Loading...
HomeMy WebLinkAboutR-2021-124 Resolution authorizing a contract with Central Pavement LLC for the Northside Alley Paver Project 2530RESOLUTION NO. R-2021-124 A RESOLUTION authorizing a contract with Central Paving LLC for the Northside Alley Pavement Project AT2530. WHEREAS, the City of Yakima (City) received a Congestion Mitigation Air Quality (CMAQ) grant from the Yakima Valley Conference of Governments (YVCOG) to pave the graveled alleyways in the vicinity between Fruitvale Blvd. and Summitview Ave. and 6th to 16th Avenues; and WHEREAS, the City used the procedure established by Washington State law for the bidding and awarding of public capital improvement projects, and WHEREAS, Central Paving LLC has been selected for the construction of the Northside Alley Paving Project with the lowest submitted responsive bid of $503,963 and has the ability to make the necessary improvements; and WHEREAS, the CMAQ grant approved $500,000 which provides for 86.5% of the funding and the City will be required to provide 13.5% in matching funds; and WHEREAS, the City Engineer has recommended awarding the contract to Central Paving LLC for installing the improvements, and WHEREAS, the City Council finds that it is in the best interests of the City of Yakima and its residents to undertake the Northside Alley Pavement Project and enter into a contract with Central Paving L.L.C., now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute a contract between the City of Yakima and Central Paving LLC, attached hereto and incorporated herein by this reference, not to exceed Five Hundred Three Thousand Nine Hundred Sixty -Three Dollars ($503,963) for City Project No 2530 to improve the roadway, alleys and relative improvements for the Northside Alley Pavement Project. ADOPTED BY THE CITY COUNCIL this 21st day of September, 2021. ATTEST: Son 1 laar Tee, City Clerk atricia Byers, Ma or CONTRACT THIS AGREEMENT, of Yakima, hereinafter caUedthe Owne�and hereinafter called the Contractor, VNTNESBETM: That inconsideration cf the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree aofollows: |. The Contractor ahoU do all work and furnish all Voo|u. matoho|o. labor and equipment for THE BID AMOUNT OF: $503.863. for Northside Alley Paving Improvements, City Project No. 2530, all in accordance with, and as described in the attached plans and opouifioaduno and the 2021 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 completed in Forty (40) working days. |fwork has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11 th day after the date onwhich the City issues the Notice toProceed. 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 ooare mentioned inthe specifications 0ubefurnished bythe City ufYakima. U. The City of Yakima hereby promises and agrees with the Contractor to emp|oy, 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 accordinghothoottached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached opeo8uodono and the oohodu|n ofunit uritemized phouo hereto oMaohod, o1the time and in the manner and upon the conditions provided for inthis contract. |U. 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, ottornoy'ah*ae 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. [V. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, doeshereby agree 0othe 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. |NWITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OFYANJMA this� City Manage, CITY CONTRACT RESOLUTION— v) 21. ~ Address: CONTRACTOR Corporation wo (Print Name) 2 V yNvqvlr dent, Owner, etc. 0-0 901/73z6o- � o-rtgol Engineering Division 129&orth Second Street Yakima, Washingtom98901 (509) 575-6111 OF, (509) 576'6005 Central Paving, LUC 141OOo|anwayRoad Ellensburg, WA 98926-9314 Re, NorthsideAlley Paving Improvements City Project No.:253O Federal Aid Project No. C&14485(026) Dear Sirs: The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project to your company on the basis of your bid submitted