Loading...
HomeMy WebLinkAboutR-1991-D5978 Gary Hall Amendment #7• • • RESOLUTION NO. D 5 9 7 8 A RESOLUTION authorizing the City Manager and the City Clerk of Yakima to execute an amendment to the Agree- ment with Hall Engineering Associates for profes- sional services. WHEREAS, the City Council by Resolution No. D-5646 autho- rized execution of an Agreement with Hall Engineering Associ- ates to conduct research, analysis, design, and reporting for the City of Yakima Downtown Transfer Center; and WHEREAS, the City wishes Hall Engineering Associates to perform additional work not included in the original Agree- ment; and WHEREAS, the City Council deems it to be in the best interest of the City that an amendment to the aforementioned contract be executed, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk are hereby authorized and directed to execute "Amendment No. 7 to the Contract" with Hall Engineering Associates, for the purpose mentioned above, a copy of which Agreement is attached hereto and by reference made part hereof. ADOPTED BY THE CITY COUNCIL this /2 day o 1991. ATTEST (res/profserv.1) Mayor AMENDMENT NO. 7 TASK ORDER NO. 6 Transit Center / Fourth Street Linkage Of the contract for the provision of professional services between City of Yakima, hereinafter called "City", and Hall Engineering Associates, hereinafter called "Engineer" dated October 18, 1989, and WHEREAS City wishes to investigate alternatives for visual linkage from the proposed Transit Center located on the east side of South Fourth Street between Chestnut and Walnut Avenues to the intersection of South Fourth Street and Yakima Avenue, Engineer will provide the following services: 1. Review existing conditions and the Downtown Futures Plan. 2. Review transit and urban street treatments from the Seattle / Tacoma area, trade publications, etc. 3. Develop a conceptual scheme for Fourth Street linkage including: - Basic layout and positioning of improvements, - Sidewalk paving options, - Sculpture, signage, and graphics treatments, and - Landscaping. 4. Test the conceptual scheme for compatibility with existing street improvements, Yakima Mall, and Downtown Futures Plan. 5. Review Transit Center preliminary design for compatibility with conceptual scheme. Review landscaping, paving, walls, benches, and shelters as appropriate. 6. Prepare itemized cost estimate of improvements from conceptual scheme. 7. Meet with Transit Committee and Staff to review findings and establish a preference for the aesthetic composition and style of street treatments to be investigated. From this meeting a single theme or motif is expected to be selected for investigation and further investigation of multiple alternatives is not anticipated. 8. With Transit Committee approval and direction, prepare final scheme in agreed upon format suitable for public review meetings. 9. Revise cost estimates as appropriate. 10. Present final scheme to the Transit Committee and Staff. AMENDMENT NO. 7, TASK ORDER NO. 6 TRANSIT CENTER / SOUTH FOURTH STEET LINKAGE, Pg. 2 Engineer intends to utilize the services of Wardell Architects in completing this scope of work. Engineer's fee for Task Order No. 6 will be calculated according to the fee schedule method, and is estimated to be $12,000. Engineer will commence services upon authorization and proceed in a diligent manner. ACCEPTED CITY OF YAKIMA Dick Zais, Cit • anager Date ATTEST City Clerk City CONTRACT NO. ''/- S_��" `.7<? HALL ENGINEERING ASSOCIATES 4474-1-1 Gary Hall, Owner Date AMENDMENT NO. 6 TASK ORDER NO. 5 Contamination & Asbestos Assessment Of the contract for the provision of professional services between City of Yakima, hereinafter called "City", and Hall Engineering Associates, hereinafter called "Engineer" dated October 18, 1989, and WHEREAS City wishes to investigate the potential for contamination of the soils resulting from significant releases of hazardous substances and the potential presence of asbestos in the buildings at the proposed transit center located on the east side of South Fourth Street between East Chestnut and Walnut Streets and the vacant lot on the northwest corner of Walnut Street and Naches Avenue, hereinafter called "the site". Then the parties agree as follows: Scope of Services PART A: Phase 1 Environmental Site Assessment Scope of Work: The scope of work for a Phase 1 Environmental Site Assessment is designed to assess the potential for site contamination based on present and past site usage, by reviewing available data. No sampling will be conducted for this phase. The scope of work for the Phase 1 study will include the following: (1.) Review the history of site usage, available property records, historical property maps, city directories, and other available information. (2.) Review commercially available aerial photographs, which may provide visual information on the historic development and usage of the site. (3.) Review available subsurface studies previously performed at the site to evaluate the subsurface conditions encountered. (4.) Review reasonably obtainable records from federal, state, and local agencies to evaluate compliance with regulations concerning the generation, storage, treatment and disposal of hazardous materials or wastes at the site. Records of spills and other disposal activities or permit violations which could result in site contamination will also be researched. 1 Task Order 5, pg. 2 (5.) (6.) • • Conduct a site visit to observe the property and adjacent land for current use and indications of potential soil and groundwater contamination. This may include soil staining, distressed vegetation, evidence of underground storage tanks, trash and debris, and use of hazardous materials or petroleum products. Prepare a final report which presents the data and findings of the assessment and conclusions concerning the potential for subsurface contamination as the result of previous or current site activities. Evaluation will also be presented regarding the extent of sampling required and recommendations for further work, if necessary, at the site. Copies of relevant documents obtained during the study will be included in the report. Fee: Engineer's fee for Part A will be a fixed fee of $8,000.00. Schedule: Engineer will begin work promptly upon written notification to proceed, and will provide a written report to you in approximately six weeks from receipt of authorization to proceed. Receipt of written responses from governmental agencies and aerial photographs sometimes are not received within this time frame, but will be furnished when available. PART B: Phase II Environmental Site Assessment Scope of Work: The scope of work for a Phase II Environmental Site Assessment is designed to assess the potential for site contamination based on present and past site usage. Based on the information obtained during the Phase I assessment, appropriate locations for subsurface investigation will be selected. The scope of work for the Phase II environmental assessment will include the following: Subsurface Investigation - Up to two exploration borings will be drilled at each of the parcels selected for investigations. The exact locations of the borings will be determined by our field engineer during the field investigation. Based on expected field conditions, the borings will be extended to a depth of 15 to 25 feet. Engineer's representative will maintain a lithologic log using the Unified Soil Classification System (ASTM D2487) during drilling activities. Drilling equipment will be decontaminated prior to beginning the drilling operation and between each hole. City will provide water for decontamination of drilling equipment at no cost to Engineer. The drilling is expected to be somewhat difficult, and it is anticipated that cable tool or rotary drilling methods will be required. 