Loading...
HomeMy WebLinkAboutR-1998-140 Booster Pump Station Design ContractRESOLUTION NO. R-98- 140 A RESOLUTION authorizing and directing the City Manager and the City Clerk of the City of Yakima to execute a professional engineering services agreement with Huibregtse, Louman Associates, Inc., regarding the design of a domestic water booster pumping station that will be located at or near the intersection of North 32nd Avenue and Englewood Avenue, Yakima, Washington. WHEREAS, the City requires engineering services regarding the design of a domestic water booster pumping station that will be located at or near the intersection of North 32nd Avenue and Englewood Avenue, Yakima, Washington; and WHEREAS, Huibregtse, Louman Associates, Inc. represents that it has the expertise necessary and is willing to perform the engineering services required by the City in accordance with the terms and conditions of this Agreement; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to enter into the attached Agreement with Huibregtse, Louman Associates, Inc.; 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 Engineering Services Agreement with Huibregtse, Louman Associates, Inc., regarding the design of a domestic water booster pumping station that will be located at or near the intersection of North 32nd Avenue and Englewood Avenue, Yakima, Washington. ADOPTED BY THE CITY COUNCIL this 6th day of October ,1998. ATTEST: City Clerk John uccinelli, Mayor ENGINEERING SERVICES AGREEMENT THIS ENGINEERING SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the "City"), and Huibregtse, Louman Associates, Inc. (hereinafter "Engineer"). WHEREAS, the City requires engineering services regarding the design of a domestic water booster pumping station that will be located at or near the intersection of North 32nd Avenue and Englewood Avenue, Yakima, Washington. WHEREAS, the Engineer represents that it has the expertise necessary and is willing to perform the engineering services required by the City in accordance with the terms and conditions of this Agreement. NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements set forth herein, it is agreed by and between the City and Engineer as follows: 1. Scope of Services. The Engineer shall provide the City with professional engineering services associated with the design of a domestic water booster pumping station that will be located at or near the intersection of North 32nd Avenue and Englewood Avenue, Yakima, Washington. These services shall include the following: field topographic survey; property acquisition services; design; preparation of construction contract drawings and specifications; design review meetings with City representatives; assist the City during the bidding period; and other engineering services during the construction of the pumping station. A general description of the project is attached hereto as Exhibit "A" and incorporated herein by this reference. The Engineer shall provide said engineering services to the City through a series of mutually agreed task orders that shall become a part of this Agreement. Specifically, prior to commencement of any services, the City and the Engineer shall mutually agree upon and execute a task order for the specified engineering services. Each task order shall describe the following items; the services to be provided; the time of performance for the services; the fee for the services; and any provisions additional to this Agreement. The engineering services may include, but are not limited to, the services listed on general project description and draft task orders attached hereto as Exhibit A. However, execution of this Agreement does not obligate either party to provide or accept any services listed in Exhibit A until the parties have mutually agreed upon and executed a specific task order for the services. Page 1 of 8 llk).gr/hmbregtse loom./pm 2. Time Period for Performance of Services. The term of this Agreement shall commence upon execution hereof and shall terminate at the time of completion of all services/tasks required hereunder unless the Agreement is earlier terminated by either party under Section 22 of this Agreement. The Engineer shall provide such services as are described on executed task orders in accordance with the time schedule set forth on attached and incorporated Exhibit "B". The Engineer shall proceed with such services in a timely and diligent manner, but shall not be responsible for delays beyond the Engineer's control or which could not have been reasonably foreseen by the parties at the time the respective task order was executed. 3. Compensation. a. Fees for Services. For each specified task order executed by the parties, the Engineer shall be paid for such services on a time spent basis in accordance with the fee schedule attached hereto as Exhibit "C" and incorporated herein by this reference. Said fee schedule is subject to revision by the Engineer not sooner than one (1) year after execution of this Agreement, and not more than once each year thereafter. b. Maximum Fee for Services. Each executed task order shall describe the maximum fee to which the Engineer shall be entitled to under that task order. The maximum fee shall represent the best estimate of the parties of the maximum cost of the Engineer's services specified in that task order. c. Renegotiation of Maximum Fee. The Engineer reserves the right to renegotiate the maximum fee specified in a particular task order if the scope of services in the task order is changed by the City, or if conditions beyond the control of the parties shall cause the Engineer to incur