Loading...
HomeMy WebLinkAboutR-2024-187 Resolution authorizing an Agreement with Apollo, Inc. for Project WF2761 Biosolids Dewatering Improvements at the Wastewater Treatment Plant RESOLUTION NO. R-2024-187 A RESOLUTION authorizing an Agreement with Apollo, Inc. for Project WF2761 Biosolids Dewatering Improvements at the Wastewater Treatment Plant. WHEREAS, biosolids generated from the wastewater treatment process at the City of Yakima (City) Regional Wastewater Treatment Plant require dewatering for efficient transport to beneficial use disposition sites; and WHEREAS, the two existing biosolids dewatering centrifuges at the treatment plant have reached the end of their useful service lives, requiring frequent and expensive repair, high electrical power consumption, and labor-intensive monitoring for routine use; and WHEREAS, the treatment plant's facility planning process identified replacement of the centrifuges with screwpress dewatering units as offering the benefits of reduced electrical power consumption, increased reliability, and reduced monitoring by plant staff; and WHEREAS, by Resolution R-2023-094, the City entered into an Agreement with RH2 Engineering, Inc. to prepare the plans and contract documents for the replacement of the existing centrifuges with screwpresses; and WHEREAS, the City's Wastewater Division requires construction services for the biosolids dewatering system improvements; and WHEREAS, The City used the procedure established by the State of Washington for competitively bidding projects; and WHEREAS, Apollo, 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 an Agreement with Apollo, Inc. to perform the work detailed in the contract documents for the biosolids dewatering improvements at the Wastewater Treatment Plant; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached Agreement with Apollo, Inc., in the amount of FIVE MILLION NINE HUNDRED NINETY-SIX THOUSAND EIGHT HUNDRED NINETY-FIVE DOLLARS AND NINETY CENTS ($5,996,895.90), for the biosolids dewatering improvements at the Wastewater Treatment Plant. ADOPTED BY THE CITY COUNCIL this 15" day of October, 2024. nn � C IPKIMq r �^ Patricia Byer , Mayor ATTEST: "*" SEAf akis, osalinda Ibarra, ity Clerk SN�NG�G� CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Ito day of pc. 11 _ , 2024, by and between the City of Yakima, hereinafter called the Owner, and Apollo, Inc. .a Washington Corporation,hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement,the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools,materials,labor and equipment for THE BID AMOUNT OF:$ 5,996,895.90 ,for City of Yakima — Biosolids Building Dewatering Improvements, City Project No. 2761, all in accordance with, and as described in the attached specifications 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. Refer to the completion time and scheduling requirements in Division 1 of the Technical Specifications.The first chargeable calendar day will be the first day after 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 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 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. IV. The Contractor for themself,and for their 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 CONTRACTOR this I(Q day of UG-)— 2024. Apollo, Inc. ,a Corporation "fir Contracto By: e!"/0 0 1$9'/( City Manag- st PKIM,q 111 Attest: 111� (Print Name) to 4 "�*" p) • / �*' SEAL ' ' • • � is City Clerk 1t108NING-SG- 'LG 4p;C, (President,Owner,etc.) Address: 1115 S. Clodfelter Rd. CITY CONTRACT NO —19'Y Kennewick, WA 99338 RFSOLUI ION NO rz--av 0V/ City of Yakima—2024 Biosolids Building Dewatering Improvements City Project No.2761 25 kiloliter BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 7.N. For Meeting of: October 15, 2024 ITEM TITLE: Resolution authorizing an Agreement with Apollo, Inc. for Project WF2761 Biosolids Dewatering Improvements at the Wastewater Treatment Plant SUBMITTED BY: Scott Schafer, Director of Public Works * Mike Price, Wastewater/Stormwater Manager SUMMARY EXPLANATION: Biosolids generated during the wastewater treatment process at the City of Yakima (City) Wastewater Treatment Plant require dewatering to reduce hauling costs to beneficial use sites. The treatment plant currently utilizes two aging dewatering centrifuges that have reached the end of their service lives. The centrifuge process is energy intensive, requires frequent expensive maintenance by specialist repair firms, and requires the full-time attendance of a wastewater treatment plant operator. The Wastewater Division's facility planning process identified screwpress dewatering technology as a proven replacement for centrifugation. The City ran three successful screwpress pilot studies at the treatment plant between 2019 and 2022 to verify effective biosolids dewatering with the screwpress process. City Project WF2761 replaces the centrifuges with screwpress units that require low power input, reduced maintenance, and only part-time operator attendance. A preliminary power usage analysis showed that replacing the centrifuges could save up to 500,000 kilowatt hours of power usage annually, potentially qualifying the project for a reimbursement of up to $100,000. The project also includes biosolids conveyor improvements that allow efficient and unattended loadout of dewatered biosolids to the transport trailers. The City previously entered into an agreement with RH2 Engineering, Inc. under Resolution R-2023-094 to provide design, bidding, and construction services for the improvements. The City utilized the procedure established by the State of Washington for competitively bidding projects. Four contractors submitted bids, with Apollo, Inc. submitting the lowest bid of$5,996,895.90. The Agreement in an amount not to exceed $5,996,895.90 is attached for City Council review. The project is funded by Wastewater Capital Fund 478. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima 215 Project: (Name) (Number) To: (Contractor) City of Yakima Biosolids Building Dewatering Improvements City WF2761, RH2 23-0121 Apollo, Inc. 1115 S. Clodfelter Road Kennewick, WA 99338 L Change Order Change Order Number 01 Change Order Date 5/25/2025 Contract Number WF2761 Contract Date 10/16/2024 You are directed to make the following changes in this Contract: During review of the Contractor's insurance forms, the City requested the following changes to the General Conditions Item 52 - Insurance, with the additional items shown in bold below. Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertis- ing injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability policy shall waive subrogation. Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pol- lutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. 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 rsr Contract Time. The original Contract Sum was 5,537.300 (w/out WSSTl Net change by previous Change Orders $ 0 The Contract Sum prior to this Change Order $ 5,537,300 (w/out WSST) The Contract Sum will be: 0 Increased ❑ Decreased ■ Unchanged by this Change Order $ 0 The New Contract Sum including this Change Order will be ........................................... $ 5,537,300 (w/out WSST) The Contract Time will be: 0 Increased 0 Decreased IN Unchanged by 0 working days The New Contract Time will be 570 calendar days Contractor ay Dan Sjule Ti A , Inc. Date Based on ennT hens fi'idsdn1 ES' Revised ,n43012 t Approval Recommended Ens; Smith. PE, Project Engineer Eric Smith Da v Date ❑ Contractor Copies to: ❑ Region 0 OSC Accountin By Approve ;ask Date ❑ Construction Administrator ❑ City Engineering cow EC+JTRACT N 1-bt4-1g6 Ckan•,c, Maki 41 2.,070 ^ eS1 RL.SDLIJTIDN NO: