HomeMy WebLinkAboutR-2020-109 Signalization & Improvements at S. 64th Ave and Ahtanum; Agreement with ESF Solutions, LLCA RESOLUTION
RESOLUTION NO. R-2020-109
authorizing a contract with ESF Solutions, LLC, City Project No.
2474, for signalization and improvements at So. 64th Avenue and
Ahtanum Road.
WHEREAS, in 2016, the Yakima Valley Conference of Governments Board
approved $497,375 of CMAQ funding for the City of Yakima's 64th Avenue & Ahtanum
Road Intersection Improvements; and
WHEREAS, the City has prepared the plans and contract documents for the
construction of the improvements, which include signalization of the intersection, curb,
gutter and sidewalk, street lighting and ADA-compliant curb ramps; and
WHEREAS, the City of Yakima used the procedure established by Washington
State law for the bidding and awarding of public capital improvement projects; and
WHEREAS, ESF Solutions, LLC submitted the low bid and has the ability to
correctly install the improvements at a cost of $ 502,413; and
WHEREAS, the City has budgeted for the difference between the grant and the
low bid, from the Arterial Street Fund; and
WHEREAS, the City's Chief Engineer has recommended awarding the contract to
ESF Solutions, 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 improve the safety for both vehicles, bicycles and pedestrians
near the intersection and award the construction 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 ESF
Solutions, in the amount of Five Hundred Two Thousand Four Hundred Thirteen Dollars
($502,413) for City Project No. 2474, which provides for the signalization and
improvements at the So. 64th Avenue and Ahtanum Road intersection.
ADOPTED BY THE CITY COUNCIL this 6th day of October, 2020.
ATTEST:
City Clerk
C C1,4
)
t
atricia Byers, Mayor
CONTRACT
THIS AGREEMENT, made and entered into in triplicate, this 1 day of t , 2020, by and between the City of Yakima,
hereinafter called the Owner, and ESF Development, LLC dba ESF Solutions, t.LC a Limited Liability Company, 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: $502,413.00 for
64th Avenue & Ahtanum Road Intersection Improvements, City Project No. 2474, all in accordance with, and as described in the
attached plans and specifications and the 2020 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 -Five (45) working days. If work has
not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11 Lh 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 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, attorney's fees 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.
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.
Count ersittned: CITY OF YAKIMA
City Manager
CITY CONTRACT N'
RESOLUTION NO
CONTRACTOR
ESF Development ,a LLC Corporation
Contractor
By:
Aaron C. Grimm
(Print Name)
Its President
(President, Owner, etc.)
Address:,_541_ Sheridan Road
Walla Walla, WA 99362
a\'4\lyy bxk ik 1
1-:41
PPPPPP+Pd s'
lii it
tYlltYlA.\ta.
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 4.E.
For Meeting of: October 6, 2020
ITEM TITLE: Resolution authorizing a contract with ESF Solutions, LLC for
signalization & related improvements at So. 64th Avenue and
Ahtanum Road
SUBMITTED BY: Scott Schafer, Director Public Works
Bob Desgrosellier,Acting Chief Engineer 575-6228
SUMMARY EXPLANATION:
In October 2016, the City accepted $497,375 of Congestion Mitigation &Air Quality(CMAQ)
Federal Funding through the Yakima Valley Conference of Governments for the construction of
traffic signals and other improvements at the intersection of S. 64th Avenue and Ahtanum Road.
Use of these CMAQ funds requires a minimum 13.5% match by the City of Yakima to be funded
by the Arterial Street Fund. Signalizing the intersection will improve air quality, safety, and traffic
flow at the vicinity of S. 64th Ave and Ahtanum Road. Construction of curb and gutter, sidewalks,
street lighting,ADA ramps, crosswalks and striped 5-foot-wide bike lanes will also improve safety
for pedestrians and bicyclists.
City staff used the state bidding process to advertise for bids. Bids were opened on September
17, 2020 with ESF Solutions, LLC having submitted the lowest bid in the amount of
$502,413. Staff respectfully requests that Yakima City Council approve the Resolution for the
City Manager to execute the attached Contract with ESF Solutions, LLC in the amount not to
exceed $502,413. It is anticipated that this project will begin construction in late October and be
completed in spring 2021 .
ITEM BUDGETED: Yes
STRATEGIC PRIORITY: Public Safety
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
RECOMMENDATION:
Adopt Resolution
ATTACHMENTS:
2
Description Upload Date Type
D Rosoluhon-54th S.Antanum 9/21/2020 Ftcsolnhon
D Contract-ESE Soluboast LLC 921/2020 CrIntract
Project: (Name)
(Address)
To: (Contractor)
City of Yakima
64th Ave. and Ahtanum Intersection
Improvements
EESF Solutions LLC.
541 Sheridan Rd.
Walla Walla, Wa. 99362
J
Change Order
Change Order Number 1
Change Order Date January 14, 2021
Contract Number 2474
Contract Date 0 pber 12, 2020
You are directed to make the following changes in this Contract:
Add 10 foot Pedestrian Pole due to conflict with over head power lines.
Place at the location of proposed Street light for the Northeast corner and relocate Street light to the East be-
hind sidewalk at the radius point.
Ped pole and anchor bolts will require Manufacturers certificate of origin.
This shall be constructed as per Type 1 Signal Standard detail on sheet 7 of 12 in the plans (attached).
A lump Sum cost of $10,523.44.
Cost shall include all Labor, Materials, equipment, surveying.
This is to be considered as much a part of the contract documents as it is included in the original contract
plans.
