Loading...
HomeMy WebLinkAboutR-2010-077 Railroad Grade Separations Project Agreements with Berger/ABAM Engineers, Inc. and Haddad Drugan, LLC.A RESOLUTION RESOLUTION NO. R- 2010-77 authorizing the City manager to execute the following agreements for design and construction engineering and management for the Railroad Grade Separations Project: A) Supplement No. 7 of the Professional Services Agreement with Berger/ABAM Engineers, Inc. for design completion of the Lincoln Avenue and Martin Luther King, Jr. Boulevard (MLK) underpasses, and B) Professional Service Agreement with Haddad Drugan, LLC, for developing plans and specifications for the fabrication and installation of the aesthetic components of the project. WHEREAS, the City of Yakima has previously selected Berger/ABAM Engineers, Inc. and Haddad Drugan, LLC to provide consulting services for the design and development of the Yakima Railroad Grade Separations Project ("Project"); and WHEREAS, additional engineering and consulting services are required to proceed with the Project, to complete the design of the Lincoln Avenue and MLK underpasses and to complete the design, fabrication and installation of the aesthetic components; and WHEREAS, it is requested that the City Manager have authority to A) execute an additional (seventh) supplemental agreement with Berger/ABAM Engineers, Inc. for additional engineering and consulting services to complete the design of the underpasses, and B) execute a Professional Services Agreement for additional consulting services with Haddad Drugan, LLC that will extend through July 31, 2015; and, WHEREAS, the City Council deems it to be in the best interest of the City to authorize the City Manager to A) execute an additional (seventh) supplemental agreement with Berger/ABAM Engineers, Inc. for additional engineering and consulting services and B) execute a Professional Services Contract with Haddad Drugan, LLC for additional consulting services required for the fabrication and installation of the "Bins of Light" art piece, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the following agreements to further the design of the Railroad Grade Separations Project: A) Supplement No. 7 of the Professional Services Agreement with Berger/ABAM Engineers, Inc. for design completion of the underpasses, and B) Professional Services Agreement with Haddad Drugan, LLC, for developing plans and specifications for the fabrication and installation of the "Bins of Light" art piece. ATTEST: ADOPTED BY THE CITY COUNCIL this 15th day of June 2010. sz cal City Clerk Micah Cawley, Mayor • • Aft ipWashington State Department of Transportation Su lemental A reement pp g Number 7 organization and Address Berger/ABAB Engineers, Inc. 33301 Ninth Avenue South, Suite 300 Federal, Way, WA 98003 Phone: 206-431-2300 Original Agreement Number LA - 4453 Project Number STPX-NCPD-000S(062) Execution Date 6/30/2010 Completion Date 7/31/2011 Project Title Yakima Railroad Grade Separations New Maximum Amount Payable $ 4,179,244.00 Description of Work Design work beyond the original scope of work to complete the bid documents for Martin Luther King, Jr. Boulevard. The Local Agency of City of Yakima desires to supplement the agreement entered into with Berger/ABAM Engineers, Inc. and executed on 6/20/2003 and identified as Agreement No. LA - 4453 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: 1 Section 1, SCOPE OF WORK, is hereby changed to read: See attached 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Completion date is unchanged 111 Section V, PAYMENT, shall be amended as follows: See attached as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Berg-r/ARAM Fngineers, Inc By: City of Yakima DOT Form 140-063 EF Revised 9/2005 Consultant Signature Approving Authority Signature Date SECTION 1I, SCOPE OF WORK These Scope of Work Modifications add to and revise Exhibit B, Scope of Work, Phase 2 and/or the Supplement No. 2, No.3, No. 4, and No.5 Scope of Work Modifications. Where conflicts occur between these Scope of Work modifications and the original Scope of Work and/or the Supplement No. 2, No. 3, No. 4, and No. 5 Scope of Work Modifications, these modifications will take precedence. Completion of the bid documents for Martin Luther King, Jr. Boulevard (MLK) has required and/or will still require out of scope effort to be completed. The following is a list of the out of scope work required: • Per the schedule for design in supplement no. 5, the 95% PS&E for MLK was due to be completed in April 2009, but due to delays by BNSF, the 95% was notable to be completed until January 2010. Bid documents will not be completed until at least fail of 2010, depending on when the final construction funds are obtained. These schedule extensions lead to added management and administration time, time to get staff back up to speed after prolonged periods away from theproject, and salary escalation. • Redesign of the MLK pump station and overflow discharge to the Front St. storm drain system due to being moved from the west side of the tracks to the east side of the tracks when agreement could not be reached with BNSF to move their maintenance facility. • Additional signal needed at Lincoln Avenue and 2nd Avenue to provide a safe crossing of Lincoln Avenue when it has two-way traffic during the detour around the MLK construction area. • Rather than two types of walls on each side as envisioned in the original scope, there are four types of walls on each side, -requiring more design and detailing. The reason for this is to save construction cost by building Less complex wall types as the walls get shorter when the roadways near existing grade at ft Avenue and 1st Street. • The original budget was based on the plans for MLK being nearly identical to the plans for Lincoln. However, as the detailed plans for MLK were prepared after the 60% PS&E, it became apparent that while quite similar in basic design, many of the details were not the same. Instead of needing to significantly rework about'''/ of the plans (about 45), about %: (90) of the plans needed to be significantly reworked. Supplment No. 7 Analysis of Costs - BERGER/ABAM Direct Salary Cost (DSC) PERSONNEL Hours Pay Rate Cost Project Executive 0 $ 81.25 $ - Project Manager 62 56.01 3,473 Project Engineer 315 39.42 12,417 Senior Engineer 4 65.24 261 Planner 0 28.56 Engineer/Technician 181 31.96 5,785 Graphics/CADD 502 33.00 16,566 Project Coordinator 0 27.16 Clerical 24 27.88 669 Direct Salary Cost Total 1088 $ 39,171 Salary Escalation 3% $1,175 Overhead Cost 158.23% of DSC $ 63,839 Net Fee 32.00% of DSC $ 12,535 SUBTOTAL $ 116,720 Reimbursables 5 Roundtrips at 300 miles each at $0.585/mile $ 878 REIMBURSABLES SUBTOTAL $ 878 Subconsultants: Shannon and Wilson $ 1,531 Hanson Wilson $ 3,019 Huibregtse Louman $ 7,727 TRANSPO $ 24,022 Kennedy/Jenks $ 36,103 SUBCONSULTANTS SUBTOTAL $ 72,402 SUPPLEMENT NO. 7 TOTAL $. 190,000 Ldd7 Z003-53 448[,f -&'/O-77 LOCaI Agency Standard Consultant Agreement Consultant/Address/Telephone HADDAD DRUGAN, LLC 1941 1st Avenue S. Studio 3i Seattle, WA 98134 ❑ Architectural/Engineering Agreement ' Personal Services Agreement Agreement Number ' ' Project Title And Work Description ' Yakima Railroad Grade Separations Project. The artist shall develop plans and specifications for the "Bins of Light" art piece and oversee the . fabrication and installation of the art piece. Federal Aid Number, STPX-NCPD-000S(062) Agreement Type (Choose one) ❑ Lump Sum'', Lump Sum Amount $ ❑ Cost Plus Fixed Fee Overhead Progress Payment Rate % DBE Participation Overhead Cost Method ❑ Actual',Cost ❑ Actual (''Cost. Not To Exceed % ❑ Yes ►Z1 No Federal ID Number or Social Security Number 061703404 ❑ Fixed Overhead Rate % Do you require a.1099 for IRS? '❑ Yes No Completion Date July 31, 2015 Fixed Fee $ 1 Specific Rates Of Pay ►5 Negotiated Hourly Rate ❑ Provisional Hourly Rate ❑ Cost Per Unit of Work Total Amount Authorized $ Management Reserve Fund $ Maximum Amount Payable $ 35,000.00 • 35,000.00 Index of Exhibits (Check all that apply): Exhibit A-1 Scope; of Work Exhibit A-2 Task Order Agreement ❑ Exhibit B-1 DBE Utilization Certification ❑ Exhibit C Electronic Exchange. of Data ❑ Exhibit D-1 Payment - Lump Sum ❑ Exhibit D-2 Payment - Cost Plus ® Exhibit D-3 Payment - Hourly Rate ❑ Exhibit D-4 Payment - Provisional ® Exhibit E-1 Fee - Lump/Fixed/Unit Exhibit E-2. Fee 7. Specific Rates ® Exhibit F Overhead: Cost . •® Exhibit G'Subcontracted'Nork ❑ Exhibit G-1.Subconsizltant Fee ❑ Exhibit G-2 Fee -Sub Specific Rates ❑ Exhibit G-3 Sub Overhead Cost ® Exhibit H Title VI Assurances Z Exhibit.I Payment Upon Termination of Agreement ❑ Exhibit J Alleged Consultant Design Error Procedures ❑ Exhibit K Consultant Claim Procedures ❑ Exhibit L Liability Insurance Increase Exhibit M -1a Consultant Certification ® Exhibit M -lb Agency Official Certification ® Exhibit M-2. Certification - Primary ❑ Exhibit M-3 Lobbying Certification ❑ Exhibit M-4 Pricing Data Certification ❑ App. 31.910 Supplemental Signature Page THIS AGREEMENT, made and entered into this (4)-(3± day of 3UL'-k , Z01 O between the Local Agency of City of Yakima , Washington, hereinafter called the "AGENCY" , and the above organization hereinafter called the "CONSULTANT". DOTForm 140-089 EF Revised 3/2008 . Page 1 of 8 WITNESSETH THAT: I �If WHEREAS, the AGENCY desires to accomplish the above referenced project, and . WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: General Description of Work The work under this'iAGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II Scope of Work The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. III General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by'tthe AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated_ through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and the'CONSULTANT Wand shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work:can easily be evaluated. The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority Business Enterprises i(MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this AGREEMENT. If D/M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S "DBE Program Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by, the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the property of the AGENCY. Reuse by the AGENCY 'or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. I' Page2of8 IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. 1 V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such payment shall be full compensation for work'performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and/or at the request "of the AGENCY'S PROJECT Manager. - VI Sub -Contracting The AGENCY permits sub -contracts for those items of work as shown in Exhibit "G" attached hereto and by this reference made part I f this AGREEMENT. Compensation for this sub -consultant work shall be based on the cost factors shown on Exhibit "G." The work of the sub -consultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY.• All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub -consultant shall be substantiated in the same manner as outlined in Section V. All sub -contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub-consultant,payment, the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. • The CONSULTANT shall not sub -contract for the performance of any work .under this AGREEMENT without prior written permission of the AGENCY. No permission for sub -contracting shall create, between the AGENCY and sub- contractor, any contract or any other relationship. A DBE certified sub -consultant is required to perform a minimum amount of their sub -contracted agreement that is established by the ;WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT%warrants that they have not employed or retained any company -or person, other than a bona fide • employee working solely for the CONSULTANT, to solicit or secure this contract, and thatit has not paid or agreed to pay any company or person, other than a bona fide employee workingsolely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and -all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only' and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a Page 3 of 8 third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons.' while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in theemploy of the United States Depattalent of Transportation, or the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a) Federal -aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100-259.) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that Would be due when computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT; the above formula for payment shall not apply. Page 4 of 8 In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is, usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type -it may have against -the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future actor omission by'the CONSULTANT. X Changes of Work The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY fmd it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. XI Disputes Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided, however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J", and disputes concerning claims will be conducted under the procedures found in Exhibit "K". XII Venue, Applicable Law, and Personal Jurisdiction. In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washingtonlaw and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located. Page 5 of 8 XIII Legal Relations The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the State of Washington The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or the STATE, their agents, officers and employees; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S agents or employees, and (b) the AGENCY or the STATE, their agents; officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANTI shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the PROJECT. Subject to the processing of a new sole source, or an acceptable supplemental -agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance; the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property, damage. The per occurrence amount shall not exceed one million dollars ($1,000,000). C. Vehicle liabilityinsurance-forany automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT, theAGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANTS professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L". In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. Page 6 of 8 The AGENCY will pay no progress payments under Section -V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available'to it under other provisions of this AGREEMENT, or otherwise in law. XIV Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. B: If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the AGREEMENT accordingly. II C. The CONSULTANT must submit any "request for equitable adjustment", hereafter referred to as "CLAIM", under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before fmal payment of the AGREEMENT. d - D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV Endorsement of Plans - If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency • Attached hereto as Exhibit "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M -2" Certification Regarding Debarment, Suspension and Other -Responsibility Matters - Primary Covered Transactions, Exhibit "M-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M-4" Certificate of Currenkost or Pricing Data. Exhibit "M-3" is required only in AGREEMENTS over $100,000 and Exhibit "M-4" is required only in AGREEMENTS over $500,000. XVIII Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. XIX Execution and Acceptance This 'AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants,) and agreements contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. Page 7 of 8 In witness whereof; the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. By Consultant //A-AO/40/044/44j/ L.LG DOT Form 140-089 EF Revised 3/2008 By Agency City of Yakima Page 8 of 8 Exhibit A -1 Yakima Illuminations—Lincoln Avenue Corridor Art Project Art Design Services Supplemental Scope of Work HaddadjDrugan LLC, Artists 3/17/2010 Task 1 Task - Art Supplemental Bid Preparation Design Services Description 1.1 Prepare for and meet with KPFF and Berger/ABAM to discuss Art bid coordination, deliverables, and schedule (inclds 1 meeting in Seattle) 1.2 Develop additional Art drawing details and definition to be included.in bid package drawing set 1.3 Develop Art drawing notes and clarifications for layout, dimensions, materials, and attachments 1.4 Prepare for and review art element drawings and notes with representatives of the City of Yakima (inclds 1 meeting in Yakima) 1.5 Develop specification notes for Art fabrication and installation qualifications, for fabrication and installation coordination with Artists, and for Artist reviews 1.6 Research and develop notes on Art elements to be put into Structural Engineer's technical specifications' 1,7 Coordinate;with Structural Engineer to finalize bid package drawings and specifications 1.8 Coordinate with Electrical Engineer on Art (lighting drawings and notes 1.9 Revise Artwork drawing details and specifications based on City, Structural Engineer and Electrical Engineer input 1.10 Develop written sole source justifications for art glass, light fixtures and light control equipment 1.11 Review Art Structural and Electrical Engineer's bid drawings and specifications 1.12 Project Management of Art Bid Preparation Design Services Task 1.0 DELIVERABLES: - Art drawing details of art portal, with dimensions (scan to .pdf) - Art technical notes (.doc) - Art sole source text for glass, lights, and control equipment (.doc) , - Art fabrication and installation qualification and coordination text (.doc) Task Task 2 - Art Bid, Fabrication, and Construction Coordination Description! 2.1 Assist City in finalizing Art bid preparation and defining contract milestones for Art and Art lighting and controls fabrication, construction, and installation , 2.2 Respond to Bid questions and requests for clarifications from Art Bidders • 2.3 Coordinate and meet with selected Art Fabricator (assumes 5 meetings Seattle) 2.4 Coordinate and meet with selected Art Lighting and Electrical Contractor (assumes 3 meetings in Seattle) ' 2.5 Coordinate and meet with Lincoln Avenue General Contractor (assumes 1 meeting in Yakima) 6/9/2010 • 2.6 • ••-•.