Loading...
HomeMy WebLinkAboutR-2022-113 Resolution authorizing Task Order 2022-01 with HLA Engineering and Land Surveying, Inc. to provide Engineering Services for City of Yakima Project SC2560 - 2022 Citywide Wastewater CI PP RehabilitationRESOLUTION NO. R-2022-113 A RESOLUTION authorizing Task Order 2022-01 with HLA Engineering and Land Surveying, Inc. to provide engineering services for City of Yakima Project No. SC2560 — 2022 Citywide Wastewater CIPP Rehabilitation WHEREAS, the City of Yakima owns and maintains the Wastewater Collections System in accordance with applicable Federal, State and Local regulations; and WHEREAS, the Wastewater Division has identified the need to rehabilitate approximately 16,000 linear feet of public wastewater collection pipe at various locations throughout the City in order to properly maintain the existing sanitary sewer collection system; and WHEREAS, the City of Yakima Wastewater Division requires engineering design, bidding, and construction services for the sanitary sewer system improvements; and WHEREAS, the City previously entered into City of Yakima Contract No. 2020-046 with HLA Engineering and Land Surveying, Inc. to develop Task Orders at the direction of the City to provide engineering services for sewer system improvements; and WHEREAS, at the direction of the City, HLA developed Task Order 2022-01 for the engineering services required for the improvements identified in Project No. SC2560; now, therefore WHEREAS, the City Council has determined that it is in the best interest of the City of Yakima and its residents to approve Task Order 2022-01 with HLA Engineering and Land Surveying, Inc., to perform the required engineering services; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute Task Order 2022-01 under Contract No. 2020-046 between the City of Yakima and HLA Engineering and Land Surveying, Inc., in an amount not to exceed Five Hundred Seventy -Eight Thousand Four Hundred and Twenty Dollars ($578,420) to provide engineering services for Project No. SC2560 — 2022 Citywide Wastewater CIPP Rehabilitation; a copy of Task Order 2022-01 with EXHIBIT — PROFESSIONAL SERVICES is attached hereto and by this reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 6th day of September, 2022. ATTEST: ;' ' Janice Deccio,Mayor Sonya Claar ee, City Clerk TASK ORDER NO. 2022-01 (CITY CONTRACT NO. 202-1'`ILQ, RESOLUTION NO. R-2022-1121 ) AGREEMENT REGARDING TASK ORDER UNDER CITY CONTRACT 2020-046 AND RESOLUTION R-2020-034 BETWEEN CITY OF YAKIMA AND HLA ENGINEERING AND LAND SURVEYING, INC. WHEREAS, CITY and ENGINEER entered into City Contract No. 2020-046 ("the contract") as authorized by City Resolution No. R-2020-034; and WHEREAS, the parties agreed in the contract, Section 2.1 that ENGINEER shall be expected to perform the work required by each task or group of tasks as assigned by the CITY for completion as required by the CITY and approved by Yakima City Council; THEREFORE, the parties agree ENGINEER shall complete the following tasks as part of the Basic Services as defined in Section 2.1 of the contract subject to all the terms and conditions contained in the contract, which is incorporated by reference. PROJECT DESCRIPTION: 2022 Citywide Wastewater CIPP Rehabilitation City Project No. SC2560 HLA Project No. 22146E The City of Yakima (CITY) desires to rehabilitate approximately 16,000 linear feet (LF) of sanitary sewer collection pipelines at various locations throughout the CITY, necessary to properly maintain and operate existing sewer mains. Rehabilitation pipeline segments include the following: 1. SW Nob Hill Boulevard and 16th Avenue Segments Segments 7217, 7216, 7221, 8748, 5234, 5235, 7220, 8850, 8854, 8849, 7215, 7212, 7213, 7214, 7210, 7207, 7208, 7209, 8195, 8196, 5689, 8192, 7218, 7219, 5233, 5692, and 5242 2. Various Collection System Segments Segments 8105, 8103, 6672, 6673, 6674, 7689, 6854, 11876, 6855, and 8694 3. 