Not valid until signed by both the Approving Authorty and Contractor.
Signature of the Contractor indicated agreementagreenient herewth, including any adjustment on the Contract Sum or Contract Time.
The original Contract Sum was
Net change by previous Change Orders
$
The Contract Sum prior to this Change Order
The Contract Sum will be: El Increased 0 Decreased 0 Unchanged by this Change Order $
The New Contract Sum including this Change Order will be ..... $
502,413.00
502,413.00
10,523.44
The Contract Time will be: 0 Increased 0 Decreased Unchanged by working days
The New Contract Time will be 45 working days
Contractor
By _ —
Title Pc2,45 CD'e...reT
Date (12-`117-c'24
Based on
DOT Form 570-001 EF
Revised 4199
Original to: 0 Contractor
512,936.44
Appro391 Recjended
Construe:On Supervisor
Date / /
Copies to: 0 Region 0 Construction Administrator
0 OSC Accounting 0 City Engineering
CITY CONTRACT N
RESOLUTION NO:
1PS. POLF AND ANCHOR BOLTS
CONCRETE BASE WITH REBAR
320 2'' PVC CONDUIT
4 2" RIGID SWEEPS WITH BUSHINGS
20 1" PVC CONDUIT
60 1" RIGID CONDUIT
2 1" WEATHERHFAD
2 TYPE 1 J-BOX WITH [ID
4 FUSE HOLDER AND FUSE
1500 #8 USE WIRE
4 BUCKET TRUCK
/if I EXCAVATOR TRENCH AND BACKE!, I. TO WEST POLE
48 ELECTRCIAN
8 OPERATOR
250 3" CONDUIT CREDIT
2 3" RIGID SWEEPS WITH BUSHING
Quotation prepared by: ,_ STEVE SODERSTROM
This is a quotation on the goods named, subject to the conditions noted beiow:
NOTE:
NOTE:
NOTE:
To:
Gentlemen:
ESF
AARON
Date:
November 19, 2020
Regarding: CITY OF YAKIMA
64th AND AHTANUM
We herewith submit our quotation on the above named job. The proposal as shown in this quotation is taken from the plans and specifications of the above named job as of
the date of issue, If addenda have been made to the specifications which is directed to and affects the proposal made below, the quotation will make note as to covering
same. This quotation is subject to strikes, accidents or causes beyond our control, and to terms and condition of a performance contract.
ADDITIONAL PED POLE BECAUSE OF POWERLINE CONFLICT FOR LIGHT POLE
Qty Description Unit Price
EA $ 1,465.00
EA $ 312,00
C425
•
EA 41.00
C 1.30
C 548,Pflt
•FA 16.00
Line Total
1,465,00
312.00
720.00
164.00
26.00
328.00
32.00
EA 395.00 790.00
EA 29.00. 116.00
M .468 t 702.00
HR 40.00 160,00
DY 280.00 280.00
HR 81.91 3,931.68
HR 70.88 567,04
C 4P5 lei ' (1,012.50)
EA 96.00 (192.00)
Subtotal
i 2% 0/P
Total
$ 8,389.22
1,006.71
9,395.93
Allowable GC markup @ 12°/0 $11 27.5t
Total Change Order = $10,523.,i4
Thank you for your business!
801 TENNANT LANE, YAKIMA WA 98901 PHONE- 509-452-9157 F,A X- 509-453-146C KNOBELSELECTRIC@MSN,COM
DRAWN DV: FERN LIDDELL
ina 01 ina 32:IV SNOISN3INIG
-n
0
0 m
L* "IL'
2 g
zm
m
0
ni
-n
0
0
cn
rn
w
m
z
z
G)
31V1d1N3.1.110121 21OH3NV
•-..
,C:2 O,
!i'
a
T
0 °
A
±110 01110 321V SNOISNaNa
CO
PA
fi3
REINFORCING STEEL BENDING DIAGRAM
IA 3A1133d
S1331-IS Z AO I. 133HS
ca
n<'\.
z
▪ (0).
moiL°.\\
ocztoo
.ocr
reo-im
ta I
Z 2m
kmVa
P
La • Z.
0
r„;::
PM 6 6
=
0
j3v. c'3
7,7I
o
F
r4
1 712'
CLR
LN
rql '6;1-
o
m
70,
31Vid 3SVB 1
DRAWN BY: FERN LIDDELL
5
550,
05 1441 M 2!
V.2o3
22„
:RV
„—„— „—
FE PLUS 14" — SEE NOTE 2 —G3
m
r--
e.
N PI =Q
R 0
THREAD i
I' 'RIRRI
W, li'
16 ER16°' 4
, o R
' o R
- 27,
.c. ... .4 co .r. • 1 1 . Z
11 :
in
;34
a a 2 um-
3 g m ,. ri )0 'c r . •S Z 1 r .
i 21 1 il--aig
11
a
b i
,
11' I H 1 i
4 F)-_.
H!,,, h ,,
__,..
3
'53 :!
,g 'T W 1
StEl
TIT -2
3S.a>*4
P, 0.Y Ia.20 S. @ 2
. 9 „g ,G2 30
Ipg
0 1x
F°a Tt
-r;-,-.A n0;6 1 ?; T ° 1:1
3
X
M A 0)
0. 0_ — gil hk"g2
NOIL: iii i1111
'. —
). SP, 0
R E
•I''.4 z
Vi5 r.1
ilgr,,r'' El 1, .'_'`il
2.13 6 2
Pl.. g
grEll -g
TT,
r a
a if,
12
,
-,..• ..a.
0 M
05
6 4
g