Loading...
HomeMy WebLinkAbout04/05/2016 05K Engineering Services Agreement with Huibregtse, Louman Associates, Inc.; Snow Removal EquipmentBUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. S.K. For Meeting of: April 5, 2016 ITEM TITLE: Resolution authorizing agreement with Huibregtse, Louman Associates for engineering services to design and provide construction administration for acquiring Snow Removal Equipment at the Yakima Air Terminal SUBMITTED BY: Robert Peterson, Airport Manager 509 -575 -6149 SUMMARY EXPLANATION: The Yakima Air Terminal is a Federal Aviation Administration (FAA) Part 139 certificated airport. The FAA requires that the Yakima Air Terminal maintain an approved Snow and Ice Control Plan. This plan outlines areas on the airfield where airfield maintenance staff is required to remove snow, which allows commercial, corporate, and general aviation aircraft to safely traverse the airport during inclement weather. In order to meet these requirements, the airport needs specialized snow removal equipment authorized by the FAA to remove snow, slush, and ice from Runways, Taxiways, and Aprons. If the airport fails to meet these requirements, the FAA could implement fines, withhold grant funds, or revoke the airport's operating c ertific ate, thereby discontinuing all commercial air service at the airport. Resolution: X Ordinance: X Other (Specify): Contract: X Contract Term: Start Date: End Date: Item Budgeted: Yes Amount: Funding Source/Fiscal Federal Aviation Administration - Grant Impact: 90% Airport Improvement Program and 10% local funds /Passenger Facility Charges Strategic Priority: Public Safety Insurance Required? Yes Mail to: Phone: APPROVED FOR City Manager SUBMITTAL: RECOMMENDATION: Staff recommends City Manager and City Council review and approve the Engineering Services Agreement in order to design and acquire Snow Removal Equipment for the Yakima Air Terminal. ATTACHMENTS: RESOLUTION NO. R -2016- A RESOLUTION authorizing the City Manager to execute an Engineering Services Agreement with Huibregtse, Louman Associates, Inc. (HLA), in the amount not to exceed $44,713.00 to provide Engineering Services for design and construction administration for Snow Removal Equipment. WHEREAS, City owns and operates Yakima Air Terminal in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and WHEREAS, the State of Washington requires these services to be performed by a Professional Licensed Engineer; and WHEREAS, the Yakima Air Terminal is a Federal Aviation Administration Part 139 certificated airport, which is regulatory in nature to maintain a Snow and Ice Control Plan where the airport is required to have such Snow Removal Equipment to efficiently and effectively remove snow from Runways, Taxiways, and Aprons, WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a Engineering Services Agreement with HLA for design and construction administration for Snow Removal Equipment (Carrier and Broom). Design and construction administration will include assisting airport administration in submitting a grant application, designing Snow Removal Equipment in accordance with applicable Federal Aviation Administration - Advisory Circulars, providing construction administration during the receipt and testing of equipment, and assist airport administration with grant closeout processes; and WHEREAS, the Yakima Air Terminal has coordinated with the Federal Aviation Administration through the airport's Capital Improvement Plan to utilize approximately $1,170,000 (90 %) of Federal Entitlements in the form of a Grant, and approximately $130,000 (10 %) as a local match to fund the Engineering Services Agreement, and construction administration and acquisition of Snow Removal Equipment; and WHEREAS, the engineer will perform the services in the project during the 2016 calendar year. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached and incorporated Engineering Services Agreement with HLA in the amount not to exceed forty -four thousand and seven hundred and thirteen dollars ($44,713.00), to provide Engineering Services for design and acquisition of the airport's Snow Removal Equipment. ADOPTED BY THE CITY COUNCIL this 5th day of April, 2016. ATTEST: Sonya Claar Tee, City Clerk Avina Gutierrez, Mayor 1:4 01 [ell Z 144:4 1 Z LCIM:01 Zkyj 19*1 Ule]_Z _ N 4,11111 Milo Snow Removal Equipment Procurement AIP Project No. 3-53-0089-38 This Agreement, made this day of 2016, by and between Yakima Air Terminal, 2406 West Washington Avenue, Suite B, Yakima, Washington 98903, hereinafter called the "OWNER" and HLA Engineering and Land Surveying, Inc. (HLA), 2803 River Road, Yakima, Washington 98902, hereinafter called the "ENGINEER." WITNESSETH, that the OWNER intends to improve the Yakima Air Terminal at Yakima, Washington, consisting of the following items: 1. Procurement of two (2) Snow Sweeper and Carrier Vehicles, The OWNER hereby employs the ENGINEER and the ENGINEER accepts and agrees to perform the following services for the Project during the 2016 calendar year. A. PROJECT FORMULATION The ENGINEER shall provide the following services under this work phase: 1. Assist the OWNER with preparation of an AIP Grant Application for the purchase of Snow Removal Equipment. 