Loading...
HomeMy WebLinkAboutR-2005-130 Huibregtse, Louman Associates, Inc. Addendum No. 5RESOLUTION NO. R-2005-130 A RESOLUTION authorizing and directing the City Manager and the City Clerk of the City of Yakima to execute Addendum No. 5 to the Agreement for Professional Services with Huibregtse, Louman Associates, Inc. adding Design and Construction Engineering Services for the Fourth Softball Field at the Yakima Gateway Sports Complex at Kiwanis Park. WHEREAS, Phase I Development of the Kiwanis Park Master Plan includes Ballfield development to help meet active youth and adult recreational needs in Yakima, Washington; and WHEREAS, construction has been completed on three of the new ballfields at Kiwanis Park and the facility is now in heavy use; and WHEREAS, the Governor's 2005 Budget provided $350,000 for a fourth new softball field at Kiwanis Park, therefore requiring the preparation of detailed plans and specifications to allow bidding and subsequent ballfield construction to move forward; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to contract with Huibregtse, Louman Associates, Inc. for design specifications for bidding and Construction Engineering Services for the Fourth Softball Field at Kiwanis Park, and Huibregtse, Louman Associates, Inc. is willing to perform these services required by the City in accordance with the terms and conditions of the attached Addendum No. 5, now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk of. the City of Yakima are hereby authorized and directed to execute the attached and incorporated Agreement for Professional Services Addendum No. 5 with Huibregtse, Louman Associates, Inc., for Design and Construction Engineering Services and Specifications for the Fourth Softball Field at Yakima Gateway Sports Complex at Kiwanis Park, Yakima, Washington. ADOPTED BY THE CITY COUNCIL this 16thday of August 2005. ATTEST: City Clerk Paul P. George, ayor AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 5 This Addendum, hereinafter identified as Addendum No. 5, 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 9th day of May 2002, Addendum No. 1 executed on January 22, 2003, Addendum No. 2 executed on April 29, 2003, Addendum No. 3 executed on June 2, 2003, and Addendum No. 4 executed on July 3, 2003, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WHEREAS, the City Council of the CITY at their meeting on December 17, 2002, approved the scope of improvements for the first construction phase of Kiwanis Park and the CITY now anticipates receipt of additional funds for a fourth new softball field at Kiwanis Park, 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 additional work tasks described in the attached Addendum No. 5 Exhibit A. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS: For the services described in the attached Addendum No. 5 Exhibit A, compensation shall be on a time spent basis at specific hourly rates plus direct non -salary costs for the services shown on the attached Addendum No. 5 Exhibit B up to a maximum amount of $62,444.00. This maximum amount may not be increased without the written agreement of the CITY and the ENGINEER. SECTION 7 PROJECT SCHEDULE AND BUDGET Add the following: "7.3 The ENGINEER shall complete the design and final plans and specifications ready for bid advertisement within sixty (60) calendar days from the date of execution of this Addendum No. 5 by the CITY." "7.4 The ENGINEER shall perform the services during construction within the CITY's construction contract completion time set out in the construction contract documents." G: U A NWA K I M A -J C 4197. wpd HLA Project No. 02032A -C Page 1 of 9 IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 5, as of this 1 1' day of , 2005. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Printed Name: Richard A. Zais, Jr. Signature Printed Name: William L. Huibregtse Title: Title: City Manager President Date: Date: 11, o�-ocSr dA. 1 , *\ Attest SEAL ► City Clerk �• s�••.•�'*~ - if City Contract No. & %? '7 Resolution No. /4e-q(Q6.--430 1N GI G:UAN\YAK I MA-JC4\97.wpd HLA Project No. 02032A -C Page 2 of 9 ADDENDUM NO. 5 EXHIBIT A CITY OF YAKIMA - KIWANIS PARK SCOPE OF WORK DESIGN AND FINAL PLANS AND SPECIFICATIONS AND SERVICES DURING CONSTRUCTION FOR FOURTH SOFTBALL FIELD During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Kiwanis Park Development - Fourth Softball Field 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. ASSUMPTIONS: This scope of work is prepared and offered with the following understanding: ❖ All of the property for this Kiwanis Park Development has been acquired by the CITY. • There are no toxic materials, asbestos, or other hazardous materials on this site. ❖ The existing, old incinerator building will remain in place through the master planning and primary construction phase. • Existing pond to stay where and as is. ❖ Existing Kiwanis Municipal well and pumphouse to stay where and as is. ❖ CITY staff has prepared a State Environmental Policy Act (SEPA) checklist and completed the SEPA review process for this Kiwanis Park Development project. ❖ CITY staff will select all playground equipment for inclusion in this Kiwanis Park Development. ❖ CITY staff will arrange for/purchase portable outfield fencing. • The City Staff have directed/recommended that the construction of a fourth new softball field be designed and included in the project plans and specifications. G:\JAN\YAKI MA-JC4\97.wpd Page 3 of 9 ❖ The following project elements shall be designed and included in the Final Plans and Specifications: Construct One (1) Additional (Fourth) New Softball Field with 300' Outfield Fence: • With Full Vinyl Fencing • With Asphalt Paved Plaza Area • With MUSCO Style field lighting • No Parking Lot • No Tot Lot • No Overhead Netting 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 JGM Landscape Architects, Conley Engineering, Inc., progress reports, and invoicing. B. Project Meetings. Attend up to two (2) 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. Provide assistance for project updates and related administrative documents to the appropriate agencies which have jurisdiction overfunding, design, and construction of this project. B. Perform the additional field investigation and field surveying, if necessary, to design the identified improvements. C. Perform the preliminary design and present preliminary plans to the CITY prior to detailing Final Plans. D. 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. E. Furnish the CITY forty (40) copies of the final Plans and Specifications for bidding and construction. F. 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 governmental authorities as have jurisdiction over design criteria applicable to the Project. G. Answer and supply such information as is requested by prospective bidders. H. Prepare and issue addenda, if necessary. G \JAN\YAKIMA-JC4197.wpd Page 4 of 9 Prepare the Engineer's Estimate of construction cost. J. Attend bid opening and participate in the bid opening and evaluation process. K. Prepare tabulation of all bids received by the CITY and review bidder's qualifica- tions. L. Make recommendation of construction contract award to the lowest responsible bidder. 7. SERVICES DURING CONSTRUCTION A. Furnish the field survey crew necessary to set the initial, one-time horizontal and vertical control for the improvements authorized for construction. The CITY's Construction Contractor is responsible for all other construction staking. B. Furnish a qualified resident engineer who shall make construction observations and be on the job periodically (typically once per week), whose duty shall be to provide surveillance of project construction for substantial compliance with Plans and Speci- fications. ENGINEER shall include and coordinate the services of the landscape architect and electrical engineer. C. Prepare progress reports on the Project and file same with the CITY and provide monthly progress pay estimates to the CITY. D. Consult and advise the CITY during construction and make observation reports of the completed work and minutes of weekly meetings. E. Monitor the Construction Contractor's compliance with State labor standards. F. Review Contractor's submission of samples and shop drawings, where applicable. G. Review Contractor's materials testing reports. H. Prepare and submit proposed contract change orders when applicable. Assist in obtaining reproducible record drawings of all completed work to be prepared by the CITY's Construction Contractor. G:\JAN\YAKI MA -J C4197. wpd Page 5 of 9 ADDENDUM NO. 5 EXHIBIT B KIWANIS PARK DEVELOPMENT Fourth Softball Field Professional Fees Compensation for professional services for Design and Final Plans and Specifications will be on a time spent basis plus direct non -salary costs. The following spreadsheet shows the estimated time and expenses to perform these Design and Final Plans and Specifications Services. The maximum amount of compensation to the ENGINEER for Design and Final Plans and Specifications Services will be $42,316.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE: KIWANIS PARK DEVELOPMENT CLIENT: CITY OF YAKIMA JOB NUMBER: 02032B Huibregtse, Louman Associates, Inc. DATE: August 1, 2005. ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer $127 Licensed Prof. Engineer $105 Licensed Land Surveyor $97 CAD Operator $76 2 -Man Surveys Clerical $140 $51 TOTAL HRS TASK DIRECT COSTS DESIGN AND FINAL PLANS FOR KIWANIS PARK DEVELOPMENT - ADDITIVE FOR FOURTH BALLFIELD PROJECT MANAGEMENT 6A Project Management 6B Field investigations and field surveying 6C Perform the preliminary design 6D Final Design, Plans, and Specifications 10 0 50 50 0 0 0 24 0 0 0 3 _— 13 1,423.00 2 0 8 0 10 1,314.00 0 _L 50 0 4 104 10,354.00 0 60 0 8 142 13,838.00 6E Furnish copies of Plans and Specifications 6F Furnish engineering data for approvals 6G Answer bidders questions 1 2 0 0 0 6H Prepare and issue addenda 4 4 61 Prepare estimate of construction costs 6J Attend bid opening 6K Prepare tabulation of bids 4 1 2 G:\JAN\YAKI MA -J C4\97.wpd 0 0 0 4 0 4 10 762.00 0 0 0 0 0 0.00 0 0 . 0 2 6 610.00 0 0 0 2 6 610.00 2 0 0 0 0 0 2 8 820.00 0 0 0 2 3 229.00 0 0 0 2 4 356.00 Page 6 of 9 TASK NO PROJECT TASK Principal Engineer $127 Licensed Prof. Engineer $105 Licensed Land Surveyor $97 CAD Operator $76 2 -Man Surveys $140 Clerical $51 TOTAL HRS TASK DIRECT COSTS 61 Make recommendation of construction contract award Labor Subtotal. EXPENSES: Computers: Travel: 4 127 0 26 0 2 0 114 Air Travel Mileage Meals/Lodging Misc. expenses: T — FAX TELEPHONE POSTAGE PRINTING SUB -CONSULTANTS: Cost/ Unit $0.00 $0.00 $0.00 hours $/hr Air Trips Ground Trp. 0 8 2 29 Days Trip Miles 6 610.00 306 30,316.00 0.00 0.00 0.00 0.00 1. JGM Landscape Architects 2. Conley Engineering, Inc. 5,000.00 x 1.1 5,000.00 x 1.1 Subtotal - Labor Subtotal - Expenses Subtotal - Subconsultants Total - SERVICES DURING CONSTRUCTION 0.00 0.00 0.00 1,000.00 - r 5,500.00 5,500.00 30,316.00__ 1,000.00 11,000.00 $42,316.00 GAJAN\YAKIMA-JC4\97.wpd Page 7 of 9 ADDENDUM NO. 5 EXHIBIT B KIWANIS PARK DEVELOPMENT Fourth Softball Field Professional Fees Compensation for professional services for Services During Construction will be on a time spent basis plus direct non -salary costs. The following spreadsheet shows the estimated time and expenses to perform these Services During Construction. The maximum amount of compensation to the ENGINEER for Services Dur- ing Construction will be $20,128.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT CLIENT: JOB NUMBER: TITLE: KIWANIS PARK DEVELOPMENT CITY OF YAKIMA 020328-C Huibregtse, Louman Associates, Inc. DATE: August 1, 2005 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer — $127 Project Engineer Resident Engineer CAD Operator 2 -Man Surveys -- $140 Clerical TOTAL HRS TASK DIRECT COSTS $88 $72 $76 — — -- $51 SERVICES 7 7A DURING CONSTRUCTION FOR KIWANIS PARK DEVELOPMENT - ADDITIVE FOR FOURTH BALLFIELD Project Management 16 0 0 0 0 0 4 0 20 16 2,236.00 2,032.00 Survey Control 4 0 0 12 7B 7C Construction Observation Progress Estimates 4 60 12 0 — 0 0 8 4 84 14 7,060.00 2 8 0 0 _ 1,162.00 7D 7E 7F 7G Final Construction Review 2 8 0 0 0 0 2 2 12 18 1,060.00 Labor Standards Review 0 16 0 0 1,510.00 Shop 9 Drawin Review 0 0 4 4 0 0 0 0 0 0 0 4 4 352.00 Materials Testing Review 0 352.00 7H 71 Prepare Change Orders Record Drawings 0 0 4 4 0 0 0 8 0 0 0 2 4 14 352.00 1,062.00 Labor Subtotal 24 112 12 $/hr 8 12 22 190 17,178.00 EXPENSES: hours Computers: _ 0.00 G:\JAN\YAKI MA -J C4\97.wpd Page 8 of 9 TASK NO PROJECT TASK Principal Engineer Project Engineer Resident Engineer CAD Operator $127 $88 $72 $76 2 -Man Surveys $140 Clerical $51 TOTAL HRS TASK DIRECT COSTS Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel Mileage Meals/Lodging Misc. expenses: FAX TELEPHONE $0.00 $0.00 $0.00 POSTAGE PRINTING SUB -CONSULTANTS: 1. JGM Landscape Architects 0.00 0.00 0.00 0.00 0.00 0.00 200.00 1,000.00 2. Conley Engineering, Inc. 1,500.00 Subtotal - Labor Subtotal - Expenses Subtotal - Subconsultants Total - SERVICES DURING CONSTRUCTION 1,100.00 1,650.00 17,178.00 200.00 2,750.00 $20,128.00 G-NJAN \YAKIMA-JC4 \97.wpd Page 9 of 9 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 14.11 For Meeting of: August 16, 2005 ITEM TITLE: A Resolution authorizing Addendum No. 5 to the Professional Services Agreement with Huibregtse, Louman Associates, Inc. (HLA) adding Design and Construction Engineering Services for the Fourth Softball Field at Yakima Gateway Sports Complex at Kiwanis Park SUBMITTED BY: Chris Waarvick, Director of Public Works Denise Nichols, Parks and Recreation Manager CONTACT PERSON/TELEPHONE: Chris Waarvick, 576-6411 SUMMARY EXPLANATION: Staff respectfully requests Council consideration of a resolution authorizing an amendment to the Professional Services Agreement with HLA for ballfiPld improvements. Addendum No. 5 includes bid design and construction engineering services necessary to construct the fourth new softball field at Yakima Gateway Sports Complex. HLA will also provide project management services during construction of the project. The State Legislature approved the Governor's request for $350,000 for the Yakima Gateway Sports Complex at Kiwanis Park. This money is to be used to construct the fourth ballfield in a four -field pinwheel as identified in the Master Plan Staff estimates it will cost approximately $550,000 for this fourth field addition. Resolution X Ordinance Other (Specify ) Funding Source: $350,000 State Grant; $200,000 LTGO Bond proceeds \ Parks Capital APPROVED FOR SUBMITTAL : City Manager STAFF RECOMMENDATION: Staff respectfully requests the City Council to adopt the Resolution authorizing Addendum No. 5 to the Professional Services Agreement with Huibregtse, Louman Associates, Inc. (HLA) adding Design and Construction Engineering Services for the Fourth Softball Field at Yakima Gateway Sports Complex. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2005-130 HLA Addendum No. 5—Fourth Ballfield August 16, 2005 Page 2 Staff had hoped that a change -order to the original construction contract with Ohno Construction would be an expeditious and effident method to construct the fourth ballfield. However, the prices we were informed of from Ohno were not acceptable, and the decision to re -bid this project element has been made. HLA will re -bid the project and subsequently provide construction management services including construction inspection, approval of pay estimates, and owner representation. This project will begin construction in 2006. City Council directed staff on July 19, 2005, to bring back legislation which would authorize the sale of a $780,000 Councilmatic Bond which is planned for this fall. $200,000 is programmed contribution for this ballfield project. The remaining is for construction of Spray Park facilities at MLK Park (replacing pool) and Miller Park ($350,000 for both sites), the Regional Aquatic Center Study in 2006 ($75,000), Skate Park at Kiwanis Park ($225,000 City contribution) and bond costs ($30,000). Professional fees for services will not exceed $42, 316 as outlined in the Scope of Work City of Yakima KIWANIS PARK DEVELOPMENT PHASE ONE Preliminary Project Cost Summary December 31, 2002 Professional Design Fee Breakdown for Option 2 recommended by the Parks and Recreation Commission and selected by City Council on December 17, 2002. Option 2 includes the following basic park improvements. (2) Premium Softball Fields (lighted) Title 12 Frontage Improvements (Beech and 13th Street) 140 Car Gravel Parking Lot (lighted) Asphalt Paved Plaza Area Full Vinyl Fencing New Bathroom/Concession Building The following features will be designed and included in the bid package as additive alternates: 140 Car Asphalt Paved Parking Lot Parking Lot Perimeter Concrete Curb and Gutter Parking Lot Drainage Facilities Concrete Plaza Area Picnic Shelter Cost Breakdown/Summary Estimated Construction Cost of Basic Improvements Includes Contingency, Tax, Contractor Overhead and Mobilization. Estimated Construction Cost of Bathroom/Concession Bldg.