HomeMy WebLinkAboutR-2007-080 Huibregtse Louman Associates Agreement Addendum 2 (re: level 2 domestic water system improvement project)RESOLUTION NO. R-2007-80
A RESOLUTION authorizing the City Manager to execute Addendum 2 of the engineering
and consulting services agreement with Huibregtse, Louman Associates,
Inc. for engineering and consulting services associated with the Level 2 —
Domestic Water System Improvement Project, Contract 2006-20.
WHEREAS, the City of Yakima Water/Irrigation Division requires engineering and
consulting services associated with the Level 2 — Phase 2 Domestic Water System
Improvement Project, and
WHEREAS, the City of Yakima Water Division representatives complied with the
provisions of RCW 39.80 which concerns the procurement of engineering and architectural
services by a city; and
WEREAS, Huibregtse, Louman Associates, Inc. has the necessary expertise and
experience to perform and provide the required surveying services and is willing to do so in
accordance with the attached agreement; and
WHEREAS, the City Council deems it to be in the best interest of the City to enter into
an agreement with Huibregtse, Louman Associates, Inc. for engineering and consulting
services associated with the Level 2 — Phase 2 Domestic Water System Improvement Project,
now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized and directed to execute the attached and
incorporated Addendum 2 to the engineering and consulting services agreement, Contract
2006-20, with Huibregtse, Louman Associates, Inc. for engineering and consulting services
associated with the Level 2 — Phase 2 Domestic Water System Improvement Project.
ADOPTED BY THE CITY COUNCIL this 5th day of J ;; 2007.
ATTEST:
Deborah Moore, City Clerk
David Edler, Mayor
AGREEMENT FOR PROFESSIONAL SERVICES
ADDENDUM NO. 2
This Addendum, hereinafter identified as Addendum No. 2, is hereby entered into and made a part of the
Agreement between City of Yakima, Washington, and Huibregtse, Louman Associates, Inc., for
Professional Services first entered into on the 22nd day of February, 2006, and Addendum No. 1 entered
into on the 24th day of July, 2006, by the CITY OF YAKIMA, hereinafter called the "CITY," and
HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER."
WITNESSETH: That in consideration of the mutual covenants and agreements herein contained, the
parties hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement:
SECTION 2 - SCOPE OF SERVICES
2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled
"City of Yakima - Level 2 - Domestic Water System Improvement Project" which is part of
this agreement as if fully set forth herein, for Phase 2 water system improvements shown
in Exhibit C, OVERALL PHASED IMPROVEMENTS MAP. Additional phases of work
shown on Exhibit C will be performed only as mutually agreed upon by the CITY and
ENGINEER as Addenda to this Contract.
SECTION 5 - COMPENSATION
5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the
services described in Exhibit A, compensation shall be on a time spent plus expenses
basis with estimated fees shown on the attached Addendum No. 2 Exhibit B at the
ENGINEER'S normal hourly billing rates shown on the attached Addendum No. 2 Exhibit
D.
Other than specific amendments stated herein, all other conditions and requirements of the underlying
contract shall remain in full force and effect.throughout the term of the addendum's performance.
IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 2, as of this
1' -!-day of , 2007.
CITY OF YAKIMA
Signature
Printed Name: R.A. Zais, Jr.
Title: City Manager
Date: Date: (o' / Z --07
City Contract No. a,n0 /o
Resolution No. K - 02007 — *O
GAPROJECTS\2006‘06028BV+PS ADDENDUM NO. 2.doc
HUIBREGTSE, LOUMAN ASSOCIATES, INC.
Printed Name: Jeffrey T. Louman
Title: President /
Date: �o ! l ( ''
EXHIBIT A
CITY OF YAKIMA - LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS
SCOPE OF WORK
During the term of this AGREEMENT, the ENGINEER shall perform professional services in
connection with the following project:
City of Yakima - Level 2 - Domestic Water System Improvements
This scope of work shall include the furnishing of all services, labor, materials, equipment,
supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter.
