Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
TIC 2017-04-25 COMPLETE AGENDA PACKET
Distribution: R.Turpin City of Tukwila K. Kruller Deputy Clerk J.Transportation and D Duffle Clerk File Copy • D. Quinn 2 Extra D. Robertson • Infrastructure Committee Mayor Ekberg Place pkt pdf on Z:\Trans& D. Cline Infra Agendas L. Humphrey Kate Kruller, Chair B. Giberson e-mail cover to:A.Kruller, � R.Tischmak C. O'Flaherty, K. Kruller, Joe Duffle D. Robertson, D.Almberg, G. Labanara B. Saxton, S. Norris, De'Sean Quinn P. Brodin L. Humphrey AGENDA TUESDAY, APRIL 25, 2017 — 5:30 PM FOSTER CONFERENCE ROOM—6300 BUILDING Item Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a) Strander Blvd Extension Phase 3 a) Forward to 5/1/17 Regular Pg. 1 Grant Acceptance Consent Agenda b) 42nd Ave S Ph III & Gilliam Creek Project b) Forward to 5/1/17 Regular Pg. 7 Bid Award Consent Agenda c) Major Maintenance of 3 Bridges c) Forward to 5/1/17 Regular Pg. 25 Resolution Rejecting All Bids Consent Agenda d) MClmetro Franchise Ordinance d) Forward to 5/1/17 Regular Pg. 31 Consent Agenda 3. SCATBd 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Tuesday, May 9, 2017 40 The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. � Lity of Tukwila Altan Ekberg,Mayor Public Works Department-Bob Giberson,Director TO: Transportation and Infrastructure C FROM: Bob KSiberaon, Public Works 0irec2m BY: RobimlFimohmmak, City Engineer CC: Mayor Ekberg DATE: April 21, 2017 SUBJECT: 'Strander Blvd Extension Phase 3 Project No' 98610403 Grant Acceptance ISSUE Accept two federal grants for the @tu;nder Blvd Extension Phase 3 Project. BACKGROUND In 2016 the Council authorized Public Works to submit grant applications for the Strander Blvd/SW 27 Ih St Extension Phase Project. Applications were submitted in both the PSRC Regional & Countyvvide ounnpeUUve processes as well oa the federal FaotLana competitive process. Grants were awarded for the Gtrandar Extension Phase 3 Project in the amount of $5'148.800 from the PGRC Countywide pouoaaa and $5,000,000 from FaetLane fora total of $10'146.800. The federal funds awarded through the PSRC process require a 13.5% local nnotoh while the funds awarded through the FaaiLane process require an OV8[@!| local nl8tCh Of20Y6 for eligible project costs. DISCUSSION City policy requires that the Council formally accept grant awards. ACC8pt8OC8 of the grant awards will allow execution of the necessary agreements to obligate, expend and request reimbursement nfthe grant funds. FISCAL IMPACT The STPfedera| grant will include enough funding to finish design of the Gtnandar Blvd Phase 3 Project. Once design is finished and the project is then "shovel raadv^', the proposed construction grant applications will be submitted. Grant Awards Local Share Unfunded Phase 3 Total Preliminary Engineering (GTP) $3,892'500 $607,500 O $4,500,000 Right-of-Way (GTP) 1,254,300 195'700 O 1.450.000 Construction (FaaiLane) ° 20,253,200 32,050,000 Total (° FGGtL8n8 requires @20% non-federal U[authorized in-kind contribution based On the$88 million eligible project nUGt.) RECOMMENDATION Council is being asked to formally accept the two grant awards for the Gtnsnder Blvd Extension Phase 3 Project and consider this item on the Consent Agenda at the May 1, 2017 Regular Meeting. Attachments: Page 13.2017C|P Federal pSRCSTp Funds Award Email and Funding Distribution pa^tLono Grant Award Lettar w.\pws"g\pnoJeorS\+nwansp,wectmm,""u",Extension moo,o40q\G,°",^ppmmfomem"Grant Acceptance o^u,,r.u"cx 1 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Strander Blvd Extension Phase 3 Project No. 98610403 DESCRIPTION: Design and construct arterial improvements for a new roadway extending Strander Blvd/SW 27th St from West Valley Highway to Oaksdale Ave in the City of Renton. JUSTIFICATION: East/west capacity between 1-405 and S 180 St is needed to serve Tukwila and Renton access. Project segregated into three phases. Phase I extended Stander Blvd/SW 27th St from Oaksdale Ave to STATUS: Naches Ave SW. Phase II constructed a 2 lane road from Naches to the Sounder Train's Tukwila Longacres Station's parking lot. Paid Renton$1m for Phase I&11. Phase III will construct the undercrossing of the UPRR and complete the 4 lane roadway from West Valley Hwy in Tukwila to Naches Ave SW in Renton. MAINT.IMPACT: New street. Project partners include the City of Renton, Boeing,WSDOT, FMSIB, Sound Transit, Metro,Amtrak,and COMMENT: BNSF and UP Railroads. Funds in 2015-16 are for updated cost estimates and grant applications. STP(PSRC), FAST Lane,and TIGER grants were submitted in 2016. FINANCIAL Through Estimated (in$000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 58 440 2,500 2,000 4,998 Land(R/W) 104 450 1,000 1,554 Wetland Mitigation 50 500 550 Const. Mgmt. 2,800 2,000 4,800 Construction 15,000 12,200 27,200 TOTAL EXPENSES 162 440 3,000 3,000 18,300 14,200 0 0 0 39,102 FUND SOURCES Awarded STP Grant 2,551 2,595 5,146 Proposed TIGER Grant 7,900 5,894 13,794 Proposed State TIB Grant 2,500 2,500 5,000 Proposed FMSIB Grant 2,500 2,500 5,000 Proposed STP Grant 5,000 3,000 8,000 City Oper. Revenue 162 440 449 405 400 306 0 0 0 2,162 TOTAL SOURCES 162 440 3,000 3,000 18,300 14,200 0 0 0 33,956 (D Pro .1ect Location 1 1 Gv, 1 i"' 2017-2022 Capital Improvement Program 13 2 Dear King County Project Evaluation Committee Member, Earlier today the King County Members of the Puget Sound Regional Council's (PSRC)Transportation Policy Board (TPB) approved the project list and funding as recommended by the King County Project Evaluation Committee (KCPEC)for the distribution of the approximately$71 million in federal highway administration funding allocated to the King County area as part of the PSRC's 2016 Grant Program project selection process. Please see attached document for the listing of the projects and funding distribution. The next step in the programming of the federal funds available for distribution is shown in the table below: Date Activity PSRC TPB reviews funding recommendations and recommends inclusion in July 14 Draft PSRC Transportation Improvement Program(TIP)to the PSRC Executive Board July 28 PSRC Executive Board approves projects to be in the Draft PSRC TIP Sept 8—Oct 27 PSRC TPB Release Draft TIP for Public Comment Oct 9 PSRC TPB action on Draft TIP and Conformity finding Oct 23 PSRC Executive Board action on Draft TIP and Conformity finding Jan 2017 State and federal agencies review and approve State TIP—funding available for obligation If you have any questions please let me know I can be reached at(206)477-3814 or at p L r_ � � � kiilac .4c�y. Exeter Heffernan I Chair I King County Project Evaluation Comallittee I 201 South acksora Street, Suite: 814 1 KSC-Try-0814 I Seattle, WA 981.04-3856 De=sk: (206)4;7-3814 1 [Vobile: (206)-255-7474 1 e .hefferrian ov 2 3 Sponsoring Agency King County Project Evaluation Committee 2016 Funding Distribution Recommendation Large Jurisidiction Program Funding Distribution Project Title Funding Source Phase(s) Request Recommended Contingency Funding Funding Scoring Total Seattle Center City Gateway ITS NE Spring Boulevard Multi-Modal Corridor Zone 1A.. Newport Way NW Improvements, from NW Ma .le Street to W Sunset Way STP CN $ 5,555,000 $ 5,555,000 1 $ $ '!3,892 500 3`892 500 $ - •ate ;?