Loading...
HomeMy WebLinkAboutR-2024-098 Resolution authorizing an agreement with Interwest Construction Inc. for McClaren Street Vicinity Wastewater Improvements Project SC2783 RESOLUTION NO. R-2024-098 A RESOLUTION authorizing an agreement with Interwest Construction, Inc. for the McClaren Street Vicinity Wastewater Improvements Project SC2783. WHEREAS, the City of Yakima (City) maintains the Wastewater Collections System in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City's 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-2023-139, the City entered into an Agreement with HLA Engineering and Surveying (HLA) to prepare the plans and contract documents for the rehabilitation and replacement of City sanitary sewer main lines in various locations within the City, and WHEREAS, the City's Wastewater Division requires construction services for the replacement of approximately 5,000 linear feet of collections system pipes and 14 sewer manholes in the vicinity of McClaren Street; and WHEREAS, The City used the procedure established by the State of Washington for competitively bidding projects; and WHEREAS, Interwest Construction, Inc. submitted the low bid and has the ability to perform the contact 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 Interwest Construction, Inc. to perform the work detailed in the contract documents; 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 Interwest Construction, Inc., in the amount of TWO MILLION ONE HUNDRED FORTY-FOUR THOUSAND EIGHT HUNDRED SIXTY-NINE DOLLARS AND FIFTY-NINE CENTS ($2,144,869.59), for the replacement of approximately 5,000 linear feet of City sanitary sewer main lines and 14 sewer manholes in the vicinity of McClaren Street. ADOPTED BY THE CITY COUNCIL this 21st day of May, 2024. ATTEST: „ n Patricia -Byers; Mayor SEAL osalinda Ibarra, City Clerk • -isNiN5-‘0� CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of Mai , 2024, by and between the City of Yakima, hereinafter called the Owner, and Interwest Construction, Inc. , a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF:$ 2,144,869.59 , for Maclaren Street Vicinity Wastewater Improvements, City of Yakima Project No. SC2783, all in accordance with, and as described in the attached specifications and the 2024 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 one nundred ten (110)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 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 itemlzea prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall release; indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor, or any Contractor's agent or subcontractor, in performance of this Agreement, except for claims caused by the City's sole negligence. a. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. \\FS02\General\PROJECTS\2023\23116E\11.Specs\23116 Spec docx 4-2 b. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. c. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. d. The terms of this Section shall survive any expiration or termination of this Contract. 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 nereto have caused this agreement to be executed the day and year first herein above written. O 00 Countersigned: CITY OF YAKIMA CONTRACTOR 01 this_A day of_ni 2024. 0 Interwest Construction, Inc. , a Corporation N Construction Company 0 Z 0 0 /(it---- 09,,a- Q Z 0 _ By: 0 = City Man nature Contractor Signature W 0DcLuc, 7 , \ Eben Twaddle (Printed Name) (Printed Name) r Y kki44 N ,Oil Attest: s A' �'st ; • SEAL I i President City Clerk '1. .�,,, , / (President, Owner, etc.) Address: 609 North Hill Blvd. Burlington, WA 98233 \\FS02\General\PROJECTS\2023\23116E\11 Specs\23116 Spec.docx 4-3 1 .. a, ____,) BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 7.J. For Meeting of: May 21, 2024 ITEM TITLE: Resolution authorizing an agreement with Interwest Construction Inc. for McClaren Street Vicinity Wastewater Improvements Project SC2783 SUBMITTED BY: Scott Schafer, Director of Public Works * Mike Price, Wastewater/Stormwater Manager SUMMARY EXPLANATION: City of Yakima (City) Project SC2783 entails replacement of approximately 5,000 linear feet of concrete sewer pipe and 14 manholes at the four locations indicated on the attached Project Location Map. The project includes the restoration of streets, sidewalks, and other utility connections impacted by project construction. 