Loading...
HomeMy WebLinkAboutR-2025-128 Resolution authorizing contract with Interwest Construction Inc for the Fair Avenue & E Nob Hill Blvd. Intersection Improvements Projects 2143 and 2789A RESOLUTION RESOLUTION NO. R-2025-128 authorizing an agreement with Interwest Construction Inc. for the E. Nob Hill Boulevard and Fair Avenue Intersection Improvement Project 2143 and 2789 (PROJECT). WHEREAS, the City of Yakima (CITY) desires to enter into a contract with Interwest Construction Inc. to perform construction of a new traffic signal, sidewalks, storm drainage, water line replacement, curb and gutter, road widening improvements, crosswalks, ADA compliant curb ramps, and other related improvements for the Nob Hill Blvd. & Fair Avenue intersection. WHEREAS, the City used the procedure established by Washington State Caw for the bidding and awarding of public capital improvement projects; and WHEREAS, Interwest Construction Inc. was determined to be quallfred to perform the needed construction work; and WHEREAS, the contract will be null and void if bond, certificate, and required insurance certificate and endorsement are not received within specified timeframe; and WHEREAS, the Scope of Work and Budget included in this contract meets the needs and requirements of the City for this project; and WHEREAS, the Project received federal STP(US) funding in 2013 which requires 13.5% local match; and WHEREAS, the Project received federal STBG funding in 2021 which requires 13.5% local match; and WHEREAS, the City Council of the City of Yakima finds that entering into the contract with Interwest Construction Inc. for construction on the Nob Hill Blvd. & Fair Avenue Intersection Improvements project is in the best interests of the City and its residents; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute a contract with Interwest Construction Inc., attached hereto and incorporated herein by this reference, not to exceed Three Million Eighty -One Thousand Six Hundred and Eighteen Dollars and Five Cents ($3,081,618.05) to provide construction services outlined in the contract. ADOPTED BY THE CITY COUNCIL this 2nd day of September 2025. Patricia Byer%, Mayor CONTRACT THIS AGREEMENT made and entered into in triplicate, this day of , 2025, by and between the City of Yakima, hereinafter called the Owner, and Interwest Construction, Inc., 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: 1. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $3,081,618.05, for E. Nob Hill Blvd. & Fair Avenue Intersection Improvements, City Project No. 2143, 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 lime shall begin on the first working day following the Notice to Proceed Date and shall be completed in One -Hundred (100) 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. The Contractor for himself, and for his 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. IV. 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, IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKI1i1A this ' day of City ManSign 2025. Interwest Construction, Inc. (Printed Name) CITY CONTRACT NO_� RESOLUTION NO: 2 Construction Company By: CONTRACTOR , a Corporation ntractor Signature Roy Swihart (Printed Name Page 1 of 2 Attest: President (President, Owner, etc.) 609 N Hill Blvd Burlington, WA 98233 Page 2 of 2 Item No. 7.C. For Meeting of: September 2, 2025 ITEM TITLE:Resolution authorizing contract with Interwest Construction Inc for the Fair Avenue & E Nob Hill Blvd. Intersection Improvements Projects 2143 and 2789 (Streets Capital Fund, Stormwater and Water Capital Fund) SUBMITTED BY:Bill Preston, Community Development Director BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT SUMMARY EXPLANATION: The City of Yakima Fair Avenue & E Nob Hill Blvd. Intersection Improvements Projects 2143 and 2789 will reconstruct and widen the intersection, work includes excavation, storm drainage, paving, curb and gutter, sidewalk, curb ramps, crosswalks, installing a traffic signal system, water line replacement, and other related improvements. The City used the procedure established by Washington State law for the bidding and awarding of public capital improvement projects with Interwest Construction Inc being selected to provide construction on the project in the amount not to exceed $3,081,618.05 The project is funded with federal funds, local matching arterial street funds, Stormwater and Water funds. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Resolution ICW 2143.docx ICI Contract w tax added.pdf Project: (Name) (Number) To: (Contractor) City of Yakima E Nob Hill Blvd and Fair Ave Intersection Impr. 2143 [nterwest Construction, Inc. 609 North Hill 81vd Lurlington, WA 98233 T J Change Order Change Order Number 001 Change Order Date November 7, 2025 Contract Number FA# STPUS-1566(007) Contract Date 5eotember 3, 2025 You are directed to make the following ch ontr Delete the following bid items from the Contract in their entirety: Item No. Item B-23 Schedule A Storm Sewer Pipe 12 In. Diam. B-24 Schedule A Storm Sewer Pipe 18 In, Diam, C-13 Controlled Density Fill C-28 Steel Casing Pipe, 24 In, C-29 Steel Casing Pipe, 18 In. Add the following bid items to the Contract: Item No. Item B-31 C900 PVC Pipe for Storm Sewer, 12 In, Diam 8-32 C900 PVC Pipe for Storm Sewer, 18 In. Diam Further price breakdown, justification, and requirements of this Change Order are included in Exhibit A. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was Net change by previous Change Orders The Contract Sum prior to this Change Order $ 3,01.2,345.00 $ 0.00 3,012,345.00 The Contract Sum will be: 0 Increased 0 Decreased 0 Unchanged by this Change Order $ (25,1.15„00) The New Contract Surn including this Change Order will be ........................................... $ 2,987,230.00 The Contract Time will be: 0 Increased 0 Decreased ® Unchanged by 0 working days The New Contract Time will be 100 working days eject Manager 8O5t.,0 on DO'rvrm 570-0t11 EF Remsed OJrye:1 Original to: 0 Contractor Copies to: Region 0 Construction Administrator CSC Accounting 0 City Engineering CITY CONTRACT NO: —Ox; RESOLUTION NO' 11, `2-712, � i2_-5 Project: (Name) (Number) To: (Contractor) City of Yakima E Nob Hill Blvd and Fair Ave Intersection Impr. 2143 �nterwest Construction, Inc, 609 North Hill Blvd Burlington, WA 98233 T 1 Change Order Change Order Number Change Order Date Contract Number Contract Date 001 November 7. 2025 FA# STPUS-4566(007) September 3. 2025 Exhibit A In accordance with the City of Yakima Waterline Separation from Nonpotable Conveyance Systems standards, it has been determined by the City that the proposed Schedule Storm Sewer Pipe, ® In. Diam (bid items 8-23 and B-24) may be constructed of a pressure - rated pipe ('C900 PVC), in lieu of installing the specified Steel Casing Pipe, _ In. It has been further determined by the City that the specified Controlled Density Fill (bid item C-13) will not be required in locations where the proposed water main is constructed under and prior to the proposed storm sewer pipe. This change order is a result of a value engineering change proposal submitted by the Interwest Construction, Inc. The net savings and incentive payment are calculated as follows: Item No. Item Quantity Unit Price Amount B-23 Schedule A Storm (280) LF S81.00 ($22,680.00) B-24 Schedule A Storm (970) LE $97.00 ($94,090.00) C-13 Controlled Density (270) CY $199.00 (S53,130.00) C-28 Steel Casing Pipe, (140) LE S333.00 (5v16,620,00) C-29 Steel Casing Pipe, (40) LF S199,00 ($7,950.00) B-31' C900 PVC Pipe for 280 LF $136.00 $38,080.00 8-32" C900 PVC Pipe for 970 LF S141.00 $136,770.00 Total Savings: ($50,230,00) 8-33' Storm System 1 LS $25,115.00 S25,115.00, Total ContractAd)ustment: ($25,115.00) "denotes added bid items. This VECP results in a net savings of $50,230,00, In accordance with Section 1-04.4(2). the incentive payment to the Contractor shall be one-half of the net savings, totaling $25,115.00. There are no direct Contracting Agency's costs or Contractor engineering cost associat- ed with this VECP. The following provisions apply in accordance with Section 1-04.4(2)C2 • The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. • The Contractor accepts risk of constructability of the changed Work. • The Contractor provides the Contracting Agency