costs, including current rates for ENGINEER'S vehicles; meals and lodging;
laboratory tests and analyses; printing, binding and reproduction charges; all costs
associated with other outside nonprofessional services and facilities; special CITY -
requested and PROJECT -related insurance and performance warranty costs; and other
similar costs. Reimbursement for Direct Non -Salary Expenses will be on the basis of actual
charges plus a reasonable markup, not to exceed ten percent (10%) and on the basis of
current rates when furnished by ENGINEER. Estimated Direct Non -Salary Expenses are
shown in EXHIBIT B. 011I 00 00
5.1.1.1 Travel costs, including transpo • • subsistence, and incidental
expenses incurred by employe� m�ii
subconsultants in connection with y ,
CT Wil°IN "" ER and each of the
001
rovided, as follows:
101114011
• That a maximum of U.S
per mile will be pai
costs of company o
they are used f
use the least
•
T
0
1111111111111111
1111111101100044411111
11401111 41
TERN
operat
0
nsive f
.011111111111111;i4,„„„, 1111111
1101111111,111,11.1111
VENUE SERVICE allowed cents
aintenance, and depreciation
vehicles for that portion of time
. ENGINEER, whenever possible, will
and transportation.
for - Is inclusive of tips shall not exceed a
Ilars ($40) per day per person. This rate may be
adjusteds.
That accom
•
t
atio' shall be at a reasonably priced hotel/motel.
air travµ.' shall be by coach class, and shall be used only when
utelyII,: essary.
1111
5.1.2 Telephone charges, c;llluter charges, in-house reproduction charges, first class postage,
and FAX charges are4 of included in the direct expense costs, but are considered included
in the EXHIBIT C — SCHEDULE OF RATES.
5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for
engineering, architecture, geotechnical services and similar professional services
approved by the CITY. Reimbursement for Professional Subconsultants will be on the
basis of actual costs billed plus a reasonable markup, not to exceed ten percent (10%) for
services provided to the CITY through this AGREEMENT. Estimated Subconsultant costs
are shown in EXHIBIT B.
5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT
shall not exceed the amount set forth in Section 5.1 above. The ENGINEER will make reasonable
efforts to complete the WORK within the budget and will keep CITY informed of progress toward
that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER
is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY
obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the
ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent
as if such costs had been incurred after the approved increase, and provided that the CITY was
informed in writing at the time such costs were incurred.
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 3 of 14
5.3 The ENGINEER shall submit to CITY's Representative an invoice each month for payment for
PROJECT services completed through the accounting cut-off day of the previous month. Such
invoices shall be for PROJECT services and WORK performed, and costs incurred prior to the date
of the invoice and not covered by previously submitted invoices. The ENGINEER shall submit with
each invoice a summary of time expended on the PROJECT for the current billing period, copies
of subconsultant invoices, and any other supporting materials determined by CITY necessary to
substantiate the costs incurred. CITY will use its best efforts to pay such invoices within thirty (30)
days of receipt and upon approval of the WORK done and amount billed. CITY will notify the
ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in
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 1.0% per month or
the maximum interest rate permitted by law, whichever is less; provided, however, that no interest
shall accrue pursuant to Chapter 39.76 RCW when before the date of timely payment a notice of
dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of RCW
39.76.020(4).
5.5 Final payment of any balance due the ENGINEER f
five (45) days after satisfactory completion of th
evidenced by written acceptance by CITY and after
necessary and execution and delivery by the ENGIN
against CITY arising under or by virtue of this AGREEM
any, as may be specifically exempted by the E 1. ER fro
amounts to be set forth therein. Eh
11111111111111
0 all
00 011
• PROJ:;; e, Illlllservices will be made within forty-
rvi- 'red by this AGREEMENT as
d IIIIIIIII
l��ltaudit o- 'fic'-tion as CITY may deem
hill111111111111
u* ui r than ea 11,11 known payment claims
lo 11111111110 1111111
n such payment claims, if
qnolossen
ul . • aeration of the release in stated
5.6 Payment for any PROJECT services
of any claims, right, or remedy it may
law, nor shall such payme
fault of the ENGINEE
AGREEMENT. 11111111111
tit
an
oril
e
K
onstitute a waiver or release by CITY
again ! GINEER under this AGREEMENT or by
giver, r- r on, or discharge by CITY of any failure or
Gfd
orm the PROJECT WORK as required under this
11111111111111
SECTION 6 RESP ' TY OF ENGI111111111lo'II ER
6.1 The ENGINEER shall b0011111111110
.., onsible the professional quality, technical adequacy and accuracy,
timely completion, and the Illiiu� di -° on of all plans, design, drawings, specifications, reports, and
other services furnished by NGINEER under this AGREEMENT. The ENGINEER shall,
without additional compensat ab , 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.
6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports,
and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER
of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the
PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not be
construed to operate as a waiver of any rights under this AGREEMENT or at law or any cause of
action arising out of the performance of this AGREEMENT.
