HomeMy WebLinkAboutR-1999-038 LANDSCAPE ARCHITECTURAL SERVICES; BUS TURNAROUND PROJECT AT LAKE ASPEN OFFICE PARK.RESOLUTION NO. R-99- 38
A RESOLUTION: authorizing the City Manager to execute a document modifying
the professional service agreement with Huibregtse, Louman
Associates, Inc. to provide for additional landscape architectural
services a bus turnaround project at Lake Aspen Office Park.
WHEREAS, on May 26,1998, the City of Yakima and Huibregtse, Louman Associates,
Inc. ("HLA") entered into a professional services agreement for engineering services for
a bus turnaround project at Lake Aspen Office Park, which has been assigned; and
WHEREAS, the City and HLA desire to modify the agreement in accordance with the
terms and conditions of the attached letter from HLA to the City of Yakima, Transit
Division, dated March 17, 1999 ("March 17, 1999, Letter"); and
WHEREAS, the City Council has determined that it is in the best interest of the City to
modify City Contract Number 98-62 to provide for additional landscape architectural
services in accordance with the terms and conditions of the March 17, 1999, Letter; now,
therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager of the City of Yakima, is authorized and directed to sign and date the
March 17, 1999, Letter following the statement "Revised Total Amount of Task Orders
1-3 APPROVED" to provide for additional landscape architectural services for the bus
turnaround project at Lake Aspen Office Park, which is the subject of existing City
Contract Number 98-62. The City Clerk is authorized to attest to the City Manager's
signature.
ADOPTED BY THE CITY COUNCIL this 6th. day of April, 1999.
ATTEST:
City Clerk
C:\word\transit\LA turnaround\K mod res.doc
John Puccinelli, Mayor
•
Huibregtse, Louman Associates, Inc.
CIVIL ENGINEERING • LAND SURVEYING • PLANNING
March 17, 1999
City of Yakima
Transit Division
2301 Fruitvale Blvd.
Yakima, WA 98902
Attn: Bill Shultz
Transit Manager
Re: Bus Turnaround
Lake Aspen Office Park
HLA Job No. 98057
Dear Bill:
William L Huibregtse, PE
Jeffrey T. Louman, PE
Theodore W. Pooler, PE
Dennis J. Whitcher, PE
Francis J. Jaeger. PE
Eric T. Herzog, PLS
Heidi C. Herzog. PE
Michael T. Battle, PE
Huibregtse, Louman Associates, Inc. (HLA), is pleased to respond to your request to provide additional
professional services for theabove referenced project. Pursuant to our meeting on March 3, 1999, with
KDF Architecture, HLA is preparing a subconsultant agreement with The Berger Partnership, of Seattle,
Washington, for landscape design services.
We are requesting a modification to our current agreement with the City of Yakima to increase the fee
for Task Orders 1-3 to allow for the landscape architect subconsultant work and to cover additional costs
incurred by HLA. The Agreement can be modified under paragraph 4.C, Renegotiation of Fees. The
estimated cost for the subconsultant work by The Berger Partnership is $3,300.00. HLA has incurred
costs to date in the amount of $8,434.50. We are requesting that the total maximum amount for Task
Orders 1-3 be increased to $15,000.00, to cover the landscape design fees and additional work by HLA
to coordinate with the subconsultant to produce the final bid documents for the new bus turnaround.
We are ready to submit the Subconsultant Agreement to the Berger Partnership upon your authorization.
Thank you.
Very trujy yours,
William L. Huibregtse, PE
WLH/jk
YK10-55
Revised Total Amount of Task Orders 1-3 APPROVED:
Richard A. Zais, Jr., City Manager Date
3800 Summit -view, Suite 100 + Yakima,WA 98902 t• (509) 966-7000 + FAX (509) 965-3800
LANDSCAPE
ARCHITECTURE
SITE PLANNING
2021 Minor East
Seattle, WA 98102
(206) 325-6877
Fax (206) 323-6867
Principals
Thomas Berger
Steven P. Shea
,Jeff Girvin
Scott Woodcock
Linnea Ferrell
Associates
Misty Philbin
Greg Brower
THE BERGER'PARTNERSHIP, P.S.
March 4, 1999
Dennis Whitcher
Huibregtse, Louman Associates Inc.
3800 Summitview, Suite 100
Yakima, WA 98902
RECa.1,i
MAR 8 1999
ittregtse Le!rr1 ASSOCI3'.E., 11 .
Scope of Work and Fee Proposal for City Of Yakima Bus Turnaround at Lake
Aspen Office 'Park
Dear Mr. Whitdher:
As requested, we are submitting a proposal for the City of Yakima Bus Turnaround at Lake
Aspen Office Park. The project looks to be an exciting opportunity to create a memorable
public space for Yakima residents and guests. We look forward to working with you on
this project.
This letter outlines our proposed landscape architectural services, with each phase of
service described and a corresponding fee assigned.
SCHEMATIC DESIGN
The Berger Partnership will coordinate with the design team to assist in completing the
schematic design process. Services in this phase include:
• Development of a schematic landscape plan, addressing such issues as planting,
irrigation, grading, and placement of light fixtures.
• Preparation of a probable cost of construction for the landscape portion of the
project.
March 4, 1999 _
Mr. Dennis Whitcher
Proposal for Landscape Architectural Services
Page 2
CONSTRUCTION DOCUMENTS
The Berger Partnership will coordinate with the design team in the preparation and
assembly of the construction documents. Our services will include the following:
• Final planting plan and details.
• Coordination and preparation of planting and irrigation specifications
(coordinated with Engineer).
• In house quality assurance checks.
• Provide project administration for this section of work.
CONSTRUCTION ADMINISTRATION
We will coordinate with the design team in the preparation and assembly of the bid
documents. Other services in this phase include:
• Respond 'to bidder questions regarding the landscape and irrigation sections of the
bid documents.
• Issue addenda and clarifications, as needed, regarding landscape and irrigation.
• Review of submittals and shop drawings.
• Respond to all RFI's related to landscape items.
• Prepare construction observation reports.
• Coordinate and issue change orders.
• Provide project administration for this phase of work.
*Site visits made during the landscape construction phase will be upon your approval and
billed on an hourly basis.