_� i Connecting Downtown Renton Improvements - Renton Phase 2 Shoreline SR -523 N/NE 145th Street & 1 =5 Intercha • Seattle Madison Corridor Bus Rapid Transit 85_____ 6,000,000 4,900,000 Federal =Way Cry Center Adrqiiive Traffic Control'System Sammamish, WSDOT and King County ITS Sammamish Im.rovement Pro ect CMAQ CMAQ Large Jurisdication Contingency List Renton Rainier Ave S Corridor improvements - Phase 4 Bellevue 124th Avenue NE Final Desk n -N ROW PE 3.000,000 2,000,000 ROW 13 Seattle E Mar•Inal Wa Corridor Improvements nset - its 15 Bothell Adaptive Signal Control System - Phase 2A SR .,413!518.;:anct,CoyingtortWeTtntereectiongEE 4,238,000 $ $ 4,238,000 2,850,000 $ 56,225 $ 484,400 $ 56,225 $ 484,400 692,000 $ 692,000 4th Avenue SW Multimodal Improvements, SW 7 Burien 156th Street to SW 160th Street 58 STP ROW 519,000 $ $ 519,000 1 of 6 6/29/2016 ����� ����muaeom ~~ 3m�Alap"�pan menus Ss Rox RO ^ 0|ympia'VV*8850 4-720 10 8no-r8o-78OR) rTv -1-SOO-8t E:IN January 20, 2Ul7 w�wwsdm^�����u~`~ ���� Mr. 8ob0iber000 � � � ���� �rn.m � � �»� Public Works Director City of]'ubn'i\o 6300 SoutboentorB}vd. T U VM"i1LA Tukwila, YV/\ §8l8X'2545 PK]BL>CVVORK8 %0l6FA81[lLANE Discretionary Grant Dear Mr. (}iheroou: WSIlUTiu pleased io advise you that the fb||ovvin�y jcctxmeou|edrd6vU8DO[toreoeivo funding through the Nationally Significant Freight and Highway Project(p/\0TLANE) Discretionary Grant yru��uzn. The 6:dondfunding io |inodcd10 the un�uuniehop/nhe|o"/: Project Title: Struudor Boulevard Extension & $5.000,080 Grade Separation Phase 3 In order to meet state and 5cduno\requirements, the following are required: ° Completion and approval of the attached Term Sheet. � Pr jexia utilizing federal funds must be included in your current]ranapodu1imu Improvement Program(TIP) as uoomp|utc programmed project. Once youzllP omeudooeo|is approved, YV3D07 will amend the Statewide Transportation Improvement Program(SI]P). � Project expenditures incurred before receiving uo1ioo from Local Programs u[federal fund obligation are not eligible for reimbursement. ° To maintain funding, a Quarterly 9 jcctl{eoodform(hoo|udiugmohodu|c, xoopcoundbudgod must be completed by the end of March,June, September and December each year. The online database can be found at: httr)://www.wsdot.�yt.�ov�loca jpyogr, s/. To access the database you will need an account name and password. To obligate funding for the project, please refer to the information above and your Local Agency Guidelines(LAG)manual for additional information. /\eo reminder, Local Programs encourages all agencies to submit monthly progress billings to ensure timely reimbursement of eligible federal expenditures. For uaaiotunuo please 0001uctMohrdud Moioi,your Region Local Programs Engineer, at 206.440.4734. Kathleen B. Davis Director Local Programs Attachment }{BDstzas cc: Mehrdad Moini,Northwest Region Local Programs Engineer, MS NB82-121 6 Allan Ekberg, Mayor INFO0������� ��0/�� � � N��U�x�� �����N� RMATIONAL m��m����� m�m��m�m��mm��m�����n�m TO: Transportation and Infrastructure CD i FROM: Bob Giberoon. Public��orbsDiygCto[.~�P��'~� BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: April 21'2O17 SUBJECT: 42nd Avenue S Phase III&Gilliam Creek Culvert Replacement Projects Project Nos. 99410303&99341208 Bid Award ISSUE Award the construction bid|O Active Construction, |nC` 8G the lowest responsive bidder for the 42»u Ave 8 Phase III Project. BACKGROUND A call for bids was advertised OO March 21 and March 28.2017. Three addenda were issued clarifying the bid documents. Seven bids were publicly opened Ek10:OU@00O April 11' 2017. The lowest bid was received from Active Construction, Inc. DISCUSSION The construction bids were reviewed and only minor irregularities were found. There were no mathematical errors iO the low bid. Minor irregularities iO the proposals were found iD three bidders,but the ranking Of the bidders did not change with the corrections. Active Construction, Inc. has been doing business since 1962 and has experience with projects UfSi0i|G[Size8OdSoupn.ASiv6 Construction does not have any exceptions and they have not been debarred from working on federally funded projects. FINANCIAL IMPACT The proposed bid, along with remaining known and estimated expenditures, is within the combined project bUdget3.The construction budget has been reduced from what is shown in the 2017 CIP as a design supplement used some funding. Bid Results Engineer's Estimate 2017 Budget Construction Contract $6,827,798.84 $6.789'508.20 $6.983'000.00 Gilliam Creek Culvert 1.008.000.00 Contingency(15%) 1,024,169.83 0.00 0.00 Total Funding Partners Bid Schedules City Residential Streets $3'528'430.04 Ch«Undoq]0UndiOg 1'229'054.00 Seattle City Light 755.214.00 City Surface Water 787.508.00 Valley View Sewer 329.947.20 Water District#125 Total RECOMMENDATION Council iS asked t0 award the contract to Active Construction, Inc, iD the amount Of$0.827.788.84 for the 42»uAve S Phase III and Gilliam Creek Culvert Replacement Projects 8OdConoid8rthi8it80ODthSCODS8Ot Agenda 81 the May 1.2O17Regular Meeting. Attachments: 201 C|P ua1no Bid Tabulation W:\PW Eng\PROJECTS\A-RW&RS Projects\42nd Ave S Phase 111(99410303 94-RS03)\Design\INFO MEMO Bid Award 042117 gl.docx CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: 42nd Ave South Phase III Project No, 99410303 DESCRIPTION: Design and construct street improvements, drainage,sidewalks, bike facilities, and driveway adjustments. JUSTIFICATION: Provide pedestrian and vehicle safety, drainage, and neighborhood revitalization. STATUS: Phase 111(SIC Blvd(154th)-S 160 St),Design began in 2012,construction in 2017.Project No.99410303 Phase IV(S 139 St-S 131 PI)in beyond. Project No. 99410301 Phase 190-RW15(SIC Blvd(154)- 144 St)$3,796&Phase II 94-RS02(144-139)$1,850,both completed. MAINT.IMPACT: Reduce pavement, shoulder, and drainage work. COMMENT: Only Phase III is shown in active years. Project includes Surface Water's Gilliam Creek 42nd Ave S Culvert project for$1.3m and is part of the Walk&Roll Plan. Seattle City Light's funding is a 60/40 underground split. FINANCIAL Through Estimated (in$000'x) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Phase IV Design 1,000 125 1,125 Land (R/W) 100 100 Const. Mgmt. 750 322 560 1,632 Construction 2,534 1,086 3,800 7,420 Undergrounding 2,467 1,057 3,524 TOTAL EXPENSES 1,000 125 5,851 1 2,465 1 01 01 01 01 4,360 1 13,801 FUND SOURCES Seattle City Light 1,077 462 1,539 Surface Water 144 4 148 Other Utilities 1 150 136 287 Bond 4,600 1,800 6,400 City Oper. Revenue 855 121 24 67 0 0 0 0 4,360 5,427 TOTAL SOURCES 1,000 125 5,851 2,465 0 0 0 0 4,360 13,801 Pro 3 1 t � '42, 2017-2022 Capital Improvement Program 2 8 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Gilliam Creek 42 Ave S Surface Water Culvert Project No. 99410303 99341208 DESCRIPTION: Design and replace the 36-inch surface water culvert under 42 Ave S/Gilliam Creek. Combining this project with the Residential Street Project 42nd Ave S Phase III. JUSTIFICATION: The existing concrete pipe sections are separating and cracked which could erode the 42 Ave S fill and lead to loss of roadway. STATUS: Project is currently under design with construction scheduled to begin in 2017. MAINT.IMPACT: Expected to decrease maintenance. COMMENT: State Fish&Wildlife hydraulic project approved(HPA)permit will be required. Replacement will require a fish passable structure. FINANCIAL Through Estimated (in$000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 144 31 175 Land(R/W) 0 Const. Mgmt. 135 15 150 Construction 8 900 100 1,008 TOTAL EXPENSES 152 311 1,035 1 115 1 01 01 01 01 01 1,333 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 152 31 1,035 115 0 0 0 0 0 1,333 TOTAL SOURCES 152 31 1,035 115 0 1 0 0 1 0 0 1 1,333 Project I-ocation �;. A stsoi- �5 �:r1 " c S A 4 ifs f ry T $§ 141 { / ; t, ` ~ j.0 _L S 45f7 Stj 1, _ Ito at E q 1a8�9t /,yams f .x^•hy X41.. 