Loading...
HomeMy WebLinkAboutTrans 2013-10-29 COMPLETE AGENDA PACKETCity of Tukwila Transportation Committee Kate Kruller, Chair • Joe Duffie • Dennis Robertson Distribution: K. Kruller J. Duffle K. Hougardy D. Robertson Mayor Haggerton D. Cline K. Matej L. Humphrey B. Giberson F. I riarte R. Tischmak G. Labanara P. Brodin S. Kerslake Clerk File Copy 2 Extra e -mail pkt pdf to A. Le e -mail cover to: C. O'Flaherty, D. Almberg, B. Saxton, S. Norris, M. Hart, A. Le AGENDA TUESDAY, OCTOBER 29, 2013 Time: 5:15 PM Place: Conference Room #1 (6300 Building) Item Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a) 2013 Street Department's Traffic Control Devices a) Forward to 11/12/13 C.O.W Pg. 1 Purchase of 271 LEOTEK LED Luminaires and 11/18/13 Regular b) 2013 Street Department's Traffic Control Devices b) Forward to 11/12/13 C.O.W Pg. 11 Purchase of 2 ITS Traffic Signal Control Cabinets and 11/18/13 Regular c) 2014 Overlay and Repair Program c) Forward to 11/4/13 Regular Pg. 15 Consultant Selection and Agreement Consent Agenda d) Tukwila Transit Center /Andover Pk W Widening & d) Forward to 11/12/13 C.O.W Pg. 29 Water Main Replacement Projects and 11/18/13 Regular Bid Rejection /Bid Award 3. SCATBd 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Wednesday, November 13, 2013 (due to holiday) IS. The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206 - 433 -0179 for assistance. TO: FROM: BY: DATE: SUBJECT: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee Bob Giberson, Public Works Director Stan Anderson, Street Department Superintendent October 25, 2013 2013 Street Department's Traffic Control Devices Purchase of 271 LEOTEK LED Luminaires ISSUE Purchase 271 LED roadway lighting luminaires from CED of Kent, WA. BACKGROUND Currently, electrical roadway illumination expenditures for the City of Tukwila are as high as $190,000 each year. The latest advances in roadway LED lighting technology can reduce power consumption for lighting fixtures by nearly 50 %, while providing more reliability and longer life to the fixtures. Additionally, the cost of LED fixtures has been steadily reduced over the years and is now only 20% higher than traditional lighting fixtures. This purchase will be the 4th phase of our LED streetlight conversion. We should expect to see lower utility costs and reduced maintenance calls as we continue to convert the older lighting fixtures which are on metered accounts throughout the City. The 2013 Street Fund 000.16 and 104 Fund's Annual Traffic Signal Programs have remaining balances that could be utilized for the LED purchase. Based on past performance and a state contract product listing, we choose to stay with Leotek Electronics and purchase through Consolidated Electric distributors to simplify the process through Washington State Contract #00313. BUDGET SUMMARY 104.98.595.800.64.00 000.16.542.640.31.01 000.16.542.300.31.01 000.16.542.300.47.02 000.16.542.630.31.00 000.16.542.700.47.02 Annual Traffic Signal Program $ 100,000.00 Traffic Control Devices Supplies 55,190.63 Roadway Supplies 15,000.00 Roadway Waste Materials 12,000.00 Street Lighting Supplies 25,000.00 Roadside Supplies 10,000.00 Total $ 217,190.63 RECOMMENDATION Council is being asked to approve the purchase of 271 LED roadway lighting fixtures from CED in the amount of $217,190.63 and consider this item at the November 12, 2013 Committee of the Whole Meeting and subsequent November 18, 2013 Regular Meeting. Attachments: CED Quotation WA State Pricing & Ordering Information Metered Streetlights Converted to LED Metered Streetlights to Convert to LED Map of LED Retrofits W: \Shared Copy Only \Gail \CED LED PURCHASE 2013 \Info Memo LED Purchase 10- 15- 13.docx 1 CED PROJECT: CITY OF TUKWILA DATE: 10121/2013 ATTN: SCOTT BATES CONSOLIDATED ELECTRICAL DISTRIBUTORS,INC: TO: CITY OF TUKWILA 10/21/2013 20730 72ND AVE S Kent, Washington 98032 EMAIL MFRANKE@CEDSEATTLE,COM PHONE 253-893-7333 GENERAL FAX: 253-893-7296 I QUOTATION* QUOTE# YOUR REF.# PAGE IOF 1 TYPE DESCRIPTION EXTENSION LEOTEK GREEN KING COBRA 271 GC2 120 E MV NW 2 GY WL PC 725.40 EA 196,583.40 need tp specify either 530 or 700 ma. GRAY FINISH TYPE II DIST ITEM #3 ON STATE CONTRACT 271 SHORTING CAP 6.51 EA 1,764.21 THE ABOVE PRICE IS BASED ON OVER 200 UNITS CONTRACT PRICE FOR THIS ITEM IS $ 780.00 EA WAS ABLE TO DEDUCT 7% FOR OVER 200. $ $ $ $ BY: MARION FRANKE TOTAL 198,347.61 FOB: POSIPREPAID TERMS NET DELIVERY PLEASE NOTE: This is not an offer of contract but merely a quotation for your convenience and information. Orders based on this quotation are subject to our acceptance on the terms and conditions stated in our written order acknowledgement of order. FIRM FOR 30DAYS `23-2(32- 3:37 PM 2 State of Washington Pricing & Ordering Information Creation date: August 30, 2013 Contract number: 03313 (replaces 03207 & 08209) Commodity 6250 code: 6210 Contract title: Street Lights & Poles Category One: Steel Light Standards Category Two: Traffic Signal Standards Category Three: Roadway Luminaires — HPS Subpart A: General Electric Subpart B: Hubbell Subpart C: Omitted Subpart D: Holophane Sign Lights Subpart E: Sun -Tech Phot Controller Category Four: Roadway Luminaires — LED (fixed price) Subpart A: BETA/Cree Subpart B: Leotek Subpart C: American Electric Category Five: Roadway Luminaires — LED (% off list price) Award date: 08 -28 -13 Period of performance: 08 -30 -2013 through: 08 -29 -2015 Contract term: Not to exceed eight years or 08- 29-21 Contract type: This contract is designated as mandatory use. Products /Services available: Light Standards and Components; Shafts: Luminaire Mast Arms; Keeper Plates; Bolt Bases; Etc., Roadway Luminaires (HPS & LED) Contractors: This contract is awarded to multiple contractor(s): 1. Category One: Valmont Industries, Inc. 2. Category Two: Northwest Signal Supply Inc. 3. Category Three (all subparts awarded): - Consolidated Electrical Distributors, Inc. (CED) 4. Category Four (all subparts) - Consolidated Electrical Distributors, Inc. (CED) 5. Category Five: - Consolidated Electrical Distributors, Inc. (CED), and Advanced Traffic Products, Inc. (depending on subpart — see page 37 below). Washington State Department of Enterprise Services The State of Washington is an equal opportunity employer. To request this information in alternative formats call (360) 902 -7400, or TDD (360) 664 -3799. 1 3 Current Contract Information Contract No. 00313 Page 30 CATEGORY FOUR: ROADWAY LUMINAIRES — LED (Fixed Price) Contractor Information Contractor: Consolidated Electrical Distributors 24909 104th Avenue S.E. #202 Kent, WA 98030 Contact: Jim O'Rourke Phone: 206 - 491 -2520 Fax: 253 - 859 -4463 Email: cednwjim(c�outlook.com Federal ID No.: 770030773 Contract worth: To be updated after submittal of quarterly usage report. Order placement, payment CED Anacortes address and customer 12756 Quantum Lane, Suite 30 service address: Anacortes, WA 98221 Zac Clark, Manager Tel: (360) 293 -5818 Fax: (360) 293 -5843 Email: zaccedanacortes.com or CED Auburn 4826 B Street NW #5 Auburn, WA Dave Phillips, Manager Tel: (253) 852 -5454 Fax: (253) 852 -0494 Email: Dave(a�auburnced.com CED Bremerton 4503 Auto Center Way Bremerton, WA 98312 Ed Hamblet, Manager Tel: (360) 377 -8585 Fax: (360) 373 -5065 Email: ehambletAcedbrem.com CED Ellensburg 412 S. Railroad Avenue Ellensburg, WA 98926 Dan DeRosier, Manager Tel: (509) 925 -4537 Fax: (509) 925 -4337 Email: Dderosier(a�cedellensburq.com 4 Current Contract Information Contract No. 00313 Page 31 CED Everett 3310 Paine Acve Everett, WA 98201 Mike Hudson, Manager Tel: (425) 259 -8135 Fax: (425) 252 -9344 Email: mhudson a(�cedeverett.com CED Kent 6409 S. 194th Street Kent, WA 98032 Jon Whitsel, Manager Tel.: 253 - 893 -7333 Fax: 253 - 893 -7296 E -mail: iw(a�cedseattle.com CED Moses Lake 701 W Third Avenue Moses Lake, WA 98837 Brady Wilson, Manager Tel: (509) 765 -1251 Fax: (509) 765 -1253 Email: bwilson @cedmoseslake.com CED Olympia /Lacey 5320 Lacey Blvd. S.E. Lacey, WA 98503 Ryan Schwan, Manager Tel.: 360- 923 -2345 Fax: 360- 459 -9750 E -mail: rschwan @cedlacey.com CED Port Angeles 11 Prospect Place Port Angeles, WA 98362 Lance Miller, Manager Tel: (360) 452 -9706 Fax: (360) 457 -4510 Email: Imiller(u�ced- pa.com CED Puyallup 14111 Pioneer Way E, Suite A Puyallup, WA 98372 Mat Oatman, Manager Tel: (253) 841 -1995 Fax: (253) 841 -1961 Email: moatmanced- puyallup.com 5 Current Contract Information Contract No. 00313 Page 36 2 3 4 5 6 Part Number GC2- 90E -MV -N W- 2 /3- GY /BR- 530/700 -W L -PC GC2- 100E -MV -N W- 2 /3- GY /BR- 530/700 -W L -PC GC2- 120E -MV -N W- 2 /3- GY /BR= 530/700 -W L -PC GCA2-90E-MV-NW-2/3-GY/BR- 530/700-WL-PC GCA2- 100E -M V -N W- 2 /3- GY /BR- 530 /700 -WL -PC GCA2- 120E -MV -N W- 2 /3- GY /BR- 530/700 -W L -PC 7 Additional Cost for Wattage Label 8 Additional Cost for 480 Volt 9 Additional Cost for Shorting Cap Item Part Number ATB2- 40BLEDE53- MVOLT -122/113 ATB2•- 40BLEDE70- MVOLT -82/133 ATB2- 60BLEDE53- MVOLT -132/83 ATB2- 60BLEDE70- MVOLT -82/83 ATB2- 80BLEDE53 -MVO LT -R2 /R3 6 ATB2- 80BLEDE70- MVOLT -82/113 Manufacturer: Leotek Description LEOTEK Green King Cobra 2 Series, 90 LED, 120 -277V, 4300K, Type 2 or 3 light distribution, Gray or Bronze, 530 or 700mA, NEMA Photocell, Horizontal. Tenon LEOTEK Green King Cobra 2 Series, 100 LED, 120 -277V, 4300K, Type 2 or 3 light distribution, Gray or Bronze , 530 or 700mA, NEMA Photocell, Horizontal Tenon LEOTEK Green King Cobra 2 Series, 120 LED, 120 -277V, 4300K, Type 2 or 3 light distribution, Gray, 530 or 700mA, NEMA Photocell, Horizontal LEOTEK Green K ng Cobra 2 Series, Meets Buy American, 90 LED, 120 -277V, 4300K, Type 2 or 3 light distribution, Gray or Bronze, 530 or 700mA, NEMA Photocell, Horizontal Tenon LEOTEK Green King Cora 2 Series, 100 LED, 120 -2 120.2 ..... ..............__............... 77V, 4300K, Type 2 or 3 light distribution, Gray, 530 or 700mA, NEMA Photocell, Horizontal Tenon LEOTEK Green King Cobra 2...Series,,......12. _ .__.30 2 Series, 120 LED, 120 -277V, 4300K, Type 2 or 3 light distribution, Gray or Bronze, 530 or 700mA, NEMA Photocell, Horizontal Tenon Additions to Above Items Manufacturer: American Electric Description American Electric Autobahn 2 Series, 40 LED, 525mA, 120 -277V, Type 2 or 3 distribution, 4000K, 4 -bolt mounting, Gray color, with terminal block, NEMA Photocell Receptacle American Electric Autobahn ... m ............ ...........................__.. ............_........ .._ _....__........................ 2 Series, 40 LED, 700mA, 120 -277V, Type 2 or 3 distribution, 4000K, 4 -bolt mounting, Gray color, with terminal block, NEMA Photocell Receptacle American Electric Autobahn 2 Series, 60 LED, 525mA, 120 -277V, Type 2 or 3 distribution, 4000K, 4 -bolt mounting, Gray color, with terminal block, NEMA Photocell Receptacle American Electric Autobahn 2 Series, 60 6 mE LED, 700mA, 120-277V, Type 2 or 3 distribution, 4000K, 4 -bolt mounting, Gray color, with terminal block, NEMA Photocell Receptacle American Electric Autobahn... 2 Series, 0 , 8 80 LED, 525mAA , 120 -277V, Type 2 or 3 distribution, 4000K, 4 -bolt mounting, Gray color, with terminal block, NEMA Photocell Receptacle American Electric Autobahn 2 Series, 80 LED, 700mA, 120 -277V, Type 2 or 3 distribution, 4000K, 4 -bolt mounting, Gray color, with terminal block, NEMA Photocell Receptacle Additions to Above Items Unit Unit Price a $690.00 a $690.00 a "$780.00' t i a $754.00 a $790.00 a $865.00 Ea $1.25 Ea $152.00 Ea $7.00) Unit Unit Price Ea $435.00 Ea $435.00 $575.00 $575.00 $715.00 $715.00 6 E L ", iii o/ LITE-ON GROUP Name: Ty: e ...,..w...,.,..._._ _.,., Complete Catalog Numbers: LED Green Rig CobraTM Street Light Ordering Options Select GC2 LED Street Light GCD2 — LED Street Light Dimmable GCA21 -•- LED Street Light !GCAD2' •• LED. Street Light Di,mm,l Select } Number/ Type of LEDs 90E 100E .20E NNVW Select Select ............... N Voltage Ne Nominal Corez...