FEES
Based on the scope of services identified at this time, we have established a fee for
landscape architectural services as follows:
Schematic Design
Construction Documents
Construction Administration
$1,000.00
$1,800.00
$500.00
Total $3,300.00
March 4, 1999
Mr. Dennis Whitcher
Proposal for Landscape Architectural Services
Page 3
Fees will be billed monthly based upon the percentage of work completed. Services
beyond those noted in this proposal will be billed as additional services on an hourly basis
as follows, or lump sum fees can be negotiated:
Senior Principal (Thomas L. Berger)
Project Manager (Jason Henry)
Technical Staff
Administrative Staff
$130.00 per hour
$55.00 per hour
$45.00 per hour
$30.00 per hour
Printing, reprographic expenses, CAD plots, film, travel costs, and other reimbursable
expenses are in addition to the above mentioned fees. All accounts are due in ten days.
Invoices not paid within 30 days of invoice date will be subject to late charges of 1% per
month. If payment for services is not received within 90 days of the invoice date, all
subsequent services and/or issuance of documents may be postponed until receipt of
payment, unless special arrangements are made prior to providing the services.
REVISIONS AND ADDITIONS TO PROPOSAL
Any substantive revision to the drawings resulting from owner/client directed changes
(including program changes, scope of work changes, modifications to existing documents,
construction and/or site and conditions change and adjustments to time frames), will be
billed as an extra service. Billing will be hourly, unless a guaranteed maximum fee is
requested for the, revision.. Written confirmation of the change/revision will be sent as an
amendment to this contract • Revision work started at the direction of the owner/client,
then subsequently terminated; will be billed as extra service through date of stop -work
notification.
March 4, 1999
Mr. Dennis Whitcher
Proposal for Landscape Architectural Services
Page 4
If this proposal meets with your approval, please sign one of the copies and return it to
our office. If you have questions, would like more information, or wish to make any
modifications, please do not hesitate to contact us. We look forward to working with you
on the bus turnaround. Work will be scheduled upon our receipt of the signed proposal.
Sincerely,
THE BERGER PARTNERSHIP, P.S.
Thomas L. Berger
Senior Principal
Jason Henry
Project Manager
Enclosed: 1 return copy
THE BERGER PARTNERSHIP, P.S.
APPROVED:
Date
•
•
•
Lake Aspen Bus Turn -Around
Looking Northwest
Looking Southwest
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. % v2
For Meeting of 4/6/99
ITEM TITLE: Resolution Authorizing and Directing the City Manager to execute
a modification to the agreement with Huibregtse, • Louman
Associates, Inc. for engineering services on the Lake Aspen bus
turnaround project.
SUBMITTED BY: Chris Waarvick, Director of Public Works
CONTACT PERSON/TELEPHONE: Bill Schultz, Transit Manager/575-6005
SUMMARY EXPLANATION: The contract amendment is to include landscape
design services in the Lake Aspen bus tumaround professional services contract.
The estimated cost of the additional service is $3,300. The budget set for this
phase of the project ($22,500) is sufficient to include the additional amount. Final
design and bid specifications should be completed soon. However, in Tight of the
uncertainty created by the proposed development opposite our site on North 16th
Ave., we are considering postponing construction until next year.
The Transit Capital Reserve Fund has ample resources to accomplish both phases of
the project as well as other planned capital replacements.
A photograph of the site is attached.
EXHIBITS
Resolution X Ordinance Contract Modification X Other(Specify)
Funding Source: Transit Division Capital Reserve Fund Budget
APPROVED FOR SUBMITTAL:
City Manager
STAFF RECOMMENDATION: Approve resolution authorizing execution of contract
modification
TRANSIT COMMITTEE RECOMMENDATION: This item was presented to the Committee
at their March 23, 1999, meeting.
COUNCIL ACTION:
AGREEMENT
This Agreement, made and entered into this 6= day of 11v`-°
1998, by and between the City of Yakima, Washington, hereinafter called the "CITY," and
HUIBREGTSE, LOUMAN ASSOCIATES, INC., 3800 Summitview, Suite 100, Yakima, WA 98902,
hereinafter called "ENGINEER," is for the provision by the Engineer to the City, of professional
services for design of a bus turnaround at the Lake Aspen Office Park on North 16`h Avenue.
In consideration of the covenants and agreements contained herein, and the terms and conditions
hereof, the parties agree as follows:
The Engineer shall provide services associated with the design of the bus turnaround for
the City of Yakima, including field boundary and topographic survey, design, preparation
of contract drawings and contract specifications, design review meetings with City Staff,
assistance during the bidding period, and services during construction.
1. SERVICES: Engineer shall provide to the City professional consulting engineering services
through a series of task orders as provided in Section 2, below The professional services
to which the parties may agree by task orders may include, but are not limited to those
listed in Exhibit A, attached hereto and by this reference incorporated herein.
2. TASK ORDERS: Prior to commencement of any services, the City and the Engineer shall
mutually agree upon and execute a task order for the specified services. The task order
shall describe the services to be provided, the time for performance of the service, the
provisions for fees for the services, and any provisions additional to this agreement.
Execution of this Agreement and these Task Orders selected by the City and the Engineer
authorizes the Engineer to proceed with the services described in the Task Orders.
Execution of each subsequent task order, even at a later date, shall incorporate each
subsequent task order into this Agreement. The execution of this Agreement does not
obligate either of the parties hereto to provide or accept any services unless and until the
parties have mutually agreed upon and executed a specific task order for such services.
3. TIME PERIOD FOR PERFORMANCE OF SERVICES: The Engineer shall commence
such services as are described on executed task orders in accordance with the time
schedule set forth herein, and shall proceed with the provision of such services in a diligent
manner The Engineer shall not be responsible for delays caused by factors beyond the
Engineer's control or which could not reasonably have been foreseen by the parties at the
time the task order was executed. The anticipated schedule for completion of the project
is shown as Exhibit B.
4. PAYMENT TO ENGINEER:
A. Fees for Services. For each specified task order executed by the parties, the
payment to be made to the Engineer for services performed shall be hourly on a
YKJ2-91.wpd
1
time spent basis, utilizing the hourly rate and expense schedule, "Fee Schedule,"
attached hereto as Exhibit C and by this reference incorporated herein. Said fee
Schedule is subject to revision by the Engineer not sooner than one year after the
execution of this Agreement, and no more that once each year thereafter. Under
the fee schedule method, the parties shall agree on an amount which represents
the maximum fee to which Engineer shall be entitled under that task order. That
amount shall represent the best estimate of the parties of the maximum cost of the
Engineer's services specified in that task order. In the event the cost of services will
exceed that estimate, the Engineer shall advise the City in advance, and in writing,
of such excess costs and shall provide no services in excess of the original
estimated costs without written approval of the City.
B. Estimated Fees. The maximum fee for each anticipated task order is shown on
Exhibit A.