2nd Street Segments Segments 5532, 5533, 5482, 5538, 10150, 10151, 5738, 5183, 8634, and 211042 4. Lincoln Avenue Segments Segments 5889, 5888, 5887, 11965, 5886, 5885, 5926, 5828, 5827, 5826, and 5825 5. 1-82 Trunk Crossings Segments 5807 and 5808 SCOPE OF SERVICES: At the direction of the CITY, HLA Engineering and Land Surveying, Inc. (HLA), shall provide professional engineering and land surveying services for the 2022 Citywide Wastewater CIPP Rehabilitation project (PROJECT). HLA services shall include: G \Contracts & Task Orders\Yakima\2022\Wastewater Division\2022-08-22 22146 COY WW Task Order No 2022-01-Final docx Page 1 of 7 1.0 Design Engineering 1.1 Provide complete PROJECT management to deliver the PROJECT within mutually determined expectations. 1.2 Attend up to two (2) PROJECT meetings with CITY staff at 60% and 90% plan completion to fully review all elements of the PROJECT. 1.3 Assist with PROJECT updates and related administrative documents to the appropriate agencies that have jurisdiction over design and construction of this PROJECT. 1.4 Conduct a topographic survey of the PROJECT areas as required to complete design, plans, and specifications, including call for utility locates. 1.5 Perform field investigations necessary to design the identified improvements, including measuring inverts within manholes, measuring water main depths, field checking topographic survey, and all associated traffic control for field investigations. 1.6 Review video inspection of the sewer main as provided by the CITY and identify existing side sewer locations, and any obstruction removal needs. 1.7 Perform the preliminary design and submit 60% preliminary plans and preliminary estimate to the CITY. 1.8 Meet with CITY to review 60% submittal. CITY to confirm removal of any pipeline segments within five working days following 60% review meeting. 1.9 Following receipt of 60% plan review comments by the CITY, prepare 90% design plans and submit to the CITY for review. 1.10 Review and discuss 90% design plans with CITY staff. 1.11 Following receipt of 90% plan review comments by the CITY, perform the final design, and prepare complete plans and specifications for publicly bid improvements, as authorized by the CITY. 1.12 Prepare WSDOT permitting documents as required for work within Interstate 82, and coordinate with WSDOT staff to secure permits. 1.13 Prepare the Engineer's Estimate of construction cost. 1.14 Following receipt of authorization from CITY, prepare advertisement for bids and provide to the CITY for use and implementation. All fees associated with bidding will be paid by the CITY. 1.15 Furnish the CITY electronic copies of the final plans and specifications for bidding and construction. It is anticipated HLA will prepare up to two (2) complete sets of plans and specifications for two bid calls; additional bid packages beyond two, will be considered additional services. Six (6) printed copies of the contract documents will be made for later distribution to the CITY and Contractor after contracts are awarded. 1.16 Submit bid advertisement to the Yakima Herald Republic. 1.17 Post contract plans and specifications to the HLA website for bidding purposes. 1.18 Notify private utility companies and plan centers of upcoming PROJECT and maintain planholders list, including contractors, subcontractors, and CITY staff. 1.19 Answer and supply such information as requested by prospective bidders. G:\Contracts & Task Orders\Yakima\2022\Wastewater Division\2022-08-22 22146 COY WW Task Order No. 2022-01-Final dock Page 2 of 7 1.20 Prepare and issue addenda, if necessary. 1.21 Attend bid opening and participate in the bid evaluation process. 1.22 Prepare tabulation of all bids received by the CITY and review bidder's qualifications and responsiveness. 1.23 Make recommendation of construction contract award to the lowest responsible bidder. 1.24 Prepare Notice of Award to Contractor. 1.25 Assemble construction Contracts and coordinate execution of the Contract with the CITY and Contractor, including review of bond and insurance requirements. 2.0 Construction Engineering 2.1 Coordinate and facilitate preconstruction meeting with the CITY, Contractor, private utilities, and affected agencies. 2.2 Prepare and issue Notice to Proceed to the Contractor. 2.3 Assist CITY with preparing construction impacts informational worksheets for CITY distribution to nearby property owners, as requested. 2.4 Furnish a qualified resident engineer (inspector) to observe construction at the PROJECT site during all significant work. The resident engineer shall provide surveillance of construction for substantial compliance with plans and specifications. 2.5 Perform measurement and computation of pay items, prepare and file progress reports for the PROJECT with the CITY, and provide monthly progress pay estimates to the CITY. 2.6 Administer weekly construction meetings as requested by CITY. 2.7 Prepare weekly statements of working days. 2.8 Consult and advise the CITY during construction and make a final report of the completed work. 2.9 Monitor the Contractor's compliance with the contract documents labor standards and review Statements of Intent to Pay Prevailing Wages and Affidavits of Wages Paid. 2.10 Review Contractor's submission of samples and shop drawings, when applicable. 2.11 Review materials testing results for compliance with plans and specifications. 2.12 Recommend progress payments for the Contractor to the CITY. 2.13 Prepare and submit proposed contract change orders when applicable. 2.14 Review post -installation video inspection of the sewer main as provided by the Contractor and identify any deficiencies. 2.15 Perform final walk-through with the CITY and Contractor, and issue final punch list. 2.16 Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the resident engineer and Contractor. G \Contracts & Task Orders\Yakima\2022\Wastewater Division\2022-08-22 22146 COY WW Task Order No 2022-01-Final docx Page 3 of 7 3.0 Additional Services Provide professional engineering and land surveying services for additional work requested by the CITY that is not included above. 4.0 Items to be Furnished and Responsibility of CITY The CITY will provide or perform the following: 4.1 Provide full information as to CITY requirements of the PROJECT. 4.2 Assist HLA by placing at their disposal all available information pertinent to the site of the PROJECT, including previous reports, drawings, plats, surveys, utility records, and any other data relative to design and construction of the PROJECT. 4.3 Provide video inspection files of all PROJECT pipeline segments. 4.4 Contact property owners affected by the PROJECT and gain necessary access to property for field investigation, design, and construction of improvements. Entry to private property will not be made until a CITY approved agreement is obtained. 4.5 Examine all studies, reports, sketches, estimates, specifications, drawings, proposals, and other documents presented by HLA and provide written decisions within a reasonable time as not to delay the work of HLA. 4.6 Obtain approval of all governmental authorities with jurisdiction over the PROJECT and approvals and consents from other individuals or bodies as necessary for completion of the PROJECT. 4.7 Pay for PROJECT bid advertisement costs. 