* Estimated Construction Cost of Picnic Shelter* Estimated Construction Cost of Title 12 Improvements* Estimated Construction Cost of Full Vinyl Fencing* Subtotal Construction (*) includes Contingency, Tax, Contractor Overhead and Mobilization Total Design Fee per this Amendment, includes. Design of Basic Park Improvements Design of Title 12 Improvements, Design of Restroom/Concession Building, Design of Additive Alternates $ 1,252,797.74 $ 205, 336.00 $ 70, 500.00 $ 207,086 00 $ 24, 000.00 $ 1,759,719.74 $ 198,369 95 Estimated Construction Administration Fee $ 83,392.00 (For Future Addendum Consideration) Total Estimated Cost per Option 2 Estimate dated 11/22/02 $ 2,041,481.69 AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 1 This Addendum, hereinafter identified as Addendum No. 1, 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 9th day of May 2002, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WHEREAS, the City Council of the CITY at their meeting on December 17, 2002, approved the scope of improvements for the first construction phase of Kiwanis Park. 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 additional work tasks described in the attached Addendum No. 1 Exhibit A. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A LUMP SUM BASIS: For the services described in the attached Addendum No. 1 Exhibit, compensation shall be on a lump sum basis as shown on the attached Addendum No. 1 Exhibit B. 5.3 Add the following: "For services provided on a lump sum basis, monthly invoices based on the estimated percent of completion of the services shall be prepared by the ENGINEER and transmitted to the CITY for review and payment." SECTION 7 PROJECT SCHEDULE AND BUDGET Add the following: "7.3 The ENGINEER shall complete the design and final plans and specifications ready for bid advertisement within ninety (90) calendar days from the date of execution of this Addendum No. 1 by the CITY." SECTION 11 SUBCONTRACTS 11.3 CITY hereby authorizes the ENGINEER to subcontract with persons and firms listed below: Add the following: "Conley Engineering, Inc." G: JAMYAKIMA-JC4\20.wpd HLA Project No. 02032 Page 1 of 2 IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 1, as of this day of , 2003. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Signature Printed Name: Printed Name: Richard A. Zais, Jr. William L. Huibregtse Title: Title: City Manager President Date: Date: Attest City Clerk City Contract hVlU . Resolution No. G:41 AMY AK I M A• J C4\20. wp d HLA Project No. 02032 Page 2 of 2 ADDENDUM NO. 1 EXHIBIT A CITY OF YAKIMA - KIWANIS PARK DEVELOPMENT SCOPE OF WORK DESIGN AND FINAL PLANS AND SPECIFICATIONS During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Kiwanis Park Development 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. ASSUMPTIONS: This scope of work is prepared and offered with the following understanding: ❖ All of the property for this Kiwanis Park Development has been acquired by the CITY, and existing structures will be cleared and disposed of by CITY forces. ❖ There are no toxic materials, asbestos, or other hazardous materials on this site. ❖ The existing, old incinerator building will remain in place through the master planning and primary construction phase. ❖ Existing pond to stay where and as is. ❖ Existing Kiwanis municipal well and pumphouse to stay where and as is. ❖ CITY staff will prepare a State Environmental Policy Act (SEPA) checklist and complete the SEPA review process for this Kiwanis Park Development project. ❖ CITY staff will arrange for/perform any demolition work north of Maple Street within the existing park area. ❖ CITY staff will select all playground equipment for inclusion in this Kiwanis Park Development. ❖ CITY staff will arrange for/purchase portable outfield fencing. ❖ The Yakima City Council, at their meeting of December 17, 2002, approved the recommendation of the City Parks Commission, at their meeting of December 9, 2002, to proceed with the first phase of development of Kiwanis Park Improvements GAJAMYAKIMA-JC4\19.wpd 1 identified as Option No. 2 including the following project elements (see attached drawing): Construct two (2) New Premium Softball Fields with 300' Outfield Fences: With Title 12 Street Improvements along South 13°i Street and Beech Street 'With 140 Car Gravel Parking Lot With Full Vinyl Fencing With Bdthroom and Concession Building With Asphalt Paved Plaza Area No Parking Lot Drainage Facilities No Concrete Curbs in Parking Lot No Concrete Sidewalk along Parking Lot No Tot Lot No Overhead Netting The following project elements shall be designed and included in the Final Plans and Specifications and are to be identified as "Additive Alternates." These Additive Alternates may be selected for construction by the Yakima City Council following bid opening: • Picnic Shelter • Asphalt Paving for Parking Lot with Curbing • Parking Lot Drainage Facilities • Cement Concrete Plaza Area 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 JGM Landscape Architects, Davis -Opfer -Raab Architecture, Conley Engineering, Inc., progress reports, and invoicing. S. Project Meetings. Attend up to three (3) project meetings Yakima with CITY tings iii Staff to coordinate the design aspects of the project with the CITY. C. Public Meetings. Attend up to two (2) public meetings in support of the CITY to address technical aspects of the work related to design and final plans and specifications for the Project. 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Provide assistance for project updates and related administrative documents to the appropriate agencies which have jurisdiction overfunding, design, and construction of this project. B. Perform the additional field investigations and field surveying, if necessary, to design the identified improvements. G:VAN\YAKIMA-JC4\19.wpd 2 C. Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans. D. 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. E. Furnish the CITY forty (40) copies of the final Plans and Specifications for bidding and construction. F. 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 governmental authorities as have jurisdiction over design criteria applicable to the Project. G. Answer and supply such information as is requested by prospective bidders. H. Prepare and issue addenda, if necessary. I. Prepare the Engineer's Estimate of construction cost. J. Attend bid opening and participate in the bid opening and evaluation process. K. Prepare tabulation of all bids received by the CITY and review bidder's qualifica- tions. L. Make recommendation of construction contract award to the lowest responsible bidder. G: JAMYAKIMA-JC4\19.wpd 3 ADDENDUM NO. 1 EXHIBIT B KIWANIS PARK DEVELOPMENT Professional Fees Compensation for professional services for Design and Final Plans and Specifications will be on a lump sum basis. The following spreadsheet shows the estimated time and expenses to perform this Design and Final Plans and Specifications. The lump sum amount of compensation to the ENGINEER for this netzign euii Final DI.a-a and Cnon.ifirA+innn hn $19R,369.95, Thiq maximum P:::Oaen+ will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE. KIWANIS PARK DEVELOPMENT CLIENT CITY OF YAKIMA JOB NUMBER: 02032 Huibregtse, Louman Associates, Inc. DATE. December 31, 2002 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Licensed Prof Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical i TOTAL HRS TASK DIRECT COSTS $119 1 $98 $91 $71 $130 $47 DESIGN AND FINAL PLANS AND SPECIFICATIONS FOR KIWANIS PARK DEVELOPMENT (TWO BALLFIELDS) PROJECT MANAGEMENT 6A Project Maaaayemment 120 8 0 60 0 8 196 19,700.00 6B Field investigations and field surveying 20 0 4 12 20 0 56 6,196.00 6C Perform the preliminary design 220 30 0 260 0 16 526 48,332.00 6D Final design, Plans, and Specifications 63 0 0 80 0 16 159 13,929.00 6E Fumish copies of Plans and Specifications 2 0 0 4 0 4 10 710.00 6F Furnish engineering data for approvals 6 0 0 0 0 2 8 808.00 6G Answer bidders questions 12 0 0 0 0 0 12 1,428.00 6H Prepare and issue addenda 8 0 0 8 0 4 20 1,708.00 6i Prepare Estimate of construc- tion cost 10 0 0 0 0 2 12 1,284.00 6J Attend bid opening 4 0 0 0 0 0 4 476.00 6K Prepare tabulation of bids 4 0 0 0 0 2 6 570.00 G:UAN\YAKIMA-JC4\18 - KP EST2.wpd 1 : TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $119 $98 $91 $71 $130 $47 6L Make recommendation of con- struction contract award 2 0 0 0 0 2 4 332.00 Labor Subtotal 471 38 4 424 20 56 1013 95,473.00 EXPENSES. hours $/hr Computers: 0.00 Travel. Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $0.00 0.00 Meals/Lodging $0.00 0.00 Misc. expenses: FAX 25.00 TELEPHONE 100 00 POSTAGE 100.00 PRINTING 4,800.00 SUB -CONSULTANTS' 1 JGM Landscape Architects 54,074.50 x 1 1 59,481.95 2. Davis -Opfer -Raab Architecture 25,800.00 x 1 1 28,380.00 3. Conley Engineering, Inc. 9,100.00 x 1.1 10,010.00 Subtotal - Labor 95,473.00 Subtotal - Expenses 5,025.00 Subtotal - Subconsultants 97,871.95 Total - DESIGN AND FINAL PLANS AND SPECIFICATIONS $198,369.95 G:UAN\YAKIMA-JC4\18 - KP EST2.wpd 2 N.. Jr..1,--- IC ..j.--. ...... .. _ i . , : ...'- MM. WWINNINOB. 0.....1 •••••••••• oe loo•/•••••••.•••• . •• •••• , ....". I . . _a- =2= MilliiIMINI OMNI I 1•10811MANIELI iminimir4ommip.• 'alial- M.111M.MIMMIIMMI,Jr.. • L•Tneesimemerf a -ger —mr.-....o.-a-,-.-,.-r•---..==---.-. .. ..-...,----,,,----,,anp.. ,1011111111111•111111 EMIR E: .6,...........16, ...Mimi= am In am allmmalii•••• deleisionlii aml ....• • ....- — ...-- —z.. T, r .7 __„. ....... .7•... !I , - - L:i 11 u_14 T1 HTh ! 4 1 • • -.....en •-•• 1 10 P r 1 CITY OP YAKIMA ilk AIM —, I CONCEPTUAL ALT. s KIWANIS PARK 4 PHASE I (SITE WORK AND 2 SOUTH BALLFIELDS Ihilonsito, Lama Amdahl. ht. .., in.. • u... 11~1.11I • MOMS .1.....0 Ies *m.o.% 04 MIMI 11.10.1-1111••••• am own.* BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of: January 21, 2003 ITEM TITLE: A Resolution Authorizing Execution of an Agreement For Professional Services Addendum No. 1 with Huibregtse Louman Associates, Inc. for Phase One Development of Kiwanis Park SUBMITTED BY: Chris Waarvick, Director of Public Works Denise Nichols, Parks and Recreation Manager CONTACT PERSON/TELEPHONE: Denise Nichols, 575-6020 SUMMARY EXPLANATION: Staff respectfully requests Council consideration of the attached resolution authorizing execution of an agreement with Huibregtse, Louman Associates, Inc. to complete the design and final plans and specifications for Phase 1 development of Kiwanis Park. Professional Fees for services will not exceed $198,370 and are outlined in Exhibit "B." Resolution X Ordinance _Other (Specify) Contract Addendum for Kiwanis Park Development Contract X Mail to (name and address): Phone: Funding Source: APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Staff respectfully requests Council to adopt the attached resolution authorizing execution of a contract addendum with Huibregtse, Louman Associates, Inc. for Kiwanis Park development. BOARD/COMMISSION RECOMMENDATION: The Parks and Recreation Commission recommends Kiwanis Park Development. COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2003-09 RESOLUTION NO. R-2003- 09 A RESOLUTION authorizing and directing the City Manager and the City Clerk of the City of Yakima to execute a contract addendum with Huibregtse, Louman Associates, Inc. for design and final plans and specifications for Phase One development of Kiwanis Park. WHEREAS, the sale of a portion of Larson Park to Yakima Valley Community College (YVCC) necessitates relocation and consolidation of Yakima's recreational ballfields to a more suitable site to help meet active youth and adult recreational needs in Yakima, Washington; and WHEREAS, resources have been identified for development at Kiwanis Park, including grant funding along with proceeds from the sale of a portion of Larson Park to YVCC, therefore enabling ballpark development to move forward; and WHEREAS, there is a June 2003 obligation requirement associated with the grant funding, the ballfields at YVCC will only be available for use through 2003, and there are detailed plans and specifications that need to be prepared to allow bidding and subsequent construction to begin in the Spring of 2003 since Phase 1 Kiwanis Park improvements need to be completed by the 2004 adult softball season; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to contract with Huibregtse, Louman Associates, Inc. for design and final plans and specifications for bidding and for the first construction phase of the Kiwanis Park Development Project; and Huibregtse, Louman Associates, Inc. is willing to perform these services required by the City in accordance with the terms and conditions of the attached agreement, now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk of the City of Yakima are hereby authorized and directed to execute the attached and incorporated Agreement for Professional Services Addendum No. 1 with Huibregtse, Louman Associates, Inc., for Development Design and Final Plans and Specifications for the Kiwanis Park Development Project, Yakima, Washington. ADOPTED BY THE CITY COUNCIL this 21Stdayof January 2003. ATTEST: City Clerk 01/10/2003 Mary Place, Mayor AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND HUIBREGTSE, LOUMAN ASSOCIATES, INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this day of 2002, by and between the City of Yakima, Washington, with principal offices at 129 North Second Street, Yakima, WA 98901, hereinafter referred to as "CITY", and HUIBREGTSE, LOUMAN ASSOCIATES, INC., 801 North 39th Avenue, Yakima, WA 98902 and which corporation and its principal engineers performing this Agreement are licensed and registered to do business in the State of Washington, hereinafter referred to as "ENGINEER," for Kiwanis Park Development Design Services, herein called the "PROJECT." WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for planning, design, and construction of Kiwanis Park as described in this Agreement and subse- quent Amendments thereto; and WHEREAS, ENGINEER represents that it has available and offers to provide personnel with expertise and experience necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CITY and ENGINEER agree as follows: SECTION 1 INCORPORATION OF RECITALS 1.1 The above recitals are incorporated into these operative provisions of the Agreement. SECTION 2 SCOPE OF SERVICES 2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in writing by both parties, duties of ENGINEER shall not be construed to exceed those services specifically set forth herein. 2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign Dennis J. Whitcher, PE, as Project Manager and William L. Huibregtse, PE, as Principal -in - Charge throughout the term of this Agreement unless other personnel are approved by the CITY. 2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled "City of Yakima - Kiwanis Park Development" (WORK) which is part of this Agreement as if fully set forth herein. G:VAN\YAKIMA•JC4\03-AGMT wpd 1 2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by ENGINEER can be defined in detail at the time this Agreement is executed, and that additional WORK related to Project and not covered in Exhibit A may be needed during performance of this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services." 2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or time required for, performance of any services under this Agreement, a contract price and/or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall be modified in writing accordingly. 2.2.2 Compensation for each such request for Additional Services will be negotiated by the CITY and the ENGINEER according to the provisions set forth in Exhibit B and, if so authorized, shall be considered part of the PROJECT WORK. The ENGINEER shall not perform any Additional Services until so authorized by CITY and agreed to by the ENGINEER in writing. 2.3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the date of receipt by the ENGINEER of the written notification of change or of providing services related to an asserted change, whichever is earliest. SECTION 3 CITY'S RESPONSIBILITIES 3.1 CITY -FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the CITY'S possession relating to the ENGINEER'S services on the PROJECT including information on any pre-existing conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency. 3.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably accessible to ENGINEER as required for ENGINEER'S performance of its services and will provide labor and safety equipment as reasonably required by ENGINEER for such access. 3.3 TIMELY REVIEW: The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required of CITY in a timely manner. Such examinations and decisions, however, shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional services meeting the standards of care for its profession. 3.4 CITY shall appoint a City's Representative with respect to WORK to be performed under this Agreement. City's Representative shall have complete authority to transmit instructions and receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S knowledge. 3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties and obligations under this Agreement or at law. The ENGINEER shall be entitled to G:\JAN\YAKIMA•JC4\03•AGMT wpd 2 reasonably rely upon the accuracy and the completeness of such documents, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions therefrom. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as amended. 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 according to Exhibit C - Schedule of Specific Hourly Rates on a time spent basis plus reimbursement for direct non -salary expenses. 