Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2024-196 Resolution authorizing contract with Total Site Services LLC for the Systemic Pedestrian Safety Improvements Project 2675
RESOLUTION NO. R-2024-196 A RESOLUTION authorizing an agreement with Total Site Services LLC for the Systemic Pedestrian Safety Improvements Project 2675. WHEREAS, the City of Yakima (City) is improving the functionality and pedestrian safety of the N 5th Avenue and W. D Street Intersection, and ten signalized intersections throughout Yakima; and WHEREAS, improvements at the N 5th Avenue and W D Street intersection consists of constructing curb extensions, curb and gutter, new ADA curb ramps, and adjusting drainage; and WHEREAS, improvements to signalized intersections consist of upgrading signal controllers, conflict monitors; and WHEREAS, the City received $317,000 in Federal Highway Safety Improvement Program (HSIP) funding (R-2023-002) and $198,300 in funding through the Washington State Transportation Improvement Board (TIB) Complete Streets (R-2024-097), which requires no match for the project, and remaining funds necessary will come from local funds; 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, Total Site Services LLC was determined to be qualified to perform the needed construction work; and WHEREAS, the contract will be null and void if bond, certificate, and required insurance certificate and endorsement are not received within specified timeframe; and WHEREAS, the Scope of Work and Budget included in this contract meets the needs and requirements of the City of Yakima for this project; and WHEREAS, the City Council of the City of Yakima finds that entering into the contract with Total Site Services LLC for construction of Systemic Pedestrian Safety Improvements Project 2675 is in the best interests of the City and its residents; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute a contract with Total Site Services LLC, attached hereto and incorporated herein by this reference, not to exceed Five Hundred Seventeen Thousand Dollars ($517,000) to provide construction services outlined in the contract. ADOPTED BY THE CITY COUNCIL this 4th day of November, 2024. Patricia B ers, Mayor ATTEST: _yp,KlMA ``11� p i —*." ►i * SEAL- . , ,)/ I . r, _� h Rosalinda lbarra, City Cler'N4,‘\SiNc c CONTRACT THIS AGREEMENT,made and entered into in triplicate,this 4th day of November,2024,by and between the City of Yakima, hereinafter called the Owner,and Total Site Services, LLC WACorporation,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: $ 517,000.00 ,for Systemic Pedestrian Safety Improvements,City Project No.2675,all in accordance with,and as described in the attached plans and 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 Thirty-Five(35)working days and physically completed in Forty(40)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 eleventh(11th)working day after the date on which the City issues the Notice to Proceed. See Section 1-08.5 Time for Completion regarding the counting of contract time. If said work is not completed within the time specified,the Contractor agrees to pay to the Owner the sum specified in the Proposal 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,attomey'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. Countersigned: CITY OF YAKIMA CONTRACTOR this�J day= DV 2024. Total Site Services, LLC ,a WA Corporation / - ctor %IV' CityMena!-r �yp,KIMA " Toranzo Attes - ,..��r�' tlt l0 (Pnnt Name) l/,d � _• ��� l�r,' A ( • : * ity Clerk * 1 Manager tlt �SFiIN (President,Owner,etc.) ‘� _ Address: 2780 Salk Avenue Richland, WA 99354 CITY CONTRACT NO - .� RESOLUTION NO g_ .19 Ce i4 =+ k,t'1,`'k`OAA`l VD . BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 7.D. For Meeting of: November 4, 2024 ITEM TITLE: Resolution authorizing contract with Total Site Services LLC for the Systemic Pedestrian Safety Improvements Project 2675 SUBMITTED BY: Bill Preston, Acting City Engineer SUMMARY EXPLANATION: The City of Yakima Systemic Pedestrian Safety Improvements Project 2675 includes pedestrian safety improvements at 5th Avenue and D Street. The project will install curb extensions, gutters, curb ramps, sidewalks, crosswalks, RRFB, and storm drainage. In addition, 10 signalized intersections will receive upgraded controllers and conflict monitors to improve signal coordination. The City used the procedure established by Washington State law for the bidding and awarding of public capital improvement projects with Total Site Services LLC being selected to provide construction on the project in the amount not to exceed $517,000.00 The federal project is funded with DOT HSIP and TIB Complete Streets Funding. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Resolution TSS Contract 2675 28 City of Yakima Project: (Name) Systemic Pedestrian Safety trnprovements (Number) 2675AT To: (Contractor) PTotal Site Services, LLC 2780 Salk Avenue Richland, WA 99354 J Change Order Change Order Number 001 Change Order pate ] 9/2025 Contract Number LA-10572 FA#N$IP-000S(662) Contract Date 11/4/2025 You are directed to make the following changes in this Contract° Additional work required to abandon art unknown/unidentified existing irrigation pump station located within the project paving limits, The City has indicated this structure is no longer in service and requires abandonment, The structure connects to an existing stormwater man- hole, which will remain in service, The existing connection shall be plugged and the manhole shall be re -channeled, Materials shall be as follows: Controlled density foil (CDF) shall be in accordance with Section 2-09.3(1)E. Commercial concrete shall be in accordance with Section 6-02.3(2)B, Construction Requirements: The Contractor shall furnish and install COF in all void spaces below the proposed top of subgrade including but not limited to: within abandoned pipes and within voids resulting from structure removal. Commercial concrete shall be placed within the existing manhole structure for plugging and re -channeling purposes. Measurement: No specific unit of measurement shall apply to this lump sum work. Payment: Payment for this Change Order shall be at the agreed upon lump sum amount of Sfr,957.71 for the Work specified including labor, equip- ment, material, and traffic control„ Time: 3 working days are added to the contract time as a result of This Change Order. The prime contractor for this project is a certified DBE firm. a s e ©f rthe Contractor indicated a+greementt he a n ng Not vali Approving or. Sign_ torewrth indudi any adjustment on the Contract Sum or Contract Time, 'The original Contract Sum was $ 517,000.00 Net change by previous Change Orders The Contract Sum prior to this Change Order .............................................. $ 517,000.00 The Contract Sum will be: 2 Increased 0 Decreased 0 Unchanged by this Change Order $ 6,957.71 ;The New Contract Sum including this Change Order will be ........................................... $ 523,957.71 The Contract Time will be: ® Increased ❑ Decreased 0 Unchanged by 3 working clays The New Contract Time will be 43 working days Title Manager Total Site Services, Date 06/23/2025 ease] cn DOT Farm 570-001 EF Revised 0e/2021. Original ro: 0 Contactor Copies to: 0 Region Gt OSC Amounting 0 Oty Engineering Approval Recommend Community ©eveicpmen 0 Construction Administrator CITY CONTRACT NO'? Z14'7.°2- C'attt RESOLUTION NO: 4�1-o2-u-t CI6 City of Yakima Project: (Name) Systemic Pedestrian Safety Improvements (Number) 2675AT To: (Contractor) Total Site Services, LLC 2780 Salk Avenue Richland, WA 99354 L_ Change Order Change Order Number Change Order Date _._. Contract Number Contract Date 002 02 LA-10572 P-0005(662) You are directed to make the following changes in this Contract Additional work required to revise the proposed illuminatkm system for this project as requested by the City's Traffic Operations Supervi- sor, including but not limited to all labor, equipment, and materials required to furnish and install: additional electrical conduit, and addi- tional electrical junction box(es). Materials shall be as follows: No material revisions are required due to this change. Construction Requirements: The Contractor shall revise the proposed illumination system as identified on the attached clarification drawings. Measurement: No specific unit of measurement shall apply to this lump sum work. Payment: Payment for this Change Order shall be at the agreed upon lump sum amount of $5,424.22 for the Work specified including labor, equip- ment, material, and traffic control. Time: 1 working days are added to the contract time as a result of this Change Order. The prime contractor for this project is a certified DBE firm. valid until signed by both the Approving Authority and Contractor. nature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract lime. The original Contract Sum was ......... $ 517,000.00 Net change by previous Change Orders $ 6,957.71 The Contract Sum prior to this Change Order $ 523,957.71 The Contract Sum will be: ® Increased 0 Decreased 0 Unchanged by this Change Order $ 5,424.22 The New Contract Sum including this Change Order will be ........................................... $ 529,361.93 The Contract Time will be: © Increased 0 Decreased ❑ Unchanged by 1 working days The New Contract Time will be 44 working days By �, Tale Manager Total Sate vices, LLC 06/23/2025 Basra on DOT Form 5/E-001 EF Rehsed Da/2n2] Approval Recommended Consultant 9/ 15./20 Original to: 0 Contractor Copies to: ❑ Region ❑ ©SC Accounting 0 City Engineering Approval Recommended Community oeveloteirrttrr 0 Construction Administrator CITY CONTRACT NO: RESOLUTION NO: Q-7°114—‘6‘ YMNn+. WA 005 ;iMil214x:5 CITY OF YAKIMA 5TN AVE AND DST PEDESTRIAN IMPROVEMENTS 3 N STH AVE CENTERLINE PROFILE 1060 1071 1676 W'O' STREET CENTERLINE PROFILE rtt� ,rYN 0.101k±trAem, MP (AMOY TO VA 0.. rew C.INNTT CITY OF YAK➢dA 5111 AVE ANO © fT PEDESTRIAN IMPROVEMENT'S PROFILE 10,1Y. 4 .,. 19 Project: (Name) City of Yakima Systemic Pedestrian Safety Improvements (Number) 2675AT To: (Contractor) I otal Site Services, LLC 2780 Salk Avenue Richland, WA 99354 1 Change Order Change Order Number Change Order Date Contract Number Contract Date 003 4/29/2025 LA-10572 FA#HSIP-0005(6621 4 You are directed to make the following changes in this Contract: Additional work required to fumish and install three (3) plastic traffic arrows as requested by the City's Supe Materials shall be as follows: Plastic Traffic Arrows shall be furnished and installed in accordance with Section 8-22. ing Traffic Engineer. Construction Requirements: The Contractor shall fumish and install plastic traffic arrows in locations identified in the field by the Contracting Agency, including the southbound left tum lane on N 5th Ave, northbound left turn lane on N. 5th Ave, and northbound right turn lane on N. 5th Ave. Measurement: No specific unit of measurement shall apply to this lump sum work. Payment: Payment for this Change Order shall be at the agreed upon lump sum amount of $1,425.00 for the Work specified including labor, equip- ment, material, and traffic control. Time: The contract time is unchanged as a result of this Change Order. The prime contractor for this project is a certified DBE firm. 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 $ 517,000.00 Net change by previous Change Orders The Contract Sum prior to this Change. Order $ 529,381.93 The Contract Sum will be: ® Increased © Decreased 0 Unchanged by this Change Order $ 1,425.00 The New Contract Sum including this Change Order will be ........................................... $ 530,806.9 The Contract Time will be: 0 Increased 0 Decreased RI Unchanged by 0 working days The New Contract Time will be 44 working days Total Site Services, l,LC 06/23/2025 Based cm,, DOT form 570-001 EF Revised OBIZ011 Approval Recommended Consultant By ©ate 9/1 5/2025 Approval Recommend commurtYeiopm�Tatireotos' Date Appt„ov:, Original to: CI Contractor Copies to: 0 Region 0 Construction Administrator 0 OSC Accounting ❑ City Engineering CITY CONTRACT NO: 7-021—ZnZ C.o .3 RESOLUTION NO' [/ 2-6)2L171Ci.6.