4.8 Pay for all necessary testing costs and permit fees. TIME OF PERFORMANCE: The services called for under this Task Order shall be completed as follows: 1.0 Design Engineering 60% preliminary plans shall be completed within seventy (70) working days following receipt of signed Task Order. Each successive plan review set (90% and final) shall be completed within twenty-five (25) working days of comment receipt from that previously submitted set. The bid advertisement will be scheduled for a Wednesday publication in the Yakima Herald Republic. The bid opening will be two weeks following the bid advertisement. A bid summary and recommendation of award will be prepared within two working days of the bid opening. Following award concurrence by the CITY, contracts will be prepared and provided to the Contractor within three (3) working days. 2.0 Construction Engineering Engineering services during construction for the PROJECT shall begin upon construction contract award by the CITY to the lowest responsible bidder and shall extend through both the completion of construction and completion of as -constructed drawings and labor documentation closeout, as requested and directed by the CITY. A maximum of one hundred twenty-five (125) working days has been assumed for the construction of improvements. Should the Contractor be granted time extensions for construction completion due to recognized delays, requested additional work, and/or change orders, engineering services beyond the one hundred twenty-five (125) working days shall be considered additional services. G:\Contracts & Task Orders\Yakima\2022\Wastewater Division\2022-08-22 22146 COY WW Task Order No 2022-01-Final docx Page 4 of 7 3.0 Additional Services Time of completion for work directed by the CITY under additional services shall be negotiated and mutually agreed upon at the time service is requested by the CITY. FEE FOR SERVICE: For the services furnished by HLA as described under this Task Order, the CITY agrees to pay HLA the fees as set forth herein. The amounts listed below may be revised only by written agreement of both parties. 1.0 Design Engineering All work directed by the CITY for this PROJECT phase shall be performed on a time -spent basis at the hourly billing rates in affect at time of this Task Order, provided in EXHIBIT B of the Agreement (City Contract No. 2020-46, Resolution No. R-2020-34), plus reimbursement for direct non -salary expenses as described in section 5.1.1. An estimate of time and expenses for services is provided in EXHIBIT 1 below. The estimated maximum fee for this work is $289,210.00. 2.0 Construction Engineering The Construction Engineering phase is anticipated to occur in early 2023. If PROJECT segments are split into two bid packages, the second bid package would be anticipated to occur in late 2023. All work directed by the CITY for this PROJECT phase shall be performed on a time -spent basis at the hourly billing rates in affect at time of this Task Order, provided in EXHIBIT B of the Agreement (City Contract No. 2020-46, Resolution No. R-2020-34), plus reimbursement for direct non -salary expenses as described in section 5.1.1. An estimate of time and expenses for services is provided in EXHIBIT 1 below. The estimated maximum fee for this work is $289,210.00. 3.0 Additional Services Additional work requested by the CITY that is not included above shall be authorized by the CITY and agreed upon by HLA in writing prior to proceeding with services. HLA will perform additional services as directed/authorized by the CITY on a time -spent basis at the hourly billing rates in affect at the time of this Task Order, provided in EXHIBIT B of the Agreement (City Contract No. 2020-46, Resolution No. R-2020- 34), plus reimbursement for direct non -salary expenses as described in section 5.1.1. Proposed: Approved: HLA Engineering and Michael T. Battle, PE, nt 0/23/Ze)2Z g, Inc. Date City of Yakima Date Robert Harrison, City Manager CITY CONTRACT NO. (2.b U-wTo v2?