Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2022-133 Resolution authorizing an agreement with Combined Construction, Inc. for the First Level Reservoir Repairs and Improvements Project AC2553
RESOLUTION NO. R-2022-133 A RESOLUTION authorizing an agreement with Combined Construction, Inc. for Project No. AC2533 1st Level Reservoir Improvements. WHEREAS, the City of Yakima owns, operates, and maintains the Domestic Water Supply and Storage System in accordance with applicable Federal, State and Local regulations; and WHEREAS, leaks in the floor of the reservoir result in water Toss; and WHEREAS, access and venting improvement are necessary; and WHEREAS, under City Contract No. 2020-204, the City entered into an agreement with Gray and Osborne, Inc. to prepare the plans and contract documents for 1st Level Reservoir Improvements; and WHEREAS, the City of Yakima Water/Irrigation Division requires construction services for the reservoir improvements; and WHEREAS, the City of Yakima used the procedure established by the State of Washington for competitively bidding projects; and WHEREAS, Combined Construction, Inc. submitted the low bid and has the ability to perform the contract specified work; and WHEREAS, the project is funded by the 477 Water Improvement Fund; 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 Combined Construction, Inc. to perform the work detailed in the contract documents for the 1st Level Reservoir Improvements; 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 Combined Construction, Inc., in the amount of $1,098,042.87 One Million Ninety -Eight Thousand Forty -Two Dollars and Eighty -Seven Cents) for 1st Level Reservoir Improvement as fully described herein, contingent on receipt of the required proof that Combined Construction, Inc. has obtained Builder's Risk Insurance as required by the contract and such insurance policy is in place as of the date the City Manager signs the contract. ADOPTED BY THE CITY COUNCIL this 4th day of October, 2022. ujo ATTEST: Janice Deccio, Mayor S. ya Claar Tee, City Clerk CONTRACT THIS AGREEMENT, made and entered into in triplicate, this_.. day of (;!{, _.. ss. 2022, by and between the City of Yakima, hereinafter called the Owner, and COMBINED 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: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $1,098,042.87, for 15' Level Reservoir Repair and Improvements, City Project No. AC2533, all in accordance with, and as described in the attached plans, specifications, and general conditions and the 2022 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. Work shall start within ten (10) days after the Notice to Proceed and shall be substantially completed in Ninety (90) working days and physically completed in One Hundred and Ten (110) working days. Additionally, the Work inside of the reservoir shall be complete and the reservoir shall be returned to operation by February 28, 2023. 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. See General Condition 3,04.14 regarding the counting of contract time. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Proposal for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors 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. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. 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. 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. 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 y^^Cl/e CITY CONTRACT NO:.((.j�1202 RESOLUTION NO: L l:4942 By: Its: Address: C-1 COMBINED CONSTRUCTION, INC. President, Owner, eic,) e1361 4() Corporation ©nstruct 1 ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 6.E. For Meeting of: October 4, 2022 Resolution authorizing an agreement with Combined Construction, Inc. for the First Level Reservoir Repairs and Improvements Project AC2553 Scott Schafer, Director of Public Works David Brown, Assistant Director of Public Works Mike Shane, Water/Irrigation Engineer, 509-576-6480 SUMMARY EXPLANATION: The 1st Level Reservoir of the City of Yakima's domestic water system located at 40th Ave. and Englewood Ave., has been identified as leaking through expansion joints within the flooring and is also in need of a some improvements in its venting and access. City staff used the State bidding process to advertise for competitive bids; selecting Combined Construction, Inc. as the low bidder with the bid of $1,098,042.87. The Agreement is attached for City Council review in an amount not to exceed $1,098,042.87. The project is funded by the 477 Water Improvement Fund. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Neighborhood and Community Building APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description Upload Date CI resolution 9/30/2022 0 Contract 9/20/2022 Type Corer Memo Contract Project Title Owner Change Order No. Change Order Date C&O No./City No. CHANGE ORDER 1st Level Reservoir Repair and Improvements City of Yakima Contractor Name Combined Construction, Inc. March 3, 2023 20878/AC2533' Contractor Address 3701 South Road Mukilteo, WA 98275 The follotving changes are hereby made to the Contract Documents: ITEM I. Additional Concrete Repairs Provide additional concrete repairs along the existing concrete surfaces. These concrete repairs are in addition to those already covered by Bid Item 1!. The lump sum cost for this work is: Justification: The additional work is at the request of the Owner. Working Days: 9 working days are added to the Substantial and Physical Completion Contract Times. ITEM 2: Additional Expansion Joint Repairs Provide additional expansion joint repair along existing reservoir floor and wall slabs. These expansion joint repairs are in addition to those already covered by Bid Item 15. The lump sum cost for this work Justification: The additional work is at the request of the Owner. Working Days: 0 working days are added to the Substantial and Physical Completion Contract Times. ITEM 3: Minor Construction Changes This item includes a compilation of construction changes based on field conditions eneotmtered. including modifications related to the shotcretc production process, installation of additional backer rod in the floor expansion joints, and removal of loose sealant material from the reservoir roof joint. The lump sum cost for this work Justification: The additional work is at the request of the Owner. Working Days: 0 working days are added to the Substantial and Physical Completion Contract Tittles. Page 1 of 3 ITEM 4: Control Panel Relocation Deduc Reduction in work associated with eliminating the relocation ofth.e control pane]. The lump sum credit for this work is: ...($2,000.00) justification: The deductive work is at the request of the Owner. Working Days: 0 working days are subtracted from the Substantial and Physical Completion Contract. Times. ITEM 5: Eliminate C with Grout ck Repairs, Drill Holes for Voids Under Floor, and Fill Voids Under Floor Eliminate Bid Item 1.2 — Crack Repairs, Bid Item 1.3 — Drill Hole Bid Item 14 — Fill Voids Under Floor Under Grout. The following paymen No. 12 13 14 s are deleted from the Contract: Description Crack Repairs Grill Holes for Voids Under Floor Fill Voids Under Floor with Grout The credit for this work is:. - Current Contract Quantity 1 LS 12 EA 30 CY Unit Contract Price $40,000.00 $500.00 $1,000.00 Justification: The deductive work is at the request of the Owner. 0 Voids Under Floor, and New Contract uantitr 0 LS 0 EA 0 CY Quantity Revision (I LS) (12 EA) (30 CY) Contract Price Revision ($40,000,00) ($6,000.00 0,000.00) . ($76,000.00) Working Days: 0 working days are deleted from the Substantial. and Physical Complctic n Contract Times.. CHANGE TO CONTRACT PRICE Original Contract Amount (without tax): ..$1,013,890.00 Current Contract Amount, as adjusted by previous change orders: .$I,013,890.00 The Contract Amount due to this Change,Orde,r will be decreased by: ($4,082.82) The new Contract Amount (without tax) due to this Change Order will be:.. ..,.$1.009,807.18 Page 2 of 3 CHANGE TO CONTRACT TIME The Substantial Completion Contract Ti 99 working days. The Physical Completion Contract Time days. The required date for completing the shall be changed to March 10, 2023. e will be increased by 9 working days, for a total o 1 be increased by 9 working days, for a total o ork inside the reservoir and returning the reservo 19 working to operation This document will become a supplement to the Contract and all provisions in the Contract will apply hereto. The Contractor acknowledges and agrees that by executing this change order he foregoes all rights and privileges of acquiring any additional compensation for any known or unknown claims of any type or nature, to include but not be limited to, any additional work, delays, extended office overhead, design omissions, changed site conditions, or any oral directions as of the date of the execution of this change order, GRAY & O BOR E, INC. (RECOMMENDED) CO t INED CONSTRUCTION, INC (ACCEPTED)' CITY OF YAKI (ACCEPTED) CITY OF YAKIMA CITY M (ACCEPTED) Date ,rru Date 03/07/23 Date 0/23 Date I