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 improvements. The City utilized the procedure established by the State of Washington for competitively bidding projects. Three contractors submitted bids, with I nterwest Construction, Inc. submitting the lowest bid of$2,144,869. The agreement in an amount not to exceed $2,144,869 is attached for City Council review. The project is funded by Wastewater Capital Fund 476. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Trust and Accountability APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Description Upload Date Type D Resolution Intern st Resolution 2 d Agreement 5/9/2024 Contract d Project Location Map 5/7/2024 Backup Material City of Yakima Change Order 01 Change Order Number Maclaren Street VicinityWastewater Improvements Change Order Date 3/10/2025 Project: (Name) p 9 (Number) SC2783 Contract Number 23116 To: (Contractor) Contract Date 05-22-2024 Interwest Construction, Inc. 609 North Hill Blvd. Burlington, WA 98233 J You are directed to make the following changes in this Contract: CHANGE ORDER NO. 1 Add Item #35 - Emergency Sewer Repairs (711 S. 19th Ave) Add Item #36 - Emergency Sewer Repairs (810 S. 19th Ave) Add Item #37 - Emergency Repairs due to Water Main Break Add Item #38 - Emergency Sewer Repairs (706/708 S. 20th Ave) Reconciliation of Project Over and Underruns (See attached) CHANGE ORDER NO. 1 SUBTOTAL: $76,662.17 8.3% SALES TAX: $ 6,362.96 CHANGE ORDER NO. 1 TOTAL: $83,025.13 $42,347.20 $42,030.08 $23,436.32 $12,445.32 ($43,596.75) CHANGE ORDER JUSTIFICATION: This change order is being executed to compensate the Contractor for emergency repairs which became necessary during construction. The repairs were the result of unforeseen circumstances and a water main break which was not the fault of the contractor. Due to the emergent nature of the work, the City of Yakima directed the Contractor to proceed with necessary repairs and the cost was tracked utilizing the force account provisions of the contract. Associated costs were verified by the Engineer to be accurate and necessary for completion of the project. Backup documentation was obtained from the contractor for all costs incurred. Not valtd 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 .......................>.., $ Netchange by previous Change Orders ..w.w......» ................K,......,...,.. $ The Contract Sum prior to this Change Order .,..,»...a ................. $ The Contract Sum will be: El Increased 0 Decreased ❑ Unchanged by this Change Order $ The New Contract Sum including this Change Order will be $ 2,144,869.59 0.00 2,144,869.59 83,025.13 2,227,894.72 The Contract Time will be: 0 Increased 0 Decreased Pi Unchanged by N/A working days -The New Contract Time will be working days Roy Swihart Date March 11, 2025 1 Approval Recommended rovaj y o Hite» ed Benjamin A. Annan, PE, Project Engineer ,���^ Digitally signed by By _ Benjamin A, Afl f# ^ Dale`2025.03,14 Date 14:32:41-07'00' Mike Price, Wastewater Men By Date 3 Based on DOT Form 570-001 EF Revised 08/2021 Original to: 0 Contractor Copies to: 0 Region ❑ Construction Administrator 0 OSC Accounting ❑ City Engineering HLA Engtrwxringand land Surveying, Inc. CITY OF Yaktm PROJECT NAME: Maclaren Street Vicinity Waste w t r trrtprC v ments HLA PROJECT NO.: 23116C PRIME CONTRACTOR: Interwest Construction inc. C1ne Order No. 01 - Emergency Repairs ITEM 85 EMEI 9/19/24 EWER REP RS - 711< S.' 19th`Ave $ 3,594.52 $ 3,594.52 Interwest Construction ,26+23 side sewer on 711 S 19th Ave. Homeowner basement flooded. ICI investigated, excavated the side sewer, and discovered City of Yakima Water crew damaged the side sewer during water service work. The repair was completed by Interwest Construction. 9/30/24 $ 18,608.11 $ 22,202.63 Allure Construction 711 S 19th Ave -Allure Construction demo'd carpet, emergency repairs, insulation on all damaged walls, dry wall prep, painting, install new carpet and furniture rearrangement for carpet and paint performed by Allure Construction. 