-0 I RESOLUTION NO:R 2vaa -1 13 G:\Contracts & Task Orders\Yakima\2022\Wastewater Divisron\2022-08-22 22146 COY WW Task Order No 2022-01-Final docx Page 5 of 7 EXHIBIT 1 — PROFESSIONAL SERVICES During the term of this Task Order, HLA Engineering and Land Surveying, Inc. (HLA), shall perform professional services in connection with the following project: 2022 Citywide Wastewater CIPP Rehabilitation (PROJECT) Task Order No. 2022-01 City Project No. SC2560 HLA Project No. 22146E For the services described in Task Order No. 2022-01, compensation shall be paid per Section 5 of the Agreement (City Contract No. 2020-46, Resolution No. R-2020-34). The following spreadsheet shows the estimated time and expenses to perform said services. Project Title: 2022 Citywide Wastewater CIPP Rehabilitation Client. City of Yakima City Contract Number 2022- Date July 21, 2022 ENGINEER'S HOURLY ESTIMATE Task No. Project Task Senior Principal Engineer Licensed Principal Engineer Project Engineer II Licensed Land Surveyor Two Man Survey Crew CAD Technician Administrative/ Clerical Total Hours Task Direct Costs $229 $208 $172 $167 $117 $133 _ $90 1.0 DESIGN ENGINEERING 1 Project Management 20 120 80 0 0 0 0 220 $43,300 2 Project Meetings 20 20 20 0 0 0 0 60 $12,180 3 Field investigations and field surveying 0 0 20 20 180 20 0 240 $30,500 4 Pipeline evaluation, review video inspection 0 40 80 0 0 0 0 120 $22,080 5 Preliminary design 20 120 140 20 0 56 40 396 $68,008 6 In-house project review, quality control 20 40 40 20 0 20 20 160 $27,580 7 Incorporate Agency review comments 0 40 40 0 0 20 20 120 $19,660 8 Final design, plans, and specifications 20 40 40 0 0 20 20 140 $24,240 9 Prepare estimate of construction cost 0 20 40 0 0 20 0 80 $13,700 10 Copies of plans and specifications 0 8 8 0 0 0 8 24 $3,760 11 Answer bidder questions 0 20 20 0 0 0 0 40 $7,600 12 Prepare and issue addenda 0 8 8 0 0 20 8 44 $6,420 13 Attend bid opening 0 8 8 0 0 0 0 16 $3,040 14 Prepare tabulation of bids 0 20 0 0 0 0 8 28 $4,880 15 Make recommendation of contract award 0 8 0 0 0 0 4 12 $2,024 Labor Subtotal 100 512 544 60 180 176 128 1700 $288,972 EXPENSES: Travel Cost/Unit Ground Days Days Miles Mileage $0 63 200 $126.00 Meals/Lodging $0 00 Misc Expenses Advertisement Telephone Postage Printing 6 copies plans/specs $112 00 Sub -Consultants. None Anticipated $0.00 Multiplier 1 1 $0 00 Subtotal - Labor $288,972 00 Subtotal - Expenses $238.00 Total - DESIGN ENGINEERING $289,210 00 G \Contracts & Task Orders\Yakima\2022\Wastewater Division\2022-08-22 22146 COY WW Task Order No. 2022-01-Final docx Page 6 of 7 Project Title: 2022 Citywide Wastewater CIPP Rehabilitation Client: City of Yakima City Contract Number: 2022- Date: July 21, 2022 ENGINEER'S HOURLY ESTIMATE Task No. Project Task Licensed Principal Engineer Project Engineer II Resident Engineer/ Inspector Contract Administrator III Engineering Technician I Total Hours Task Direct Costs $218 $180 $133 $147 $95 2.0 CONSTRUCTION ENGINEERING 1 Assist City with Review/Contract Prep 4 8 8 16 8 44 $6,488 2 Conduct Pre -Construction Meeting 8 8 8 8 8 40 $6,184 3 Construction Observation 8 24 1000 0 8 1040 $139,824 4 Field Inspection Reports 8 40 80 16 12 156 $23,076 5 Construction Administration 8 16 12 80 16 132 $19,500 6 Construction Meetings 24 24 24 16 16 104 $16,616 7 Submittal Review 16 24 16 24 8 88 $14,224 8 State Labor Standards Compliance 0 4 4 40 0 48 $7,132 9 Progress Payments 16 16 16 24 8 80 $12,784 10 Change Orders 16 16 16 40 8 96 $15,136 11 Final Walk-Through/Punchlist 8 8 8 8 8 40 $6,184 12 Project Closeout 16 16 16 24 16 88 $13,544 13 Record Drawings 8 8 16 8 8 48 $7,248 Labor Subtotal 140 212 1224 304 124 2004 $287,940 EXPENSES: Travel' Cost/Unit Ground Days Miles Mileage $0 63 1500 $945.00 Meals/Lodging $0.00 Misc. Expenses: Advertisement Telephone Postage Misc $325.00 Sub -Consultants: None Anticipated $0.00 Multiplier 