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