2 Task Order 5, pg. 3 (2.) Laboratory Analysis - In order to assess subsurface conditions at the site, soil and groundwater samples will be collected from each boring for laboratory analysis. Selected samples will be tested for total petroleum hydrocarbons (EPA Method 418.1), volatile organic constituents (Methods 8020, soil; Method 602, water), and solvents (Method 8010). (3.) A report will be prepared summarizing the data obtained and presenting observations and conclusions relating to the apparent subsurface conditions as the result of previous or current site activities. The report will contain the analytical laboratory results and an opinion with regard to the presence of hazardous materials or petroleum products in the subsurface soil or groundwater at the sites. Fee: Engineer will provide Part B scope of services outlined for a lump sum fee of $7,500.00 per parcel determined in Phase I Enviromental Site Assessment to require Phase II investigation. Schedule: As previously noted, completion of the Phase I site assessment is expected to take approximately four weeks after receipt of notice to proceed. During the Phase I investigation, the scope of work for the Phase II study can be refined, if necessary. After the work scope has been finalized, we can begin mobilizing and drilling activities upon contract rig availability. The findings and conclusions from Engineer's Phase I and II Site Assessments will not be scientific certainties, but rather opinion based on or professional judgement concerning the significance of the data gathered during the course of the site assessment and its indications of abnormal site activities relative to similar sites and usage. We will not be able to represent that sites contain no hazardous materials, petroleum products or other latent conditions beyond that detected or observed during the site assessments. PART C: Asbestos Survey Engineer will survey existing buildings on the site for asbestos containing materials to identify and sample suspect building materials for laboratory analysis. Materials sampled will include but not be limited to: Floor coverings, wall materials, ceiling tiles, textured ceiling materials, exterior stucco materials, roofing, piping insulation, and equipment isolation pads. 3 • 1 Task Order 5, pg. 4 Engineer's fee for Part C will be a fixed fee of $7,000.00. ACCEPTED CITY OF YAKIMA Dick Zais, CitManager Date ATTEST fay City Clerk Cirt CbirRA{T RO. 9 - e a j A - 59 cif HALL ENGINEERING ASSOCIATES 41e Gary Hall, wner -/Z -9/ Date RESOLUTION NOP 5 9 4 1 A RESOLUTION authorizing the City Manager and the City Clerk of Yakima to execute an amendment to the Agree- ment with Hall Engineering Associates for profes- sional services. WHEREAS, the City Council by Resolution No. D-5646 autho- rized execution of an Agreement with Hall Engineering Associ- ates to conduct research, analysis, design, and reporting for the City of Yakima Downtown Transfer Center; and WHEREAS, the City wishes Hall Engineering Associates to perform additional work not included in the original Agree- ment; and WHEREAS, the City Council deems it to be in the best interest of the City that an amendment to the aforementioned contract be executed, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk are hereby authorized and directed to execute "Amendment No. 6 to the Contract" with Hall Engineering Associates, for the purpose mentioned above, a copy of which Agreement is attached hereto and by reference made part hereof. ADOPTED BY THE CITY COUNCIL this 25th day of June 1991. Mayor ATTEST: City Clerk (res/profserv.1) AMENDMENT NO. 5 TO THE CONTRACT For the provision of professional services between City of Yakima, hereinafter called "City", and Hall Engineering Associates, hereinafter called "Engineer" dated October 18, 1989, WHEREAS City wishes to investigate the possibility of constructing a parking lot in the northwest corner of the intersection of Naches Avenue and East Walnut Street, Assessor's No. 24471, WHEREAS, the City and Engineer have executed and Agreement as mentioned above with an item number 12, Additional Services, then the parties agree as follows: AMENDMENT NO. 1 of TASK ORDER NO. 4 PRELIMINARY DESIGN Scope of Services Engineer shall provide services to include a preliminary layout and construction cost estimate for development of this property as a parking lot. Engineer's Fee: Engineer's estimated fee is $2,000.00 increasing the total fee for Task Order No. 4 to $23,500.00. Time for Services Engineer will commence immediately upon receipt of City's acceptance. ACCEPTED CITY OF YAKIMA Richard A. ZJr. City Manager Attest: Date iia ° rONTRA.T No. �'I I 4,V6 G0-- 3 RESOLUTION NO. 0 5 9 2 0 A RESOLUTION authorizing the City Manager and the City Clerk of Yakima to execute an amendment to the Agree- ment with Hall Engineering Associates for profes- sional services. WHEREAS, the City Council by Resolution No. D-5646 autho- rized execution of an Agreement with Hall Engineering Associ- ates for the selection and development of bus transfer stations with the City of Yakima, and WHEREAS, the City wishes Hall Engineering Associates to preliminary design and develop an additional site not included in the original Agreement, and WHEREAS, the City Council deems it to be in the best interest of the City that an amendment to the aforementioned contract be executed, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk are hereby authorized and directed to execute "Amendment No. 5 to the Contract" with Hall Engineering Associates, for the purpose mentioned above, a copy of which Agreement is attached hereto and by reference made part hereof. ADOPTED BY THE CITY COUNCIL this 751 day of 1991. ATTEST: City Clerk (res/profserv.1) Mayor AMENDMENT NO. 4 TO THE CONTRACT For the provision of professional services between City of Yakima, hereinafter called "City", and Hall Engineering Associates, hereinafter called "Engineer" dated October 18, 1989, WHEREAS City wishes to investigate the possibility of acquiring the property in the northwest corner of the intersection of Naches Avenue and East Walnut Street, Assessor's No. 24471, WHEREAS, the City and Engineer have executed and Agreement as mentioned above with an item number 12, Additional Services, then the parties agree as follows: AMENDMENT NO. 1 of TASK ORDER NO. 3 ACQUISITION SERVICES Scope of Services Engineer shall provide services to include a preliminary assessment of the property owner's willingness to consider offers from the City based on appraised value, providing appraisals of the properties, supply boundary surveys and legal descriptions, if required, delivering offers to the property owners, representing the City in negotiations with the property owners, and administering final settlement and acquisition. City will provide a title report. Engineer's Fee: Engineer's fee shall be a fixed fee of $5,500.00 increasing the total fee for Task Order No. 3 to $38,500.00. Time for Services Engineer will commence immediately upon receipt of City's acceptance. ACCEPTED CITY OF YAKIMA Richard A. Zeis, City Manager Attest: kGL%--e-= L-% CITY CC4;Tn.d<'T 9:3, _22_-__3_240.;;;5 `703 Js i Date CITY OF YAKIMA 2301 Fruitvale Blvd. Yakima, WA 98902 Memorandum Date: April 12, 1991 To: Mayor and Members of City Council DEPARTMENT OF PUBLIC WORKS Equipment Rental Division .575-6005 Park Maintenance Division 575-6020 Recreation Division ..575-6020 Refuse Division . 