5.1.1 DIRECT NON -SALARY EXPENSES: Direct Non -Salary Expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary transportation costs, including current rates for ENGINEER'S vehicles; meals and lodging; laboratory tests and analyses; printing, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities; special CITY -requested and PROJECT -related insurance and performance warranty costs; and other similar costs. Reimbursement for Direct Non -Salary Expenses will be on the basis of actual charges when furnished by commercial sources and on the basis of current rates when furnished by ENGINEER. Estimated Direct Non -Salary Expenses are shown in Exhibit B. 5.1.1.2 Travel costs, including transportation, lodging, subsistence, and incidental expenses incurred by employees of the ENGINEER and each of the Subconsultants in connection with PROJECT WORK; provided, as follows: ❖ That a maximum of U.S. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance, and depreciation costs of company or individually owned vehicles for that portion of time they are used for PROJECT WORK. ENGINEER, whenever possible, will use the least expensive form of ground transportation. ❖ That reimbursement for meals inclusive of tips shall not exceed a maximum of $40 per day per person This rate may be adjusted on a yearly basis. ❖ That accommodation shall be at a reasonably priced hotel/motel. + That air travel shall be by coach class, and shall be used only when absolutely necessary. 5.1.2 Telephone charges, computer charges, in-house reproduction charges, first class postage, and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates. 5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for engineering, architecture, geotechnical services and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of 1.10 times the actual costs billed by the Professional Subconsultant for services provided to the CITY through this Agreement. Estimated Subconsultant costs are shown in Exhibit B. G: JAN\YAKIMA•JC4\03•AGMT wpd 3 5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed that amount set forth in Exhibit B. The ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred. 5.3 The ENGINEER will use its best efforts to submit to the City's Representative by the 10th day of each calendar month an invoice for payment for PROJECT services completed through the accounting cut-off day of the previous month. Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The ENGINEER shall submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies of subconsultant invoices, and any other supporting materials determined by the City necessary to substantiate the costs incurred. CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to ENGINEER the questionable item(s) and withholding payment for such item(s). The ENGINEER may resubmit such item(s) in a subsequent invoice together with additional supporting information required. 5.4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.0% per month or the maximum interest rate permitted by law, whichever is less; provided, however, that no interest shall accrue pursuant to Chapter 39.76 RCW when before the date of timely payment a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of RCW 39.76.020(4). 5.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty-five (45) days after satisfactory completion of the services required by this Agreement as evidenced by written acceptance by CITY and after such audit or verification as CITY may deem necessary and execution and delivery by the ENGINEER of a release of all known claims against CITY arising under or by virtue of this Agreement, other than such claims, if any, as may be specifically exempted by the ENGINEER from the operation of the release in stated amounts to be set forth therein. 5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY of any claims, right, or remedy it may have against the ENGINEER under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this Agreement. SECTION 6 RESPONSIBILITY OF ENGINEER 6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all plans, design, drawings, specifications, reports, and other services furnished by the ENGINEER under this Agreement. The ENGINEER shall, without additional compensation, correct or review any errors, omissions, or other deficiencies in its plans, designs, drawings, specifications, reports, and other services. The ENGINEER shall perform its WORK according to generally accepted architectural and engineering G:WAN\YAKIMA•JC4\03-AGMT wpd 4 standards of care and consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations, and permits. 6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. 6.3 in performing WORK and services hereunder, the ENGINEER and its subcontrac- tors, subconsultants, employees, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof and will not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom. 6.4 INDEMNIFICATION: (a) ENGINEER agrees to indemnify, defend, and hold the CITY harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subconsultants in connection with the PROJECT. In the event that any lien is placed upon the property of the CITY or any of the CITY'S officers, employees, or agents as a result of the negligence or willful misconduct of the ENGINEER, the ENGINEER shall at once cause the same to be dissolved and discharged by giving bond or otherwise. (b) CITY agrees to indemnify, defend, and hold the ENGINEER harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the CITY, its employees, or agents in connection with the PROJECT. (c) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion. 6.5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited, in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' or workmens' compensation acts, disability benefit acts, or other employee benefit acts. The ENGINEER waives its immunity under the Industrial Insurance Act, Title 51, RCW. Such waiver has been mutually negotiated by the ENGINEER and the CITY as evidenced by their specific and express initialing of this paragraph. ENGINEER'S INITIALS /(/ CITY'S INITIALS G:UAMYAKIMA-JC4\03-AGMT wpd 5 6.6 It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor. ENGINEER does not assume responsibility for methods or appliances used by a contractor, for the safety of construction work, or for compliance by contractors with laws and regulations. CITY shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name CITY, the CITY'S and the ENGINEER'S officers, principals, employees, agents, representatives, and engineers as additional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability. 6.7 SUBSURFACE INVESTIGATIONS: In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has exercised the applicable standard of professional care and judgment in such investigations. SECTION 7 PROJECT SCHEDULE AND BUDGET 7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component tasks shall be as set forth in this Agreement and attachments. The project schedule and performance dates for the individual tasks shall be mutually agreed to by the CITY and the ENGINEER within fifteen days after execution of this Agreement. The performance dates and budgets for tasks may be modified only upon written agreement of the parties hereto. The performance date for tasks and the completion date for the entire PROJECT shall not be extended nor the budget increased because of any unwarranted delays attributable to the ENGINEER but may be extended or increased by the CITY in the event of a delay caused by special services requested by the CITY or because of unavoidable delay caused by any governmental action or other conditions beyond the control of the ENGINEER which could not be reasonably anticipated. 7.2 Not later than the tenth day of each calendar month during the performance of the PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current schedule and a written narrative description of the WORK accomplished by the ENGINEER and subconsultants on each task, indicating a good faith estimate of the percentage completion thereof on the last day of the previous month. Additional oral or written reports shall be prepared at the request of the CITY for presentation to other governmental agencies and/or to the public. SECTION 8 REUSE OF DOCUMENTS 8.1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT. There shall be no reuse, change, or alteration by the CITY or others acting through or in behalf of the CITY without written permission of the ENGINEER, which shall not be reasonably withheld will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees, arising out of or related to such unauthorized reuse, change, or alteration; provided, however, that the ENGINEER will not be indemnified for such claims, damages, losses, and costs including without limitations litigation expenses and attorney fees where caused by the ENGINEER's own acts or omissions. G:VAN\YAKIMA•JC4\03-AGMT wpd 6 8.2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes, and other WORK submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement, whether or not complete, shall be vested in the CITY. SECTION 9 AUDIT AND ACCESS TO RECORDS 9.1 The ENGINEER, including its subconsultants, shall maintain books, records, docu- ments and other evidence directly pertinent to performance of the WORK under this Agreement in accordance with generally accepted accounting principles and practices consistently applied. The CITY or the CITY'S duly authorized representative, shall have access to such books, records, documents, and other evidence for inspection, audit, and copying for a period of three years after completion of the PROJECT. The CITY shall also have access to such books, records, and documents during the performance of the PROJECT WORK if deemed necessary by the CITY to verify the ENGINEER'S WORK and invoices. 9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency. 9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ENGINEER is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, if any, of the ENGINEER. 9.4 The ENGINEER shall ensure that substantially the foregoing paragraphs are included in each subcontract for WORK on the Project. 9.5 Any charges of the ENGINEER paid by the CITY found by an audit to be inadequately substantiated shall be reimbursed to the CITY. SECTION 10 INSURANCE 10.1 Prior to beginning WORK under this Agreement, the ENGINEER shall provide Certificates of Insurance satisfactory to the CITY as evidence that policies providing the following coverage and limits of insurance are in full force and effect. The CITY and the CITY'S officers, principals, employees, representatives, and agents shall be designated as additional insured on all such policies except for professional liability and Worker's Compensation. Such insurance shall be primary to the extent covered as additional insureds and other insurance maintained or carried by the CITY shall be separate and distinct and shall not be contributing with the insurance listed hereunder. 10.1.1 Comprehensive general liability insurance, including personal injury liability, blanket contractual liability, and broad -form property damage liability coverage. The combined single limit for bodily injury and property damage shall be not less than $1,000,000 per occurrence. 10.1.2. Automobile bodily injury and property damage liability insurance covering owned, non -owned, rented, and hired cars. The combined single limit for bodily injury and property damage shall be not less than $1,000,000 per occurrence. G:UAN\YAKI MA•JC4\03•AGMT.wpd 7 10.1.3. state law. 10.1.4. $ 1,000,000. Statutory workers' compensation and employer's liability insurance as required by Professional liability insurance. The limit of liability shall be not less than Failure of either or all of the additional insureds to report a claim under such insur- ance shall not prejudice the rights of the CITY, its officers, employees, agents, and representa- tives thereunder. The CITY and the CITY'S officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner so as to affect the rights of the City thereunder until thirty (30) days after written notice to the CITY of such intended cancellation, expiration, or change. SECTION 11 SUBCONTRACTS 11.1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract any portion of the WORK to be performed under this Agreement. 11.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by CITY, which approval shall not be unreasonably withheld. Each subcontract shall be subject to review by the CITY'S Representative, if requested, prior to the subconsultant or subcontractor proceeding with the WORK. Such review shall not constitute an approval as to the legal form or content of such subcontract. The ENGINEER shall be responsible for the architectural and engineering performance, acts, and omissions of all persons and firms performing subcontract WORK. 11.3 listed below: CITY hereby authorizes the ENGINEER to subcontract with the persons and firms JGM Landscape Architects, Inc., P.S. Davis -Opfer -Raab Architecture Central Materials and Testing, Inc. 11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of all invoices thereto. SECTION 12 ASSIGNMENT 12.1 This Agreement is binding on the heirs, successors, and assigns of the parties hereto. This Agreement may not be assigned by CITY or ENGINEER without prior, written consent of the other, which consent will not be unreasonably withheld. SECTION 13 INTEGRATION 13.1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may not be modified or altered except in writing signed by both parties. G:VAMYAKIMA-JC4\03-AGMT wpd 8 SECTION 14 JURISDICTION AND VENUE 14.1 This Agreement shall be administered and interpreted under the laws of the State of Washington. Jurisdiction of litigation arising from this Agreement shall be in that state. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue of all disputes shall be Yakima County, State of Washington. SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15.1 In connection with the Services under this Agreement, ENGINEER agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. SECTION 16 SUSPENSION OF WORK 16.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event CITY does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the WORK shall be extended by the number of days WORK is suspended. If the period of suspension exceeds 90 days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate WORK on the suspended portion of Project in accordance with SECTION 17. SECTION 17 TERMINATION OF WORK 17.1 Either party may terminate this Agreement, in whole or in part, if the other party materially breaches its obligations under this Agreement and is in default through no fault of the terminating party. However, no such termination may be effected unless the other party is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement. 17.2 In addition to termination under subparagraph A of this Section, CITY may ter- minate this Agreement for its convenience, in whole or in part, provided the ENGINEER is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation with CITY before termination. 17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at the time of termination may be adjusted to the extent of any additional costs or damages CITY has incurred, or is likely to incur, because of the ENGINEER'S breach. In such event, CITY shall consider the amount of WORK originally required which was satisfactorily completed to date of termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at the date of termination and the cost to CITY of completing the WORK itself or of employing another firm to complete it. Under no circumstances shall payments made under G:VAN\YAKIMA-JC4\03-AGMT wpd 9 this provision exceed the contract price. In the event of default, the ENGINEER agrees to pay CITY for any and all damages, costs, and expenses whether directly, indirectly, or consequentially caused by said default. This provision shall not preclude CITY from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld payments. 17.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience, the adjustment pursuant to the Agreement shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the ENGINEER reasonably incurs relating to commitments which had become firm before the termination, unless CITY determines to assume said commitments. 17.5 Upon receipt of a termination notice under subsections 17.1 or 17.2 above, the ENGINEER shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to CITY all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents, and materials as the ENGINEER or its subconsultants may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the ENGINEER retaining copies of the same. 17.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the WORK to completion utilizing other qualified firms or individuals; provided, the ENGINEER shall have no responsibility to prosecute further WORK thereon. 17.7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined that the ENGINEER has not so failed, the termination shall be deemed to have been effected for the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be determined as set forth in subparagraph 17.4 of this Section. 