with the right to use all or any part of the proposal on future projects without further obligation or compensation, Materials shall be as follows: C900 PVC Pipe for Storm Sewer, , , In. Diam shall be in accordance with Section 9-30,1(5)A. Construction Requirements: All requirements applicable to bid items B-23 and B-24 shall apply to new bid items B-31 and 6-32, which the exception of the revised pipe material. Measurement: Measurement provisions applicable to bid items B-23 and 6-24 shall apply to new bid items B-31 and B-32. Payment: Payment provisions applicable to bid items 6-23 and B-24 shall apply to new bid items B-31 and B-32. Storm System VECP Incentive Payment will be paid proportional to the combined installation of bid items 6-31 and B•32. Time: No working days are added to the contract time as a result of this Change Order. Verbal Approval Given: October 6, 2025 This change order does not impact work to be performed by a DBE. Esas rd art CM' Form 579,O01 EF original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator 0 DSC Accounting 0 City Engineering Project Jn Owner: City of Yakima Project: E Nob Hill Blvd & Fair Avenue Intersection Impr FA# STPUS-4566(007) Job No.: G&©#25859, COY #2143 To: Interwest Construction, Inc. Gray & Osborne, Inc. Request for Information (RFI) RFI #: 001 SUBJECT: Stormwater/Potable Waxer Crossings Date: September 29, 202 From: Michael Woodkey, P.E. (G&O) Contractor: Interwest Construction, Inc. Plan Sheet: 27-40 Spec.: 7-0 Other: COY Waterline Separation from Nonpotable Conveyance Systems Request:. lnterwest Construction, Inc. (ICI) is requesting clarification regarding the requirements for the 24" and 18" steel casing specified under Bid Items C-28 and C-29. Based on our review of the contract documents and bid proposal, these casings appear to be required at crossings of non -potable conveyance lines within the project limits. We note that the City of Yakima Standards appear to provide alternative installation options for non -potable conveyance lines crossing over potable water mains, ICI would like clarification of the applicable standards to confirm whether alternative installation methods may be acceptable in lieu of steel casing. In anticipation of potential changes, ICI is proposing a value engineering change as follows: • Delete Bid Items C-28 and C-29 (24" and 18" steel casing). • Install C900 PVC pipe in lieu of SDR-35 PVC pipe for Bid Items B-23 (12" storm sewer) and B-24 (18" storm sewer). • This substitution would comply with City standards for pressure pipe at potable water crossings while reducing cost and schedule risk associated with long -lead steel casing materials. Because these are long -lead items, timely clarification is critical to maintaining the project start date and contract time. Please advise how ICI should proceed with respect to: 1. Acceptable installation methods for non -potable conveyance lines at potable water crossings; 2. Approval of C900 PVC pipe in lieu of SDR-35; and 3. The process for submitting a change order for the above items. Date Reply Required: Cost Impact: Time Impact: September 29, 2025 Yes: Yes: No No X To Be Determined To Be Determined Response: After discussion with the City, C900 PVC (150 psi minimum) may be used for new nonpotable crossing pipelines in lieu of the specified steel casings, provided the minimum standards outlined in the City's Waterline Separation from Nonpotable Conveyance Systems are met. Furthermore, the City has indicated it is acceptable to delete the Controlled Density Fill (CDF) requirement for the proposed crossing(s), given that both the water main pipeline and the nonpotable (storm) pipeline will be newly constructed as part of this project. Please provide a change order proposal for the following modifications: 1. Deletion of Steel Casing/CDF Requirements Removal of the steel casing and CDF requirements for storm/water crossing installations. It is anticipated that bid items C- 28/C-29 (Steel Casing Pipe, _ In.) will be deleted from this contract, and bid item C-13 (Controlled Density Fill) will be reduced or eliminated. \\EgnyteDrive\Projects M-ZIYAKIMA125859 - Nob Hill and Fair