C. Renegotiation of Fees. The Engineer reserves the right to renegotiate the fee or
maximum estimate of fee specified in any task order if the scope of services as
specified in the task order is modified by the City or by others or by conditions
beyond the control of the parties hereto, whereupon additional expenses shall be
incurred by the Engineer The City and the Engineer shall agree to such a change
in fee and services in writing prior to the Engineer's provision of such modified or
changed services.
D. Time of Payments. Engineer shall periodically submit invoices for the un -billed
portion of the services completed to that date. City agrees to pay the invoiced
amounts within 30 days from the date of receipt of the invoice.
E. Payment in the Event of Termination. In the event of termination of this Agreement,
Engineer shall be compensated for services performed under this Agreement to the
date of termination in accordance with the terms above.
F. Permits and Advertising. City shall pay all regulatory permitting and advertising fees
and all other project fees normally paid by the City for public works projects.
5. STANDARD OF PERFORMANCE: Engineer shall perform his services in accordance with
generally accepted engineering and consulting standards and shall be responsible for the
technical soundness and accuracy of all work and services furnished pursuant to this
Agreement.
6. TERMINATION: Either party may terminate this Agreement at any time upon 30 days
written notice to the other party.
7. OPINIONS OF COST: Engineer has no control over the cost of labor, materials,
equipment, or services provided by parties other than Engineer and its subcontractors.
Engineer has no control over contractor's methods of determining prices, or other
competitive bidding conditions or market conditions, and its opinions of probable project or
construction costs are to be made on the basis of its experience with the construction
YKJ2-91.wpd
2
industry. However, Engineer cannot and does not guarantee that proposals, bids, or actual
project or construction costs will not vary from the opinions of probable costs prepared by
the Engineer.
8. CONSTRUCTION AND SAFETY: Engineer shall not be responsible for the means,
methods, techniques, sequences, or procedures of construction selected by contractors or
the safety precautions and programs and programs incident to the work of contractors.
9. OWNERSHIP OF DOCUMENTS: The originals of all documents, including Drawings and
Specifications, prepared by the Engineer shall remain the property of the Engineer. The
Engineer shall provide the City with reproducible copies of the documents, Drawings, and
Specifications, and other work products as specified in each task order. It may further be
required that the Engineer provide additional copies on computer media of all documents,
Drawings, and Specifications, and other work products as specified in each task order.
Such documents, Drawings, and Specifications are not intended or represented by the
Engineer to be suitable for reuse by the City or others on extensions of the services
provided for the intended project or on any other project. Any reuse without the written
verification or adaptation by the Engineer will be at the City's sole risk and without liability
or exposure to the Engineer, and the City shall indemnify and hold harmless the Engineer
from all loses, claims, damages, and expenses, including attorney's fees arising out of or
resulting therefrom. Any such verifications or adaptations by the Engineer will entitle the
Engineer to further compensation at rates agreed to by the parties.
Engineer shall provide a reproducible copy of the final record drawings showing the
construction project measurements when authorized to do so by task order.
10. DESIGN INTENT: Engineer shall prepare design documents, Drawings, and Specifications
with the understanding that he may be observing the quality and progress of resulting
construction, for compliance with the intent design and, furthermore, that such observation
of any construction will be compensated by the City at the rates agreed upon by the parties
hereto, by separate Task Order.
11. INDEMNIFICATION & HOLD HARMLESS:
A. The Engineer agrees to hold harmless, indemnify, and defend the City, its elected
officials, officers, employees, and agents from and against any and all suits, actions,
claims, liability, damages, judgments, costs, and expenses (including reasonable
attorney's fees) which result from or arise out of the sole negligence of Engineer,
its officers, employees, and agents in connection with or incidental to the
performance or non-performance of this Agreement.
B. The City agrees to hold harmless, indemnify, and defend Engineer, its officers,
employees, and agents from and against any and all suits, actions, claims, liability,
damages, judgments, costs, and expenses (including reasonable attorney's fees)
which result from or arise out of the sole negligence of the City, its elected officials,
officers, employees, and agents in connection with or incidental to the performance
or non-performance of this Agreement.
YKJ2-91.wpd
3
C. In the event that the officials, officers, agents, and/or employees of both the City
and Engineer are negligent, each party shall be liable for its contributory share of
negligence for any resulting suits, actions, claims, liability, damages, judgments,
costs, and expenses (including reasonable attorney's fees).
D. Nothing contained in this Section or this Agreement shall be construed to create a
liability or a right of indemnification in any third party.
12. COMPLIANCE WITH LAW: Engineer shall comply with all federal government, state, and
local laws and ordinances applicable to the work to be performed under this Agreement.
13. LIABILITY INSURANCE: Prior to beginning work under this Agreement, Engineer shall
provide "Certificates of Insurance" as evidence that policies providing the following
coverage and limits of insurance are in full force and effect.
A. General Comprehensive Liability
With respect to liability for injuries to or death of persons and with respect to liability
for destruction of or damages to property, the insurance coverage shall be
$1,000,000 combined single limit and such coverage shall include the special
provisions listed below.
1. The City, its officers, employees, and agents shall be named as an
additional insured and the coverage shall be applicable to and
protect the City, its officers, employees, and agents from liability
arising from or relating to Engineer's activities relating to this
Agreement. Such insurance shall be primary and other insurance
maintained or carried by the City shall be separate and distinct and
shall not be contributing with the insurance listed hereunder.
2. Such insurance shall not include explosion, collapse, or underground
exclusions commonly referred to as the "XCU" hazards.
B. Automobile Comprehensive Liability
YKJ2-91.wpd
With respect to liability for injury to or death of persons and with respect to liability
for destruction of or damage to property, the City, its officers, employees, and
agents shall be named insured and the insurance coverage shall be $1,000,000
combined single limit. Such insurance shall be primary and other insurance
maintained or carried by the City shall be separate and distinct and shall not be
contributing with the insurance listed hereunder
Failure of either or all of the named insured to report a claim under such insurance
shall not prejudice the rights of the City, its officers, employees, and agents
thereunder. The City, its officers, employees, and agents will have no obligation for
the payment of premiums because of its being named as insured under such
insurance.
4
C. Errors and Omissions Liability
Prior to beginning work for property acquisition, development of contract Plans and
Specifications, and construction management, the Engineer or its subcontractors
shall provide evidence of errors and omissions coverage for a minimum of
$250,000.
14. ADDITIONAL SERVICES: At the City's option and direction, Engineer shall provide
additional engineering, observation, construction staking, and/or planning services as
authorized by mutually agreed task orders.
15. INDEPENDENT CONTRACTOR: The parties intend that the Engineer at all times be an
independent contractor and not an employee of the City, and shall not be entitled to
compensation or benefit of any kind except as specifically provided for herein.