additional costs and expenses in providing the services required under the task order. In either event, the Engineer shall promptly notify the City in writing of the anticipated additional fees or reduction of fees. Thereafter, and unless otherwise agreed by the parties, the Engineer shall not proceed with the modified/changed services until the parties agree in writing to a renegotiated maximum fee for that task order. d. Payment of Compensation. Engineer shall submit monthly invoices to the City. Said invoices shall itemize all services rendered during the preceding monthly period. The City shall make payment to the Engineer within thirty (30) calendar days of receipt of the invoice. All payments are expressly conditioned upon the Engineer providing services hereunder that are satisfactory to the City. e. Payment in the Event of Termination. In the event that either party terminates this Agreement under Section 22, Engineer shall be compensated in accordance with the above terms for all satisfactory services provided to the City up to the effective termination date. Page 2 of 8 (MHgr/hwbregbe louman/Pm f. Maintenance of Financial Records/Documents. The Engineer shall make the cost records, accounts and related financial documents pertaining to this Agreement available for inspection by representatives of the City during the term of this Agreement and for a period of three (3) years following the final payment to the Engineer by the City. In the event that any audit or inspection identifies any discrepancy in such financial records, the Engineer shall provide the City with appropriate clarification and/or financial adjustments within thirty (30) calendar days of notification of the discrepancy. g. Permit and Advertising Cost. The City shall pay all fees for costs of necessary permits, advertising and similar items normally associated with public works projects. 4. Standard of Performance. The Engineer shall perform all work and services required under this Agreement 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. 5. Cost Estimates. The City is herewith advised that the Engineer has no control over the cost of labor, material, equipment; subcontractors' and suppliers' methods of producing and delivering such goods and services; or over the methods and styles of competitive bidding or market conditions. Accordingly, the Engineer's cost estimates are made and furnished on the basis of the Engineer's experience and qualifications and represent only best judgment as an engineering firm familiar with the construction industry. As such, the Engineer cannot and does not warrant or guarantee the accuracy of its cost estimates, or that cost estimates will not vary significantly from the actual project or construction costs realized by the City. 7. Ownership of Documents. All reports, designs, drawings, and specifications prepared by the Engineer pursuant to this Agreement shall be the property of the City upon payment being made by the City to the Engineer in accordance with Sections 3 of this Agreement. The Engineer shall provide the City with originals and/or reproducible copies of such documents in accordance with the respective task order, or when requested by City representatives. The Engineer does not intend or represent that such documents are suitable for reuse by the City or others on extensions of this project or with regard to any other project. Any such reuse without the written permission of the Engineer shall be at the City's risk. 8. Design Intent. The Engineer shall prepare the design documents, drawings, and specifications with the understanding that a representative of the Engineer may be observing the quality and progress of the resulting construction for compliance with the Page 3 of 8 Qk)agr/hwbreg .e louman/pm design intent. Additionally, the parties agree that compensation for such monitoring shall be addressed in an appropriate task order. 9. Information to be provided by the City. The City shall provide the Engineer with access to all information at its disposal that is pertinent to the site of project area, including but not limited to previous reports, drawings, plats, surveys, utility records, and other similar data. Absent specific written direction to the contrary, the Engineer shall be entitled to rely upon the completion and accuracy of such documentation. 10. Status of Engineer. Engineer and the City understand and expressly agree that Engineer is an independent contractor in the performance of each and every part of this Agreement. The Engineer shall have the sole judgment of the means, mode or manner of the actual performance of work/services required under this Agreement. The Engineer, as an independent contractor, assumes the entire responsibility for carrying out and accomplishing the work/services required under this Agreement. Additionally, and as an independent contractor, the Engineer and its employees shall make no claim of City employment nor shall claim against the City any related employment benefits, social security, and/or retirement. 11. Taxes and Assessments. Engineer shall be solely responsible for compensating its employees and for paying all related taxes, deductions, and assessments, including but not limited to, federal income tax, FICA, social security tax, assessments for unemployment and industrial injury, and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, Engineer shall pay the same before it becomes due. 12. Nondiscrimination Provision. During the performance of this Agreement, Engineer shall not discriminate on the basis of race, age, 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 provision of services under this Agreement. 