10/3/24 $ 14,394.18 $ 36,596.81 Service Master 711 S 191h Ave - Services performed by Service Master for asbestos & lead testing, and mitigation services for personal drinking water lines. 10/3/24 $ 5,750.39 $ 42,347.20 Interwest Construction 711 S. 19th Ave. sewer backup damage repairs. Home Depot and Lowe's receipts for repairs. ITEM 36 - EMERGENCY SEWER REPAIRS - 810 S.1Sth'Ave. Changed Conditions 9/24/24 24+22. 810 S 19th Ave sewer service backed up and ICI connected to the new $ 2,919.94 $ 2,919.94 Interwest Construction Inc. system. The sewer service to this house was previously understood to be connected on another street, and not part of this project. The City of Yakima .approved the new connection to the sewer min in 19th Ave. 9/30/24 10/3/24 27,322.47 $ 30,242.41 ' Allure Construction 810 S. 19th Ave - Allure Construction demo'd carpet, emergency repair fee/testing, insulation on all walls, dry wall/wood removal, paint concrete and damaged walls, carpet installation, install stair carpet/furniture rearrangement, and remove/install sink cabinets. 810 S. 19th Ave. sewer backup damage repairs at 810 S. 19th Ave. Home $ 4,801.15 $ 35,043.55 Interwest Construction Inc. Depot and Lowe's receipts for repairs. 10/18/24 $ 6,986.53 $ 42,030.08 Restoration 1 810 S. 19th Ave - Restoration 1 performed repairs that consisted of remediation services due to unsanitary water damage to this property. ITEM 37 - Emergency Repairs due to Water Main Break 11/13/24 $ 1,239.39 $ 1,239.39 Interwest Construction Inc. Water main break under new asphalt. +07. 11/14/24 $ 189.16 $ 1,428.54 Interwest Construction Inc. Saw cutting for asphalt removed due to water main break. 11/14/24 1 $ 280.00 $ 1,708.54 R&R Sawcutting 9+07. Saw cutting for asphalt removed due to water main break. 9+07. 11/15/24 $ 4,707.79 $ 6,416.33 Interwest Construction Inc. Removing asphalt for water main break repairs and grading rock for new 9+07. 11/18/24 $ 1,834.02 $ 8,250.35 Interwest Construction Inc. Grading top course rock for roadway prep at water main break location. 9+07. 11/20/24 $ 13,560.50 $ 21,810.85 Interwest Construction Inc. Excavation of soft spot in roadway to be replaced with rock and pave patch in the road from water main break. Central Washington Asphalt 9+00. Jack and raise manhole #3 and pour concrete collar around manhole #3. This work is due to road w.t at water main break, R&R Sawcutting Saw cutting 39'x3" Asphalt Interwest Construction Inc. > 708 S 20th Ave. Mobilization of equipment, saw cutting for excavation, and painting of locates. Interwest Construction Inc. 708 S 20th Ave. Excavation of road and connection of side sewer service to new sewer main. ;unaaapun/aaA0 ]elol W W WNJ N:N Ni N'N'N 1' CO N O O CJ7 W N 1--% �I CA CT- ) N O O CD CD 3'3 CD CD •rt CD C• n 0_ CD C) C) cn cn CD CD CU CD e e 7 � 7 � s --I —I s:s " s CD 0_' o_ 00. CD aa4n9 pue ganj aijjeal *pupa 1uauaa3 r rCn -0 v cn a) Co < ' < < CD 0 ° 0 cD � Qom] Cn Cn Cncu .nr C/) .rt X * K `< < CD CD , Cf) ci CD CD s7,30 COD CD CCD N CD `. co co c�D -r••;rn co n N O 7 7 r-t O _q 0 _0 7 ia) :, iv 0.1 3 3 3 r m D a1oyuew Tsnfpy 3 h� 0.)0 0 o ° can C3i) cD - CD CD 03 CD CD pCDD CD 0 •3,5 5 p CD C3, a) N 3 3 z z C) CD 0_ 0 O 7 CD Co' CD 3: ' O a) e e — '7 .o fD CJ1 v co , W V VFW .CO, e ` J do_N 0 < H e` O C1 W N O 0003 F-+ . V c, a W` 1- CO 0 O) I . CT7 F ` O) co C>7 # U7 C)) 'cn CA F' F� Ni O) CT) W 0 -I . 64 s 64 69- 69 64 69 64 69 69- 69- :64 69- 64 69 (xi O -.I N 0) . O N N W -.1 N 0 O CNO CJ1 CO O' C)`1 cn co O W O CJ1 CFI O N O O O CJ1 O O O O O OO OO OO OO OO O O O co O O O "O O; O 0 O O: O-O O O O 64 64 6 - c N ''* cn 0 CJ1 O O O O OOO O' O O'%O 3 0., 0 -, co o Z' 0 • C7 N ao W I e a, CD 0 0 CD- r 0 -69- . 64 64 64 64 64 : 64 64 °' &g ffr = 64 64 64 64 6 T 64 {f} 69- CO W ° .P. U1 Co CO . O -I 0) , 0 CT) V O O CJ1 O O CA) I C11 01 W W W ` N . N CO 1--% .P.` �W . N.)Cn O in cn C)D O N V O �I N al co; 1—, A O a) CA N C') A ' O O CO ' CT) O CO CO CO CO �1 O CO CO O \I O O= N O O O O W al in O' O O io CJ7 O O O O O= O O O CJ7 O O CO ; 0 O O O O O O O i O O CO O 3 O 0 C 7 0. CD O CD