- o. MV - 120 -277' HV - 347 -480V Notes: 1. Meets Buy American Provision of ARRA 2. NW standard. Consult factory for other color temperatures. 3. Gray standard. Consult factory for other finishes. 4. Flush mounted shield easily field Installed. Cuts light off 15 mounting height behind luminaire. 5. Non field adjustable drive current. Specify setting - 350mA, 530mA, or 700mA. NW — 4300K GY Ught Distribution Finish 2 - Type 2 %. GY -Gray 3°• Type 3 _....__ Luminaire Specifications Housing: Die cast aluminum housing with universal four -bolt slip fitter mounts to 11/4 " to 2" (15/8" to 23/8" O.D.) diameter mast arm. Cooling fins maintain LED junction temperature assuring long LED life and efficiency. Electrical components are accessed without tools and are mounted on removable power door. Power door features quick electrical disconnects to terminal block and LED board. Photocontrol receptacle is standard and can be aimed without tools. Photocontrol is provided by others. Light Emitting Diodes: Hi- flux /Hi -power white LEDs produce a minimum of 95% of initial intensity at 100,000 hours of life. LEDs are tested in accordance with IES LM-80 testing procedures and have a mean correlated color temperature of 4300K (standard). LEDsare 100% mercury and lead free. Optical Systems: Micro-lens optics produce IES Type 2 and Type 3, full -cutoff distributions. Luminaire produces 0% total lumens above 90 °. Electrical: Power supply features a minimum power factor of .90 and <20% Total Harmonic Distortion (11-ID). EMC meets or exceeds FCC CFR Part 15. Transient voltage complies with ANSI C62.41 Cat. A. Power supply is field adjustable to 350mA, 530mA, or 700mA drive current. Standard factory setting is 700mA. Integral surge protector is tested per ANSI /IEEE C62.45 procedures based on ANSI /IEEE C62.41.2 definitions for standard and optional waveforms for Location Category C- High 10kV /10kA test, IEC 61000 -4-2 (Electrostatic Discharge) 8kV Air /4kV Contact tests and IEC 61000-4-4 (Fast Transients). Finish: Housing receives a fade and abrasion resistant, epoxy polyester powder coat, light grayfinish standard. Listings /Ratings/Warranties: Luminaires are UL listed for use in wet locations in the United States and Canada. Optical systems maintain an 1P66 rating. Ten year limited warranty is standard on all components. Patents: Pending. Photometry: All luminaires are photometrically tested by certified independent testing laboratories in accordance with IFS IM 79 testing procedures. Select Accessories /Options BSK - Bird Spider Kit SPB .. Square Pole Bracket RPB - Round Pole Bracket PTB - Pole -Top Bracket HSS4 - -- House Side Shield 350 - Factory set 350mA Drive Current 530 - Factory set 530mA Drive Current FDC5- Fixed Drive Current WI.- IJtility Wattate Label PC NEMA TL Photocell io Weight EPA* 25 lbs. 1.0 ft2 'Effective Projected Area (consult factory for multiple units GCA units are manufactured in USA and meet Buy American requirements within the ARRA Please visit Leotek Electronics USA Corp. at www.leotek.com V10-092613 I' Information provided subject to change without notice. Roles i' Compliant ISO 9001 Registered 7 100 ,150, 200, 25OW Metered Streetlights converted to LED 100W 150W 200W 250W Installed 2013 Locations 6 40 32id Ave S at Cascade View Elementary 12 21 S 144th St west of Tukwila International Boulevard 10 S 150`h St east of 42nd Ave S 53rd Ave S - 5 160th St to Klickitat 4 42nd Ave S south of Southcenter Blvd 12 8 51st Ave S - S 160th St to S 164th St 52nd Ave S north of Southcenter Blvd 52 15 42nd Ave S and S 124th St around Tukwila Community Center 41 3 East Marginal Way S/S 120th P1 3 East Marginal Way S/S 124th St Andover Pk E - Strander Blvd to Tukwila Pkwy 10 Tukwila International Blvd - S 124th St 13 Baker Blvd - Andover Pk W to Christensen Rd S 137th St - 44th Ave S to 42nd Ave S (Fosterview) 36 2 S 133rd St/S 134th St (Farwest) 34 16 Southcenter South: Todd Blvd, Cascade Ave, Olympic Ave S, Riverside Dr Gateway loop 22 4 48th Ave S - east deadend 3 8 Funcenter Way Andover Pk E - 5 180th St to Costco Dr 3 Strander Blvd from West Valley Hwy to Bridge Andover Pk W - Minkler Blvd to Strander Blvd 22 Andover Pk E - Costco Dr to Treck Dr 2 23 Andover Pk W - S 180th St to Minkler Blvd 20 2 Minkler Blvd - Andover Pk W to Southcenter Pkwy Minkler Blvd east of Andover Pk E 11 Macadam Rd - Southcenter Blvd to S 150th St 4 S 150th St east of Macadam Rd 4 S 150th St east of Macadam Rd 33 8 112 25 Installed 2011 -12 Tota tits 178 336 Revised 10/23/13 8 40 42nd Ave S - Southcenter Blvd to S 139th St 21 S 160th St - 42nd Ave S to 53rd Ave S 5 53rd Ave S - 5 160th St to Klickitat 12 51st Ave S - S 160th St to S 164th St 52 Southcenter Pkwy - S 180th St to Strander Blvd 41 Tukwila Pkwy - Southcenter Pkwy to Southcenter Blvd 11 Andover Pk E - Strander Blvd to Tukwila Pkwy 10 Baker Blvd - Andover Pk W to Christensen Rd 36 Strander Blvd - Southcenter Pkwy to the Green River 34 Southcenter South: Todd Blvd, Cascade Ave, Olympic Ave S, Riverside Dr 22 S 180th St - West Valley Hwy to Southcenter Pkwy 8 Andover Pk E - 5 180th St to Costco Dr 11 Andover Pk W - Minkler Blvd to Strander Blvd 2 Corporate Dr N 20 Minkler Blvd - Andover Pk W to Southcenter Pkwy 11 Southcenter Blvd - 62nd Ave S to 66th Ave S 336 Revised 10/23/13 8 Proposed 400W Metered Streetlights to convert to LED as of 11 -2013 400W Location 45 Interurban Ave S - 58th Ave S to 42nd Ave S 1 East Marginal Way S at Interurban Ave S 14 East Marginal Way S/S Boeing Access Rd intersection and south 30 East Marginal Way S - North of S Boeing Access Rd to 81st Ave S at intersections only 4 Tukwila International Blvd - S 112th St intersection 50 Tukwila International Blvd - S 139th St to S 152nd St (no pedestrian) 4 Grady Way S 10 West Valley Hwy - S 158th St to south of Strander Blvd 13 Southcenter Blvd - 62nd Ave S to Macadam Rd 8 S 180th St - East of West Valley Hwy 7 West Valley Hwy - Todd Blvd to south city limits 8 Klickitat Dr - 53rd Ave S to I -5 52 Southcenter Blvd - 52nd Ave S to Tukwila International Blvd 25 S 200th St - Orillia Rd S to the Green River 271 Total units Revised 10/23/13 9 /l IIr�00 'll � ... m �N 9 III P G �41 o elo nuns. .176t9, om m (III W P s f ew S 113th st I 4 to 142 tl f ss2ntlst I h ,I ( St tit"f9 St S �� a s \ t I S p iv � <� p' � m s,3otst - f' �> t ,22,tl3 n � e � h � a all emst ,3otnst , ft ' Iuu u szoottnry st l�I� st 11 I \,1± p �_ 5 > tllttt I 5 tnst St 'aa L w.wmw_ ii Holm II ` i 4 W $ r iiiii wmeaRs�� « Ise z I S 14 s j;u�"" a �parwrvwmm"'W. arp%ar ar s u''' t 5.2 as r Strentler v ar r. p �ar 8 i 1I�.,.1 Bvtl y rfil Upland or o„aor ml. w i 9 ° nst �ar ar � — alnr tI ¢ Treck Orl i a ^^' ^k 1 cost. q m QTdo's tl -- pp umw.mmwaun;w:mw G m 2 I° \ or J x III ' Lo q xm cq wPI gll� V7 � III (8Itt III II IU II II Il ittt \ 600 \� LED S 0 -i x9oei City of Tukwila tr• it. W i4 E S Not to Scale Proposed 2019 900 watt LFOs zo,,,zLED rns 2010 LED Con I�. Irokw la CID LID. Vicinity Map '� 1fy,X f;wvl,lCV Disclaimer The location of features and are approximate mate and are intended reference table, is based nfor enc on available boundaries for on best GIS Tukwila 10 TO: FROM: BY: DATE: SUBJECT: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee Bob Giberson, Public Works Director Stan Anderson, Street Department Superintendent October 25, 2013 2013 Street Department's Traffic Control Devices Purchase of 2 ITS Traffic Signal Control Cabinets ISSUE Purchase 2 new Intelligent Transportation System (ITS) traffic signal control cabinets built to the City of Tukwila's requirements from Western Systems of Everett, WA. BACKGROUND This purchase of 2 new ITS traffic signal control cabinets will upgrade the traffic intersection at Andover Park East/South 180th St and Andover Park East /Baker Blvd to the new ITS standards. The existing traffic cabinets are over 25 years old and were not upgraded during the 2007 ITS project. ANALYSIS Western Systems is a listed vendor on the Washington State procurement contract #3709 for traffic signal control cabinets and the sole source vendor for Eagle M -50 Signal controllers. The 2013 Streets Department budget 000.16.542.640.31.01 has a remaining balance which can be utilized for this purchase. BUDGET SUMMARY 000.16.542.640.31.01 Traffic Control Devices $53,074.34 RECOMMENDATION Council is being asked to approve the purchase of 2 ITS Traffic Signal Control Cabinets from Western Systems in the amount of $53,074.34 and consider this item at the November 12, 2013 Committee of the Whole Meeting and subsequent November 18, 2013 Regular Meeting. Attachment: Western Systems Quotation W: \Shared Copy Only \Gail \Western purchase 2013 \Western Taffic cabinet PO Memo 2013.docx 11 909 SE EVERETT MALL WAY - #A 123 EVERETT, WA 98208 HONE »,25) 438 -1 1 33 FAX (425) 428-1535 June 18, 2013 Quotation # WSQ W3039SC Attention: Scott Bates / City of Tukwila Quotation — SP Controller Cabinet Assemblies (TS2 -2) Scott, We are pleased to provide this quotation. All equipment can be purchased through WSDOGA Contract # 3709 will all applicable discounts factored into the pricing. If you have any questions please let us know. Bid Item #1 L Type SP (TS2 -2) Cabinet 1 — Type SP controller cabinet wired per City of Tukwila (TS2 -2) specifications and including: Type SP aluminum enclosure (unfinished), Best CX green core lock, UL listed and USA Manufactured with; 16- position (TS2 -2) load -bay, auxiliary panel, (1) detector rack wired for 1 — BIU / 16 — channels of detection / 2 — Opticom, (2) detector racks wired for 1 — BIU / 16 — channels of detection, fan & thermostat assembly, detector panel, detector test switch panel, power supply interface panel, power panel, video detection panel, and unused phase links. Western Systems Part # 3015010500, 2515013300 Includes the following plug -in devices: 1 — Controller EPAC; (TS2 -2) 0S9 with SEPAC 3.34G software and NTCIP, dat -key module and data key SIEMENS Part # EPAC3168M52 /SEPAC334G, AAD15288P002, PIA06027P001 1 — Ethernet switch with base unit, TP module with (8) 10 /100TX ports, GBIC open transceiver module and (2) GBIC Transceivers GarrettCom Part # 6K16V -AC, 6KP8 -RJ45, GPBMV -20TX, GBIC- LXSC10 -H 1 — Smart monitor 16 channel enhanced MMU with FYA support & ethernet Eberle Desiqn, Inc.(EDI) Part # MMU2- 16LEIP 1 — Power supply shelf mount TS2 5A Eberle Desiqn, Inc.(EDI) Part # PS250 3 — Bus interface units TS2 Eberle Design, Inc.(EDI) Part # BIU700 16 — Load switches with I/O indicators Power Distribution & Control (PDC) Part # SSS87I /0 1 — Flasher Power Distribution & Control (PDC) Part # SSF87 6 — Flash transfer relays Detrol Part # 205 4 — Loop amplifier 4 channel rack mount with timing & LCD display (1/2 width) Eberle Design, Inc.