The work to be performed involves design engineering, preparation of plans, specifications, and
estimate.
1. PROJECT MANAGEMENT
A. Project Management. The project manager will coordinate ENGINEER's design
team to ensure that the work is completed on schedule, is technically competent,
and meets the CITY's needs. The project manager will provide overall project
management for ENGINEER's work elements, including coordination with
subconsultants, progress reports, and invoicing.
B. Project. Meetings. Attend up to three (3) project meetings in Yakima with CITY
Staff to coordinate the design aspects of the project with the CITY.
2. DESIGN AND FINAL PLANS AND SPECIFICATIONS
A. Perform field investigations and field surveying necessary for the design of identi-
fied improvements.
B. Perform the preliminary design and present preliminary plans to the CITY prior to
detailing final Plans.
C. On the basis of approved preliminary plans, perform the final design and prepare
complete Plans and Specifications for bid call on the proposed work, as authorized
by the CITY.
D. Furnish the CITY thirty (30) copies of the final Plans and Specifications for bidding
and construction. It is anticipated that the ENGINEER will prepare plans and
specifications for this Level 2 - Domestic Water System Imp gement Project,
Phase I, ready for bidding in Fall 2006, and subysequent Phaws,ready within six
(6) months of contract addenda and City directiorr-to proceed with design.
E. Furnish to the CITY engineering data for and assist in the preparation of the
required documents so that the CITY may secure approval of such govemmental
authorities as have jurisdiction over design criteria applicable to the Project.
F. Answer and supply such information as is requested by prospective bidders.
G.UAMYAKI MA•JC5148-AGR.wpd
14
G. Prepare and issue addenda, if necessary.
H. Prepare the Engineer's Estimate of construction cost.
Attend bid .opening and participate in the bid opening and evaluation process.
J. Prepare tabulation of all bids received by the CITY and review bidder's -qualifica-
tions.
K. Make recommendation of construction contract award to the lowest responsible
bidder.
The following professional services work for this project (SERVICES DURING CONSTRUCTION)
is provided for information only at this time. The scope and cost of. SERVICES DURING
CONSTRUCTION professional services are intended to be negotiated and incorporated into this
agreement by supplement/addendum at a later date with the mutual agreement of CITY and
ENGINEER:
3. SERVICES DURING CONSTRUCTION
A. Furnish the field survey crew necessary to set horizontal and vertical control for the
improvements authorized for construction.
B. Furnish a qualified resident engineer who shall make construction observations
and be on the job at all times that significant work is in progress, whose duty shall
be to provide surveillance of project construction for substantial compliance with
Plans and Specifications.
C. Prepare progress reports on the Project and file same with the CITY and provide
monthly progress estimates to the CITY.
D. Consult and advise the CITY during construction and make a final report of the
completed work.
E. Monitor the construction contractor's compliance with State labor standards.
F. Review Contractor's submission of samples and shop drawings, where applicable.
G. Recommend progress payments for the construction contractor to the CITY.
H. Prepare and submit proposed contract change orders when applicable.
Prepare and furnish reproducible record drawings of all completed work from as -
built drawings furnished by the CITY's construction contractor.
G'UAN\YAKIMA-JC5\48-AGR wpd
15
ADDENDUM NO. 2
EXHIBIT B
LEVEL 2 — DOMESTIC WATER SYSTEM IMPROVEMENTS
Professional Fees
Compensation for professional services will be on a time spent basis at the specific hourly rates shown on
the attached Addendum No. 2 Exhibit D, plus reimbursement for direct non -salary expenses.
The following spreadsheet shows the estimated time and expenses to perform,design engineering, plans,
specifications, and estimate for this LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS, PHASE
2 work. The maximum amount of compensation to the ENGINEER for this work will be $67,468.00. This
maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER.
PROJECT TITLE: LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS PHASE 2
CLIENT: CITY OF YAKIMA
JOB NUMBER: 06028B Huibregtse, Louman Associates, Inc.
DATE: May 15, 2007
ENGINEER'S HOURLY ESTIMATE
NO.
PROJECT TASK
Licensed
Principal
Engineer
ProTASK ct
Engineer
Principal
Land
Surveyor
CA
Te hniDCian
2 -Man
Survey
(Party
Word
Processing
Technician
TOTAL
HRS
TASK
DIRECT
COSTS
$136
$113
.$126
$82
'$150
$55
1
PROJECT MANAGEMENT
A
Projed Management
16
40
0
0
0
8
64
7,136.00
B
Project Meetings
8
12
0
4
0
4
28
2,992.00
2
DESIGN AND FINAL PLANS, SPECIFICATIONS, & ESTIMATE
A
Field investigations and
field surveying
4
16
4
16
40
0
80
10,168.00
B
Perform the preliminary
design
12
64
2
128
4
6
216
20,542.00
C
In-house project review,
quality control
6
12
2
0
0
4
24
2,644.00
D
Incorporate Agency Review
comments
4
12
0
6
0
2
24
2,502.00
E
Final design, Plans, and
Specifications
6
24
2
.64
0
8
104
9,468.00
F
Fumish copies of Plans and
Specifications
0
4
0
0
0
' 4
8
672.00
G
Fumish engineering data
for approvals
2
6
0
• 0
0
4
12
1,170.00
H
Answer bidders questions
2
6
0
0
0
0
8
950.00
1
Prepare and issue addenda
2
6
0
4
0
4
16
1,498.00
J
Prepare Estimate of
construction cost
2
8
0
4
0
4
18
1,724.00
K
Attend bid opening
2
4
0
0
0
0
6
724.00
L
Prepare tabulation of bids
2
4
0
0
0
4
10
944.00
GIPROJECTS\2006W6028B\APS ADDENDUM NO. 2.tloc
•
• PO
W...
I • -
' Ie.
T• i •
i • .'• ...1 EMINLI
: • • 13 EXAMINE AND REHABILITATE THE INTERIOR WALLS OF
! ! \ • 'IA.,. ., • , ® INSTALL APPROXIMATELY LEOS LINEAR FEET OF IEW
12 -INCH DIAMETER WATERMAIN FROM THE 0/EST SIVE THE EXISTING 12 MO RESERVOIRS (2 EAT
I \ - OF NE EXISTING RESERVOIRS. 14013114 TO POWERHOUSE
ROAD. 718 INTO PHASE 1 EMERGENCY BY-PASS PIPING
1 I" ... \• •••„,
,..
' .- ...\ • , \ ® ABANDON EXISTING 2A -INCH WATERMAN
REKUNLITATE CR REPLACE APPROXIMATELY WI/LINEAR
•:-..,!. :
— A '1. ... FEET OF EXISTING 24 -INCH CONCRETE PIPE FROM THE
00010 000300010 TO THE LEVEL 3 PUMP STATION
•
\ ' 6) DEMOLISH THE EXISTING CONCRETE TOWER AND TIE ALL
•, PIPING TCGETHER WTH NEW CONTROL VALVES AS
••,
•,..„. \ •. REQUIRED.
y : ...
, ,
' , •T‘...
-, . 'M.... \ 03) REHABILITATE OR REPLACE APPROXIMATELY SOO LINEAR
.
1 •
SAl. -; -_,,
' :!; I1L
\ — ;:- i''‘.%. • I --, -----,, FEET OF EXISTING 18.111CH DIAMETER REBEFNOIR
OVERFLOW PIPING IHTO EACH RESEFNOIR.
111 L'•• r•-• .3.-.
•-.. •- ! . 1 1,1 ' • S• 4411,,„„ .----5•4,
-of, 6) REPLACE THE EXIS11110 RESERVOIR OVERFLOW PIPING
10 \ %.e. t.•''t 1 .., SYSTEM (2 EA)
' kii • --, .
..1ENAWATI MOMS R•50111111NDATIOPITOCIMUTIR
•1'•
II S ! .----. 03AMOR 111110511100111111011000A7I00110X 011INICTID
,..!,.
/ A
TOMS SNIT SCSI OP DOI NORM ROSITIVOIS
. •'' 7•••••••••,, ------. 1 11 •
LEGEND
.••••••••••=••••••••......• PHASE 2 IMPROVEMENTS
••••• • =•••••••• ••••• •••• PHASE 3 IMPROVEMENTS
ITEM 1-7 COMPLETED -AM MT
•
6) INITMILL CONDUMI COMOUCTORSPIRDS TIC MIL
\ S 10 -.11 PUMP WM110:410116 INITT1103 ROW•HATCROIPOR
SPURR INCLIITY ALMA MYNA
• •
5%.
.......4 .; ,. i
•-•,
' • *
44.. • %.‘ \S e)% O• 14. l ' ,":?.'" , , s. ,, ..•
- • .. „,.....
/ < .(i... , 7/ %b. , /
, .... ,---- ......r.,—).„,.
....„,......... 1 ,
, ,
6.1 • , / „
.••••,*!! NN e N , /1
, ..•.."' 1 N / r,f
etN
.....,...... ... jr„..., , .,, — _ _ i i
*.,.. ......0! - - - """-•.t
, 1 .•
`, ''... •
,
:41.1 'I; : ....4.1 • ,._'._
t , ....
v
,,, 4,
f1. ... ,
, ( /
. -
. ,•% .: , i •
\
, i / ...„,
..
;
/
, i
: } \
• .1. A \
'111, i % , A
1 i . 1 —
1• i 3. 1
, , i u , \\ \
EXHIBIT C
1 /
• Hulbregtse, Lemmas Associates, lac.
••GAOL ENGINEERING • LAND SURVEYING • PANNING
001 Worth nth Arrow. OThithno, WA 51002
(500( 00-7003•F01 000 805-3000
MATED TO REMO* PRASE 1 NPROMDENTS
5/15/07
CGIFTXTED IN SRL 2007, MID (0 48208113
XS HAMER:
PAO
OME
05-13-07
SCOPE CS PHASE 2 & 3 IMP003E/01M '
FILE IMES:
CRAWNGc 8001880.9
CITY OF YAKIMA
LEVEL 2 - DOMESTIC WATER
SYSTEM IMPROVEMENTS
RENTSCR
0810
0090100 87 N1I3
ENTERED BY. EPC
OVERALL PHASED IMPROVEMENTS MAP
SHEET
1
1
ADDENDUM NO. 2
EXHIBIT D
SCHEDULE OF RATES
FOR
HUIBREGTSE, LOUMAN ASSOCIATES, INC.
(January 1, 2007, Through December 31, 2007)
Licensed Principal Engineer $136.00 per hour
Licensed Principal Land Surveyor $126.00 per hour
Licensed Professional Engineer $113.00 per hour
Licensed Professional Land Surveyor $104.00 per hour
Project Engineer $ 94.00 per hour
CAD Technician $ 82.00 per hour
Resident Engineer/Inspector $ 78.00 per hour
Surveyor $ 78.00 per hour
Senior Engineering Technician $ 78.00 per hour
Engineering Technician $ 55.00 per hour
Word Processing Technician $ 55.00 per hour
Two Man Survey Party $150.00 per hour
Three Man Survey Party $195.00 per hour
Vehicle Mileage $ 0.34 per mile
Global Positioning Survey System Fee $ 75.00 per hour
G:IPROJECTS\2006w602881APS ADDENDUM NO. 2.doc
ADDENDUM NO. 2
EXHIBIT D
SCHEDULE OF RATES
FOR
HUIBREGTSE, LOUMAN ASSOCIATES, INC.
(January 1, 2008, Through December 31, 2008)
Licensed Principal Engineer $141.00 per hour
Licensed Principal Land Surveyor $131.00 per hour
Licensed Professional Engineer $117.00 per hour
Licensed Professional Land Surveyor $108.00 per hour
Project Engineer $97.00 per hour
CAD Technician $85.00 per hour
Resident Engineer/Inspector $81.00 per hour
Surveyor $81.00 per hour
Senior Engineering Technician $81.00 per hour
Engineering Technician $57.00 per hour
Word Processing Technician $57.00 per hour
Two Man Survey Party $155.00 per hour
Three Man Survey Party $202.00 per hour
Vehicle Mileage $0.35 per mile
Global Positioning Survey System Fee $77.00 per hour
G.\PROJECTS\2006\06028B\APS ADDENDUM NO 2.doc
PROJECT TITLE: LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS PHASE 2
CLIENT: CITY OF YAKIMA
M
Make recommendation of
construction contract award
2
4
0
0
0
2
8
834.00
Labor Subtotal
70
222
10
226
44
54
626
$63,968.00
EXPENSES:
hours
$/hr
Computers:
0.00
Travel:
Cost/
Unit
Air Trips
Ground
Trp.
Days
Trip
Miles
Air Travel
$0.00
0.00
Mileage
$0.34
0.00
Meals/Lodging
$0.00
0.00
Misc. expenses:
ADVERTISEMENT
$1,500.00
FAX
0.00
TELEPHONE
0.00
POSTAGE
0.00
PRINTING
$2,000.00
SUB -CONSULTANTS:
1. NONE ANTICIPATED
x 1.1
0.00
Subtotal - Labor
$63,968.00
Subtotal - Expenses
$3,500.00
Subtotal - Subconsultants
0.00
Total - DESIGN AND FINAL PLANS AND SPECIFICATIONS
$67,468.00
G-IPROJECTS12006106028BAPS ADDENDUM NO. 2 doc
•
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 11
For Meeting Of 6/5/2007
ITEM TITLE: Consideration of Resolution authorizing execution of Addendum 2 of Level 2
Domestic Water Improvements for Phase 2 Domestic Water System
Improvement Project Design
SUBMITTED BY: Dave Brown, Water/Irrigation Manager
Dave Zabel!, Assistant City Manager
CONTACT PERSON/TELEPHONE: Dave Brown / 575-6204
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, WA for the
Level 2 — Phase 2 Domestic Water System Improvement Project Design and subsequent contracts for
the production of construction documents and contract administration. This contract requires Huibregtse,
Louman Associates, Inc to develop a Phase 2 design for the replacement / rebuilding of the water
mains from Powerhouse Rd. to the Level 2 Reservoirs. The water mains were installed in the late
1910's and are well beyond their useful life. Phase 1 of this project was completed in April 2007.
Design requirements for Phase 3 will be developed near the end of Phase 2 construction. Financial
support for this contract will be from appropriations approved by Council in the 477 Water Improvement
CIP Fund.
Not to Exceed Engineering Cost $67,468.
Resolution X Ordinance Contract X Other Specify)
Mall to: Mike Battle, PE; Huibregtse, Louman Associates, Inc; 801 N. 39`h Ave.; Yakima, WA 98902 _Phone: 509-966-
7000
Funding Source 477 Water Improve IP Fund
APPROVED FOR SUBMITTAL:
4/17(-6-ity Manager
STAFF RECOMMENDATION:
Adopt resolution authorizing the City Manager to execute the accompanying Addendum 2 to the Level
2 Domestic Water System Improvements contract for the Phase 2 Domestic Water System
Improvement Project Design and subsequent contracts for the production of construction documents
and contract administration by Huibregtse, Louman Associates, Inc, of Yakima, WA.
BOARD/COMMISSION RECOMMENDATION:
COUNCIL ACTION:
•
Resolution adopted. RESOLUTION NO. R-2007-80