16. GOVERNING LAWS: This Agreement is governed by the laws of the State of Washington.
17. COMPLETE AGREEMENT: This Agreement and referenced attachments contains the
complete and integrated understanding and agreement between the parties and
supersedes any understanding, agreement or negotiation whether oral or written not set
forth herein. Amendments, changes, or modifications hereto shall not be valid unless in
writing and duly executed by both parties.
18. ASSIGNMENT: Neither party to this Agreement shall assign the Agreement, nor any
interest arising herein, without the written consent of the other. The Engineer, with the
City's consent, shall be authorized to employ or subcontract with any other party or entity
it deems necessary for the performance of any of the services to be provided by the
Engineer pursuant to the terms of this Agreement.
19. SEVERABILITY OF AGREEMENT: In the event any of the terms or clauses of this
Agreement are held to be illegal or unenforceable by any court or arbitrator, the remaining
clauses and terms shall continue in full force and effect and shall be enforceable.
20. MINORITY- AND WOMAN -OWNED BUSINESS; CITY -SPECIFIED SUBCONTRAC-
TORS: Engineer will comply with the City's directives in utilizing the services of City -
specified subcontractors and/or minority and women -owned businesses on the Project.
The firm selected by Engineer to meet said directives will be subject to approval by the City.
21. NONDISCRIMINATION PROVISION: During the performance of this Agreement, Engineer
shall not discriminate on the basis of race, color, sex, religion, national origin, creed, marital
status, political affiliation, or the presence of any sensory, mental, or physical handicap.
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 provisions of services under this
Agreement.
YKJ2-91 wpd
5
22. AMERICANS WITH DISABILITIES ACT: Engineer agrees to comply with the Americans
With Disabilities Act of 1990, 42 U.S.C. § 12101 et seq. (ADA), and its implementing
regulations. The ADA provides comprehensive civil rights to individuals with disabilities in
the area of employment, public accommodations, state and local government services, and
telecommunications.
HUIBREGTSE, LOUMAN CITY OF YAKIMA
ASSOCIATES, INC.
By: v� By: J-���b
William L. Huibregtse, PE Richard A. Zais, Jr.
President City Manager
WITNESSES: ATTEST:
;. c; �, ;� _ 98.---62
=s R-98-70
YKJ2-91.wpd
6
2
Karen S. Roberts
City Clerk
EXHIBIT A
PROJECT DESCRIPTION AND ASSUMPTIONS
The construction project outlined by this Agreement and Scope of Services consists of construction
of a transit bus turnaround at the Lake Aspen Office Park along North 16' Avenue, as further out-
lined below.
The following general assumptions have been made during the preparation of this Scope of
Services and fee estimates for this project. More specific assumptions relative to the individual
components of the project are described under the various Task Order descriptions.
A. The City of Yakima Transit Division has funding for professional engineering design
services required by this project.
B. The City of Yakima Transit Division will review and approve the Plans and Specifi-
cations.
C. City of Yakima Transit Division has acquired the right of way for the bus turnaround,
noted as Area "A" on the attached Drawing LA -1.
D. The 1996 WSDOT Standard Specifications for Road, Bridge, and Municipal
Construction and the APWA Division One Supplement, and the City of Yakima
Special Provisions and Standard Details will be used for preparation of the Plans
and Specifications for this project.
E. Separate Task Orders are described for additional professional engineering
services for Services During Construction.
F. The City of Yakima will make known all available information regarding the require-
ments for the new bus turnaround including any particular requirements of the Lake
Aspen Office Park.
YKJ2-91 wpd
7
AGREEMENT
This Agreement, made and entered into this day of
1998, by and between the City of Yakima, Washington, hereinafter called the "CITY," and
HUIBREGTSE, LOUMAN ASSOCIATES, INC., 3800 Summitview, Suite 100, Yakima, WA 98902,
hereinafter called "ENGINEER," is for the provision by the Engineer to the City, of professional
services for design of a bus turnaround at the Lake Aspen Office Park on North 161'. Avenue.
In consideration of the covenants and agreements contained herein, and the terms and conditions
hereof, the parties agree as follows.
The Engineer shall provide services associated with the design of the bus turnaround for
the City of Yakima, including field boundary and topographic survey, design, preparation
of contract drawings and contract specifications, design review meetings with City Staff,
assistance during the bidding period, and services during construction.
1. SERVICES: Engineer shall provide to the City professional consulting engineering services
through a series of task orders as provided in Section 2, below The professional services
to which the parties may agree by task orders may include, but are not limited to those
listed in Exhibit A, attached hereto and by this reference incorporated herein
2. TASK ORDERS: Prior to commencement of any services, the City and the Engineer shall
mutually agree upon and execute a task order for the specified services The task order
shall describe the services to be provided, the time for performance of the service, the
provisions for fees for the services, and any provisions additional to this agreement
Execution of this Agreement and these Task Orders selected by the City and the Engineer
authorizes the Engineer to proceed with the services described in the Task Orders.
Execution of each subsequent task order, even at a later date, shall incorporate each
subsequent task order into this Agreement The execution of this Agreement does not
obligate either of the parties hereto to provide or accept any services unless and until the
parties have mutually agreed upon and executed a specific task order for such services.
3. TIME PERIOD FOR PERFORMANCE OF SERVICES: The Engineer shall commence
such services as are described on executed task orders in accordance with the time
schedule set forth herein, and shall proceed with the provision of such services in a diligent
manner The Engineer shall not be responsible for delays caused by factors beyond the
Engineer's control or which could not reasonably have been foreseen by the parties at the
time the task order was executed. The anticipated schedule for completion of the project
is shown as Exhibit B
4. PAYMENT TO ENGINEER:
A. Fees for Services For each specified task order executed by the parties, the
payment to be made to the Engineer for services performed shall be hourly on a
YKJ2-91 wpd
1
time spent basis, utilizing the hourly rate and expense schedule, "Fee Schedule,"
attached hereto as Exhibit C and by this reference incorporated herein. Said fee
Schedule is subject to revision by the Engineer not sooner than one year after the
execution of this Agreement, and no more that once each year thereafter Under
the fee schedule method, the parties shall agree on an amount which represents
the maximum fee to which Engineer shall be entitled under that task order. That
amount shall represent the best estimate of the parties of the maximum cost of the
Engineer's services specified in that task order. In the event the cost of services will
exceed that estimate, the Engineer shall advise the City in advance, and in writing,
of such excess costs and shall provide no services in excess of the original
estimated costs without written approval of the City.
B Estimated Fees. The maximum fee for each anticipated task order is shown on
Exhibit A.
