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