2. Identify existing technical data and procure SAE standard specifications for the Snow Sweeper and Carrier Vehicle. Procurement of Multi-tasking Equipment defined by the Federal Aviation Administration (FAA) Advisory Circulars (AC) is not anticipated. 1 It is anticipated this Project will not require any Reimbursable Agreements with the Federal Aviation Administration (FAA). 2. Coordinate with the FAA project manager regarding level and extent of the requirements within the predesign checklist and conduct the predesign conference. 1 Assist OWNER with coordination of available FAA funding. 4. Prepare Design Report for Equipment using guidance 2013-04 dated December 26, 2012. The following specific items will be included and will follow guidance provided in AC 150/5200-30C and AC 150/5220-20A: WContracts & Task Orders\Yakima Air Term i nal\2016-3-07 Snow Removal Engineering Services Agreement.doc Page 1 a. Identify and list existing equipment inventory. b. Identify and calculate Priority 1 pavement areas using the Airport's Snow and Ice Control Plan. c. Prepare analysis to justify equipment size and amount of snow removal equipment using AC 150/5220 -20A. 5. Submit 60 percent level documents for FAA and Owner review. Participate in conference calls to review and address comments. (8 Hours) 6 Prepare Contract Documents and technical specifications to procure two high speed broom and carrier vehicles using SAE specifications, AC 150/5370 -10G dated July 21, 2015, and AC 150/5220 -20A dated September 24, 2014, as the basis of the technical specifications. Include FAA special conditions in Contract Documents. 7. Incorporate OWNER comments into bid documents for submission to FAA. 8. Incorporate FAA comments into bid documents. 9. Prepare ENGINEER's estimate. 10. Conduct in -house quality control review. 11. Submit final documents to the OWNER and FAA for review and approval. 12. The ENGINEER shall provide twenty (20) sets of the approved Contract Documents to supply contractors requesting documents for purposes of bidding, and shall furnish the FAA and the OWNER each with one set of Contract Documents for their files. 13. Assist the OWNER with readiness to advertise for bids. All advertising fees to be paid by the OWNER. 14. Attend one (1) meeting with airport representatives to set bid dates. C. BIDDING 1. Assure approval from the FAA and OWNER prior to soliciting bids. 2. Assist the OWNER with readiness to advertise for bids and attend one (1) meeting with airport representatives to set bid dates. 3. Coordinate and develop advertising for publications for one bid package and provide to City of Yakima Purchasing Department. Advertising fees will be paid by the OWNER. 4. The ENGINEER shall provide twenty (20) sets of the approved Contract Documents to supply contractors requesting documents for purposes of bidding, Plan Centers, and shall furnish the FAA and the OWNER each with one set of Contract Documents for their files. 5. Assist the OWNER in answering questions during bidding. Prepare addenda as necessary to clarify bid documents. G: \Contracts & Task Orders \Yakima Air Terminal \2016 -3 -07 Snow Removal Engineering Services Agreementdoc Page 2 6 Conduct bid opening and interpret bids for compliance with Contract Documents. 7. Provide submittal review of all submittals required at time of project bid. 8. Analyze and check bid extensions and recommend lowest responsible bidder to the FAA and OWNER. 1 a With FAA and OWNER concurrence, issue notification of award and monitor contract execution. Coordinate with successful contractor, hereinafter called "Contractor," delivery of Contract Documents (insurance, bonds, contract, etc.). 2. Provide on-site construction observation personnel when equipment is delivered and during equipment training by the Contractor to include one (1) full-time project engineer, in the implementation of the Project as defined in the construction contract on a daily basis to keep records, notes, plans and maps for use in confirming the equipment meets the Contract Documents. (Two (2), 8-hour working days). The purpose of this task is to conduct the final inspection and to note any discrepancies. The ENGINEER's undertaking hereunder shall not relieve the Contractor of his obligation to perform the work in compliance with the Contract Documents in a workmanlike manner; shall not make the ENGINEER an insurer to the Contractor's performance; and shall not impose upon the ENGINEER any obligation to determine the work is performed in a safe manner. 3. Review and verify certificates of compliance submitted by the Contractor comply with the Contract Documents. 4. Confirm required Operations and Maintenance Manuals supplied by the Contractor meet the requirements of the Contract Documents. 5. The ENGINEER shall review Contractor's quantities and provide recommendation to the OWNER for payment requests by performing the following: a. Verify field equipment components. b. Based on field verification and compliance with the Contract Documents, prepare monthly progress payment requests and submit to OWNER for payment to Contractor. 6, Notify the OWNER of any project work which does not conform to the result required in the construction contract, prepare a written report describing any apparent non-conforming project work and make recommendations to the OWNER for its correction and, at the request of the OWNER, have the recommendations implemented by the Contractor. 7a Make recommendations to the OWNER on all claims relating to the execution and progress of the construction work. 8. Provided the ENGINEER observes and reviews pursuant to the terms of this G:\Contracts & Task Orders\Yakima Air Terminal\2016-3-07 Snow Removal Engineering Services Agreement.doc Page 3 Agreement, the ENGINEER shall not be responsible for the defects or omissions in the work as a result of the Contractor, or any subcontractors, or any of the Contractor's or subcontractors employees, or that of any other person or entities responsible for performing any of the work contained in the construction contract. r ft e 191 1 a Final reports: Prepare and submit the final project report to meet FAA requirements in Engineering Guidance 2013-12 dated 12/10/2013. a. Prepare a final project report including project summary and cost data for submittal and approval to OWNER and the FAA. 2. Assist OWNER in project closeout for AIP # 3-53-0089-38. Prepare and supply to OWNER documentation necessary to close out project with FAA. Finalize Scope of Services March 15, 2016 Fee Proposal March 15, 2016 Engineering Services Agreement March 15, 2016 Design and Construction Documents April — May 2016 Advertise for Bids May 2, 2016 Bid Opening May 26, 2016 Begin Construction June 20, 2016 ��] 1 111 [ ]l mvn�i 1� ii �� 1111 ii� ;�� Irl, i9 - Wuy VJ The OWNER shall pay the ENGINEER the following fees as complete compensation for all services rendered as herein agreed: A. The OWNER shall pay the ENGINEER for the services as set forth in Section I of this Agreement, on a cost plus fixed fee plus direct non-salary costs. Direct salary cost shall be per Exhibit B of this Agreement. The fee for services set forth in Section IA 1.13, I.C, I.D, and LE is $44,713.00, not to exceed. B. Fee for services over the estimated total will be negotiated and agreed upon between the OWNER and the ENGINEER in writing prior to performance of said services. C. ENGINEER will submit monthly invoices on or about the first day of the month for ENGINEER's Professional Services actually completed during the prior month. OWNER agrees to pay the invoiced amounts within 45 days of receipt of invoice. A. The OWNER shall make available to the ENGINEER all technical data that is in the OWNER's possession required by the ENGINEER relating to his work. G:\Contracts & Task Orders\Yakima Air Term inal\2016-3-07 Snow Removal Engineering Services Agreement.cloc Page 4 B. The OWNER shall pay for all permits and licenses that may be required by local, state, or federal authorities; and shall secure the necessary land, easements, and rights of way required for the Project. A. OWNER's review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental work or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its work and the project work. OWNER's review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. B. In performing work and services hereunder, the ENGINEER and its subcontractors, subconsultants, employees, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of OWNER in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of OWNER by reason hereof and will not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of OWNER. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold OWNER harmless therefrom. I •, 1'_: ENGINEER agrees to defend, indemnify, and hold harmless the OWNER, its elected officials, agents, officers, and employees (hereinafter "parties protected ") from (1) claims, demands, liens, lawsuits, administrative and other proceedings, and (2) judgments, awards, losses, liabilities, damages, penalties, fines, costs and expenses (including legal fees, costs, and disbursements) of any kind claimed by third parties arising out of, or related to any death, injury, damage or destruction to any person or any property to the extent caused by any negligent act, action, default, error or omission or willful misconduct arising out of the ENGINEER's performance under this Agreement. In the event that any lien is placed upon the OWNER's property or any of the OWNER's officers, employees or agents as a result of the negligence or willful misconduct of the ENGINEER, the ENGINEER shall at once cause the same to be dissolved and discharged by giving bond or otherwise. 