Loading...
HomeMy WebLinkAboutR-2024-066 Resolution authorizing an agreement with TTC Construction, Inc. for Primary Digester No. 1 Supernatant Pipe Replacement Project WF2805 RESOLUTION NO. R-2024-066 A RESOLUTION authorizing an Agreement with TTC Construction, Inc. for Project WF2805 Primary Digester No. 1 Supernatant Pipe Replacement. WHEREAS, the City of Yakima (City) owns, operates, and maintains the Yakima Regional Wastewater Treatment Facility in accordance with applicable Federal, State and Local regulations; and WHEREAS, the Primary Digester No. 1 supernatant pipe requires replacement to maintain required biosolids treatment capacity at the Wastewater Treatment Plant; and WHEREAS, under City Contract No. 2023-150, the City entered into an agreement with Gray & Osborne, Inc. to prepare the plans and contract documents for primary digester piping replacements and improvements; and WHEREAS, the City's Wastewater Division requires construction services for the supernatant pipe replacement; and WHEREAS, the City used the procedure established by the State of Washington for competitively bidding projects; and WHEREAS, TTC Construction, Inc. submitted the low bid and has the ability to perform the contract 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 TTC Construction, Inc. to provide construction services outlined in the contract; 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 TTC Construction, Inc., in the amount of One Hundred Seventy-Four Thousand Three Hundred and Seventeen Dollars and Thirty-Four Cents ($174,317.34) to provide the construction services outlined in the contract. ADOPTED BY THE CITY COUNCIL this 16th day of April, 2024. • taz ATTEST: .�AKiMq h Patricia Byer , Mayor ( SEALfl) .Rosalinda Ibarra, City Clerk 1+14gsy,NGlG = CONTRACT THIS AGREEMENT, made and entered into in triplicate, this\--1 /day of (A_P ,q I I , 2024, by and between the City of Yakima, hereinafter called the Owner, and TTC 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:$174,317.34, for PRIMARY DIGESTER PIPE REPLACEMENT PROJECT No. WF2805, 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. Work shall start within ten(10)days after the Notice to Proceed and shall be substantially completed in eight(8)working days and physically completed in fifteen(15)working days The first chargeable working day shall be the 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 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. 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. 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 hereto have caused this agreement to be executed the day and year first herein above written. Countersigned:CITY OF YAKIMA CONTRACTOR this ti day of CR i I 2024. � _ �Uk �. \� "� ,a Corporation Construction Company g .7.:::)1n or Gt an gnature Contractor Signature OCA,l (>)h c kAec�04-4 (Printed Name) ���H (Printed Name) ire os K I rv> �t� o� Attest: � ,,, • SEAL 1/ _s r. Its: Ice 5ti CityClerk �I ' nrx [a % (President,Owner,etc.) ) �� -1SHING.G= Address: `Egli yarn teLo 9z) CITY CONTRACT NO4—O(V RESOLUTION NO tQ .-°°`r 1 .4. ! a, BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 7.G. For Meeting of:April 16, 2024 ITEM TITLE: Resolution authorizing an agreement with TTC Construction, Inc. for Primary Digester No. 1 Supernatant Pipe Replacement Project WF2805 SUBMITTED BY: Scott Schafer, Director of Public Works * Mike Price, Wastewater/Stormwater Manager SUMMARY EXPLANATION: City of Yakima (City) Project WF2805 replaces a ductile iron pipe in the biosolids handling system originally installed in 1990. An emergency repair of a leaking joint in the pipe was required in February 2024. An inspection during the emergency repair revealed severe corrosion and pitting of all observable pipe surfaces. Also, the existing iron pipe has been prone to plugging during its service life. The replacement will be a corrosion-resistant plastic pipe equipped with clean-out access for improved maintainability. The City previously entered into an agreement with Gray & Osborne, Inc. under City Contract No. 2023-150 to provide design, bidding, and construction services for digester piping improvements. The City utilized the procedure established by the State of Washington for competitively bidding projects. TTC Construction, Inc. submitted the lowest responsive bid. The contract is for an amount not to exceed $174,317.34 and is attached for City Council review. The project is funded by Wastewater Capital Fund 478. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Description Upload Date Type D Resolution TTC No.1 Supematant Pipe 3/28/2024 d Contract 3/27/2024