Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2025-023 Resolution authorizing a contract with Iron Horse, LLC for CIPP Rehabilitation of the Rudkin Road Trunk Sewer Main Project SC2819
RESOLUTION NO. R-2025-023 A RESOLUTION authorizing a contract with Iron Horse, LLC for Project SC2819 CIPP Rehabilitation of the Rudkin Road Trunk Sewer Main. WHEREAS, the City of Yakima maintains the Wastewater Collections System in accordance with applicable Federal, State and Local regulations; and WHEREAS,the City of Yakima Wastewater Division has identified pipeline segments that require rehabilitation or replacement; and WHEREAS, this and future projects will stabilize current conditions of the city's wastewater pipe system and reduce infiltration of groundwater which will save treatment costs, improve collection system reliability, and limit the need for upgrades to the Wastewater Treatment Plant; and WHEREAS, by resolution R-2023-107, the City entered into an agreement with HLA Engineering and Surveying (HLA) to prepare the plans and contract documents for the rehabilitation of City of Yakima sanitary sewer main lines in various locations in city, and WHEREAS,the City of Yakima Wastewater Division requires construction services for the rehabilitation of the 3,401 linear feet of the Rudkin Road Trunk Sewer Main; and WHEREAS, The City of Yakima used the procedure established by the State of Washington for competitively bidding projects; and WHEREAS, Iron Horse, LLC submitted the low bid and has the ability to perform the contract-specified work; and WHEREAS, the City Council finds that it is in the best interest of the City of Yakima and its residents to enter into a contract with Iron Horse, LLC to perform the work detailed in the contract documents for the rehabilitation of approximately 3,401 linear feet City of Yakima sanitary sewer main line by means of cured-in-place pipe; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached contract with Iron Horse, LLC, in the amount of ONE MILLION FIVE HUNDRED NINETEEN THOUSAND TWENTY DOLLARS AND EIGHTEEN CENTS ($1,519,020.18) for rehabilitation of 3,401 linear feet of the Rudkin Road sewer main line by means of cured in place pipe. ADOPTED BY THE CITY COUNCIL this 4' day of February, 2025. ATTEST: '' Patricia Byers,Mayor l ;o SEAL : $ • *s �► JA / A.Il� a*— I5 osalinda Ibarra, City Clerk �11\\i`6-(0`-= CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 4th day of February , 2025, by and between the City of Yakima, hereinafter called the Owner, and Iron Horse, LLC , a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF:$ 1,519,020.18 , for 2025 Wastewater CIPP Rehabilitation - Rudkin Road Trunk Sewer Main, City of Yakima Project No. SC2819, all in accordance with, and as described in the attached specifications and the 2025 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Contract time shall begin on the first working day following the Notice to Proceed Date and shall be completed in forty (40)working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th)working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractor shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. RCW 35.22.650. Contractor agrees that the Contractor shall actively solicit the employment of minority group members. Contractor further agrees that the Contractor shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. Contractor shall furnish evidence of the Contractor's compliance with these requirements of minority employment and solicitation. Contractor further agrees to consider the grant of subcontracts to said minority bidders on the basis of substantially equal proposals in the light most favorable to said minority businesses. The Contractor shall be required to submit evidence of compliance with this section as part of the bid. Nothing in this Agreement, including, without limitation, the provisions of Section 16, shall require Contractor or any of its subcontractor(s)to take action that would be deemed discrimination or preferential treatment in violation of RCW 49.60.400. Pursuant to RCW 49.60.400(6), this Section does not prohibit action that must be taken to establish or maintain the City of Yakima's eligibility for any federal program, if ineligibility would result in a loss of federal funds to the City of Yakima. IV. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. G\PROJECTS\2024\24128E\11 Specs\24128 Spec docx 4-2 IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR 51-11 this day of ��i\0 20_S Iron Horse, LLC , a De. Corporation Construction Company By: bet r" ity anager ig atur ontractor Signature V iG-vn ck. 6 C om\k2_ Vv\ O\re--- (Printed Name) ,��\`\\ (Printed Name) VAKIMAl \141� Attest: i l * #4 .� , * * SEAL *; � ^ ��. l. J. '1. % it — ► ts: J\C3.'(\aN`(\O \v\Q N i ( CityClerk y''••••*•* (Preside tit, Owner, etc.) �h‘SN1NG1-= (� Address: PO Box 1472 CITY CONTRACT NO: a0 25 Od Lo RESOLUTION NO: R-atoa S'0?3 Fairview, OR 97024 G\PROJECTS12024\24128E\11 Specs\24128 Spec docx 4-3 .• Ira, BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 7.C. For Meeting of: February 4, 2025 ITEM TITLE: Resolution authorizing a contract with Iron Horse, LLC for CIPP Rehabilitation of the Rudkin Road Trunk Sewer Main Project SC2819 SUBMITTED BY: Scott Schafer, Director of Public Works * Mike Price, Wastewater/Stormwater Manager SUMMARY EXPLANATION: City of Yakima (City) Project SC2819 rehabilitates 3,401 linear feet of the Rudkin Road Trunk concrete sewer main at the location shown on the attached Project Location Map. Rehabilitating aging concrete sewer pipes reduces groundwater infiltration, improves collection system reliability, and decreases treatment costs at the Wastewater Treatment Plant. The Project will utilize cured-in-place technology to minimize surface disturbances. The City previously entered into an Agreement with HLA Engineering and Land Surveying, Inc. under Resolution R-2023-107 to provide engineering design, bidding, and construction services for the pipe rehabilitation. The City utilized the procedure established by the State of Washington for competitively bidding projects. Two contractors submitted bids, with Iron Horse, LLC submitting the lowest bid. The Agreement in an amount not to exceed $1,519,020.18 is attached for City Council review. The Project is funded by Wastewater Capital Fund 476. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima RECOMMENDATION: Adopt Resolution ATTACHMENTS: Resolution.docx Project Location Map.docx Contract.pdf Project Name: Project Number: Contractor: Address: City, State, Zip: City of Yakima 2025 Wastewater CIPP Rehab - Rudkin Rd, Trunk Sewer Main City: SC2819 - HLA: 24128 Iron Horse, LLC PO Box 1472 Fairview, OR 97024 Change Order Change Order Number Change Order Date Contract Number 5C2819 Contract Date i�2,04r2025 01 06/24/2025 You are directed ake the following changes in this Con Add the following items: Item # Description 19 Grouting to Mitigate Infiltration 20 Rehabilitation of Unknown Vault 21 Special Order Lining from Vault E63MH4 to Lift Station UOM LS LS Qty Total 1 $15,469.00 1 $ '7,274.00 LS 1 $48,250.00 Change Order Subtotal: $70,993_00 8.2% Sales Tax: $ 5,821.43 Change Order Total: $76,814.43 Change Order 01 is being executed to compensate the Contractor for unforeseen issues which arose during construction. Grouting became necessary to mitigate infiltration in segments 5674 and 5768, A structure depicted as a manhole was found to be a vault, much Larger than anticipated, requiring additional labor and materials to rehabilitate_ Additional liner was found to be necessary from Vault E63MH4 to the Lift Station which resulted in expedited shipping costs and additional labor and materials. Cost proposals were provided to the Engineer and City for the added work, reviewed, and found to be