575-6005 Street Division 575-6005 Traffic Division ..575-6005 Transit Division . 575-6005 Scan Prefix . . .. 278-•••• lullfl�Ellilr,� From: Jerry Copeland, Director of Public Works Denny Covell Director of Engineering And Utilities John A. Haddix, Acting Transit Manager Subject: Hall Contract Amendment #4 The Gary Hall contract amendment specifically cites the property that the City is interested in acquiring, so the contract amendment has been excluded from the public agenda statement packet and placed as a confidential item for Council eyes only. HALL ENGINEERINP ASSOCIATES 100 NORTH FRUITLANO STREET SUITE H KENNEWICK, WA 99336 (509) 582.2200 November 5, 1990 Mr. Dennis Covell, P.E. City of Yakima 129 N. Second St. Yakima, WA 98901 Re: Transit Transfer Facility Acquisition Services, Task Order No. 3 Dear Dennis; 1 This will confirm our telephone conversation of November 5, 1990 regarding acquisition services for the Transit Transfer Facility. We will assist City with acquisition of Site No. 11 from the Location Analysis, the east side of South 4th Street between Chestnut Avenue and Walnut Street, composed of six separate ownerships. Services include a preliminary assessment of the property owners' willingness to consider offers from the City based on appraised values, providing appraisals of the properties, supply boundary surveys and legal descriptions, if required, delivering offers to the property owners, representing the City in negotiations with the property owners, and administering final settlement and acquisition. We plan to use Ross Mellor and Robert H. Sweesy as our subcontractors for appraisal and negotiating, respectively. These services do not include relocation assistance services, property management services, court testimony, nor,services in the event condemnation is invoked. City will provide title reports for each subject parcel. Our fee will be calculated according to the Fee Schedule Method. Our best estimate of our fee remains $33,000.00 as estimated in the Agreement. If this agrees with your understanding, please sign and return one original of this letter. We will commence initial contact with the property owners immediately on receipt of your acceptance. Sincerely, ACCEPTED HALL ENGINEERING ASSOCIATES CITY OF YAKIMA 2610 / Gary Hall, P.E. ea7/76/90 CITY ENGINEER Da Dennis Covell,P.E. RESOLUTION NO. D-5903 A RESOLUTION authorizing the execution of an amendment to the agreement with Hall Engineering Associates for Professional Services to increase the budgeted amount for acquisition services by $5,500.00, from $33,000.00 to $38,500.00. WHEREAS, the City Council by Resolution No. D-5646 autho- rized execution of an agreement with Hall Engineering Associ- ates for the study of bus transfer station sites within the City of Yakima; and WHEREAS, the City wishes to amend the agreement with Hall Engineering Associates to provide for the possible acquisition of an additional site not included in the original agreement; and WHEREAS, this additional work will result in an increase in the budgeted amount for acquisition services by $5,500.00, from $33,000.00 to $38,500.00; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to enter into the attached "Amendment No. 4 to the Contract" with Hall Engineering Associates, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk are hereby authorized and directed to execute the attached and incorporated "Amend- ment No. 4 to the Contract" with Hall Engineering Associates. ADOPTED BY THE CITY COUNCIL this 16th day of April 1991. Mayor ATTEST: City Clerk (reslamnclprof . rp) AMENDMENT NO. 3 TO THE CONTRACT For the provision of professional services between the City of Yakima, hereinafter called "City", and Hall Engineering Associates, hereinafter called "Engineer", dated October 19, 1989, ICEREAS, City wishes to investigate the property in the northeast corner of the intersection of Second Street and Yakima Avenue, ICEREAS, the City and Engineer have executed and Agreement as mentioned above with an item number 12, Additional Services, then the parties agree as follows: TASK ORDER NO. 1 of AMENDMENT NO. 3 Mission Site Investigation Scope of Services Engineer shall provide services to investigate and score the subject property according to criteria previously established. The work product will be a letter report accompanying and updated table showing the subject site's score compared to the other sites previously scored. Work product will also include an updated "short list" matrix, if it it affected. Engineer's Fee Engineer's fee shall be a fixed fee of $800.00. Time for Services Engineer will furnish the letter report and matrix within 4 weeks of execution of this task order. ACCEPTED CITY OF YAKIMA R.A. Zat's, Jr., City Manager Attest: koite----- 4 q 1 k Date _C_LO 6%14: R,c,5 58•0 7 RESOLUTION NO. 7 A RESOLUTION authorizing the City Manager and the City Clerk of Yakima to execute an amendment to the Agree- ment with Hall Engineering Associates for profes- sional services. WHEREAS, the City Council by Resolution No. D-5646 autho- rized execution of an Agreement with Hall Engineering Associ- ates for the study of bus transfer station sites with the City of Yakima, and WHEREAS, the City wishes Hall Engineering Associates to examine an additional site not included in the original Agree- ment, and WHEREAS, the City Council deems it to be in the best interest of the City that an amendment to the aforementioned contract be executed, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk are hereby authorized and directed to execute "Amendment No. 3 to the Contract" with Hall Engineering Associates, for the purpose mentioned above, a copy of which Agreement is attached hereto and by reference made part hereof. ADOPTED BY THE CITY COUNCIL this ) �� day of J1= f' i . 