(EDI) Part # ORACLE4e 1 — Opticom phase selector 4 channel with auxiliary interface panel GTT Part # 764, 768 $ 24,056.84 lump sum 1 12 WesternSystems eoe SE EVERETT MALL WAY #A, I 2 svEesrMv/A 9E203 PHONE /42s/43E'113o FAX (4.o5)438'1 585 Bid Item #1A: WSDOES Processing Fee 1 — WSDOES usage fee at 0.74%. Western Systems Part # 9999999900 $ 178.02 lump sum WE APPRECIATE YOUR CONTINUED SUPPORT THIS QUOTATION INCLUDES ONLY THE ITEMS LISTED HEREIN If you see anythin incorrect please let us know and we will issue a new quotation Pricing is good for 30 days Delivery 75-90 days after release Terms: Net 30 Days poeoostinanon/pmiomP^+Pamonu«oowmu Sincerely, WESTERN SYSTEMS o � ���� x�r��« ��. President 2 13 14 TO: FROM: BY: DATE: SUBJECT: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee Bob Giberson, Public Works Director David Sorensen, Project Manager October 25, 2013 2014 Overlay and Repair Program Project No. 91410401 Consultant Selection and Agreement ISSUE Execute a contract with KPG, Inc. to provide design services for the 2014 Overlay and Repair Program. BACKGROUND Five (5) engineering firms were evaluated to provide design services for the City's 2014 Overlay and Repair Program (see attached scoring and selection matrix). Each consulting firm provides services with expertise in multiple engineering disciplines. All of the firms are qualified, but KPG, Inc. provides a unique knowledge and understanding of the City's program that provides efficiency and benefits which cannot be matched at this time by any other firm. KPG, Inc. has prepared preliminary plans for several of the project segments as part of the 2013 Overlay and Repair Program and has also performed very well on previous City projects. The selection of a consultant to provide these services will continue to be evaluated annually as a consultant's staffing and expertise changes over time. Starting the design process in the fall of 2013 and advertising for construction bids in the first quarter of each year allows the City to take advantage of an optimal bidding climate. The list of streets for the 2014 Overlay and Repair Program was developed using the City's Pavement Management Program with input from engineering and maintenance staff. DISCUSSION KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 2014 Overlay and Repair Program and advertise for construction bids. Contract Budget Remaining 2013 Budget $ 50,000.00 2014 Design Contract & Budget $ 119,876.81 100,000.00 Total $ 119,876.81 $150,000.00 Locations in Design Contract 1) Beacon Ave S: Bangor St to S 107th St 2) S 107th St: 49th Ave S to Beacon Ave S 3) 49th Ave S: S 107th St to S 114th St 4) S 114th St: 49th Ave S to 51St Ave S 5) Evans Black Dr: Andover Park East to west end 6) S 180th St: Southcenter Pkwy to bridge spot repair 7) Fort Dent Park: Parking lot spot repairs and overlay 8) S 152nd St: east of Macadam Rd S 9) 40th Ave S: Southcenter Blvd, south to dead end 10) Gateway Dr: Fort Dent Way to S 143rd St 11) S 112th St: TIB to East Marginal Wy S 12) 48th Ave S: Interurban Ave S, east to dead end RECOMMENDATION Council is being asked to approve the design contract with KPG, Inc. for the 2014 Overlay and Repair Program in the amount of $119,876.81 and consider this item on the Consent Agenda of the November 4, 2013 Regular Meeting. Attachments: Consultant Selection Scoring Matrix Vicinity Map Page 15, Proposed 2014 CIP Contract, Scope of Work and Fee Estimate W:IPW EngIPROJECTSIA- RW & RS ProjectslAnnual Overlay & Repair Programs12014 Overlay & Repair Program (91410401)1Designllnfo Memo Consult Select 2014 OR 10 -12 -12 rt sb.docx 15 2014 Overlay Program — Contract for Design Services DEA Associates CH2M Hill, Inc. Paving project design/ constuction experience. Current Knowledge of FHWA, State, and Tukwila Standards and Procedures Environmental Experience Experience with similar federal aid projects? Expertise Using Federal Funds Project Manager Small Scale Projects Utilities Stormwater, Drainage, and Detention Design. Plan Review Contruction Inspection Survey Crew In -House TOTALS 2 2 1 2 1 2 2 2 2 2 1 2 2 1 1 1 1 1 2 2 2 2 2 1 2 2 1 2 2 2 1 3 3 3 3 4 3 4 2 3 2 3 4 3 4 4 4 2 3 2 3 2 3 4 4 4 1 21 18 28 40 34 For each category, highest score is 5 (with the lowest or worst score 1) Consultant with the highest score is ranked the best. Staff: Dave Sorensen Selection Date: 10/22/13 Selected Consultant: KPG, Inc. Selection Justification: This firm has demonstrated relevant pavement project design experience including exceptional familiarity with WSDOT/ FHWA standards, and a solid DBE approach and commitment. Based on overall score KPG prevailed. $ 104 Project Locations $ $64 City of Tukwila Department of Public Works 2014 Overlay Program 10/23/2014 Vicinity Map CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Annual Overlay and Repair Program Project No. 91310401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL Through Estimated in $000's) 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 194 100 100 125 125 150 150 175 175 1,294 Land (RAN) 0 Const. Mgmt. 165 175 175 175 200 200 225 225 1,540 Construction 969 1,225 1,250 1,260 1,300 1,320 1,325 1,325 9,974 TOTAL EXPENSES 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 TOTAL SOURCES 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 2014 - 2019 Capital Improvement Program 15 18 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and KPG, Inc., hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering design services in connection with the project titled `2014 Overlay Program'. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2014, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2014 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $119,876.81 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 19 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. 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 Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or teniiination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised 2012 Page 2 20 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self - insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised 2012 Page 3 21 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work perfoimed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised 2012 Page 4 22 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this CITY OF TUKWILA Mayor day of , 20 CONSULTANT By: Printed Name: Nelson Davis, KPG Title: Principal Attest /Authenticated: Approved as to Form: City Clerk Office of the City Attorney CA revised 2012 Page 5 23 EXHIBIT A City of Tukwila 2014 Overlay Program Scope of Work October 23, 2013 The Consultant shall prepare final Plans, Specifications and Estimates for the 2014 Overlay Program. Specific projects will be determined from the following list of candidate streets: ❑ Beacon Ave ❑ 49th Ave S ❑ S 114th St ❑ S 107th St ❑ S 152nd St ❑ Evans Black Drive ❑ 48th Avenue S ❑ Gateway Drive ❑ 40th Avenue S ❑ S 112th Street ❑ S 180th Street ❑ Fort Dent Park Bangor St to S 107th St S 107th St to S 114th St 51st Ave S to 49th Ave S S 114th St to Beacon Ave East of Macadam Road Andover Park East to west end Interurban east to dead end Fort Dent Way to S 143rd St Southcenter Boulevard south to dead end Tukwila Intl Boulevard to East Marginal Way Southcenter Parkway to Bridge (Spot repairs) Parking lot spot repairs and overlay The Consultant performed preliminary mapping and design on the first four project sites to the approximate 90% level of completion for in 2013. Design and specifications for the first four project sites will be completed through the final bid documents. The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to complete final bid documents for the 2014 Overlay Program. The Consultant shall also prepare the bid tabulation, check low bidder(s) references, and provide a recommendation for award to the City. The 2014 Overlay Program will be bid as a single bid package as budget allows. The anticipated construction budget is approximately $1.1 Million for the 2014 Overlay Program and $250,000 for Fort Dent Park parking lot repairs. Projects may be re- prioritized or deferred to a future overlay program based on available budget and other considerations. Detailed estimates will be prepared at the 50% design to verify the final project list to be included in the 2014 Overlay Program. The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. City of Tukwila KPG, Inc. 2014 Overlay Program Page 1 of 3 October 23, 2013 24 SCOPE OF WORK TASK 1 — MANAGEMENT /COORDINATION /ADMINISTRATION 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume (4) meetings. • The Consultant shall provide monthly status reports and billings. 1.2 The Consultant shall provide independent QA/QC reviews by senior in -house staff of all deliverables prior to submittal to the City. TASK 2 — PREPARE PLANS, SPECIFICATIONS AND ESTIMATE 2.1 The Consultant shall prepare base maps for the all project segments using field measurements, available record drawings and /or ortho - photography. 2.2 The Consultant shall prepare 50 %, 90% and final Plans for the proposed improvements including the following: • Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. • Plan sheets will be prepared at 1"=20' scale full size (22" X 34 "), 1"=40' at reduced scale (11" X 17 "). • Typical sections and details will be prepared for items not available as standard details from the City, State, or APWA standard drawings. • Plans will identify curb ramp replacement limits and pedestrian push button modifications in accordance with ADA requirements. • The Plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, utility adjustments, surfacing depths and details, and applicable channelization and signing. • The Consultant shall perform Project site walkthroughs with the City maintenance staff to determine extent of roadway improvements /resurfacing (Estimate 2 meetings). • The Consultant shall perform Project site walkthroughs with the City Parks staff to determine extent of necessary parking lot repairs and prioritize based on available budget (Estimate 2 meetings). • Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. No geotechnical investigations are anticipated. City of Tukwila 2014 Overlay Program Page 2 of 3 KPG, Inc. October 23, 2013 25 2.3 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the bid documents. Projects will be prioritized in collaboration with the City following the 50% Submittal to determine the final project segments 2.4 The Consultant shall prepare the Contract Specification per 2012 WSDOT Standard Specifications at the 90% and Final submittals. 2.5 The Consultant shall distribute 50% and 90% review submittals to franchise utility owners for utility adjustments within the Project limits. 2.6 The consultant shall assist the City with Project Advertisement and Award by uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation, and recommendation for award. Assumptions • Field survey will not be required. • Typically, only surface utilities requiring adjustment to grade will be shown. • No federal funding is anticipated for the Project engineering or construction. • No utility upgrades are anticipated in the project design. • Drainage & Water Quality Reports will not be required. • Geotechnical Engineering services will not be required. • Environmental Documentation will not be required. Deliverables • 50% review submittal with Plans and Estimate for all street segments • 90% review submittal with Plans, Specifications, and Estimate for selected segments • Bid Documents and Engineer's Estimate • 6 sets of Plans (11" X 17 ") and specifications provided for each review submittal. • 10 sets of Plans (11" X 17 ") and specifications for the Bid Documents. • Coordinate upload of Plans and Specifications to Builders Exchange. City of Tukwila 2014 Overlay Program Page 3 of 3 KPG, Inc. October 23, 2013 26 HOUR AND FEE ESTIMATE EXHIBIT B Project: City of Tukwila 2014 Overlay Program • Architecture • Landscape Architecture 4. Civil Engineering • Task Description Labor Hour Estimate T tal Fee Project Senior Manager ; Engineer $ 171.00 $ 134.29 Project ; Design ; CAD Const Survey Senior Office Engineer Engineer Technician ; Inspector ; Crew , Admin Admin $ 118.28 $ 98.67 ; $ 7946 ; $ 10545 ; $ 142.50 ; $ 95.90 $ 65.78 Fee Taskl - Management/coordination/administration 0 0 , 1.1 11/lanarn eent and administration (estimate 6 months) 6 . 0 0 0 0 2 1 .._ 0 0 0 0 0 0 4 $ , 2,70545 i 6 S 1 612.47 1.2 QA/QC reviews 8 8 Reimbursable - Mileage . 1 $ 2255.0000 Reimbursable - Reproduction $ Task Totals , 14 8 0 0 0 0 0 2 10 ' $ 4,357.92 Task 2 - Plans, Specifications and Estimate 2.1 Base Maps 4 ; 8 40 60 , 80 - 0 0 0 0 $ 18,766.00 -- 1 2.2 Project Plans (50A, 90%, and Final) , 40 80 120 ' 160 200 0 0 0 4 ; $ 63717.79 2.3 Project CostEstimates NM, 90%, and FinalL 4 8 24 - 40 16 0 0 0 0 . . $ , 9,814.94 2.4 Project Specifications (90% and Final) 8 24 40 16 ' 0 ' 0 0 0 8 $ 11,426,90 2.5 Utility Coordination 4 0 16 ' 8 0 ; 0 0 0 ; 8 S 3,891.96 ; - 2.6 Project Advertisementand Award 4 8 16 i 16 ; 8 0 0 0 8 $ 6,391.30 Reimbursable - Mileage , ' $ 500.00 $ Reimbursable - Reproduction I- - - _ _.. _... 