2017-2022 Capital Improvement Program 100 9 10 Certified Bid Tab 40 -42nd Avenue S Phase!!! Project Engineer's Estimate Gary Merlino Construction Kiewit Infrastructure West Co. Active Construction Bld item No- Item ileseri tion Quantity Unit Unit Price Total Pri a Unit Price Totai Prise Unit Price Total Price Unit Pri a Total Pri e Schedule A - Roadway Al Mobilization 1 LS $ 366,500.00 $ 366,500.00 $ 752,000.00 $ 752,000.00 $ 706,000.00 $ 706,000.00 $ 618,423.04 $ 618,423.04 A2 Resolution of Utility Conflicts 1 FA $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 A3 Field Office Building 1 LS $ 20,000.00 $ 20,000.00 $ 12,000.00 $ 12,000.00 $ 75,000.00 $ 75,000.00 $ 25,000.00 $ 25,000.00 A4 Type B Progress Schedule, min. Bid $5,000.00 1 LS $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10,000.00 A5 Unexpected Site Changes 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 A6 Record Drawings, min. Bid $5,000.00 1 LS $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 A7 Roadway Surveying 1 LS $ 15,000.00 $ 15,000.00 $ 60,000.00 $ 60,000.00 $ 50,000.00 $ 50,000.00 $ 55,000.00 $ 55,000.00 A8 Utility Potholing 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 A9 Flaggers and Spotters, min. Bid $50.00 per hour 2200 HR $ 50.00 $ 110,000.00 $ 60.00 $ 132,000.00 $ 70.00 $ 154,000.00 $ 66.00 $ 145,200.00 A10 Other Traffic Control Labor, min. Bid $50.00 per hour 500 HR $ 50.00 $ 25,000.00 $ 60.00 $ 30,000.00 $ 70.00 $ 35,000.00 $ 66.00 $ 33,000.00 All Traffic Control Supervisor, min. Bid $50.00 per hour 320 HR $ 60.00 $ 19,200.00 $ 72.00 $ 23,040.00 $ 80.00 $ 25,600.00 $ 66.00 $ 21,120.00 Al2 Construction Signs Class A 250 SF $ 20.00 $ 5,000.00 $ 25.00 $ 6,250.00 $ 15.00 $ 3,750.00 $ 27.00 $ 6,750.00 A13 Sequential Arrow Sign 750 HR $ 3.00 $ 2,250.00 $ 2.00 $ 1,500.00 $ 4.50 $ 3,375.00 $ 2.00 $ 1,500.00 A14 Portable Changeable Message Sign 970 HR $ 3.50 $ 3,395.00 $ 3.00 $ 2,910.00 $ 17.00 $ 16,490.00 $ 4.00 $ 3,880.00 A15 Outside Agency Uniformed Police Flagging Labor 1 FA $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 A16 Clearing and Grubbing 2.0 AC $ 15,000.00 $ 30,000.00 $ 30,000.00 $ 60,000.00 $ 9,000.00 $ 18,000.00 $ 45,000.00 $ 90,000.00 A17 Roadside Cleanup 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 A18 Remove Existing Drainage Structure 18 EA $ 350.00 $ 6,300.00 $ 350.00 $ 6,300.00 $ 500.00 $ 9,000.00 $ 200.00 $ 3,600.00 A19 Remove Existing Storm Sewer Pipe 1800 LF $ 5.00 $ 9,000.00 $ 20.00 $ 36,000.00 $ 13.00 $ 23,400.00 $ 21.00 $ 37,800.00 A20 Removal of Structure and Obstructions 1 LS $ 25,000.00 $ 25,000.00 $ 7,000.00 $ 7,000.00 $ 25,000.00 $ 25,000.00 $ 75,000.00 $ 75,000.00 A21 Removal and Relocation of Existing Private Improvements 1 FA $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 A22 Pavement Sawcutting 3810 LF $ 2.50 $ 9,525.00 $ 4.00 $ 15,240.00 $ 3.25 $ 12,382.50 $ 3.00 $ 11,430.00 A23 Remove Hydrant 2 EA $ 1,000.00 $ 2,000.00 $ 2,000.00 $ 4,000.00 $ 1,500.00 $ 3,000.00 $ 5,500.00 $ 11,000.00 A24 Roadway Excavation Incl. Haul 2600 CY $ 35.00 $ 91,000.00 $ 80.00 $ 208,000.00 $ 46.00 $ 119,600.00 $ 42.00 $ 109,200.00 A25 Gravel Borrow Incl. Haul 5050 CY $ 20.00 $ 101,000.00 $ 57.00 $ 287,850.00 $ 38.00 $ 191,900.00 $ 5.00 $ 25,250.00 A26 Gravel Backfill for Walls Incl. Haul 20 CY $ 150.00 $ 3,000.00 $ 100.00 $ 2,000.00 $ 62.00 $ 1,240.00 $ 275.00 $ 5,500.00 A27 Shoring or Extra Excavation Class B 16300 SF $ 3.00 $ 48,900.00 $ 2.60 $ 42,380.00 $ 1.50 $ 24,450.00 $ 0.35 $ 5,705.00 A28 Structure Excavation Class A Incl. Haul 270 CY $ 30.00 $ 8,100.00 $ 80.00 $ 21,600.00 $ 55.00 $ 14,850.00 $ 60.00 $ 16,200.00 A29 Temporary Structural Shoring for Detention Vault 1 LS $ 40,000.00 $ 40,000.00 $ 85,000.00 $ 85,000.00 $ 15,000.00 $ 15,000.00 $ 75,000.00 $ 75,000.00 A30 Construction Geotextile for Permanent Erosion Control 150 SY $ 6.00 $ 900.00 $ 2.00 $ 300.00 $ 7.00 $ 1,050.00 $ 5.00 $ 750.00 A31 Construction Geotextile for Separation 1120 SY $ 6.00 $ 6,720.00 $ 3.00 $ 3,360.00 $ 2.25 $ 2,520.00 $ 4.00 $ 4,480.00 A32 Construction Geotextile for Underground Drainage 240 SY $ 6.00 $ 1,440.00 $ 1.00 $ 240.00 $ 8.00 $ 1,920.00 $ 4.00 $ 960.00 A33 Crushed Surfacing Top Course 870 TON $ 25.00 $ 21,750.00 $ 56.00 $ 48,720.00 $ 65.00 $ 56,550.00 $ 40.00 $ 34,800.00 A34 Crushed Surfacing Base Course 2435 TON $ 25.00 $ 60,875.00 $ 40.00 $ 97,400.00 $ 43.00 $ 104,705.00 $ 36.00 $ 87,660.00 A35 Ballast 35 TON $ 20.00 $ 700.00 $ 150.00 $ 5,250.00 $ 66.00 $ 2,310.00 $ 111.00 $ 3,885.00 A36 HMA Cl. 1/2 -inch PG 64 -22 1125 TON $ 92.00 $ 103,500.00 $ 115.00 $ 129,375.00 $ 105.00 $ 118,125.00 $ 106.00 $ 119,250.00 A37 HMA CI. 1 -inch PG 64 -22 1415 TON $ 92.00 $ 130,180.00 $ 97.00 $ 137,255.00 $ 88.00 $ 124,520.00 $ 100.00 $ 141,500.00 A38 Pavement Repair Excavation Incl. Haul 300 SY $ 12.00 $ 3,600.00 $ 52.00 $ 15,600.00 $ 13.00 $ 3,900.00 $ 33.00 $ 9,900.00 A39 HMA for Pavement Repair Cl. 1/2 -inch PG 64 -22 205 TON $ 150.00 $ 30,750.00 $ 150.00 $ 30,750.00 $ 135.00 $ 27,675.00 $ 150.00 $ 30,750.00 A40 Planing Bitumious Pavement 315 SY $ 10.00 $ 3,150.00 $ 25.00 $ 7,875.00 $ 20.00 $ 6,300.00 $ 20.00 $ 6,300.00 A41 Cement Concrete Pavement 40 CY $ 400.00 $ 16,000.00 $ 500.00 $ 20,000.00 $ 504.00 $ 20,160.00 $ 335.00 $ 13,400.00 A42 Single Sloped Concrete Barrier 150 LF $ 100.00 $ 15,000.00 $ 125.00 $ 18,750.00 $ 141.00 $ 21,150.00 $ 165.00 $ 24,750.00 A43 Gravel Backfill for Drain 30 CY $ 40.00 $ 1,200.00 $ 50.00 $ 1,500.00 $ 100.00 $ 3,000.00 $ 70.00 $ 2,100.00 City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 40 -42nd Avenue S Phase!!! Project Engineer's Estimate Gary Merlino Construction Kiewit Infrastructure West Co. Active Construction Bld item No- Item ileseri tion Quantity Unit Unit Price Total Pri a Unit Price Totai Prise Unit Price Total Price Unit Pri a Total Pri e A44 Underdrain Pipe 6 In. Diam. 285 LF $ 25.00 $ 7,125.00 $ 3.00 $ 855.00 $ 8.00 $ 2,280.00 $ 14.00 $ 3,990.00 A45 Underdrain Pipe 8 In. Diam. 181 LF $ 30.00 $ 5,430.00 $ 25.00 $ 4,525.00 $ 9.00 $ 1,629.00 $ 21.00 $ 3,801.00 A46 Drain Pipe 6 In. Diam. 70 LF $ 30.00 $ 2,100.00 $ 87.00 $ 6,090.00 $ 8.00 $ 560.00 $ 33.00 $ 2,310.00 A47 Drain Pipe 8 In. Diam. 100 LF $ 35.00 $ 3,500.00 $ 65.00 $ 6,500.00 $ 9.00 $ 900.00 $ 35.00 $ 3,500.00 A48 Testing Storm Sewer Pipe 3352 LF $ 3.00 $ 10,056.00 $ 11.00 $ 36,872.00 $ 3.00 $ 10,056.00 $ 2.00 $ 6,704.00 A49 Corrugated polyethlyene Storm Sewer Pipe 8 In. Diam. 38 LF $ 30.00 $ 1,140.00 $ 50.00 $ 1,900.00 $ 100.00 $ 3,800.00 $ 45.00 $ 1,710.00 A50 Corrugated polyethlyene Storm Sewer Pipe 12 In. Diam. 942 LF $ 38.00 $ 35,796.00 $ 69.00 $ 64,998.00 $ 100.00 $ 94,200.00 $ 40.00 $ 37,680.00 A51 Corrugated polyethlyene Storm Sewer Pipe 18 In. Diam. 929 LF $ 45.00 $ 41,805.00 $ 95.00 $ 88,255.00 $ 110.00 $ 102,190.00 $ 55.00 $ 51,095.00 A52 Corrugated polyethlyene Storm Sewer Pipe 24 In. Diam. 927 LF $ 80.00 $ 74,160.00 $ 105.00 $ 97,335.00 $ 130.00 $ 120,510.00 $ 80.00 $ 74,160.00 A53 Cl. V Reinf. Conc. Storm Sewer Pipe 30 In. Diam. 36 LF $ 150.00 $ 5,400.00 $ 240.00 $ 8,640.00 $ 210.00 $ 7,560.00 $ 190.00 $ 6,840.00 A54 Ductile Iron Storm Sewer Pipe 8 In. Diam. 89 LF $ 65.00 $ 5,785.00 $ 96.00 $ 8,544.00 $ 130.00 $ 11,570.00 $ 55.00 $ 4,895.00 A55 Ductile Iron Storm Sewer Pipe 12 In. Diam. 316 LF $ 90.00 $ 28,440.00 $ 90.00 $ 28,440.00 $ 160.00 $ 50,560.00 $ 75.00 $ 23,700.00 A56 Ductile Iron Storm Sewer Pipe 18 In. Diam. 75 LF $ 120.00 $ 9,000.00 $ 135.00 $ 10,125.00 $ 210.00 $ 15,750.00 $ 110.00 $ 8,250.00 A57 Adjust Catch Basin 5 EA $ 400.00 $ 2,000.00 $ 400.00 $ 2,000.00 $ 900.00 $ 4,500.00 $ 750.00 $ 3,750.00 A58 Adjust Manhole 20 EA $ 500.00 $ 10,000.00 $ 600.00 $ 12,000.00 $ 900.00 $ 18,000.00 $ 950.00 $ 19,000.00 A59 Concrete Inlet 25 EA $ 1,000.00 $ 25,000.00 $ 1,650.00 $ 41,250.00 $ 2,200.00 $ 55,000.00 $ 1,400.00 $ 35,000.00 A60 Catch Basin Type 1 29 EA $ 1,200.00 $ 34,800.00 $ 2,000.00 $ 58,000.00 $ 2,500.00 $ 72,500.00 $ 1,200.00 $ 34,800.00 A61 Catch Basin Type 1 with Circular Frame and Cover 1 EA $ 1,500.00 $ 1,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 1,300.00 $ 1,300.00 A62 Catch Basin Type 1L 6 EA $ 1,500.00 $ 9,000.00 $ 2,200.00 $ 13,200.00 $ 2,700.00 $ 16,200.00 $ 1,300.00 $ 7,800.00 A63 Catch Basin Type 2, 48In. Diam. 20 EA $ 2,300.00 $ 46,000.00 $ 5,100.00 $ 102,000.00 $ 4,500.00 $ 90,000.00 $ 3,000.00 $ 60,000.00 A64 Catch Basin Type 2, 54In. Diam. With Flow Restrictor 1 EA $ 6,500.00 $ 6,500.00 $ 18,000.00 $ 18,000.00 $ 6,000.00 $ 6,000.00 $ 6,300.00 $ 6,300.00 A65 Detention Vault 1 LS $ 100,000.00 $ 100,000.00 $ 150,000.00 $ 150,000.00 $ 130,000.00 $ 130,000.00 $ 100,000.00 $ 100,000.00 A66 Connection to Drainage Structure 12 EA $ 700.00 $ 8,400.00 $ 650.00 $ 7,800.00 $ 900.00 $ 10,800.00 $ 1,000.00 $ 12,000.00 A67 Structure Excavation Class B Incl. Haul 2800 CY $ 30.00 $ 84,000.00 $ 24.00 $ 67,200.00 $ 50.00 $ 140,000.00 $ 3.00 $ 8,400.00 A68 Abandon and Fill Pipe 310 LF $ 25.00 $ 7,750.00 $ 15.00 $ 4,650.00 $ 10.00 $ 3,100.00 $ 22.00 $ 6,820.00 A69 Through Curb Inlet 2 EA $ 300.00 $ 600.00 $ 500.00 $ 1,000.00 $ 1,200.00 $ 2,400.00 $ 1,225.00 $ 2,450.00 A70 Hydrant Assembly 5 EA $ 6,000.00 $ 30,000.00 $ 8,000.00 $ 40,000.00 $ 10,000.00 $ 50,000.00 $ 8,000.00 $ 40,000.00 A71 Resetting Existing Hydrant 4 EA $ 3,000.00 $ 12,000.00 $ 3,500.00 $ 14,000.00 $ 3,000.00 $ 12,000.00 $ 2,500.00 $ 10,000.00 A72 Stormwater Pre - Treatment Unit A 1 LS $ 45,500.00 $ 45,500.00 $ 56,000.00 $ 56,000.00 $ 50,000.00 $ 50,000.00 $ 40,000.00 $ 40,000.00 A73 Stormwater Treatment Unit B 1 LS $ 25,000.00 $ 25,000.00 $ 30,000.00 $ 30,000.00 $ 31,000.00 $ 31,000.00 $ 25,000.00 $ 25,000.00 A74 Stormwater Treatment UnitC 1 LS $ 25,000.00 $ 25,000.00 $ 30,000.00 $ 30,000.00 $ 31,000.00 $ 31,000.00 $ 25,000.00 $ 25,000.00 A75 SWPPP Preparation And General Permit Compliance 1 LS $ 18,000.00 $ 18,000.00 $ 10,000.00 $ 10,000.00 $ 5,000.00 $ 5,000.00 $ 20,000.00 $ 20,000.00 A76 Portable Storage Tank 1 LS $ 24,000.00 $ 24,000.00 $ 100,000.00 $ 100,000.00 $ 15,000.00 $ 15,000.00 $ 35,000.00 $ 35,000.00 A77 ESC Lead 45 DAY $ 110.00 $ 4,950.00 $ 50.00 $ 2,250.00 $ 1.00 $ 45.00 $ 1.00 $ 45.00 A78 Erosion/Water Pollution Control 1 FA $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 A79 High Visibiliy Fence 1350 LF $ 4.00 $ 5,400.00 $ 4.00 $ 5,400.00 $ 5.50 $ 7,425.00 $ 3.00 $ 4,050.00 A80 Silt Fence 620 LF $ 5.00 $ 3,100.00 $ 6.00 $ 3,720.00 $ 6.00 $ 3,720.00 $ 6.00 $ 3,720.00 A81 Check Dam 168 LF $ 8.00 $ 1,344.00 $ 25.00 $ 4,200.00 $ 6.00 $ 1,008.00 $ 15.00 $ 2,520.00 A82 Inlet Protection 18 EA $ 90.00 $ 1,620.00 $ 110.00 $ 1,980.00 $ 130.00 $ 2,340.00 $ 70.00 $ 1,260.00 A83 Biodegrable Erosion Control Blanket 360 SY $ 10.00 $ 3,600.00 $ 4.00 $ 1,440.00 $ 6.00 $ 2,160.00 $ 8.00 $ 2,880.00 A84 Topsoil Type A (6" Depth) 0.6 ACRE $ 45,000.00 $ 27,000.00 $ 42,000.00 $ 25,200.00 $ 29,000.00 $ 17,400.00 $ 42,000.00 $ 25,200.00 A85 Topsoil Type A (12" Depth) 290 SY $ 20.00 $ 5,800.00 $ 18.00 $ 5,220.00 $ 16.00 $ 4,640.00 $ 18.00 $ 5,220.00 A86 SEED /SOD (MIX B) 0.6 ACRE $ 10,000.00 $ 6,000.00 $ 3,900.00 $ 2,340.00 $ 3,200.00 $ 1,920.00 $ 4,400.00 $ 2,640.00 A87 BARK OR WOOD CHIP MULCH (3" DEPTH) 321 SY $ 45.00 $ 14,445.00 $ 4.00 $ 1,284.00 $ 4.00 $ 1,284.00 $ 5.00 $ 1,605.00 N City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 40 -42nd Avenue S Phase!!! Project Engineer's Estimate Gary Merlino Construction Kiewit Infrastructure West Co. Active Construction Marton No- Item ileseri tion Quantity Unit Unit Price Total Pri a Unit Price Totai Prise Unit Price Total Price Unit Pri a Total Pri e A88 PSIPE, PARTHENOCISSUS TRICUSPIDATA (4" POT) 54 EA $ 15.00 $ 810.00 $ 6.50 $ 351.00 $ 13.00 $ 702.00 $ 17.00 $ 918.00 A89 PSIPE, BERBERUS THUNBERGII'CRIMSON PYGMY' (#3) 102 EA $ 45.00 $ 4,590.00 $ 33.00 $ 3,366.00 $ 29.00 $ 2,958.00 $ 38.00 $ 3,876.00 A90 PSIPE, ROSA RUGOSA'SHOWY PAVEMENT ( #3) 90 EA $ 250.00 $ 22,500.00 $ 33.00 $ 2,970.00 $ 28.00 $ 2,520.00 $ 38.00 $ 3,420.00 A91 PSIPE, ACER CIRCINATUM(1.5" CALIPER) 5 EA $ 45.00 $ 225.00 $ 425.00 $ 2,125.00 $ 180.00 $ 900.00 $ 415.00 $ 2,075.00 A92 PSIPE, RHPHIOLEPIS X DEIACOURII'GEORGIA PETITE' ( #3) 73 EA $ 45.00 $ 3,285.00 $ 33.00 $ 2,409.00 $ 52.00 $ 3,796.00 $ 110.00 $ 8,030.00 A93 PSIPE, PHYSOCARPUS OPULIFOIUS 'PODARUS' ( #3) 60 EA $ 45.00 $ 2,700.00 $ 33.00 $ 1,980.00 $ 45.00 $ 2,700.00 $ 43.00 $ 2,580.00 A94 Cement Conc. Traffic Curb and Gutter 4312 LF $ 20.00 $ 86,240.00 $ 30.00 $ 129,360.00 $ 35.00 $ 150,920.00 $ 20.00 $ 86,240.00 A95 Extruded Curb, Type 6 176 LF $ 15.00 $ 2,640.00 $ 16.00 $ 2,816.00 $ 15.00 $ 2,640.00 $ 6.00 $ 1,056.00 A96 Integral Curb Wall 20 SF $ 25.00 $ 500.00 $ 90.00 $ 1,800.00 $ 175.00 $ 3,500.00 $ 55.00 $ 1,100.00 A97 Cement Conc. Driveway Entrance 770 SY $ 60.00 $ 46,200.00 $ 110.00 $ 84,700.00 $ 83.00 $ 63,910.00 $ 71.00 $ 54,670.00 A98 Raised Pavement Marker Type 1 16 Hundred $ 700.00 $ 11,200.00 $ 220.00 $ 3,520.00 $ 200.00 $ 3,200.00 $ 165.00 $ 2,640.00 A99 Raised Pavement Marker Type 2 5 Hundred $ 850.00 $ 4,250.00 $ 350.00 $ 1,750.00 $ 315.00 $ 1,575.00 $ 465.00 $ 2,325.00 A100 Raising Existing Beam Guardrail 38 LF $ 50.00 $ 1,900.00 $ 20.00 $ 760.00 $ 72.00 $ 2,736.00 $ 87.00 $ 3,306.00 A101 Black Vinyl Coated Chain Link Fence Type 3 110 LF $ 50.00 $ 5,500.00 $ 41.00 $ 4,510.00 $ 35.00 $ 3,850.00 $ 37.00 $ 4,070.00 A102 Black Vinyl Coated Chain Link Fence Type 4 266 LF $ 30.00 $ 7,980.00 $ 50.00 $ 13,300.00 $ 31.00 $ 8,246.00 $ 33.00 $ 8,778.00 A103 Black Vinyl Coated Double 14' Chain Link Gate 1 EA $ 1,500.00 $ 1,500.00 $ 1,300.00 $ 1,300.00 $ 1,500.00 $ 1,500.00 $ 925.00 $ 925.00 A104 Adjust Monument 2 EA $ 500.00 $ 1,000.00 $ 500.00 $ 1,000.00 $ 1,000.00 $ 2,000.00 $ 400.00 $ 800.00 A105 Cement Conc Sidewalk 2520 SY $ 32.00 $ 80,640.00 $ 57.00 $ 143,640.00 $ 67.00 $ 168,840.00 $ 55.00 $ 138,600.00 A106 Cement Conc Curb Ramp, Type A 2 EA $ 1,500.00 $ 3,000.00 $ 1,800.00 $ 3,600.00 $ 2,500.00 $ 5,000.00 $ 1,300.00 $ 2,600.00 A107 Cement Conc Curb Ramp Type Parallel A 8 EA $ 1,800.00 $ 14,400.00 $ 2,500.00 $ 20,000.00 $ 2,500.00 $ 20,000.00 $ 2,400.00 $ 19,200.00 A108 Paved Buffer Zone 290 SY $ 75.00 $ 21,750.00 $ 103.00 $ 29,870.00 $ 169.00 $ 49,010.00 $ 120.00 $ 34,800.00 A109 Quarry Spalls 25 TON $ 25.00 $ 625.00 $ 80.00 $ 2,000.00 $ 70.00 $ 1,750.00 $ 170.00 $ 4,250.00 A110 Mailbox Support, Type 1 8 EA $ 500.00 $ 4,000.00 $ 400.00 $ 3,200.00 $ 1,000.00 $ 8,000.00 $ 500.00 $ 4,000.00 A111 Mailbox Support, Type 2 3 EA $ 2,000.00 $ 6,000.00 $ 800.00 $ 2,400.00 $ 1,000.00 $ 3,000.00 $ 1,000.00 $ 3,000.00 A112 Illumination System Complete 1 LS $ 200,000.00 $ 200,000.00 $ 250,000.00 $ 250,000.00 $ 275,000.00 $ 275,000.00 $ 300,000.00 $ 300,000.00 A113 Permanent Signing 1 LS $ 12,500.00 $ 12,500.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 A114 Plastic Stop Line 50 LF $ 7.50 $ 375.00 $ 8.50 $ 425.00 $ 7.00 $ 350.00 $ 7.00 $ 350.00 A115 Plastic Line (4 ") 2523 LF $ 3.00 $ 7,569.00 $ 1.50 $ 3,784.50 $ 1.25 $ 3,153.75 $ 1.00 $ 2,523.00 A116 Plastic Bicycle Lane Symbol 10 EA $ 400.00 $ 4,000.00 $ 130.00 $ 1,300.00 $ 120.00 $ 1,200.00 $ 400.00 $ 4,000.00 A117 Plastic Crosswalk Line 110 SF $ 8.00 $ 880.00 $ 5.00 $ 550.00 $ 4.00 $ 440.00 $ 4.00 $ 440.00 A118 Plastic Traffic Arrow 2 EA $ 80.00 $ 160.00 $ 125.00 $ 250.00 $ 110.00 $ 220.00 $ 55.00 $ 110.00 A119 Plastic Sharrow Symbol 12 EA $ 400.00 $ 4,800.00 $ 400.00 $ 4,800.00 $ 350.00 $ 4,200.00 $ 400.00 $ 4,800.00 A120 Temporary Pavement Markings 4000 LF $ 0.40 $ 1,600.00 $ 1.10 $ 4,400.00 $ 0.25 $ 1,000.00 $ 1.00 $ 4,000.00 A121 Rock for Rock Wall 340 TON $ 120.00 $ 40,800.00 $ 165.00 $ 56,100.00 $ 160.00 $ 54,400.00 $ 171.00 $ 58,140.00 A122 Backfill for Rock Wall 130 CY $ 55.00 $ 7,150.00 $ 45.00 $ 5,850.00 $ 68.00 $ 8,840.00 $ 55.00 $ 7,150.00 A123 Compacted Till 70 CY $ 50.00 $ 3,500.00 $ 40.00 $ 2,800.00 $ 100.00 $ 7,000.00 $ 21.00 $ 1,470.00 A124 Adjust Valve Box to Grade 20 EA $ 200.00 $ 4,000.00 $ 500.00 $ 10,000.00 $ 100.00 $ 2,000.00 $ 325.00 $ 6,500.00 A125 Adjust Meter Box to Grade 10 EA $ 300.00 $ 3,000.00 $ 300.00 $ 3,000.00 $ 100.00 $ 1,000.00 $ 125.00 $ 1,250.00 Subtotal Schedule A $ 2,878,750.00 $ 4,404,144.50 $ 4,212,486.25 $ 3,526,430.04 Schedule B - Gilliam Creek Culvert B1 Unexpected Site Changes 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 B2 Clearing and Grubbing 0.4 AC $ 15,000.00 $ 6,000.00 $ 10,000.00 $ 4,000.00 $ 30,000.00 $ 12,000.00 $ 50,000.00 $ 20,000.00 B3 Remove Existing Pipe 94 LF $ 45.00 $ 4,230.00 $ 20.00 $ 1,880.00 $ 25.00 $ 