1990. ATTEST: City Clerk (res/profserv.1) Mayor AMMENDMENT NO. 2 TO THE CONTRACT For provision of professional services between the City of Yakima, herinafter called "City" and Gary Hall Engineering, herinafter called "Engineer", dated October 18, 1989. Amending the budget for Task Order No. 1, Location Analysis, to allow for the inclusion of three additional sites into the analysis, their review and evaluation, report reproduction and meeting attendance. Engineer's estimated fee is hereby increased by $1,800 from $25,300 to $27,100. ACCEPTED CITY OF YAKIMA, WASHINGTON r-50 By: Date Attest: %tA vim- 1215--(9-e-/1..L.)C Yr+ Contract No. cfO -- / Y Resolution No. D-5725 RESOLUTION NO. D-5725 A RESOLUTION authorizing the City Manager and the City Clerk of Yakima to execute an amendment to the Agree- ment with Gary Hall Engineering for professional services. WHEREAS, the City Council by Resolution No. D-5646 autho- rized execution of an Agreement with Gary Hall Engineering for the study of bus transfer stations with the City of Yakima, and WHEREAS, the City wishes Gary Hall Engineering to examine additional sites not included in the original Agreement, and WHEREAS, the City Council deems it to be in the hest interest of the City that an amendment to the aforementioned contract be executed, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk are hereby authorized and directed to execute "Amendment No. 2 to the Contract" with Gary Hall Engineering, for the purpose mentioned above, a copy of which Agreement is attached hereto and by reference made part hereof. -t ti ADOPTED BY THE CITY COUNCIL this day of 1=:" 1990. -=;e"- %%.ter Mayor ATTEST: Cats• Clerk (res/profserv) AMENDMENT NO. 1 TO THE CONTRACT For the provision of professional services between City of Yakima, hereinafter called "City", and Gary Hall Engineering, hereinafter called "Engineer" dated October 18, 1989, WHEREAS City wishes to prepare an inventory of its transit bus stops and their needed improvements, and investigate alternative concepts to timed transfer, fixed route operation, and WHEREAS, the City and Engineer have executed and Agreement as mentioned above with an item number 12, Additional Services, then the parties agree as follows: TASK ORDER NO. 1 of AMENDMENT N0.1 BUS STOP INVENTORY Scope of Services Engineer shall provide services to inventory Yakima Transit's existing bus stops (approximately 600). The inventory shall be prepared in an IBM compatible data base format which includes the bus stops' location, existing condition in terms of City -owned facilities at each site, ground slope, ground condition, and degree of use by the ridership. The inventory will also present suggested improvements and a cost estimate for those improvements for each site. The work product will be: (1) A report including the inventory of existing bus stops, cost estimates for improvements, and a proposed grouping of these improvements into projects with approximately $50,000 construction costs; (2) A map of each route showing the bus stop locations; and (3) "Generic" engineering design drawings and specifications for bus stop improvements including cut and fill sections, concrete pads, benches, and shelters suitable for inclusion with contract documents for bidding purposes. The maps and drawings in items (2) and (3) will be prepared on a city compatible Auto-CADD format, and the City will receive a reproducible mylar and magnetic disk of each map and drawing. City will furnish a tabulation of the existing bus stops on a 5.25 inch, 1.2 mega byte magnetic disk in an IBM compatible format. Engineer's Fee: Engineer's fee shall be calculated according to the fee schedule method with an estimated maximum as follows: 1. Survey Existing Bus Stops (600+) On board 40 hr. @ $45 $1800 Review Easements 80 hr @ $45 3600 Summarize 40 hr. @ $45 1800 10 hr. @ $60 600 Project managem't. 15 hr. @ $60 900 Expenses 500 Subtotal $9,200 art c4N1RACT x 670'0_ , 2. Build Database Conversion of City Database Input Survey 40 20 Project Management 5 Expenses Subtotal 3. Prepare Report Identify improvements Prepare Cost Estimates Separate Projects Maps (10 sheets) Typing Writing Review Project Mgm't. Expenses Subtotal 4. Meetings Subtotal 5. Generic Designs Design Drafting Specifications Project Management Expenses Subtotal Project Subtotal Contingencies (10%) Estimated Fee Task Order 1 hr. hr. hr. $30 $45 $60 40 hr. @ $45 40 hr. @ $45 10 hr. @ $55 10 hr. @ $45 10 hr. @ $60 10 sheets @ $600 40 hr. @ $30 30 hr. @ $45 10 hr. @ $60 20 hr. @ $45 5 hr. @ $60 40 @ $45 20 @ $60 60 hr. @ $45 20 hr. @ $60 4 sheets @ $600 20 hr. @ $30 10 hr. @ $60 $ 600 1200 900 300 500 $3,500 $ 1800 1800 550 450 600 6000 1200 1350 600 900 300 2000 $17,550 $ 1800 1200 $ 3,000 $ 2700 1200 2400 600 600 300 $7,800 $41,050 4.100 $45,150 Time for Performance Engineer shall commence work upon execution of the Task Order and provide services in a diligent manner. The initial inventory of existing conditions and proposed improvements is estimated for completion at 8 weeks from authorization. A draft report presenting cost estimates and separated projects and the final report are estimated for completion at 12 and 16 weeks from authorization, respectively. ACCEPTED CITY OF YAKIMA 3-)- 9 0 By: Date Attest: l'ezA, A %" Cole— TASK ORDER NO. 2 Of AMENDMENT NO. 1 SERVICE ALTERNATIVES STUDY Scope of Services Engineer shall: 1. Review Yakima Transit's current timed transfer fixed route service. 2. Prepare a narrative of the present service, summarizing its accomplishments as well as areas that may need to be addressed. 3. Prepare a summary of alternative service delivery methods existing in the industry. The potential options involve two basic groups - fixed route and demand response. Within each of these major groups, there are several variations e.g. radial, grid, and timed transfer for fixed route; door-to- door, check -point, and subscription for demand responsive. This task will present a brief summary description of major categories regarding service options. The description will include key characteristics, rationale for their implementation (e.g. why grid vs. timed transfer?), and examples of their application in various systems. 4. Prepare a written report summarizing findings from items 1,2, and 3; and assessing service alternatives that may be appropriate to Yakima Transit. Several factors will be considered in this assessment. These factors include impacts on the current transit market, effects on achieving a higher transit share of total travel, impact on potential service expansion, and relationship between service development and available resources. (i.e. a particular approach may appear attractive from a customer standpoint but not affordable). Engineer's report in item 4 above will be prepared on a reconnaissance (conceptual) basis. No intensive investigation, nor travel, nor in-person presentations are included in this scope of work. Engineer's Fee Engineer's fee for TASK ORDER 2 will be a fixed fee of $1,800.00. Time For Services Engineer will furnish a final report within 6 weeks of execution of this Task Order. ACCEPTED CITY OF YAKIMA Attest: kcvA.z- --- e_vnc. 3 - I -9u 0 RESOLUTION NO. - A RESOLUTION authorizing the City Manager and the City Clerk of Yakima to execute an amendment to the agree- ment with Gary Hall Engineering for professional services. WHEREAS, in connection with the Public Works Yakima Central Business District Transfer Site Selection and Develop- ment Project, it is necessary to amend the professional ser- vices contract with Gary Hall Engineering to conduct additional transit system research, analysis, design, and reporting which contract was authorized by Resolution D-5646, and WHEREAS, Gary Hall Engineering has offered to perform additional professional services in accordance with the provi- sions of the attached document, and WHEREAS, the City Council deems it to be in the best interest of the City that an amendment to the aforementioned contract be executed by the City, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk are hereby authorized and directed to execute "Amendment No. 1 to the Contract" with Gary Hall Engineering, for the purpose mentioned above, a copy of which agreement is attached hereto and by reference made part hereof. ,n ADOPTED BY THE CITY COUNCIL this 7 day of 1990. ATTEST: JCLtLL J) cc - City Clerk (res/g.hall) >4146 -1.4,044 - Mayor AGREEMENT /�jg ,� /� THIS AGREEMENT, made and entered into this /( day of C/ 1989, by and between the City of Yakima, Washington, hereinafter called "City", and Gary Hall Engineering, hereinafter called "Engineer", is for the provision by the Engineer to City of professional services in support of City's CBD Transit Transfer Facility, hereinafter called "project". In consideration of the covenants and agreements herein contained and the terms and conditions hereof, the parties agree as follows: 1. Services. Engineer shall provide the City professional consulting engineering services through a series of task orders as provided in paragraph 2 below. The professional services to which the parties may agree by task orders may include, but are not limited to those listed in Exhibit A, attached hereto and by this reference incorporated herein. 2. Task orders. Prior to commencement of any services, the City and Engineer shall mutually agree upon and execute a task order for the specified services. The task order shall describe the services to be provided, the time for performance of the services, the provisions for fees for the services, and any provisions additional to this agreement. Execution of this agreement and Task Order No. 1 by the City and the Engineer authorizes the Engineer to proceed with the services described in Task Order No. 1. Execution of each subsequent task order shall incorporate each subsequent task order into this agreement. The execution of this agreement does not obligate either of the parties hereto to provide or accept any services unless and until the parties have mutually agreed upon and executed a specific task order for such services. 3. Time period for Performance of Services. The Engineer shall commence such services as are described on executed task orders in accordance with the time schedules set forth therein and shall proceed with the provision of such services in a diligent manner. The Engineer shall not be responsible for delays caused by factors beyond the Engineer's control or which could not reasonably have been foreseen by the parties at the time the task order was executed. The anticipated schedule for the project is shown as Exhibit B. 4. Payments to Engineer. A. Fee for Services. In each specified task order executed by the parties, the parties shall specify payment to the Engineer for services performed by either (1) agreeing to a fixed fee amount, or (2) agreeing to pay the Engineer utilizing the hourly rate and expense schedule, "Fee Schedule", attached hereto as Exhibit C and by this reference incorporated herein. Said Fee Schedule is subject to revision by the Engineer not sooner than two years after the execution of this agreement, and no more often than once each year thereafter. Under the fee schedule method, the parties shall agree on an amount which represents the maximum fee to which the Engineer shall be entitled under that task order. That amount shall represent the best estimate of the parties of the maximum cost of the Engineer's services specified in that task order. In the event the cost of services will exceed that estimate, the Engineer shall advise the City in advance 1 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility of such excess costs and shall provide no services in excess of such estimated costs without the approval of the City. B. Estimated Fees. The estimated fees for anticipated task orders are shown as Exhibit A. C. Renegotiation of Fee. The Engineer reserves the right to renegotiate the fee or estimate of fee specified in any task order if the scope of services as specified in the task order is modified by the City or by others or by conditions beyond the control of the parties hereto whereupon additional expenses shall be incurred by the Engineer. The City and Engineer shall agree to such a change in fee and services in writing prior to the Engineer's provision of such modified or changed services. D. Time of Payments. Engineer shall periodically submit invoices for the unbilled portion of the services completed to that date. City agrees to pay the invoiced amounts within 30 days from the date of receipt of the invoice. E. Payments in the Event of Termination. In the event of termination of this agreement, Engineer shall be compensated for services performed under this agreement to the date of termination in accordance with the terms above. F. Permits and Advertising. City shall pay all regulatory permitting and advertising fees and all other project fees normally paid by the City for a public works project. 5. Standard for Performance. Engineer shall perform its services in accordance with generally accepted engineering and consulting standards and shall be responsible for the technical soundness and accuracy of all work and services furnish pursuant to this agreement. 6. Termination. Either party may terminate this agreement at any time upon 30 days written notice to the other party. 7. Opinions of Cost. Engineer has no control over the cost of labor, materials, equipment, or services provided by parties other than Engineer and its subcontractors. Engineer has no control over contractor's methods of determining prices, or other competitive bidding or market conditions, and its opinions of probable project or construction costs are to be made on the basis of its experience with the construction industry. However, Engineer can not and does not guarantee that proposals, bids, or actual project or construction costs will not vary from the opinions of probable costs prepared by it. 8. Construction and Safety. Engineer shall not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by contractors or the safety precautions and programs incident to the work of contractors. 9. Ownership of Documents. The originals of all documents, including drawings and specifications, prepared by Engineer shall remain the property of the 2 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility Engineer. The Engineer shall provide the City with a reproducible and/or non- reproducible copies of the documents, drawings, and specifications, and other work products as specified in each task order. Such documents, drawings, and specifications are not intended or represented by the Engineer to be suitable for reuse by the City or others on extensions of the services provided for the intended project or on any other project. Any reuse without written verification or adaptation by the Engineer will be at the City's sole risk and without liability or exposure to the Engineer, and the City shall indemnify and hold harmless the Engineer from all losses, claims, damages, and expenses, including attorney's fees arising out of or resulting therefrom. Any such verification or adaptation by Engineer will entitle the Engineer to further compensation at rates agreed upon by the parties. Engineer shall provide a reproducible copy of the final record drawings showing the construction project measurements when authorized to do so by task order. 