C Renegotiation of Fees. The Engineer reserves the right to renegotiate the fee or
maximum estimate of fee specified in any task order if the scope of services as
specified in the task order is modified by the City or by others or by conditions
beyond the control of the parties hereto, whereupon additional expenses shall be
incurred by the Engineer. The City and the Engineer shall agree to such a change
in fee and services in writing prior to the Engineer's provision of such modified or
changed services
D Time of Payments Engineer shall periodically submit invoices for the un -billed
portion of the services completed to that date City agrees to pay the invoiced
amounts within 30 days from the date of receipt of the invoice.
E Payment in the Event of Termination. In the event of termination of this Agreement,
Engineer shall be compensated for services performed under this Agreement to the
date of termination in accordance with the terms above.
F Permits and Advertising City shall pay all regulatory permitting and advertising fees
and all other project fees normally paid by the City for public works projects
5. STANDARD OF PERFORMANCE: Engineer shall perform his services in accordance with
generally accepted engineering and consulting standards and shall be responsible for the
technical soundness and accuracy of all work and services furnished pursuant to this
Agreement
6. TERMINATION: Either party may terminate this Agreement at any time upon 30 days
written notice to the other party
7. OPINIONS OF COST: Engineer has no control over the cost of labor, materials,
equipment, or services provided by parties other than Engineer and its subcontractors
Engineer has no control over contractor's methods of determining prices, or other
competitive bidding conditions or market conditions, and its opinions of probable project or
construction costs are to be made on the basis of its experience with the construction
YKJ2-91 wpd
2
industry. However, Engineer cannot and does not guarantee that proposals, bids, or actual
project or construction costs will not vary from the opinions of probable costs prepared by
the Engineer.
8. CONSTRUCTION AND SAFETY: Engineer shall not be responsible for the means,
methods, techniques, sequences, or procedures of construction selected by contractors or
the safety precautions and programs and programs incident to the work of contractors.
9. OWNERSHIP OF DOCUMENTS: The originals of all documents, including Drawings and
Specifications, prepared by the Engineer shall remain the property of the Engineer. The
Engineer shall provide the City with reproducible copies of the documents, Drawings, and
Specifications, and other work products as specified in each task order. It may further be
required that the Engineer provide additional copies on computer media of all documents,
Drawings, and Specifications, and other work products as specified in each task order.
Such documents, Drawings, and Specifications are not intended or represented by the
Engineer to be suitable for reuse by the City or others on extensions of the services
provided for the intended project or on any other project. Any reuse without the written
verification or adaptation by the Engineer will be at the City's sole risk and without liability
or exposure to the Engineer, and the City shall indemnify and hold harmless the Engineer
from all loses, claims, damages, and expenses, including attorney's fees arising out of or
resulting therefrom Any such verifications or adaptations by the Engineer will entitle the
Engineer to further compensation at rates agreed to by the parties
Engineer shall provide a reproducible copy of the final record drawings showing the
construction project measurements when authorized to do so by task order.
10. DESIGN INTENT: Engineer shall prepare design documents, Drawings, and Specifications
with the understanding that he may be observing the quality and progress of resulting
construction, for compliance with the intent design and, furthermore. that such observation
of any construction will be compensated by the City at the rates agreed upon by the parties
hereto, by separate Task Order
11. INDEMNIFICATION & HOLD HARMLESS:
A The Engineer agrees to hold harmless, indemnify, and defend the City, its elected
officials, officers, employees, and agents from and against any and all suits, actions,
claims, liability, damages, judgments, costs, and expenses (including reasonable
attorney's fees) which result from or arise out of the sole negligence of Engineer,
its officers, employees. and agents in connection with or incidental to the
performance or non-performance of this Agreement.
B The City agrees to hold harmless, indemnify, and defend Engineer, its officers,
employees, and agents from and against any and all suits, actions, claims, liability,
damages, judgments, costs, and expenses (including reasonable attorney's fees)
which result from or arise out of the sole negligence of the City, its elected officials,
officers. employees, and agents in connection with or incidental to the performance
or non-performance of this Agreement.
YKJ2-91 wpd
3
C In the event that the officials, officers, agents, and/or employees of both the City
and Engineer are negligent, each party shall be liable for its contributory share of
negligence for any resulting suits, actions, claims, liability, damages, judgments,
costs, and expenses (including reasonable attorney's fees).
D Nothing contained in this Section or this Agreement shall be construed to create a
liability or a right of indemnification in any third party.
12. COMPLIANCE WITH LAW: Engineer shall comply with all federal government, state, and
local laws and ordinances applicable to the work to be performed under this Agreement.
13. LIABILITY INSURANCE: Prior to beginning work under this Agreement, Engineer shall
provide "Certificates of Insurance" as evidence that policies providing the following
coverage and limits of insurance are in full force and effect.
A. General Comprehensive Liability
With respect to liability for injuries to or death of persons and with respect to liability
for destruction of or damages to property, the insurance coverage shall be
$1,000,000 combined single limit and such coverage shall include the special
provisions listed below.
1 The City, its officers, employees, and agents shall be named as an
additional insured and the coverage shall be appiicabie to and
protect the City, its officers, employees, and agents from liability
arising from or relating to Engineer's activities relating to this
Agreement. Such insurance shall be primary and other insurance
maintained or carried by the City shall be separate and distinct and
shall not be contributing with the insurance listed hereunder.
2 Such insurance shall not include explosion, collapse, or underground
exclusions commonly referred to as the "XCU" hazards
E Automobile Comprehensive Liability
YKJ2-91 wpd
With to liability for injury to or death of persons and with respect to liability
With respect 7 r--- -"-
for destruction of or damage to property, the City, its officers, employees, and
agents shall be named insured and the insurance coverage shall be $1,000,000
combined single limit. Such insurance shall be primary and other insurance
maintained or carried by the City shall be separate and distinct and shall not be
contributing with the insurance listed hereunder
Failure of either or all of the named insured to report a claim under such insurance
shall not prejudice the rights of the City, its officers, employees, and agents
thereunder The City. its officers, employees, and agents will have no obligation for
the payment of premiums because of its being named as insured under such
insurance
4
C. Errors and Omissions Liability
Prior to beginning work for property acquisition, development of contract Plans and
Specifications, and construction management, the Engineer or its subcontractors
shall provide evidence of errors and omissions coverage for a minimum of
$250, 000.
14. ADDITIONAL SERVICES: At the City's option and direction, Engineer shall provide
additional engineering, observation, construction staking, and/or planning services as
authorized by mutually agreed task orders.
