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