1,000.00 Task Total 64 z 128 ; 256 300 304 0 0 ' 0 28 S 115,508.89 Total Estimated Fee: $ 119,876.81 10/23/2013 28 TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director M BY: Cyndy Knighton, Senior Program Manager DATE: October 25, 2013 SUBJECT: Tukwila Transit Center /Andover Pk W Widening & Water Main Replacement Projects Project Nos. 90610402, 9880404, 99840105 Bid Award ISSUES Resolution to reject the bid from Gary Merlino Construction Company, Inc. as nonresponsive and award the construction contract to Road Construction Northwest, Inc. BACKGROUND A call for bids was advertised for the Transit Center /Andover Park W Project on September 17 and 24, 2013 and three addenda were issued addressing clarifications to the bid documents. Bids were due at 9:00 am on October 8, 2013 and were publicly opened at 10:00 am that same day. Five bids were received and opened and a sixth bid was turned away as it arrived after the 9:00 am dead line. The lowest bid came from Gary Merlino Construction, however the sealed bid did not include the Federal Transit Administration (FTA) required "Buy America Certificate." The second lowest bid was received from Road Construction Northwest, Inc. and did include the requisite FTA forms. DISCUSSION 1) Resolution to Reject Lowest Bid: The Transit Center /Andover Park W /Andover Park W Water projects were combined into a single bid package as the three independent CIP projects had overlapping boundaries which made each somewhat dependent on the other two for coordination. Funding sources for each are tracked separately although, with the inclusion of federal grant monies, the entire larger project is subject to federal rules. One overarching rule associated with the Transit Center's FTA grant is the requirement to comply with "Buy America" for all steel, iron, and manufactured products. All bidders are required to include their signed "Buy America Certificate" in their sealed bids. Failure to do so was clearly identified in the bid documents as grounds for rejection as being nonresponsive. A statement to this fact was made during the pre -bid conference where representatives of the two low bidders were present. Based on these facts and to insure that the $1.4 million FTA grant is not put in jeopardy, staff as well as the City Attorney, recommend rejecting the bid from Gary Merlino Construction as nonresponsive. 2) Bid Award: All construction bids were reviewed and no mathematical errors were found on the Road Construction Northwest bid. Minor errors were found on the remaining 4 bids, although none affected the two low bidder placements. The Transportation Improvement Board (TIB), a funding partner, and King County (administrator of the FTA grant), have reviewed the bid tabulations and given Tukwila authorization to proceed with the bid award. Road Construction Northwest, Inc. is a large company with the resources required to construct the Transit Center project. The proposed bid award, along with remaining known and estimated expenditures, is within the combined project budgets. 29 INFORMATIONAL MEMO Page 2 Financial Impact: With the low bid comes a reduction in the Transportation Improvement Board's (TIB) grant as they do not award fixed grant amounts but a percentage of the construction expenses. The savings in the construction costs must be shared with TIB just as any overruns can also be shared. The initial grant award from TIB was $1.4 million and there is now an estimated reduction of $356,808 for a new grant amount of $1,063,192. At project close out, the final amount reimbursable by TIB will be adjusted to reflect the actual project costs. Budget Transit APW APW Water Center Roadway I Main Total WSDOT Regional Mobility Grant FTA Grant .............................................................._..........._._................................................ ............................... TIB Grant ....................................................................................................................._... ............................... CityFu n da .... .............................._ .........._........... _._ ........_............... Enterprise Funds $4,178,000 1,400,000 56,536 $1,063,192 899,464 1,389,000 Available Funds $5,634,536 $1,962,656 $1,389,000 $8,986,192 Expenses Road Construction NW Bid $3,726,675 $1,424,049 $886,786 $6,037,510 Utility Relocation (PSE Agmt/Engr Est) Cascade Water Connection Fee Granite Boulders Allowance ......................................................................................................................................................... ............................... Construction Management Budget Construction Contingency 15% 738,400 10,000 ............... ............................... 30,000 570,460 559,001 50,000 275,000 213,607 177,000 ................. 133,018 Allocated Funds $5,634,536 $1,962,656 $1,196,804 $8,793,996 RECOMMENDATION 1) Council is being asked to approve the Resolution which rejects the Gary Merlino Construction Company, Inc. bid and consider this item at the November 12, 2013 Committee of the Whole and subsequent November 18, 2013 Regular Meeting. 2) Council is being asked to award the construction contact in the amount of $6,037,509.75 to Road Construction Northwest, Inc. for the Transit Center /Andover Park E /Andover Park E Water Project and consider this item at the November 12, 2013 Committee of the Whole and subsequent November 18, 2013 Regular Meeting. Attachments: Draft Resolution Bid Tabulation CIP Pages 16, 17 and 65 W:\PW Eng\PROJECTSIA- RW & RS Projects\Transit Center (90610402)1Design\INFO MEMO Bid Award sd.docx 30 AFT A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, REJECTING THE BID SUBMITTED BY GARY MERLINO CONSTRUCTION COMPANY, INC., OF SEATTLE, WASHINGTON, FOR THE TUKWILA URBAN CENTER TRANSIT CENTER, ANDOVER PARK WEST WIDENING, AND ANDOVER PARK WEST WATER MAIN REPLACEMENT PROJECTS. WHEREAS, sealed bids were solicited for the Tukwila Urban Center Transit Center, Andover Park West Widening, and Andover Park West Water Main Replacement projects; and WHEREAS, bids were opened and read aloud by the City Clerk on October 8, 2013; and WHEREAS, construction of the combined projects is partially funded through a grant from the Federal Transit Administration; and WHEREAS, a condition of the Federal Transit Administration grant required bidders to complete a "Buy America Certificate" and include it in their sealed bids; and WHEREAS, bids submitted without the required "Buy America Certificate" must be rejected as nonresponsive; and WHEREAS, the apparent low bidder at the time the sealed bids were read aloud was Gary Merlino Construction Company, Inc.; and WHEREAS, the Gary Merlino Construction Company, Inc., bid did not include the "Buy America Certificate"; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: W:11/Vord Processing 'Resolutions\Reject Gary Merlino bid-Transit Center 10-22-13 CK:bjs Page 1 of 2 31 The Gary Merlino Construction Company, Inc., bid for the Tukwila Urban Center Transit Center, Andover Park West Widening, and Andover Park West Water Main Replacement projects is hereby rejected as nonresponsive due to failure to include the required "Buy America Certificate" in their sealed bid proposal. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of , 2013. ATTEST/AUTHENTICATED: Christy O'Flaherty, MMC, City Clerk Kathy Hougardy, Council President APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Resolution Number: Shelley M. Kerslake, City Attorney VV:11Nord ProcessingResolu ons\Reject Gary Merlin() bid-Transit Center 10-22-13 CK:bjs Page 2 of 2 32 CITY OF TUKWILA - TUKWILA TRANSIT CENTER CERTIFIED BID TABULATION October 18, 2013 Engineer's Estimate Gary Merlino Construction Com. an Road Construction Northwest Westwater Construction Com.an. Ceccanti Rodarte Construction, Inc. _.. Item No. Item Description Quantity Unit Unit Price Cost Unit Price Cost Unit Price. Cost Unit Price Cost Unit Price Cost Unit Price Cost bad Sc'RIectqule A: TUkwiia'Ttans.itCe: ter .$ $'Li332,500.00,% ROADWAY Subtotal $ 561,9,6545 ; `$ 769;0155;00 $ 866,145.04 •" -, 649,970„4 .$ 1 117,27tl;00 ;; 2, 3, 4 ' , ,,':. •5; '. 6, 7=, 9 � + 10 12 '! 14 , ^ 1.6 18 MOBILIZATION CLEARING AND GRUBBING - REMOVING TREE REMOVAL OF STRUCTURE AND OBSTRUCTION ROADWAY EXCAVATION INCL. HAUL CRUSHED SURFACING INCL. HAUL CRUSHED SURFACING TOP COURSE HMA CL. 1/2 IN. PG 64 -22 COMMERCIAL HMA _.. COLD MIX ASPHALT CONCRETE PATCH CEMENT CONC. PAVEMENT CEMENT CONC. PAVEMENT, 24HR w/ INTEGRAL COLOR ADJUST CATCH BASIN CEMENT CONC. TRAFFIC CURB AND GUTTER CEMENT CONC. TRAFFIC CURB - - -- - - -- MONUMENT, CASE, AND COVER ADJUST VALVE BOX ADJUST JUNCTION BOX 1 0.3 18 1 1450 _ - - --_. 30 500 30 145 230 900 975 1 450 820 1 1 8 LS AC EA LS CY TON TON TON TON SY SY SY EA LF LF LS EA EA $ 320,450.45 $7,500.00 250 00 $5,000.00 $100.00 _.._ $25.00 $25 DO $85.00 $130 00 $30.00 $100.00. $225.00 $500 00. $15.00 $15.00 $10,000 00 $500.00, $500.00 $ 320 450.45 $2.250.00 $4,500 00 $5,000.00 $145,000.00 $540.00 $12,500.00 $2,550.00 $18 850.00 - - $6,900.00 $90,000.00 $219,375.00 $500.00 $6,750.00 $10 000.00 $4,000.00 $ 370 000.00 $ 370,0.00.00 $ 280,000.00 $ 280,000.00 $9,800.00 ; $2,940.00 $320.00 $5,760.00 $200,000.00 $200,000.00 $37.00 $53,650.00 _.._ $35.00 $1,050.00 $31.00 $15,500.00 $164.00 $4,920.00 $123.00 $17,835.00 - -- - - $25.00, $5,750.00 $120.00 $108,000.00 $130.00 $126,750.00 $500.00 $500.00 - $31.00 $13,950.00 $900.00 $900.00 $500.00 $500.00 $500 00 $4,000.00 $ 150,000 00 $ 150,000.00 $ 600,000.00 $ 600,000.00 $35,000.00 $10,500.00 $3,000.00 $900.00 $120000.. $21,600.00 $100.00 $1,800.00 $ 50 000 00 $50,000 00 $87,000.00 $87,000.00 $18.00'.. $26,100.00 $32.00 $46,400.00 $3000, 0 $900.00 $17.00 $510.00 _ $3000, _ $15,000.00 $20.00. $10,000.00 $120.001 $3,600.00 $90.00'. $2,700.00 _.... $17 400.00 $100.00 $14,500.00 $120 00 $920.00 $22 00 $5,060.00 $4.00 � _ - $120.00 $108,000.00 $160.00 $144,000.00 $140.00 $136,500.00 $180.00 $175,500.00 $600.00, $600.00 $350 00 $350.00 - -__.. ,___ _.- $9,000.00 $75.00 $33,750.00 $20.00 - $1,500.00, _ $1 500.00 $450.00, $16,400.00 $ $700.00, $300.00 $450.00 $300.00 $400.001 $3,200.00 $300.01T $2,400.00 $ 710,000.00 $ 710,000.00 $35,000.00; $10,500.00 $20,000.00 $6,000.00 $175.00 $3,150.00 $70,000.00 $70,000.00 $45.00 $65,250.00 $1,350.00 $45.00 $30.00.. $15,000.00 $100.00 $3,000.00 $105.00 $15,225.00 _.. $45 00 $10 350.00 $140.00 $126,000.00 $250.001 $243,750.00 $425.00' $425.00 $5000 $22.500.00..__.. 455 00 - $36,900.00 $35000. $450.00 S350.00 $3.50.0.0 $350.00 $2,800.00 $350 00, $6,300.00 $2,500.00, $2,500.00 $60.00, _.. $1,320.00 $62.00., $3_1,00000 $62.00 _ $95.00'. $2,850.00 -- -- $110.00 $15,950 00 $38.00 $8,740.00 $78.00', $70,200.00 $121.00, $117,975.00 __. $400.00 $400.00 $28.00 $12,600.00 -- -- $2,000.00 $2,000 00 $300.00 $300.00 $270.00 . $2,160.00 SID vALK ' . Subtata) ; $ , - 157,400.Ob„ . 214,760.00 0.:020,475:6Yf 1,g { •., SO 21 x..,22 25 CEMENT CONC. DRIVEWAY ENTRANCE CEMENT CONC. SIDEWALK CEMENT CONC. SIDEWALK w /MIXED SIZE PATTERN CEMENT CONC SIDEWALKw /MIXED SIZE PATTERNw iINTEGRAL COLOR CEMENT CONC. SIDEWALKw /4X4 PATTERN TACTILE WARNING EDGE CEMENT CONC. CURB RAMP 5 10 1320 200 300 1050 9 SY SY SY SY SY SF EA $ 50.00 $35.001 $40 00 $45.00? $35.00; $20.00 $1,500.00 $ 250.00 $350.00 $52,800.00 $9,000.00 $10,500.00 $21,000.00 $13,500.00 $ 100.00 $ 500.00 $ 225.00 $ 1,125.00 $ 100.00 $ 500.00 $ 100.00 $ 500.00 $100.00 $40.00 $400.00 $70 00' $92,400.00 $65.00„ $85,800.00 $8000'. $16,000.00 $85.00 $17,000.00 $70.00 $21,000.00 $80.00 $24,000.00 $2000._. $21,000.00 $70.00 $73,500.00 $18,000.00 $1,500.00 $ $2,000.00, $13,500.00 ''' $ 225.00 $ 1,125.00 $180.00 $1,800.00 $240.00 $316,800.00 $25000. $50000.00 $205.001 $61,500.00 000.00 ' $68,250.00 _. $3065,00 . $27000,00 $46.00 $460.00 $70.00 $92,400.00 $96.00 $19,200.00 $65.00 $19,500.00 $23.00 $24.15000 $1,400.00 $12,600.00 $110.00 $1,100.00 $70.00 $92,400.00 $85.00. $17,000.00 $60.00 , $18,000.00 $47.00 $49,350.00 $1,500.00. $13,500.00 TRAF8iCX;d[$TROG DEVIC8.5 .., ;.', , ' .' I " .Subtotal '; >. .> ` " $ ,16,9709 ,. , ',.$ 143 ;8555..00 ' , 4 ' $ 203765.00- '• $` 333,425.00 .`' S $'`446,850.00 $ - °124/72500:5` .'. 26 27 ,` 29 ', 31 � �# 32 PROJECT TEMPORARY TRAFFIC CONTROL TRAFFIC SIGNAL MODIFICATION BAKER BLVD REMOVAL OF PAVEMENT MARKINGS -__ PAINT LINE PROFILED PLASTIC LINE PLASTIC CROSSWALK LINE PLASTIC TRAFFIC ARROW 1 1 1 500 450 650 5 LS LS LS LF LF SF EA $ 25,000.00 $45,000.00 $1,000 00 $100, $5.001 $3.00 $75.00 $ 25,000.00 $45,000.00 51,000.00 $500.00 $2,250.00 $1,950.00 $375.00 $ 75,000.00 $ 75,000.00 $60,000.00 $60,000.00 $500.00 $500.00 $1.60 $800.00 $5.40 $2,430.00 $7.00 $ 4,55000 $115.00 $575.00 $ 110,000.00 $ 110,000.00 $81,000.00 $81,000.00 _.. $4,400.00, $4,400.00 $200', $1,000.00 $500'.. $2,250.00 $7.00'. $4550.00 $113.001 $565.00 $ 250,000.00 $ 250,000.00 $ 400,000.00 $ 400 000.00 $70,000.00 $70,000.00 $40,000.00'. $40,000.00 $5,000.00 $5,000.00 $1,000.00 $1,000.00 $2.00' $1,000.00 $1.00 $500.00 $5.00 _ - $2,250.00 $2.00 __ $900.00 $7 $6.00 $3,900.00 $7.00 $4,550.00 $125.00 $625.00 $110.00, $550.00 $ 60,000 00 :$ 60,000.00 $65,000.00 $65,000.00 $1,000 00 $1,000.00 $1.60 $800.00 $5.50 $2,475.00 $7.50 $4,875.00 $115.00 $575.00 OADSIbE DEVELOPMENT', ,,,,, , ., , S.u.btptal 2 ' ' ,,` " $- 1.2,57500. ; �,.. ,: s$ ..18,2 .00,' ' 1$ 4'w 75;00; , i,. , , $; .32,750,00,-..'-'„,.: '''_:` ," ," ' �,•'18;250.0(i .� ." ,`•° .$. 7 1000,0.00rt . ,. 33- 34 REMOVE CONC. BLOCK WALL REMOVE STEEL CANOPY AND APPURTENANCES REMOVE AND RESET BENCHES 375 1 1 SF LS LS $ 5.00, $10,000.00 $1,000.00 $ 1,875.00 $10,000.00 $1,000.00 $1,000.00 $ 3.00 $ 1,125.00 $16,000.00 $1,100.00 $1,100.00 $ 9.00 $ 3,375.00 $7,000 00, $7,000.00 $900.00 $900.00 $ 2.00 $ 750.00 $ 6.00 $ 2,250.00 $ 30000.00. $30,000.00 $ 15,000 00 $15,000.00 $2,000.00 $2,000.00 $1,00000 $1,000.00 $ 9.00 $ 3,375.00 $16,000.00 $16,000.00 $42500' $425.00 TORM'DR'AITIAGE .,.� . ' -x. - .. , s . : � ; Subtotal . 0%60000 ' - ' . � ' -% $, .,87- 145.00` '° ° E s' ; . ` `$ r 9¢,93,i�i0 , '` - $ ."187,959�9A ` • $ v:. 66t'S3A.90 � `$, 4 $�.�i9P'g " . 38 56 42; 43 -• .. 45, r 46 . ,47 4$ „ S ° SPCC PLAN REMOVING DRAINAGE STRUCTURE REMOVI PIPE REMOVING RAIN PIPE 4 N. DIAM GRAVEL BACKFILL FOR DRAIN TESTING STORM SEWER PIPE DUCTILE IRON STORM SEWER PIPE 8IN. DIAM. SCHEDULE A STORM SEWER PIPE 12 IN. DIAM CATCH BASIN TYPE 1 CATCH BASIN TYPE 2 48 IN. DIAM. FRAME AND VANED GRATE _. FRAME AND COVER RAISE MANHOLE CONNECTION TO DRAINAGE STRUCTURE EROSION/WATER POLLUTION CONTROL SWPPP PREPARATION AND MAINTENANCE 1 8 165 700 30 250 15 250 8 2 2 1 1 4 1 1 LS EA LF LF CY LF LF LF EA EA EA EA EA EA LS LS 1,500.00 000.00 $10.00 $23.00 $45.00 $2.00 $50.00 $35.00 $1,200.00 $3,000.00, $800 00 $800.00 $2,500 00'. $1,500 00' $20,000.00 $1,500.00 $150000 $8,000.00 $1,650.00 $1,350.00 $500.00 $750.00 $8,750.00 $9,600.00 $6,000.00 $1,600.00 $800.00 $2,500.00 $8,000.00 $20,000.00 $1,500.00 $ 100.00 $320.00 $2,560.00 $9.00 $1,485.00 _.. - - $26.00 $18,200.00 $36.00 $1,080.00 $8.00 $2,000.00 $58.00 $870.00 $55.00 $13,750.00 $1,600.00 $12,800.00 $3,500.00 $7,000.00 $400.00 $800.00 $500.00 $500.00 $3,000.00 $3,000.00 $500.00 $2,000.00 26,000.00 $26,000.00 $5,000.00 $5,000.00 $ 130000,.$ 1,30000 $500.00 , $4,000.00 _ $24.00 $3 960.00 $29.00' $20,300.00 $65.001 $1,950.00 $2.00. $500.00 $145.00 $2,175.00 $75.00 $18,750.00 $1,100.00 $8,800.00 $4 500.00 I $9,000.00 $500.00 $1,000.00 $600.00 $600.00 $500.00 $650.00 $2,600.00 $2 600.00 $18,000.00 $18,000.00 $1,500.00, $1,500.00 $ 1,000.00 $ 1,000.00 $ 100.00 ', $ 100.00 $200.00'. $1,600.00 $200.00 $1,600.00 $20.00 $3,300.00 $6 00 $990.00 _. __ $65.00, $45,500.00 $24.00 $16,800.00 $35.001 $1,050.00 $25.00 $750.00 $4.00 51,000.0.0 $5.00 $1,250.00 ', $4,500.00 $52.00. $780.00 $300.00. _ $200.00 $50,000.00 $58.00 $14,500.00 $1,500 00 $12,000.00 $1,100.00 $8,800.00 $4,000.00 $8,000.00 -__ $3,250.00 $6,500.00 $600.00 $1,200.00 $420.00 $840.00 $1,000.00 $1,000.00 $420.00 $420.00 $500 00 ,000.00 $1,000.00 $1 200.00 $500 00 $2,000.00 $300.00 $1,200.00 $15,000_00 $15,000.00 $1,200.00 $1,200.00 $10,000.00. $10,000.00 $100.00', $100.00 -_.. $ 200.00 $ 200.00 $250 00 $2,000.00 $5 00 $825.00 $19.00; $13,300.00 $50.00 $1,500.00 $5.00 $1,250.00 $140 00 $2,100.00 $80 00 $20,000.00 $1,100.00 $8,800.00 $2,500.00 $5,000.00 $600.00 $1,20000 $600.00 $600.00 $320 00 $350.00 $1,325.00 $5,300.00 $20,000.00 $20,000.00 $200.00 $200.00 Page 1 of 5 CITY OF TUKWILA • TUKWILA TRANSIT CENTER CERTIFIED BID TABULATION October 18, 2013 Engineer's Estimate Gary Merlino Construction Company Road Construction Northwest Westwater Construction Company Ceccanti Rodarte Construction, Inc. Item No. Item Description WOE R'. , 't ; : Quantity Subtotal Unit Unit Price , , Cost $, ,4^x,106,06 Unit Price Cost ,. ,- e$ "49,25-40 . Unit Price " " Cost $ 51,160,0 ^ Unit Price Cost $ SS,250.0t Unit Price Cost ,$ ' 30,646.00. Unit Price '.. Cost ',$. ; .40 336440.1, , 53 i 4 ' 56 ": 57 59 ,' TRENCH SAFETY SYSTEMS CONTROLLED DENSITY FILL CRUSHED SURFACING FOR TRENCH BACKFILL YARD HYDRANT SERVICE CONNECTION 3/4 IN. DIAM. SERVICE CONNECTION 1.5 IN. DIAM. 1 IN DIAM. WATER SERVICE 1.5 IN. DIAM. WATER SERVICE 1 15 330 10 2 2 740 150 LS CY TON EA EA EA LF LF $ 500.00 $500 00 $25.00 51 ,000.00 $2,50000' $15.00, $25.00' $ 500.00 $7,500.00 $8,250.00 $10,000.00 $5,000.00 $11,100.00 $ 500.00 S 500.00 $125.00 $1,875.00 _ $22.00 $7,260.00 $1,100.00 $11,000.00 $1,400.00 __$2,800.00 $2,500.00 $5,000.00 $20.00 $14,800.00 $40.00 $6,000.00 $ 2,000.00 $190.00 $31.001 $918.00 $800.00' $2,200.00'. $23.00 $26.00 $ 2,000.00 $2,850.00 $10,230.00 $9,180.00 $4,400.00 $17,020.00 $3,900.00 $ 5,000.00 ',__$ 5,000.00 $140.00 $2,100.00 $30.00'. $9,900.00 0750.00', $7,500.00 $2,000.00 $4,000.00 $2,100.00 $4,200.00 $25.00' $18,500.00 $27.00. $4,050.00 $ 800.00 $ 800.00 $87.00 $1 305.00 $17.50 $5,775.00 $1,000.00 $10,000.00 $1,250.00 $2,500.00 $1,750.00 $3,500.00 $14.00 $10,360.00 $16.00 $2,400.00 $ 10000 $ 100.00 $225 00 $3,375.00 $23.00 $7,590.00 $1,350.00 $13,500.00 $1,200.00 $2,400.00 $2,600.00 $5,200.00 $8.50 $6,290.00 $12.501. $1,875.00 ILLUMINATION , SYSTEM'.;` S9btotal r $ " 444,37¢,16 , "'; $, 402,430•66 .' , ; ,599,36E 00 ..,-$ , "479,860.0.0' - = $1 335,126,00,' ' • $ 4t9,966.00'x . ) WSDOI" HANDHOLE - TYPE 1 WITH LOCKING LID WSDOT HANDHOLE TYPE 8 WITH LOCKING LID CONDUIT (1 ") CONDUIT (2) RIGID METAL CONDUIT RMC -__ (RMC) REMOVE /RELOCATE PARKING LOT LIGHT (PRIVATE PROPERTY) UTILITY TRENCH LIGHT COLUMNS AND BASES __. CANOPY LIGHTS TRANSIT CENTER MARKER LIGHTS REM OVEIREINSTALL LIGHT BOLLARDS AT CALIFORNIA PIZZA KITCHEN ILLUMINATION SYSTEM CCTV CAMERA SYSTEM 25 4 3000 2600 400 _ -__- 1 2420 27 50 8 1 1 1 SIC D D . , ' > 1 " , - n T D $ 886.27, $3,101 94 $4.43 $4 99 $13 851 $997.05 _ $22 91 $3,323.51. $1,061.31 $616.23 $6,647.02 $51,110.05' $ 22,156.74 $12 407 77 $1.3,294.04 $12 961 69 $5 539 18 $997.05 $55,442.36 $89,734.78 $53,065.38 $4,929.87 $6,647.02 $51,110.05 $ 490.00 $ 12,250.00 ', $1 400 00' $5 600 00 $2.50 $7,50000 $4.50 $11,700 00 $13.00' $5,200.00 _ -. -... $3,400.00 $3,400.00 $14.00 $33,880.00 $5,700.00 $153,900.00 $1,100.00 $55,000.00 $2,000.00 $16,000.00 $8,000.00 $8,000.00 $40,000.00 $40,000.00 $ 500.00 $1,400.00 $300 $5 00 $14 00 $3,300.00" $13.0011 $5,500.00.. $1,10000'. $2,000 OD $8 200 00. $40,2000001 $51 000 00. $ 12,500.00 $5,600.00 $9,000.00 $13,000.00 $5,600.00 $3,300.00 $31,460.00 $148,500.00 $55,000.00 $16,000.00 $8,200.0.0 $40,200.00 $51,000.00 $ 600.00 ! $ 15,000.00 $2,000.00, $8,000.00 $4.00 $12,000.00 $15,600.00 $6 00 $20 00 $8,000.00 $3,000.00 $3,000.00 $35.00, $84,700.00 $ 600.00 1 $ 15,000.00 $1,000 00. $4,000.00 $6 00 $18,000.00 $800 _ $20,800.00 _ __ $20.00 $8,000.00 $2,700 00. $2,700.00 $16.00' $38,720.00 '"' $3,200.00'. $86,400.00 $1,000.00, $50,000.00 $2,000.00 $16,000.00 $5,500.00 $5,500.00 $35,000.00 $35,000.00 $35,000.00 $35,000.00 $ 500.00 $ 12 500.00 $1,500.00 $6,000 00 $3.00 $9,000.00 _ $5.00 $13,000.00 $1500 $6,000.00 $3,500.00 $3,500.00 $13.00 $31,460.00 $5,500.00. $148,500.00 $1,100.00 $55,000.00 $2,000.00' $16,000.00 $9,000.00 $9,000.00 $4500000 $45,000.00 $55,000.00 $55,000.00 $5,500 00� $148,500.00 $1,200.00 $60,000.00 $2,000.00, $16,000.00 $9,000.00' $9,000.00 $45,000.00 $45,000.00 $55,000.00 $55,000.00 $116,090.22'. $116,090.22 $50,000.00 $50,000.00 'NITECT KAL ITEMS; - " Subtotdtt , a r $ 1,312,901=.67. ^ r -':` $ 1,$41,$00.00' ' " '' " .. - ,$'6858,990.00 '" ; t$ i;6#17,7bO.00 .. , -.. ," - $1,590.206.60 "., ", ^.' ,5 1,606,606,055 - ;7.73 ' - 74^ `` 75 78': '" _. ° x9 . 80 5) DATIONS CONCRETE WALLS & FOUNDATIONS SHELTER w /WINDSCREEN TRANSIT CENTER MARKER _ TRASH RECEPTACLE _ - TECH PYLON FOUNDATIONS GALVANIZED STEEL CABLE FENCE - - --- -- --- -_- - -___.. RUSTIC TERAZZO FLOORING BICYCLE 7 SITE SEATING ING 1 10 1 15 1 1 1 60 LS EA LS EA LS LS LS EA $ .234,713 02 $69 739 21 $156,034.50 $4,431.35 $28,672.83 $45,132.68 $16,008.24' $ $1,052.44 $ 234,713.02 $697 392 14 $156,034.50 $66,470.21 $28,672.83 $45 132 68 $16,008.24 $63 46.70 ,1 $ 557,000.00. $ 557,000.00 7 $92 200 00 $922 000 00 $112,000.00 $112,000.00 $6,500.00 $97,500.00 $7,200.00 $7,200.00 $47 000.00 $47,000 00 $12 000.00 $12,000.00 $1,300.00 $78,000.00 $ 480,000.00 ' $91 000.00 $56,000.00 $4,000.00 $6,500.00 $48 000 00 $14,000 00 $1,300.00 $ 480,000.00 $910,000.00 $56,000.00 $60,000.00 $6,500.00 $48 000.00 $14,000.00 $78,000.00 7 $ 660,000.00 $ 660,000.00 $100 000 UO $1,000,000.00 $15,000.00 $15,000.00. $7,000.00 $105,000.00 $15,000.00 $15,000__.00 00 $55 000.00 $55,000 0`t $6,500.00, $6,500.00 $40000 $24,000.00 0. $ 400,000 00 '', $ 400,000.00 '.. $1,000,000.00 $100,000 00 $32,000 00 $32,000.00 $1,800.0044 $27,000.00 $20,000.00 $20,000.00 $20,000 00 _ $20,000.00 $12,000.00 ' $12,000.00 $1,200.00 $772000.00 $ 375,000 00 $ 375,000.00 $95,000.00 $950,000.00 $65,000.00 $65,000.00 $9,000,00 $135,000.00 $8,000.00 $8,000.00 $50,600 00 $50,000.00 $11,000.00 $11,000.00 $12,000.00 $1500.00' $90,000.00 LANDS'OPE4T S, il titotal '.., .. i; $'- 277,31'6.66^ $.,'(19,80606, > •, ;::; 149,44000 :$ `147,254,05 " - $, '8 3,579.61,1 .. $ ^'420,344.50? : -•: `, 82 :. 83 `; 945 ry, 4t1 ;, }8 ., 84'11 . ... •i $4e; 84g -„ 4,.. 84h 4) 1 $41 . 40 841. t: 84 ' $4n�`° .,"'. 84p , 841 >' A,4o' 4 85 8 86; . • 86 ' 89 . J1 92 TOPSOIL TYPE A STRUCTURAL SOIL PSIPE Acer freeman/ 'Jefffersred', 2 1/2" cal., 12-14° ht PSIPE Gleditsia triacanthos var. carols'Shademaster', 2 112" cal., 12 -14' ht in o io a 'Autumn Gold', ca. Ginkgo PSIPE Chamaec ans nootkatensis Green Arrow 7 - 8' ht. "Green PSIPE Berberis thuunberii 'He_lmondn 30" ht, 5 gal 9 g gal. PSIPE Cedrus deodarar'Feelin Blue', 24" spread, l5 gal. or PSIPE Cistus corbanensis, 18" ht, 5 gal. PSIPE P gal. PSIPE Nandina domlestica 'Gulf Stream', 18" ht, 5 gal. 9 PSIPE Nandina domes4ca'Moyers Red', 24" ht, 5 gal. PSIPE Pinus mugo Pumilo', 18" ht, 5 gal. PSIPE Allium sp., bulbs PSIPE Carextestacea, 1 gal. PSIPE Euonymusfortunei 'Coloratus,1 gal. PSIPE Miscanthus sinensis Li ht', 2 al. 'Morning Light, gal. PSIPE Muehlenheckia axillaries 4" pot _ PSIPE Arctostaphylos uva-ursi, 1 gal -.. PSIPE P n gal. W CHIPSMULCH ecuroides'HamPln, 2 al. WOOD _.. SOD INSTALLATION PEA GRAVEL WELLS AND 18" DEPTH _.- AUTOMATIC IRRIGATION SYSTEM PERVIOUS PEDESTRIAN PAVERS STONE FEATURES, LANDSCAPE GRANITE BLOCKS GEOTEXTILE FOR UNDERGROUND DRAINAGE 545 55 1 5 9 65 118 2 16 34 6 112 138 3494 17 264 400 427 117 _ -- p0 1 108 6 200 ' '>- >- a�aaa. aaaaa' aa,aaaaa »�,.a JLLIQ> U.0 w wi w w w EL Ell w w w wi w, w w.w w w ww O CO -w m L11 U) $ 66.47 $127.40 $810.00 $810.00 $ 36,226.26 $7,007.07 $897.35 $4,486.74 $ 36.00 $ 19,620.00 $132.00 $7,260.00 $290.00 $290.00 $270.00'. $1,350.00 $130 00 $1,170.00 - - -' - - $2800.. $1,820.00 $3,150.00 $85.00' $1,530 00 $20.00 I $40.00 $20.00'. $320.00 __. $26.00 $884.00 $23.00 $138.00 $15.004 $1,680.00 $7.001 $966.00 $ 35.00 $67.00 $277.00 $26290 $129.00. __. $28.00',_ $25.00! _._ $84.00 , $22.00 $20.00' $27 00 $24.00, $15.00 $8.00, $8.00, $17.00, $5 00 $8.00. $14.00 $56 00 $11.00 ' ___... $12 00 $175 00 __ $175.00 $23,000.00 $22.00 $6,000.00 $5.00 $ 19,075.00 $3,685.00 $277.00 $1,310.00 $4,102.00 $1,161.00 $1,820.00 $3,150.00 $1,512.00 $44.00 $660.00 $918.00 $144.00 $1,680.00 $1,104.00 $27,952.00 $289.00 - $1,320.00 $3,200.00 $2,898.00 $2,352.00 $1,287.00 $2 304.00 $23,000 00 $2,376 00 $36,000.00 $1,000.00 $ 40.00 $ 21 800.00 $30.00'7 $1,650.00 $350 00 $35090 $350.00 $1,75000 $400.00 $5,600.00 0. $20000 $1 800.00 $30.00 $1,950.00 $30.00 $3,780.00 $30.00 $540.00 $30.00 $60.00 $25.00 $550.00 $30.00 $480.00 $30.00 $1,020.00 $25.00' $150.00 $4.00' $448.00 $1000 $1,380.00 $10.00 $ 40.00. $ 21 800.00 $80.00 $4,400.00 $300.00, $300.00 $300.00 $1,500.00 $350 00 $4 900.00 _ _ _ $150 00, $1,350.00 $2500, $1,625.00 $25.00 $3,150.00 $25.00 $450.00 $25.00 $50.00 $22.00 $484.00 $25.00 $400.00 $25.00 $850.00 $20.00 $120.00 $3.00 $336.00 $9.00 $1,242.00 $7.00 $24,458.00 $17 00 $289.00 $4.09 $1,05690 $7.001 $2,800.00 $15 00', $3,105.00 $ $2,520 00 $10.00, $1,170.00 - - -- $7.00 $1,344.00 $100.00_ $35,000.00 $35,000.00 $35 00' $3,780.00 $450.00 $2,700.00 $2.00 $400.00 $ 36.00 $ 19 620.00 $100.00 $5,500.00 $300.00 $300.00 $275.00 $1,375.00 $325 00 $4,550.00 _... - - -- . $140 00 $1,260.00 $30.00 $1,950.00 $25.00, $3,150.00 $90.004 $1,620.00 $22.004 $44.00 $3200 $704.00 $20.00 $320.00 $28.00 $952.00 $25.00 $150.00 $15.00 $1,680.00 $9.00 $1,104.00 $8.00 $27,952.00 $18 00 $306.00 $4.59 $1,188.00 $8 00 $3,200.00 $2,898.00 $36 00 -._ $14.00 $1,512.00 $5.50 $643.50 $550 _ - -- $1,056.00 -. $90.00 $1,800.00 $23,000.00 $23,000.00 $20.00 $2,160.00 $1,600.00 $9,600.00 $3.75 $750.00 $275.00 $88.00 $77.00 $73.00 $73.00 $77.00 $73.00 $5.00 $2300 $20.00 $46.00 $11.00 $20.001 $49 85 $4.21 $332 65 $53,619 30 $2216'. $2,658.81 $2.66 $2 741 90 $6,336.83 $$10 $1,535.46 $161.74 9 $1,293.95 $2 900 32 $485.23 $620.39 $351627 $77415.64 $866.33 $3,217 16 $8,862.69 7 $2993,81 $492.54 $6,647.02 $53 619.30 $2,392.93 $1.5,952.86 $531.76 $7.00 $24,458.00 $289.00 $1,056 00 $7.00 $2,800.00 $2,898.00 $37.001 $1,554.00 $5.00 $585.00 - -- '_. $960.00 $55 00 $960 00 $1,100 DO ___ $33 000 00 $33,000 00 $1600'- $1,728.00 $600.00: $3,600.00 $2.00, $400.00 _... $20.00 $340.00 $5.00 $1,320.00 $8.00 $3,200.00 $20.00 ' $, $75.00 $3,150.00 $20.00, $2,340.00 $8 00 -.. -- $1536_00 $200 00 $4,000.00 .$40,000 00'' $40,000.00 $20 00 $2,160.00 $1,000.00 $6,000.00 $4.00, $800.00 Page 2 of 5 CITY OF TUKWILA - TUKWILA TRANSIT CENTER CERTIFIED BID TABULATION October 18, 2013 Engineer's Estimate Gary Merlin° Construction Road Construction Northwest Westwater Construction Ceccanti Company Company Rodarte Construction, Inc. Item No. OTHER t !tern Description EMS, ,. Quantity Unit -.StthtntaI Unit Price Cost ',$, )90,82>4,DO Unit Price Cost % ` $ '142,6021, 00 ',.: Unit Price Cost 406,300:00 Unit Price Cost $ 101,440.00 Unit Price Cost $ : 93 ;304,.0A Unit Price Cost $' ?: 103;800.013' ' I °3 `` 04 ; .,_• 95 'SHARED 96 ..9, ,;.. 8' 101. : 03:% REMOVAL OF HAZARDOUS MATERIALS PCB LONGTERM TEMPORARY BUS STOP - DRIVEWAY ACCESS 1 1 1 1 1 1 1 1 300 200 200 LS LS EST EST EST EST EST EST CY TON TON ' $ 10,00000 $._.10412 10,412.00 $10,000.00 $10,412.00 $15,000 00 $15,000.00 $10,000.00' $10,000.00 $10,000.00 $10,000 00 $5,000.00 $5,000.00 $10,000.00, $10,000 00 $10,000.00 $10,000.00 $18.00 $5,400.00 $18.00' $3,600.00 535.00 $7,000.00 ! $ 10000.00 $ 10,00000 $10,000.00 '. $10,000.00 $15 000 00, $15,000 00 __. $15,000.00 -._ $10,000.001 $10.000 00 $10 000.00' $10,000.00 $5,000.00 '.. $5,000.00 $10,000.001 $10,000.00 $10,000.00 $10,000.00 $36.00 $10,800.00 $25.00 $5,000.00 $ 10,000.00 $ 10000.00 ' $10,000.00 $10,000 00 $15,000.00' $15,000 00 $10.000 00 $10,000 00 $10,000.00' _' $10,000.00 $5,000.00 $5,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $33.00 $9,900.00 $30.00 $6,000.00 $52.00 $10,400.00 $ 10000.00 $ 10,000.00 _._ $10,000.00 $10,000.00 0 $15,000.00 $15,000.00 $10,000.00 $10,000.00 $10,000.00 $5,000.00 $5,000.00 $10,000.00 510,000.00 $10,000.00, $10,000.00 $38.00 $11,400.00 $25.00 $5,000.00 $25.00 $5,000.00 $ 1000000 $10,000.00 $15,000.00' $10,000.00 $10,000.00 $5,000.00, $10000.00'. $10,000.00 $17.00 $17.00 $24.00 $ 10,000.00 __. $10,000.00 $15,000.00 $10,000.00 $10,000.00 $5,000.00 $10,00080 $10,000.00 $5,100.00 $3,400.00 $4,800.00 $ 10,000.00 $ 10000.00 $10,000.00'. $10,000.00 $15,000.00 $15800.00 $10,000.00: $10,000.00 PROPERTY RESTORATION AS D IRECTED MINOR CHANGE AS DIRECTED EXPLORATIVE EXCAVATION AS DIRECTED POTHOLING AS DIRECTED RESOLUTION OF UTILITY CONFLICTS - AS DIRECTED $10,000.00 $10000.00 $5,000.00 $5,000.00 $10,00000 $10,000.00 $10,000.00 $10,000.00 $24 00 $7,200.00 $28.00 $5,600.00 $55.00!. $11,000.00 UNSUITABLE OVER- EXCAVATION & DISPOSAL OFFSITE -AS DIRECTED GRAVEL BORROW AS DIRECTED QUARRY SPALLS- AS DIRECTED $34.00 $6,800.00 °' - Total Sid Schedule.A . -$ 3;324,533.80, , _ ''.$ 3,70+$,,321,05' • _ 43,726,075.018 :5':4,01,5,579.00. ' $;4,032,734;0,0 !'° ; $4,46.8,,5P.50 . Btct Schedute 6 - Andiov9Y Park W Roadway ^ z Subtotal $ ' 6"4 ,326.$0 ..' " $ , 048,704.00 $ 633,55,5AQ $ 531,645.00 $ 500,529.80 $, -: 60$,640.00'... , ROADWAY''' •:' 1 2. 5 10, 11 = je T2 > 13 17 • MOBILIZATION _ -_ CLEARING AND GRUBBING REMOVING TREE ROADWAY EXCAVATION INCL. HAUL GRAVEL BORROW INCL. HAUL CRUSHED SURFACING TOP COURSE PLANING BITUMINOUS PAVEMENT HMA CL 1/2 IN. PG 64 -22 COMMERCIAL HMA COLD MIX ASPHALT CONCRETE PATCH CEMENT CONC. PAVEMENT ADJUST MANHOLE CEMENT CONC. TRAFFIC CURB AND GUTTER DUAL- FACED TRAFFIC CURB ADJUST JUNCTION BOX 1 0.2 18 1360 30 390 9600 1300 680 200 50 1 1470 1545 6 LS AC EA CY TON TON SY TON TON _ SY SY EA LF LF EA $ 181,671 80 $ 181,671 80 $7,500.00 $1,500.00 $250.00 $4,500.00 $100.00 $136,000.00 . . $1800 $54000 $25.00 $9,750.00 $5.00' $85.00 $110,500.00 $130 00 $88,400.00 $30.00 $6,000.00 $90 00�.. $4,500.00 $500 00 $500 00 $15 00 $22,050.00 $20 00 $23,175.00 $1,740.00 $500 00 $3,000.00 $500.00 $ 120,000 00 I $ 120 000.00 $30,000.00 $6,000.00 $350.00 $6,300.00 $63.00'. $85,680.00 $4400 $1,32000 $59.00 $23,010.00 $3.00 $28,800.00 $95.00 : $123,500.00 $110.00 $74,80080 $40.00' $8,000.00 $180.00. I $9,000.00 $400 00' $400.00 $15.00' $22,050.00 $27 00,', $$2,535 00 $2,349.00 $160 0011 $1,800.00 $160.00 $ 200,000.00 $ 200,000.00 $9,800.00 $1,960.00 $320.00 $5,760.00 $37.00 $50,320.00 $35.00 $1,050.00 $31.00 $12,090.00 $6.50 $62,400.00 $92.00 $119,600.00 $123.00 $83,640.00 $25.00 $5,000.00 $120.00 $6,000.00 $500.00 $500.00 $31.00 _._ $45,570 00 $22.00 $$2,990 00 $25.00 $2,175 00 $500.00 $3,000.00 $500.00 $500.00 $ 50 000.00 ' $ 50,000.00 $10,000.00 $2,000.00 1° $1,200.00 $21,600.00 $1800 $24,480.00 $30.00 $900.00 $30.00 $11,700.00 $6.00 $57,600.00 $100.00 � $130,000.00 $100.00 $68,000.00 $4.00 $800.00 $120.00 $6,000.00 $1,000.00 $1,000.00 $50.00 $73,500.00 $50.00 $77,250.00 $2 250.00 $25.00 $2 175.00 $700.00 $4,200.00 $400.00 $400.00 $ 236,00000 $3,000.00 $100.00 $3200 $17.00 $20.00 $4.00 $90.00 $100 00 $22.00 $16000 $350.00 $20.00 $20.00' $20.00 $300.00 $300.001 $ 236,000.00 $600.00 $1,800.00 $43,520.00 $510.00 $7,800.00 $38,400.00 $117,000.00 $68,000.00 $4,400.00 $8,000.00 $350.00 $29,400.00 $$1,900.00 $1,740.00 $1,800.00 $300.00 $ 100,000 00 $ 100,000.00 __$2 5 000 00 $5,000.00 $175.00' $3,150.00 $4500" $61,200.00 $4500 $1,350.00 $28.00 $10,920.00 $625' $60,000.00 $95.00 $123,500.00 $110.00 $74,800.00 $45.00 $9,000.00 $215.00 $10,750.00 $450.00 $450.00 $50.00 $73,500.00 $45.00 $69,525.00 $35.00 $3,045.00 $350.00 $2,100.00 $350.00 $350.00 SID WACFt :a` ., ' -Subtotal ". ' ., $ - 45,955.00 r $ ": $5,960-00` ' ti•' $ t '57,tlO0%10 , . ' S$ , 1.17,500.65 , . _ . $ . - 61,305;00, ,= ` ' . 1 .5 196,500.110` .'�I 18' ".: CEMENT CONC. DRIVEWAY ENTRANCE CEMENT CONC. CURB RAMP 215 920 SY EA $ 50.00 $ 10,750.00 $1,500.00 $32,200.00 $ 96.00 $ 20,640.00 $1,1100.00''. $33,120.00 $ 80.00 $ 17,200.00 $1,500.00 $$3,000.00 $ 100.00 $ 21,500.00 $2,000.00 5$4,000.00 $ 100.00 ' $1,50000, $ 21,500.00 $36,800.00 $3,000.00 $ 180.00 $ 38,700.00 $16500' $151,800.00 $3,000.00 $6,000.00 TRAFFIC CONTROL DEVICES - ` "� - ., ._ . • S,Ubtotat 1 10 3 1 1 1 100 1785 230 16 8000 LS HUND HUND LS LS LS LF LF SF EA LF .' ' ." :.5 68;$45.00 - jl 5 , ' AZ „350,40' 5 10 000.00 _' $ 10,000 00 $ 37080 $ 3,700.00 $ 480.00 $ 1,440.00 $ 18,000.00 $ 18,000 00 2,500.00 '.. 2,500.00 - -- $ 2,000 00 $ 2,000.00 $ 1.60 $ 160.00 $ 2.00 $ 3,570.00 $ 7.00 '.. $ 1,610 00 $ 120.00 $ 1,920.00 $ 0.30 $ 2,400.00 $ 449.1j7 00 $ 86,000.00 $ 86,000 00 ,: ^'$ 7,684;104 $ 75,000.00 'i $ 75,000.00 $20.0 000 00 ! $ 350.00 $ 450.00 $ 55,00080 , $ $ 900.00 ' $ 1.00 $ 2.00 $ 6.00 $ 110.00 $ 0.10 $:" 2$3,360.90• $ 200,000.00 $ 3,500.00 $ 1,350.00 $ 15,000.00 $ 55,000.00 $ 900.00 $ 100.00 $ 3,570.00 $ 1,380.00 $ 1,760.00 $ 800.00 , _ . ,. $' r B8,451;2 $ 45,000.00_,, $ 45,000.00 $ 375.00 4 $ 3,750.00 $ 50080 $ 1,500.00 $ 23,000 00 $ 20,000.00 $ 3,000.00 $ 3,000.00 $ 5,000 00 - $ 5,000.00 _. $ 1.75 $ 175.00 $ 2.25 $ 4,016 25_ $ 7.00 $ 1,610.00 $ 125.00 $ 2,000.00 $ 0.30 $ 2,400.00 21 ;, PROJECT TEMPORARY TRAFFIC CONTROL .,_RAISED PAVEMENT MARKER TYPE 1 RAISED PAVEMENT MARKER TYPE 2 24 , TRAFFIC SIGNAL MODIFICATION STRANDER BLVD. 25 '� PERMANENT SIGNING REMOVAL OF PAVEMENT MARKINGS 27 PAINT LINE PLASTIC LINE PLASTIC CROSSWALK LINE PLASTIC TRAFFIC ARROW __. TEMPORARY PAVEMENT MARKING $32,500.00 $ 32,500.00 5500.00 $ 5,000.00 $500.00 $ 1,500.00 - $15,000.00 $ 15 000.00 $2,500.00 2,500.00 $1,000.00 $ 1,000 00 $1.00 $ 100.00 $3.00 $ 5,355 00 $3.00 $ 690.00 $75.00 $ 1,200.00 $0.50 1 $ 4,000.00 $ 360.00 $ 3,600.00 $ 463.00 $ 1,389.00 .00 $ 44,000.00 $ 44,00080 2,800.00 2,800.00 $ 2,200 00 $ 2,200.00_._ $ 2.00 $ 200.00 $ 2.00 $ 3,570 00 $ 7.00 $ 1 610.00 $ -_ 113.00 $ 1,808.00 $ 0.25 :, $ 2,000.00 $ 400.00 '.. $ 4,000.00 $ 500.00 $ 1,500.00 $ L2,000 00 $ 000. 5 000 00 : $ 22,000.00 5 W $ 2,000 00 : $ 2,000.00 $ 2.00 $ 200.00 $ 2.00 $ 3,570.00 ., $ 7 00 $ 1 610,60 $ 125.00 $ 2,000.00 $ 0.10 $ 800.00 STORMDRAINAGE �.. _ ' $ubt*$at ',$ : .:63,650.40 t$ =, 35,470500. 5 100.00 $ 100.00 $660.00 $1,320.00 $51.00 $510.00 $3,800.00 $7,600.00 $550.00 $1,100.00 $700.00 $1,400.00 $440 00 $440.00 0._ 0 x $500 0� $7,000 00 $2,200.00 $4,400.00 $9,000.00 $9,000.00 $2,000.00 $2,000.00 ' ` ^';$ ' . 36100500 $_� 700.00 $ 700.00 $500.00' $1,000.00 $55.00. $550.00 $ $170.00 $2,000.00 $900.00 $1,800.00 $500.00 $1,000.00 $500.00 $500.00 $600.00 $8,400.00 $500.00 $1,000.00 $16,000.00 $16,000.00 $1,500.00 $1,500.00 °..$ k 56,45(.00 $ - 1,000.00 $ 1,000.00 $200.00 $400.00 $35.00 $350.00 $4,000.00 58 000.00 ___.. $800.00 $1,600.00 $700.00 -__ $1,400.00 $600.00 $600.00 $1 000.00 $14 000.00 __.. $800.00 $1,600.00 $15,000.00 $15,000.00 $10,000.00 $10,000.00 _ ,. $ 100.00 $200 00 $2500'. $3,250.00, $550.00 $55000, $420.00 $420.00, $1,000.00. 51,200 00 $1,200.00' $100.001 .S' - 49,63,4;00 $ 100.00 $400.00 $250.00 $580.00 _ -$5 $6 500.00 - $1,100.00 $1,100.00 _ $420.00 $5,880.00 $2 000.00 $1 200.00 -_ .$ !; '24,340,001: $ 500.00 $ 500.00 $250.00 $500.00 $5000'.. $500.00 $19000 .__ $1,900.00 $2,800.00 , -__ $5,600.00 $600.00, $600.00 $1,200.00 $600.00 $600.00 $600.00 $8,400.00 $350.00, $700.00 $3,000 00 $3,000.00 $200.00 $200.00 ,32 .`. SPCC PLAN 33, . REMOVING DRAINAGE STRUCTURE c 34 .•., GRAVEL BACKFILL FOR DRAIN CATCH TYPE 2 48 NE DIAME 12 IN DIAM. • BASIN ?.: -, ;87 •' THRU-CURB INLET FRAME AND GRATE TYPE 263 COMBINATION INLET _ 39 •' -. FRAME AND VANED GRATE AND GRATE RAISE E AND HOLE COVER 42.1 EROSION/WATER POLLUTION CONTROL 43 ^, SWPPP PREPARATION AND MAINTENANCE 1 2 10 10 2 2 14 1 1 m m rn m m o m r $ 1,500.00'. $ 1,500.00 51,000 00 $2,000.00 $45.001 $450.00 $3 000 00 $6,000.00 $800.00 _ $1,600.00 $800.001 $1,600.00 $800 00 $800 00 $2,500 00 $$5 000.00 $30,000.00 $30,000 00 $1,500.00 $1,500.00 Page 3 of 5 CITY OF TUKWILA - TUKWILA TRANSIT CENTER CERTIFIED BID TABULATION October 18, 2013 Engineer's Estimate Gary Martino Construction Company Road Construction Northwest Westwater Construction Company Ceccanti Rodarte Construction, Inc. Item No. Item Description Quantity Unit Unit Price Cost Unit Price ",.. Cost Unit Price Cost Unit Price I Cost Unit Price Cost Unit Price Cost 'Subtotal $ " " 0,000.00` .;$'" 7;970.00 ,` - ` " 14,2QtLQ0 ^" , r,,$= ..,'8,84t3'AU - " ^ $ t x,200.00; 0 '.,$ ', '12050:004- ' 44 ... 46, + r TRENCH SAFETY SYSTEMS CONTROLLED DENSITY FILL - -- CRUSHED SURFACING FOR TRENCH BACKFILL 1 50 60 LS CY TON $ 2$ 00.0 $ 2 , 00.0 .$100 00 $5,000 00 $25.00, $1,500.00 $ 500 00 $ 500.00 $123 00 $6 150.00 $22.00 $1,320.00 $ 2,000 00 �, $ 2,000.00 n $190 UO $_,500.00 $4500'. $2,700.00 $ 1,000 00 $ 1,000.00 _ 0 _ $140 00 $7 000,00 $3000 $1,800.00 $ 800 00 , $ ,350.0 $87 00 $a 350 00 $1750. $1,050.00 $ 100 00 $ ,250. 100.00 $225 00 $11 250 00 _. $25.00' $1,500.00 ELLtJMt0 :4TION'SYST A.'t Sugtotal 4 339,773,02 • -$ 21-1,82500 , ,310,850.00. r $ 282,800:00 $'.240,900 -o$ ` °$$228,912.50 :' j: 48 : 50 r : ,: 52 54 55 ,. 6 " STREET LIGHT POLE, SINGLE ARM WITH LED HEAD STREET LIGHT POLE, DOUBLE ARM WITH LED HEADS -- - CONDUIT 1" _._ CONDUIT 2" (2") STREET LIGHTING WSDOT HANDHOLE TYPE 2 W/ LOCKING LID STREET LIGHTING WSDOT HANDHOLE TYPE 8 W/ LOCKING LID COMMUNICATION CONDUIT (3) REMOVE EXISTING STREET LIGHT POLES AND HEADS REMOVE EXISTING HANDHOLES UTILITY TRENCH ILLUMINATION SYSTEM 6 7 250 3300 40 2 3800 10 10 2600 1 EA EA LF LF EA EA LF EA EA LF EA 4,87620 5 29,257.20 - -_ $6,010.20 $42,071 40 $4.54 $1,134.00 $5 10 $16,839.90 $2,721.60 $108,864.00 $3,175.20 $6,350.40 $ 6,000 00 I $ 36,000.00 , _ $7,000.00 $49 000.00 $3.50 $875.00 $4 00 $13,200 00 $600.00 $24,000.00 $1,400.00 $2,800 00 $6.00 $22,800.00 $600.00 $6,000.00 $75.00 $750.00 $14.00 $36,400.00 $20,000.001 . $20,000 00 $6 400.00 j $ 38,400.00 $6,900.00 $4.00, $48,300.00 $1,000.00 $5 00 $16,500.00 $5.00 5 $657.00 $26,2.8000 ,... $1,400.00 $2,800.00 $5.00 $19,000.00 $342.00 $342030 $ 7,000 00 I $ 42,000.00 $7,0$4.00, $49,000.00 $4.00 $1,000.00 $6 00 $19 800.00 $700.001 $28,000.00 $1,500 00 $3,000.00 $5.00 $19,000.00 $400.00; $4,000.00 $100.00' $1,000.00 $3530' $91,000.00 $25,000.00, $25,000.00 $ 7,000 00 1 $ 42 000.00 _.. $8,000.00 $56,000.00 56.00 $1,500.00 0 58 00 $26 400.00 $600.00' $24,000.00 $1 000 00 $2,000.00 58.00 $30,400.00 $100.00' $1,000.00 $100.00, $1,000.00 $16 OS $41,600.00 $15,000.00' $15,000.00 $ 7,000 00 $ 42,000.00 $7,500.00 $52,500.00 $4.25 $1,062.50 $5.00 $16,500.00 $745.00 $29,800.00 $1,500.00 $3,000.00 $5 25 $19,950.00 $375.00 $3,750.00 $95.00 $950.00 $14.00 $36,400.00 $23,000.001 $23,000.00 $6.24 $23,700.60 $680.40 $6,804.00 $396.90 $3,969.00 $17 51 $45 523.30 $55,259.821 $55,259.82 $85.00, $850.00 $13.03' _ $33,800.00 $20,500.00 $20,50030 1 ND$ CAPE !1TEMS ,, ..rr r"r - . Sublotai ,. $ ; 20017.20 '` i $ 70;144.00. ,•.` 'f. S 2 $$4700 $= 240,57500 - :$;.28,4,81709 Qz - -60�- ,... ; , 60d 600 ; 60g ; , ^_60I `, ., 60k ' • $01;'• 66m ', 600 ; 60 60 q 6Dr 61 62`' O;iyERTTElt45 TOPSOIL TYPE A PSIPE CA eRAe �OInII'Jefffersred , 2 1/2" cal 12-14' ht - - -- "c PSIPE Cladrashs kentukea', 2 1/2 cal , 10 -12 ht PSIPE Fraxinus enns Ivanlca Marshall, 2 1/2" 12 -14 Yd P Y cal., PSIPE Quercus coccinea, 2 1/2' cal. 12-14' ht PSIPE Onerous robur x O alba'Crimschrnidf, 21/2" cal , 12-14 ht _ PSIPE Berberis thunber a var Atro ur urea Bagatelle', 12' spread, 2 gal. PSIPE Berberis thunbergii Monomb 18" ht 5 gal. P y PSIPE C s us "salvdolidus 'prostratus, 124" spread, 5 gal. 5 a PSIPE Mahonia nervosa 12" spread, 2 gal. PSIPE Nandina domesbca 'Gulf Stream', 18" ht, 5 gal. PSIPE Osmanthus delava i', 18" ht, 5 gal. Y p y g 9 PSIPE Allium s ., bulbs PSIPE Euon mus fortunes 'Coloratus', 1 gal. PSIPE Nassella tenuissima, 2 al. 9 PSIPE Pennisetum alo ecuroides 'Hameln, 2 gal. PSIPE Rubus entalobus 1 gal. p g PSIPE Sedum s unum 'Voodoo', 4" of WOOD CHIP MULCH SOD INSTALLATION _.. ROOT BARRIER AUTOMATIC IRRIGATION SYSTEM 935 695 5 17 6 23 32 156 66 36 10 500 3408 117 107 1542 257 56 1025 844 1 1920 5„btotal CY EA - -_ CY SY LF LS SF $ 68.041 $ 63,617.40 $810 00 $$8,266.86 1 - - -- $810.00 $4,592.70 $810 00 $15,615.18 $810.00, $5,511.24 $810.00 _ $21,126.42 $46.00 $1,669.25 $73.00 $12,913.99 $73.00 $5,463.61 $46.00 $1,877.90 $73.00 $12,996.77 $73 00 $837 00 $5 00 $2,835 00 $20 00 $77,293 44 $46 00 $6,103.19 $46.00 $46 00 $5,581.55 $20 00 $34,972.56 - -- - - -- $11.00 $3,205 82 $51.03 $2,857.68 $4.31 $4,416.93 941 $6,699.67 $84,142.80_ $84,142.80 $22.68 $43,545.60 , . ,..$ ' . ,57,000.00 $ 36.00 $ 33,660.00 $280 00 $$2,520 OU $300.00 $1,500 00 0 $250.00 $4250.00 $280.00 $1,680.00 _ $270.00 $6,210.00 $25.00 .. $800.00 $2530, $3,900.00 $1,100.00 $30.001 $1,980.00 $13.00, $468.00 $26.00 $4,082.00 $14 00 _ $000 00 $14 00 $7,000 00 $7.00 $23,856 00 $15 00'.� $175500 $13.00 $1,391.00 - $7.00 $10,794.00 $1,028.00 $4 001 $35.00'. $1,960.00 $5.001 $5.00 $4,220.00 $39,000.001 $39,000.00 $16.00 $30,720.00 , ° , $ .. `.50,250.00" - - - - $ 35.00 $ 32,725.00 $45,895.00 $268 00'�. $2 502.00 $288.00. $1,44030 $247.001 $4199.00 -- - �- _ $278.00i $1,668-00 $268.00; $6,164.00 $25.00' $800.00 $25.00 $3,900.00 $22301 $1,21030 $30.00' � _ $1,980.00 $14.03' $504.00 $27.00 $4,239.00 $240.00 $15.00 $7,500 00 $15 00. $8.00: $27,264.00 $1 989.00 $1700__ $1 498.00 $14 00 $12 336.00 $8.00' $1,285.00 $5.00 $56.00'. $3,136.00 $1100T__ $11,275.00 $12.00; $10,128.00 $35,000.00: $35,000.00 $22.00'.. $42,240.00 � ' . $, 'N62,09040 $ 40.00 $ 37,400.00 $30 00 $20,550.00 $350.00 $3,150.00 $400.00 $2,000.00 ,0 0. $350 00 $5,950.00 ,_.. $350.00' $2,100.00 $350.00 $8,050.00 $30.00' $960.00 $30.00 $4,680.00 $30.00 $1,650.00 $30.00' $1,980.00 $15.00 _._ $540.00 $30.00 $4,710.00 $30.00 $300.00 $4.00 $2,000.00 $8.00 $27,264.00 $20 00 $2,340.00 $20 00 $2,140.00 $8 00 $12 336.00 $4.00 $1,028.00 $70.00 $3,920.00 $1500 $15,375.00 $990 $6,752.00 $35,000.00 $35,000.00 $20.00 $38,400.00 '. ;- $' : , 59,050 -0Q ' $ 40.00 $ 37,400.00 $80.00 $54,800.00 -- -- $300.00 $2,700.00 $350 00 $1,750.00 $300 00 $5 100.00 $300.00 $1,800.00 $300.00 $6,900.00 $25.00 _ $800.00 $25.00' $3,90030 $25.00 $1,375.00 $25.00 $1,650.00 $13.00 $468.00 $2530 $3,925.00 $25.00 $250.00 $3.00, $1,500.00 $7.00, $23,856.00 $ 35.00 $ 32,725.00 $80.00 $54,800.00 -... $300.00, $2,700.00 $300 00 $1,500 00 $260.00 $4,420.00 $300.00 $1,800.00 $275.00 $6,325.00 $25.00 $800.00 $25.00 $3,900.00 $23.00 $1,265.00 $32.00 $2,112.00 $14.00 $504.00 $29.00 $4,553.00 $25.00 $250.00 $15.00 $7,500.00 $8.00 $27,264.00 _... $18.00 $2,106.00 $14 00 $1,498.00 _.. $8 00 $12 336.00 $4.50 $1,156.50 "'l_ $40.00 $2,240.00 $5.50 $5,63750 $5.50 $4,642.00 "2' $35,00030 $35,000.00 $21.00 $40,320.00 '" '.$ 7'51y400,50 `', $15 00 $1 755.00 $15 00 $1,605.00 $7 00. $10,794.00 $3.00, $771.00 $60.00 $3,360.00 $1000 $10,250.00 $7.00 $5,908.00 $35,000.00'. $35,000.00 PERVIOUS PEDESTRIAN PAVERS - -- $35.00'. $67,200.00 r $-' '05,650:00= =§ . • s- i6 ':; 6 70 72 ' °' ': 73 :74 74 , '" PRIVATE ILLUMINATION SYSTEM RE-WORK ALLOWANCE PROPERTY RESTORATION -AS DIRECTED MINOR CHANGE AS DIRECTED EXPLORATIVE EXCAVATION - AS DIRECTED POTHOLING AS DIRECTED RESOLUTION OF UTILITY CONFLICTS - AS DIRECTED UNSUITABLE OVER-EXCAVATION DISPOSAL DIRECTED 1 1 1 1 1 1 100 150 - -- 100 LS EST EST EST EST EST CY TON TON $ 24,000.00 $ 24,000.00 $10,000.00 $10,000.00 $2,500.00 $2,500.00 $2,500.00, $2,500.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $18.00 $1,800.00 _.. $18.00 $2,700.00 $35.00 $3,500.00 $ 24 000 00 : $ 24,000.00 $10 000 00 $10,000 00 $2,500.00 $2,500.00 $2,500.00 $2,500.00 $5,000 00 $5,000 00 $5,000.00 $5,000.00 $31.00 $3,100.00 $25.00 $3,750 00 _ - -- $34.00 $34.00 $3,400.00 $ 24,000.00 1 ' $ 24,000.00 $10,000 00 $10,000.00 $2,500.00 $2,500.00 $2,500.00'1 $2,500.00 $5,000.00', $5,000.00 $5,000.00 $5,000.00 $33.001'. $3,300.00 $30.00, $4,500.00 $5,200.00 $52 00 , $ 2 4,000 00 $ 24,000.00 $10 000.00 $10,000.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $38.00 $3,800.00 $25.00 $3,750.00 _._ -. $25.00 $2,500.00 $ 24,000 0U $ 24,000.00 $10 000 00 $10,000.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00 $5300.00 $5,000.00 - _$5,000.00 $5,000.00 $17.00 $1,700.00 $17.00 $2,550.00 $2400 _.... $2,400.00 24,000.00 $ 24,000 00 $ 24,000.00 $1 Q000 00 $10,000.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00 $5,000 00; $5,000.00 $5,00000.. $5,000.00 $24.00 $2,400.00 $28.00 $4,200.00 __- $5800'. $5,800.00 GRAVEL BORROW AS DIRECTED QUARRY SPACES - AS DIRECTED L -.- _._ . " '' ' Total Bid Schedue B •'" r ,�4 $1,745,562.06 - ". „ .. $1237,2r 3.00 '" ".$1,24049"1,0• 0. ,'" - •$;1,41560.0:}0 . "f"'''' .$1542377.00., $1,470,407=70" '- ,;' b e ®"s" ....i. x, A+ „t� 1t ��#r. �r%n , A „M�i`��� i ;ul fv",Cx �.�1;t�Ct11�t1't �2fe *YC @� , ..✓ .i Ta , t >ti m....r,„ �Q -,. � ° - r xi � 3$$ 1 32P OQ ,��, ,, „ :, 2 00 i,r: .a r$, 4�pm 2$6,25b0. � us s .'12`9 70, x +$� � �Q $ 64 007 „t Y4 '#� , ,,.,,>_ S r2,07&"f0090.'s ... ;'z 1 MOBILIZATION COMMERCIAL HMA COLD MIX ASPHALT CONCRETE PATCH CEMENT CONC. TRAFFIC CURB AND GUTTER 1 1000 1430 50 LS TON SY LF - -- $ 147,208.91 $ 147,208 91 $130.00 $130,000.00 $30.00; $42,900.00 $15.00.. $750.00 $ 75 000.00 $ 75,000.00 $113.00 $113,000.00 $36.00 $51,480.00 $12.00 $600.00 $ 125,000 00 $ 125,000.00 $123.00 $123,000.00 $25 00 $35,750.00 $50.00!. $2,500.00 $ 20,000 00 , $ 20,000.00 _... $100.00 5100 000.00 $4.00 $5,720.00 $75.00 $3,750.00 $ 22,000.00 $ 22 000.00 $100.00 $100,000.00 $22.00 $31,460.00 $20.00 $1,000.00 $ 30,000.00 $ 30 000.00 $110.00 $110,000.00 $45.00 $64,350.00 $55.00 $2,750.00 .. P 1C C(;N,T Qt.. �Cv� SV 7n,,... �,, �., , ,::. T. � R • QE 8 r �..� ,.,.. � .,, � + .,..0 a 8 4to1a1 � ^r�51�9 v11. ,�, , � : _.., �.0 ....: ;,.;. r 1 {t r:'9i ,, r. ,� . R �., y. "A'9 ", Ptt. .. rY „'. 9t:A r$ {: # ..,. / ,4 m . �r�a , "ZOO r.,. ,0 9Td • " -` y5 F .. 0 TM' r? 7 , , ,✓ P.. PROJECT TEMPORARY TRAFFIC CONTROL TRAFFIC SIGNAL MODIFICATION - TUKWILA PKWY TEMPORARY PAVEMENT MARKING 1 1 2,000 LS LS LF 0 . $ 30,000.00 $ .30,000 00 $20,000.00. $20,000.00 $0.50 $1,000.00 $ 10 000 00 $ 10,000.00 $20,000.00 $20,000.00 $0.30 $600.00 $ 39,000 00 $ 39,000.00 $ 25 000.00'. $0.25, $2 $500.00 $ 40,000.00 $ 40,000.00 _ -- $8,000.00 $0110': $ $200 00 $ 17,500.00 $ 17,500.00 $25,000.00 $25 0$00 100 $ $200.00 $ 30,000 00 $ 30 000.0.0 0.0 $0 20 $0.00 $0.25 $500.00 Page 4 of 5 CITY OF TUKWILA - TUKWILA TRANSIT CENTER CERTIFIED BID TABULATION October 18, 2013 Engineer's Estimate Gary Merlino Construction Co an Road Construction Northwest Westwater Construction Com..an. Ceccanti Rodarte Construction, Inc. Item No. �`E4RM,OP2I�NAGE Item Description Quantity : , Unit Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost a , ,� ,,. - , ..< -.:, ... ..,. t, t 4igtrt _,.,.. 26A A, ... �...., $ OA.O ,. ..,, .AAA ,, ,Y,, $ , .,7 � , s A6.A , X Ov "�i , ''� 0 O0t00. ^tV�'OA.1,lA+ >^ r ;r .. $ ` SPCC PLAN EROSION/WATER POLLUTION CONTROL SWPPP PREPARATION AND MAINTENANCE 1 1 1 LS LS LS $ 1,500.00, $ 1,500.00 $25,000.00 $25,000.00 $1,500.00' $1,500.00 $ 100.00 '$ 100.00 $5,500.00 $5,500.00 $2 200.00 $2,200.00 $ 700.00 $ 700.00 $7,500.00, $7,500.00 $1,500 001 $1,500.00 $ 1,000.00 $ 1,000.00 $3,000.00 $3,000.00 $3,000.00 $3,000.00 $ 100.00 $ 100.00 $1,200.00' _ $1,200.00 $100.00 $100.00 $ 200.00 $ 200.00 $500.00, $500.00 $200.00 $200.00 l4VATkIZ..•.',.,:,,,,, ,s;,a -; „ : ,?,,, 4.. ,. .::�, ,.r ,,..� ^;, " +- ':::.. , :. . a':. -.. ,. bi6kat s ^.; - -m .,r. .� „,:,., ,. n,,,S 1,583,8 -AO SSA, ;,;.,; ;r ,, ., ;.. , 4 ;:'$; ., x};G6,A3�?.AA .,. �, �...,g2t,�Ak[.R� r ';S SA,6'i1"SAS�A � w '3 '3 A.A - .,�,et'. ...R�. < ,'521081.25_,,'3 fir,, ,, w$�.. ,.. X100 1fi x `f7 _u 18 2.1 > 4 ! 713 12 ` TRENCH SAFETY SYSTEMS CONTROLLED DENSITY FILL CRUSHED SURFACING FOR TRENCH BACKFILL DUCTILE IRON PIPE FOR WATER MAIN 6 IN DIAM. DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. DUCTILE IRON PIPE FOR WATER MA IN 12 IN. DIAM. TESTING WATERMAIN CONNECTION TO EXISTING SYSTEM CONNECTION TO EXISTING FIRE SYSTEM ADDITIONAL PIPE FITTINGS _... PLUG AND ABANDON WATERMAIN GATE VALVE 8 IN. GATE VALVE 12 IN. ABA NDON VALVE ASSEMBLY COMB. AIR RELEASE/AIR VACUUM VALVE ASSEMBLY 1 IN HYDRANT ASSEMBLY REMOVE HYDRANT ASSEMBLY E - -- SERVICE CONNECTION EXISTING SERVICE CONNECTION 3/4 IN. DIAM. IN. DIAM. HYDRANTS SERVICE CONNECTION 2 IN. DIAM. 1 185 2,100 120 350 1,975 1 5 3 1,000 1,975 8 10 15 1 11 6 _ 1 2 3 LS CY TON LF LF LF LS EA EA LBS LF EA EA EA EA EA EA EA EA EA $ 7,500.00 $ 7,500.00 $100.00: $18,500.00 $25.00, $52,500.00 $110.00' $13,200,00 $120.00' $42,000.00 $150.00 $296,250.00 $5,000.00, $2,000.00 $5,000.00 0 $10,000.00 $2,000.00 56 000.00 $5.00 _ _ 55,000.00 $11,850.00 $1,300.00 $10,400.00 $2,500.00, $25,000.00 $500.00 $7,500 ff 0 $4,500 00 $4 500 00 _ $5,000.00 $55,000.00 $600 00 $3,600.00 $200000 $ $1,500,00 $1,500.00 55,000.00 $2,500.00 $7,500.00 $�� 500.00 : $ 500.00 $116.00 $21,460.00 $21.00. $44,100.00 $68.00 $8,160.00 $74.00 $25,900.00 $88.00_', $173,800 00 $8,000.00 $8,000.00 $1,200.00 $6,000.00 $1,100.00 $3,300 00 $3.50 $3,500.00 $440. $8,690.00 $1,500.00 $12,000.00 $2,200.00 $22,000.00 $1,000.00 $15,000.00 $3,100 00 $3,100 00 $3,700.00 $40,700.00 $900 00 $5,4.00 00 $130000 $1,30000 $1,400.00 ! $1,400.00 $1,800.00, $3,600.00 $2,800.00 $8,400.00 $ 2,000.00 $ 2,000.00 $145.00., $26,825.00 $16.00 $33,600.00 $60.00 $7,200.00 $73.00 $25,550.00 $91.00 ' $179,725.00 $5,000 00 $5,000.00 $5,500.00 $27,500.00 $1,500.00 $4,500.00 $4.00 $4,000.00 $2.00 $3,950.00 $1,100.00 $8,800.00 $2,000.00 $20,000.00 $170.00 $2,550.00 -_.. $2,700 00 $2,700.00 $4,200.00 $46,200.00 $600 00 $1,500.00 $1,500.00 $1,50.00 I _ -_ $2,700.00, i $5,400.00 $3,100.00, $9,300.00 $2 000.00 $ 2,000.00 $120.00 $22,200.00 $30.00 $63,000.00 $80.00, $9,600.00 $ 800,00 $ 800.00 $87.00 $16,095.00 $17.50 $36,750.00 tb, $60.00 $7,200.00 $62.00 $21,700.00 $65.00 $128,375.00 $1,000 00 $6,000.00 . $1,000 00 $5,000.00 $1,000.00 $3,000.00 $1.00 $1,000.00 $6.00 $11,850.00 $1,000.00 $8,000.00 $1,400.00 � $14,000.00 $300.00 $4,500.00 $2 800 00 , $2,800.00 $3 ODO UD' $33,000.00 300.00 $750.00 $ $ $1$,250 001 $1,250.00 $1,750.00 $3,500.00 $1,950.00 $5,850.00 $ 100.00 $ 00 $245.00 $45,325.00 $23.00 $48,300.00 $100.00 $12,000.00 $100.00 $35,000.00 $120.00 $237,000.00 $6,000.00, $17 500.00 -_ -__ $6,000.00 $3,500.00, $4,000.00 $12,000 00 $10.00 _ $10,000.00 $1.75 $3,456.25 $1,400.00 $11,200.00 $1,400.00 $14,000.00 $120.00 $1,800.00 $3000.00 $3,000.00 $4,000.00 $44,000.00 $4,300.00, '. $2 400.00 $1$,200.00'' $4,300.00 $1,200.00 $2,500.00' $5,000.00 $2,500.00' $7,500.00 $90.00. $31,500.00 $100.00 $197,500.00 $5,000.00 $5,000.00 $2,000.00 $10,000.00 $2,000.00 $6,000.00 $4.00 $4,000.00 $2.00 $800.00 $6,400.00 $2,000.00, $20,000.00 $200.00 $3,000.00 $2 000.00 $2,000 OD, $77,000.00 $7,000.00' $3,000 00 $3000.00 $4,000.00 $4,000.00 - _$4,500.00' $9,000.00 $6,000.00 $18,000.00 t w. �k v a< ,i ,.�:." Q �FLi]"EI615 .< s.. r' .<, : , .. ,,.. < . . ,,;,. „» r x y?,. . :...' « <:: ,,,.,f., . SuTkt4�1 '::.:., , ,, ..2 0 <, ., �. ',...r , $ " .a..e��i4b8 4 .,, -�. ":. ,.26.55A ....s.:. ,.�.,,. ., ..... „,� . , s a,.�. 0 ,2�AAAtti6 .., � N ,�;$ , '4„ .0041,0-, .. ^.., ..i °, s a $I':;' 050.8 , � •, is ..:.JO - :$:,. k,.a, •,r2 . ,.,. 4, e ,,, :,t2Zi100,A6;wv ".. „ .$2 + a 33 ,,;. 8 ,•r ).: rt3 3Y MINOR CHANGE - AS DIRECTED EXPLORATIVE EXCAVATION AS DIRECTED DIRECTED EC - -___ POTHOLING - AS DIRECTED RESOLUTION OF UTILITY CONFLICTS- AS DIRECTED R- UNSUITABLE OVER - EXCAVATION & DISPOSAL OFFSITE - AS DIRECTED GRAVEL BORROW -AS DIRECTED _ -_ -- - - -- QUARRY SPACES - AS DIRECTED 1 1 1 1 100 150 100 EST EST _ -_ EST EST CY TON TON $ 2,500.00 $ 2 500 00 $2,500 00 S2 500 00 _ -_ $5,000.00 $5,000.00 $5 000.00 $5 000 00 $18.00 $1,800 00 $18.00 $35.00', $2 700 00 53 500.00 $ 2 500.00 $ 2,500 00 $2 500 00 i $2,500.00 $5,000,00, $5,000.00 $5,000.00, $5,000.00 __. ,. -- - $42 00 $4,200.00 $23 00 :i $39 00, $3 900 00 2,500.00 $ $ 2 500.00 $2 500 OD $2 500.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $33 00 $3 300.00 0 $SY 00 $5 200.00 ,,.. , .. '805' S.,UP '.....;. ..,.:. � ,;,,, -'' s$5i75. _._. $ $ 2,500.00 _.. 2,500.00 $2 500.00 $2,500.00 $5,000.00 $5,000.00 $5,000.00, $5,000.00 $38.00, $3,800.00 $3 750.0.0 $25.00 $2,500.00 _," ;.$ 715i$70.0'A $ 2,500.00 $ 2,500 00 $2 500 00 $2,500.00 $5,000.00' $5,000.00 $5 000 00' $5,000.00 $17.00 $1,700.00 __. $17.00 $2,550.00 $24.00. $2,400.00 , $':, 5 843b(Q 3 "0 .0 $ 2,500 00 $ 2,500.00 _. $2,500.00 $2,500.00 $5,000.00 $5,000.00 $5,000.00, $5,000.00 $24.00 $2,400.00 $28.00 $5500 ", $450000_ $5,500.00 •,,, .,. .. .m ..::.., ....,... .., ;_ r.... . ,. .. .,r.. Utr F 1x1 „w. ,.. _. ..,r ..,. ,,:, «,., ,,.,, . ,1,:=• +„ , .:,,. A . , (di Schedule ed- eC ._ ;,.: , , .._.r,.. , .. «. ., �, 1 `12 9891 ..:, c z....,,.. ,,,.,. :;.,:.. 744' 00 $a' ^76$681;45x1..: ,. 1 � .. 5d dte6l i, , .,,�,,w. , ,: , r.,., S'. $9 67,36 , ., , x .r< $ 886,785`;5 , s r v$ 18387:69 '1,.5185. �'� , ,, '$t.;Sffi!F, A:.. ,. .. 60.445' ., ... r � S € $ > Schedule A brought forward $ 3,324,533.88 $ 3,702,321.00 $ 3,726,675.00 $ 4,015,379.00 $ 4,032,739.00 $ 4,466,559.50 Schedule B brought forward $ 1,745,562.66 $ 1,237,223.00 $ 1,424,049.00 $ 1,415,460.00 $ 1,542,377.00 $ 1,478,407.75 Schedule C brought forward $ 1,108,861.51 $ 789,867.30 $ 886,785.75 $ 783,877.65 $ 584,105.85 $ 861,415.97 TOTAL BASE BID PRICE $ 6,178,95305 $ 5,729,41130 $ 6,037,509.75 $ 6,214,716.65 Rf $ 6,159,221.85 17. 6,806,383.22 6itodBTAFpnS0ubmiUexf?,' Miscalculations in Contractor Bid Proposals (1) Amount entered on Proposal was $12,500 with a unit price of $490. Calculating the unit price times the quantity is $12,250. Error did not carry through to bid amount. (2) Amount entered on Proposal, Schedule B Item #2 was $200.00 with a unit price of 510,000. Calculating the unit price times the quantity is $2,000.00. Error carried through to the total bid amount. (3) Amount entered on Proposal was $5,800 with a unit price of $65. Calculating the unit price times the quantity is $85,800. (4) Amount entered on Proposal was $8,720 with a unit price of $16. Calculating the unit price times the quantity is $38,720. (5) Amount entered on Proposal was $4,132,739. Summed amount of all bid items is $4,032,739. Sum of errors in #3 and #4 above is $110,000, difference between submitted Schedule A total and calculated total is $100,000. (6) Amount entered on Proposal was $386,750 with a unit price of $17.50. Calculating the unit price times the quantity is $36,750. Error carried through to the Sub -Total Bid Schedule C (7) Amount entered on Proposal was $83,925.85 which includes the additional $350,000 error amount in #6 above. (8) Amount entered on Proposal was $967,355.85 which includes the overage of $350,000 in #6 above plus the additional WSST. (9) Amount entered on Proposal was $6,642,471.85. Calculated amount includes adjustments for errors #6 -8. (10) Amount entered on Proposal was $250 with unit price of $250. Calculating the unit price times quantity is $500. Error did not carry through to the Schedule B total on Proposal. (11) Amount entered on Proposal was $1,156.00. Calculated amount is $1,156.50. Error was negated with error #12 below. (12) Amount entered on Proposal was $4,642.50. Calculated amount is $4,642.00. Error was negated with error #11 above. (13) Amount entered on Proposal was $811,681.25 for Sub -total Schedule C. Calculated amount is $786,681.25. Error carries through to Total Schedule C amount, entered as $888,790.97 with $77,109.72 WSST. (14) Amount entered on Proposal was $6,756,648.50. Calculated amount is $6,833,758.22. Certified by Date Cyndy Knighton, Senior Program Manager Page 5 of 5 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Tukwila Urban Center - Transit Center Project No. 90610402 DESCRIPTION: Design and construct a Transit Center for the Tukwila Urban Center (TUC). High transit ridership and bus operations warrant conversion of the existing bus stops on Andover Park West JUSTIFICATION: to a Transit Center. The current facilities are inadequate in size and location to serve Metro operations and transit riders. City policy encourages the use of transit, and mitigation dollars and parking supply decisions have been made based upon the expected improvements to the transit center. STATUS: Design completed in 2013. Construction to begin in 2014 and functional by June 2014 to coincide with the new F -Line Rapid Ride. MAINT. IMPACT: Minimal to moderate, depends on final maintenance agreement with King County Metro. TOD grant of $468k with mitigation from Westfield S/C Mall of $500k for parking variance. WSDOT Regional COMMENT: Mobility Grant of $4.7m with a required match of 20% that can include other grants, past expenses, and ROW value of land dedicated by Westfield. King County Metro Federal Transit Authority grant of $1.1 m. FINANCIAL Through Estimated in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 953 271 1,224 Land (R/W) 407 463 870 Const. Mgmt. 671 671 Construction 44 4,637 4,681 TOTAL EXPENSES 1,360 778 5,308 0 0 0 0 0 0 7,446 FUND SOURCES Awarded TOD Grant 468 468 Awarded Mobility Gra 64 550 4,121 4,735 Awarded KC FTA Grant 1,187 1,187 Mitigation Actual 500 500 ROW Donation 343 343 City Oper. Revenue (15) 228 0 0 0 0 0 0 0 213 TOTAL SOURCES 1,360 778 5,308 0 0 0 0 0 0 7,446 2014 - 2019 Capital Improvement Program 16 38 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Andover Park West (Tukwila Pkwy - Strander Blvd) * DESCRIPTION: Study and implement revised channelization. Project No. 98810404 Zone 1 JUSTIFICATION: Provide turn pockets and installing medians will reduce accidents and lessen congestion. Major portion of Andover Park W at intersections are complete. Installing landscaped medians along STATUS: length of project is scheduled for 2014. Coordinated with Tukwila Urban Center Transit Center ($7m) and APW water improvements ($1.3m). MAINT. IMPACT: Negligible, additional landscaping. Project is on impact fee list. Design report in 1991 and updated in 2009. ACME Bowling mitigation of $111k COMMENT: and Westfield Mall of $205k. Received State TIB grant of $1.42m. Partial match from APW water overlay for $346k (see Water fund project). FINANCIAL Through Estimated (in $000's) 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 385 67 452 Land(R/W) 18 9 27 Const. Mgmt. 275 275 Construction 2,101 2,101 TOTAL EXPENSES 403 76 2,376 0 0 0 0 0 0 2,855 FUND SOURCES Awarded TIB Grant 1,420 1,420 Proposed Grant 0 Mitigation Actual 316 316 Traffic Impact Fees 123 123 City Oper. Revenue (36) 76 956 0 0 0 0 0 0 996 TOTAL SOURCES 403 76 2,376 0 0 0 0 0 0 2,855 2014 - 2019 Capital Improvement Program 17 39 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Andover Park W /Strander New Water Main Project No. 99840105 DESCRIPTION: Design and construct 2,100 LF of a 12" pipe along Andover Park West from Tukwila Pkwy to Strander Blvd. JUSTIFICATION: Aging cast iron pipe and deficiencies under fire flow conditions. STATUS: Coordinated with the Transit Center and Andover Park West street improvements. MAINT. IMPACT: Improved service would reduce maintenance liability. COMMENT: FINANCIAL Through Estimated (in $000's) 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 108 57 165 Land (RAN) 0 Const. Mgmt. 177 177 Construction 1,212 1,212 TOTAL EXPENSES 108 57 1,389 0 0 0 0 0 0 1,554 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 108 57 1,389 0 0 0 0 0 0 1,554 TOTAL SOURCES 108 57 1,389 0 0 0 0 0 0 1,554 2014 - 2019 Capital Improvement Program 65 40