1 1 $0 00 Subtotal - Labor $287,940.00 Subtotal - Expenses $1,270.00 Total - CONSTRUCTION ENGINEERING $289,210 00 G:\Contracts & Task Orders\Yakima\2022\Wastewater Division\2022-08-22 22146 COY WW Task Order No. 2022-01-Final docx Page 7 of 7 1 ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 6.G. For Meeting of: September 6, 2022 Resolution authorizing Task Order 2022-01 with HLA Engineering and Land Surveying, Inc. to provide Engineering Services for City of Yakima Project SC2560 - 2022 Citywide Wastewater CI PP Rehabilitation Scott Schafer, Director of Public Works David Brown, Assistant Director of Public Works Mike Price, Wastewater/Stormwater Division Manager 249-6815 SUMMARY EXPLANATION: City of Yakima (City) project SC2560 will rehabilitate approximately 16,000 linear feet of deteriorated concrete and clay sanitary sewer mains in various locations throughout the City using cured -in -place pipe (CI PP) lining technology that minimizes trenching and other surface disturbances. The improvements restore pipeline reliability and maintainability. Task Order 2022-01 under existing City contract 2020-046 with HLA, is for engineering design, bidding, and construction services required for the project in an amount not to exceed $578,420. The Task Order with EXHIBIT 1 - PROFESSIONAL SERVICES is attached for Council review. Funds are budgeted from Sewer Construction Fund 476. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description Upload Date Di Resolution 8/25/2022 ❑ Task Order 8/23/2022 Type Resolution Contract Change Order ► 1 City of Yakima Change Order Number 01 2023 Citywide Wastewater CIPP Rehabilitation Change Order Date October 18, 2023 Project: (Name) Y 9 (Number) City No. 2560, HLA No. 22146C Contract Number SC2560 To: (Contractor) Contract Date April 19, 2023 l Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 L J You are directed to make the following changes in this Contract: This change order consists of eliminating a sewer line segment, adding segments, adding a tee liner, and reconciling a change in quantities The segment on 20th Avenue(7212)south of Nob Hill Boulevard was eliminated from this project because the sewer main needed to be up-sized to 8-inch diameter. Three segments between 3rd Avenue and 4th Avenue (6779, 5147, and 5148),just south of Nob Hill Boulevard, are added to this contract for CIPP installation, reinstating side sewers, and cleaning and video inspection See attached plan sheet titled"S 4th Ave Plan Sheet" A tee liner is added to this contract at 18th Avenue and Prasch Avenue, specifically at Manhole W7MH26. The quantities shown represent the total net change of change order quantities from the various change order components. See attached Exhibit and backup documentation. 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 $ 1,431,300 38 Net change by previous Change Orders $ 0.00 The Contract Sum prior to this Change Order $ 1,431,300 38 The Contract Sum will be: B Increased ❑ Decreased 0 Unchanged by this Change Order $ 32,967.71 The New Contract Sum including this Change Order will be $ 1,464,268.09 The Contract Time will be: 0 Increased 0 Decreased M Unchanged by N/A working days The New Contract Time will be 125 working days Contractor Approval Recommended Approval Reco mended i Benjamin A.Annen,PE,Project Engineer S ott chafer,Public Dir o By �..._ Digitally signed by -vibe Project Manager By— 7' '-•_- Benjamin A.Armen By q f Date 2023 1018 Date _ 15:27 55-07'00' Date 0/2-11//3 1 O�1 8�2023 Mike Pnce,Wastewater Manager Approved Date �C� Bob Ha Man By/I�ii��_"ii�l ^�GLG By Date Date i a 111 a3 Based on Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator CAMIC-0140 I DOT Form 570-001 OF ❑OSC Accounting ❑City Engineering to CITY CONTRACT No: IrS i /1 fe Revised 08/2021 .