6.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors,
subconsultants, employees, agents, and representatives shall be acting as independent
contractors and shall not be deemed or construed to be employees or agents of CITY in any manner
whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of
CITY by reason hereof and will not make any claim, demand, or application to or for any right or
privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely responsible
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 4 of 14
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:
6.4.1 ENGINEER agrees to defend, indemnify, and hold harmless the CITY, its elected
officials, agents, officers, employees, agents, and volunteers (hereinafter "parties
protected") from (1) claims, demands, liens, lawsuits, administrative and other
proceedings (including reasonable costs and attorney's fees), and (2) judgments,
awards, losses, liabilities, damages, penalties, fines, costs, and expenses 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
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.
6.4.2 CITY agrees to indemnify, defend, and hold the ENGINEER harmless from loss,
cost, or expense of any kind claimed byf�mpllllup" i- including without limitation
such loss, cost, or expense resultingome o inj to persons or damages to
proemployees,perty, or ad e twin ly bonthe
nectio glwith t r 100 sconduct of the CITY, its
g 00 OJE uuu�uuuu0
6.4.3 If the negligence or willful misconduct of both
person identified above for whom i���,t-
claim, the loss, cost, or expense s -11 br _
iniu
CITY in proportion to their relativ-1,1
- ¶ -
the right of indemnity will ap'i,' P•r uciiii
• • •
6.4.4
's liable
Nothing contai
a liability ono
6.5 In any and all cl.
indirectly employe
indemnification obliga
on the amount or types
or a subcontractor under
employee benefit acts.
ul�llllp1°1101111101111.111111„,„.„„
mm
IS
by an emplo
any of them,
Iliiiiul. nder this
mages
s'
ui
gr
red
e
be
0001. „NI
Ii
n.
NGINEER and the CITY (or a
ause of such third party
en the ENGINEER and the
ence or willful misconduct and
or this11100000000000
° c """ EEMENT shall be construed to create
mni on in any third party. 1
of th NGINEER,Iany subcontractor, anyone directly or
anyone for whose acts any of them may be liable, the
REEMENT shall not be limited in any way by any limitation
ompensation, or benefits payable by or for the ENGINEER
orkmens' compensation acts, disability benefit acts, or other
wmmn0
_III
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.
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx Page 5 of 14
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
other conditions beyond the control of the ENGINEER which could not be reasonably anticipated.
7.2 Not later than the tenth (10) day of each calendar month during the performance of the PROJECT,
the ENGINEER shall submit to the CITY'S Representative a copy of the current schedule and a
written narrative description of the WORK accomplished by the ENGINEER and subconsultants on
each task, indicating a good faith estimate of the percentage completion thereof on the last day of
the previous month. Additional oral or written reports shall be prepared at the request of the CITY
for presentation to other governmental agencies and/ms;)t �. •i 111
•lic.
11111111
SECTION 8 REUSE OF DOCUMENTS
p„Ill,u
Ill�llV411101•111:
8.1 All internal WORK products of the ENGINEER are in
shall be no reuse, change, or alteration by the CITY
CITY without written permission of the ENGIN
will be at the CITY's sole risk. The CITY a
employees, subcontractors, and affiliated cor J
including, but not limited to, litigation ex
unauthorized reuse, change, or alte
indemnified for such clai a
expenses and attornellylllll
8.2 The ENGINEER
programs, techs c
or which are specifie
and paid for under this
y
el 1111111111
t
es that owner
orts, operate
delivered
EMEN
8.3 All rights to patents, tradema 11111111 pyrights, and trade secrets owned by ENGINEER (hereinafter
"Intellectual Property") as well„ :s any modifications, updates or enhancements to said Intellectual
Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER
does not grant CITY any right or license to such Intellectual Property.
11111111
ees
ati
e an
11111111111111111111
1111111
is or se ®1,,;•f this PROJECT. There
acting through or on behalf of the
frbe unreasonably withheld and
he ENGINEER and its officers,
�• II°'Maims, damages, losses, and costs
u n s fees arising out of or related to such
•wever, that the ENGINEER will not be
sts including, without limitation, litigation
oro
hich s
demni
'11111111V
•1111
n; provi
on•asses, a
GINEER's own negligent acts or omissions.
of a llllans, drawings, designs, specifications, computer
anuals, calculations, notes, and other WORK submitted
der this AGREEMENT or which are developed or produced
hether or not complete, shall be vested in the CITY.
SECTION 9 AUDIT AND ACCESS TO RECORDS
9.1 The ENGINEER, including its subconsultants, shall maintain books, records, documents and other
evidence directly pertinent to performance of the WORK under this AGREEMENT in accordance
with generally accepted accounting principles and practices consistently applied. The CITY, or the
CITY'S duly authorized representative shall have access to such books, records, documents, and
other evidence for inspection, audit, and copying for a period of three years after completion of the
PROJECT. The CITY shall also have access to such books, records, and documents during the
performance of the PROJECT WORK, if deemed necessary by the CITY, to verify the ENGINEER'S
WORK and invoices.
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
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx Page 6 of 14
audit exit conference and an opportunity to comment and submit any supporting documentation on
the pertinent portions of the draft audit report and that the final audit report will include written
comments, if any, of the ENGINEER.
9.4 The ENGINEER shall ensure that 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 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 CITY reserves the rights to require higher limits should it deem it necessary in the
best interest of the public.
10.1.1 Commercial General Liability Insurance.
by the parties, ENGINEER shall provide th
of commercial liability insurance and corn
liability limit of the limits required in the p
Dollars ($2,000,000.00) per occurrence co
damage, and Two Million Dollars ($2,000
shall clearly state who the provider is, the covers
the policy and provisions provided effect.
hall n
10.1.2
11111111111111111..
Before this AGREEMENT is fully executed
certificate of insurance as proof
ella liability insurance with a total
minimum limits of Two Million
d sing W, N odily injury and property
) generegate. The certificate
ount, the policy number, and when
• „policy shall be in effect for the
= the CITY, its elected officials,
c11 ional insureds. The insured shall
ing the CITY thirty (30) calendar days
ith an insurance company or companies
itted in the State of Washington.
ercial
duration of this AGREEMENT. T
officers, agents, employees, and
not cancel or change the insur10
prior written notice. The i .wince sh
ide an
rated A -VII or hi
lll
utomobi1111
Commerci
10.1.2. p11i 111111
the
proof
liability
subject to
combined s
000000000000 L00000:0000 .
000100000000000000
11000 01
011111111
1111111111111010
!NEER own
s, ENGIN
mmer
111111111111111
I�II�1 wil
E
)1111111,
t
je
1gugly
itg
mance.
y vehicles, before this AGREEMENT is fully executed by
R shall provide the CITY with a certificate of insurance as
automobile liability insurance and commercial umbrella
ith a total liability limit of the limits required in the policy,
um limits of Two Million Dollars ($2,000,000.00) per occurrence
le limit bodily injury and property damage. Automobile liability will
apply to "Any Auto" and be shown on the certificate.
10.1.2.2 If ENGINEER does not own any vehicles, only "Non -owned and Hired
Automobile Liability" will be required and may be added to the commercial liability
coverage at the same limits as required in that section of this AGREEMENT,
which is Section 10.1.1 entitled "Commercial General Liability Insurance."
10.1.2.3 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 CITY, its elected officials, officers,
agents, employees, and volunteers as additional insureds. The insured shall not
cancel or change the insurance without first giving the CITY thirty (30) calendar
days prior written notice. The insurance shall be with an insurance company or
companies rated A -VII or higher in Best's Guide and admitted in the State of
Washington.
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 7 of 14
10.1.3 Statutory workers' compensation and employer's liability insurance as required by state
law.
10.1.4 Professional Liability Coverage. Before this AGREEMENT is fully executed by the
parties, ENGINEER shall provide the CITY with a certificate of insurance as proof of
professional liability coverage with a total liability limit of the limits required in the policy,
subject to minimum limits of Two Million Dollars ($2,000,000.00) per claim, and Two
Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the
provider is, the coverage amount, the policy number, and when the policy and provisions
provided are in effect. Said policy shall be in effect for the duration of this
AGREEMENT. The insured shall not cancel or change the insurance without first giving
the CITY thirty (30) calendar days prior written notice. The insurance shall be with an
insurance company or companies rated A -VII or higher in Best's Guide. If the policy is
written on a claims made basis the coverage will continue in force for an additional two
years after the completion of this AGREEMENT.
Failure of either or all of the additional insureds to report a claim under such insurance
shall not prejudice the rights of the CITY, its officers, employees, agents, and
representatives there under. The CITY and the CITY'S elected officials, officers,
principals, employees, representatives, and a
of premiums because of being named
None of the policies issued pursuant to
canceled, allowed to expire, or changed i
until thirty (30) days after written notice
expiration or change.
SECTION 11 SUBCONTRACTS
11.1 ENGINEER shall be entitled, to the extent d
any portion of the WORK to be perform
11.2 Any subconsultants or sub
substitutions thereof,� tll1
unreasonably withh
if requested, prior
shall not constit '�'pe
shall be responsible
persons and firms pe
• iIcto
p rIrz. II P
. Each sutS
he subconsult:
mm•provalastot
�� - architect
rfo alllllllip subco
11.3 CITY hereby authorizes the
purpose of completing this A
• HBB Landscape Architecture
• Conley Engineering, Inc.
• GN Northern, Inc.
1111
IIIIIIIII'f"
ents shall have no obligation for payment
nsureds under such insurance.
ents contained herein shall be
t affects the rights of the CITY
11111 f
intended cancellation,
..11111
`1=Ill,'1m�
e� lilllll"
NEW
pate by ENGINEER, to subcontract
MENT.
'lie ENG utilized on this PROJECT, including any
t to'q Illlul r approval by CITY, which approval shall not be
ct s9: 1111111111 subject to review by the CITY'S Representative,
r su• i.ntractor proceeding with the WORK. Such review
egal form or content of such subcontract. The ENGINEER
I and engineering performance, acts, and omissions of all
act WORK.
r
rrIrrorr
EER to subcontract with the following persons or firms for the
EMENT:
11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed
by subconsultants and subcontractors during the preceding month and copies of all invoices
thereto.