on August 26, 2021 in the amount of $503,962.50. This letter is official notification of the award of the contract to your company by the City of Yakima. As a part of entering this contract, the contractor agrees to take all necessary and responsible steps in accordance with 49 CFR Part 26 to ensure that Disadvantaged Business Enterprises (DBE) have an opportunity to participate in the performance of this contract. The award of this contract was made with the understanding that the contractor acknowledges that the firms listed on the DBE Utilization Certification will be performing the dollar value of work as indicated on the Bid Item Breakdown form. Prior to submitting the signed contract for execution, Central Paving LLC will provide the following items: 1. Following information for all successful DBEs as shown on the DBE Utilization Certification: • Correct business nmme, federal employer identification number (if available), and mailing address. • List ofall bid items assigned to each OBE firm indicating any anticipated sharing of resources (e.g.. equipment, employees). Note: Total amounts shown for each DBE shall not be less than the amount shown on the Utilization Certification. ^ 2. A list of all firms who submitted a bid or quote in an attempt to participate in this contract whether they were munoeaafu| or not. Include the following information: ° Correct business name and mailing address, Send these two items hoCity ofYakima — Engineering Division, 129 N. 2nd SL.Yakima, VVAS80O1.Failure to provide this information prior to execution will result in forfeiture of the bidder's proposal security. Enclosed are a copy of the proposal, three copies of the contract and a performance bond form. Please sign and return all copies of the contract form as soon as possible to this nffima, along with the fully executed contract bond and certificate of insurance, within ten (10) calendar days. When these items have been approved, the City will execute the contract form and bind a signed contract, cerUfioote, and proposal into three (3) sets of contract documents. The three completed sets of documents will be distributed hothe City Clerk, City Engineer and Contractor. Page zofz Once the Contract Bond and Insurance Certificate have been approved we will notify you to contact Bruce F|oyd, Construction Supervisor, cfour office to schedule a pre -construction conference and to discuss various forms and documentation that must be completed and turned into him at the Pre -construction Conference. The Notice toProceed will also bmdiscussed at the Pre -construction Conference. Bruce'ooMioe phone io(5OS)575'8138. For your information, vveare enclosing acopy ofthe bid summary for this project. A. '�,'11� Bill Preston, PE City Engineer end cc: Bruce Floyd, Construction Engineer Randy Taunrt.Design Engineer Contract Specialist Page 2 of 2 0. E 0 c 0 0 0 e4- 64 E/4 64 64 64 1,3 Cr 0 4 n o c, 0 CD 0 0 0 (4 NIc La 04 0 CD CD 0 0 0 0 0 0 r‘i 60 (.0 (f) U _J _I C> 60 CD CD o 0 o c> 0 la ni 04 64 E4 0 0 0 0 0 'La 60 N 00 7r- r•--- ‘1" N 3 60 ED 0, ILLI 0) 60 00 N N NORTHSIDE ALLEY PAVING IMPROVEMENTS CITY OF YAKIMA CITY PROJECT NO.: 2530 CENTRAL PAVING LLC RECEIVED QUOTES GRANITE CONSTRUCTION 80 POND ROAD YAKIMA WA 98901 WITHROW CONSTRUCTION INC PO BOX 430 SELAH WA 98942 ADVANCED GOVERNMENT SERVICES - WA 8644 PACIFIC AVENUE TACOMA WA 98444 ATLAS TECHNICAL CONSULTANTS LLC 5628 W CLEARWATER AVENUE, CUITE B-4 KENNEWICK WA 99336 GILBERT PATTERSON INC PO BOX 262 WAPATO WA 98951 PLSA ENGINEERING AND SURVEYING 521 NORTH 2OTH AVENUE, SUITE 3 YAKIMA WA 98902 PROLINE CONCRETE CUTTING, LLC 213 BENTON STREET OMAK WA STRIPE RITE 2200 INDUSTRY LANE YAKIMA WA 98901 1 ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 4.1. For Meeting of: September 21, 2021 Resolution authorizing a contract with Central Pavement LLC for the Northside Alley Paver Project 2530 Scott Schafer, Director of Public Works Bill Preston, City Engineer - (509) 575-6754 SUMMARY EXPLANATION: The City of Yakima (City) received a Congestion Mitigation Air Quality (CMAQ) grant from Yakima Valley Conference of Governments (YVCOG) to pave the graveled alleyways in the vicinity between Fruitvale Blvd. and SummitviewAve. and 6th to 16th Avenues. The CMAQ grant approved $500,000 which provides for 86.5% of the funding and the City will be required to provide 13.5% in matching funds. The City used the procedure established by Washington State law for the bidding and awarding of public capital improvement projects; selecting Central Paving LLC with the lowest submitted responsive bid of $503,963. Attached for City Council review is the contract with Central Paving LLC in an amount not to exceed $503,963. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Neighborhood and Community Building APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description O Resolution Northside Alley Pavement Project ❑ Award Letter O Contract with Central Paving LLC Upload Date 9/2/2021 8/31 /2021 9/2/2021 Type Resolution Backup Material Contract Project: (Name) (Address) To: (Contractor) City of Yakima Northside Alley Paving Improvements ICentral Paving, LLC. 1410 Dolarway Rd, Ellensburg Wa. 98926 1 J are drected to na1e the following chang-QS in this Contract: Bid item #7 — Unclassified Excavation Incl. Haul overran the estimated contract quantity by 797cy. Per Standard Specification 1-04.4, the contractprice for an overrun of greater than 25% can be renegotiated. The Renegotiated quantity is 742 cy. The contractor has submitted a request for $95/cy which the City has evaluawd and determined to he a reasonable price for the overrun. Total cost for this change is $70,490 All additional work will be done in accordance with the specifications required for Bid Item #7. Change Order Change Order Number I Change Order Date January 27, 2022 Contract Number 2530 Contract Date Octoter 10f 2021 This is to be considered as much a part of the contract documents as it is included in the original contract plans. N-61viia untilscined b both the Approving Atitholity and Contractor. Signature of the Contra:tor Indicated agreement herewith, Including any adjustment on the Contract Sum cr Contract Time, The original Contract Sum was Net change by prolouS Change Orders „„, „ .„„.„.„ $ The Contract Sum prior to this Change Order The Contract Sum will be: is2 Increased Ci Otcrened 0 Unchanged by this Change Order $ The New Contract Sum including this Change Order will be ......... $ _ The Contract Time will be: Ci Increased 0 ijocreased Al Unchanged by working days The New Contract Time will be 40 working clays 503,962.50 Contra Based on DOT Fenn 570401 Ef Revised 9/99 A ft Da1,3 5 • • By Bill 'Preston itijd Supervisor By 0:„ Dale_ An 51qt§ftli064,,, Bill Preston Date: 20,1203,04--- 07:39:58 08OOE Date original to: 0 Contractor Copies to: 503,962.5.0_, 70,490.00 574,452.50 ded Viorks Dk Car Manager 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering CITY CONTRACT NOZ RESOLUTION NO: Norths^de Alley Paving Fed, Aid Pro'. Noy`M~1485(026) Line Item: 7 — Unclassified Excavation Including Haul. (City of Yakima Proj, N. 2530) Estimate #2 AJley#3 10+10=20C.V- - AJkey#4 10+10+2= 22 C.Y. AUey#S 10+5+10+5+4=34C.Y, Alley #G 10+20+10+10+5+10+4+2= 61C.Y. Alley #7 5+10+10+10+10+3+2 --50C.Y AJimy#Q 5+10+5+3+2=25C)� Alley #9 1O+10+5+10+4+4=43C.Y Alley #10 10+10+ 10+10+10+�1+l0+10+10+10+10=110C-Y. '' 1~ Toto|Ymrdo 365 (11/04/21tbru 11/22/�1) Running Total: 365+65Z=1017 C.Y. ^ T�mm��d�n�|n�udeU��0���v�on|m±����o���ia|�t� alleyways --znm— themselves, �vx �bu�rathe,on|yYor�hey|dewao,kassociated with the montm� �During prep b| d work for a|�ypaving, soft spots and unsuitable mwere discovered and needed to be removed before paving. |twas determined thmtmChangeO,dorvvmu)dbenequiredifthequantityof8|d|tem#7 overran bymore than 3596' All additional work will be done |naccordance with the specifications required for Bid Item#7. There |unoadjustment |ncontract,thne.