10. Design Intent. Engineer shall prepare its design documents, drawings, and specifications with the understanding that it will be observing the quality and progress of construction for compliance with the intent of the design, and furthermore that such observation of construction will be compensated by the City at the rates agreed upon by the parties hereto. 11. Indemnity. The Engineer shall defend, indemnify, and hold harmless City from any and all claims or liabilities arising out of Engineer's negligent performance of this Contract, including City's reasonable attorney's fees and costs in defense of any such claims or liabilities. The Consultant shall comply with all federal government, state, and local laws and ordinances applicable to the work to be done under this Contract. Prior to beginning work under this Contract, the Consultant shall provide Certificates of Insurance as evidence that policies providing the following coverage and limits of insurance are in full force and effect. A. GENERAL COMPREHENSIVE LIABILITY With respect to liability for injuries to or death of persons and with respect to liability for destruction of or damage to property, the insurance coverage shall be $500,000 combined single limit and such coverage shall include the special provisions listed below: 1. The City, its officers, employees, and agents shall be named as an additional insured and the coverage shall be applicable to and protect the City, its officers, employees, and agents from liability arising from or relating to Engineer's activities relating to this Contract. Such insurance shall be primary and other insurance maintained or carried by the City shall be separate and distinct and shall not be contributing with the insurance listed hereunder. 3 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility 2. Such insurance shall not include explosion, collapse, or underground exclusions commonly referred to as the "XCU" hazards. B. AUTOMOBILE COMPREHENSIVE LIABILITY With respect to liability for injury to or death of persons and with respect to liability for destruction of or damage to property, the City, its officers, employees, and agents shall be named insured and the insurance coverage shall be $500,000 combined single limit. Such insurance shall be primary and other insurance maintained or carried by the City shall be separate and distinct and shall not be contributing with the insurance listed hereunder. Failure of either or all of the named insured to report a claim under such insurance shall not prejudice the rights of the City, its officers, employees, and agents thereunder. The City, its officers, employees, and agents will have no obligation for the payment of premiums because of its being named as an insured under such insurance. None of the policies issued pursuant to the requirements contained herein shall be cancelled, allowed to expire, or changed in any manner so as to affect the rights of the City thereunder until thirty (30) days after written notice of such intended cancellation, expiration, or change. Prior to the beginning wok for property acquisition, development of contract plans and specifications, and construction management the Engineer or its subcontractors shall provide evidence of errors and omissions coverage for a minimum of $ 500,000. 12. Additional Services. At the City's option and direction, Engineer shall provide additional engineering, cost estimating inspection, and/or planning services as authorized by mutually agreed task orders. 13. Entire Agreement. This Agreement constitutes the entire agreement between the City and the Engineer and supercedes all prior or contemporaneous oral or written representations or agreements. This agreement shall not be modified, except with an agreement signed by both parties. 14. Attorney's Fees. In the event suit or legal action is instituted to enforce any of the terms or conditions of this agreement, the losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed by statute, such sum as the court may judge reasonable as attorney's fees in such suit or action, in both trial and appellate courts. 15. Assignment. Neither party to this agreement shall assign the agreement, nor any interest arising herein, without the written consent of the other. The Engineer shall be authorized to employ or subcontract with any other party or entity it deems necessary for the performance of any of the services top be provided by the Engineer pursuant to the terms of this agreement. 16. Separate Agreement. In the event any of the terms or clauses of this 4 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility agreement is held to be illegal or unenforceable by any court or arbitrator, the remaining clauses and terms shall continue in full force and effect and shall be enforceable. 17. Governing Law. This agreement is governed by the laws of the State of Washington. 18. Subcontractors. Engineer anticipates utilizing the following subcontractors for the services listed. Subcontractor K J S Associates Service Site Analysis and Environmental Assessment R & W Engineering Noise Abatement, Lighting, and Electrical Engineering Ross Mellor & Associates Property Appraisal and Acquisition Knipper, Dunn, & Franklund Landscape Design IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first written above. GARY HALL ENGINEERING CITY OF YAKIMA, WASHINGTON eta By: Gary Hall, P.E. By: Richard A. Zais, Jr. City Manager Attest: City Clerk City Cont -act No. 89-66 Resolution No. D-5646 5 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility EXHIBIT A ANTICIPATED SCOPE OF SERVICES & FEES Task Known: Location Analysis Env. Assessment Report Est. Fee $ 25,300 15,600 Estimated: Pre - Design 23,000 Site Acquisition 33,000 Design 50,000 Construction Services 34,000 Note: The fees listed above as "Estimated" are the best estimates of the parties at the time of the agreement execution. The fees to be paid Engineer are dependent upon several factors and parties beyond the control of the City and Engineer. Said factors include, but are not limited to the final site location and existing land use, relocation of residences and businesses that may be required, adequacy of adjacent and on-site utilities, adjacent land uses and possible need for noise abatement, underground conditions such as soils, ground water, and archaeological remnants, UMTA participation, and the final configuration of improvements to be constructed. For that reason, the estimates listed above are subject to change and should only be used for general planning purposes. EXHIBIT B CITY OF YAKIMA CBD TRANSIT TRANSFER FACILITY ANTICIPATED PROJECT SCHEDULE AUTHORIZATION TO PROCEED Note: The tire estirates shown above as 'Tentative' are the best estimates of the parties at the tine of the agreement execution. The actual tiro required is dependent upon several factors and parties beyond the control of the City and Engineer. Said factors include, but are not limited to the final site location and existing land use, relocation of residences and businesses that xray be required, adequacy of adjacent and on-site utilities, adjacent land uses and possible need for noise abatenent, underground conditions such as soils, ground water, and archaeological rer ants, UMTA participation, and the final configuration of inproverents to be constructed. For that reason, the estinates listed above are subject to change and should only be used for general planning purposes. 