2. OWNER agrees to indemnify, defend, and hold the ENGINEER harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, to the extent caused by the negligence or willful misconduct of the OWNER, its employees, or agents in connection with the Project. 3. If the negligence or willful misconduct of both the ENGINEER and the OWNER (or a person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, or expense shall be shared between the ENGINEER and the OWNER in proportion to their relative degrees of negligence or willful WContracts & Task Orders \Yakima Air Terminal \2016 -3 -07 Snow Removal Engineering Services Agreement.doc Page 5 misconduct and the right of indemnity will apply for such proportion. 4. Nothing contained in this Section or this AomeanneMt shall be construed to create a liability ora right ofindemnification in any third party. D. in any and all {J8ima by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount Or types Of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' orworkmeOG' compensation @Cto, disability benefit RCt8, or other employee benefit acts. E, It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of Project epeCdDCaUonS and does not constitute any fOnn of guarantee or insurance with respect to the performance of @ contractor. ENGINEER does not assume responsibility for methods Or appliances used by a contractor, for a contractor's safety programs or [nethodo. Or for compliance by contractors with |8vxe and regulations. OWNER 8hG|| use its best efforts to ensure that the construction contract requires that the Contractor(s) indemnify and name OWNER, theC)VVNER'8 and the ENG|yJEER'o officenm, principals, employees, 8Qent0, representatives, and engineers aoadditional insureds on contractor's insurance policies covering Project, exclusive of insurance for ENGINEER professional liability. F. SUBSURFACE INVESTIGATIONS: In soi|s, foundation, groundwater, and other subsurface investiQEdiono, the actual dlaraCt8h8Uos may vary significantly between successive test pmirdo and e@rOp|e iDten/G|a and at locations other than where Ob0en/atiOn, exp|or@tiOn, and investigations have been made. Because of the inherent uncertainties in subsurface eva|uatiOns, changed or unanticipated underground conditions may occur that could affect total Project cost and/or executiOn. These conditions and cost/execution effects are not the responsibility of the ENGINEER, tOthe extent that ENGINEER has exercised the applicable standard of professional care and judgment insuch investigations. A. At all tinit0 during performance of the work, ENGINEER shall secure and maintain in effect insurance to protect the OWNER and ENGINEER from and against GU o|ainnS' damages, losses, and expenses arising out ofO[resulting from the performance of this Agreement. ENGINEER shall provide and maintain in force insurance in limits no |eoS than that stated be|Oxv' as applicable. The OWNER reserves the right to require higher limits should it deem it necessary in the best interest of the public. G�Contracts & Task Orders\Yakima Air Term inal\2016-3-07 Snow Removal Engineering Services xemomom.do Page the OWNER, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the OWNER thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-VI I or higher in Best's Guide and admitted in the State of Washington. a. If ENGINEER owns any vehicles, before this Contract is fully executed by the parties, OIC shall provide the OWNER with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total minimum liability limit 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. b, If ENGINEER does not own any vehicles, only "Non-owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at the same limits as required in that section of this Agreement, which is Section V.A.1. entitled "Commercial Liability Insurance." Under either situation described above in Section V.A.2.a. and Section V.A.2.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 OWNER, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the OWNER 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. 3. Statutory workers' compensation and employer's liability insurance as required by State law. 4. Professional Liabilily Coverage: Before this Agreement is fully executed by the parties, ENGINEER shall provide the OWNER with a certificate of insurance as proof of professional liability coverage with a total minimum liability limit of Two Million Dollars ($2,000,000.00) per claim combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The insured shall not cancel or change the insurance without first giving the OWNER thirty (30) days prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide. If the policy is written on a claims made basis, the coverage will continue in force for an additional two years after the completion of this Agreement. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the OWNER, its officers, employees, agents, and representatives thereunder. The OWNER and the OWNER's officers, principals, employees, representatives, and agents shall have no G:\ContFacts & Task Orders\Yakima Air Terminal\2016-3-07 Snow Removal Engineering Services Agreement.cloc Page 7 obligation for payment of premiums because of being named as additional insured 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 OWNER until thirty (30) days after written notice to the OWNER of such intended cancellation, expiration or change. A. The ENGINEER reserves the right to obtain the services of other Consulting Engineers experienced in Airport work to prepare and execute the work which is related to the Project within the scope of services and fees contained herein. All subconsultants are subject to the review and approval of the OWNER. The OWNER acknowledges that quality assurance testing, electrical, and pavement specialist subconsultants will be utilized for this Project. B. During the performance of this Agreement, the ENGINEER, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following requirements: 1. Access to Records and Reports. (2 CFR § 200.326 and 2 CFR § 200.333) 2. Civil Rights — General. (49 USC § 47123) 3. Civil Rights — Title VI Assurances. (49 USC § 47123 and FAA Order 1400. 11) 4. Breach of Contract Terms. (2 CFR part 200, Appendix //A) 5. Federal Fair Labor Standards Act. (29 USC C 201, et seq.) 6. Lobbying and Influencing Federal Employees. (49 CFR part 20, Appendix A) 7. Occupational Safety and Health Act of 1970. (20 CFR part 1910) 8. Right to Inventions. (2 CFR § 200Appendix 11fl) 9. Termination of Contract. (2 CFR § 200 Appendix 11(B)) 10. Trade Restriction Clause. (49 CFR part 30) 11. Certification Regarding Debarment. (2 CFR part 18012 CFR part 1200) 12. Disadvantaged Business Enterprise. (49 CFR part 26) 13. Distracted Driving. (Executive Order 13513 DOT Order 3902. 10) 14. Energy Conservation Requirements. (2 CFR § 200, Appendix // H) 15. Veteran's Preference. (49 USC § 47112 c) VIII. TERMINATION OF AGREEMENT ff LJOff ffljff��� [0] A. The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of the Consultant. Upon receipt of the notice of termination, except as explicitly directed by the OWNER, the Consultant must immediately discontinue all services affected. B. Upon termination of the Agreement, the Consultant must deliver to the OWNER all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the ENGINEER under this Contract, whether complete or partially complete. C. OWNER agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the G:\Contracts & Task Orders\Yakima Air Terminal\2016-3-07 Snow Removal Engineering Services Agreement.doc Page 8 termination notice. Compensation will not include anticipated profit on non- performed services. Dt OWNER further agrees to hold the Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. 19 :11 V & I 104 F-A 9 [Q 04 1 go] :4 a] :1 Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party seven (7) days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. Termination by OWNER: The OWNER may terminate this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this Contract or by OWNER approved extension; 2. Make adequate progress so as to endanger satisfactorily performance of the project; 3. Fulfill the obligations of the Agreement that are essential to the completion of the project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the OWNER all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this Contract, whether complete or partially complete. OWNER agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. OWNER further agrees to hold the Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the OWNER determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the OWNER issued the termination for the convenience of the OWNER. Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the Owner: 1. Defaults on its obligations under this Agreement; WContracts & Task Orders\Yakima Air Term inal\2016-3-07 Snow Removal Engineering Services Agreement.doc Page 9 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for more than 180 days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, OWNER agrees to cooperate with Consultant for the purpose of terminating the Agreement or portion thereof, by mutual consent. If OWNER and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the OWNER's breach of the Contract. In the event of termination due to OWNER breach, the ENGINEER is entitled to invoice OWNER and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. OWNER agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. The OWNER and the ENGINEER hereby certify that the ENGINEER 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 or retain, any firm or persons. B. Pay, or agree to pay, to any firm, person, or organization any fee, contribution, donation, or consideration of any kind. A. The OWNER and ENGINEER each bind themselves, their partners, successors, executors, administrators, and assigns to the other parties to this Agreement, and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Agreement. B, Except as above, neither the OWNER nor the ENGINEER shall assign, sublet, or transfer their interest or obligation hereunder in this Agreement without the written consent of the other. C. It is understood by the OWNER and the ENGINEER that the FAA is not a party to this Agreement and will not be responsible for engineering costs except as should be agreed upon by the OWNER and the FAA under a Grant Agreement for the Project. Owner approval of this Engineering Services Agreement is conditioned upon and subject to FAA approval. G:\Contracts & Task Orders\Yakima Air Terminal\2016-3-07 Snow Removal Engineering Services Agreement.doc Page 10 The ENGINEER agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds or race, creed, color, national origin, sex, age, Or disability be excluded from participating in any activity conducted with Or benefiting from Federal assistance. This provision binds the ENGINEER and aubU8r ENGINEERS from the bid solicitation period through the completion ofthe contract. This provision isin addition to that required of Title VI of the Civil Rights Act of 1964. 11, In jymi C)Uhng the performance Of this Contract, the Ey4CS|NEER, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: MATERIALS AND EQUIPMENT: In all solicitations, either hv competitive bidding, or negotiation made by the Contractor for work to be performed under 8 aubCOntract, including procurements of nn8teha|8' or leases of equipOnent, each potential subcontractor Or supplier will be notified by the Contractor of the Contractor's obligations under this Contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 1. Withholding payments to the Contractor under the Contract uDb| the Contractor complies; and/or 2. Cancelling, terminating, or suspending a contn8{t, in whole or in part. Woontramau Task omom\Yu/ma Air Term ma1\2m1o�-0r Snow Removal Engineering Services *wreamom.uuv Page 11 A. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); B. 49 CFR part 21 (Non-discrimination in Federally- Assisted Programs of the Department of Transportation - Effectuation of Title VI of The Civil Rights Act of 1964); C. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); D. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; E. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); F. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); G. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); H. Titles 11 and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; I. The FAA's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); G:\Contracts & Task Orders\Yakima Air Term inal\2016-3-07 Snow Removal Engineering Services Agreement.doc Page 12 ED Executive Order 12898. Federal Actions to Address Environmental Justice in Minority Populations and LoVV|nCORle POpU|EdioOS' which ensures nODdiSCrOliD8UOD against minority populations by discouraging programs, po|ioieo, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; K. 'Executive Order 13186. Improving Access 1O Services for Persons with Limited English Proficiency, and na8uUUn8 agency guidance, national origin discrimination includes discrimination because Of limited English proficiency (LEP). To onGuna compliance with Title VI, you must take reasonable steps tO ensure that LEPpersons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title |X of the Education Amendments of 1872' 88 amended, which prohibits you from discriminating because of sex in education programs or activities /20 U.S.C. 1681 et Goq/. A. It i8 the policy Of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Pad 23 shall have the nl2xinnunn opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. B. he Contractor agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the rD@xinnUnn opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this Agreement. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, om|mr' national origin, or sex in the award and performance of DOT-assisted contracts. In the event suit or action be instituted to enforce any of the terms or conditions of this Agreement, the losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed by statute, such sum as the court may adjudge reasonable as attorney fees in such suit or @{tiOn, in both trial and appellate court. Since the FAA i3 not a party to this Agreement, it cannot be held liable for actions under this section. This Agreement shall be governed bv the laws Of the State OfWashington. Venue shall be in Yakima County. o:\ContractsmTask Orders\Yakima Air Term mal\2010-3-07 Snow Removal Engineering Services Agreement.doc Page 13 IN WITNESS WHEREOF, the OWNER and the ENGINEER hereto have made and executed this Agreement the day and year first above written. OWNER: ENGINEER: CITY OF YAKIMA HLA ENGINEERING AND LAND SURVEYING, INC. BY: BY: Jeff Cutter Michael T. Battle, Oresident ATTEST: Sonya Claar Tee TITLE: City Clerk G:kContracts & Task OrderskYakima Air Terminal\2016-3-07 Snow Removal Engineering Services Agreement.doc Page 14 5mr� c� G:\Contracts & Task Orders\Yakima Air Term inal\2016-3-07 Snow Removal Engineering Services Agreement.doc I o O � HIN , Y Mt I� * 'Ilh - G: \Contracts & Task Orders \Yakima Air Terminal \2016 -3 -07 Snow Removal Engineering Services Agreement.doc 1 No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. G:\Contracts & Task Orders\Yakima Air Term inal\2016-3-07 Snow Removal Engineering Services Agreement.doc 3. The undersigned ohaUrequina1h8tUle|@nguageofUhiaoartificatkonbeinclUdedinthe axv@nd documents for all sub-awards at all tiers (including suboontracte, oub-onanto, and contracts under grants, loans, and cooperative agreements) and that all sub- recipients 8hB|| certify and diao|O8e accordingly. This certification is @ material representation of fact Upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1952. title 31. U.S. Code. Any person who fails tO file the required certification shall be subject to a civil penalty of not |e8a than $10.00O and not more than $10U.00O for each such failure. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements Of 29 CFFl Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death mrserious physical harm tmthe employee. The Contractor retains full responsibility tm monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department Of Labor — Occupational Safety and Health Administration. RIGHTS TO INVENTIONS Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organization and Snna|| Business Firms under Government Grants, Contracts, and Cooperative Agreements. This Contract incorporates by reference the patent and inventions rights as specified within inthe 37CFR part 4O1.14. Contractor must include this requirement in all sub- tier contracts involving experimental, developmental or research work. TRADE RESTRICTION CLAUSE By submission of an offer, the CJfhenmr certifies that with respect to this solicitation and any resultant contract, the Offeror: A. Is not owned or controlled by one or more citizens of a foreign country included in the list Of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); B. Has not knowingly entered into any contract or subcontract for this project with 8 person that is @ citizen Or national of o foreign country included On the list of countries that discriminate against U.S. firms ag published by the USTFK;and C. Has not entered into any subcontract for any product to be used on the Federal on the project that i8 produced in afOn0ign country included on the list Of countries that discriminate against the U.G. firms published by the UGTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of afa|se. fictitious, or fraudulent certification may render the maker subject tO prosecution under Title 18. United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the OWNER if the offeror/Contractor learns that its certification r that of 8 subcontractor was erroneous when G:\Contracts & Task Orders\Yakima Air Terminal\2016-3-07 Snow Removal Engineering Services Agreement.doc submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: Who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; 2. Whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 3. Who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the FAA may direct through the OWNER cancellation of the Contract or subcontract for default at no cost to the OWNER or the FAA. mag��94y= In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. TEXTING WHILE DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted G:\Contracts & Task Orders\Yakima Air Terminal\2016-3-07 Snow Removal Engineering Services Agreement.doc drivers, including policies that ban text messaging while driving motor vehicles performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $3,500 and involve driving motor vehicle in performance of work activities associated with the project. G:\Contracts & Task Orders\Yakima Air Term inal\2016-3-07 Snow Removal Engineering Services Agreement.doc G:\Contracts & Task Orders\Yakima Air Term inal\2016-3-07 Snow Removal Engineering Services Agreement.cloc