2,350.00 $ 15.00 $ 1,410.00 B4 Roadway Excavation Incl. Haul 4200 CY $ 35.00 $ 147,000.00 $ 33.00 $ 138,600.00 $ 65.00 $ 273,000.00 $ 35.00 $ 147,000.00 w City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 40 -42nd Avenue S Phase!!! Project Engineer's Estimate Gary Merlino Construction Kiewit Infrastructure West Co. Active Construction Bid Item. No. Item D scri ption u Uni Unit Pric Total Pri Unit Pri Totai Pilsej Unit Pric Total Pri Unit Fri i Total Pri B5 Gravel Borrow Incl. Haul 3700 CY 20.00 $ 74,000.00 61.00 $ 225,700.00 44.00 $ 162,800.00 $ 74,000.00 B6 Temporary Structural Shoring for Culvert Footing LS $ 96,000.00 $ 96,000.00 $ 60,000.00 $ 60,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 B7 Conc. Class 4000 for Culvert Footing 170 CY $ 600.00 $ 102,000.00 $ 400.00 $ 68,000.00 1.00 $ 170.00 $ 500.00 $ 85,000.00 B8 St Reinf. Bar for Culvert Footing 24000 LBS $ 1.50 $ 36,000.00 1.50 $ 36,000.00 0.01 $ 240.00 2.00 $ 48,000.00 B9 St Str. Plate Arch 10 Gage 16 ft. Span 146 LF $ 515.00 $ 75,190.00 $ 1,060.00 $ 154,760.00 $ 1,900.00 $ 277,400.00 $ 1,350.00 $ 197,100.00 B10 Steambed Boulders - One Man 88 TON $ 45.00 $ 3,960.00 $ 120.00 $ 10,560.00 $ 140.00 $ 12,320.00 $ 115.00 $ 10,120.00 B11 Steambed Boulders - Two Man 88 TON $ 90.00 $ 7,920.00 $ 120.00 $ 10,560.00 $ 140.00 $ 12,320.00 $ 103.00 $ 9,064.00 B12 Steambed Cobbles 675 TON $ 45.00 $ 30,375.00 85.00 $ 57,375.00 38.00 $ 25,650.00 52.00 $ 35,100.00 B13 Coarse Band 3 EA $ 2,000.00 $ 6,000.00 $ 2,500.00 $ 7,500.00 $ 1,600.00 $ 4,800.00 $ 1,750.00 $ 5,250.00 B14 Temporary Stream Diversion LS $ 55,000.00 $ 55,000.00 $ 105,000.00 $ 105,000.00 $ 90,000.00 $ 90,000.00 $ 40,000.00 $ 40,000.00 B15 High Visibiliy Fence 250 LF $ 4.00 $ 1,000.00 4.00 $ 1,000.00 5.25 $ 1,312.50 3.00 $ 750.00 B16 Topsoil Type A (4" Depth) 0.20 ACRE $ 30,000.00 $ 6,000.00 $ 23,000.00 $ 4,600.00 $ 18,000.00 $ 3,600.00 $ 30,000.00 $ 6,000.00 B17 Seed, Fertilize & Mulching (Native Seed Mix A) 0.20 ACRE $ 10,000.00 $ 2,000.00 $ 3,800.00 $ 760.00 $ 4,000.00 $ 800.00 $ 5,000.00 $ 1,000.00 B18 Fine Compost (3" depth) 0.20 ACRE $ 15,500.00 $ 3,100.00 $ 18,000.00 $ 3,600.00 $ 18,000.00 $ 3,600.00 $ 35,000.00 $ 7,000.00 B19 PSIPE, SALIX LASIANDRA ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 25.00 $ 100.00 21.00 $ 84.00 B20 PSIPE, SALIX SCOULERIANA ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 25.00 $ 100.00 30.00 $ 120.00 B21 PSIPE, BETULA PAPYRIFERA ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 31.00 $ 124.00 30.00 $ 120.00 B22 PSIPE, FRAXINUS LATIFOLIA ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 25.00 $ 100.00 30.00 $ 120.00 B23 PSIPE, THUJA PLICATA ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 31.00 $ 124.00 30.00 $ 120.00 B24 PSIPE, TSUGA HETEROPHYLLA ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 38.00 $ 152.00 30.00 $ 120.00 B25 PSIPE, ALNUS RUBRA ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 29.00 $ 116.00 30.00 $ 120.00 B26 PSIPE, ACER CIRCINATUM ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 25.00 $ 100.00 30.00 $ 120.00 B27 PSIPE, ACER MACROPHYLLUM ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 25.00 $ 100.00 30.00 $ 120.00 B28 PSIPE, PSEUDOTSUGA MENZIESII ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 29.00 $ 116.00 30.00 $ 120.00 B29 PSIPE, PINUS CONTORTA ( #3) 4 EA $ 45.00 180.00 33.00 $ 132.00 38.00 $ 152.00 30.00 $ 120.00 B30 PSIPE, CORNUS SERICEA ( #3) 21 EA $ 45.00 945.00 33.00 $ 693.00 25.00 $ 525.00 30.00 $ 630.00 B31 PSIPE, SAMBUCUS RACEMOSA ( #3) 21 EA $ 45.00 945.00 33.00 $ 693.00 28.00 $ 588.00 30.00 $ 630.00 B32 PSIPE, MYRICA CALIFORNICA ( #3) 21 EA $ 45.00 945.00 33.00 $ 693.00 42.00 $ 882.00 30.00 $ 630.00 B33 PSIPE, RIBES SANGUINEUM ( #3) 23 EA $ 45.00 $ 1,035.00 33.00 $ 759.00 25.00 $ 575.00 30.00 $ 690.00 B34 PSIPE, HOLODISCUS DISCOLOR ( #3) 24 EA $ 45.00 $ 1,080.00 33.00 $ 792.00 29.00 $ 696.00 30.00 $ 720.00 B35 PSIPE, SYMPHORICARPOS ALBUS ( #3) 21 EA $ 45.00 945.00 33.00 $ 693.00 29.00 $ 609.00 30.00 $ 630.00 B36 Temporary Irrigation System LS $ 35,000.00 $ 35,000.00 $ 16,000.00 $ 16,000.00 $ 6,950.00 $ 6,950.00 $ 16,500.00 $ 16,500.00 B37 Settlement Monitoring LS $ 16,000.00 $ 16,000.00 $ 30,000.00 $ 30,000.00 $ 15,000.00 $ 15,000.00 $ 10,000.00 $ 10,000.00 B38 Remove and Reset Streambank Boulders LS $ 5,000.00 $ 5,000.00 $ 15,000.00 $ 15,000.00 $ 13,000.00 $ 13,000.00 $ 3,000.00 $ 3,000.00 B39 Fish Exclusion FA $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 Subtotal Schedule B $ 729,650.00 $ 972,670.00 $ 988,471.50 $ 787,508.00 Schedule C -- Power and Communications Undergrounding C1 Unexpected Site Changes 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 C2 Franchise Utility Coordination 1 FA $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 C3 Utility Potholing 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 Joint Communications Ductbank C4 Structure Excavation Class B Incl. Haul for Joint Trench 2200 CY 35.00 $ 77,000.00 90.00 $ 198,000.00 55.00 $ 121,000.00 65.50 $ 144,100.00 C5 Shoring or Extra Excavation Class B for Joint Trench 24000 SF 2.00 $ 48,000.00 1.00 $ 24,000.00 1.00 $ 24,000.00 0.30 $ 7,200.00 C6 Joint Trench Pipe Zone Bedding, Including Haul 400 CY $ 35.00 $ 14,000.00 40.00 $ 16,000.00 65.00 $ 26,000.00 38.30 $ 15,320.00 a City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 40 -42nd Avenue S Phase!!! Project Engineer's Estimate Gary Merlino Construction Kiewit Infrastructure West Co. Active Construction Bid Item No. Item D scri ption u Uni Unit Pric Total Pri Unit Pri Total Pivsej Unit Pric Total Pri UnitPri Total Pri C7 Joint Trench Backfill 1520 CY 25.00 $ 38,000.00 42.00 $ 63,840.00 65.00 $ 98,800.00 $ 74,936.00 C8 Install 444 -LA Vault - Comcast 18 EA $ 800.00 $ 14,400.00 $ 600.00 $ 10,800.00 $ 2,800.00 $ 50,400.00 $ 1,200.00 $ 21, 600.00 C9 Install Conduit Pipe 4 In. Diam. - Comcast 5300 LF 6.00 $ 31,800.00 9.00 $ 47,700.00 9.00 $ 47,700.00 4.00 $ 21,200.00 C10 Conduit Riser, 4 -inch - Comcast 4 EA $ 400.00 $ 1,600.00 $ 1,950.00 $ 7,800.00 $ 1,800.00 $ 7,200.00 $ 1,175.00 $ 4,700.00 C11 Install H1730H Handhole - CenturyLink 8 EA $ 600.00 $ 4,800.00 $ 200.00 $ 1,600.00 $ 1,400.00 $ 11,200.00 $ 575.00 $ 4,600.00 C12 Install 264 -TA - CenturyLink 4 EA $ 1,500.00 $ 6,000.00 $ 600.00 $ 2,400.00 $ 4,000.00 $ 16,000.00 $ 500.00 $ 2,000.00 C13 Install Conduit Pipe 4 In. Diam. - CenturyLink 3550 LF $ 6.00 $ 21,300.00 9.50 $ 33,725.00 9.00 $ 31,950.00 4.00 $ 14,200.00 C14 Core Drill of Existing Vault - CenturyLink 14 EA $ 400.00 $ 5,600.00 $ 550.00 $ 7,700.00 $ 500.00 $ 7,000.00 $ 250.00 $ 3,500.00 C15 Install 444 -LA Vault - Zayo 3 EA $ 800.00 $ 2,400.00 $ 600.00 $ 1,800.00 $ 3,500.00 $ 10,500.00 $ 1,200.00 $ 3,600.00 C16 Install Conduit Pipe 4 In. Diam. -Zayo 1550 LF 6.00 $ 9,300.00 9.50 $ 14,725.00 9.00 $ 13,950.00 4.00 $ 6,200.00 SCL Electrical Ductbank C17 Structure Excavation Class B Incl. Haul for SCL Duct Bank 3080 CY $ 200.00 $ 616,000.00 $ 240.00 $ 739,200.00 $ 55.00 $ 169,400.00 $ 60.00 $ 184,800.00 C18 Shoring or Extra Excavation Class B for SCL Duct Bank 28000 SF $ 2.00 $ 56,000.00 $ 6.00 $ 168,000.00 $ 1.50 $ 42,000.00 $ 1.50 $ 42,000.00 C19 Handhole, 233-LA - SCL 3 EA $ 3,000.00 $ 9,000.00 $ 2,100.00 $ 6,300.00 $ 4,500.00 $ 13,500.00 $ 2,850.00 $ 8,550.00 C20 Vault, 444-LA - SCL 6 EA $ 4,000.00 $ 24,000.00 $ 3,500.00 $ 21,000.00 $ 7,000.00 $ 42,000.00 $ 3,700.00 $ 22,200.00 C21 Vault, 507-LA - SCL 3 EA $ 6,000.00 $ 18,000.00 $ 5,300.00 $ 15,900.00 $ 10,000.00 $ 30,000.00 $ 4,350.00 $ 13,050.00 C22 Vault, 577-LA - SCL 7 EA $ 8,000.00 $ 56,000.00 $ 9,000.00 $ 63,000.00 $ 14,000.00 $ 98,000.00 $ 6,650.00 $ 46,550.00 C23 Vault, 712-LA - SCL 1 EA $ 35,000.00 $ 35,000.00 $ 20,000.00 $ 20,000.00 $ 31,000.00 $ 31,000.00 $ 14,500.00 $ 14,500.00 C24 Vault, 712-CLX - SCL 2 EA $ 35,000.00 $ 70,000.00 $ 23,000.00 $ 46,000.00 $ 33,000.00 $ 66,000.00 $ 14,500.00 $ 29,000.00 C25 Vault, Pad 10 - SCL 1 EA $ 6,000.00 $ 6,000.00 $ 2,100.00 $ 2,100.00 $ 4,500.00 $ 4,500.00 $ 2,150.00 $ 2,150.00 C26 Conduit, PVC, 4 Inch - SCL 12250 LF $ 15.00 $ 183,750.00 $ 25.00 $ 306,250.00 $ 23.00 $ 281,750.00 $ 10.00 $ 122,500.00 C27 Conduit, Fiberglass, 5 Inch -SCL 6960 LF $ 25.00 $ 174,000.00 $ 31.00 $ 215,760.00 $ 28.00 $ 194,880.00 $ 15.50 $ 107,880.00 C28 Conduit Bend, RGS, 4 Inch, Misc. Degree, 144" or 150" Radius - SCL 150 EA $ 800.00 $ 120,000.00 $ 720.00 $ 108,000.00 $ 650.00 $ 97,500.00 $ 650.00 $ 97,500.00 C29 Conduit Bend, RGS, 4 Inch, Misc. Degree, 48 " Radius -SCL 3 EA $ 400.00 $ 1,200.00 $ 550.00 $ 1,650.00 $ 500.00 $ 1,500.00 $ 350.00 $ 1,050.00 C30 Conduit Riser, 4 -inch 8 EA $ 400.00 $ 3,200.00 $ 2,300.00 $ 18,400.00 $ 2,100.00 $ 16,800.00 $ 1,500.00 $ 12,000.00 C31 Conduit Riser, 5 -inch 4 EA $ 750.00 $ 3,000.00 $ 2,700.00 $ 10,800.00 $ 2,500.00 $ 10,000.00 $ 1,500.00 $ 6,000.00 C32 Core Drill of Existing Vault- SCL 14 EA $ 400.00 $ 5,600.00 $ 550.00 $ 7,700.00 $ 500.00 $ 7,000.00 $ 250.00 $ 3,500.00 C33 High Strength-FTB - SCL 390 CY $ 250.00 $ 97,500.00 $ 160.00 $ 62,400.00 $ 600.00 $ 234,000.00 $ 150.00 $ 58,500.00 C34 Low Strength-FTB - SCL 2626 CY $ 150.00 $ 393,900.00 $ 115.00 $ 301,990.00 $ 135.00 $ 354,510.00 $ 185.00 $ 485,810.00 C35 Guard Post(Bollard) 2 EA $ 300.00 $ 600.00 $ 600.00 $ 1,200.00 $ 1,000.00 $ 2,000.00 $ 575.00 $ 1,150.00 Private Service Joint Utility Trench C36 Install Conduit Pipe 2 In. Diam. - Comcast Private Service 1820 LF 3.00 $ 5,460.00 19.00 $ 34,580.00 17.00 $ 30,940.00 4.00 $ 7,280.00 C37 Install Conduit Pipe 2 In. Diam - Century Link Private Service 1750 LF 3.00 $ 5,250.00 19.00 $ 33,250.00 17.00 $ 29,750.00 4.00 $ 7,000.00 C38 Conduit Pipe 3 In. Diam - Seattle City Light Private Service 1930 LF $ 10.00 $ 19,300.00 21.00 $ 40,530.00 20.00 $ 38,600.00 10.00 $ 19,300.00 C39 Private Service Address 15857 LS $ 1,500.00 $ 1,500.00 $ 6,900.00 $ 6,900.00 $ 6,000.00 $ 6,000.00 $ 4,000.00 $ 4,000.00 C40 Private Service Address 15837 LS $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 4,000.00 $ 4,000.00 C41 Private Service Address 15827 LS $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 4,000.00 $ 4,000.00 C42 Private Service Address 15819 LS $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 9,000.00 $ 9,000.00 $ 4,000.00 $ 4,000.00 C43 Private Service Address 4066 LS $ 5,000.00 $ 5,000.00 $ 9,500.00 $ 9,500.00 $ 9,000.00 $ 9,000.00 $ 4,000.00 $ 4,000.00 C44 Private Service Address 15645 LS $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 4,000.00 $ 4,000.00 C45 Private Service Address 15625 LS $ 1,000.00 $ 1,000.00 $ 8,000.00 $ 8,000.00 $ 7,000.00 $ 7,000.00 $ 4,000.00 $ 4,000.00 C46 Private Service Address 15603 LS $ 3,000.00 $ 3,000.00 $ 9,500.00 $ 9,500.00 $ 8,500.00 $ 8,500.00 $ 4,000.00 $ 4,000.00 C47 Private Service Address 15854 LS $ 2,000.00 $ 2,000.00 $ 9,600.00 $ 9,600.00 $ 8,500.00 $ 8,500.00 $ 4,000.00 $ 4,000.00 C48 Private Service Address 15838 LS $ 5,000.00 $ 5,000.00 $ 12,000.00 $ 12,000.00 $ 11,000.00 $ 11,000.00 $ 4,000.00 $ 4,000.00 City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 40 -42nd Avenue S Phase!!! Project Engineer's Estimate Gary Merlino Construction Kiewit Infrastructure West Co. Active Construction Bidrltem No- Item Deseri tion Quantity Unit Unit Price Total Pri a Unit Price Totai Prise Unit Price Total Price Unit Pri a Total Pri e C49 Private Service Address 15826 1 LS $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 9,000.00 $ 9,000.00 $ 4,000.00 $ 4,000.00 C50 Private Service Address 15820 1 LS $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 4,000.00 $ 4,000.00 C51 Private Service Address 15660 1 LS $ 5,000.00 $ 5,000.00 $ 11,000.00 $ 11,000.00 $ 10,000.00 $ 10,000.00 $ 4,000.00 $ 4,000.00 C52 Private Service Address 15654 1 LS $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 4,000.00 $ 4,000.00 C53 Private Service Address 15650 1 LS $ 5,000.00 $ 5,000.00 $ 9,000.00 $ 9,000.00 $ 8,000.00 $ 8,000.00 $ 4,000.00 $ 4,000.00 C54 Private Service Address 15646 1 LS $ 3,000.00 $ 3,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 4,000.00 $ 4,000.00 C55 Private Service Address 15642 1 LS $ 3,000.00 $ 3,000.00 $ 9,000.00 $ 9,000.00 $ 8,000.00 $ 8,000.00 $ 4,000.00 $ 4,000.00 C56 Private Service Address 15638 1 LS $ 500.00 $ 500.00 $ 9,000.00 $ 9,000.00 $ 8,000.00 $ 8,000.00 $ 4,000.00 $ 4,000.00 C57 Private Service Address 15460 1 LS $ 500.00 $ 500.00 $ 9,000.00 $ 9,000.00 $ 8,000.00 $ 8,000.00 $ 4,000.00 $ 4,000.00 C58 Private Service Address 15458 1 LS $ 2,000.00 $ 2,000.00 $ 13,000.00 $ 13,000.00 $ 12,000.00 $ 12,000.00 $ 4,000.00 $ 4,000.00 C59 Private Service Address 15436 1 LS $ 2,000.00 $ 2,000.00 $ 9,000.00 $ 9,000.00 $ 8,500.00 $ 8,500.00 $ 4,000.00 $ 4,000.00 C60 Property Restoration for Private Services 1 FA $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 Subtotal $ 2,355,460.00 $ 2,963,600.00 $ 2,556,830.00 $ 1,804,426.00 Sales Tax 10% 10.0% $ 235,546.00 $ 296,360.00 $ 255,683.00 $ 180,442.60 Subtotal Schedule C $ 2,591,006.00 $ 3,259,960.00 $ 2,812,513.00 $ 1,984,868.60 Schedule D -- Valley View Sewer D1 Traffic Control 1 LS $ 25,000.00 $ 25,000.00 $ 4,000.00 $ 4,000.00 $ 23,000.00 $ 23,000.00 $ 8,500.00 $ 8,500.00 D2 Shoring & Trench Safety Systems 433 LF $ 2.00 $ 866.00 $ 1.00 $ 433.00 $ 35.00 $ 15,155.00 $ 1.00 $ 433.00 D3 Temporary Erosion and Sedimentation Control 1 LS $ 7,000.00 $ 7,000.00 $ 3,000.00 $ 3,000.00 $ 2,500.00 $ 2,500.00 $ 250.00 $ 250.00 D4 Dewatering 1 LS $ 2,000.00 $ 2,000.00 $ 5,000.00 $ 5,000.00 $ 20,000.00 $ 20,000.00 $ 5,000.00 $ 5,000.00 D5 Potholing 5 EA $ 900.00 $ 4,500.00 $ 1,000.00 $ 5,000.00 $ 1,000.00 $ 5,000.00 $ 650.00 $ 3,250.00 D6 Landscape and Misc. Restoration 1 LS $ 7,000.00 $ 7,000.00 $ 1,000.00 $ 1,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 D7 Gilliam Temporary Wastewater Bypass 1 LS $ 9,500.00 $ 9,500.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 12,500.00 $ 12,500.00 D8 Other Temporary Wastewater Bypasses 1 LS $ 10,000.00 $ 10,000.00 $ 7,000.00 $ 7,000.00 $ 35,000.00 $ 35,000.00 $ 2,500.00 $ 2,500.00 D9 60 -inch Saddle Manhole (E17 -77) 1 LS $ 7,000.00 $ 7,000.00 $ 16,000.00 $ 16,000.00 $ 8,000.00 $ 8,000.00 $ 7,000.00 $ 7,000.00 D10 48 -inch Standard Manhole (F17 -21, F17 -22) 2 EA $ 7,000.00 $ 14,000.00 $ 11,000.00 $ 22,000.00 $ 8,000.00 $ 16,000.00 $ 5,000.00 $ 10,000.00 D11 72 -inch Standard Manhole with Extra Channeling Work (E17 -51) 1 LS $ 15,000.00 $ 15,000.00 $ 13,000.00 $ 13,000.00 $ 11,000.00 $ 11,000.00 $ 9,500.00 $ 9,500.00 D12 72 -inch Standard Manhole (E17 -53) 1 LS $ 8,000.00 $ 8,000.00 $ 26,000.00 $ 26,000.00 $ 26,000.00 $ 26,000.00 $ 26,000.00 $ 26,000.00 D13 60 -inch Shallow Manhole (E17 -76) 1 LS $ 7,000.00 $ 7,000.00 $ 12,000.00 $ 12,000.00 $ 15,000.00 $ 15,000.00 $ 13,000.00 $ 13,000.00 D14 72 -inch Shallow Manhole (E17 -49, E17 -52) 2 EA $ 8,000.00 $ 16,000.00 $ 22,000.00 $ 44,000.00 $ 25,000.00 $ 50,000.00 $ 27,000.00 $ 54,000.00 D15 8 -inch SDR 35 PVC Pipe 172 LF $ 110.00 $ 18,920.00 $ 83.00 $ 14,276.00 $ 140.00 $ 24,080.00 $ 146.00 $ 25,112.00 D16 8 -Inch AWWA C900 DR 25 PVC Pipe 45 LF $ 120.00 $ 5,400.00 $ 200.00 $ 9,000.00 $ 180.00 $ 8,100.00 $ 178.00 $ 8,010.00 D17 18 -inch SDR 35 PVC Pipe 32 LF $ 200.00 $ 6,400.00 $ 137.00 $ 4,384.00 $ 180.00 $ 5,760.00 $ 178.00 $ 5,696.00 D18 30 -inch class 52 Ductile Iron Pipe with Ceramic Epoxy Lining 184 LF $ 330.00 $ 60,720.00 $ 295.00 $ 54,280.00 $ 350.00 $ 64,400.00 $ 340.00 $ 62,560.00 D19 Controlled Density Fill Pipe Encasement 110 CY $ 150.00 $ 16,500.00 $ 160.00 $ 17,600.00 $ 180.00 $ 19,800.00 $ 38.00 $ 4,180.00 D20 Crushed Surfacing Top Course Compacted Trench Backfill 1283 LF $ 6.00 $ 7,698.00 $ 5.00 $ 6,415.00 $ 1.00 $ 1,283.00 $ 1.00 $ 1,283.00 D21 Crushed Surfacing Base Course Compacted Trench Backfill 1283 LF $ 6.00 $ 7,698.00 $ 8.00 $ 10,264.00 $ 1.00 $ 1,283.00 $ 1.00 $ 1,283.00 D22 "°uani Udeen uossing uusnea aunaung