Ave Improvements CA103 Construction (FH'4YA)\06 RF1s1RF1 001 - Stormwater C9001Request for Information.doc Request for Infer nan RFI) u0Nsti rit4 EN 1NEER.;> 2. Construction of New Nonpotable Crossing Pipelines Construction shall comply with the City's Waterline Separation from Nonpotable Conveyance Systems. The nonpotable pipeline shall either: o Be installed in a pressure -rated pipe casing extending 10 feet on each side of the crossing, or o Be constructed of one standard length of pipe material meeting waterline standards with a minimum pressure rating of 150 psi (C900 PVC, DI). We understand ICI proposes to satisfy this standard by constructing the stormwater conveyance pipeline with C900 PVC (150 psi minimum). For consideration by the City, please provide pricing for the following options: © Option 1: Construction of the entire storm run (structure to structure) with C900 PVC where potable water crossing separation considerations exist. Stormwater pipelines without separation considerations may remain SDR 35 PVC. o Option 2: Installation of one standard length of C900 PVC centered at the potable water crossing, with transition couplings (Romeo 501 or approved equal) on each side (SCR 35 to C900 PVC). Change ur scope which may affect Contract Cost or Time to be followed by a change order. ❑ Supplemental instructions not affecting Contract Cost or Time. Signature: Date: 912'9125 This form cannot modify Contract Cost or Time. If the Contractor disagrees with the response or believes the response creates a change in scope affecting Cost or Time, the Contractor shall respond in writing in accordance with the contract. I\EgnyteDriveAProjects M-Z\YAKIMA\25859 - Nob Hill and Fair Ave improvements CA103 Construction (FHWA)106 RFIs1RFT 00l - Stormwater C9001Request for Information.doe INTERWEST CONSTRUCTION INC. Nob Hill Blvd and Fair To: Osbourn. Inc. Re: lion Improvements R.F.I- Number: 00] REQUEST FOR INFORMATION From: lnlerwest Construction Incomcrated Date: 9/ 1 9/2025 REQ Drawing Reference: Detail: Specification Section: Paragraph: RESPONSE: Interwest Construction, Inc. (ICI) is requesting clarification regarding the requirements for the 24" and 18" steel casing specified under Bid Items C-28 and C-29, Based on our review of the contract documents and bid proposal, these casings appear to be required at crossings of non -potable conveyance lines within the project limits. We note that the City of Yakima Standards appear to provide alternative installation options for non -potable conveyance lines crossing over potable water mains, ICI would like clarification of the applicable standards to confirm whether alternative installation methods may be acceptable in lieu of steel casing. In anticipation of potential changes, ICI is proposing a value engineering change as follows: • Delete Bid Items C-28 and C-29 (24" and 18" steel casing). Install C900 PVC pipe in lieu of SDR-35 PVC pipe for Bid Items B-23 (12" storm sewer) and B-24 (18" storm sewer), This substitution would comply with. City standards for pressure pipe at potable water crossings while reducing cost and schedule risk associated with long -lead steel casing materials_ Because these are Tong -lead items, timely clarification is critical to maintaining the project start date and contract time, Please advise how [CI should proceed with respect to: I _ Acceptable installation methods for non -potable conveyance lines at potable water crossings; 2. Approval ofC900 PVC pipe in lieu ofSDR-35; and 3. The process for submitting a change order for the above items. Signed by: Jesse Chavez, PM Date: 9/19/2025 Response: (� Attachments Response iron To: Date Rec'd: Date Ret'd Signed by: Date: Copies: 0 Owner ❑ Consultants El ❑ (J LJ LJ File Water / Irrigation Division king T°octher Toward Excellence in Service and Quality 2301 Fruitvale Blvd. Yakima, WA 98902 Waterline Separation from Nonpotable Conveyance Systems These standards apply to water main lines, water services 3-inch and larger and nonpotable pipelines including sanitary sewer mains, sanitary side sewers, irrigation mains and storm sewer mains. The most common separation scenarios are addressed below. Consult