�•• ,, a-lyi QUI iy Au iu IGUll lUdi engineering and msallation plans provided by Art Electrical Contractor 2.7 Provide final art fruit label graphics to Art Fabricator and coordinate production of lazer cutting 2.8 Assist Art Fabricator and Art lighting contractor with procurement of specialty Art elements including custom artglass, art light fixtures, and art lighting control equipment 2.9 Coordinate and meet with Art Installation Contractor (assumes 2 meetings in Seattle) 2.10 Review fab°ricated structural base plates and structural frame (Seattle) 2.11 Review fabricated fruit label cut out panels (Seattle) 2.12 Review fab'ricated,conduit sleave for truss (Seattle) 2.13 Review installation of Art lighting and Art lighting electrical controls (Yakima) 2.14 Review final installation of Art (Yakima) 2.15 Review Art lighting electrical control timing in the field and direct adjustments to be performed by Art Electrical Contractor (Yakima) 2.16 Gather andjconsolidate Art maintenance information.into one binder for City 2.17 Project Management of Art Bid, Fabrication and Construction Coordination TASK 2.0 DELIVEIRABLES: - Art Bid question and request responses (email and MS Word .doc) - Art fabrication and submittal review and approval summaries (email and MS Word .doc) - Art maintenance information (one 8.5" x 11" hard copy) II Task 3.0 Structural Engineering Bid Package and Services (KPFF) Task Description Refine Structural and other drawing details, finalize drawings, and coordinate with artwork. (this 3.1 includes defining tolerance requirements) 3.2 Provide General Notes and Calcs appropriate for Bid set. 3.3 Provide Specifications (in WSDOT format). (one Division 5 spec only) 3.4 Art Specification (in WSDOT format) coordination and assistance. 3.5 Bid Services. Respond to questions from bidders. (this does not include meetings or site visits)* ConstructionlIServices. Review contractor submittals, respond to RFI's, and perform one site visit. 3.6 (correction of non -conforming work is -outside this scope) TASK 3.0 STRUCTURAL ENGINEERING DELIVERABLES: - Bid Set drawings,land calculations for artwork (CAD .dwg or .pdf file only) - Bid Set Specification Division 5 WSDOT format (MS Word .doc) - Bid and RFI responses (email and MS Word .doc) 6/9/2010 2 Task Task 4.0 Lighting & Electrical Bid Preparation Design Services Description 4.1 Meet with Artists to discuss Art lighting and electrical designs (inclds 1 meeting) 4.2 Review codes, selected equipment, project drawings, and anticipated power needs of art related electrical. Ensure equipment and locations will work and meet codes as anticipated by Artists, lighting designer, bridge electrical engineers, and product manufacturers. 4.3 Coordinate with Artists, other Engineers, and City representatives as needed. 4.4 Confirm lighting design calculations/power requirements, and controls for fixtures. 4.5 Finalize design and provide Electrical Engineering for the operation of the artwork lighting and control, and specify 'art related electrical system and associated equipment. 4.6 . Provide Art permit and bid ready electrical engineering drawings showing layouts, diagrams, details, and timer setting schedule 4.7 Provide Art related electrical, lighting, and lighting control specifications (in WSDOT-Specification format) 4.8. Provide responses to Bidder and Electrical Contractor questions and requests for information and clarifications. 4,9 Provide energy use and maintenance information on lighting fixtures and controls. TASK 4.0 ELECTRICAL ENGINEERING DELIVERABLES: - Bid Set drawings and calculations for artwork (CAD .dwg or .pdf file only) - Bid Set Specifications in WSDOT format (MS Word .doc) - - Bid and RFI responses (email and MS Word .doc) - Energy use and maintenance info (email and MS Word .doc) NOTES: This scope of work is for design only and does not include any time or materials for fabrication and installation of final artwork. This scope of work assumes Specifications concerning.general requirements and other information pertaining to contract, bid, and schedule shall be produced by the City. Artists and their subconsultants shall only provide input on Art and its directly associated elements. Documents to be provided to City in digital form only. This scope of work assumes the fabrication and installation of the Art will be conducted by qualified Art fabricators and installers, and that the custom art glass, lighting, and light controls are as selected by Artist. If for any. reason the Art fabrication, installation, or materials and equipment are not as defined by the Artist and their subconsultants, this scope.will need to be amended. 3 6/9/2010. ExhibitA-2 Yakima Illuminations- Lincoln Avenue Corridor Art Project HaddadlDrugan, LLC, Artists • 03/1 Art Design Services Supplemental Fee Schedule Task S1.0 Art Supplemental Bid Prep Design Task Total Hrs Rate TOTAL 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 HADDAD/DRUGAN,LLC-(Artists) - Hours - Tom Drugan, Partner 2.0 12.0 8.0 4.0 18.0 4.0 4.0 8.0 6.0 8.0 6.0 8.0 Laura Haddad, Partner 2.0 1.0 2.0 2.0 4.0 0.0 0.0 0.0 0.0 4.0 1.0 4.0 Task S2.0 Art Bid, Fabrication, and Const Coord Task 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 2.10 2.11 2.12 2.13 2.14 2.15 2.16 2.17 HADDAD/DRUGAN,LLC (Artists) Hours Tom Drugan, Partner 4.0 . 6.0 10.0 6.0 6.0 4.0 0.0 8.0 4.0 4.0 2.0 2.0 8.0 8.0 4.0 4.0 8.0 88.0 $100 Laura Haddad, Partner 1.0 2.0 4.0 2.0 2.0 0.0 4.0 4.0 4.0 2.0 4.0 0.0 4.0 8.0 4.0 4.0 '. 4.0 53.0 $100 88.0 $100 20.0 $100 Task S3.0 Structural Eng Bid Package KPFF (Structural Engineers) John Hochwalt, Project Manager Design Engineer CAD Technician Admin Task 3.1 3.2 3.3 3.4 3.5 3.6 Hours 12.0 2.0 6.0 0.0 1.0 2.0 2.0 0.0 4.0 0.0 0.0 2.0 2.0 0.0 0:0 0.0 2.0 0.0 0.0 0.0 10.0 6.0 0.0 0.0 Task S4.0 Lighting & Electrical Bid Package Task 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 GLUMAC (Electrical Engineers) Hours Project Manager 2.0 0.0 2.0 0.0 0.0 0.0 0.0 0.0 0.0 Design Engineer/ Energy Analyst 2.0 2.0 0.0 5.0 6.0 2.0 2 0 1.0 1.0 CAD Technician 0.0 0.0 0.0 0.0 3.0 3.0 0.0' 0.0 0.0 Estimated Reimbursable Expenses CAD Prints/Copies Postage/Shipping CD Disks Graphic Files Mileage (Seattle/Yakima rt 290mi @ $.585) Mileage (Seattle Mtg rt 5mi @ $.585) Travel Accomodations ($76/night ) Travel Meals ($10B, $12L; $17D) Parking ($5/meeting) Task Expense Subtotal Task Fees Subtotal Task Total ja TASK 1.0 2.0 3.0 4.0 • $20.00 $20.00 $20.00 $20.00 • $10.00 $10.00 $10.00 $10.00 $0.00 $5.00 $0.00 $0.00 $172.55 $690.20 $172.55 $172.55 $8.78 $8.78 $2.95 $2.95 $0.00 $152:00 $0.00 $0.00 $24.00 $130.00 $12.00 $12.00 $15.00 $15.00 $5.00 $5.00 $250.33 $1,080.98 $222.50 $222.50 $10,800.00 $14,100.00 $4,705.00 $3,585.00 $11,050.33 $15,1.90.98 $4,927.50 $3,807.50 $8,800.00 $2,000.00 $10,800.00 $8,800.00 $5,300.00 514,100.00 31.0 $111 $3,441.00 10.0 $65 $650.00 8.0 $65 $520.00 2.0- . $47 $94.00 $4,705.00 4.0 $120 21.0 $125 6.0 $80' $480.00 $2,625.00 $480.00 $3,585.00 Fees Subtotal $33,190.00 $1,776.30 $33,190.00 $34,966.30 Exhibit D-3 Payment (Negotiated Hourly Rate) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this' AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. 1. Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in Exhibit "E" and "F" attached hereto and by this reference made part of this AGREEMENT. The rates listed shall be applicable for the first twelve (12) month period and shall be subject to negotiation for the following twelve (12) month period upon request of the CONSULTANT or the AGENCY. If negotiations are not conducted for the second or subsequent twelve (12) month periods within ninety (90) days after completion of the previous period, the rates listed in this AGREEMENT, or subsequent written authorization(s) from the AGENCY shall be utilized. The rates are inclusive of direct salaries, payroll additives, overhead, and fee. The CONSULTANT shall maintain support data to verify the hours billed on the AGREEMENT. - 2. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and sub -consultant costs. a. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the AGENCY'S Travel Rules and Procedures. However, air, train, and rental car costs shall be reimbursed in- . accordance with 48 .CFR Part 31.205-46 "Travel Costs." b. The billing for Direct Non -Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. c. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. d. All above charges must be necessary for the services provided under this AGREEMENT. 3. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the -CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing _ and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring: additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV, "Extra Work.". . DOT Form 140-089 EF Exhibit D-3 Revised 6/08 4. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, "Extra Work.".No minimum amount payable is guaranteed under this AGREEMENT.5. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above. The monthly billing shall be supported by detailed statements for hours expended at the rates established in Exhibit "E", including names and classifications of all employees, and billings for all direct non -salary expenses. To provide a means of verifying the billed salary costs for the CONSULTANT'S employees, the AGENCY may conduct employee. interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the PROJECT at the time of the interview. 6. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this, AGREEMENT. Acceptance of such Final Paymentby the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. 