SECTION 12 ASSIGNMENT
12.1 This AGREEMENT is binding on the heirs, successors and assigns of the parties hereto. This
AGREEMENT may not be assigned by CITY or ENGINEER without prior written consent of the
other, which consent will not be unreasonably withheld. It is expressly intended and agreed that no
third party beneficiaries are created by this AGREEMENT, and that the rights and remedies provided
herein shall inure only to the benefit of the parties to this AGREEMENT.
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 8 of 14
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. Jurisdiction of litigation arising from this AGREEMENT shall be in Washington State.
If any part of this AGREEMENT is found to conflict with applicable laws, such part shall be
inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this
AGREEMENT shall be in full force and effect. Venue 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 AGREEMENT, ENGINEER and ENGINEER's subconsultants and
subcontractors shall not discriminate in violation of a
regulation on the basis of age, sex, race, creed, -ligion,
disability, honorably discharged veteran or military us
other classification protected under federal, state, or ii�.m„ �
be limited to the following: employment, upgrading, I- QI
layoff or termination, rates of pay or other forms of compel (III
provision of services under this AGREEMENT. 11111111111 INEE
provisions of State and Federal Equal Employs ent rtunity
regulations.
= • i" federal, state and/or local law or
1111 �Ir, national origin, marital status,
e• �'i y, sexual orientation, and any
aw. T ° ov .ion shall include but not
o
on, tra recruitment, advertising,
�IDII
-tion, selection for training, and the
to comply with the applicable
Nondiscrimination statutes and
SECTION 16 SUSPENSION OF WORK
16.1 CITY may suspend,
AGREEMENT if un
1111
WORK under t[°
progress of the WIe"""'
s it
AGREEMENT. The time
interfering with norma ..o1111111111111111111,1,16„„
f„e
� •111111
eseen cir
. ENGINEE
EEMENT if
ress of th
ay inv
m
the event CITY does .11111111
WORK is suspended. If th
AGREEMENT are subject to
WORK on the suspended portion of the PROJECT in accordance with SECTION 17.
1111111111111111111111111111111111111111
�iui�nrt
tea•
ce 1• mail, all or a portion of the WORK under this
111111111111111
011.111.1111111.1.1110
•
nce nd CITY'S control are interfering with normal
y sus -nd, in writing by certified mail, all or a portion of the
reseen circumstances beyond ENGINEER's control are
ORK. ENGINEER may suspend WORK on PROJECT in
es when due, except where otherwise provided by this
tion of the WORK shall be extended by the number of days
od of suspension exceeds ninety (90) days, the terms of this
negotiation, and both parties are granted the option to terminate
SECTION 17 TERMINATION OF WORK
17.1 Either party may terminate this AGREEMENT, in whole or in part, if the other party materially
breaches its obligations under this AGREEMENT and is in default through no fault of the
terminating party. However, no such termination may be effected unless the other party is given:
(1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt
requested, of intent to terminate; and (2) an opportunity for consultation and for cure with the
terminating party before termination. Notice shall be considered issued within seventy-two (72)
hours of mailing by certified mail to the place of business of either party as set forth in this
AGREEMENT.
17.2 In 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 mail, return receipt
requested, of intent to terminate; and (2) an opportunity for consultation with CITY before
termination.
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 9 of 14
17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price
pursuant to the AGREEMENT shall be made, but (1) no amount shall be allowed for anticipated
profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at the
time of termination may be adjusted to the extent of any additional costs or damages CITY has
incurred, or is likely to incur, because of the ENGINEER'S breach. In such event, CITY shall
consider the amount of WORK originally required which was satisfactorily completed to date of
termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at
the date of termination and the cost to CITY of completing the WORK itself or of employing another
firm to complete it. Under no circumstances shall payments made under this provision exceed the
contract price. In the event of default, the ENGINEER agrees to pay CITY for any and all damages,
costs, and expenses whether directly, indirectly, or consequentially caused by said default. This
provision shall not preclude CITY from filing claims and/or commencing litigation to secure
compensation for damages incurred beyond that covered by contract retainage or other withheld
payments.
17.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience,
the adjustment pursuant to the AGREEMENT shall include payment for services satisfactorily
performed to the date of termination, in addition to termination settlement costs the ENGINEER
reasonably incurs relating to commitments which had become firm before the termination, unless
CITY determines to assume said commitments.
17.5 Upon receipt of a termination notice under subsecti
(1) promptly discontinue all services affected (unles
or otherwise make available to CITY all originals
reports, estimates, summaries, and such other inf
ENGINEER or its subconsultants may have accumu
whether completed or in prog ith
same.
e
110
1@IIpIIlIN111
.�'°` 1117.2 above, the ENGINEER shall
l®c otherwise), and (2) deliver
icr
oft,„,„ is
drawl asp' ». cifications, calculations,
n doc mCf1 and materials as the
u prepared in performing this
NEER retaining copies of the
17.6 Upon termination under any subparagra
to completion utilizing other qualified
responsibility to prosecute
r
IIII17.7 If, after termination„ilure of
that the ENGINEiii71110001011111111001010101011Inot so fail
the convenience'. In such e-
determined as set fo 111111111111111111111100 ubparagr
W
iai
11111111111
t7'mmb• e,
s or indi
ereon.
11111111111111111111
ITY
rves the right to prosecute the WORK
provided, the ENGINEER shall have no
NGI ®'„H.�- to fulfill contractual obligations, it is determined
he ter1liilppllination shall be deemed to have been effected for
t, the adjustment pursuant to the AGREEMENT shall be
17.4 of this Section.
17.8 If, because of death, una rm�I1V1I®ill •r any other occurrence, it becomes impossible for any key
personnel employed by the EER in PROJECT WORK or for any corporate officer of the
ENGINEER to render his seri„ es to the PROJECT, the ENGINEER shall not be relieved of its
obligations to complete performance under this AGREEMENT without the concurrence and written
approval of CITY. If CITY agrees to termination of this AGREEMENT under this provision, payment
shall be made as set forth in subparagraph 17.3 of this Section.
SECTION 18 DISPUTE RESOLUTION
18.1 In the event that any dispute shall arise as to the interpretation of this AGREEMENT, or in the event
of a notice of default as to whether such default does constitute a breach of the AGREEMENT, and
if the parties hereto cannot mutually settle such differences, then the parties shall first pursue
mediation as a means to resolve the dispute. If either of the afore mentioned methods are not
successful then any dispute relating to this AGREEMENT shall be decided in the courts of Yakima
County, in accordance with the laws of Washington. If both parties consent in writing, other
available means of dispute resolution may be implemented.
SECTION 19 CONFLICT OF INTEREST
19.1 Interest of Members of City: No member of the governing body of the CITY and no other officer,
employee, or agent of the CITY who exercises any functions or responsibilities in connection with
the planning and execution of this AGREEMENT shall have any personal financial interest, direct
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx Page 10 of 14
or indirect, in this AGREEMENT; and the ENGINEER shall take appropriate steps to assure
compliance.
19.2 Interest of Other Public Officials: No member of the governing body of the locality and no other
public official of such locality who exercises any functions or responsibilities in connection with the
planning and execution of this AGREEMENT shall have any personal financial interest, direct or
indirect, in this AGREEMENT; and the ENGINEER shall take appropriate steps to assure
compliance.
19.3 Interest of the Engineer and Employees: The ENGINEER covenants that it presently has no
interest and shall not acquire interest, direct or indirect, in the study area or any parcels therein or
any other interest which would conflict in any manner or degree with the performance of its services
hereunder. The ENGINEER further covenants that in the performance of this AGREEMENT, no
person having such interest shall be employed.
SECTION 20 NOTICE
20.1 Any notice required to be given under the terms of this AGREEMENT shall be directed to the party
at the address set forth below. Notice shall be considered issued and effective upon receipt thereof
by the addressee -party, or seventy-two (72) hours after mailing by certified mail to the place of
business set forth below, whichever is earlier. 00Illi ui
1111111111111111111111111111
CITY: City of Yakima
Attn: Brett Sheffield, PE, Chief Engi
129 N. Second Street
Yakima, WA 98902
ENGINEER: Huibregtse, Louman Associa
Attn: Jeffrey T. Louman, PE,
2803 River Road
Yakima, WA 98902
0111101111
1
1111111111111111111111111
111001111000
111111111111111111 IIII
11111111
00000000000000000
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 11 of 14
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 HUIBREGTSE, LOUMAN ASSOCIATES, INC.
Signature Signature
Printed Name: Tony O'Rourke Printed Name: Jeffrey T. Louman
Title: City Manager
Date:
Attest
City Clerk
City Contract No. 2015 -
Resolution No. R-2015-
011001111
1111111111111111111111111111111111111111
Title: President
Date:
1
1111111111111111111111111
11111111111111111111111110111
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 12 of 14
STATE OF WASHINGTON
) ss.
COUNTY OF YAKIMA
I certify that I know or have satisfactory evidence that Tony O'Rourke is the person
who appeared before me, and said person acknowledged that he signed this instrument, on oath stated
that he was authorized to execute the instrument, and acknowledged it as the CITY MANAGER of the CITY
OF YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the
instrument.
Dated:
Seal or Stamp
011001111
(Signature)
Title
Printed Na
AVIA
My commis
1111111111111111111111111111111111111111
1
1111111111111111111111111
1111111111111111111111111111111
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 13 of 14
STATE OF WASHINGTON
) ss.
COUNTY OF YAKIMA
I certify that I know or have satisfactory evidence that Jeffrey T. Louman, PE is the
person who appeared before me, and said person acknowledged that he/she signed this instrument, on
oath stated that he/she was authorized to execute the instrument, and acknowledged it as the
President of Huibregtse, Louman Associates, Inc. to be the free and
voluntary act of such party for the uses and purposes mentioned in the instrument.
Dated:
Seal or Stamp
00000000
(Signature)
Title
1111111111111111111111111111111111111111
1111111111111111111111111
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-13 - COY North First Street - Phase 2.docx
Page 14 of 14
EXHIBIT A
SCOPE OF WORK
NORTH FIRST STREET REVITALIZATION
Phase 2 — MLK Boulevard to "N" Street
HLA Project No. 15038E
The City of Yakima (CITY) desires to construct public infrastructure improvements to encourage
revitalization of the North First Street Corridor, from MLK Boulevard to "N" Street.
Huibregtse, Louman Associates, Inc. (ENGINEER), shall provide professional services to the CITY as
madeed in the Work Tasks descriptions below. The followin. t e'" - '•visions/assumptions have been 111111111111111111111111111111111111111111111111111111
1111111
A. CITY intends for Project to be ready for bid advertis
begin in 2016.
B. Project is funded locally and no Federal funding will be us
C. The typical section, general design layout an
the North First Street Revitalization — Phase
D. Work conducted will meet CITY design stand
E. Plans, specifications, and contract docu
accordance with the latest
1. Washington State
Public Works As
Construction"; lllll11111110l
2. Washington - e
Constructio,
3. Washington Sta
4. FHWA "Manual on
All calculations, analyses,
English units.
It is understood and agreed th tasks may be added or deleted
mutual agreement of the CI -N and ENGINEER.
1111111111111111
111111111-11
F.
G.
.r
11111111111111111111111
D Lluul tan 11111111111111 oo•,
edition
tloent .t • ml11111111111111110
'mo
Depart •
111111111111111111
ry
map �
111111111 vo
016 and construction to
d I1 • cape c•:.•t"shave been established during
UuroL and wil I1p0used for this Phase 2 Project.
Imo
t mm, o fe e'or feasible, shall be developed in
endmeof e following:
Don
sportat 1 1111111 ashington State Chapter of the American
Specifications for Road, Bridge, and Municipal
:Illlrtation, "Standard Plans for Road and Bridge
S.
101.11111111111,1,1111111111,
artment ofoo
�Vupl rm Tr
n,.
Tran
•
nsportation, "Highway Design Manual"; and
ontrol Devices for Streets and Highways."
ns, specifications, and other project work will be prepared in
from the scope of services by
Huibregtse, Louman Associates, Inc. (ENGINEER), agrees to perform the following services:
I. DESIGN ENGINEERING, PLANS, SPECIFICATIONS, COST ESTIMATE AND BIDDING
A. Project Management and Administration
1. Provide general coordination with the CITY, subconsultants, other consultants, and
stakeholders.
2. Provide monthly status reports and invoices for work performed.
3. Coordinate and attend stakeholder meetings. Up to three (3) meetings are anticipated.
4. Attend meetings with the CITY to address technical aspects of the work related to scope,
design, and schedule of the PROJECT. Up to eight (8) meetings are anticipated including
project kick-off meeting.
5. Prepare and maintain project design schedule, to be updated monthly or as otherwise
requested by the CITY.
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-04 North 1st Street Revitalization - Exhibit A - Scope of Work.doc Page 1
B. Preliminary Engineering Design (30%)
1. Perform the field investigations necessary to design the identified improvements.
2. Provide survey control and conduct a topographic survey of the project area as required to
complete design, plans, and specifications. Call for underground locates prior to topographic
survey.
3. Coordinate geotechnical investigations as follows:
a. Determine existing pavement make-up, extent of underlying concrete pavement by core
drilling (up to 26 cores)
b. Determine ground water infiltration rate and depth for use in storm water design (up to 4
drill locations)
c. Determine soil bearing capacity necessary for signal foundation design ("1" Street signal)
4. Coordinate project information with Conley Engineering, Inc.
5. Coordinate project information with HBB Landscape Architecture.
6. Meet with CITY departments including Engineering, Water & Irrigation, Sanitary Sewer, Storm
Water, Traffic and Transit.
7. Perform review of public and private utilities including City Water, City Sewer, Cascade
Natural Gas, Pacific Power, CenturyLink Communications and Fiber Optic lines to determine
general locations and size of facilities. No excavation work will be performed to determine
en
depth or location of facilities.
8. Make recommendation of potential project impact
9. Notify private utility companies of improvements
10. Coordinate with private utility companies for pro • ed ..,
by serving utility). nom
I�IIIIIIII
11. Meet with Pacific Power to review proposed impr• `LI�ts, sche•III nd expectations.
12. Meet with BNSF to review proposed improvements, sc . l .Ile and expectations.
00
13. At CITY direction, meet in the field wit cted p lu�llll� _"'owners to discuss potential
14. Prepare preliminary plans, specifications, mmohoo ullll• r R.B Y
proposed p • e, I,,mm • improvements including:
changes/impacts ue to ro ose improv
a.
b.
c.
d.
e.
f.
Roadway Improvements
Domestic Watermain and
Sanitary Sewerma.
Storm Drainag
"I" Street/1 st
Traffic C
15. Prepare pr
landscape
conce
alternatives will be p
16. Prepare typical section
is intended the Phase 1 t
Prepare the Engineer's Op,
•
II IIS ,V��II IIII
Se
Se
eet Intersr�
and Construe
landscape,
illi be carri
'° mm d.
111IIIIIII I1
lu6?
17.
18.
19.
20.
6!ihu11.11 •
lll1l�lii I
t
nd adv
Conner
Connec
ing utilities.
f project schedule.
grades (private utility designs
(MLK to "E" Street only)
an I Layout
Seq ncing Plan
nting and irrigation plan. It is intended the Phase 1
forward into this project and no additional concept level
11111111111111
III S
ob I design assumptions for review and approval by the CITY. It
t; section concepts will be carried forward into this project.
on of Probable Construction Cost.
v
Verify preliminary design elements in the field against existing features.
Perform quality control and assurance review of all design elements.
Submit 30% design documents to the CITY and conduct follow-up review meeting with the
CITY.
C. Right -of -Way Services
1. Identify properties where additional right-of-way is required.
2. Obtain title reports for properties where right-of-way is required (up to 12 title reports).
3. Prepare right-of-way plans in accordance with WSDOT requirements.
4. Prepare legal descriptions and exhibits for property acquisitions.
5. Stake proposed right-of-way acquisition boundaries for review by property owners.
6. Appraisal and acquisition services will be performed by others as engaged by CITY.
7. Identify properties where temporary construction permits (TCPs) are required. (Anticipated for
driveway tie-in construction.)
8. Prepare legal descriptions and exhibits for TCPs.
9. TCPs are to be obtained and executed by others as arranged by the CITY.
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-04 North 1st Street Revitalization - Exhibit A - Scope of Work.doc Page 2
D. Final Engineering Design, Plans, and Specifications (60%, 90%, and Final)
1. Prepare SEPA checklist for transmittal to lead agency for review and action.
2. Prepare all permit applications required for the construction of the improvements for CITY
signature and submittal to the controlling authority.
a. BNSF Railway
b. Storm Water Notice of Intent (NOI)
3. Prepare draft and final storm water report for review and approval by the CITY.
4. On the basis of approved preliminary construction plans, perform the final design. Present
design to CITY at 60% and 90% completion for final coordination.
5. Meet with CITY departments including Engineering, Water & Irrigation, Sanitary Sewer, Storm
Water, Traffic and Transit at 60% and 90% completion levels.
6. Confirm project schedule with private utility companies. Meet with Pacific Power at 60% and
90% completion levels.
7. Prepare final plans and specifications for bid call on the proposed work, as authorized by the
CITY, including:
a. Cover Sheet, General Notes, Typical Sections and Project Details
b. Temporary Erosion and Sediment Control (TESC) Plan
c. Demolition Plans
d. Traffic Control and Construction Sequencing Plans
j.
Roadwayts for Improv
f. Domestic Water Main Improvements
g.gSanitarySewe. Plan and r Mane and Service Con ecti• t• III
h. Storm Drainage Improvements (IIIIIIIII Street)
i. Illumination Plan (both traffic and pedestrian 11111111111111111
1010100101;010
k. Railroad CrossingImprovements at "G" . -t des ullillllll
I' Street/1 Street Intersection and Si nalizationIII
p ( i• •
onstruction by BNSF)
,, , S g
I. Channelization and Signing Plans 11111111111111111111
m. Landscape, Irrigation and Plantin
n. Contract Documents and Proje
8. Prepare the Engineers Opinion of
9. Perform quality control
10. Submit final docum
1111111
E. Construction Cont
1. Provide six (6) pri
2. Provide electronic fi
All bid advertisement fe
3. Answer questions and/or
4. Prepare and issue addend
5.
sur
lono01 0 0000000
•
000010 uu
P
e
IC
ons
t
•
I'00;00000,0n 1:11100
bable C
eview o
1111111
1111111111111111111111111111
ion Cost.
nal documents.
ract documents to the CITY.
d specifications for use by the CITY in bid advertisement.
id by the CITY.
such information as is requested by prospective bidders.
if necessary.
Participate in the bid opening, evaluate bids, prepare bid tabulation, and make
recommendation of award.
II. CONSTRUCTION OBSERVATION AND ADMINISTRATION
Construction observation and administration services are anticipated to be provided as an addendum
to this agreement or by separate contract, once final plans are prepared, the length of construction is
determined, and the scope of work more clearly defined.
III. ADDITIONAL SERVICES
For services not included in the Scope of Work, the CITY may request the ENGINEER complete
additional services, as mutually agreed, at the rates in affect at the time of service.
1. Funding Alternatives and Applications
2. Other
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-04 North 1st Street Revitalization - Exhibit A - Scope of Work.doc Page 3
IV. TIME OF COMPLETION
DESIGN ENGINEERING, PLANS, SPECIFICATIONS, ESTIMATE AND BIDDING
All work described in Item A of the Scope of Services above shall begin upon contract execution and
continue until completion of bidding services.
All work described in Item B of the Scope of Services above shall be completed within 120 calendar
days after the date of authorization to proceed.
All work described in Item C and D of the Scope of Services above shall be completed within 220
calendar days after the date of authorization to proceed, following CITY approval of Preliminary
Engineering Design (Item B).
All work described in Item E of the Scope of Services above shall be provided within 30 calendar
days after the date of CITY authorization to proceed with bidding services.
V. FEE FOR SERVICES
For the services furnished by the ENGINEER as described i
CONSULTANT the fees as set forth herein. The maximum
written agreement of both parties.
4
mount
11111111111110.
111111111111111
11111111111111111111111
IIIIIIII
DESIGN ENGINEERING, PLANS, SPECIFICATIONS ESTI
M
•° 1110011111111 111„
All work described in Items A through E of thelllcllope
hourly basis plus direct costs, with a maximu p „ ,r
101111000
i
1111111111111111111111111
n
ee
ervice
IIID00,001011000011111111
...
T A, the CITY agrees to pay the
d below may be revised only by
AND BIDDING
above shall be performed on an
4,630.00.
G:\Contracts & Task Orders\Yakima\N. 1st Street - Phase 2\2015-02-04 North 1st Street Revitalization - Exhibit A - Scope of Work.doc Page 4
EXHIBIT B
North First Street Revitalization - Phase 2
Martin Luther King Boulevard to 'N' Street
Yakima, Washington
Professional Services
Classification
Hourly Billing Total Labor Total
Rate Hours Salary Costs
Licensed Principal Engineer $174.91
Licensed Principal Engineer $174.91
Licensed Professional Engineer $128.36
Licensed Professional Engineer $128.36
Project Engineer $111.43
CAD Technician $66.30
Licensed Principal Land Surveyor $146.70
Licensed Professional Surveyor $90.28
Surveyor $86.33
Surveyor $86.33
Surveyor $86.33
Engineering/Word Processing Tech $62.91
Salary Escalation
Subconsultants iii,,,pulllll
HBB Landscape Arc
GN Northern, Inc., Geotech
Conley Engineering, Inc., Sign
117
448
1,154
1,036
568
2,098
74
Total Labor Cost 6
111111111
2015/2016
Total HLA Labor
111111111111111111111111111111111111
®I
rig
oov0000
Direct Reimbursables:
Travel:
Title Reports
Reimbursables Subtotal:
40111
$20,464.47
$78,359.68
$148,127.44
$132,980.96
$63,292.24
$139,097.40
$10,855.80
$20,583.84
$20,373.88
$20,373.88
$20 , 73.88
04.54
P687,088.01
.5% $14,428.85
$701,517
Total HLA Labor Cost:
001000
ark -up Fee Est. Total Fee
1.10 $30,000.00 $33,000.00
1.10 $28,000.00 $30,800.00
1.10 $22,600.00 $24,860.00
$88,660.00
Total Subconsultants
$ 850
$ 3,600
$ 4,450
Total Direct Reimbursables
Total Project - Huibregtse, Louman Associates, Inc.
$701,520.00
$88,660.00
$4,450.00
$794,630.00
EXHIBIT C
North First Street Revitalization - Phase 2
Martin Luther King Boulevard to "N" Street
Yakima, Washington
Schedule of Rates
Rate Determinations - June 1, 2014 thru May 31, 2015
Huibregtse, Louman Associates, Inc.
Job Title or Category
Hourly
2
Rate
Overhead @
0
152.11 /0
Fee @
0
30.00 /0
C+FF Rate @
0 1
152.11 /0 OH
Licensed Principal Engineer
$62.00
$94.31
$18.60
$174.91
Licensed Principal Land Surveyor
$52.00
$79.10
$15.60
$146.70
Licensed Professional Engineer
$45.50
$69.21
$13.65
$128.36
Licensed Professional Land Surveyor
$32.00
$48.68
$9.60
$90.28 1
Project Engineer
$39.50
$60.08
$11.85
$111.43
CAD Technician
$23.50
$35.75
$7.05
$66.30
Surveyor
$30.60
$46.55
$9.18
$86.33
Engineering/Word Processing Tech.
$22.30
$33.92
$6.69
$62.91
1 Rates for job categories shown are for the highest rate payable within the category. Actual rate may
be less depending on staff person assigned.
2A11 hourly rates will increase approximately 3.5% beginning June 1, 2015, for role and responsibility
pay increases and remain constant until May 31, 2016.
Huibregtse, Louman Associates, Inc.
Statement of Direct Labor, Fringe Benefits, and General Overhead
For the Year Ended December 31, 2013
Description
% of Direct Labor
Direct Labor
INDIRECT COSTS
Fringe Benefits
Vacation, Sick and Holiday
10.41%
Incentive Compensation
32.02%
Retirement Plans
15.08%
Employee Group Insurance
12.85%
Payroll Taxes
12.86%
Other Employee Benefits
0.65%
Total Fringe Benefits
83.87%
VIII"`
General Overhead
110000000000000000000000010
IIII'IIIIII
Indirect Labor
.30°
Accounting Fees
Automobile
SII
1.61%
Bank charges and processing fees
Computer hardware/software
Depreciation and Amortization
Dues and Professional Licenses
Insurance
Leased Equipment
Meals Expense
1111111111111
Office Supplies alaol °°""u® tage
Printing and Reprodu gm�:h
11111 1111111111111111
000.15%
1.13%
4.99%
0.41%
3.93%
0.51%
0.17%
2.30%
0.15%
Professional Services
1.12%
Rent and Utilities
16.57%
Repairs and Maintenance
1.90%
Seminars and Prof Education mu
0.76%
Supplies
0.54%
Taxes and Licenses
8.17%
Telecommunications
1.41%
Travel
0.76%
Direct Costs Recovery
-2.91%
Total General Overhead
68.25%
Total Indirect Costs
152.11%
Overhead Rate
152.11%