1 WEEKS ROM AUTHORIZATION TO PROCEED TASK / MILESTONE 0 I 10 20 30 40 50 60 70 80 90 100 PHASE I KNOWN: 1. LOCATION ANALYSIS SITE SELECTION 0 2. ENV. ASSM'T REPORT 0 ,0 _.__.____ . — r-- -- TENTATIVE: 3. PRE DESIGN & COSTS CITY COUNCIL REVIEW 4. SITE E ACQUISITION Q UMTA REVIEW PHASE a 5. DESIGN BIDDING NOTICE TO PROCEED Q 6. CONSTRUCTION OPERATION 7 Note: The tire estirates shown above as 'Tentative' are the best estimates of the parties at the tine of the agreement execution. The actual tiro required is dependent upon several factors and parties beyond the control of the City and Engineer. Said factors include, but are not limited to the final site location and existing land use, relocation of residences and businesses that xray be required, adequacy of adjacent and on-site utilities, adjacent land uses and possible need for noise abatenent, underground conditions such as soils, ground water, and archaeological rer ants, UMTA participation, and the final configuration of inproverents to be constructed. For that reason, the estinates listed above are subject to change and should only be used for general planning purposes. 1 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility EXHIBIT C FEE SCHEDULE Fees for services shall be based on the rates set forth below. Rates shown include Engineer's direct costs, overhead costs, and profit. Labor Principal Engineer $ 60 Licensed Engineer $ 55 Staff Engineer $ 45 Designer $ 40 Inspector $ 35 Drafter $ 35 Clerical $ 30 Expenses Milage $ 0.30/mi. Long Distance Telephone 150% Cost Subcontractors 110% Cost Reimbursable Expenses* 110% Cost * Reimbursable expenses include reproduction costs, postage and freight, computer-aided drafting equipment costs, laboratory and field testing costs, surveying costs, equipment rental costs, expense of additional insurance, including professional liability insurance, required by Client in excess of that normally carried by Engineer and Engineer's subcontractors, and other costs necessary to complete the project but not listed herein. AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility Task Order No. 1 Task Order No. 1 - Location Analysis Purpose: This task will recommend a preferred "Optimum" site for a the downtown transfer facility as well as alternatives to the site. The task will consist of four work activities which are further described as follows. A. Gather Data and Analyze Existing Conditions Under this activity are relevant information regarding traffic as well as transit operations will be undertaken. Current and proposed land uses in the downtown area will be identified which could affect the new transit. Working with staff of Public Works and other city departments, we will document the most recent information regarding transportation and land use developments. Of particular importance is the current operating characteristics and existing market needs for current users of Yakima Transit. Key items to be addressed by the task include: o Current operating environment for transit in the downtown area as well as in other parts of the service area. Focusing on the current transfer site, major items that should be covered include: - schedule adherence, - specific problem areas that need to be addressed, and - current plans by the City to mitigate these problems. Of particular concern is the timed transfer system and how well it is performing in downtown Yakima as well as in the overall service area. o Transfer patterns for the current Yakima Transit riders will be determined by a survey. o The status of current traffic conditions in the vicinity of the current transfer site will be documented. The assessment will cover major areas of concern which can affect a future transit center. Near tern future plans such as geometric changes, signal upgrades or major street modifications will also be addressed. o An overall description of current land use conditions in the downtown area will be provided. We will follow-up and update previous efforts regarding land use development that could affect both transit center and overall operations in the downtown area. 1 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility Task Order No.1 B. Report on Existing Site The data collection and assessment regarding the current site will be documented in a report for review by City of Yakima staff. We anticipate that the report will consist of a summary of major findings followed by a more detailed technical appendix describing the results. To help set the stage for Task Order No. 2 - Environmental Assessment Report, the information items will be described in terms of content and format consistent with UMTA Circular 5620.1 The major focus of the report will be the requirements of a new downtown transfer facility given existing conditions. The "needs" that the new center will have to address include both current conditions as well as what can be anticipated in the near term future. Current operating conditions, existing and future needs on the part of the Yakima Transit market, and land use considerations for the downtown area will provide direction in the overall assessment of the current facility. The assessment can also identify specific criteria that can be used in the identification of alternative sites for a new facility. The task will identify these criteria in order that they can be considered in the following task which identifies and assesses potential sites. Product. Technical Memorandum documenting the task results including the evaluation criteria for site selection. C. Recommendation of Optimum Site Using the results of Task Order No. 1.A, this task will identify an initial group of potential sites for a new transit center. We propose that this effort involve two parts. The initial phase would involve the selection of a large group of sites. These sites can be given a more general "sketch planning" assessment using the criteria identified in the Task Order No. 1.A. After this initial assessment, a smaller group of three to five alternative sites can be identified for more detailed assessment. It is highly unlikely that any of the potential locations will meet all criteria in a completely satisfactory manner. The final site will be chosen because, in comparison with the others, it best meets the criteria. Also, the task should identify any necessary external conditions that will be required in order to ensure that site adequately meets the selected criteria. Task Order No.1 Meetings: (1) With City Staff and Transit Committee at completion of Task Order No.1.B, (2) with City staff and Transit Committee at completion of Task Order No. 1.C, and (3) at a public hearing following review of the recommendation