15. INDEPENDENT CONTRACTOR: The parties intend that the Engineer at all times be an
independent contractor and not an employee of the City, and shall not be entitled to
compensation or benefit of any kind except as specifically provided for herein.
16. GOVERNING LAWS: This Agreement is governed by the laws of the State of Washington
17. COMPLETE AGREEMENT: This Agreement and referenced attachments contains the
complete and integrated understanding and agreement between the parties and
supersedes any understanding agreement or negotiation whether oral or written not set
forth herein Amendments, changes, or modifications hereto shall not be valid unless in
writing and duly executed by both parties.
18. ASSIGNMENT: Neither party to this Agreement shall assign the Agreement, nor any
interest arising herein, without the written consent of the other The Engineer, with the
City's consent. shall be authorized to employ or subcontract with any other party or entity
it deems necessary for the performance of any of the services to be provided by the
Engineer pursuant to the terms of this Agreement
19. SEVERABILITY OF AGREEMENT: In the event any of the terms or clauses of this
Agreement are held to be illegal or unenforceable by any court or arbitrator, the remaining
clauses and terms shall continue in full force and effect and shall be enforceable.
20. MINORITY- AND WOMAN -OWNED BUSINESS; CITY -SPECIFIED SUBCONTRAC-
TORS: Engineer will comply with the City's directives in utilizing the services of City -
specified subcontractors and/or minority and women -owned businesses on the Project.
The firm selected by Engineer to meet said directives will be subject to approval by the City
21. NONDISCRIMINATION PROVISION: During the performance of this Agreement. Engineer
shall not discriminate on the basis of race, color, sex, religion, national origin, creed, marital
status, political affiliation, or the presence of any sensory, mental, or physical handicap.
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 provisions of services under this
Agreement.
YKJ2-91 wpd
5
22. AMERICANS WITH DISABILITIES ACT: Engineer agrees to comply with the Americans
With Disabilities Act of 1990, 42 U.S.C. § 12101 et seq. (ADA), and its implementing
regulations. The ADA provides comprehensive civil rights to individuals with disabilities in
the area of employment, public accommodations, state and local government services, and
telecommunications.
HUIBREGTSE, LOUMAN
ASSOCIATES, INC.
-y:
William L. Huibregtse, PE
President
WITNESSES:
REF.:D :110N HO: R-98-70
YKJ2-91.wpd
6
CITY OF YAKIMA
Richard A. Zais,
City Manager
ATTEST:
/
A
Karen S. Roberts
City Clerk
EXHIBIT A
PROJECT DESCRIPTION AND ASSUMPTIONS
The construction project outlined by this Agreement and Scope of Services consists of construction
of a transit bus turnaround at the Lake Aspen Office Park along North 16th Avenue, as further out-
lined below.
The following general assumptions have been made during the preparation of this Scope of
Services and fee estimates for this project. More specific assumptions relative to the individual
components of the project are described under the various Task Order descriptions
A. The City of Yakima Transit Division has funding for professional engineering design
services required by this project.
B The City of Yakima Transit Division will review and approve the Plans and Specifi-
cations
C City of Yakima Transit Division has acquired the right of way for the bus turnaround,
noted as Area "A" on the attached Drawing LA -1
D The 1996 WSDOT Standard Specifications for Road, Bridge. and Municipal
Construction and the APWA Division One Supplement, and the City of Yakima
Special Provisions and Standard Details will be used for preparation of the Plans
and Specifications for this project.
E Separate Task Orders are described for additional professional engineering
services for Services During Construction
F The City of Yakima will make known all available information regarding the require-
ments for the new bus turnaround including any particular requirements of the Lake
Aspen Office Park
YKJ2.91 wpd
7
EXHIBIT A (cont.)
TASK ORDERS AND ESTIMATED FEES
DESIGN SERVICES
TASK ORDER NO. 1 - BOUNDARY SURVEY OF THE RIGHT OF WAY AREA
We believe it would be beneficial to Yakima Transit and the Lake Aspen Office Park to establish the
boundary of the area dedicated to the City of Yakima for right of way as indicated on the attached Drawing,
LA -1 Several of the corners and boundary lines of the right of way area are existing lot lines from the plat
of the Lake Aspen Office Park and may be found in the field rather than re-established The boundary line
between proposed Area "A" and Area "B" would need to be established in the field and a record of survey
filed with the Auditor's Office
1. Obtain legal description of Area "A" from the Transit Division.
2. Perform boundary survey of Area "A." Set new property corners on the property line
between Area "A" and Area "B" and relocate or re-establish the remaining corners of Area
3 Prepare a Record of Survey map and record with Yakima County Auditor's Office
4 Provide copies of the Record of Survey map to the City of Yakima and the Lake Aspen
Office Park.
ESTIMATED LABOR FEE FOR TASK ORDER NO. 1
(Figure represents the maximum fee not to be
be exceeded except by written authorization)
$1,300.00
ESTIMATED EXPENSES FOR TASK ORDER NO. 1 $100.00
(See Exhibit C)
* * *
Task Order No. 1: Authorization to Proceed
City of Yakima:
By Public Works Director Date.
Engineer:
oy
William L. Huibrcgtse, President Date
Huibregtse, Louman Associates, Inc.
YKJ2-91 wpd
8
EXHIBIT A (cont.)
DESIGN SERVICES
TASK ORDER NO. 2 - TOPOGRAPHIC SURVEY OF THE TURNAROUND AREA (AREA
"A")
1 Perform topographic field survey of the turnaround area including existing curb and gutter,
existing asphalt paving, North 16th Avenue improvements, manholes, valve boxes, drain
inlets, utilities of record, signs, trees and shrubs, and other physical features.
2 Prepare a topographic base map of the turnaround area to show contours, major physical
features, easements of record
3 Provide copies of the topographic base map to the Lake Aspen Office Park as authorized
by the Transit Division
ESTIMATED FEE FOR TASK ORDER NO. 2
(Figure represents the maximum fee not to be
be exceeded except by written authorization)
$1,700.00
ESTIMATED EXPENSES FOR TASK ORDER NO. 2 $50.00
(See Exhibit C)
Task Order No. 2: Authorization to Proceed
City of Yakima:
By Pubic Works Director Date.
Engineer:
By William L. Huibregtse, President Date.
Huibregtse, Louman Associates, Inc
YKJ2-91 wpd 9
EXHIBIT A (cont.)
DESIGN SERVICES
TASK ORDER NO. 3 - DESIGN OF NEW BUS TURNAROUND
1 Prepare conceptual layout and grading and drainage plan for the proposed new bus
turnaround
2 Review the conceptual design with the Transit Division and the Lake Aspen Office Park.
3 Incorporate comments from the review meetings into the final design, as authorized by the
Transit Division
4 Prepare final plans and specifications including grading, drainage, curbing, asphalt paving,
and lighting
5 Submit the plans and specifications to the Transit Division for review and approval, with
follow-up as required
6 Provide copies of the approved plans and specifications to Yakima Transit and the Lake
Aspen Office Park.