17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of CITY. If CITY agrees to termination of this Agreement under this provision, payment shall be made as set forth in subparagraph 17.3 of this Section. SECTION 18 ARBITRATION 18.1 AD claims, counterclaims, disputes, and other matters in question arising out of, or relating to, this AGREEMENT or the breach thereof may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. Either CITY or ENGINEER may initiate a request for such arbitration, but consent of the other party to such arbitration shall be a necessary precondition to arbitration. SECTION 19 NOTICE 19.1 Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth below. Notice shall be considered issued and effective upon receipt thereof by the addressee -party, or seventy-two hours after mailing by certified mail to the place of business set forth below, whichever is earlier. G:VAN\YAKIMA-JC4\03-AGMT wpd 10 CITY: City of Yakima Public Works Department 2301 Fruitvale Boulevard Yakima, WA 98902 Attn: Mr. Chris Waarvick, Public Works Director ENGINEER: HUIBREGTSE, LOUMAN ASSOCIATES, INC. 801 North 39"' Avenue Yakima, WA 98902 Attn: William L. Huibregtse, PE, Principal in Charge IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Signature Printed Name: Printed Name: Richard A. Zais, Jr. William L. Huibregtse Title: Citv Manager Title: President Date: Date: % t 00' -- 5--- (— 0 Z - Attest City Clerk ,fO. REsOLWTIOts NO aDva tlei G:\JAN\YAKIMA-JC4\03-AGMT wpd 11 STATE OF WASHINGTON ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that .�, N, i .27 Z» is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as the d it y MAN/46e of CITY OF YAKIMA to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated: ,51/49/eaa2 Seal or Stamp G:VAN\YAKIMA-JC4\03-AGMT wpd gr ture) Title mho .9 Z(.142-,‹/sv Printed Name My commission expires: ►.9%/26 12 STATE OF WASHINGTON ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that William L. Huibregtse, PE, is the person who appeared before me, and said person acknowledged that he/sG signed this instrument, on oath stated that heisiOrwas authorized to execute the instrument, and acknowledged it as the President of Huibregtse, Louman Associates, Inc. to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated: Seal or Stamp G:UAN\YAKI MA-JC4\03-AG MT. wpd i( (2; ( /?/1' i:-)- ignature) 7- Title - (71f�fi)/!rl :fit! /'-,k/ Printed Name My commission expires: 6V%1 21A`' 13 EXHIBIT A CITY OF YAKIMA - KIWANIS PARK DEVELOPMENT SCOPE OF WORK PHASE 1 - MASTER PLANNING During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Kiwanis Park Development 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 preliminary investigation, research, preliminary design alternatives, and preliminary cost estimates. ASSUMPTIONS: This scope of work is prepared and offered with the following understanding: ❖ All of the property for this Kiwanis Park Development has been acquired by the CITY, and existing structures will be cleared and disposed of by CITY forces. ❖ There are no toxic materials, asbestos, or other hazardous materials on this site. ❖ The existing, old incinerator building will remain in place through the master planning and primary construction phase. ❖ Existing pond to stay where and as is. ❖ Existing Kiwanis municipal well and pumphouse to stay where and as is. ❖ CITY will provide written summary of all park functions and activities to be included in this Kiwanis Park Development prior to ENGINEER beginning work. ❖ CITY will provide title reports for all property to be included in this Kiwanis Park Development prior to ENGINEER beginning work. ❖ CITY staff will select all playground equipment for inclusion in this Kiwanis Park Development. 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 JGM Landscape Architects, Davis -Opfer -Raab Architecture, progress reports, and invoicing. G:UAMYAK I MA-JC4\02-SCOPE. wpd 1 B. Preliminary Project Budget. The project manager will prepare an overall park development budget including various construction cost elements, design services, preparation of contract documents, advertising for bids, and construction contract administration. C. Park Development Phasing. The project manager, along with landscape architect, will identify park development phasing and construction sequencing to meet CITY budget needs and park usage needs. D. 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. E. Public Meetings. Attend up to three (3) public meetings in support of the CITY to address technical aspects of the work related to preliminary design and preliminary cost estimates for the Project. 2. LAND SURVEYING A. Contact the utility locate service and request field locations of existing utilities on streets around the site and through the site. B. Perform field topographic surveying for horizontal and vertical locations of visible physical features on the site including curbs, gutters, sidewalks, driveways, utility poles, building outlines, manholes, invert elevations, valve boxes, fire hydrants, slabs, and signs. C. Obtain utility record maps from serving utilities. D. Prepare a topographic base map showing the survey and utility information. E. Indicate the site boundary and legal description on the topographic base map. F. Verify and/or set in the field the exterior corners of the overall site. G. Prepare a Record of Survey map and file with Yakima County Auditor's office. Provide copies of the map to the CITY. H. Provide electronic copy of the topographic base map and paper prints to the design team members. 3. CIVIL ENGINEERING A. Review the existing ground contours, utilities, and surface features and prepare preliminary site grading concepts. B. Prepare preliminary utility service plan including domestic water, sanitary sewer, electrical power, and telephone. C. Review existing streets adjacent to the park site and streets providing access to the park site. Identify needed street improvements, drainage, and illumination for compliance with Title 12 of the Yakima Municipal Code and for ingress/egress for park activities. G:\JAN\YAK I MA-JC4\02-SCOPE. wpd 2 D. Prepare preliminary layout for vehicle parking facilities. E. Prepare preliminary estimate of probable construction cost of identified improve- ments. 4. LANDSCAPE ARCHITECTURE A. Visit and photograph the site to record existing facilities, lay of the land, site amenities and readily visible constraints, and adjacent land uses. B. Review existing information including prior plans, documents, and cost estimates. C. Meet with Parks Manager and other CITY staff to develop a program of alternatives for development. (Meeting in Yakima). D. Develop a scaled drawing base for depicting park plan alternatives. E. Review finalized program alternatives with Parks Manager and CITY staff via telephone, fax, and mail. F. Prepare two (2) Diagrammatic Park Plans reflecting approved program alternatives. Prepare preliminary cost estimates that reflect differences between the two plans. Deliverables: Two (2) hand colored diagrammatic park plans on mylar (Size: 24" x 36" or 30" x 42" depending on appropriate scale. Two reduced size (11" x 17") black and white copies of each plan suitable for reproduction by photocopier. G. Review the two (2) Diagrammatic Park Plan alternatives and preliminary cost estimates with the Parks Manager and other CITY staff via telephone, fax, and mail to solicit review comments. H. Present the two (2) Diagrammatic Program Alternatives to the Parks and Recreation Commission for review and comments. The Parks and Recreation Commission shall select a preferred alternative for further refinement. (Meeting in Yakima.) Develop a refined Draft Master Plan of the selected alternative. Prepare preliminary project phasing and estimate of probable construction cost for each phase of the refined plan. Deliverables: One (1) hand colored park plan on mylar. One reduced size (11" x 17") black and white copy of the plan suitable for reproduction by photocopier. J. Review the Draft Master Plan with the Parks Manager and other CITY staff via telephone, fax, and mail to solicit comments. K. Present the Draft Master Pian to the Parks and Recreation Commission for review and comments. (Meeting in Yakima.) L. Make revisions as necessary, based on Parks and Recreation Commission review comments to the draft Master Plan. Prepare a revised Master Plan level Estimate of Probable Construction Cost with proposed phasing schedule. G:VANWAKIMA-JC4\02-SCOPE.wpd 3 M. Review the Draft Master Plan with members of the City Council in a work session. (Meeting in Yakima.) N. Present the Draft Master Plan to the City Council for adoption. (Meeting in Yakima.) O. Deliver approved Master Plan to the Parks Manager. 5. STRUCTURE ARCHITECTURE A. Meet with CITY representatives to identify the proposed needs for the buildings and immediate site (restroom and concession stand). B. Develop conceptual floor plans and elevations. C. Meet with CITY representatives to review the concepts. D. Incorporation of CITY changes into a "final" conceptual floor plan and elevation to be included in the overall master plan. E. Prepare preliminary estimate of probable construction cost for the new buildings. The following two phases of professional services work for this project (PHASE 2 - DESIGN AND FINAL PLANS AND SPECIFICATIONS and PHASE 3 - SERVICES DURING CONSTRUCTION) are provided for information only at this time. The scope and cost of PHASE 2 and PHASE 3 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: 6. PHASE 2 - DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Provide assistance for project updates and related administrative documents to the appropriate agencies which have jurisdiction over funding, design, and construction of this project. B. Perform the additional field investigations and field surveying, if necessary, to design the identified improvements. C. Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans. D. 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. E. Furnish the CITY thirty (30) copies of the final Plans and Specifications for bidding and construction. F. 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 governmental authorities as have jurisdiction over design criteria applicable to the Project. G:\JAMYAKI MA-JC4\02-SCO P E. wpd 4 G. Answer and supply such information as is requested by prospective bidders. H. Prepare and issue addenda, if necessary. 1. Prepare the Engineer's Estimate of construction cost. J. Attend bid opening and participate in the bid opening and evaluation process. K. Prepare tabulation of all bids received by the CITY and review bidder's qualifica- tions. L. Make recommendation of construction contract award to the lowest responsible bidder. 7. PHASE 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. 1. Prepare and furnish reproducible record drawings of all completed work from as - built drawings furnished by the CITY's construction contractor. G: JAMYAKIMA-JC4\02-SCOPE.wpd 5 EXHIBIT B KIWANIS PARK DEVELOPMENT Professional Fees Compensation for professional services will be on a time spent basis at the specific hourly rates shown on Exhibit C, plus reimbursement for direct non -salary expenses. The following spreadsheet shows the estimated time and expenses to perform this Phase 1 - Master Planning work. The maximum amount of compensation to the ENGINEER for this Phase 1 - Master Planning will be $71,213.60. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE. KIWANIS PARK DEVELOPMENT CLIENT CITY OF YAKIMA JOB NUMBER: 02032 Huibregtse, Louman Associates, Inc. DATE. April 30, 2002 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $115 $95 $88 $69 $126 $45 PHASE 1 - MASTER PLANNING FOR KIWANIS PARK DEVELOPMENT PROJECT MANAGEMENT 1A Project Management 24 6 30 3,030.00 18 Preliminary Project Budget 8 2 10 1,010.00 1C Park Development Phasing 8 8 920.00 1D Project Meetings 9 2 11 1,125.00 1E Public Meetings 9 2 11 1,125.00 LAND SURVEYING 2A Contact Utility Locate Service 4 4 352.00 2B Perform Field Topographic Survey 56 56 7,056.00 2C Obtain Utility Record Maps 4 4 8 628.00 20 Prepare Topographic Base Map 48 48 3,312.00 2E Site Boundary and Legal Desc. 16 8 24 48 4,984.00 2F Set Exterior Corners of Overall Site 2 2 16 20 2,330.00 2G Prepare Record of Survey Map 2 16 18 1,280.00 2H Provide Electronic Copy of Topographic Map 1 1 2 157 00 G:\JAN\YAKIMA-JC4\05 - KP EST wpd 1 TASK NO PROJECT TASK Principal Engineer Licensed Prof Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical 5115 S95 S88 S69 5126 S45 TOTAL HRS TASK DIRECT COSTS CIVIL ENGINEERING 3A Review Existing Ground, Utili- ties, and Features and Prepare Site Grading 8 16 8 32 2.992.00 3B Prepare Preliminary Utility Ser- vice Plan 8 16 8 32 2.992.00 3C Review Existing Streets and Identify Needed Street Improvements 8 8 920 00 3D Prepare Preliminary Layout for Vehicle Parking 8 16 8 32 2,992.00 3E Prepare Preliminary Estimate of Construction Cost 8 2 10 1,010.00 Labor Subtotal 98 48 29 103 96 14 388 38,215.00 EXPENSES. hours S/hr Computers: 0 00 Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel 50.00 0.00 Mileage 50.00 0.00 Meals/Lodging 50.00 0.00 Misc. expenses: FAX 25.00 TELEPHONE 50.00 POSTAGE 50.00 PRINTING 175.00 SUB -CONSULTANTS: 1. JGM Landscape Architects 21,726.00 x 1 1 23,898.60 2. Davis -Opfer -Raab Architecture 5,000.00 5,500.00 3. Geotechnical Investigation 3,000.00 3,300.00 Subtotal - Labor 38,215.00 Subtotal - Expenses 300 00 Subtotal - Subconsultants 32,698.60 Total - MASTER PLANNING KIWANIS PARK DEVELOPMENT S71,213.60 G:UAN\YAKIMA-JC4\05 - KP EST wpd 2 EXHIBIT "C" SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2002, Through December 31, 2002) Principal Engineer $115.00 per hour Licensed Professional Engineer $95.00 per hour Licensed Professional Land Surveyor $88.00 per hour Project Engineer $79.00 per hour CAD Technician $69.00 per hour Resident Engineer/Inspector $66.00 per hour Surveyor $66.00 per hour Senior Engineering Technician $52.00 per hour Engineering Technician $45.00 per hour Word Processing Technician $45.00 per hour Two Man Survey Party $126.00 per hour Three Man Survey Party $164.00 per hour Vehicle Mileage $0.30 per mile Global Positioning Survey System Fee $70.00 per hour G:VAMYAKIMA-JC4\03•AGMT wpd EXHIBIT "C" SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2003, Through December 31, 2003) Principal Engineer $119.00 per hour Licensed Professional Engineer $98.00 per hour Licensed Professional Land Surveyor $91.00 per hour Project Engineer $82.00 per hour CAD Technician $71.00 per hour Resident Engineer/Inspector $68.00 per hour Surveyor $68.00 per hour Senior Engineering Technician $54.00 per hour Engineering Technician $47.00 per hour Word Processing Technician $47.00 per hour Two Man Survey Party $130.00 per hour Three Man Survey Party $170.00 per hour Vehicle Mileage $0.32 per mile Global Positioning Survey System Fee $72.00 per hour G:VAMYAKIMA-JC4\03-AGMT wpd City of Yakima Parks and Recreation Larson, Kissel, and Kiwanis Parks Estimated Project Cost Summary Revised - Ma v 1, 2002 Project Expenditures Funding Sources Amended Estimated Costs Actual/Projected To Date Amended Potential Grants/ Donations Proceeds from Sale of Larson Park Sale of Larson Park Property $2,497,000 Larson Relocation: Restrooms $175,000 Playground 25,000 Trees 2,000 Volleyball 5,000 $100,000 Utilities 15,000 Miscellaneous 10,000 $10,000 $100,000 Demolition of Ballfields (1) and Tennis Courts 0 1,025,734 Contingency @ 10% 23,000 Total $255,000 $10,000 (DOE) ($255,000) Adjusted Balance $2,242,000 Project Expenditures Funding Sources Amended Estimated Costs Actual/Projected To Date Amended Potential Grants/ Donations Proceeds from Sale of Larson Park Expenses: Kissel Development: (2) Tennis Courts, Parking, Curb/Pathway, Irrigation, Turf, Site Preparation, Restrooms, Security Lighting Pilot Project Test Project Environ. Remediation $100,000 Sales Tax Sub -Total $1,111,484 $100,000 Contractor's Bid 1,025,734 Contingency @ 5% 55,574 Resources: (DOE) Pilot Project $ 12,750 Test Project 54,750 Remediation Project 471,676 Sub -Total $539,176 Total Kissel Expenses $1,167,058 1,025,734 $639,176 ($527,882) Adjusted Balance $1,714,118 (1) Paid for by YVCC. (2) This amount does not fully develop Kissel Park. T-P&R Sale of Larson Park Chart 1 -- May 1, 2002 Project Expenditures Funding Sources Amended Estimated Costs Actual/Projected To Date Amended Potential Grants/ Donations Proceeds from Sale of Larson Park Kiwanis Park (1) • City Parks Capital Fund 100,000 2) Financial Analysis/Other 1,500 Beginning Set -Aside (Adjusted Balance) 599,447 Sub -Total $1,714,118 Land Purchase $1,545,000 $1,580,630 Contingency + 5% 111,000 Legal 30,000 35,000 Total $2,341,000 Appraisals 18,000 16,194 Clean -Up 60,000 75,000 Total Potential Resources Env. review, interest, taxes 30,000 27,560 Donation from Service Clubs $599,447 IAC Grant 489,130 (645,807) Sub -Total $1,683,000 $1,734,384 $1,088,577 BLD Project $ 260,000 Estimated Potential Resources 1) Retainer $50,000 $50,000 • City Parks Capital Fund 100,000 2) Financial Analysis/Other 1,500 1,272 599,447 Sub -Total $51,500 $51,500 WA State Grant $1,250,000 (3) ($51,500) Adjusted Balance $1,016,811 Interest Earnings $ 80,000 (2) Sub -Total -- Revenue Remaining $1,096,811 Construction Design/A & E $ 260,000 Estimated Potential Resources Ballfield Rebuild (3) 1,440,000 • City Parks Capital Fund 100,000 Ballfield Parking 300,000 • Service Club Gifts 599,447 Offsite Work/Site Prep 230,000 2,497,000 WA State Grant $1,250,000 (3) Contingency + 5% 111,000 • Interest from Sale Total $2,341,000 • DOE Kissel Grant Reimbursements 539,176 Final Estimated Balance $ 5,811 Summary -- Total Estimated Project Expenditures $5,548,942 Estimated Potential Resources • City Parks Capital Fund 100,000 • Service Club Gifts 599,447 • Sale of Larson Park 2,497,000 • State IAC Funds 489,130 • Interest from Sale 80,000 • DOE Kissel Grant Reimbursements 539,176 • Wash. State Grant 1,250,000 Total Potential Resources $5,554,753 (1) (2) (3) This includes all parcels within the section down to Beech Street. Projected interest through year-end 2002. This is from the Washington State Economic Stimulus Package for 2002 T-P&R Sale of Larson Park Chart 2 -- May 1, 2002 Kiwanis Club of Apple Valley April 24, 2002 CITY OF YAKIMA MAY 1 2002 OFFICE or CITY COUNCIL • Honorable Mayor and Members of the City Council Apple Valley Kiwanis would like to request that a skate park feature be considered in the Kiwanis Park Redevelopment Master Plan. The feature we propose would require approximately 10,000 20,000 sq. ft City Parks and Recreation will be involved in the design process. We would appreciate the opportunity to provide a second skate park in Yakima. Thank you for your consideration. Ron Bonlender, President Apple Valley Kiwanis Yakima Parks & Recreation Arbor Day Tree Planting Ceremony Friday April 26, 2002 The dedication site before the planting Mike Nixon welcomes everyone. Denise Nichols Mary Place talks about the thanks the club history of the Park members. Club members are put to work filling in dirt around the trees. Rotary Kiwanis Lions Members from the three clubs stand proud in front of the dedication site and their trees. ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 8 For Meeting of: May 7, 2002 A Resolution Authorizing an Engineering and Design Services Agreement for Kiwanis Park Redevelopment Chris Waarvick, Director of Public Works Denise Nichols, Parks and Recreation Manager Kay Adams, City Engineer CONTACT PERSON/TELEPHONE: Chris Waarvick, 576-6411 SUMMARY EXPLANATION: Staff respectfully requests Council consideration of the attached resolution authorizing execution of an agreement with Huibregtse, Louman Associates Inc. to provide design services for Kiwanis Park. The City Engineer's roster of qualified consultants was used to select the firm referenced. This first phase of the work calls for providing the City a view of what a fully redeveloped site would look like with first priority to providing new and upgraded ballfields followed by other amenities which the neighborhood desires. Additional funding from the state has been approved, in large measure to Senator Alex Deccio's efforts, enabling this development to move forward with Council approval. The Governor signed the Supplemental Capital Budget, including (Continued on next page) Resolution X Ordinance Other (Specify) Contract X Mail to (name and address): Huibregtse Louman Associates, 509 W. Chestnut, Yakima, WA 98902 Please send a signed copy to Parks es Rec Phone: 509/453-3693 Funding Source: Parks and Recreation Capital -- $71,214 -- Exhibit B APPROVED FOR SUBMITTAL : City Manager STAFF RECOMMENDATION: Staff respectfully recommends adoption of the attached resolution authorizing execution of the Engineering and Design Services Agreement with Huibregtse, Louman Associates Inc. for the Kiwanis Park project. BOARD/COMMISSION RECOMMENDATION: The Commissioners unanimously approved a motion to recommend to Council that, as soon as possible, the City begin engineering and design assessment of the new Kiwanis acreage. COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2002-51 $1.25 million for "Yakima Rallfelds_" The sale of a portion of Larson Park to Yakima Valley Comm?nity College (YVCC) netted the City approximately $2.5 million. Please see attached worksheet detailing our current analysis of the distribution of the sale proceeds. The Larson Park Proceeds worksheet identifies that annrnximately 17 :141 non is available fnr wanPark1Ciic Princt 'aryl ar• iiicitinn phase. T.he state p�gra.n.t is reimbursable through Community Trade 86 Economic Development (::TED). A contract between the City and the State will be brought before Council to formalize the $1.25 million grant, and it appears that a grant condition exists on the CTED money stipulating that significant progress must be made by June 2003 on this project. Our goal is to construct as many ballfields as possible with the resources at hand. We strive for three new fields with one existing field for a total of four. The Master Site Plan will identify how many more additional fields are possible and at what cost in addition to the other future amenities. Upon Council approval of this request, site engineering and design services would begin as detailed in the attached Scope of Work (Exhibit A). Funding for this design service will come from the Parks and Recreation Capital account designated ander Kiwanis Park Development. The City's Parks and Recreation staff intend to competitively apply for an additional $300,000 grant from the Interagency Committee for Outdoor Education (IAC) for Kiwanis Park redevelopment. Staff has not included this amount in the attached cost and revenue worksheet. We also intend to investiggate and apply for SEID Board dollars for economic development with respect to road and utility infrastructure work. Also included is a copy of the letter from Kiwanis Club of Apple Valley requesting consideration for a skate park in the Site Master Plan. ITEM TITLE: SUBMI'i 1ED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of: May 7, 2002 A Resolution Authorizing an Engineering and Design Services Agreement for Kiwanis Park Redevelopment Chris Waarvick, Director of Public Works Denise Nichols, Parks and Recreation Manager Kay Adams, City Engineer CONTACT PERSON/TELEPHONE: Chris Waarvick, 576-6411 SUMMARY EXPLANATION: Staff respectfully requests Council consideration of the attached resolution authorizing execution of an agreement with Huibregtse, Louman Associates Inc. to provide design services for Kiwanis Park. The City Engineer's roster of qualified consultants was used to select the firm referenced. This first phase of the work calls for providing the City a view of what a fully redeveloped site would look like with first priority to providing new and upgraded ballfields followed by other amenities which the neighborhood desires. Additional funding from the state has been approved, in large measure to Senator Alex Deccio's efforts, enabling this development to move forward with Council approval. The Governor signed the Supplemental Capital Budget, including (Continued on next page) Resolution X Ordinance Other (Specify ) Contract X Mail to (name and address): Huibregtse Louman Associates, 509 W. Chestnut, Yakima, WA 98902 Please send a signed copy to Parks & Rec Phone: 509/453-3693 Funding Source: Parks and Recreation Capital -- $71,214 -- Exhibit B APPROVED FOR SUBMITTAL:: : a > City Manager STAFF RECOMMENDATION: Staff respectfully recommends adoption of the attached resolution authorizing execution of the Engineering and Design Services Agreement with Huibregtse, Louman Associates Inc. for the Kiwanis Park project. BOARD/COMMISSION RECOMMENDATION: The Commissioners unanimously approved a motion to recommend to Council that, as soon as possible, the City begin engineering and design assessment of the new Kiwanis acreage. COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2002-51 $1.25 million for "Yakima Ballfields." The sale of a portion of Larson Park to Yakima Valley Comrniunity College (Y OO) netted the City approximately $2.5 million. Please see attached worksheet detailing our current analysis of the distribution of the sale proceeds. The Larson Park Proceeds worksheet identifies that approximately $2,341,000 is available for Kiwanis Park, post land acquisition phase. The state grant is reimbursable through Community Trade & Economic Development (CTED). A contract between the City and the State will be brought before Council to formalize the $1.25 million grant, and it appears that a grant condition exists on the CTED money stipulating that significant progress must be made by ,Tune 2003 on this project_ Our goal is to construct as many hnllfields as possible with the resources at hand. We strive for three new fields with one existing field for a total of four. The Master Site Plan will identify how many more additional fields are possible and at what cost in addition to the other future amenities. i.ii.3. Upon Council approval of this request, site engineering and design services would begin as detailed in the attached Scope of Work (Exhibit A). Funding for this design service will come from the Parks and Recreation Capital account designated under Kiwanis Park nevelopment, The City's Parks and Recreation staff intend to competitively apply for an additional $300,000 grant from the interagency Committee for Outdoor Rd -urn tinn (IAC) for Kiwanis Park redevelopment. Staff has not included this amount in the attached cost and revenue worksheet. We also intend toinvestigate and apply for s- �o --- - SEID Board dollars for economic development with respect to road and utility infrastructure work. Also included is a copy of the letter from Kiwanis Club of Apple Valley requesting consideration for a skate park in the Site Master Plan. RESOLUTION NO. R-2002- 51 A RESOLUTION authorizing and directing the City Manager of the City of Yakima to execute a contract with Huibregtse, Louman Associates, Inc. for engineering design services for Kiwanis Park and authorizing the City Manager to sign all subsequent applications, agreements, amendments, and other documents relating to Kiwanis Park development. WHEREAS, the City of Yakima operates and maintains an extensive parks system and conducts a substantial recreational program; and, WHEREAS, the sale of a portion of Larson Park to Yakima Valley Community College necessitates relocation and consolidation of Yakima's recreational ballfields to a more suitable site to help meet active youth and adult recreational needs in Yakima, Washington; and, WHEREAS, additional funding from the State of Washington has been approved, in large measure due to Senator Alex Deccio's efforts, therefore enabling this development to move forward; and WHEREAS, Governor Gary Locke signed the Supplemental Capital Budget, including $t25 million for "Yakima Ballfields"; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to contract with Huibregtse, Louman Associates, Inc. for engineering design services, and Huibregtse, Louman Associates, Inc. is willing to perform these engineering design services required by the City in accordance with the terms and conditions of the attached agreement, now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager of the City of Yakima is hereby authorized and directed to execute the attached and incorporated engineering design services contract with Huibregtse, Louman Associates, Inc., and all subsequent applications, agreements, amendments, and other documents relating to redevelopment of Kiwanis Park, Yakima, Washington. ADOPTED BY THE CITY COUNCIL this % day of May, 2002. S/ MARY PLACE Al 1'EST: Mary Place, Mayor l Ari KAREN S. ROBERTS, CMC City Clerk AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 1 This Addendum, hereinafter identified as Addendum No. 1, 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 9th day of May 2002, by the CITY OF YAKIMA, hereinafter called the"CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WHEREAS, the City Council of the CITY at their meeting on December 17, 2002, approved the scope of improvements for the first construction phase of Kiwanis Park. 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 additional work tasks described in the attached Addendum No. 1 Exhibit A. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A LUMP SUM BASIS: For the services described in the attached Addendum No. 1 Exhibit, compensation shall be on a lump sum basis as shown on the attached Addendum No. 1 Exhibit B. 5.3 Add the following: "For services provided on a lump sum basis, monthly invoices based on the estimated percent of completion of the services shall be prepared by the ENGINEER and transmitted to the CITY for review and payment." SECTION 7 PROJECT SCHEDULE AND BUDGET Add the following: "7.3 The ENGINEER shall complete the design and final plans and specifications ready for bid advertisement within ninety (90) calendar days from the date of execution of this Addendum No. 1 by the CITY." SECTION 11 SUBCONTRACTS 11.3 CITY hereby authorizes the ENGINEER to subcontract with persons and firms listed below: Add the following: "Conley Engineering, Inc." G:W AMYAKI MA-JC4\20.wpd HLA Project No. 02032 Page 1 of 2 IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 1, as of this day of 50,. , 2003. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. eZe Signature Signature Printed Name: Printed Name: Richard A. Zais, Jr. William L. Huibregtse Title: City Manager Date: C7 D 3 Attest Ka) -u__„1/4_, �•1 City Clerk —z_3—o 3 City Contract No. g OO 3 ® 0 3 Resolution No. ® •©C) 3 -- G: JAN\YAKIMA-JC4\20.wpd HLA Project No. 02032 Title: President Date: / /,s1-03 Page 2 of 2 ADDENDUM NO. 1 EXHIBIT A CITY OF YAKIMA - KIWANIS PARK DEVELOPMENT SCOPE OF WORK DESIGN AND FINAL PLANS AND SPECIFICATIONS During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Kiwanis Park Development 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. ASSUMPTIONS: This scope of work is prepared and offered with the following understanding: ❖ All of the property for this Kiwanis Park Development has been acquired by the CITY, and existing structures will be cleared and disposed of by CITY forces. ❖ There are no toxic materials, asbestos, or other hazardous materials on this site. ❖ The existing, old incinerator building will remain in place through the master planning and primary construction phase. •S Existing pond to stay where and as is. ❖ Existing Kiwanis municipal well and pumphouse to stay where and as is. ❖ CITY staff will prepare a State Environmental Policy Act (SEPA) checklist and complete the SEPA review process for this Kiwanis Park Development project. + CITY staff will arrange for/perform any demolition work north of Maple Street within the existing park area. d• CITY staff will select all playground equipment for inclusion in this Kiwanis Park Development. ❖ CITY staff will arrange for/purchase portable outfield fencing. ❖ The Yakima City Council, at their meeting of December 17, 2002, approved the recommendation of the City Parks Commission, at their meeting of December 9, 2002, to proceed with the first phase of development of Kiwanis Park Improvements G: W AN\YAKI MA-JC4\19.wpd 1 identified as Option No. 2 including the following project elements (see attached drawing): Construct two (2) New Premium Softball Fields with 300' Outfield Fences: With Title 12 Street Improvements along South 13th Street and Beech Street With 140 Car Gravel Parking Lot With Full Vinyl Fencing With Bathroom and Concession Building With Asphalt Paved Plaza Area No Parking Lot Drainage Facilities No Concrete Curbs in Parking Lot No Concrete Sidewalk along Parking Lot No Tot Lot No Overhead Netting The following project elements shall be designed and included in the Final Plans and Specifications and are to be identified as "Additive Alternates." These Additive Alternates may be selected for construction by the Yakima City Council following bid opening: • Picnic Shelter • Asphalt Paving for Parking Lot with Curbing • Parking Lot Drainage Facilities • Cement Concrete Plaza Area 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 JGM Landscape Architects, Davis -Opfer -Raab Architecture, Conley Engineering, Inc., 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. C. Public Meetings. Attend up to two (2) public meetings in support of the CITY to address technical aspects of the work related to design and final plans and specifications for the Project. 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Provide assistance for project updates and related administrative documents to the appropriate agencies which have jurisdiction overfunding, design, and construction of this project. B. Perform the additional field investigations and field surveying, if necessary, to design the identified improvements. G:\JAN\YAKIMA-JC4\19.wpd 2 C. Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans. D. 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. E. Furnish the CITY forty (40) copies of the final Plans and Specifications for bidding and construction. F. 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 governmental authorities as have jurisdiction over design criteria applicable to the Project. G. Answer and supply such information as is requested by prospective bidders. H. Prepare and issue addenda, if necessary. I. Prepare the Engineer's Estimate of construction cost. J. Attend bid opening and participate in the bid opening and evaluation process. K. Prepare tabulation of all bids received by the CITY and review bidder's qualifica- tions. L. Make recommendation of construction contract award to the lowest responsible bidder. G:UAMYAKI MA -J C4\19.wpd 3 ADDENDUM NO. 1 EXHIBIT B KIWANIS PARK DEVELOPMENT Professional Fees Compensation for professional services for Design and Final Plans and Specifications will be on a lump sum basis. The following spreadsheet shows the estimated time and expenses to perform this Design and Final Plans and Specifications. The lump sum amount of compensation to the ENGINEER for this Design and Final Plans and Specifications will be $198,369.95. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE. KIWANIS PARK DEVELOPMENT CLIENT CITY OF YAKIMA JOB NUMBER: 02032 Huibregtse, Louman Associates, Inc. DATE. December 31, 2002 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $119 $98 $91 $71 $130 $47 DESIGN AND FINAL PLANS AND SPECIFICATIONS FOR KIWANIS PARK DEVELOPMENT (TWO BALLFIELDS) PROJECT MANAGEMENT 6A Project Management 120 8 0 60 0 8 196 19,700.00 6B Field investigations and field surveying 20 0 4 12 20 0 56 6,196.00 6C Perform the preliminary design 220 30 0 260 0 16 526 48,332.00 6D Final design, Plans, and Specifications 63 0 0 80 0 16 159 13,929.00 6E Furnish copies of Plans and Specifications 2 0 0 4 0 4 10 710.00 6F Furnish engineering data for approvals 6 0 0 0 0 2 8 808.00 6G Answer bidders questions 12 0 0 0 0 0 12 1,428.00 6H Prepare and issue addenda 8 0 0 8 0 4 20 1,708.00 61 Prepare Estimate of construc- tion cost 10 0 0 0 0 2 12 1,284.00 6J Attend bid opening 4 0 0 0 0 0 4 476.00 6K Prepare tabulation of bids 4 0 0 0 0 2 6 570.00 G:WAN\YAKIMA-JC4\18 - KP EST2.wpd 1 TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $119 $98 $91 $71 $130 $47 6L Make recommendation of con- struction contract award 2 0 0 0 0 2 4 332.00 Labor Subtotal 471 38 4 424 20 56 1013 95,473.00 EXPENSES: hours $/hr Computers: 0.00 Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $0.00 0.00 Meals/Lodging $0.00 0.00 Misc. expenses: FAX 25.00 TELEPHONE 100.00 POSTAGE 100.00 PRINTING 4,800.00 SUB -CONSULTANTS: 1. JGM Landscape Architects 54,074.50 x 1 1 59,481 95 2. Davis -Opfer -Raab Architecture 25,800.00 x 1.1 28,380.00 3. Conley Engineering, Inc. 9,100.00 x 1.1 10,010 00 Subtotal - Labor 95,473.00 Subtotal - Expenses 5,025.00 Subtotal - Subconsultants 97,871.95 Total - DESIGN AND FINAL PLANS AND SPECIFICATIONS $198,369.95 G:WAN\YAKIMA-JC4\18 - KP EST2.wpd 2 -r rtAlle 1 CITY OP YAKIMA KIWANIS PARK 4,..w 'ONCEPTUAL ALT. A PHASE I (SITE WORK AND 2 SOUTH BALLFIELOS lisNcs�ts., L.ataaa Associates, lac. Ow nO•1101040 • IAM .I.MNI.. MONS w rw Al .... •t *M - nal MMM. •,. mop 114.11110 3 City of Yakima KIWANIS PARK DEVELOPMENT PHASE ONE Preliminary Project Cost Summary December 31, 2002 Professional Design Fee Breakdown for Option 2 recommended by the Parks and Recreation Commission and selected by City Council on December 17, 2002. Option 2 includes the following basic park improvements. (2) Premium Softball Fields (lighted) Title 12 Frontage Improvements (Beech and 13t'1 Street) 140 Car Gravel Parking Lot (lighted) Asphalt Paved Plaza Area Full Vinyl Fencing New Bathroom/Concession Building The following features will be designed and included in the bid package as additive alternates: 140 Car Asphalt Paved Parking Lot Parking Lot Perimeter Concrete Curb and Gutter Parking Lot Drainage Facilities Concrete Plaza Area Picnic Shelter Cost Breakdown/Summary Estimated Construction Cost of Basic Improvements Includes Contingency, Tax, Contractor Overhead and Mobilization. Estimated Construction Cost of Bathroom/Concession Bldg.* Estimated Construction Cost of Picnic Shelter* Estimated Construction Cost of Title 12 Improvements* Estimated Construction Cost of Full Vinyl Fencing* Subtotal Construction (*) includes Contingency, Tax, Contractor Overhead and Mobilization Total Design Fee per this Amendment, includes. Design of Basic Park Improvements Design of Title 12 Improvements, Design of Restroom/Concession Building, Design of Additive Alternates Estimated Construction Administration Fee (For Future Addendum Consideration) $ 1,252,797.74 $ 205, 336.00 $ 70, 500.00 $ 207,086 00 $ 24, 000.00 $ 1, 759, 719.74 $ 198,369.95 $ 83,392.00 Total Estimated Cost per Option 2 Estimate dated 11/22/02 $ 2,041,481.69 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. -Y i D. - For Meeting of: January 21, 2003 ITEM TITLE: A Resolution Authorizing Execution of an Agreement For Professional Services Addendum No. 1 with Huibregtse Louman Associates, Inc. for Phase One Development of Kiwanis Park SUBMITTED BY: Chris Waarvick, Director of Public Works Denise Nichols, Parks and Recreation Manager CONTACT PERSON/TELEPHONE: Denise Nichols, 575-6020 SUMMARY EXPLANATION: Staff respectfully requests Council consideration of the attached resolution authorizing execution of an agreement with Huibregtse, Louman Associates, Inc. to complete the design and final plans and specifications for Phase 1 development of Kiwanis Park. Professional Fees for services will not exceed $198,370 and are outlined in Exhibit "B." Resolution X Ordinance _Other (Specify) Contract Addendum for Kiwanis Park Development Contract X Mail to (name and address): Phone: Funding Source: APPROVED FOR SUBMITTAL:� _ � City Manager STAFF RECOMMENDATION: Staff respectfully requests Council to adopt the attached resolution authorizing execution of a contract addendum with Huibregtse, Louman Associates, Inc. for Kiwanis Park development. BOARD/COMMISSION RECOMMENDATION: The Parks and Recreation Commission recommends Kiwanis Park Development. COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2003-09 RESOLUTION NO. R-2003- 09 A RESOLUTION authorizing and directing the City Manager and the City Clerk of the City of Yakima to execute a contract addendum with Huibregtse, Louman Associates, Inc. for design and final plans and specifications for Phase One development of Kiwanis Park. WHEREAS, the sale of a portion of Larson Park to Yakima Valley Community College (YVCC) necessitates relocation and consolidation of Yakima's recreational ballfields to a more suitable site to help meet active youth and adult recreational needs in Yakima, Washington; and WHEREAS, resources have been identified for development at Kiwanis Park, including grant funding along with proceeds from the sale of a portion of Larson Park to YVCC, therefore enabling ballpark development to move forward; and WHEREAS, there is a June 2003 obligation requirement associated with the grant funding, the ballfields at YVCC will only be available for use through 2003, and there are detailed plans and specifications that need to be prepared to allow bidding and subsequent construction to begin in the Spring of 2003 since Phase 1 Kiwanis Park improvements need to be completed by the 2004 adult softball season; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to contract with Huibregtse, Louman Associates, Inc. for design and final plans and specifications for bidding and for the first construction phase of the Kiwanis Park Development Project; and Huibregtse, Louman Associates, Inc. is willing to perform these services required by the City in accordance with the terms and conditions of the attached agreement, now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk of the City of Yakima are hereby authorized and directed to execute the attached and incorporated Agreement for Professional Services Addendum No. 1 with Huibregtse, Louman Associates, Inc., for Development Design and Final Plans and Specifications for the Kiwanis Park Development Project, Yakima, Washington. ADOPTED BY THE CITY COUNCIL this 21s Clay of January 2003. ATTEST: 01/10/2003 • DVVerts City Clerk * SEAL • s/Mary Place Mary Place, Mayor Lti to be a true and correct copy of the c filed in my office. 1- a- 3- 3 CITY CLERK cu, 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 9th day of May 2002, and Addendum No. 1 executed on January 22, 2003, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WHEREAS, the City Council of the CITY at their meeting on December 17, 2002, approved the scope of improvements for the first construction phase of Kiwanis Park and the CITY now anticipates receipt of additional funds for a third new softball field at Kiwanis Park, 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 additional work tasks described in the attached Addendum No. 2 Exhibit A. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A LUMP SUM BASIS: For the services described in the attached Addendum No. 2 Exhibit, compensation shall be on a lump sum basis as shown on the attached Addendum No. 2 Exhibit B. SECTION 7 PROJECT SCHEDULE AND BUDGET Add the following: "7.3 The ENGINEER shall complete the design and final plans and specifications ready for bid advertisement within thirty (30) calendar days from the date of execution of this Addendum No. 2 by the CITY." IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 2, as of this ,.`tip`` day of G'-"`-' , 2003. G: JANWAKIMA-JC4\29.wpd KA Project No. 02032 Page 1 of 7 CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Signature Printed Name: Printed Name: Richard A. Zais, Jr. William L. Huibregtse Title: Title: City Manager President Date: Date: GUp.Aci 0o 3 4fm/6 -03 Attest 1—, .2 /2.--6-0„--L., :-L-' City Clerk City Contract No. ---26)°;" — 3 7 Resolution No. k ' „?00,), -.3 / G:JAN\YAKIMA-JC4\29.wpd HLA Project No. 02032 Page 2 of 7 ADDENDUM NO. 2 EXHIBIT A CITY OF YAKIMA - KIWANIS PARK DEVELOPMENT SCOPE OF WORK DESIGN AND FINAL PLANS AND SPECIFICATIONS During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Kiwanis Park Development 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. ASSUMPTIONS: This scope of work is prepared and offered with the following understanding: + All of the property for this Kiwanis Park Development has been acquired by the CITY, and existing structures will be cleared and disposed of by CITY forces. ❖ There are no toxic materials, asbestos, or other hazardous materials on this site. + The existing, old incinerator building will remain in place through the master planning and primary construction phase. ❖ Existing pond to stay where and as is. ❖ Existing Kiwanis municipal well and pumphouse to stay where and as is. ❖ CITY staff will prepare a State Environmental Policy Act (SEPA) checklist and complete the SEPA review process for this Kiwanis Park Development project. ❖ CITY staff will arrange for/perform any demolition work north of Maple Street within the existing park area. ❖ CITY staff will select all playground equipment for inclusion in this Kiwanis Park Development. ❖ CITY staff will arrange for/purchase portable outfield fencing. + The City Staff and City Parks Commission have directed/recommended that the construction of a third new softball field be designed and included in the project plans and specifications as an additive alternate. G:\..IANWAKIMA-JC4\29.wpd Page 3 of 7 The following project elements shall be designed and included in the Final Plans and Specifications and are to be identified as "Additive Alternates." These Additive Alternates may be selected for construction by the Yakima City Council following bid opening: Construct one (1) Additional (Third) New Softball Field with 300' Outfield Fence: • With 160 Car Gravel Parking Lot • With Full Vinyl Fencing • With Asphalt Paved Plaza Area • No Parking Lot Drainage Facilities • No Concrete Curbs in Parking Lot • No Concrete Sidewalk along Parking Lot • No Tot Lot • No Overhead Netting Additional Additive Alternates for this Third New Softball Field Asphalt Paving for 160 Car Parking Lot Parking Lot Drainage Facilities Cement Concrete Plaza Area 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 JGM Landscape Architects, Davis -Opfer -Raab Architecture, Conley Engineering, Inc., 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. C. Public Meetings. Attend up to two (2) public meetings in support of the CITY to address technical aspects of the work related to design and final plans and specifications for the Project. 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Provide assistance for project updates and related administrative documents to the appropriate agencies which have jurisdiction over funding, design, and construction of this project. B. Perform the additional field investigations and field surveying, if necessary, to design the identified improvements. C. Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans. G: JAMYAKIMA-JC4\29.wpd Page 4 of 7 D. 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. E. Furnish the CITY forty (40) copies of the final Plans and Specifications for bidding and construction. F. 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 governmental authorities as have jurisdiction over design criteria applicable to the Project. G. Answer and supply such information as is requested by prospective bidders. H. Prepare and issue addenda, if necessary. I. Prepare the Engineer's Estimate of construction cost. J. Attend bid opening and participate in the bid opening and evaluation process. K. Prepare tabulation of all bids received by the CITY and review bidder's qualifica- tions. L. Make recommendation of construction contract award to the lowest responsible bidder. G:\JANWAKIMA-JC4\29.wpd Page 5 of 7 ADDENDUM NO. 2 EXHIBIT B KIWANIS PARK DEVELOPMENT Professional Fees Compensation for professional services for Design and Final Plans and Specifications will be on a lump sum basis. The following spreadsheet shows the estimated time and expenses to perform this Design and Final Plans and Specifications. The lump sum amount of compensation to the ENGINEER for this Design and Final Plans and Specifications will be $59,312.05. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE: KIWANIS PARK DEVELOPMENT CLIENT' CITY OF YAKIMA JOB NUMBER: 02032A Huibregtse, Louman Associates, Inc. DATE: April 16, 2003 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $119 $98 $91 $71 $130 $47 DESIGN AND FINAL PLANS AND SPECIFICATIONS FOR KIWANIS PARK DEVELOPMENT - ADDITIVE ALTERNATE FOR THIRD BALLFIELD PROJECT MANAGEMENT 6A Project Management 16 0 0 0 0 4 20 2,092.00 6B Field investigations and field surveying 4 0 2 4 8 0 18 1,982.00 6C Perform the preliminary design 80 0 0 80 0 4 164 15,388.00 6D Final design, Plans, and Specifications 80 40 0 100 0 16 236 21,292.00 6E Furnish copies of Plans and Specifications 2 0 0 4 0 4 10 710.00 6F Furnish engineering data for approvals 0 0 0 0 0 0 0 0.00 6G Answer bidders questions 0 0 0 0 0 0 0 0.00 6H Prepare and issue addenda 0 0 0 0 0 0 0 0.00 61 Prepare Estimate of construc- tion cost 0 0 0 0 0 0 0 0.00 6J Attend bid opening 0 0 0 0 0 0 0 0.00 6K Prepare tabulation of bids 0 0 0 0 0 0 0 0.00 G:WAN\YAKIMA-JC4\29 wpd Page 6 of 7 TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $119 $98 $91 $71 $130 $47 6L Make recommendation of construction contract award 0 0 0 0 0 0 0 0.00 Labor Subtotal 182 40 2 188 8 28 448 41,464.00 EXPENSES: hours $/hr Computers: 0.00 Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $0.00 0.00 Meals/Lodging $0.00 0.00 Misc. expenses: FAX 0.00 TELEPHONE 0.00 POSTAGE 0.00 PRINTING 0.00 SUB -CONSULTANTS: 1. JGM Landscape Architects 7,625.50 x 1 1 8,388.05 2. Davis -Opfer -Raab Architecture 0.00 x 1.1 0.00 3. Conley Engineering, Inc. 8,600.00 x 1.1 9,460.00 • Subtotal - Labor 41,464.00 Subtotal - Expenses 0.00 Subtotal - Subconsultants 17,848.05 Total - DESIGN AND FINAL PLANS AND SPECIFICATIONS $59,312.05 G:WAN\YAKI MA-JC4\29.wpd Page 7 of 7 •N W E NOT TO SCALE 0 Existing K-1 Field Kiwanis Pond w11....Stroot \ initial 140 Car Parking Lot Additional 160 Car Parking Lot E. Ilsooh Strimit E. Ileaoh Ilene AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 3 This Addendum, hereinafter identified as Addendum No. 3, 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 9"' day of May 2002, Addendum No. 1 executed on January 22, 2003, and Addendum No. 2 executed on April 29, 2003, by the CITY OF YAKIMA, hereinafter called the "CITY," and H U I BREGTSE, 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 additional work tasks described in the attached Addendum No. 3 Exhibit A - DeAtley Park And Nob Hill Irrigation System Improvements. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS: For the services described in the attached Addendum No. 3 Exhibit A, compensation shall be on a time spent plus expenses basis at the ENGINEER'S normal hourly billing rates shown on Exhibit C. SECTION 7 PROJECT SCHEDULE AND BUDGET Add the following: "7.3 The ENGINEER shall complete the design and final plans and specifications ready for bid advertisement within ninety (90) calendar days from the date of execution of this Addendum No. 3 by the CITY." IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 3, as of this day of G` e : , 2003. G:UAMYAKI MA-JC4\29. wpd HLA Project No. 02032 Page 1 of 8 CITY OF YAKIMA Printed Name: Richard A. Zais, Jr. Title: City Manager Date: 6/74 5 Attest City Clerk HUIBREGTSE, LOUMAN ASSOCIATES, INC. ( Signature Printed Name: William L. Huibregtse Title: President Date: _z --c,3 City Contract No. 2002-37 Resolution No. R-2002-51 G: V AN\YAKI MA-JC4\29.wpd HLA Project No. 02032 Page 2 of 8 ADDENDUM NO. 3 EXHIBIT A CITY OF YAKIMA - KIWANIS PARK SCOPE OF WORK DEATLEY PARK AND NOB HILL IRRIGATION SYSTEM IMPROVEMENTS During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Kiwanis Park Development 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, for the following irrigation pipe replacement project: The DeAtley Park (District No. 624) and Nob Hill (District No. 279) Irrigation Pipe Replacements within the City of Yakima Irrigation System. The DeAtley Park irrigation system includes approximately 2,500 linear feet of existing 2 -inch, 3 -inch, and 4 -inch irrigation pipe lines to be replaced. The Nob Hill irrigation system includes approximately 5,000 linear feet of existing 3 -inch, 4 -inch, 5 -inch, 6 -inch, and 8 -inch irrigation pipelines to be replaced. ASSUMPTIONS: This scope of work is prepared and offered with the following understanding: d• CITY shall provide full information as to project requirements. ❖ CITY shall assist the ENGINEER by placing at his disposal all available information pertinent to the Project including previous reports, drawings, plats, surveys, easements, utility records, and any other data relative to design and construction of the Project. ❖ CITY shall provide all easements and rights of way necessary for replacement/ installation of these irrigation pipelines. ❖ CITY shall examine all studies, reports, sketches, estimates, specifications, drawings, proposals, and other documents presented by the ENGINEER and render decisions in writing pertaining thereto within a reasonable time so as not to delay the work of the ENGINEER. ❖ CITY shall advertise for meetings and proposals for bidders, open the proposals at the appointed time and place, and pay for all costs incident thereto. G: WAN\YAKI MA-JC4\29.wpd Page 3 of 8 ❖ CITY shall make contact with and provide information to all affected property owners and coordinate required meetings. ❖ CITY shall obtain approval of all governmental authorities having jurisdiction over the Project and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. CITY shall print copies of the final plans and specifications and distribute to contractors, subcontractors, suppliers, plan centers, government agencies, and others with interest in this project. 1. PROJECT MANAGEMENT A. The project manager will coordinate ENGINEER's design with CITY staff to ensure work is completed on schedule, is technically competent, and meets the CITY's needs. B. Attend up to three (3) project meetings with CITY staff to coordinate design aspects of the project with the CITY. C. Attend up to four (4) neighborhood meetings, in support of the CITY to address technical aspects of the work related to design and final plans and specifications for the Project. 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Perform necessary field investigations to design the project. Sixteen (16) hours of field surveying is anticipated and included in the estimate of professional services fees. B. Evaluate alternatives for replacement of the identified irrigation pipelines. C. Evaluate alternatives for replacement of the Park Lane irrigation pump system and connection to the Nob Hill gravity irrigation system. D. Evaluate alternatives for replacement of exterior irrigation piping on the DeAtley Park pump facility, from the existing gate valve at the pump facility to the Queen Anne Boulevard system. No work on the existing 4 -inch line from the pump station to Peach Street is anticipated. E. Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans. F. 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. Plans will include plan view and details only. No profile views will be included. G. Furnish the CITY a reproducible original of the final Plans and Specifications for bidding and construction. G:W AN\YAK I MA-JC4\29. wpd Page 4 of 8 H. Furnish to the CITY engineering data for and assist in the preparation of the required documents so the CITY may secure approval of such governmental authorities as have jurisdiction over design criteria applicable to the Project. I. Answer and supply such information as is requested by prospective bidders. J. Prepare and issue addenda, if necessary. K. Prepare the ENGINEER's estimate of construction cost. L. Attend bid opening and participate in the bid opening and evaluation process. M. Prepare tabulation of all bids received by the CITY and review bidder's quali- fications. N. Make recommendation of construction contract award to the lowest responsible bidder. G:4)AN\YAKI MA•JC4\29.wpd Page 5 of 8 ADDENDUM NO. 3 EXHIBIT B KIWANIS PARK DEVELOPMENT DEATLEY PARK AND NOB HILL IRRIGATION SYSTEM IMPROVEMENTS Professional Fees Compensation for professional services for Design and Final Plans and Specifications will be on a time spent plus expenses basis at the ENGINEER's normal hourly rates shown on Exhibit C. The following spreadsheet shows the estimated time and expenses to perform this Design and Final Plans and Specifications. The maximum amount of compensation to the ENGINEER for this Design and Final Plans and Specifications will be $28,148.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE: KIWANIS PARK DEVELOPMENT - DEATLEY PARK AND NOB HILL IRRIGATION CLIENT' CITY OF YAKIMA JOB NUMBER: 03030 Huibregtse, Louman Associates, Inc. DATE: May 29, 2003 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $119 $98 $91 $71 $130 $47 1 Orientation and research 4 8 0 0 0 0 12 1,260.00 2 Evaluate alternatives 2 12 0 0 0 0 14 1,414.00 3 Prepare plan base maps 0 16 0 48 0 0 64 4,976.00 4 Preliminary design and details 2 32 8 48 16 0 106 9,590.00 5 Participate in neighborhood meetings 4 16 0 0 0 4 24 2,232.00 6 Final plans/specs 2 16 0 24 0 8 50 3,886.00 7 Bidding process 2 8 0 0 0 2 12 1,116.00 8 Open and evaluate bids 2 4 0 0 0 2 8 724.00 Labor Subtotal 18 112 8 120 16 16 290 25,198.00 EXPENSES: hours $/hr Computers: 0.00 Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $0.00 0.00 Meals/Lodging $0.00 0.00 G:W AN\YAKIMA-JC4\29.wpd Page 6 of 8 TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $119 $98 $91 $71 $130 $47 Misc. expenses: FAX 0.00 TELEPHONE 0.00 POSTAGE 0.00 PRINTING 200.00 SUB -CONSULTANTS: 1. Conley Engineering, Inc. 2,500.00 x 1.1 2,750.00 Subtotal - Labor 25,198.00 Subtotal - Expenses 200.00 Subtotal - Subconsultants 2,750.00 Total - DESIGN AND FINAL PLANS AND SPECIFICATIONS $28,148.00 G:\JAN\YAKI MA-JC4\29.wpd Page 7 of 8 EXHIBIT "C" SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2003, Through December 31, 2003) Principal Engineer $119.00 per hour Licensed Professional Engineer $98.00 per hour Licensed Professional Land Surveyor $91.00 per hour Project Engineer $82.00 per hour CAD Technician $71.00 per hour Resident Engineer/Inspector $68.00 per hour Surveyor $68.00 per hour Senior Engineering Technician $54.00 per hour Engineering Technician $47.00 per hour Word Processing Technician $47.00 per hour Two Man Survey Party $130.00 per hour Three Man Survey Party $170.00 per hour Vehicle Mileage $0.32 per mile Global Positioning Survey System Fee $72.00 per hour G:V AN\YAKI MA-JC4\29.wpd Page 8 of 8 AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 4 This Addendum, hereinafter identified as Addendum No. 4, 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 9th day of May 2002, Addendum No. 1 executed on January 22, 2003, Addendum No. 2 executed on April 29, 2003, and Addendum No. 3 executed on June 2, 2003, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WHEREAS, the City Council of the CITY at their meeting on December 17, 2002, approved the scope of improvements for the first construction phase of Kiwanis Park and the CITY now anticipates receipt of additional funds for a third new softball field or other park amenities at Kiwanis Park, 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 additional work tasks described in the attached Addendum No. 4 Exhibit A. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS: For the services described in the attached Addendum No. 4 Exhibit A, compensation shall be on a time spent basis at specific hourly rates plus direct non -salary costs for the services shown on the attached Addendum No. 4 Exhibit B up to a maximum amount of $72,900.00. This maximum amount may not be increased without the written agreement of the CITY and the ENGINEER. SECTION 7 PROJECT SCHEDULE AND BUDGET Add the following: "7.4 The ENGINEER shall perform the services during construction within the CITY's construction contract completion time set out in the construction contract documents." G:\JAN\YAKIMA-JC4\37 wpd HLA Project No. 02032A -C Page 1 of 6 IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 4, as of this 3" day of -Su,\, , 2003. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Signature Printed Name: Printed Name: Richard A. Zais, Jr. William L. Huibregtse Title: Title: City Manager President Date: Date: 7--I 03 Attest ,rte City Clerk City Contract No. 2002-37 Resolution No. R-2002-51 G:\JAN\YAKIMA-JC4\37 wpd HLA Project No. 02032A -C Page 2 of 6 ADDENDUM NO. 4 EXHIBIT A CITY OF YAKIMA - KIWANIS PARK SCOPE OF WORK SERVICES DURING CONSTRUCTION During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Kiwanis Park Development 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. ASSUMPTIONS: This scope of work is prepared and offered with the following understanding: + All of the property for this Kiwanis Park Development has been acquired by the CITY. + There are no toxic materials, asbestos, or other hazardous materials on this site. 4. The existing, old incinerator building will remain in place through the master planning and primary construction phase. + Existing pond to stay where and as is. 4. Existing Kiwanis Municipal well and pumphouse to stay where and as is. + CITY staff has prepared a State Environmental Policy Act (SEPA) checklist and completed the SEPA review process for this Kiwanis Park Development project. • CITY staff will select all playground equipment for inclusion in this Kiwanis Park Development. +:+ CITY staff will arrange for/purchase portable outfield fencing. The City Staff and City Parks Commission have directed/recommended that the construction of a third new softball field be designed and included in the project plans and specifications as an additive alternate. G:\JAN\YAKIMA-JC4\37 wpd Page 3 of 6 1. PROJECT MANAGEMENT A. Project Management. The project manager will coordinate ENGINEER's services during construction team. The project manager will provide overall project manage- ment for ENGINEER's work elements, including coordination with JGM Landscape Architects, Davis -Opfer -Raab Architecture, Conley Engineering, Inc., progress reports, and invoicing. 7. SERVICES DURING CONSTRUCTION A. Furnish the field survey crew necessary to set the initial, one-time horizontal and vertical control for the improvements authorized for construction. The CITY's Construction Contractor is responsible for all other construction staking. B. Furnish a qualified resident engineer who shall make construction observations and be on the job periodically (typically once per week), whose duty shall be to provide surveillance of project construction for substantial compliance with Plans and Specifications. ENGINEER shall include and coordinate the services of the landscape architect, building architect, and electrical engineer. C. Prepare progress reports on the Project and file same with the CITY and provide monthly progress pay estimates to the CITY. D. Consult and advise the CITY during construction and make observation reports of the completed work and minutes of weekly meetings. E. Monitor the Construction Contractor's compliance with State labor standards. F. Review Contractor's submission of samples and shop drawings, where applicable. G. Review Contractor's materials testing reports. H. Prepare and submit proposed contract change orders when applicable. Assist in obtaining reproducible record drawings of all completed work to be prepared by the CITY's Construction Contractor. G:\JAN\YAKI MA-JC4\37 wpd Page 4 of 6 ADDENDUM NO. 4 EXHIBIT B KIWANIS PARK DEVELOPMENT Professional Fees Compensation for professional services for Services During Construction will be on a time spent basis plus direct non -salary costs. The following spreadsheet shows the estimated time and expenses to perform these Services During Construction. The maximum amount of compensation to the ENGINEER for Services Dur- ing Construction will be $72,900.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE. KIWANIS PARK DEVELOPMENT CLIENT CITY OF YAKIMA JOB NUMBER: 02032A -C Huibregtse, Louman Associates, Inc. DATE. June 30, 2003 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Project Engineer Resident Engineer CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $119 $82 $68 $71 $130 $47 SERVICES DURING CONSTRUCTION FOR KIWANIS PARK DEVELOPMENT 7 Project Management 60 0 0 0 0 24 84 8,268.00 7A Survey Control 0 4 0 0 16 0 20 2,408.00 7B Construction Observation 24 180 80 0 0 24 308 24,184.00 7C Progress Estimates 12 24 0 0 0 12 48 3,960.00 7D Final Construction Review 4 8 4 0 0 2 18 1,498.00 7E Labor Standards Review 0 40 0 0 0 4 44 3,468.00 7F Shop Drawing Review 0 24 0 0 0 4 28 2,156.00 7G Materials Testing Review 0 12 0 0 0 4 16 1,172.00 7H Prepare Change Orders 4 8 0 0 0 2 14 1,226.00 71 Record Drawings 2 8 0 16 0 2 28 2,124.00 Labor Subtotal 106 308 84 16 16 78 608 50,464.00 EXPENSES: hours $/hr Computers. 0 00 G:\JAN\YAKIMA-JC4\37 wpd Page 5 of 6 TASK NO PROJECT TASK Principal Engineer Project Engineer Resident Engineer CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $119 $82 $68 $71 $130 $47 Travel. Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0 00 Mileage $0.00 0.00 Meals/Lodging $0 00 0.00 Misc. expenses: FAX 68.00 TELEPHONE 68.00 POSTAGE 0.00 PRINTING 300 00 SUB -CONSULTANTS 1 JGM Landscape Architects 8,000.00 x 1 1 8,800 00 2. Davis -Opfer -Raab Architecture 6,000.00 x 1 1 6,600 00 3. Conley Engineering, Inc. 6,000 00 x 1 1 6,600.00 Subtotal - Labor 50,464 00 Subtotal - Expenses 436.00 Subtotal - Subconsultants 22,000 00 Total - SERVICES DURING CONSTRUCTION $72,900.00 G:\JAN\YAKIMA-JC4\37 wpd Page 6 of 6 W .41110.*E 1109r NOT TO SCALE • Exliting IC -1 Field Q111111111fo auuiuimimuuio Culiiiiiuuiiip 11111131 ERIE Add tion 180 Cu Parking Lot Q!JI (1tHfHfI-11.1F 111: 1ll1111!_!_1.111111.11_Ll..l. ---- dacLIMIIP4 m:tr m'sW:::::::cuG ...T,^^•. Naw Softball Field 1 e. CIVIL ENGINEERING • LAND SURVEYING • PLANNING NSGETTAL NEW "' Phone: 509-966-7000 / FAX: 509-965-3800 Date: June 30, 2003 Project No.: 02032A -C To: City of Yakima Attention: Denise Nichols From: William L. Huibregtse, PE Re: Kiwanis Park Improvements - Services During Construction We are sending you attached the following items: Proposed Addendum No. 4 to our Agreement for Professional Services Comments: Denise - As we have discussed, enclosed is our proposed Addendum No. 4 to provide for our firm to perform Services During Construction for the above referenced project. This proposed addendum provides compensation for the basic project and assumes that alternative(s) will be selected by the City for the additional funds ($350,000) awarded by the State for the 2003-2005 biennium. The construction observation services are proposed to be provided on a periodic basis (typically one day per week) similar to other architectural type projects which the City has completed. This is in contrast to engineering type projects which typically have full-time construction observation. Mr. Steve Sziebert of HLA will be assigned the primary duties of construction contract administra- tion for the Kiwanis Park Improvement Project and will be assisted by Dennis Whitcher, PE, resident engineering staff of HLA, and subconsultants JGM Landscape Architects, Davis -Opfer - Raab Architecture, and Conley Engineering, Inc. We assume that the City of Yakima Code Administration staff will provide building inspection services for the structures as they do for all projects in the City. We also assume that the City Engineering staff will provide construction observation for all Title 12 street improvements for this project. Please advise if we may answer questions or provide additional information. Thank you for the opportunity to provide professional engineering services for the City of Yakima. Copy: Chris Waarvick, Public Works Director G:\JAN\YAKI MA-JC4\38. wpd AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 5 This Addendum, hereinafter identified as Addendum No. 5, 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 9t" day of May 2002, Addendum No. 1 executed on January 22, 2003, Addendum No. 2 executed on April 29, 2003, Addendum No. 3 executed on June 2, 2003, and Addendum No. 4 executed on July 3, 2003, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WHEREAS, the City Council of the CITY at their meeting on December 17, 2002, approved the scope of improvements for the first construction phase of Kiwanis Park and the CITY now anticipates receipt of additional funds for a fourth new softball field at Kiwanis Park, 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 additional work tasks described in the attached Addendum No. 5 Exhibit A. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS: For the services described in the attached Addendum No. 5 Exhibit A, compensation shall be on a time spent basis at specific hourly rates plus direct non -salary costs for the services shown on the attached Addendum No. 5 Exhibit B up to a maximum amount of $62,444.00. This maximum amount may not be increased without the written agreement of the CITY and the ENGINEER. SECTION 7 PROJECT SCHEDULE AND BUDGET Add the following: "7.3 The ENGINEER shall complete the design and final plans and specifications ready for bid advertisement within sixty (60) calendar days from the date of execution of this Addendum No 5 by the CITY." "7.4 The ENGINEER shall perform the services during construction within the CITY's construction contract completion time set out in the construction contract documents." G:\JAN\YAKIMA-JC4\97 wpd HLA Project No. 02032A -C Page 1 of 9 IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 5, as of this 1 1 day of , 2005. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Printed Name: Richard A. Zais, Jr. Title: City Manager Date: Attest (://:=(// Signature Printed Name: William L. Huibregtse Title: President Date: City Clerk City Contract No. Resolution No. /-a0005--/?6 G:\JAN\YAKI MA-JC4197.wpd HLA Project No. 02032A -C Page 2 of 9 ADDENDUM NO. 5 EXHIBIT A CITY OF YAKIMA - KIWANIS PARK SCOPE OF WORK DESIGN AND FINAL PLANS AND SPECIFICATIONS AND SERVICES DURING CONSTRUCTION FOR FOURTH SOFTBALL FIELD During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Kiwanis Park Development - Fourth Softball Field 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. ASSUMPTIONS: This scope of work is prepared and offered with the following understanding: ❖ All of the property for this Kiwanis Park Development has been acquired by the CITY. • There are no toxic materials, asbestos, or other hazardous materials on this site. ❖ The existing, old incinerator building will remain in place through the master planning and primary construction phase. ❖ Existing pond to stay where and as is. Existing Kiwanis Municipal well and pumphouse to stay where and as is. ❖ CITY staff has prepared a State Environmental Policy Act (SEPA) checklist and completed the SEPA review process for this Kiwanis Park Development project. CITY staff will select all playground equipment for inclusion in this Kiwanis Park Development. ❖ CITY staff will arrange for/purchase portable outfield fencing. • The City Staff have directed/recommended that the construction of a fourth new softball field be designed and included in the project plans and specifications. G:1JAN\YAKIMA-JC4197 wpd Page 3 of 9 ❖ The following project elements shall be designed and included in the Final Plans and Specifications* Construct One (1) Additional (Fourth) New Softball Field with 300' Outfield Fence: • With Full Vinyl Fencing • With Asphalt Paved Plaza Area • With MUSCO Style field lighting • No Parking Lot • No Tot Lot • No Overhead Netting 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 JGM Landscape Architects, Conley Engineering, Inc., progress reports, and invoicing. B. Project Meetings. Attend up to two (2) 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. Provide assistance for project updates and related administrative documents to the appropriate agencies which have jurisdiction overfunding, design, and construction of this project. B. Perform the additional field investigation and field surveying, if necessary, to design the identified improvements. C. Perform the preliminary design and present preliminary plans to the CITY prior to detailing Final Plans. D. 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. E. Furnish the CITY forty (40) copies of the final Plans and Specifications for bidding and construction. F. 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 governmental authorities as have jurisdiction over design criteria applicable to the Project. G. Answer and supply such information as is requested by prospective bidders. H. Prepare and issue addenda, if necessary. G:\JA N\YAKI MA-JC4\97.wpd Page 4 of 9 I. Prepare the Engineer's Estimate of construction cost. J. Attend bid opening and participate in the bid opening and evaluation process. K. Prepare tabulation of all bids received by the CITY and review bidder's qualifica- tions. L. Make recommendation of construction contract award to the lowest responsible bidder. 7. SERVICES DURING CONSTRUCTION A. Furnish the field survey crew necessary to set the initial, one-time horizontal and vertical control for the improvements authorized for construction. The CITY's Construction Contractor is responsible for all other construction staking. B. Furnish a qualified resident engineer who shall make construction observations and be on the job periodically (typically once per week), whose duty shall be to provide surveillance of project construction for substantial compliance with Plans and Speci- fications. ENGINEER shall include and coordinate the services of the landscape architect and electrical engineer. C. Prepare progress reports on the Project and file same with the CITY and provide monthly progress pay estimates to the CITY. D. Consult and advise the CITY during construction and make observation reports of the completed work and minutes of weekly meetings. E. Monitor the Construction Contractor's compliance with State labor standards. F. Review Contractor's submission of samples and shop drawings, where applicable. G. Review Contractor's materials testing reports. H. Prepare and submit proposed contract change orders when applicable. I. Assist in obtaining reproducible record drawings of all completed work to be prepared by the CITY's Construction Contractor. G:1JAN\YAKI MA-JC4\97.wpd Page 5 of 9 ADDENDUM NO. 5 EXHIBIT B KIWANIS PARK DEVELOPMENT Fourth Softball Field Professional Fees Compensation for professional services for Design and Final Plans and Specifications will be on a time spent basis plus direct non -salary costs. The following spreadsheet shows the estimated time and expenses to perform these Design and Final Plans and Specifications Services. The maximum amount of compensation to the ENGINEER for Design and Final Plans and Specifications Services will be $42,316.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE. KIWANIS PARK DEVELOPMENT CLIENT CITY OF YAKIMA JOB NUMBER: 02032B Huibregtse, Louman Associates, Inc. DATE. August 1, 2005 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Licensed Prof Engineer Licensed Land Surveyor CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $127 $105 $97 $76 $140 $51 DESIGN AND FINAL PLANS FOR KIWANIS PARK DEVELOPMENT - ADDITIVE FOR FOURTH BALLFIELD PROJECT MANAGEMENT 6A Project Management 10 0 0 0 0 0 3 13 1,423.00 6B 6C Field investigations and field surveying 0 50 2 0 8 0 4 10 104 1,314 00 Perform the preliminary design 0 24 0 50 0 10,354 00 6D 6E 6F 6G Final Design, Plans, and Specifications 50 0 60 0 8 142 13,838.00 Furnish copies of Plans and Specifications 2 0 0 4 0 4 10 762.00 Furnish engineering data for approvals 0 0 0 0 0 0 0 0 00 Answer bidders questions 4 0 0 0 0 0 2 6 6 610 00 610 00 6H Prepare and issue addenda 4 0 0 0 2 61 6J 6K Prepare estimate of construction costs Attend bid opening Prepare tabulation of bids 4 2 0 0 0 2 8 820 00 1 0 0 0 0 0 0 0 2 2 3 229 00 2 0 4 356.00 G:\JAN\YAKIMA-JC4\97 wpd Page 6 of 9 TASK NO PROJECT TASK Principal Engineer $127 Licensed Prof Engineer $105 Licensed Land Surveyor $97 CAD Operator 2 -Man Surveys $76 $140 Clerical $51 TOTAL HRS TASK DIRECT COSTS 61 Make recommendation of construction contract award Labor Subtotal 4 127 0 0 26 2 0 114 0 8 2 29 EXPENSES Computers: Travel: Cost/ Unit hours $/hr Air Trips Ground Trp Days Trip Miles 6 306 61000 30,316 00 0 00 Air Travel Mileage Meals/Lodging Misc. expenses. FAX TELEPHONE POSTAGE PRINTING $0 00 $0 00 $0 00 0 00 0 00 0 00 SUB -CONSULTANTS. 1 JGM Landscape Architects 5,000 00 2. Conley Engineering, Inc. 5,000 00 Subtotal - Labor x 1 1 0 00 0 00 0 00 1,000 00 5,500 00 5,500 00 30,316 00 Subtotal - Expenses 1,000 00 Subtotal - Subconsultants 11,000.00 Total - SERVICES DURING CONSTRUCTION $42,316 00 G:\JAN\YAKI MA-JC4\97 wpd Page 7 of 9 ADDENDUM NO. 5 EXHIBIT B KIWANIS PARK DEVELOPMENT Fourth Softball Field Professional Fees Compensation for professional services for Services During Construction will be on a time spent basis plus direct non -salary costs. The following spreadsheet shows the estimated time and expenses to perform these Services During Construction. The maximum amount of compensation to the ENGINEER for Services Dur- ing Construction will be $20,128 00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER PROJECT TITLE. KIWANIS PARK DEVELOPMENT CLIENT CITY OF YAKIMA Louman Associates, Inc. JOB NUMBER: 02032B -C Huibregtse, DATE: August 1, 2005 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Project Engineer Resident Engineer CAD Operator 2 -Man Surveys $140 Clerical $51 TOTAL HRS TASK DIRECT COSTS $127 $88 $72 $76 SERVICES DURING CONSTRUCTION FOR KIWANIS PARK DEVELOPMENT - ADDITIVE FOR FOURTH BALLFIELD 7 Project Management 16 0 0 0 0 0 4 20 2,236 00 7A Survey Control 4 0 0 12 0 16 2,032.00 7B Construction Observation 4 2 60 12 0 0 8 84 7,060 00 7C Progress Estimates 8 0 0 0 0 4 1 14 1,162.00 7D 7E Final Construction Review 2 8 16 0 0 0 0 2 12 1,060 00 Labor Standards Review 0 0 0 0 2 18 1,510 00 7F Shop Drawing Review 0 4 0 0 0 0 4 352.00 7G Materials Testing Review 0 4 0 0 0 8 4 352.00 7H 71 Prepare Change Orders 0 4 0 0 0 4 352.00 Record Drawings 0 4 0 0 2 14 1,062.00 Labor Subtotal EXPENSES 24 112 hours 12 8 12 22 190 17,178 00 $/hr Computers: 0 00 G:\JAN\YAKIMA-JC4\97 wpd Page 8 of 9 TASK NO PROJECT TASK Principal Engineer $127 Project Engineer Resident Engineer CAD Operator 2 -Man Surveys Clerical TOTAL HRS TASK DIRECT COSTS $88 $72 $76 $140 $51 Travel: Cost/ Unit Air Trips Ground Trp Days Trip Miles Air Travel $0 00 0 00 0.00 Mileage $0 00 Meals/Lodging $0.00 0 00 Misc. expenses: FAX 0.00 0.00 TELEPHONE POSTAGE 0 00 200 00 PRINTING SUB -CONSULTANTS. 1,000 00 1,100 00 1 JGM Landscape Architects x 1 1 2. Conley Engineering, Inc. Subtotal - 1,500 00 x 11 I 1,650 00 17,178 00 Labor Subtotal - Expenses 200 00 Subtotal - Subconsultants 2,750 00 Total - SERVICES DURING CONSTRUCTION $20,128.00 G:\JAN\YAKIMA-JC4\97 wpd Page 9 of 9 ITEM TITLE: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT (') Item No. 1 1 For Meeting of: August 16, 2005 A Resolution authorizing Addendum No. 5 to the Professional Services Agreement with Huibregtse, Louman Associates, Inc. (HLA) adding Design and Construction Engineering Services for the Fourth Softball Field at Yakima Gateway Sports Complex at Kiwanis Park SUBMITTED BY: Chris Waarvick, Director of Public Works Denise Nichols, Parks and Recreation Manager CONTACT PERSON/TELEPHONE: Chris Waarvick, 576-6411 SUMMARY EXPLANATION: Staff respectfully requests Council consideration of a resolution authorizing an amendment to the Professional Services Agreement with HLA for ballfield improvements. Addendum No. 5 includes bid design and construction engineering services necessary to construct the fourth new softball field at Yakima Gateway Sports Complex. HLA will also provide project management services during construction of the project. The State Legislature approved the Governor's request for $350,000 for the Yakima Gateway Sports Complex at Kiwanis Park. This money is to be used to construct the fourth ballfield in a four -field pinwheel as identified in the Master Plan. Staff estimates it will cost approximately $550,000 for this fourth field addition. Resolution X Ordinance Other (Specify ) Funding Source: $350,000 State Grant; $200,000 LTGO Bond proceeds \ Parks Capital APPROVED FOR SUBMITTAL : .. City Manager STAFF RECOMMENDATION: Staff respectfully requests the City Council to adopt the Resolution authorizing Addendum No. 5 to the Professional Services Agreement with Huibregtse, Louman Associates, Inc. (HLA) adding Design and Construction Engineering Services for the Fourth Softball Field at Yakima Gateway Sports Complex. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION R-2005-130 Amendment No. 5 to Contract No. 2002-37 HLA Addendum No. 5 --Fourth Ballfield August 16, 2005 Page 2 Staff had hoped that a change -order to the original construction contract with Ohno Construction would be an expeditious and efficient method to construct the fourth ballfield. However, the prices we were informed of from Ohno were not acceptable, and the decision to re -bid this project element has been made. HLA will re -bid the project and subsequently provide construction management services including construction inspection, approval of pay estimates, and owner representation. This project will begin construction in 2006. City Council directed staff on July 19, 2005, to bring back legislation which would authorize the sale of a $780,000 Councilmatic Bond which is planned for this fall. $200,000 is programmed contribution for this ballfield project. The remaining is for construction of Spray Park facilities at MLK Park (replacing pool) and Miller Park ($350,000 for both sites), the Regional Aquatic Center Study in 2006 ($75,000), Skate Park at Kiwanis Park ($225,000 City contribution) and bond costs ($30,000). Professional fees for services will not exceed $42, 316 as outlined in the Scope of Work. RESOLUTION NO. R-2005-130 A RESOLUTION authorizing and directing the City Manager and the City Clerk of the City of Yakima to execute Addendum No. 5 to the Agreement for Professional Services with Huibregtse, Louman Associates, Inc. adding Design and Construction Engineering Services for the Fourth Softball Field at the Yakima Gateway Sports Complex at Kiwanis Park. WHEREAS, Phase I Development of the Kiwanis Park Master Plan includes Ballfield development to help meet active youth and adult recreational needs in Yakima, Washington; and WHEREAS, construction has been completed on three of the new ballfields at Kiwanis Park and the facility is now in heavy use; and WHEREAS, the Governor's 2005 Budget provided $350,000 for a fourth new softball field at Kiwanis Park, therefore requiring the preparation of detailed plans and specifications to allow bidding and subsequent ballfield construction to move forward; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to contract with Huibregtse, Louman Associates, Inc. for design specifications for bidding and Construction Engineering Services for the Fourth Softball Field at Kiwanis Park, and Huibregtse, Louman Associates, Inc. is willing to perform these services required by the City in accordance with the terms and conditions of the attached Addendum No. 5, now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk of the City of Yakima are hereby authorized and directed to execute the attached and incorporated Agreement for Professional Services Addendum No. 5 with Huibregtse, Louman Associates, Inc., for Design and Construction Engineering Services and Specifications for the Fourth Softball Field at Yakima Gateway Sports Complex at Kiwanis Park, Yakima, Washington. ADOPTED BY THE CITY COUNCIL this 16th day of August 2005. ATTEST: /5 KAREN S. ROBERTS 7.7 City Clerk 08/09/2005 8/ PAUL GEORGE Paul P. George, Mayor tined to be a true and correct cop of the final filed in my office. b'//7 ets- CITY CLERK 41A(...1,!` Deputy //l/vet-ft, Huibregtse, Louman Associates, Inc. July 25, 2006 CIVIL ENGINEERING • LAND SURVEYING • PLANNING City of Yakima Public Works 2301 Fruitvale Boulevard Yakima, WA 98902 Attn: Chris Waarvick Re: City of Yakima KIWANIS PARK IMPROVEMENT PROJECT, PHASE 2 HLA Project No. 02032B -C Dear Chris: Jeffrey T Louman, PE Theodore W. Pooler, PE Dennis J.Whitcher,PE Eric T. Herzog, PLS Michael T Battle, PE Terry D.Alapeteri, PE Daniel L. Hesse, PE GeneW Soules, PE Attached, please find three copies of Change Order No. 1 for the above project. This Change Order reduces the scope of work at Kiwanis Park and the overall cost of the project by $29,920.01. Please have Mr. Zais sign all three copies of the Change Order, retain one copy for your records, and return two copies to us for distribution. Please call me at 952-1998 with any questions. Very truly yours, Steven C. Sziebert SCS/sn Enclosures Copy: Denise Nichols File Contract Payment File G:\PROJECTS\2002\02032B\072506 Chng Ordr to City wpd 801 North 39th Avenue 4. Yakima,WA 98902 ❖ (509) 966-7000 FAX (509) 965-3800 CHANGE ORDER NO. 1 OWNER. City of Yakima PROJECT NAME. Kiwanis Park Improvement Project, Phase 2 HLA PROJECT NO.. 02032 B -C CONTRACTOR: Stephens and Sons Construction, Inc THE FOLLOWING CHANGES ARE HEREBY MADE TO THE CONTRACT DOCUMENT Original Contract Price. Current Contract Price Adjusted by Previous Change Order(s). Change in Contract Price Due to This Change Order $659,316 70 Adjusted Contract Price Due to This Change Order: Original Contract Completion Date. Current Contract Completion Date Adjusted by Previous Change Order. Change in Contract Completion Date Due to This Change Order: Revised Contract Completion Date CONTRACTOR. ENGINEER: $659,316 70 ($29,920 01) $629,396.69 October 6, 2006 October 6, 2006 Huibregtse, Louman Associates, Inc. OWNER: City of Yakima G:\STEVE\Yakima\CHANGEORDER Kiwanis Park Ph2.wpd Huibregtse, Lowman Associates, Inc. None October 6 2006 Date 7. o2<>--• Date. -1u/' 24� oc.* Date City of Yakima Kiwanis Park Improvement Project Phase 2 HLA Project No. 02032B CHANGE ORDER NO. 1 ITEM ITEM QUANTITY UNIT PRICE AMOUNT 1 Delete outfield maple trees 1 LS ($10,800 00) ($10,800.00) 2. Delete outfield fence drip irrigation system 1 LS ($1,060 00) ($1,060 00) 3 Delete 2" ball field surfacing including placement 1 LS ($11,700 00 ) ($11,700 00) 4 Delete 2" excavation for ballfield surfacing 1 LS ($2,612 50) ($2,612 50) 5 Delete 740 CY of excavation due to the grade change to provide for cover over 14" water main 740 CY ($2 00) ($1,480 00) SUBTOTAL ($27,652.50) 8.2% STATE SALES TAX ($2,267 51) CHANGE ORDER NO 1 TOTAL ($29,920 01) G:\STEVE\Yakima\CHANGEORDER Kiwanis Park Ph2.wpd Huibregtse, Loinnan Associates, Inc.