Loading...
HomeMy WebLinkAboutR-2025-080 Resolution authorizing an agreement with Culbert Construction Inc for the S 72nd Ave & Washington Roundabout Improvements Project 2517CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 6th day of May , 2025, by and between the City of Yakima, hereinafter called the Owner, and Culbert 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:$ 1,476,619,14 , for S. 72nd Ave and W. Washington Ave Roundabout, City of Yakima Project No. 2517, all in accordance with, and as described in the attached specifications and the 2025 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. Contract time shall begin on the first working day following the Notice to Proceed Date and shall be completed in one hundred thirty-five (135) 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, 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 Contractor 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 Yakima. Il. The City of Yakima 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, RCW 35,22,650: Contractor agrees that the Contractor shall actively solicit the employment of minority group members, Contractor further agrees that the Contractor shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. Contractor shall furnish evidence of the Contractor's compliance with these requirements of minority employment and solicitation, Contractor further agrees to consider the grant of subcontracts to said minority bidders on the basis of substantially equal proposals in the light most favorable to said minority businesses, The Contractor shall be required to submit evidence of compliance with this section as part of the bid. Nothing in this Agreement, including, without limitation, the provisions of Section 16, shall require Contractor or any of its subcontractor(s) to take action that would be deemed discrimination or preferential treatment in violation of RCW 49,60,400. Pursuant to RCW 49.60.400(6), this Section does not prohibit action that must be taken to establish or maintain the City of Yakima Yakima's eligibility for any federal program, if ineligibility would result in a loss of federal funds to the City of Yakima Yakima, IV. The Contractor for itself, and for its 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. GVPR©JECTS12021121107E1Spec121107 Spec.dccx 4-2 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 day o 2025. City I#arfager Signature VC C+Z Y'i c� v (Printed Name) ` ITY CONTRACT NO: r,ESOLUTION NO: fi►S-0941 S-o6 Culbert Construction, Inc. a Corporation Construction Company By: &.xt Address: G\PROJECTS\2021\21107E15pec\21107 Spec.docx 4-3 Contractor Signature ST E. y t;: W. C. vl t_ QE-tLT (Printed Name) (President, Owner, etc.) f1` Sr ` - P9-Sco, wA- 99301 Item No. 7.I. For Meeting of: May 6, 2025 ITEM TITLE:Resolution authorizing contract with Culbert Construction Inc for the S. 72nd Avenue & Washington Avenue Roundabout Improvements Project 2517 (Streets Capital Fund) SUBMITTED BY:Bill Preston, Acting City Engineer BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT SUMMARY EXPLANATION: The City of Yakima 72nd & Washington Improvements Project 2715 includes reconstruction of S 72nd Avenue and Washington Avenue intersection for a roundabout including excavation, storm drainage, concrete pavement, and other related improvements. The City used the procedure established by Washington State law for the bidding and awarding of public capital improvement projects with Culbert Construction Inc being selected to provide construction on the project in the amount not to exceed $1,476,619.14 The project is funded with Washington State Department of Transportation and TIB Funding. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Resolution_Culbert 2517.docx Culbert Contract City of Yakima Change Order Change Order Number Project Name: S. 72nd Avenue and W, Washington Avenue Roundabout Change Order Date 07/10/2025 Project Number: City Project No. 2517; HLA Project No. 21107C Contract Number 2025-068 Contract Date 05r07i2025 Contractor: Address: City, State, Zip: Culbert Construction, Inc. Attn: Steve Culbert 3905 East A Street Pasco: WA 99301 You are directed to make the following changes in this Contract: Incorporate the following changes to the contract: 1. Add supplemental specifications for the rectangular rapid flashing beacons (Sections 8-20 & 8-21) inadvertently omitted from the original Contact Specifications. 2, Replace Plan Sheet 6 with Revised Plan Sheet 6 to include Engineer's signature which was inadvertently omitted from original plan set. 3. Replace Plan Sheet 16 with Revised Plan Sheet 16 to revise reinforced joint call outs which were transposed in original plan set. This is a no cost change order agreed to by Culbert Construction; the contractor bid the Rectangular Rapid Flashing Beacons with their "Permanent Signing", therefore no cost impact results from this change. 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 $ Net change by previous Change Orders The Contract Sum prior to this Change Order $ The Contract Sum will be: 0 Increased 0 Decreased ® Unchanged by this Change Order $ The New Contract Sum including this Change Order will be 1,476,619.14 0.00 1, 476, 619.14 0.00 1,476,619.14 The Contract Time will be: Cl Increased 0 Decreased LI Unchanged by working days The New Contract Time will be 135 working days Contractor r� By Z7a-et,' Pal Title Project Leader Culbert Construction, Inc Date 07.17.2025 Based oa DOT Form 570-001 EF Revised 690021 Approval Recommended Project Engineer By rcOf. xsped Its VosSes S..w::a,a. PbN: GAO, teases iYMieties rx r uses„sieveiv„ 5tvva�Po§y' Itr;', C.1."Slop o S. Hazsmol Date WO':&?s.4! tt lA....TO" Approval Recommended City al Yakima - Division Director-.� Date Approve victery Date Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering CITY CONTRACT N€1° i �" d�� a h v.'�C ot .i- RESOLUTION NO: SL-9"°%5---0'30 City of Yakima S. 72nd Avenue and W. Washington Avenue Roundabout HLA Project # 21107 Change Order No. 1 Supplemental Specification Sections 8-20 & 8-21 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.2 Materials Supplement Section 8-20.2 Materials with the following: Rapid Flashing Beacon (RFB) indications shall comply with the dimensional, operational, and flash pattern requirements of Federal Highway Administration (FHWA) Interim Approval 21 (IA-21), Conditions 4, 5, and 6, excluding Condition 5f; https://mutcd.fhwa.dot.goviresourcesfinterim approval/ia21/index.htm. RFB systems shall be capable of providing, at a minimum, the following two -channel flashing patterns. 1. NEMA Standard 50-50: • Channel one is ON and channel two is OFF for 0.5 seconds. • Channel one is OFF and channel two is ON for 0.5 seconds. (Cycle repeats; the total flashing pattern cycle length is 1.00 second.) RFB "WW+S" Pattern (IA-21 Condition 5b): • Channel one is ON and channel two is OFF for 0.05 seconds, • Both channels are OFF for 0.05 seconds. • Channel one is OFF and channel two is ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is ON and channel two is OFF for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is OFF and channel two is ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Both channels are ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Both channels are ON for 0.05 seconds. • Both channels are OFF for 0.25 seconds. (Cycle repeats; the total flashing pattern cycle length is 0.80 seconds.) The flashing pattern shall be user -selectable in the field. 8-20.2 Materials Supplement Section 8-20.5 Payment with the following: Payment for the Rapid Flashing Beacon System shall be included in Section 8-21.5 of these Technical Specifications as part of lump sum bid item "Permanent Signing". 