� RESOLUTION NO: -J Oa'2-r' • HLA CHANGE ORDER NO. 1 ( ; �3 DATE: October 18, 2023 PROJECT OWNER City of Yakima PROJECT NAME 2023 Citywide Wastewater CIPP Rehabilitation HLA PROJECT NO 22146C CONTRACTOR Insituform Technologies, LLC THE FOLLOWING CHANGES ARE HEREBY MADE TO THE CONTRACT DOCUMENT: Original Contract Price (Including Applicable Sales Tax)• $ 1,431,300.38 Current Contract Price Adjusted by Previous Change Order(s) Including Applicable $ 1,431,300.38 Sales Tax. Change in Contract Price Due to this Change Order(Including Applicable Sales $ 32,967.71 Tax)• Adjusted Contract Price Including this Change Order(Including Applicable Sales $ 1,464,268.09 Tax) Original Contract Working Days. 125 Current Contract Working Days Adjusted by Non-Working Days and/or Previous 125 Change Order(s): Change in Contract Working Days due to this Change Order +0 Revised Contract Working Days. 125 CONTRACTOR ,1 / 1.- . Date. 10/18/2023 Digitally signed by Benjamin A. Annen ENGINEER: Date: 2023.10ae15:28:11-07'00' OWNER `711- br Date. d /27 a,. p-, l q f�- i HLA =° CHANGE ORDER NO. 1 . 'k '%� DATE: October 18, 2023 PROJECT OWNER: City of Yakima PROJECT NAME. 2023 Citywide Wastewater CIPP Rehabilitation HLA PROJECT NO.: 22146C CONTRACTOR. Insituform Technologies, LLC ITEM NO. DESCRIPTION UNIT QTY UNIT PRICE CHANGE AMOUNT CHANGE ORDER NO. 1 12 PVC Sanitary Sewer Pipe 4 In Diam. LF 27 $ 364.00 $ 9,828.00 13 Drop Connection Tee Liner Cured in Place EA 1 $ 6,743.00 $ 6,743.00 Pipe Rehabilitation 8 In. Diam. 14 Clean and Video Inspect Existing Pipe LF -296 $ 6 00 $ (1,776.00) 14 Clean and Video Inspect Existing Pipe LF 665 $ 6 00 $ 3,990.00 19 Cured in Place Pipe Rehabilitation 8 In. LF -844 $ 32.00 $ (27,008.00) Diam. 19 Cured in Place Pipe Rehabilitation 8 In. LF 665 $ 32.00 $ 21,280.00 Diam. 20 Cured in Place Pipe Rehabilitation 6 In. LF 502.9 $ 29 00 $ 14,584 10 Diam 21 Reinstate Existing Side Sewer, Internal EA -11 $ 106.00 $ (1,166.00) 21 Reinstate Existing Side Sewer, Internal EA 21 $ 106.00 $ 2,226.00 23 Additional Traffic Control- Change Order 1 LS 1 $ 1,740.00 $ 1,740 00 CHANGE ORDER NO. 01 SUBTOTAL: $ 30,441.10 8.3% SALES TAX: $ 2,526.61 CHANGE ORDER NO. 01 TOTAL: $ 32,967.71 # HLA CHANGE ORDER NO. 1 � ' DATE. October 18, 2023 PROJECT OWNER: City of Yakima PROJECT NAME. 2023 Citywide Wastewater CIPP Rehabilitation HLA PROJECT NO • 22146C CONTRACTOR: Insituform Technologies, LLC CHANGE ORDER JUSTIFICATION This change order consists of eliminating a sewer line segment, adding segments, adding a tee liner, and reconciling a change in quantities The segment on 20th Avenue (7212) south of Nob Hill Boulevard was eliminated from this project because the sewer main needed to be up-sized to 8-inch diameter. Three segments between 3rd Avenue and 4th Avenue (6779, 5147, and 5148), just south of Nob Hill Boulevard, are added to this contract for CIPP installation, reinstating side sewers, and cleaning and video inspection. See attached plan sheet titled "S 4th Ave Plan Sheet" A tee liner is added to this contract at 18th Avenue and Prasch Avenue, specifically at Manhole W7MH26 The quantities shown represent the total net change of change order quantities from the various change order components See attached Exhibit and backup documentation. THE ATLANTIC DONALD T CHRISTINE DOUGLA :S BERTA BUILDING LLG KEARBY NORMON HVCAL R ZY (1813z5-41o01) (18132541003) (18132 T1o0s) 00 512 W NOB HILL BLVD - 1105Sn-1/WE t1p8S AVE S �,..'HE E VERTICAL DROP IN INSTALL CIPP IN EXISTING 1, EXISTING H A (EXISTING MATERIAL CHANGE PROTRUDING 8-CONC.SEWER PIPE IN PIPE WALL . . 3 14 4 CONSTRUCTION NOTES FROM CONCRETE TO PVC PIPE SEGMENT - (' s� A AS , A N1 REMOVE EXISTING SEWER MAIN TO 5't YOND EXISTING MOLE ' -_ f , R-p INEPAIR STALL NEW B DIA.ATION ro TTH NEARESTDD EXPANSIONJOINT IN PIPE WALL ` IB '� PIPE CONNECT TO EXISTING PIPE WITH RIGID !C ,v < COUPLER AS NECESSARY REROUTE ANY ,r �,.C�^' - MIX 1� ,( ':s,St `& '.IG `7" 0L - ., ;:'pp ,h*se ',,, EXIISTING SIDE SEWER SLOPE ASS NECESSARY,AND 333400 car.r/c as 4Tra 334+ N� 4-- ,.s�k x, REINSTATE PER CITY OF YAKIMA DETAIL S5 x .