7. Inspection of Cost Records: The CONSULTANT and their sub -consultants shall keep available for inspection by representatives of the AGENCY, STATE and the United States, for a period of three (3) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three (3) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. Exhibit E-1 Consultant Fee Determination - Summary Sheet (Lump Sum, Cost Plus Fixed. Fee, Cost Per Unit of Work) Project: Yakima Railroad Grade Separations Project (Lincoln Avenue Underpass) Direct Salary Cost (DSC): Classification Man Hours Rate Cost Artist 249.0 X 60.38 = $15,034.62 X = X = X = X = X = X = X = X = X = X = Total DSC = $15,034.62 Overhead (OH Cost -- including Salary Additives): OH Rate x DSC of 40.61 % x $15,034.62 $6,105.56 Fixed Fee/Profit (FF): FF Rate x DSC of 25.00 % x $15,034.62 $3,758.66 Reimbursables: Itemized Subconsultant Costs (See Exhibit G): Grand Total $1,776.30 $8,290.00 $34,965.13 Prepared By: B. Sheffield Date: 6/9/2010 Exhibit E-2 Consultant Fee Determination - Summary Sheet (Specific Rates of Pay) Fee Schedule Discipline or Job Title Hourly Rate Overhead @ 40.61% Profit @ 25.00% Rate Per Hour Artist $60.38 $24.52 $15.10 $100.00 Exhibit F Breakdown of Overhead Cost .Account Title $ Beginning Total % of Direct Labor Direct Labor 36,421.20 100.00% Overhead Expenses: , FICA 3,492.79 9.59% - Unemployment - Health/Accident Insurance 925.10 .2.54% Medical Aid & Industrial Insurance HolidayNacation/Sick Leave Commission/Bonus/Pension Total Fringe Benefits 4,417.89 12.13% General Overhead: State B&O Taxes 630.09 1.73% Insurance 1,285.67 3.53% 'Administration & Time Not Assignable 375.14 1.03% Printing, Stationery & Supplies 608.23 1.67% Professional Services 269.52 0.74% Travel Not Assignable 1,879.33 5.16% Telephone & Telegraph Not Assignable 58638 1.61% Fees, Dues & Professional Meetings 54.63 0.15% Utilities & Maintenance 298.65 '0.82% Professional Development Rent * 4,232.14 11.62% Equipment Support Office, Miscellaneous & Postage 152.97 0.42% Total General Overhead 10,372.75 28.48% Total Overhead (General +.Fringe) 14,790.64 ' 40.61% Overhead Rate (Total Overhead / Direct Labor) 40.61% DOT Form 140-089 EF Exhibit F Revised 6/05 Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: 1 Structural Engineering - To be performed by KPFF Consulting Engineers at specific rates of pay not to exceed $4,705 7 Lighting Design - To he performed by GT,T TMAC at specific rates of pay not to exceed $,,5R5 DOT Form 140-089 EF'Exhibit G Revised 6/05 Exhibit H Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS"), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non-discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub -consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. . Solicitations for. Sub -consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub -contract, including procurement of materials or leases of equipment, each potential sub - consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a'CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the CONSULTANT'S non-compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and/or; • Cancellation, termination, or suspension of the AGREEMENT, in whole or in part DOT Form 140-089 EF Exhibit H Revised 6/05 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub -consultant or procurement as the AGENCY, STATE or FHWA may direct as a means of enforcing such provisions including.sanctions for non-compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub -consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Exhibit 1 Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant. (Refer to Agreement, Section IX) Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A'final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. DOT Form 140-089 EF Exhibit'I Revised 6/05 Exhibit M -1(a) Certification Of Consultant I hereby certify that I am 7//L0 vjam &t44 -r representative of the firm of Project No. 1818 Local Agency HADDAD DRUGAN, LLC and duly authorized whose address is fig/' ' CS S G i 7.9/Y/' firm I here.represent has: and that neither I nor the above (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure the AGREEMENT; (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. /0 /Date Signature DOT Form 140-089 EF Exhibit M -1(a) Revised 6/05 . Exhibit M -1(b) Certification Of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Yakima Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agree to employ to retain, any firm or person; or (b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. -7-CD- cO Date DOT Form 140-089 EF Exhibit M -1(b) Revised 6/05 nature Exhibit M-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered Transactions I. • The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; B. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (I) (B). of this. certification; and D. Have not within a three (3) year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (Firm): HADDAD DRUGAN, LLC 6/1/f 0 (Date) (Signature) President or Authorized Official of Consultant DOT Form 140-089 EF Exhibit M-2 Revised 6/05 • • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. �� f 7 For Meeting of June 15, 2010 ITEM TITLE: Consideration of a Resolution authorizing the City Manager to execute the following agreements for design, construction engineering and management for the Railroad Grade Separations Project: A) Supplement No. 7 of the Professional Services Agreement with Berger/ABAM Engineers, Inc. for design completion of the Martin Luther King, Jr. Boulevard (MLK) Underpass, and B) Personal Services Agreement with Haddad Drugan, LLC, for developing plans and specifications for the fabrication and installation of the aesthetic components of the project. SUBMITTED BY<.. . Michael Morales, Director of Community and Economic Development CONTACT PERSON/TELEPHONE: Doug Mayo, City Engineer — 576-6678 SUMMARY EXPLANATION: A) The City has engaged Berger/ABAM to provide design and administrative services for the development of the Lincoln Avenue and Martin Luther King, Jr. Boulevard (MLK) Grade Separations Project. In July of 2009, the City Council approved Supplement No. 6, which added project management, construction services and engineering support during construction to the Scope of Services to be performed by Berger/ABAM. The design of Lincoln Avenue was completed and an Invitation to Bid was published in November of 2009. Favorable bids were received that were about $3 million beneath the Engineer's Estimate. Supplement No. 7 will cover the additional costs required to complete the design of the MLK Underpass. The. increased costs are a result of more extensive design changes and delays required during BNSF negotiations that used more funds than anticipated. The work that will be covered by Supplement No. 7 is detailed on the attached Scope of Work. This work was a necessary component of the extended negotiations with BNSF for right of way on this project, but was not included in the Berger/ABAM project scope of work duties at that time. (continued on Page Two) Resolution X Ordinance Contract X Other (Specify) Funding Source:. Cumulative Reserve for Capital Improvements; Fund 392 APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Approve resolution authorizing the execution of Supplement No. 7 for the Consultant Services Agreement with Berger/ABAM, and authorizing the execution of the Personal Services Contract with Haddad Drugan, LLC. BOARD/COMMISSION/COMMITTEE RECOMMENDATION: COUNCIL ACTION: Page Two Berger/ABAM incurred these expenses in good faith on behalf of the City to facilitate the alternative design required by BNSF for right of way for the project. The additional expense is fully funded from the budget for the project. Altogether, including this amendment, Berger/ABAM's professional services agreement amounts to $4,179,244. This amendment of $190,000 is 4.5% of the total professional services agreement. B) As part'; of the Yakima. Railroad Grade Separations Project, the City received authorization from the Federal Highway Administration to use up to $750,000 of Federal Funds on project aesthetics. In the summer of 2008, the City worked closely with Allied Arts Commission (Commission) to select an artist to develop the project aesthetics. The Commission contacted seven artists and requested designs from each. The top three were then invited to present to the Commission their design concepts. The concept presented by HADDAD/DRUGAN, LLC, was chosen by the Commission. As the Lincoln Avenue Underpass is fully funded and the Martin Luther King, Jr. Boulevard underpass is pending full funding, only design for the Lincoln Avenue Underpass, has been started, and only half of the funding ($375,000) can be used. Since City 'Council approved a previous personal services contract with HADDAD/DRUGAN, LLC, on August 5, 2008, Resolution R-2008-124, our consultant Berger/ABAM Engineers and Allied Arts have been working closely with them over the past year and a half on the design of theaesthetics for the Yakima Railroad Grade Separations Project. Recently, we were made aware that since the artists themselves would not be fabricating the "Bins of Light" art piece, we will be required to request bids from fabricators and installers for the "Bins of Light". This will require a much more detailed set of plans and specifications than was included in the original scope. It was also always intended that we would need to supplement the agreement for the artist's guidance and expertise of the fabrication and installation of the art piece. This second personal services agreement with Haddad Drugan, LLC will be for developing plans and specifications for the fabrication and installation of the "Bins of Light" art piece. The Personal Services Agreement will be for an amount not to exceed $35,000 and will lengthen the agreement term to July 31, 2015, by which time the art work for both underpasses should be completed.' Funds have already been invested to prepare the concrete beam that will support the "Bins ofj;Light" art piece. Agreements with Berger/ABAM for the Yakima Railroad Grade Separations Project Item Description Begin Date End Date Dollar Amount Accumulated Amount Scope of work Description Design Consultant Agreement 06/20/03 03/31/07 $1,250,000 Develop the design, acquire the necessary right of way and prepare the environmental documentation for the Lincoln Ave. $1,250,000 and MLK Blvd. grade separations. Supplemental Agreement #2 08/30/05 03/31/07 $620,000 Compensation for additional efforts required to complete the original scope of work, salary escalation for the project taking longer than originally anticipated, and work outside of the $1,870,000 original scope of work. Supplemental Agreement #3 01/16/07 06/30/08 $177,284 Compensation for additional efforts required to complete the original scope of work, salary escalation for the project taking longer than originally anticipated, and work outside of the $2,047,284 original scope of work. Supplemental Agreement #4 06/30/08. 