13. Compliance With Law. Engineer agrees to perform all work/services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. 14. No Insurance. It is understood the City does not maintain liability insurance for Engineer or its employees and subcontractors. Page 4 of 8 (NHgr/huib.egbe Io.n /pm 15. Indemnification and Hold Harmless. a. Engineer agrees to protect, defend, indemnify, and hold harmless the City, its elected officials, officers, employees and agents from any and all claims, demands, losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings and all judgments, awards, costs and expenses (including attorneys' fees and disbursements) caused by or occurring by reason of any negligent act and/or omission of the Engineer, its officers, employees, agents, and/or subcontractors, arising out of or in connection with the performance of this Agreement. b. In the event that both Engineer and the City are negligent, the Engineer's liability for indemnification of the City shall be limited to the contributory negligence for any resulting suits, actions, claims, liability, damages, judgments, costs and expenses (including reasonable attorney's fees) that can be apportioned to the Engineer, its officers, employees, agents, and/or subcontractors. c. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. 16. Insurance provided by Engineer. a. Commercial Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) combined single limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect (any statement in the certificate to the effect of "this certificate is issued as a matter of information only and confers no right upon the certificate holder" shall be deleted). Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. b. Commercial Automobile Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) combined single limit bodily injury and property damage. The certificate shall clearly state who the provider Page 5 of 8 (1.14agr/hwbregwe Iammn/pm is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect (any statement in the certificate to the effect of "this certificate is issued as a matter of information only and confers no right upon the certificate holder" shall be deleted). Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. c. Professional Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as evidence of Professional Errors and Omissions Liability Insurance with coverage of at least One Million Dollars ($1,000,000.00) per occurrence and an annual aggregate limit of at least One Million Dollars ($1,000,000.00). The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company rated A -VII or higher in Best's Guide. If the policy is on a claims made basis, the retroactive date of the insurance policy shall be on or before January 1, 1998, or shall provide full prior acts. The insurance coverage shall remain in effect during the term of this Agreement and for a minimum of three (3) years following the termination of this Agreement. d. Insurance provided by Subcontractors. The Engineer shall ensure that all subcontractors it utilizes for work/services required under this Agreement shall comply with all of the above insurance requirements. 17. Delegation of Professional Services. The services provided for herein shall be performed by Engineer, and no person other than regular associates or employees of Engineer shall be engaged upon such work or services except upon written approval of the City. 18. Assignment. This Agreement, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by Engineer to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities of Engineer stated herein. 19. No Conflict of Interest. Engineer represents that it or its employees do not have any interest and shall not hereafter acquire any interest, direct or indirect, which would Page 6 of 8 (Ik ,....b. .lawman/pm conflict in any manner or degree with the performance of this Agreement. Engineer further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 20. Severability. If any portion of this Agreement is changed per mutual agreement or any portion is held invalid, the remainder of the Agreement shall remain in full force and effect. 21. Integration. This written document constitutes the entire agreement between the City and Engineer. There are no other oral or written Agreements between the parties as to the subjects covered herein. No changes or additions to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and executed by both parties. 22. Termination. The City or Engineer may terminate this Agreement, with or without cause, by giving the other party thirty (30) calendar days written notice of termination. 22. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and sent or hand delivered to the parties to their addresses as follows: TO CITY: TO ENGINEER: City Engineer City Hall 129 North 2nd Street Yakima, WA 98901 Huibregtse, Louman Associates, Inc. 3800 Summitview Suite 100 Yakima, WA 98902 or to such other addresses as the parties may hereafter designate in writing. Notices and/or demands shall be sent by registered or certified mail, postage prepaid, or hand delivered. Such notices shall be deemed effective when mailed or hand delivered at the addresses specified above. 23. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 24. Venue. The venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of Washington for Yakima County, Washington. Page 7 of 8 Qkpgr/hmbregbeto m n/pm Cl'1'Y OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIA'1'E,S, INC. By: R. A. Zais, Jr., City Manager By: William L. Huibregtse, P.E., President DAIL: 19-09-98 DATE: A'1"1J ST: City Clerk City Contract No. 98-110 Resolution No. R-98-140 Page 8 of 8 Qk)WAwbregtr.,mm../Pm 3o d EXHIBIT A - GENERAL PROJECT DESCRIPTION AND ASSUMPTIONS As a result of several discussions with Mr. Dave Brown with the City of Yakima, Water and Irrigation Division, HLA has developed a Scope of Services and a series of Task Orders based upon the following project information and assumptions: 1. The City of Yakima has funding for professional services outlined and authorized for this project. 2. The 1998 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. 3. The Engineer's opinion of probable construction cost for the project described herein is made on the basis of experience and qualifications and represents the Engineer's best judgment as an experienced and qualified engineer, familiar with the construction industry; however, the Engineer cannot and does not guarantee that proposals, bids, or actual costs will not vary from opinions of probable costs prepared by the Engineer. 4. The City Water and Irrigation Division has determined a preliminary location for the new pumping station just north of Englewood at 32nd Avenue, on property currently owned by the Stone Church. The City has had contact with the Stone Church and they have preliminarily agreed to the concept. 5. The construction project consists of the construction of a new domestic water booster pumping station to enable the City to boost water from the low pressure zone to the middle pressure zone. 6. The new booster pump station shall be designed for one (1) 1,500 GPM and one (1) 2,500 GPM pumps with provisions for a third (2,500 GPM) pump. 7. Design services by HLA shall include an electrical subconsultant to design the required electrical service for the new booster pump station including power for the new pumps, HVAC, and lights for the new booster pump building. 8. The new booster pumps shall be controlled by additions to the City's existing water telemetry system. New additions to be designed by HLA and the electrical subconsultant include the following: • Identify and program new PLC ladder logic at the new booster pump station. • Reprogram existing PLC at the existing Water Treatment Plant. • Make additions to HMI software at the existing Water Treatment Plant. (City of Yakima to provide radio license for new booster pump station.) YKJ3-12.wpd 9. An auxiliary power supply system for a future emergency generator set shall be designed by HLA and the electrical subconsultant for this new booster pump station. 10. The final size of the booster pump building will be determined during the design process, but shall be sized to accommodate the new and future booster pumps and separate electrical control room. Provisions for removal of the booster pumps via a rail system and overhead door shall be provided. 11. The materials of construction and exterior appearance of the new booster pump building shall be designed to blend in with the existing Stone Church buildings as much as possible. Preliminary and final building design will be reviewed with the Stone Church and the City of Yakima. 12. Final size and location of the parcel of land for the new booster pump building to be determined as the size and shape of the booster pump budding is finalized. Preliminary and final size and shape of the parcel of land to be reviewed with the Stone Church and the City of Yakima. YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 1 EASEMENT ACQUISITION SERVICES 1. Visit the site with the City and determine a preliminary location and size of the new pump station including orientation and connection to existing mains. 2. Prepare a preliminary site plan showing the building size, layout, and orientation on the property and the size of the parcel to be acquired from the Owner. 3. Obtain title report information regarding the owner of the property (The Stone Church) and make additional contact with the owner to further discuss obtaining property for construction of the proposed booster pump station. 4. Participate in discussions with the owner and the City of Yakima regarding the requirements of the Owner for granting or selling a portion of the property, and assist the City in acquisition of the property and for temporary construction easements. 5. Prepare the necessary legal descriptions for property sale or easement use. Provide legal descriptions to the City for formal easement or deed document preparation by the City Attomey's Office. 6. Perform booster station site boundary survey, set corners in the field, and prepare and file with Yakima County Auditor's Office the required short plat document for segregation of the parcel. ESTIMATED LABOR FEE FOR TASK ORDER NO. 1 (Figure represents the maximum fee not to be exceeded except by written authorization) $6,800.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 1 $250.00 City of Yakima: Task Order No. 1: Authorization to Proceed lo -el- ?Sr By: Glenn Rice, ssitant City Manager Date Engineer: (1 _._. By William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. YKJ3-12.wpd `1--3a-l8 EXHIBIT A - TASK ORDER NO. 2 DESIGN SERVICES Upon written authorization from the City Water Division, HLA will proceed with design of the new pumping station for construction within easement(s) or within City -owned property by performing the following work items: 1. Obtain record drawing information from the City of Yakima on existing water mains in the project area. 2. Perform field topographic surveying including existing ground elevations to show physical features within the project area to enable design of the proposed pump station and connections to existing water mains. 3. Perform design of the new pump station and connections to existing water mains. 4. Determine electrical requirements and make contact with Pacific Power regarding electrical service to the new pump station. 5. Determine the telemetry requirements of the City of Yakima and design the required pump control system for operation and telemetry of the new booster pump station. 6. Prepare plan drawings, details, electrical and telemetry controls, and specifications to City of Yakima standards. 7. Submit copies of the plans and specifications to the City of Yakima Water Division and Irrigation Division and Engineering Division, as directed, for review and approval, with follow-up as required. 8. Prepare pre-bid construction cost estimate. ESTIMATED LABOR FEE FOR TASK ORDER NO. 2 (Figure represents the maximum fee not to be exceeded except by written authorization) ESTIMATED EXPENSES FOR TASK ORDER NO. 2 Task Order No. 2: Authorization to Proceed City of Yakima: $43,500.00 $1,800.00 By: r.lenn Rice, Assistant City Manager Date Engineer: 0 tc-- -- q- 3©- 9 8 By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. * * * YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 3 SERVICES DURING BIDDING Upon written authorization from the City Water Division, HLA will perform the following outlined services in order to proceed to bid: 1. Print up to 40 sets of the approved plans and specifications for distribution to plan centers, suppliers, and contractors for the purpose of obtaining bids for construction of the project. 2. Advertise and distribute the plans and specifications for bidding. 3. Schedule and attend a pre-bid conference prior to the bid opening. 4. Answer questions from prospective bidders during the bidding period and issue addenda as needed to clarify the requirements of the project. 5. Attend and assist at the bid opening. 6. Prepare bid summaries. 7. Evaluate the bids and make recommendation for award. 8. Attend the pre -construction conference. The City of Yakima will award the construction contract, prepare and execute the construction contract documents, and obtain and review the required bond and insurance and other forms required of the contractor. ESTIMATED LABOR FEE FOR TASK ORDER NO. 3 (Figure represents the maximum fee not to be exceeded except by written authorization) ESTIMATED EXPENSES FOR TASK ORDER NO. 3 City of Yakima: By: Gle Engineer: Task Order No. 3: Authorization to Proceed Rice, Assista t ity Manager Date $7,000.00 $1,200.00 / o .- 2d - 9 t 9--3o S 3 By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. 1r 1r le YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 4 CONSTRUCTION STAKING Upon written authorization from the City Water Division, HLA will proceed with staking the proposed project for construction as outlined below: 1. Perform field construction staking for the new pump station improvements, including connections to existing water mains. 2. Provide copies of the survey construction staking notes and cut sheets to the City of Yakima Construction Inspector. ESTIMATED LABOR FEE FOR TASK ORDER NO. 4 (Figure represents the maximum fee not to be exceeded except by written authorization) $2,400.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 4 $100.00 Task Order No. 4: Authorization to Proceed /4 '' 2/ — 91, City of Yakima: By: Tenn Rice, Assistant City Manager Date Engineer: 9--3© q3 By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 5 CONSTRUCTION OBSERVATION Upon written authorization from the City Water Division, HLA will perform construction observation services as outlined below: 1. Provide a Resident Project Representative to make periodic visits to the project site at intervals appropriate to the various stages of the construction process in order to observe the progress and quality of the various aspects of the work, and to provide to the City a greater degree of confidence that the completed work will conform in general to the Contract Documents and that the integrity of the design concept of the complete project as a functioning whole, as indicated in the Contract Documents, has been implemented and preserved by the Contractor. 2. The Resident Project Representative shall not, during such visits or as a result of such observations, supervise, direct or have control over the Contractor's work nor have authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, for safety precautions and programs incident to the work of the Contractor, or for any failure of the Contractor to comply with laws, rules, regulations, ordinances, codes, or orders applicable to the Contractor furnishing and performing the work. 3. The Resident Project Representative neither guarantees the performance of any Contractor nor assumes responsibility for a Contractor's failure to furnish and perform its work in accordance with the Contract Documents. 4. During such visits and on the basis of such observations, the Resident Project Representative shall have authority to disapprove of or reject the Contractor's work while it is in progress if he believes that such work will not produce a completed Project which conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the complete project as a functioning whole as indicated in the Contract Documents. 5. The Resident Project Representative shall issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of the work including field orders authorizing minor variations from the requirements of the Contract Documents. 6. The Engineer shall recommend Change Orders to the City as appropriate, and shall prepare Change Orders as required and directed. 