---'--_. t_-_-�-.:, �e ._i- _..—.,.-.- x-�..-.: •-^ " R „'"',` "" -�iitii�.-. REPAIR UNSURFACED AREA WI1N NATIVE 33 W� o .._.,_� a,y .2ra1 MATERIAL TO TRENCH LIMITS. -uea I q�$ 4 N2 REMOVE EXISTING SEWER MAIN TO 5't BEYOND „ I 9Eg OF. $ REPAIR LOCATION TO NEAREST EXPANSION JOINT. WI(A A VIDEO INSPECTION FROM -y,,88q I! ap i INSTALL NEW 8'DIA.ASTM 0-3034 PVC SEWER -p c STATION 332+73 TO 333+82$ [ E " F F L r PIPE CONNECT TO EXISTING PIPE WITH RIGID > WAS STOPPED BY WATER LEVEL c i F .- COUPLER AS NECESSARY REROUTE ANY m (EXISTING VERTICAL F CONFLICTING UTILITIES AS DIRECTED,REVISE OFFSET IN PIPE f" EXISTING SIDE SEWER SLOPE AS NECESSARY,AND „.. REINSTATE PER CITY OF YAKIMA DETAIL S5. p A I EN IERPRISES _ JOAQUIN WAYNE G _ RW MUNGUTA REPAIR TRENCH SURFACE PER CITY OF YAKIMA NORTHWEST LLG ' r VELAZQUEZ TURNER TRUST £ MARTTNEZ F CS DETAIL R7 9 (181325-i1002) ..0 7 t- (18132-41004) (181325-41007) 181325.41008) a 24 Z 312 W NOB HILL BLVD T1" A: 11o)sain AVE IV140STH AVE ,; 111 s4TH AVE �' NJ INSTALL NEW 48'DIA.SANITARY SEWER MANHOLE ^,,f PER COY OF YAKIMA DETAIL Si.CONNECT TO CAPPED EXISTING 8'SEWER MAIN WITH NEW 8' j DIA.AS1M 0-3034 PVC SEWER PIPE CONNECT TO x" ^ EXISTING PIPE WITH RIGID COUPLER AS NECESSARY REVISE EXISTING SIDE SEWER SLOPE XXIX `.H -XG AS NECESSARY,AND REINSTATE PER CITY OF YAKIMA DETAIL 55.REPAIR ASPHALT SURFACE AND CEMENT CONCRETE SIDEWALK PER CITY OF N~ PT" YAKIMA DETAIL R5 AND R7 ' ' 0 INSTALL NEW 48'DIA SANITARY SEWER MANHOLE ROS • _ JA Irv8 OBALEOPER CITY OF YAKIMADETAIL S1,CONNECT TO BYRD SHARON' CONNELL R•` ORES MARIN CHEIN CHUNG HUANG CAPPED EXISTING 8_SEWER MAIN WITH NEW 8" 111.„ „( At 7,,SPIE1=3111 (I81p2841013) ( 2541016) > (181325.41400). DIA-AST/A D-3034 PVC 11120 S 9RD AVE t 'E,, R BA- 302WPRASCH AVE EXISTING PIPE WI711 RIGID COOUUPLER CONNECT TO NECESSARY,AND REINSTATE PER CITY OF S P ♦. a r.,€ ^ ` PERT CITY OF DETAIL S5.REPAIR DETAIL R7AVED SURFACE . e" x R ' NS CONTRACTOR TO ACCESS SEWER VAULT FOR ALL L CIPP IN EXISTING ,.r . 1 4 NECESSARY CIPP WORK FROM VAULT DOORS. ONC.SEWER PIPE _ g A A 1 S' e '_ NB REMOVE AND RESET CHAIN NN FENCING AS 10 § 12 S P ?. NEEDED TO INSTALL NEW PIPE 1' NOTES:, ,1*. @5 Ela k i ` •,� 6K .;• H:4 1 NEW PIPE AND MANHOLE INSTALLATION SHALL BE W Y`* a ow 6[¢ma 7+00 I ♦ COMPLETED PRIOR TO CIPP INSTALLATION ,�� Ertl 11MS5 -. ;ill! I VIP es- A 8 w- YHCr ''•Y, a Y wxe¢aw SPOT REPAIR LOCATIONS. IYL a l.3 DA^ aI4tl _ 3I ! R R„"I g CM1Pr A M. 3. IF CONTRACTORS VIDEO INSPECTION DETERMINES SIDE C e SEWER LATERALS SHOWN AS'INACTIVE'ARE ACTIVE,THE .L#} Y .�^ , j {I, CONTRACTOR SHALL ADVISE THE CITY FOR % 7- IK ^° � ,x._ G `' Q A n REINSTATEMENT CONSIDERATION. ns `t l - N I 4 OBSTRUCTIONS INCLUDE OFFSET PIPE SEGMENTS,SAGS IN aw$,, () SPOT REPAIR,PROTRUDING GROUT AND LATERALS INTO • MAIN,AND LOOSE DEBRIS. ` YULIANA TAPIA 3 Q • NIELo,- RU 'HSOM DE GARCIA 3VOV LEMON Q' HILD }! 5. ONCE OBSTRUCTIONS ARE REMOVED.THE CONTRACTOR SHALL VIDEO INSPECT SIDE SEWER LATERALS AND ADVISE �' (181ygaL25-41015) Q. (181 3 2541 401) CITY IF CONNECTIONS ARE CAPPED OR INACTIVE VISIBLY 43S4JH I1' HAVE 111954TH AVE 1123$4TH AVE \ 120154TH AVE �y 1 CAPPED LATERALS SHALL NOT BE REINSTATED. 8. UPON SUCCESSFUL CIPP INSTALLATION,REINSTALL ACTIVE # _' ds - - SIDE SEWER LITERALS.INACTIVE CAPPED LITERALS SHALL NOT BE REINSTATED UNLESS OTHERWISE DIRECTED BY CITY JOB NUMBER:GATE: CITY O F YAK MA SHEET 2803 River Road 22148 8-28-23 Yakima,WA 98902 FllE NAMES: 46 509VAATO 0PnANNc 9 2023 CITYWIDE WASTEWATERFaz 5099653800 ' CIPP REHABILITATION• HLA gineering and land Surveying,Inc. NN hlaclvll.com DESIGNED B Y: BAA S 4TH AVE PLAN SHEET 50 REVISION DATE /T'A