12/31/08 $210,989 Compensation for additional efforts required to complete the original scope of work, salary escalation for the project taking longer than originally anticipated, and work outside of the original scope of work. Removal of certain items. of work that $2,258,273 was originally scoped. Supplemental Agreement #5 12/31/08 06/30/10 $217,912 $2,476,185 Out of scope work required to reach agreement with BNSF. Supplemental Agreement #6 07/31/09 07/31/11 $1,513,059 Provide project management, inspection services and engineering support during construction of the Lincoln Avenue $3,989,244 Grade Separation Project. Proposed Supplemental Agreement #7 06/15/10 07/31/11 $190,000 Complete the design for the Lincoln Avenue Underpass. This $4,179,244 amounts to 4.5% of the professional services agreement . Total Project Costs: Consultant Engineering Services are 10.5% of the projected $40,000,000 costs. Agreements with Haddad Drugan for the Yakima Railroad Grade Separations Project Item Description Begin Date End Date Dollar Amount Accumulated Amount Scope of work Description Professional Services Agreement 08/27/08 03/31/10 $83,000 $83,000 Develop an artistic concept design and design the aesthetics for the Lincoln Avenue Underpass of the Yakima Railroad Grade Separations Project. Proposed Additonal Professional Services Agreement 06/15/10 07/31/15 $35,000 $118,000 Develop plans and specifications for the fabrication and installation of the "Bins of Light" art piece. Washington State Win Department of Transportation Supplemental Agreement pp g Number 1 Organization and Address HADDAD DRUGAN, LLC 1941 1st Avenue S., Studio 3i Seattle, WA 98134 Phone. 206-621-7333 Original Agreement Number Project Number STPX-NCPD-000S(062) Execution Date Completion Date 9/30/2016 Project Title Yakima Railroad Grade Separations New Maximum Amount Payable $ 50,000.00 Description of Work Haddad Drugan, LLC shall develop plans and specifications for the "Bins of Light" art piece and oversee its fabrication and installation The Local Agency of City of Yakima desires to supplement the agreement entered into with Haddad Drugan, LLC and executed on 7/6/2010 and identified as Agreement No All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows Section 1, SCOPE OF WORK, is hereby changed to read: Additional work is required to modify the plans and specifications to meet the changs that have heen made in technology. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: All work shall he completed by September 3Q 7016 111 Section V, PAYMENT, shall be amended as follows: The maximum amount payable is increased by S15,000, making the new maximum amount payable equal S50,000 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action By Consultant Signature CITY CONTRAC r NO: Df y RESOLUTION NO: �O/V - 0 -?- DOT Form 140-063 EF Revised 9/2005 By pproving Authority Signature g--) 9 -DM Date AGREEMENT FOR COMMISSIONED ARTWORK THIS AGREEMENT is entered into by the CITY OF YAKIMA (the "City"), a municipal corporation of the State of Washington, and HADDAD / DRUGAN, LLC (the "Artist"), whose address is a limited liability company, with its principal office at 1941 1st Avenue South, Suite 3i, Seattle, Washington 98134 The City desires to retain the Artist to perform artistic services described in this Agreement for the "Bins of Light" artwork ("Artwork") to be fabricated, constructed and installed by others (hereafter "third -party contractors" or "Contractors") on the Lincoln Avenue overpass and grade separation, on behalf of the City of Yakima, Project No. 1818, herein referred to as the "Project." I. Recitals A. The City and Artist have previously entered into and performed an agreement for the design of the Artwork. B. The City has allocated funds for the construction and installation of the "Bins of Light" Artwork Project, and has found and determined that Artist is the most qualified firm to review, inspect, and provide clarifications to third -party Contractors performing the fabrication, construction and installation of such Artwork Project to assure that such construction and installation conforms to and meets the requirements set forth in Artist's design specifications and drawings for such Artwork Project. C. The Artist has been selected by the City based upon its creative skill and abilities and consistent with the provisions of applicable state law and city codes. D. The parties desire to enter into this Agreement for review and inspection of the fabrication, construction and installation of the Project and to set forth the rights and responsibilities of each party with regard to the performance of such work and the completed Artwork. II. Agreement NOW, THEREFORE, in consideration of the mutual covenants, conditions, promises and benefits herein, the parties do mutually agree as follows: 1 SECTION 1. DURATION OF CONTRACT This Agreement shall commence on the date executed by the last party to sign below. Except where specifically provided otherwise below, this Agreement shall terminate upon completion of the Project, unless extended or terminated earlier pursuant to the terms and conditions of this Agreement. SECTION 2. SCOPE OF WORK A. The Artist and its personnel will use its and their best efforts to perform the services required under this Agreement in a satisfactory and competent manner. Should the Artist employ or subcontract with any third persons in the performance of this contract, the Artist agrees that all such third persons will be bound by the terms and conditions of this Agreement. B. Pursuant to a previous agreement between the parties, Artist has designed the Artwork and has created plans and specifications to enable City to retain a qualified Contractor (or Contractors) to fabricate, construct, and install such Artwork Project. City retains the Artist upon the terms and conditions contained herein to perform the services described below: 1. Advise the City as requested, and cooperate with the City in the selection of a Contractor qualified to construct the Artwork Project. 2. Participate with City and the selected Contractor in pre -construction meeting(s) as scheduled by and conducted by City. Such pre -construction meeting(s) are intended to produce a coordinated construction effort in accordance with a timeline for performance of construction services. 3. Provide Project inspection and review to assure construction of the Artwork Project in accordance with Artwork plans, specifications and construction timelines. (This does not include structural engineering or electrical engineering inspections and analysis that may be required by City.) Artist will provide City with written inspection reports regarding each Artwork inspection or other service performed. 2 4. Artist will provide qualified personnel to perform Project inspection and oversight, and will designate a person to serve as contact person for any questions arising under Project construction. Artist hereby designates the person named below as contact person: Name: T" Px(1.44, Phone: ?o G • 6 S'° • 71Z-9 Email: 1"- ^ t2.aLaI —dv'1q o� • C®iv`- Address: / 7 yl ( 4 i ..S: f ST?/O/ a 3; Mailing Address: S44-fTi--S / v/4- 78/3X Artist shall provide City and Contractor with the above contact information for each person serving as contact person. 5. Artist shall provide supplemental drawings and drawing details for the Artwork Project as deemed necessary and appropriate by City. Requests for supplemental drawings and/or services beyond the drawings and specifications already submitted per the stated scope of the prior Agreement from 2010 and this Agreement will be considered "Additional Services" per Section 3 below. 6. In the event of any dispute between City and any Contractor performing work on the Artwork Project, Artist will cooperate with City in defense or pursuit of any remedy deemed by City to be necessary or appropriate to secure full and final performance of the Artwork construction, with a release of any liens or claims against the City and/or the Project. SECTION 3. ADDITIONAL SERVICES OF THE ARTIST A. The City may request that the Artist provide extra services beyond those required in the Scope of Work. These services, if required due to unusual and reasonably unforeseeable circumstances causing the Artist extra work and expense, shall be agreed by the parties, described in writing and appended to this Agreement, together with the parties' agreed fee or compensation for the payment of such extra work. 3 Performance of any extra work shall be subject to City's authorization to Artist to perform such extra work. B. Payments for extra services shall be made on the basis of a fee determined prior to City's authorization to Artist to perform the extra work. SECTION 4. RESPONSIBILITY OF THE ARTIST A. The Artist shall be responsible for providing the services described in this Agreement. B. The Artist shall notify the City of changes in its address, and failure to do so shall be deemed a waiver of the City's responsibilities described in Sections 5 and 11. C. The Artist shall give credit in the following form for any public showings of reproduction of the Artwork: "From the City of Yakima, Washington." SECTION 5. RESPONSIBILITY OF THE