reasonable and necessary for completion of the project. The Contractor was provided verbal approval to proceed with the work. Not nvvalid until t ned by both the Appnovrna Autl the Contractor indicated agreement nd Cotrrttractor. ittr, including any adju en t on the Contract Sum or Contract Titrte. The original Contract Sum was Net change by previous Change Orders..........................:....................................... The Contract Sum prior to this Change Order $ The Contract Sum will be: ® Increased © Decreased ❑ Unchanged by this Change Order $ The New Contract Sum including this Change Order will be .......................... The Contract Time will be: 0 Increased D Decreased ® Unchanged by N/A The New Contract Time will be working days $ 1,519,020.18 D..b0 ,519,020.18 76,814,43 1,595,834.60 working days Ram DOT Fcrm 570.001 Er Revsi,.W T /7OZ1 original to: a Contractor Copies to; Q Region © Construction Administrator 0 OSC Accounting © City Enaineerina CAM' [.( `J a� rye} ,.._IS- Project Name: Owner: Submitted By: Subject: 2025 WW CIPP Rehab - Rudkin Rd Trunk Sewer Main City of Yakima Jered Teel 30" Sewer Main Pipe Grouting, I & I REQUEST FOR INFORMATION Phone: (509) 966-7000 2803 River Road, Yakima, WA 98902 Project Number: 24128C Prime Contractor: Date: RFI No.: Iron Horse, LLC 4/30/2025 03 on Projec Spec Reference RFI Details o be corpleted bcontractor, ilac Ln Lift Station, Segments 5674 & 5768 Drawing Reference Schedule Impact Cost Impact Information Requested Sheets 08 & 09 -2 Days + $15,46 We'd like to request for approval to move forward with adding work for our sub -contractor Pro -Vac to come in while bypass is in place and everything is still set-up, to grout and stop the I & I, The I & I in segments 5674 & 5768 is preventing us from lining. Each segment has 2 areas where 1 & I are coming in, Upon approval, this work would begin on Monday 05/05, and should be able to be completed the same day. Iron Horse would likely follow them and begin lining that evening. HLA Response (Engineer use onlyl This price is approved, the expectation from this approval is that this fixes the problem and the lining can be done in a uniform smooth fashion per the plans. No additional money will be granted to fix these areas. ° $ Digita y Area oy Payax � ny Reason. I am 25.05 approving2 lb 11:5 drxuumasK i)aln: 2045.€i5 02 ' ^.53:[�-CPPiH,I' Project Engineer: Date: 5/2/2025 cuing and Land Surveying, Inc Project Name: Owner: Submitted By: Subject: 2025 WWVV CIPP Rehab - Rudkin Rd Trunk Sewer Main City of Yakima Jered Teel E63MH4 depicts different on plans than field conditions Location on Project Spec Reference REQUEST FOR INFORMATION Phone: (509) 966-7000 2803 River Road, Yakima, WA 96902 Project Number: 24128C Prime Contractor: Date: RFI No.: RF1 Details (To be completed by contracato Rudkin Rd Lilac Ln Lift Station Drawing Reference Schedule Impact Sh 09 1-2 Days +/- Iron Horse, LLC 5/7/2025 05 revised Cost Impact Information Requested TBD Structure E63MH4 is another vault and is twice the size of structure E63MH1. E63MH1 is depicted as a vault with dimensions, E63MH4 is depicted as a standard 48" MH. This changes materials cost and labor costs to contracted amount to rehabilitate the MHNault. The increased total in addition to the original bid price: $7,274 This cover all cost associated to complete the rehabilitation of the MH E63MH4, Additional c HLA Response (Engineer use only) st approved, Please proceed with this rehabilitation work. rigdAlly*Onc0 by Taykr I_ Denny .,s Resew n; 8 amemw .,;ng this dmarnorl Project Engineer: ` Dow. Date: 5/20/2025 Project Name: Owner: Submitted By: Subject: 2025 WW CIPP Rehab - Rudkin Rd Trunk Sewer Main City of Yakima Jered Teel RFI 02 Addition Expense Request for Approval REQUEST FOR INFORMATION. Phone: (509) 966-7000 2803 River Road, Yakima, WA 98902 Project Number: 24128C Prime Contractor: Date: RFI No.: Iron