the Waterllrrigation Division and Wastewater Division for guidance when other scenarios are encountered during design and construction. All deviations from the standard separation requirements shall be approved by the City, Additional standards and guidance can be found in the latest edition of the DOH Water System Design Manual, DOE Criteria for Sewage Works Design, and DOH/DOE Pipeline Separation Design and Installation Reference Guide. All horizontal separation measurements noted are from edge to edge of pipes and vertical separation from invert to crown of pipes. Parallel Installation — New Waterlines / Existinq Nonpotable Pipelines Waterlines shall be installed a minimum of 10 feet horizontally and 18 inches vertically above other nonpotable pipelines. Where this is not possible, a waterline may be installed a minimum of 5 feet horizontally and 18 inches vertically from other nonpotable pipelines, as long as the waterline is placed in a separate trench and on a bench of undisturbed earth. Parallel Installation — New Nonpotable Pipelines / Existinq Waterlines Nonpotable pipelines shall be installed a minimum of 10 feet horizontally and 18 inches vertically below existing waterlines. Where this is not possible, a nonpotable pipeline may be installed a minimum of 5 feet horizontally from an existing waterline, as long as the nonpotable pipeline is installed a minimum of 18 inches vertically below the waterline and the nonpotable pipeline is placed in a separate trench. If the vertical separation cannot be met, then the nonpotable pipeline shall be constructed of or encased in materials equal to waterline standards with a minimum pressure rating of 150psi (C-900 PVC, Ductile Iron). Crossing Installation — New Waterlines / Existinq Nonpotable Pipelines Waterlines shall be installed a minimum of 18 inches vertically above nonpotable pipelines. Where this is not possible, or the waterline passes under a nonpotable pipeline, the waterline shall be installed in a pressure rated pipe casing extending 10 feet each side of the crossing. In addition, where the waterline passes under an existing nonpotable pipeline, support shall be provided for the nonpotable pipeline by backfilling the nonpotable pipeline trench with controlled density backfill or other approved methods. A minimum of 6 inches of separation between the crossing pipelines must be maintained in all cases. Crossing Installation — New Nonpotable Pipelines / Existinq Waterlines Nonpotable pipelines shall be installed a minimum of 18 inches vertically below existing waterlines. Support shall be provided for the waterline by backfilling the nonpotable pipeline trench with controlled density backfill or other approved methods. Where the minimum clearance is not possible, or the nonpotable pipeline passes above a waterline, a full length of nonpotable pipeline shall be centered at the crossing. In addition, the nonpotable pipeline shall either be installed in a pressure rated pipe casing extending 10 feet each side of the crossing, or be constructed of one standard length of pipe material equal to waterline standards with a minimum pressure rating of 150psi (C-900 PVC, Ductile Iron). A minimum of 6 inches of separation between the crossing pipelines must be maintained in all cases. Description Bid Item Quantity Unit Original Unit cost Original Total Cost New Unit Cost Option 1 New Unit Cost Option 2 New Total Cost Option 1 New Total Cost Option 2 Schedule B Storm Sewer pipe 12" B-23 -280 LF $ 81.00 $ - $ - $ (22,680.00) $ (22,680.00) Schedule B Storm Sewer pipe 18" B-24 -970 CY $ 97.00 $ - $ - $ (94,090.00) $ (94,090.00) Controlled Density Fill C-13 -270 CY $ 199.00 $ - $ - $ (53,730.00) $ (53,730.00) Steel Casing Pipe 24" C-28 -140 LF $ 333.00 $ - $ - $ (46,620.00) $ (46,620.00) Steel Casing Pipe 38" C-29 -40 LF $ 199.00 $ - $ - $ (7,960.00) $ (7,960.00) Schedule B Storm Sewer pipe 12" B-23A 280 LF $ 114.00 $ 136.00 $ 31,920.00 $ 38,080.00 Schedule B Storm Sewer pipe 18" B-24A 970 LF $ 136.50 $ 141.00 $ 132,405.00 $ 136,770.00 Change Proposal Totals [ I 1 1 [ [ I [ $ (80,755.00)1 $ (50,230.00) VECP1-04.4(2) 1 I [ [ ( ( [ I $ (30,377.50)1 $ (25,115.00)