7. The Resident Project Representative shall prepare written Daily Observation Reports and provide copies to the City 8. The electrical subconsultant will identify and program the PLC ladder logic at the new booster pump station, reprogram the existing PLC at the Water Treatment Plant, and make additions to the HMI software at the existing Water Treatment Plant. 9. The City of Yakima will prepare monthly progress payments to the Contractor based upon estimated quantities of completed work provided by the Resident Project Representative. ESTIMATED LABOR FEE FOR TASK ORDER NO. 5 (Figure represents the maximum fee not to be exceeded except by written authorization) $29,800.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 5 $100.00 Task Order No. 5: Authorization to Proceed City of Yakima: By: Genn Rice, Assi taPt CC i�anager Date Engineer: /o• 2l -98 9-3o- g S By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 6 RECORD DRAWINGS Upon written authorization from the City Water Division, HLA will provide Record Drawings as outlined below: 1. Obtain "as -built" red line drawings from the Contractor, if available. 2. Prepare Record Drawings by revising original plans to reflect changes made during construction. 3. Revisions to the original plans will be limited to information provided to HLA by the Contractor, the City or Yakima Construction Inspector, by the Resident Project Representative, or by field measurements of the surface features such as valve boxes, fire hydrants, meters, etc., made by HLA after construction is complete. ESTIMATED LABOR FEE FOR TASK ORDER NO. 6 (Figure represents the maximum fee not to be exceeded except by written authorization) $2,300.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 6 $200.00 Task Order No. 6: Authorization to Proceed City of Yakima: By: G nn Rice, Assistant City Manager Date Engineer: t/( By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. 61 -30- * -3&- `i 8 YKJ3-12.wpd EXHIBIT B - PROPOSED SCHEDULE PROPOSED SCHEDULE: TASK ORDER NO. 1 - EASEMENT ACQUISITION SERVICES TASK ORDER NO. 1 - EASEMENT/PROPERTY ACQUISITION SERVICES Upon authorization to proceed, begin services in connection with easement/property acquisition and complete work items 1-5 of the Task Order. TASK ORDER NO. 2 - DESIGN SERVICES Upon authorization to proceed and determination of final location and configuration for the new pump station based upon the results of Task Order No. 1, complete design, plans, specifications and estimate and submit documents to City of Yakima Water and Irrigation Division within 120 Calendar days. TASK ORDER NO. 3 - SERVICES DURING BIDDING Upon authorization to proceed, schedule the pre-bid conference and bid opening date by consulting with the Water and Irrigation Division. TASK ORDER NO. 4 - CONSTRUCTION STAKING Upon authorization to proceed, provide construction staking services as required to facilitate the Contractor's construction schedule TASK ORDER NO. 5 - CONSTRUCTION OBSERVATION Upon authorization to proceed, provide construction observation services as required during the construction period. TASK ORDER NO. 6 - RECORD DRAWINGS Upon authorization to proceed, provide record drawings within 10 days after receipt of information to be provided by the Contractor and City of Yakima Inspector. YKJ3-12.wpd EXHIBIT C SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (October 1, 1998, Through December 31, 1999) Principal Engineer $106.00 per hour Licensed Professional Engineer $86.00 per hour Licensed Professional Land Surveyor $81.00 per hour Project Engineer $73.00 per hour CAD Technician $63.00 per hour Resident Engineer/Inspector $60.00 per hour Senior Engineering Technician $48.00 per hour Engineering Technician $42.00 per hour Word Processing Technician $42.00 per hour Two Man Survey Party $116.00 per hour Three Man Survey Party $150.00 per hour Vehicle Mileage 0.30 per mile BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT ITEM TITLE: Booster Pump Station Design Contract SUBMITTED BY: Dueane Calvin, Waterllrrigation Manager Dave Brown, Water/Irrigation Engineer Glenn Rice, Assistant City Manager CONTACT PERSON/TELEPHONE: Dueane Calvin / 576-6480 Item No. % LI For Meeting Of 10/6/98 SUMMARY EXPLANATION: Staff respectfully requests City Council to approve the attached resolution authorizing the City Manager to execute the accompanying contract with Huibregtse, Louman Associates, Inc. of Yakima, Washington for the design of a booster pump-station—This-contract This -contract requires Huibregtse, Louman Associates, Inc. to design aniproduce plans and specifications for a booster pump station at N. 32nd Ave. and Englewood Ave. This booster pump station will pump water from the 48 -inch transmission main into the middle level pressure zone. The s p_, tpum ation ree laces the tzty four inch steel main that runs from N. 40th Ave. and River Rd. to N. 24th Ave. and W. Lincoln Ave. Financial support for this contract will be from appropriations approved by Council in the 477 Fund. Not to Exceed Engineering Cost $65,550.00 (Does not include Task Order 5 Construction Observation, Construction observation to be completed by City Staff) Estimated Construction Cost $250,000.00 Resolution X Ordinance Contract X Other (Specify) Contract Funding Source 477 Fund Capital Improvements APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Approve resolution authorizing the City Manager to execute the accompanying contract for the design of a booster pump station with Huibregtse, Louman Associates, Inc. of Yakima, WA. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: