Loading...
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