by the City staff and Transit Committee. Engineer's Fee for Task Order No.1: Engineer's Fee shall be calculated according to the fee schedule method with an estimated maximum fee as follows: 2 AGREEMENT City of Yakima & Gary Hall Engineering C8D Transit Transfer Facility Task Order No.1 Labor: Principal Engineer 40 hr @ $60 $ 2,400 Clerical 10 hr @ $ 30 300 Estimated Labor Expenses M i l age $ 600 Telephone 200 Reproduction 200 Postage/Freight 100 Subcontractors: K J S Associates 18,700 Knipper, Dunn, & Franklund 500 Estimated Expenses Subtotal 10% Contingencies Estimated Task No.1 Fee $ 2,700 $ 20,300 $ 23,000 2,300 $ 25,300 Anticipated Time of Completion: 13 weeks from authorization to proceed. TASK ORDER N0.1 AUTHORIZATION TO PROCEED CITY OF YAKIMA 3 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility Task Order No. 2. ENVIRONMENTAL ASSESSMENT REPORT Purpose: This task is intended to meet federal environmental assessment requirements as documented in UMTA Circular 5620.1. An initial environmental assessment will be carried and documented. Based on this assessment, one of three possible findings will be identified: o no significant impacts. o mitigated finding of no significant impacts (FNSI). o EIS required. Final determination regarding these findings will be made by UMTA. A. Prepare Environmental Assessment Report Upon selection of the recommended site for the transit center, an initial environmental review of the project will have to be undertaken . Since the facility falls within the category of transit or inter -modal terminal UMTA regards it as a "Class 3" action. This type of action requires the preparation of an environmental assessment in order to determine of the probable impacts on the environment. UMTA Circular 5620.1 describes the specific environmental analysis required for Class 3 facilities. To meet federal requirements, the outline for the environmental assessment should be as follows: Section 1. Need for Description of Proposed Action The results of Task Order No.1 will provide the major basis for this section since it will describe current constraints and needs regarding current transit operations in the downtown are, particularly operations at the existing facility. Section 2. Alternatives to the Proposed Action Task Order No.1.0 - Recommend an Optimum Site will also identify alternative sites to the project. The results of the task will be incorporated in this section of the environmental analysis. Section 3. Environmental Impacts A total of 19 subject areas will have to be addressed in this section. Some of the areas such as "Endangered Species" could be addressed in a relatively straightforward manner. Others such as traffic will require more in-depth review and documentation. 1 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility Task Order No.2 Section 4. List of Agencies and Persons Contacted This list should include local, regional, and state agencies as well as private organizations that have an interest in the project. We will work with City of Yakima staff to develop this list. 2. Identification of Findings Working with city staff, we will identify a finding of no significant impacts, mitigated finding of no significant impacts (FNSI) , or EIS required. It should be emphasized that UMTA will make the final determination regarding the environmental finding. Task Order No. 2 Meetings: (1) With City Staff and Transit Committee upon completion of the Task Order, and (2) with UMTA staff as a follow-up, if requested by UMTA. Engineer's Fee for Task Order No.2: Engineer's fee shall be calculated according to the fee schedule method with an estimated fee calculated as follows: Labor Principal Engineer Clerical 20 hr @ $60 $ 1,200 10 hr @ $30 300 Estimated Labor $ 1,500 Expenses: Milage $ 450 Telephone 100 Reproduction 100 Postage/Freight 50 Subcontractors: K J S Associates 11,000 R & W Engineering 500 Knipper, Dunn, & Franklund 500 Estimated Expenses Subtotal 10% Contingencies Estimated Task No. 2 Fee 2 $ 12,700 $ 14,200 1,400 $ 15,600 AGREEMENT City of Yakima & Gary Hall Engineering CBD Transit Transfer Facility Task Order No.2 Anticipated Time of Completion: 34 weeks from authorization to proceed. TASK ORDER NO.2 AUTHORIZATION TO PROCEED ITY OF YAKIMA By: Date 3 RESOLUTION NO. Daw5646 A RESOLUTION authorizing the City Manager and City Clerk of the City of Yakima to execute an agreement with Gary Hall Engineering for professional services. WHEREAS, in connection with the Public Works Yakima Central Business District Transit Transfer Facility Site Selection and Development Project, it is necessary to engage professional services to conduct research and analyses, prepare findings and alternatives for the selection of a location for a CBD transit transfer facility, the acquisition of property, the preparation of engineering and architectural plans, bid specifications and construction inspection for the location and development of a CBD transit transfer facility and WHEREAS, Gary Hall Engineering has offered to perform those professional services in accordance with the provisions of the attached agreement document; and the City Council deems it to be in the best interest of the City that the agreement document be executed by the City, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk of the City of Yakima are hereby authorized and directed to execute an agreement with Gary Hall Engineering, for the purpose mentioned above, a copy of which agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this ATTEST: CITY CLERK COUNCIL/STATE 40111' dir day of October, 1989. MAYOR STATE FARM INSURANCE COMPANIES® PO Box 5000 Dupont WA 98327-5000 214 A CITY OF YAKIMA CITY HALL YAKIMA WA 98901 DATE OF NOTICE: JUL 31 2003 NOTICE OF TERMINATION OF A THIRD PARTY INTEREST State Farm Mutual Automobile Insurance Company 'v NAMED INSURED: COVERAGES: HALL, GARY AND HALL, MATT POLICY NO: 236 5300 -F09 -47H S 4307 S WASHINGTON ST YR/MAKE/MODEL: 1988 JEEP SPORT WG ; KENNEWICK WA 99337-5215 VIN/CAMPER: 1JCMR781XJT236134 2 AGENT NAME: MICKI MCKINNON is AGENT PHONE NO: (509)783-1363 g POLICY MESSAGES: °-- Protection of the third party's interest provided by this policy is terminated as of the effective date above for the following reason. Policy cancelled by insured This advance notice is solely to protect the third party's interests as they are affected by the ownership, maintenance, or use of the car described in the policy. v h 7 7 3RD PARTY INTEREST TERMINATED EFFECTIVE AUG 13 2003 NOTICE OF TERMINATION OF A THIRD PARTY INTEREST State Farm Mutual Automobile Insurance Company NAMED INSURED: HALL, GARY AND HALL, MATT 4307 S WASHINGTON ST KENNEWICK WA 99337-5215 POLICY NO: 236 5300 -F09 -47H YR/MAKE/MODEL: 1988 JEEP SPORT WG VIN/CAMPER: 1JCMR781XJT236134 AGENT NAME: MICKI MCKINNON AGENT PHONE NO; (509)783-1363 COVERAGES: 3RD PARTY INTEREST TERMINATED EFFECTIVE AUG 13 2003 POLICY MESSAGES: Protection of the third party's interest provided by this policy is terminated as of the effective date above for the following reason. Policy cancelled by insured This advance notice is solely to protect the third party's interests as they are affected by the ownership, maintenance, Jor use of the car described in the policy C