Consultant Cost Computations - Summaty Sheet (Cost Plus Fixed Fee, Cost Per Unit of Wo Classification Rate Senior Principal Engineer $70.30 Licensed Professional Engineer S37.00 Project Engineer $40.80 Contract Administrator $28.50 Resident Engineer $34.00 Engineering Technician $19.50 Word Processing Technician $23.00 Note: Rates shown are the highest rate for the given job classification and may be less depending on staff assigned. Robam are subject tochange on January 1 and June 1 of each calendar year, and from time to time due ho periodic wage increases and/or new annual audited overhead rate. Overhead (OH Cost - indudingGalar Additives): OH Rate xOSC 128.2196 Fixed Fee (FF): Global Positioning System (huurly) $98.00 Mileage iareimbuoedat the IRS rate applicable at the time. Postage/shipping based on receipt submitted ao part oftask. T Oeha: 3/6C2016 GiContraots& Task Orders\Yakma Air TonnnmKGRE Cost plus fixed feo.xle W�. PROJECT TITLE: Snow Removal Equipment (SRE) CLIENT: Yakima Air Terminal AIP NUMBER: 3 -53 -0089 -38 DATE: 3/7/2016 JINDEPEN6iNT FEE ESTIMATE - Principal Project Project Project Contract Word Process TASK TASK Engineer Engineer Engineer Engineer Adminstrator Technician 'i TOTAL DIRECT NO PROJECT TASK $70.30 $37.00 $29.00 $40;80 $28.50 $23.00 $0..00 $0.00 $0.00 $0.00 $0.00 HRS COSTS DESIGN& BIDD ING - SNOW REMOVAL EQUIPMENT A. PROJECT FORMULATION 1 Pre - design Meeting 4 2 6 $194.00' 2 Finalize Scope, Schedule & Contract 2' 4 6 $288.60 ''. 3 Assist with Grant Applications 21 8 10 $436.60'. 4 Assemble & Review Information 1. 4 5 $218.30 SUBTOTAL $1,137.50 B. ENGINEERING SERVICES 5 Prepare Bidding Documents 1 60 16 77 $2,658.30 6 Preliminary Cost Estimates & Schedule 2 8 10 $436.60 7 In House Quality Control Review 4 4 4 12 $521.20 8 Preliminary Engineers Design Report 2 40 4 46 $1,712.60 9 Preliminary Design Package Submittal 4 2 6 $194.00 10 Incorporate Owner and FAA comments 1 12 4 17 $606.30 11 Finalize Bidding Docs & Specifications 2 12 4 8 26 $931.80 12 Finalize Quantities & Cost Estimate 1 4 5 $218.30 13 In House Quality Control Review 4 4 4 12 $521.20 14 Submit Final Documents for approval 2 2 4 $120.00 15 Revise /Provide Final Bidding Documents 1 8 2 11 $412.30 '. 16 Assist wf Sponsor Certifications 4 4 $148.00 17 Assist wj Requests for Reimbursement 1 4 4 9 $332.30' SUBTOTAL $8,812.90 C. BIDDING SERVICES 18 Assist wJ Bid Advertisement 1 4 2 7 $264.30 19 Bidder Questions 1 8 4 13 $529.50 20 Addenda 2 8 4 14 $528.60' -,. '.' 21 Submittal Review 2 12 4 18 $676.60 22 Conduct Bid Opening & Provide Recommendation 2 4 4 8 18 $679.80 >. SUBTOTAL $2,678.80'. SUBTOTAL (A. B, and C) ` 32 222 0 12 12 58 _ . 0 .336 $12,629.20. Direct Overhead 129.21% $16,318.19 Fixed Fee 15.0% $4,342.11 Total Labor + Overhead + Fixed Fee 533,289.50'. D. CONSTRUCTION ADMINISTRATION Notice to Proceed, and monitor contract, verification of 23 insurance and bands 2 2 4 8 $269.60 24 On -site Construction Observation 4 16 20 $873:20'. 25 Review and verify Certifcates of Compliance 2 4 2 4 12 $484.20 26 Review Operations and Maintenance Manuals 4 4 $148.00 27 Prepare Progress Estimates (2 Estimates) 2 2 8 12 $383.60 28 Delivery Schedule Assistance 4 29 Notify Owner of non - conforming work 2 2 2 6 $212.60 30 Recommendation to Owner on claims 2 2 2 6 $212.60 E. PROJECT CLOSEOUT (for Construction Grant) 2016 -02 -11 SRE Estimate.: xis Page 1 PROJECT TITLE: Snow Removal Equipment (SRE) CLIENT: Yakima Air Terminal AIPNUMBER: 3-53-0089-38 2 DATE: 3/712016 $218.30 31 Prepare Close-Out Report 2 20 32 Assist w/Sponsor Certifications 15.0% 2 33 Submit for FAA Approval 1 4 SUBTOTAL (D 9 62 10 Direct Overhead 55,633.72 Fixed Fee Total Labor + Overhead + Fixed Fee LABOR SUBTOTAL A, 8, C, D and IS 41 284 22 Doed0vothead (A, 8, C, D, and E) Fixed Fee (A, B, C, D, and E) Total Labor + Overhead + Fixed Fee (A, B, C, D, and E) W.--, i INDEPENDENT "iiSTIMATE - 22 $880.60 2 $74.00 5 $218.30 20 29 $3,756.70 129.21% $4,854.03 15.0% 51,291.61 I...... 32 58 365 $16,385,91) imim $21,172.22 15.0% 55,633.72 2016-02-11 SRE EstimateAs im PROJECT TITLE: Snow Removal Equipment (SRE) CLIENT: Yakima Air Terminal AIP NUMBER: 3-53-0099-38 DATE: 3/7/2016 DESIGN & BIDDING - SNOW REMOVAL EQUIPMENT $0.540 4 Subtotal - Labor+ Overhead + Fixed Fee Subtotal- Expenses Total - A, B, C, D, E and Expenses [INDEPENDENT FEE ESTIMATE - Trip Cost Air Ground Days Miles Markup Per Unit Trips Trips Air Travel $0.00 Mileage (from office) $0.540 4 Mileage (Surveys) $0.540 Meals/Lodging $0.00 expenses: $0.00 FAX $100.00 COPIES $50.00 TELEPHONE $100.00 POSTAGE $750.00 PRINTING $500.00 PLOTTING Subtotal - Labor+ Overhead + Fixed Fee Subtotal- Expenses Total - A, B, C, D, E and Expenses [INDEPENDENT FEE ESTIMATE - Trip Days Miles Markup 1.0 $0.00 10 I'D $21.60 110 $0.00 10 $0.00 $0.00 $100.00 $50.00 $100.00 $750.00 $500.00 2016-02-11 SRE EstimateAs om