ESTIMATED FEE FOR TASK ORDER NO. 3
(Figure represents the maximum fee not to be
be exceeded except by written authorization)
$3,400.00
ESTIMATED EXPENSES FOR TASK ORDER NO. 3 $50.00
(See Exhibit C)
* * *
Task Order No. 3: Authorization to Proceed
City of Yakima:
By Public Works Director Date
Engineer:
-98
By
By William L Huibregtse, President Date.
Huibregtse, Louman Associates, Inc.
YKJ2-91 wpd
10
EXHIBIT A (cont.)
DESIGN SERVICES
TASK ORDER NO. 4 - SERVICES DURING BIDDING
1 Schedule the date and time for the pre-bid conference and the bid opening with the Transit
Division and the City Engineering Division.
2 Print and bind a sufficient number of plans and specifications for distribution to plan centers
and bidders
3 Advertise and distribute the plans and specifications for bidding
4 Attend the pre-bid conference
5 Issue any addenda for clarification during the bidding period
6 Attend and assist at the bid opening
7 Review the bids received, prepare the bid summary, and recommend award to the Transit
Division
8 Prepare a sufficient number of Construction Contracts for execution by the City and the
Contractor
9 Attend and assist at the pre -construction conference
ESTIMATED LABOR FEE FOR TASK ORDER NO. 4
(Figure represents the maximum fee not to be
be exceeded except by written authorization)
$2,200.00
ESTIMATED EXPENSES FOR TASK ORDER NO. 4 $600.00
(See Exhibit C)
***
Task Order No. 4: Authorization to Proceed
City of Yakima:
By Pubic Works Director Date.
Engineer:
S- ice- S B
By William L Huibregtse, President Date
Huibregtse, Louman Associates, Inc
YKJ2-91 wpd
11
EXHIBIT A (cont.)
SERVICES DURING CONSTRUCTION
TASK ORDER NO. 5 - CONSTRUCTION STAKING
1 Perform field construction staking for the bus turnaround improvements
2 Provide copies of survey construction notes and cut sheets to the City Engineering
Division Inspector.
ESTIMATED LABOR FEE FOR TASK ORDER NO. 5
(Figure represents the maximum fee not to be
be exceeded except by written authorization)
$3,500.00
ESTIMATED EXPENSES FOR TASK ORDER NO. 5 $100.00
(See Exhibit 0)
Task Order No. 5: Authorization to Proceed
City of Yakima:
By Public Works Director
Engineer:
Date
S-lLi( —s8
By William L Huibregtse, President Date.
Huibregtse, Louman Associates, Inc
YKJ2-91 wptl
12
EXHIBIT A (cont.)
SERVICES DURING CONSTRUCTION
TASK ORDER NO. 6 - CONSTRUCTION OBSERVATION
1. Provide a Project Representative to make periodic visits to the project site at inter-
vals appropriate to the various stages of construction as deemed necessary in order
to observe the progress and quality of the various aspects of the Contractor's work.
2 The Project Representative will notify the Transit Division personnel if he believes
the Contractor's work will not produce a completed Project which conforms gener-
ally to the Contract Documents.
3 Prepare Daily Observation Reports and provide copies to the City of Yakima.
4 Schedule and attend a project walk-thru for final inspection and project acceptance
with the Transit Division, the Contractor, and Lake Aspen Office Park, as directed
by the Transit Division
5 Recommend project acceptance to the Transit Division upon satisfactory completion
of the project.
ESTIMATED LABOR FEE FOR TASK ORDER NO. 6
(Figure represents the maximum fee not to be
be exceeded except by written authorization)
$1,700.00
ESTIMATED EXPENSES FOR TASK ORDER NO. 6 $100.00
(See Exhibit C)
Task Order No. 6: Authorization to Proceed
City of Yakima:
By Public Works Director Date.
Engineer:
By William L Huibregtse, President Date
Huibregtse, Louman Associates, Inc
YKJ2-91 wpd
13
EXHIBIT A (cont.)
SERVICES DURING CONSTRUCTION
TASK ORDER NO. 7 - RECORD DRAWINGS
1. Conduct field surveying to determine "as -built" information of the improvements.
2. Prepare Record Drawings of the improvements from the field survey and infor-
mation provided by the Construction Contractor.
3. Provide a 3.5" disk in AutoCAD Release 13 of the Record Drawings to Lake Aspen
Office Park for future planning of the area surrounding the bus turnaround.
ESTIMATED LABOR FEE FOR TASK ORDER NO. 7
(Figure represents the maximum fee not to be
be exceeded except by written authorization)
$1,100.00
ESTIMATED EXPENSES FOR TASK ORDER NO. 7 $100,00
(See Exhibit C)
Task Order No. 7: Authorization to Proceed
City of Yakima:
By Public Works Director
n,
oy to 'llL Huiragtse President
Huibregtse, Louman Associates, Inc
YKJ2-91 wpd
14
Date.
5-- (,-(-51
Date
EXHIBIT B
PROPOSED SCHEDULE
DESIGN SERVICES
TASK ORDER NUMBERS 1 THROUGH 3
We understand from our meeting with you that the City's schedule for this project is to
complete design for the bus turnaround in 1998 and construct the improvements in 1999.
We are prepared to begin design and preparation of Plans and Specifications as outlined
in Task Orders 1 through 3 upon authorization to proceed and to complete the Task Orders
within 90 calendar days from the notice to proceed.
TASK ORDER NO. 4
We believe it would be advantageous to bid the project during the winter (January 1999)
in order to be ready for early Spring construction Therefore, we propose to complete Task
Order No 4, Services During Bidding, in January of 1999.