8-21 PERMANENT SIGNING Supplement Section 8-21.5 Payment with the following: Lump sum bid item, Permanent Signing," shall also include Rapid Flashing Beacon System Complete. Rapid Flashing Beacon System Complete signs shall be solar powered TAPCO Blinker Beacon pedestrian crosswalk, Carmanah R920-E, Traffic Stafety Supply Company Rectangular Rapid Flashing Beacon, JSF Technologies AB-9207-xx, or approved equal. Rapid Flashing Beacon shall be MUTCD and WSDOT compliant. Each rapid flashing beacon system shall be comprised of two rapid flashing beacons (dual sided) and all required equipment, signing, foundation, and incidentals. Each Rapid Flashing Beacon System shall include two (2) wirelessly connected poles installed on opposite sides of the roadway. Each pole shall include a single sided LED Tight arrangement with a minimum of two pedestrian indicators. The flashing pattern shall be user -selectable in the field. The electrical cabinet shall be side -of -pole mounted with a minimum NEMA 3R aluminum enclosure with stainless -steel hardware. The solar panel shall be minimum of 12 watt with a battery sized for 300 activations per day during all months. The unit shall be able to operate in temperatures of 0°F to 122°F. The sign shall be user activated with ADA compliant, bulldog style activators. Installed signs shall wirelessly communicate with adjacent units and shall activate concurrently when operated. Poles shall be 2.5" perforated square tubes with galvanized hardware. The foundation shall be per manufacturer recommendation. Signing on each pole shall include W11-2, and W16-7PL(dual sided). 2 PHASEI- RECONSTRUCT NORTHWEST QUARTER OF IMPROVEMENTS AND CLOSE FREMONT WAY TO EXITING TRAFFIC. REMOVE EXISTING PAVEMENT MARKINGS AND INSTALL TEMPORARY MARKINGS, AS NEEDED, THEN SHIFT TWO WAY TRAFFIC TO EAST SIDE OF 72ND AVENUE AND CREATE TEMPORARY FOUR WAY STOP AT THE INTERSECTION. PHASE 2 - RECONSTRUCT SOUTHWEST QUARTER OF IMPROVEMENTS BY CLOSING HALF OF 72ND AVENUE AND WEST LEG OF INTERSECTION AND OPEN FREMONT WAY INTERSECTION TO TWO-WAY TRAFFIC, MAINTAIN 72ND AVENUE AND WASHINGTON AVENUE INTERSECTION AS TEMPORARY ALL WAY STOP 0-WAY) REVISE TEMPORARY MARKINGS AND TRAFFIC CONTROL AS NEEDED. PHASE 3- RECONSTRUCT SOUTHEAST QUARTER OF IMPROVEMENTS BY CLOSING IT WHILE. ALLOWING TRAFFIC THROUGH PHASE 1 8 2 AND MAINTAINING TRAFFIC ALONG THE NORTH AND EAST LEGS OF THE INTERSECTION, REVISE TEMPORARY MARKINGS AND TRAFFIC CONTROL AS NEEDED, PHASE 4 - RECONSTRUCT NORTHEAST QUARTER OF IMPROVEMENTS WHILE ALLOWING TRAFFIC THROUGH ALL PREVIOUS PHASES. PROVIDE TEMPORARY MARKINGS AND TRAFFIC CONTROL AS NEEDED. PHASING NOTES: id E CCIET'RACTOR SHALL :7EAEGliCH AHD CO,51Fyi.7C EACH PHASE iNDHA)EiAl i'f, .CAlnYdG LA41 H anering and Land Surveying, 21WIRkr,Titaail Ymkn,�w., k A 9E902 Fax ?; 065 NM) W'%W_h1uvoli.i'Um CITY OF YAKIMA 72ND AVENUE AND W. WASHINGTON AVENUE ROUNDABOUT MAYRA ACOSTA OUIROZ C 1813.72-2446Z) 7205 W. WASHINGTON AVE. W. WASIIXNG10P AVC5:4d. 477P pAWVERT -... i.IA11T HL COLLEEN BROOKS ( 181332.31417 ) 1904 S. 72ND AVE. 2801 IU's6- nuud Yakitv.u. TVA 9E6102 509.960.7000 I1/ 509,965301 Engineering and Lain Sulvcting, Ine. ' x- �TINGIi� CITY OF YAKIMA NO. 2517 VIOLET SCHMIDT-LESSARD ( 181332-13430 1838 S. 7151AVE, ' d7N PUP I IPA115 ENE MORAN - .-.. /7C/ PAVE 30.4 BALL RE AC ( 181332-4200D 6836 W. WASHINGTON AVE. ADP 101/1020 /1/1 / F ;X.F, NPAH ' r3 au 10; 1, "e.1144i Au�q "Ori, A.10Axrn1A NOTES: T. 0C1"1Pi 10 44S:401 sip i+L04 A-40 la Pc1R C0DWE.TE ,a10/Tia, e'E"AIIS, D. DON 10MAC MR CO CONSTRUCT IHAA TRAHDIDON AT 'no' PC.D.P PAVFMFNB „G1/11, PULP' TO w14/01 0147 0LRN A 40-10 1011 UrTAN . LEGEND 4c. CPRA1 4:, a t0N l0*11/0/ .#n11IBr-64? a3:v.11 Y 3/1*4: 10114A 9tk6b�y �- 3T ' 3/5477/T .710.T A 7" t)3664. H111-DEPTH 618B d01Nl S4A1/0 TJOINT DETAIL CITY OF YAKIMA S. 72ND AVE. AND W. WASHINGTON AVE. ROUNDABOUT 0/01Cc3EU 01 S&11 CONCRETE ROUNDABOUT JOINTING PLAN 16 39 Project Name: Project Number: Contractor: Address: City, State, Zip: City of Yakima 5. 72nd Avenue and W. Washington Avenue Roundabout Change Order 2 Change Order Number Change Order Date 07/24/2025 City Project No- 2517; A, Project No, 21107C Contract Number 2025-068 HL Contract Date 05r07r2025 Culbert Construction, Inc, Attn: Steve Culbert 3905 East A Street Parr WA ciCY111 You are directed to make the following changes in this Contract:: Change Order 02 is a no cost change order requested by the Contractor. Contractor shall proceed with requested full closure of the 72nd and Washington intersection, with the following conditions: PCMS board messages shall be updated, no later than 8:30 a.m., Thursday, July 24, 2025, to state, "Intersection closed from 7/28(2025 through 9(12/2025". Prior to the closure, Contractor shall peace partial barricades at both entrances to Valley Estates and "Local Access Only" signage, communicate with the Valley Estates office to ensure residents are notified, and provide written notices to other affected residents in the area. - Contractor is permitted to implement a 2-week trial period, ending August 8, 2025. and shall complete all demolition and underground work during this time, - Emergency service access shall be provided by Contractor through construction zone at all times, including at night and on weekends, - As outlined in section 1-10.2(1)A of the MOOT Standard Spedrucations, the Contractors traffic control management personnel are responsible for coordinating project activities with appropriate police, fire control agendes, City or County engineering, medical emergency agencies, school districts, and transit companies- • After two -week trial period. City reserves the right to direct the Contractor to re -open the intersection and resume utilizing approved traffic control plans, If full closure is authorized to continue following the trial period„ Contractor shall coordinate with West Valley School District regarding impacts 10 bus routes and schedules, up to and including access for buses through work area. - No later than. September 12, 2025, the road shall be open to all traffic. Should Contractor fail to open the the road„ Slagging and all necessary traffic control shall be provided at the Contractor's expense and no additional cost to the City. - Contract time will be reduced by thirty (30) days and no additional compensation will be provided 1a the Contractor for any necessary traffic control costs. - There will be no adjustment to the unit bid price for the PCMS as a result of this change order, ermitted intersection closure serves to mitigate traffic difficulties and excess traffic detouring through residential areas which has been noted since construction ammenced, Additionally, work zone safety is increased as a result of the permitted dosure and the project will be completed sooner than anticipated. initial Contract Time for the project is one hundred thirty-five (135) working days. While the initial baseline schedule showed completion of construction at one hundred eleven (111) days: the proposed accelerated schedule indicates construction completion at seventy-one (71) days, The contract time will be reduced by 30 working days. Contractor agrees to assume all associated costs incurred related to the work outlined by Change Order 02. 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 Net change by previous Change Orders $ The Contract Sum prior to this Change Order............................................................. The Contract Sum will be: 0 Increased 0 Decreased 8 Unchanged by this Change Order $ The New Contract Sum including this Change Order will be ............................................ $ 1,47 6 9.14 0.00 1,476,619.14 0,00 1,476,619,14 The Contract Time will be: 0 Increased 0 Decreased 0 Unchanged by 30 working days The New Contract Time will be 105 working days Contractor an.DeRausre n Qe ou$$le lote[Etci2t e n 5... Title ,5 Aug 2025, 09:19.26, PDT Culbert Construction, Inc. gate August 25, 2025 Bases on DOT Farm 57€Y001 EF Revised 9012021 Original to: 0 Contractor Approval Recommended Project Engineer By Date Approval Recommended City al' Y� Caivisi Copies to: 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering pp CITY CONTRACT N©: ° 5-0(p S Lc s � , �j( t RESOLUTION