Horse, LLC 4/30/2025 04, in regard to RFI 02 on on Project Drawing Reference Schedule Impact Cost Impact Sh .09 3 Days +1- $5,000 RF! Details cc►rrrp!eted bt anon Requested RFI 02, was approved $42,250, and was not to exceed this amount unless discussed. To ensure that our liner arrived in time we sped up the arrival date on the liner, Regular shipping was approx, $1,100, with no guarantees on an arrival date. The total cost was $7,400 with a guarantee. Iron Horse would be covering $2,400 and we're requesting that the city would cover the remaining cost of $5,000, HLA Response (Engineer use only) Per our discussions this is an expected cost and is approved. Digitally signed by Taylor L Denny Reason: 1 am approving this document Project Engineer: Data: zozs ns oz 12;32:26azoo Date: 5/2/22025 ELINE AMER 1 CA Remit to: Attn: Accounts Receivable 24024 Frederick Road Clarksburg, MO 20871 on Horse, LLC 5501 NE 223rd Ave Bldg D Fairview, OR 97024 USA Yakima, WA Alphaliner 1800 - Polyester 1 1 15 Fi Integrated Slipsheet - 30" - 7.0mm Minimum Order Fee Shipping Crate - 30" Restraint - 30" With Zipper (1.50m / 5') Slipsheet - 1000mm - 24" - 33" 8" Blue Liner Tape Shipping Charges Out-of-state sale, exempt from sales tax ap 4/28/2025 25-071 LN Wire Payments To: Trulst Bank 7200 Bank Court - Frederick, MD 21 703 ABA #: 055003308 Account Name: Sugarloaf Financial Group, LLC 24012 Frederick Road - Clarksburg, MO 2087) Account #: 5139116420 50 2 Ar knaviedgensenl & AgoremenV The Purchase Order„ recreate and Urn puttit,IV al Use liners And ether Produtls dtacrdsed lhecevil, are sub(CCI to that ctrtaIn'Apprc ed Purchaser Agreement' (the -APA.) and the '5tandard Terms and Condtion,' (the "Standard Terms-) l'at are bossed an Rennet Website (hUpi /Iwso raelineirftrka.corn/ ). Purchaser acknowledges tha4lt has reviewed the MA and the Standard Terms on the Webslle and hereby agrees to be bound by the APA and 5landacd Terms with respect to the tate of the liners and Products fisted on the Purchase Order/lnvolce, Unless otherwise provided in such Acknosviedgmeni, payment terms applicable to such Items not pa+d In tuts al the time al delkery shall be ntI. Thirty (10J days from Use dale of shipment CI,F. Destination. A service charge in the amount of Two Percent (2%4) per month shall automatically to applied on an, unpaid balance commenting Thirty (30) drys after the date o! shipment C.I.f. Destination 0 (or In the event of Conlratto,s wrongful ncu. acceptance and/of cancellatldn of repudiation of any Purchase Order. from the date such P,oduct/Egulpment Is avi bfe to be shipped tram Reline's Plant(. All support Services 1sled In lhts Purchase Order/ Acknowledgment are subject to that certain'SupporI Servkes Consulting Agreement' (Use 'Consulting Agreement -I (bused on the Peline America Wetnile and incorporated Walk's Purchase Order/Acknowledgment by this reference_ SHIP DATE TO BE DETERMINED 8.59 5,929.50T 1,485.90 1,485.90 ea 345.00 345.00 ea 77.87 155.74 rl 982.35 982.35 rl 100.00 100.00 ea 7,645.00 7,645.00T 0.00% 0.00 Phone # $16,643.49 Fax # (866)998.0808 (276)496-4870 Arithorized Person to Sten 'ntie; .©. 13,DA 147-2, FR6r0.ew, Oreg©vv _97024 5SO1 NE 223'"Ave F ui,ldi..g t , Fc i.rvitw ©R 97-024- TeL: 503.074.O580 I Fax: 8f) 0R ; i.;$?` 213253 I W.<tOL IRDNwtI-FL.'8# OR_ 4NE,E/t iDOg'3 I WA WV,E" VN2F00200g5 24128 - COY - 2025 Wastewater CIPP Rehab Iron Horse Project # W52502 Cost Breakdown for added Lining from Vault E63MH4 to Lift Station (BFI's 02 & 04) RFI 02 total = $43,250 RFI 04 total = $ 5,000 $48,250 Liner + Shipping: $16,643.49 Cleaning: / 1 shift, labor & equipment: $12,000 Lining: $11,000 / 1 shift , labor & equipment: $11,000 Additional Bypass (Any Labor, equipment, rental, pump watch): $4,000 Traffic Control: $6,000 Admin (PM & Super): $1,251.51 Total: $50,895 IH covering shipping: - $2,645 Totals for RFI's 02 & 04 $48,250 WHEN YOU NEED THE HORSE POWER / r t