CITY A. The City shall examine documents submitted by the Artist, render decisions, and advise the Artist promptly to avoid any unreasonable delay in the progress of the Artist's work. B. The City shall provide to the Artist, at no expense to the Artist, a written program of requirements for the Project, where applicable, a survey plan of the site including all utility locations, engineering or architectural plans and specifications. C. The City shall allow placement in the vicinity of the Artwork a display plaque acceptable to the City identifying the Artist, the title of the Artwork, and the year of completion of the Artwork, together with any designation of copyright notice in favor of the Artist. Design, fabrication, and installation of a display plaque, if requested by the City, shall be additional services per Section 3 of this agreement. D. The City shall pay the Artist a sum equal to fifteen percent (15%) of the appreciated value of the Artwork if the City sells the Artwork any time prior to December 31, 2030. On or after December 31, 2030, City shall have to obligation to pay any amount to Artist in the event City sells the Artwork. For the purpose of this Agreement, "appreciated value" shall mean the sales price of the Artwork, less the amounts paid by 4 the City for the completion of the Project and Artwork installation pursuant to this Agreement and subsequent amendments. Nothing in this Agreement shall be construed so as to impose any obligation on the part of the City as to the method of sale or disposal and any determination relating to the method of sale or disposal. E. The City shall keep a current record of the disposition and condition of the Artwork and make that information available to the Artist upon request. If the Artwork is materially damaged so as to mar the appearance of the finished Artwork or interfere with the performance of the completed components of such Artwork, the City will notify the Artist. The City will notify Artist if, for any reason, the work has to be removed or moved to a new location, and the Artist will have the right to advise the City regarding placement of the Artwork pursuant to Section 11. SECTION 6. COMPENSATION A. City shall compensate the Artist for satisfactory performance and completion of the Scope of Work specified in this Agreement in accordance with the terms, schedule and amounts set forth in the previously executed agreement between the parties dated July 6, 2010 and Supplemental Agreement number 1, which agreement is incorporated herein by this reference. In the event of any conflict between the provisions of this Agreement for Commissioned Artwork and the previously executed agreement referenced and incorporated above, the provisions of this Agreement for Commissioned Artwork shall apply. The compensation set forth in this Section is inclusive of all applicable state and federal taxes including any Washington State Sales Tax owed by the City as a result of this Agreement. It is the responsibility of the Artist to remit the sales taxes to the Washington State Department of Revenue. B. The City shall have sole responsibility and authority to determine stages of completion. It is understood that the City has no obligation regarding sales commissions or any agreements with galleries or agents with whom the Artist may have contracted. C. Requests for payment submitted by Artist shall be accompanied by copies of invoices and other documentation supporting such request for payment as deemed necessary or appropriate by the City. D. The Artist is entirely responsible for cost control of the scope of services set forth in this Agreement and the previously executed agreement between the parties dated July 6, 2010 and Supplemental Agreement number 1. No extra compensation or 5 payments will be allowed as a result of cost overruns unless such extra compensation or payments are beyond the scope of this Agreement and specifically authorized as Additional Services pursuant to Section 3 of this Agreement. E. If the Artist fails to comply with any terms or conditions of this Agreement or to provide in any manner the work or services agreed to herein, the City may withhold any payment due the Artist until the City is satisfied that corrective action, as specified by the City, has been completed. This right is in addition to and not in lieu of the City's right to terminate this Agreement as provided in Section 13. SECTION 7. WARRANTIES A. The Artist warrants that the design and Artwork being commissioned is the original product of its own creative efforts. B. The Artist warrants that the Artwork is limited to an edition of one (1). C. The Artist shall be responsible for a period of one year from the date of completion of the Project and final acceptance thereof by the City for the integrity of the design of the Artwork. Artist's liability from breach of this warranty shall be limited to the cost of correction and repair of any element identified as a design defect of the Artwork. The responsibility for the determination of the Artist's liability for faults or defects in the design during the one-year period shall be through assessment by Artist and City, or by an independent and qualified Art Conservator mutually agreeable to the City and the Artist. Artist shall not be responsible for design modifications provided by Contractor and its sub -contractors, engineers, or direction given from City representatives or others. Nor shall Artist be responsible for issues arising from unforeseen circumstances or site conditions, lack of maintenance, unauthorized maintenance or alteration, damage, vandalism, accidents, extreme or unusual weather, acts of god, and other force majeure. Artist also shall not be responsible for the integrity and working of any products, equipment, and materials, nor for methods and workmanship of fabrication, installation and construction provided by the Contractor. (Contractor warrants their work independently with the City in a separate agreement between the City and the Contractor.) 6 SECTION 8. HOLD HARMLESS AND INDEMNIFICATION A. In providing services under this Agreement, the Artist is an independent contractor, and neither its agents nor employees are employees of the City for any purpose. The Artist shall make no claim of employment rights which may accrue to a City employee under state or local law. City assumes no responsibility for the payment of any compensation, wages, benefits, or state and/or federal taxes by, or on behalf of, the Artist. The Artist shall protect, indemnify and save harmless the City and its elected and appointed officials, employees, agents and insurers from and against any and all claims, costs and/or losses whatsoever occurring or resulting from (a) the Artist's failure to pay any compensation, wages, benefits or taxes; and/or (b) the supplying to the Artist of work, services, materials or supplies by Artist's employees or other suppliers in connection with or support of the performance of the Agreement. B. The Artist shall protect, defend, indemnify and save harmless the City and its elected and appointed officials, employees, agents and insurers from any and all costs, claims, judgments and/or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the Artist, its employees or agents. The Artist agrees that its obligations under this subparagraph extend to any claim, demand and/or cause of action brought by or on behalf of any employees or agents. In the event the City incurs any judgment, award and/or cost arising therefrom, including attorney's fees to enforce the provisions of this article, all such fees, expenses and costs shall be recoverable from the Artist. City shall protect, defend, indemnify and save harmless the Artist, its officers, employees and agents from any and all costs, claims, judgments and/or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the City, its elected and appointed officials, employees and/or agents. The City agrees that its obligations under this subparagraph extend to any claim, demand and/or cause of action brought by or on behalf of any employees or agents. In the event the Artist incurs any judgment, award and/or cost arising therefrom, including attorneys' fees to enforce the provisions of this article, all such fees, expenses and costs shall be recoverable from the City. C. Claims shall include, but not be limited to, assertions that use or transfer of software, book, document, report, film, tape or sound reproduction or material of any kind, delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name and/or otherwise results in unfair trade practice. SECTION 9. INSURANCE At all times during performance of the Services, Artist shall secure and maintain in effect insurance to protect the City and the Artist from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Agreement. Artist shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the rights to require higher limits should it deem it necessary in the best interest of the public. If higher limits are required by City, the additional cost of insurance premium incurred by Artist to provide such additional insurance shall be added to the contract amount. If Artist carries higher coverage limits than the limits stated below, such higher limits shall be shown on the Certificate of Insurance and Endorsements and Artist shall be named as an additional insured for such higher limits. A. Commercial General Liability Insurance. Before this Agreement is fully executed by the parties, Artist shall provide the City with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. B. Commercial Automobile Liability Insurance. a. If Artist owns any vehicles to be used by Artist or its contractors in the performance of this Agreement, before this Agreement is fully executed by the parties, Artist shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage. Automobile liability will apply to "Any Auto" and be shown on the certificate. 8 b. If Artist does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at Two Million Dollars ($2,000,000.00) combined single limit per occurrence (each accident). c. Under either situation described above in Section 9(B)(a) and Section 9(B)(b), the required certificate of insurance shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. C. Workers Compensation. Statutory workers' compensation and employer's liability insurance as required by state law. D. Professional Liability Coverage. Artist shall secure and maintain proof of Professional Liability Insurance for all design professionals (such as engineers) applicable to the contractor's profession, who provide Artist with signed stamped drawings or calculations. Such insurance shall have limits not less than $1,000,000 each claim with respect to negligent acts, errors and omissions. Artist or Artist's contractors shall obtain such insurance when Artist contracts for any work from such a design professional, and prior to the submittal to City of Construction Documents incorporating the drawings and/or calculations of such contractor. Any design professional required to obtain professional liability insurance shall name the Artist as an additional insured and shall maintain such insurance and proof thereof for the term of the warranty set forth in Section 7 above. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the City, its officers, employees, agents, and representatives there under. The City and the City's elected officials, officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the City until thirty (30) days after written notice to the City of such intended cancellation, expiration or change. 9 SECTION 10. MAINTENANCE, ALTERATIONS, RESTORATION AND/OR REPAIRS OF THE ARTWORK OR TO THE SITE A. Maintenance: Repairs and Restoration 1. The Artwork must be durable, taking into consideration that the site is an unsecured public space that may be exposed to elements such as weather, temperature variation, and considerable movement of people and equipment. Artist must ensure that the Artwork's maintenance requirements will be reasonable in terms of time and expense. 2. City and not Artist will provide for the maintenance of the Artwork. Artist understands that City's maintenance of the Artwork will be limited and determined in significant part by funding decisions of the City Council and availability of funds from other organizations. 3. The Artist's design has included reasonable measures to protect or preserve the integrity of the Artwork. Additional measures, such as the application of additional protective anti -corrosion and anti -graffiti coatings could be considered by City and provided by Contractor with the approval of Artist if desired. Additional services and material costs for additional coatings would need to be added to Contractor's scope of work. 4. The Artist warrants the design per Section 7 of this agreement that foreseeable exposure to the elements and general wear and tear will not cause the Artwork to fall below an acceptable standard of public display if the Artwork is fabricated, constructed, and installed per Artwork drawings, specifications and guidance, and if the Artwork and grade separation project on which the Artwork is to be located is maintained by the City per the Artist's and manufacturer's maintenance requirements and recommendations. 5. Prior to receipt of final payment, Artist shall provide a maintenance manual with a description of all materials, products and fabrication methods used in the Artwork and the required care and upkeep involved, including: (i) product data sheets for any material or finish used, including electrical installations; (ii) the names and contact information of relevant manufacturers or producers; and, (iii) to the extent the Artwork incorporates products covered by a manufacturer's warranty, Artist shall provide copies of such warranties. The Artist warrants that reasonable maintenance of the Artwork will not require procedures substantially in excess of those described in the recommended maintenance manual if the Artwork is fabricated, constructed and installed per Artwork drawings, specifications and guidance, and if the grade separation project on which the Artwork is to be located is maintained as indicated by City. 10 6. Repairs and restoration of the Artwork, if any, are to be distinguished from maintenance of the Artwork, as addressed above. City, with the input of the Artist, or Artist approved qualified art conservator, shall determine when and how repairs and restoration to the Artwork will be made. However, at no cost to City whatsoever, and to the extent practicable, the Artist will have the opportunity to comment on and participate in all repairs and restoration that are made from the effective date of this Agreement through December 31, 2030. City will give written notice to the Artist prior to undertaking repairs or restoration of the Artwork, and the Artist will have 30 days from the date that the notice is sent by City to advise City, as specified in the notice, of the Artist's wish to so comment and/or participate. Notice will only be sent by City to the address provided by Artist, in keeping with the Notices provision of this Agreement in Section 19 where Artist is responsible for keeping City advised of Artist's current mailing address. Artist understands that City's repairs and restoration of the Artwork will be limited and determined in significant part by funding decisions of the City Council and other organizations. If Artist is not available to participate in the solution or execution of repairs or restoration, City agrees that any repairs and restorations will reasonably retain the Artist's conceptual and formal intent as advised by a qualified art conservator with experience in public art of a similar scale and complexity. The provisions of this Section 10 shall survive the termination of this Agreement. SECTION 11. INTELLECTUAL PROPERTY: RIGHTS AND WAIVERS A. Rights to Artwork; Copyright. 1. Ownership. The Artwork created under this Agreement shall be the property of City. Ownership of the Artwork shall be transferred from the Artist to City upon City's issuance of the notice of final acceptance. City shall retain copies of the proposal and all written documentation regarding the Artwork. Upon final acceptance, City shall have the right to a copy of all plans, drawings, sketches, designs, and other work of Artist pertaining to the Artwork for maintenance, repair, and historical documentation purposes only, unless otherwise specified below. 2. Copyright. Artist shall retain all copyrights not otherwise granted to City herein. Artist is responsible for registering the Artwork in its name with the U.S. Register of Copyrights, at no additional cost to City. 11 3. Reproductions. a) By Artist. Artist shall not create or display three-dimensional reproductions of the Artwork at any location other than City, nor shall Artist grant permission for others to create or display three- dimensional reproductions, except with written permission of City. b) Exclusive License to City for Non -Commercial Reproductions. Artist grants City the exclusive right to publicly display and reproduce images of the Work by photographic, electronic, digital, mechanical, or any other method that may become available following the installation of the Work, for educational, procurement, public relations, arts promotional, tourism, and other non-commercial purposes. On any such reproductions, City will acknowledge the Artist's authorship and provide copyright notification substantially in the following form: Artist's name and date of publication. In the event City wishes to use the Artwork for commercial purposes, City shall contact Artist to negotiate a separate agreement. c) Publicity. City shall have the right to use Artist's name, likeness, and biographical information, in connection with the display or reproduction and distribution of the Artwork. City shall make a reasonable effort to have Artist's review and approve of likeness, biographical information, and project descriptions that are to be used for publicity to ensure their accuracy and validity. d) Credits. Artist agrees that any reproduction of the Artwork made by the Artist for publicity purposes shall refer to "City of Yakima, Washington." City shall have the right to review and approve any public announcements or press releases generated by the Artist or Artist's sub -contractors regarding the artwork until the artwork has been publicly dedicated and final acceptance has been issued. e) Notice of Claims. Artist hereby agrees that the Artist shall give City written notice prior to asserting any claim pertaining to the Artwork which may arise relating to 17 U.S.C. §§ 101, et seq. City shall have at least 90 days from the date of receipt of such notice in which to evaluate and, if so decided by City, to cure such claim. 12 f) Third Party Infringement. City is not responsible for any third party infringement of Artist's copyrights, and is not responsible for protecting the intellectual property rights of Artist. B. VARA Rights; Safety Modification; Future Transfer and Relocation. 1. Artist and City acknowledge that the Artist may have certain rights under the federal Visual Artists Rights Act of 1990 (VARA). Pursuant to 17 USC Section 106A, Artist agrees that the rights reserved by City as provided in this Subsection B shall not constitute a distortion, mutilation, or other modification of the work which would be prejudicial to his or her honor or reputation as contemplated by VARA. 2. To the extent that the Artwork is a Joint Work, this Agreement as it pertains to VARA waives the rights of all authors of the Work. 3. Notwithstanding any other provision of this Agreement: a. If City believes that the Artwork presents an imminent threat or hazard to the public health or safety, City may authorize the immediate relocation, removal, modification, or destruction of the Work without providing the Artist prior notice or opportunity to buy back the Work. b. In the event that the Artwork comes into conflict with laws or regulations, City may modify the Artwork so as to come into compliance with such laws or regulations. City agrees that any repairs and restorations will reasonably retain the Artist's conceptual and formal intent. 4. Artist understands and agrees that City may remove, move, or destroy, the Artwork, and City may sell, trade, or otherwise transfer the Artwork, and that any such action by City may subject the Artwork to damage or destruction, distortion, mutilation, or other modification but shall not constitute a distortion, mutilation, or other modification of the work which would be prejudicial to his or her honor or reputation as contemplated by VARA. a. However, in the event that City decides to take any such action, City will first give the Artist an opportunity to buy back 13 (purchase) the Artwork from City, by payment of the total Compensation provided for by this Agreement or a price mutually agreed upon by the parties. If Artist buys back the Artwork, the Artist will be responsible for all costs associated with the removal of the Artwork from the site, clean-up of the site, and relocation of the Artwork. b. City will give written notice to the Artist prior to taking such action, and the Artist will have 30 days from the date that the notice is sent by City to advise City, as specified in the notice, that the Artist will buy back the Artwork. The Artist must then provide full payment to City as requested by City to buy back the Artwork. The Artist is responsible for keeping City, pursuant to the Notices provision of this Agreement, advised of Artist's current mailing address, and notice will only be sent by City to the address provided by Artist. 5. Artist's right to buy back the Artwork pursuant to this Section is a personal right which terminates December 31, 2030, and does not extend to Artist's heirs, successors, or assigns. 6. Reputation. If City fails to maintain the Artwork in good condition, or if any significant change occurs to the Artwork after its final acceptance by City, whether such change is intentional, unintentional, or malicious, and if the Artist makes a written request to City that Artist's Artwork no longer be represented as the work of the Artist, then the Artwork will no longer be represented as the work of the Artist. Artist may request that all credits to the Artist be removed from the Artwork. SECTION 12. SUSPENSION OF WORK City may suspend, in writing by certified mail, all or a portion of the work under this Agreement if unforeseen circumstances beyond City's control are interfering with normal progress of the work. Artist may suspend, in writing by certified mail, all or a portion of the work under this Agreement if unforeseen circumstances beyond Artist's control are interfering with normal progress of the work. Artist may suspend work on Project in the event City does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the work shall be extended by the number of days work is suspended. If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to renegotiation, and both parties are 14 granted the option to terminate work on the suspended portion of Project in accordance with Section 13. SECTION 13. TERMINATION OF WORK A. Either party may terminate this Agreement, in whole or in part, if the other party materially breaches its obligations under this Agreement and is in default through no fault of the terminating party. However, no such termination may be effected unless the other party is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement. B. In addition to termination under Subsection A of this Section, City may terminate this Agreement for its convenience, in whole or in part, provided the Artist is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation with CITY before termination. C. If City terminates for default on the part of the Artist, an adjustment in the contract price pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other work, and (2) any payment due to the Artist at the time of termination may be adjusted to the extent of any additional costs or damages City has incurred, or is likely to incur, because of the Artist's breach. In such event, City shall consider the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable and suitable to City at the date of termination and the cost to City of completing the work itself or of employing another firm to complete it. Under no circumstances shall payments made under this provision exceed the contract price. In the event of default, the Artist agrees to pay City for any and all damages, costs, and expenses whether directly, indirectly, or consequentially caused by said default. This provision shall not preclude City from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld payments. D. If the Artist terminates for default on the part of City or if City terminates for convenience, the adjustment pursuant to the Agreement shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the Artist reasonably incurs relating to commitments which had 15 become firm before the termination, unless City determines to assume said commitments. E. Upon receipt of a termination notice under Subsections A or B above, the Artist shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to City all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents, and materials as the Artist or its sub -consultants may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the Artist retaining copies of the same. F. Upon termination under any subparagraph above, City reserves the right to prosecute the work to completion utilizing other qualified firms or individuals; provided, the Artist shall have no responsibility to prosecute further work thereon. G. If, after termination for failure of the Artist to fulfill contractual obligations, it is determined that the Artist has not so failed, the termination shall be deemed to have been effected for the convenience of City. In such event, the adjustment pursuant to the Agreement shall be determined as set forth in Subparagraph D of this Section. H. If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the Artist in Project work or for any corporate officer of the Artist to render his services to the Project, the Artist shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of City. If City agrees to termination of this Agreement under this provision, payment shall be made as set forth in Subparagraph C of this Section. In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. If either of the afore mentioned methods are not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing, other available means of dispute resolution may be implemented. SECTION 14. DISPUTE RESOLUTION In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. If either of the 16 afore mentioned methods are not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing, other available means of dispute resolution may be implemented. SECTION 15. ASSIGNMENT This Agreement is binding on the heirs, successors and assigns of the parties hereto. This Agreement may not be assigned by City or Artist without prior written consent of the other, which consent will not be unreasonably withheld. It is expressly intended and agreed that no third party beneficiaries are created by this Agreement, and that the rights and remedies provided herein shall inure only to the benefit of the parties to this Agreement. SECTION 16. INTEGRATION This Agreement represents the entire understanding of City and Artist as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may not be modified or altered except in writing signed by both parties. SECTION 17. JURISDICTION AND VENUE This Agreement shall be administered and interpreted under the laws of the State of Washington. Jurisdiction of litigation arising from this Agreement shall be in Washington State. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue of all disputes arising under this Agreement shall be Yakima County, State of Washington. SECTION 18. EQUAL EMPLOYMENT and NONDISCRIMINATION During the performance of this Agreement, Artist and Artist's sub -consultants and subcontractors shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. Artist agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. 17 SECTION 19. NOTICE Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth below. Notice shall be considered issued and effective upon receipt thereof by the addressee -party, or seventy-two (72) hours after mailing by certified mail to the place of business set forth below, whichever is earlier. CITY: CITY OF YAKIMA 129 North 2nd Street Yakima, WA 98901 Attn: City Manager ARTIST: HADDAD / DRUGAN, LLC 1941 1st Avenue South, Suite 3i Seattle, Washington 98134 Attn: Laura Haddad IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. CITY OF YAKIMA HADDAD / DRUGAN, LLC Jef tier, Interim City Manager ura Haddad, Managing Off cer Date: //4-//6 ATTEST: Date: Sonya Claar Tee, City Clerk CITY CONTRAC r NO'tP RESOLUTION Noel 0 C.) 18 t(t(((z,