SERVICES DURING CONSTRUCTION
TASK ORDER NUMBER 5 - CONSTRUCTION STAKING
Upon authorization by the City of Yakima, provide construction staking services as required
to facilitate Contractor's construction schedule
TASK ORDER NUMBER 6 - CONSTRUCTION OBSERVATION
Upon authorization by the City of Yakima, provide construction observation services as
required during the construction period
TASK ORDER NUMBER 7 - RECORD DRAWINGS
Upon authorization by the City of Yakima, provide revised Plans for record drawings within
10 working days after receipt of information provided by the Contractor and City of Yakima
or after authorization to field survey the surface features
YKJ2-91 wpd
15
EXHIBIT C
"FEE SCHEDULE"
HOURLY RATES
(January 1, 1998, Through December 31, 1998)
Principal Engineer $103.00 per hour
Licensed Professional Engineer $83.00 per hour
Licensed Professional Land Surveyor $79.00 per hour
Project Engineer $71.00 per hour
CAD Technician $61.00 per hour
Resident Engineer/Inspector $58.00 per hour
Senior Engineering Technician
cchneci®n $47.00 per hour
Engineering Technician $41.00 per hour
Word Processing Technician $41.00 per hour
Two Man Survey Party $113.00 per hour
Three Man Survey Party $147.00 per hour
Vehicle Mileage 0.30 per mile
(Reimbursable expenses include travel expenses, if required, site and project photographs,
additional insurance including professional liability insurance required by the City of Yakima in
excess of that normally carried by Engineer and Engineer's subcontractors, and other costs
necessary to complete the project but not listed herein.)
YKJ2-91 wpd
16
17:.111'.
38 --v1i1J-ifi3eNzFaai,S CNM17d
S
002
WEL
Hifi
001 c. OG
dd2
gtT4, W...ti,\1)4Z;(1 V.:
614015.M?
%9w ,SvZ
00'01
•if• al
1a4
0 ••
• -
DI
-DS stem
9
.Cr •.a+ r
0001
.•r
• I �
G, •
0012
it
!
a:
4,122
•a9i
1 •
Ir
CS Za. ;Z ,r ,•
- c 1•J
_-o •0t: • o,0
;,10 •,. _to
-1_'-'110 i •1i
._ •
war.c• I
i Orl••as or -a
r O
i . Arm .,
t CA
212..1,/ •
` •
• trent
,Cr,Lt .W •
T 't a 12.01211$
CC'II
t
0
0
•
Tr. IL
0
tle
0
•
•
•
G{yi:tllt 179tl1D
rr
'DS 6177.`ZE
d.:11181
0
0
Lr
Y]a.= -0' I 1
,r _ .14 tar;
.S: :32440 a
-.'• 'OS
SDI•
Ot
i -Cr•Lf .W • x • .•
'DS •riltnimie
!•71•L� i,1•a
4,4)0# Of : - ,00-01 p(t 0 "'/� IC3WY- 1t* -
10.'t 0Z
0
31
a6L`6Z
9
•
••
•�
••
r
'= 0
T 0 00 0
o -
O O
r
'DS 9L'`sr �4l
r Y I 1
•
b
O 10
-wIsnt )a.
]31nta2: AM T: �12•aS2t
.12.0201 212..+»1 '060f 7TOIY1
2t1rUlt 0t1atI YOl 1430(2213
Ylar aa014= r ar Q3..Ya;3t
10' to 02121t)ti3: Y)Yr 3a:
Yat 0222 URt22 {1111 wlt0Y1+M
L..10 AC COMorrat
A X030 FT Yr YC lilt 2Diorri1
1i R3t• lad '1/01: C)1arm -
'03Yt1221. 01+1' 021Y1•-SIr
1)%: 220x. Stn IIT)K1a3V4. W
)M1.- OM TCatYYlt •YOladtil7?:
. 1108, IT0a- 3Yr, CtL3,Utt)vw
JlQ 'somas!: Oar 2210,1131
1210■
lie
- odr,
0
00
t 4
\001.1.6"
•
L r Cr' 142
• Ds to r`
• C• L•.C1
'Cs Los `;is
•
•
salt-
.•
'• 7s r,
34 ac
•
O 0
�I••
too
00
D •
• s
0
s o
0'0'"")171
L 2
LJ
—J
•
Ws'
•olt
a: -22r
Lor;sy } ZS
(}p0 `.t. as
301i40
•
• .-1/.® •w wast aIR 'ear ILA gni
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. / / 6
For Meeting of 5/19/98
ITEM TITLE: Resolution Authorizing and Directing the City Manager and the
City Clerk to execute an agreement with Huibregtse, Louman
Associates, Inc. for engineering services.
SUBMITTED BY: Chris Waarvick, Acting Director of Public Works
CONTACT PERSON/TELEPHONE: Bill Schultz, Transit Manager/575-6005
SUMMARY EXPLANATION: As indicated in the 1998 budget document, this agenda
item is to design, develop bid documents, review bids, and supervise construction
for a bus tumout at Lake Aspen Office Park. The owners of the property have
previously dedicated, and the City Council accepted (12/20/94), the necessary
right-of-way for this project. A turnaround at this location provides a needed
terminus point for routes serving the area. This constitutes phase one of the
project, accomplishing the necessary engineering and documentation in order to
move to the construction phase which will appear in next year's (1999) budget
document. The Transit Capital Reserve Fund has ample resources to accomplish
both phases of the project as well as planned capital replacements.
EXHIBITS
Resolution X Ordinance Contract X Other (Specify)
Funding Source Transit Division Fund Budget
APPROVED FOR SUBMITTAL:
City Manager
STAFF RECOMMENDATION: Approve resolution authorizing contract execution
TRANSIT COMMITTEE RECOMMENDATION: This item was presented to Committee at
their May 12, 1998 meeting.
COUNCIL ACTION:
A RESOLUTION:
RESOLUTION NO. R-98- 70
authorizing and directing the City Manager and City
Clerk to execute a professional service agreement
with Huibregtse, Louman Associates, Inc. for
engineering services for the design, bid, and
construction of a bus turnaround at Lake Aspen
Office Park.
WHEREAS, the City of Yakima is currently providing public
transportation services to Yakima citizens; and
WHEREAS, the City of Yakima desires to continue to provide and to
improve transit services to the community by creating a bus turnaround on
property at Lake Aspen Office Park previously dedicated to the City for this
purpose; and
WHEREAS, engineering services are needed to design, prepare bid
specifications, review bids, and supervise construction; and
WHEREAS, the City maintains a listing of firms capable and willing to
provide the necessary services through a request for proposal process from
which Huibregtse, Louman Associates, Inc. was selected; and
WHEREAS, the City Council deems that it is in the best interest of the
City to authorize execution of the attached professional service contract with
Huibregtse, Louman Associated, Inc. to accomplish the necessary work, now,
therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
YAKIMA:
The City Manager and City Clerk of the City of Yakima, are hereby
authorized and directed to execute the attached and incorporated Agreement
with Huibregtse, Louman Associates, Inc. for engineering services for the
design, bid, and construction of a bus turnaround at Lake Aspen Office Park.
ADOPTED BY THE CITY COUNCIL this 19th. day of May, 1998.
ATTEST:
John Puccinelli, MAYOR
CITY CLERK