i op �.ouise �.onipauea i ienui Rnr4fill 995 LF $ 6.00 $ 5,970.00 $ 3.00 $ 2,985.00 $ 8.00 $ 7,960.00 $ 1.00 $ 995.00 D23 Foundation Material 356 TON $ 25.00 $ 8,900.00 $ 60.00 $ 21,360.00 $ 100.00 $ 35,600.00 $ 40.00 $ 14,240.00 D24 Gravel Driveway Restoration 1 LS $ 1,400.00 $ 1,400.00 $ 4,000.00 $ 4,000.00 $ 4,000.00 $ 4,000.00 $ 3,000.00 $ 3,000.00 D25 10 -inch HMA Patch with 8 -inch Crushed Rock Base 144 SY $ 60.00 $ 8,640.00 $ 140.00 $ 20,160.00 $ 190.00 $ 27,360.00 $ 115.00 $ 16,560.00 D26 Record Drawings and Post Construction Survey 1 LS $ 4,000.00 $ 4,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 100.00 $ 100.00 Subtotal $ 285,112.00 $ 353,157.00 $ 461,281.00 $ 299,952.00 Sales Tax 10% 10.0% $ 28,511.20 $ 35,315.70 $ 46,128.10 $ 29,995.20 rn City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 40 -42nd Avenue S Phase 111 Project Engineer's Estimate Gary Merlino Construction Kiewit Infrastructure West Co. Active Construction Biditem No. Item Deseri tion Quantity Unit Unit Price Total Pri a Unit Price Totai Prise Unit Price Total Price Unit Pri a Total Pri e Subtotal Schedule D $ 313,623.20 $ 388,472.70 $ 507,409.10 $ 329,947.20 Schedule E -- King County Water District No. 125 El Trench Safety 1 LS $ 1,500.00 $ 1,500.00 $ 1,000.00 $ 1,000.00 $ 12,000.00 $ 12,000.00 $ 500.00 $ 500.00 E2 12" Gate Valve and Box 2 EA $ 4,000.00 $ 8,000.00 $ 2,800.00 $ 5,600.00 $ 4,500.00 $ 9,000.00 $ 2,300.00 $ 4,600.00 E3 Remove & Dispose of Ex. 12" D.I. Pipe 185 LF $ 15.00 $ 2,775.00 $ 27.00 $ 4,995.00 $ 40.00 $ 7,400.00 $ 30.00 $ 5,550.00 E4 Remove & Dispose of Ex. 8" D.I. Pipe 45 LF $ 12.00 $ 540.00 $ 23.00 $ 1,035.00 $ 60.00 $ 2,700.00 $ 30.00 $ 1,350.00 E5 12" CL 52 D.I. Pipe & Fittings 200 LF $ 100.00 $ 20,000.00 $ 158.00 $ 31,600.00 $ 215.00 $ 43,000.00 $ 123.00 $ 24,600.00 E6 8" CL 52 D.I., Restrained Joint Pipe & Fittings 40 LF $ 100.00 $ 4,000.00 $ 350.00 $ 14,000.00 $ 370.00 $ 14,800.00 $ 165.00 $ 6,600.00 E7 Connect to Ex. Water Main 4 EA $ 3,500.00 $ 14,000.00 $ 3,600.00 $ 14,400.00 $ 2,000.00 $ 8,000.00 $ 2,700.00 $ 10,800.00 E8 Remove and Abandon Ex. SPU Meter Vault 1 LS $ 5,000.00 $ 5,000.00 $ 4,000.00 $ 4,000.00 $ 2,000.00 $ 2,000.00 $ 1,150.00 $ 1,150.00 E9 Construct New SPU Meter Vault 1 LS $ 80,000.00 $ 80,000.00 $ 27,000.00 $ 27,000.00 $ 27,000.00 $ 27,000.00 $ 20,000.00 $ 20,000.00 El0 Remove and Salvage Existing Fire Hydrant 5 EA $ 750.00 $ 3,750.00 $ 1,500.00 $ 7,500.00 $ 1,000.00 $ 5,000.00 $ 1,600.00 $ 8,000.00 Ell Extend /Relocate Ex. Fire Hydrant Assy. 1 EA $ 2,000.00 $ 2,000.00 $ 3,500.00 $ 3,500.00 $ 4,500.00 $ 4,500.00 $ 4,000.00 $ 4,000.00 E12 Install New Fire Hydrant Assy. 7 EA $ 5,500.00 $ 38,500.00 $ 9,700.00 $ 67,900.00 $ 10,000.00 $ 70,000.00 $ 8,000.00 $ 56,000.00 E13 Replace 1" Long Side Water Service 1 EA $ 1,500.00 $ 1,500.00 $ 4,700.00 $ 4,700.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 E14 Replace 1" Short Side Water Service 3 EA $ 1,200.00 $ 3,600.00 $ 5,000.00 $ 15,000.00 $ 6,000.00 $ 18,000.00 $ 2,500.00 $ 7,500.00 E15 Replace 1 1/2" Short Side Water Service 4 EA $ 2,500.00 $ 10,000.00 $ 3,000.00 $ 12,000.00 $ 1,200.00 $ 4,800.00 $ 3,000.00 $ 12,000.00 E16 Adjust Valve box to Grade 12 EA $ 300.00 $ 3,600.00 $ 350.00 $ 4,200.00 $ 1,000.00 $ 12,000.00 $ 350.00 $ 4,200.00 E17 Plug & Block Ex. Main 2 EA $ 750.00 $ 1,500.00 $ 2,600.00 $ 5,200.00 $ 1,000.00 $ 2,000.00 $ 500.00 $ 1,000.00 E18 CSTC 225 TN $ 25.00 $ 5,625.00 $ 21.00 $ 4,725.00 $ 55.00 $ 12,375.00 $ 36.00 $ 8,100.00 Subtotal $ 205,890.00 $ 228,355.00 $ 259,575.00 $ 180,950.00 Sales Tax 10% 10.0% $ 20,589.00 $ 22,835.50 $ 25,957.50 $ 18,095.00 Subtotal Schedule E $ 226,479.00 $ 251,190.50 $ 285,532.50 $ 199,045.00 TOTAL CONSTRUCTION BID $6,739,508.20 $9,276,437.70 $8,806,412.35 $6,827,798.84 Errors in Contractor Bid Proposals: 1 Total price for these bid items was incorrectly shown on the proposal sheet. The error did not carry through to the final schedule or project proposal amount. 2 Individual bid item totals are correct but the subtotal for Schedule C was $2,455,990.00 which is $5,000 more than the calculated total. This error carries through to the Schedule C subtotal and the total proposal. The proposal as submitted ($7,270,001.29) is $5,500 above what the actual calculated bid amount. 3 Proposal amount for this bid item is $33,125 which is $7500 more than the calculated amount. This carries through to the Schedule A subtotal, which is also $7500 above the calculated amount. 4 The proposal amount is $7533.88 more than the calculated amount. The $7500 error in #3 is carried through but a new error of an additional $33.88 is introduced in the final proposal amount. Certified by Cynd City of Tukwila 42nd Ave S - Phase III gram Manager Date Apri111, Bid Tab 4/11/2017 Certified Bid Tab 4O -42nd Avenue S Phase 111 Project Marshbank Construction, Inc JR Hayes Corporation Northwest Cascade Inc. Ceccanti Eiltl,ltem No- Item pescriptio r Quantity Unit ; Unit Prise Total Pri ce Unit Price Total Price Unit Prise Total Pri ce Unit Price To Price Schedule A - Roadway Al Mobilization 1 LS $ 250,000.00 $ 250,000.00 $ 180,000.00 $ 180,000.00 $ 516,100.00 $ 516,100.00 $ 630,000.00 $ 630,000.00 A2 Resolution of Utility Conflicts 1 FA $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 A3 Field Office Building 1 LS $ 35,000.00 $ 35,000.00 $ 20,000.00 $ 20,000.00 $ 22,500.00 $ 22,500.00 $ 12,000.00 $ 12,000.00 A4 Type B Progress Schedule, min. Bid $5,000.00 1 LS $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 A5 Unexpected Site Changes 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 A6 Record Drawings, min. Bid $5,000.00 1 LS $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 A7 Roadway Surveying 1 LS $ 47,000.00 $ 47,000.00 $ 50,000.00 $ 50,000.00 $ 57,550.00 $ 57,550.00 $ 75,000.00 $ 75,000.00 A8 Utility Potholing 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 A9 Flaggers and Spotters, min. Bid $50.00 per hour 2200 HR $ 52.00 $ 114,400.00 $ 55.00 $ 121,000.00 $ 50.00 $ 110,000.00 $ 50.00 $ 110,000.00 A10 Other Traffic Control Labor, min. Bid $50.00 per hour 500 HR $ 57.00 $ 28,500.00 $ 55.00 $ 27,500.00 $ 60.00 $ 30,000.00 $ 50.00 $ 25,000.00 All Traffic Control Supervisor, min. Bid $50.00 per hour 320 HR $ 70.00 $ 22,400.00 $ 75.00 $ 24,000.00 $ 78.00 $ 24,960.00 $ 100.00 $ 32,000.00 Al2 Construction Signs Class A 250 SF $ 23.00 $ 5,750.00 $ 25.00 $ 6,250.00 $ 21.50 $ 5,375.00 $ 20.00 $ 5,000.00 A13 Sequential Arrow Sign 750 HR $ 3.00 $ 2,250.00 $ 15.00 $ 11,250.00 $ 6.00 4,500.00 $ 2.00 1,500.00 A14 Portable Changeable Message Sign 970 HR $ 8.00 $ 7,760.00 $ 50.00 $ 48,500.00 $ 8.50 $ 8,245.00 $ 4.00 $ 3,880.00 A15 Outside Agency Uniformed Police Flagging Labor 1 FA $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 A16 Clearing and Grubbing 2.0 AC $ 18,000.00 $ 36,000.00 $ 6,000.00 $ 12,000.00 $ 12,500.00 $ 25,000.00 $ 11,000.00 $ 22,000.00 A17 Roadside Cleanup 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 A18 Remove Existing Drainage Structure 18 EA $ 450.00 $ 8,100.00 $ 1,000.00 $ 18,000.00 $ 415.00 $ 7,470.00 $ 200.00 $ 3,600.00 A19 Remove Existing Storm Sewer Pipe 1800 LF $ 15.00 $ 27,000.00 $ 20.00 $ 36,000.00 $ 7.50 $ 13,500.00 $ 12.00 $ 21,600.00 A20 Removal of Structure and Obstructions 1 LS $ 9,000.00 $ 9,000.00 $ 35,000.00 $ 35,000.00 $ 117,500.00 $ 117,500.00 $ 100,000.00 $ 100,000.00 A21 Removal and Relocation of Existing Private Improvements 1 FA $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 A22 Pavement Sawcutting 3810 LF $ 3.00 $ 11,430.00 $ 6.00 $ 22,860.00 $ 3.50 $ 13,335.00 $ 5.00 $ 19,050.00 A23 Remove Hydrant 2 EA $ 600.00 $ 1,200.00 $ 1,200.00 $ 2,400.00 $ 535.00 $ 1,070.00 $ 500.00 $ 1,000.00 A24 Roadway Excavation Incl. Haul 2600 CY $ 66.00 $ 171,600.00 $ 35.00 $ 91,000.00 $ 38.50 $ 100,100.00 $ 48.00 $ 124,800.00 A25 Gravel Borrow Incl. Haul 5050 CY $ 42.00 $ 212,100.00 $ 48.50 $ 244,925.00 $ 52.50 $ 265,125.00 $ 37.00 $ 186,850.00 A26 Gravel Backfill for VValls Incl. Haul 20 CY $ 47.00 $ 940.00 $ 50.00 $ 1,000.00 $ 68.00 $ 1,360.00 $ 37.00 $ 740.00 A27 Shoring or Extra Excavation Class B 16300 SF $ 0.50 $ 8,150.00 $ 0.50 $ 8,150.00 $ 0.25 $ 4,075.00 $ 1.00 $ 16,300.00 A28 Structure Excavation Class A Incl. Haul 270 CY $ 35.00 $ 9,450.00 $ 28.00 $ 7,560.00 $ 52.00 $ 14,040.00 $ 37.00 $ 9,990.00 A29 Temporary Structural Shoring for Detention Vault 1 LS $ 28,000.00 $ 28,000.00 $ 200,000.00 $ 200,000.00 $ 86,000.00 $ 86,000.00 $ 100,000.00 $ 100,000.00 A30 Construction Geotextile for Permanent Erosion Control 150 SY $ 2.00 $ 300.00 $ 12.00 $ 1,800.00 $ 4.50 $ 675.00 $ 2.00 $ 300.00 A31 Construction Geotextile for Separation 1120 SY $ 3.00 $ 3,360.00 $ 1.90 $ 2,128.00 $ 2.00 $ 2,240.00 $ 2.00 $ 2,240.00 A32 Construction Geotextile for Underground Drainage 240 SY $ 2.00 $ 480.00 $ 1.50 $ 360.00 $ 5.00 $ 1,200.00 $ 2.00 $ 480.00 A33 Crushed Surfacing Top Course 870 TON $ 38.00 $ 33,060.00 $ 22.00 $ 19,140.00 $ 34.00 $ 29,580.00 $ 40.00 $ 34,800.00 A34 Crushed Surfacing Base Course 2435 TON $ 23.00 $ 56,005.00 $ 30.00 $ 73,050.00 $ 27.00 $ 65,745.00 $ 40.00 $ 97,400.00 A35 Ballast 35 TON $ 160.00 $ 5,600.00 $ 58.00 $ 2,030.00 $ 72.00 $ 2,520.00 $ 80.00 $ 2,800.00 A36 HMA Cl. 1/2 -inch PG 64 -22 1125 TON $ 91.00 $ 102,375.00 $ 132.00 $ 148,500.00 $ 103.00 $ 115,875.00 $ 118.00 $ 132,750.00 A37 HMA CI. 1 -inch PG 64 -22 1415 TON $ 91.00 $ 128,765.00 $ 110.00 $ 155,650.00 $ 101.00 $ 142,915.00 $ 98.00 $ 138,670.00 A38 Pavement Repair Excavation Incl. Haul 300 SY $ 32.00 $ 9,600.00 $ 32.00 $ 9,600.00 $ 35.00 $ 10,500.00 $ 40.00 $ 12,000.00 A39 HMA for Pavement Repair Cl. 1/2 -inch PG 64 -22 205 TON $ 125.00 $ 25,625.00 $ 160.00 $ 32,800.00 $ 135.00 $ 27,675.00 $ 150.00 $ 30,750.00 A40 Planing Bitumious Pavement 315 SY $ 15.00 $ 4,725.00 $ 30.00 $ 9,450.00 $ 14.00 $ 4,410.00 $ 27.00 $ 8,505.00 A41 Cement Concrete Pavement 40 CY $ 415.00 $ 16,600.00 $ 440.00 $ 17,600.00 $ 436.00 $ 17,440.00 $ 400.00 $ 16,000.00 A42 Single Sloped Concrete Barrier 150 LF $ 150.00 $ 22,500.00 $ 165.00 $ 24,750.00 $ 160.00 $ 24,000.00 $ 164.00 $ 24,600.00 A43 Gravel Backfill for Drain 30 CY $ 120.00 $ 3,600.00 $ 55.00 $ 1,650.00 $ 86.00 $ 2,580.00 $ 40.00 $ 1,200.00 w City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 4O -42nd Avenue S Phase 111 Project Marshbank Construction, Inc JR Hayes Corporation Northwest Cascade Inc. Ceccanti Eiltl,ltem No- Item pescriptio r Quantity Unit ; Unit Prise Total Pri ce Unit Price Total Price Unit Prise Total Pri ce Unit Price To Price A44 Underdrain Pipe 6 In. Diam. 285 LF $ 10.00 $ 2,850.00 $ 15.00 $ 4,275.00 $ 8.50 $ 2,422.50 $ 28.00 $ 7,980.00 A45 Underdrain Pipe 8 In. Diam. 181 LF $ 12.00 $ 2,172.00 $ 25.00 $ 4,525.00 $ 30.00 $ 5,430.00 $ 32.00 $ 5,792.00 A46 Drain Pipe 6 In. Diam. 70 LF $ 16.00 $ 1,120.00 $ 20.00 $ 1,400.00 $ 27.00 $ 1,890.00 $ 40.00 $ 2,800.00 A47 Drain Pipe 8 In. Diam. 100 LF $ 18.00 $ 1,800.00 $ 20.00 $ 2,000.00 $ 28.50 $ 2,850.00 $ 40.00 $ 4,000.00 A48 Testing Storm Sewer Pipe 3352 LF $ 2.00 $ 6,704.00 $ 3.50 $ 11,732.00 $ 1.50 $ 5,028.00 $ 2.00 $ 6,704.00 A49 Corrugated polyethlyene Storm Sewer Pipe 8 In. Diam. 38 LF $ 60.00 $ 2,280.00 $ 58.00 $ 2,204.00 $ 61.00 $ 2,318.00 $ 44.00 $ 1,672.00 A50 Corrugated polyethlyene Storm Sewer Pipe 12 In. Diam. 942 LF $ 60.00 $ 56,520.00 $ 75.00 $ 70,650.00 $ 48.00 $ 45,216.00 $ 46.00 $ 43,332.00 A51 Corrugated polyethlyene Storm Sewer Pipe 18 In. Diam. 929 LF $ 78.00 $ 72,462.00 $ 85.00 $ 78,965.00 $ 69.00 $ 64,101.00 $ 54.00 $ 50,166.00 A52 Corrugated polyethlyene Storm Sewer Pipe 24 In. Diam. 927 LF $ 87.00 $ 80,649.00 $ 105.00 $ 97,335.00 $ 92.00 $ 85,284.00 $ 74.00 $ 68,598.00 A53 Cl. V Reinf. Conc. Storm Sewer Pipe 30 In. Diam. 36 LF $ 165.00 $ 5,940.00 $ 220.00 $ 7,920.00 $ 206.00 $ 7,416.00 $ 180.00 $ 6,480.00 A54 Ductile Iron Storm Sewer Pipe 8 In. Diam. 89 LF $ 75.00 $ 6,675.00 $ 80.00 $ 7,120.00 $ 58.00 $ 5,162.00 $ 54.00 $ 4,806.00 A55 Ductile Iron Storm Sewer Pipe 12 In. Diam. 316 LF $ 97.00 $ 30,652.00 $ 85.00 $ 26,860.00 $ 76.00 $ 24,016.00 $ 74.00 $ 23,384.00 A56 Ductile Iron Storm Sewer Pipe 18 In. Diam. 75 LF $ 130.00 $ 9,750.00 $ 120.00 $ 9,000.00 $ 116.00 $ 8,700.00 $ 100.00 $ 7,500.00 A57 Adjust Catch Basin 5 EA $ 350.00 $ 1,750.00 $ 600.00 $ 3,000.00 $ 400.00 $ 2,000.00 $ 450.00 $ 2,250.00 A58 Adjust Manhole 20 EA $ 350.00 $ 7,000.00 $ 600.00 $ 12,000.00 $ 500.00 $ 10,000.00 $ 450.00 $ 9,000.00 A59 Concrete Inlet 25 EA $ 1,100.00 $ 27,500.00 $ 1,800.00 $ 45,000.00 $ 1,025.00 $ 25,625.00 3 $ 1,100.00 $ 27,500.00 A60 Catch Basin Type 1 29 EA $ 1,200.00 $ 34,800.00 $ 1,875.00 $ 54,375.00 $ 1,000.00 $ 29,000.00 $ 1,000.00 $ 29,000.00 A61 Catch Basin Type 1 with Circular Frame and Cover 1 EA $ 1,300.00 $ 1,300.00 $ 1,890.00 $ 1,890.00 $ 1,425.00 $ 1,425.00 $ 1,300.00 $ 1,300.00 A62 Catch Basin Type 1L 6 EA $ 1,400.00 $ 8,400.00 $ 1,950.00 $ 11,700.00 $ 1,300.00 $ 7,800.00 $ 1,300.00 $ 7,800.00 A63 Catch Basin Type 2, 481n. Diam. 20 EA $ 3,800.00 $ 76,000.00 $ 3,850.00 $ 77,000.00 $ 3,150.00 $ 63,000.00 $ 3,400.00 $ 68,000.00 A64 Catch Basin Type 2, 541n. Diam. With Flow Restrictor 1 EA $ 7,200.00 $ 7,200.00 $ 9,000.00 $ 9,000.00 $ 6,850.00 $ 6,850.00 $ 6,800.00 $ 6,800.00 A65 Detention Vault 1 LS $ 115,000.00 $ 115,000.00 $ 200,000.00 $ 200,000.00 $ 148,500.00 $ 148,500.00 $ 200,000.00 $ 200,000.00 A66 Connection to Drainage Structure 12 EA $ 600.00 $ 7,200.00 $ 2,500.00 $ 30,000.00 $ 700.00 $ 8,400.00 $ 390.00 $ 4,680.00 A67 Structure Excavation Class B Incl. Haul 2800 CY $ 35.00 $ 98,000.00 $ 23.00 $ 64,400.00 $ 2.00 $ 5,600.00 $ 24.00 $ 67,200.00 A68 Abandon and Fill Pipe 310 LF $ 13.00 $ 4,030.00 $ 25.00 $ 7,750.00 $ 16.50 $ 5,115.00 $ 12.00 $ 3,720.00 A69 Through Curb Inlet 2 EA $ 1,000.00 $ 2,000.00 $ 1,900.00 $ 3,800.00 $ 1,150.00 $ 2,300.00 $ 1,350.00 $ 2,700.00 A70 Hydrant Assembly 5 EA $ 6,700.00 $ 33,500.00 $ 6,000.00 $ 30,000.00 $ 7,000.00 $ 35,000.00 $ 5,500.00 $ 27,500.00 A71 Resetting Existing Hydrant 4 EA $ 2,000.00 $ 8,000.00 $ 2,800.00 $ 11,200.00 $ 2,000.00 $ 8,000.00 $ 1,500.00 $ 6,000.00 A72 Stormwater Pre- Treatment Unit A 1 LS $ 41,000.00 $ 41,000.00 $ 55,000.00 $ 55,000.00 $ 44,500.00 $ 44,500.00 $ 42,000.00 $ 42,000.00 A73 Stormwater Treatment Unit B 1 LS $ 26,000.00 $ 26,000.00 $ 35,000.00 $ 35,000.00 $ 23,500.00 $ 23,500.00 $ 22,000.00 $ 22,000.00 A74 Stormwater Treatment Unit C 1 LS $ 26,000.00 $ 26,000.00 $ 35,000.00 $ 35,000.00 $ 25,000.00 $ 25,000.00 $ 24,000.00 $ 24,000.00 A75 SVVPPP Preparation And General Permit Compliance 1 LS $ 600.00 $ 600.00 $ 3,000.00 $ 3,000.00 $ 6,100.00 $ 6,100.00 $ 2,500.00 $ 2,500.00 A76 Portable Storage Tank 1 LS $ 9,000.00 $ 9,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 1,200.00 $ 1,200.00 A77 ESC Lead 45 DAY $ 200.00 $ 9,000.00 $ 150.00 $ 6,750.00 $ 100.00 $ 4,500.00 $ 50.00 $ 2,250.00 A78 ErosionNVater Pollution Control 1 FA $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 A79 High Visibiliy Fence 1350 LF $ 3.00 $ 4,050.00 $ 5.00 $ 6,750.00 $ 3.00 $ 4,050.00 $ 2.00 $ 2,700.00 A80 Silt Fence 620 LF $ 4.00 $ 2,480.00 $ 7.00 $ 4,340.00 $ 5.00 $ 3,100.00 $ 5.00 $ 3,100.00 A81 Check Dam 168 LF $ 11.00 $ 1,848.00 $ 25.00 $ 4,200.00 $ 13.50 $ 2,268.00 $ 11.00 $ 1,848.00 A82 Inlet Protection 18 EA $ 50.00 $ 900.00 $ 65.00 $ 1,170.00 $ 65.00 $ 1,170.00 $ 100.00 $ 1,800.00 A83 Biodegrable Erosion Control Blanket 360 SY $ 6.00 $ 2,160.00 $ 6.30 $ 2,268.00 $ 5.50 $ 1,980.00 $ 2.00 $ 720.00 A84 Topsoil Type A (6" Depth) 0.6 ACRE $ 33,000.00 $ 19,800.00 $ 35,900.00 $ 21,540.00 $ 32,600.00 $ 19,560.00 $ 30,000.00 $ 18,000.00 A85 Topsoil Type A (12" Depth) 290 SY $ 17.00 $ 4,930.00 $ 15.90 $ 4,611.00 $ 18.00 $ 5,220.00 $ 15.00 $ 4,350.00 A86 SEED /SOD (MIX B) 0.6 ACRE $ 3,400.00 $ 2,040.00 $ 4,200.00 $ 2,520.00 $ 3,600.00 $ 2,160.00 $ 4,000.00 $ 2,400.00 A87 BARK OR WOOD CHIP MULCH (3" DEPTH) 321 SY $ 5.00 $ 1,605.00 $ 4.10 $ 1,316.10 $ 5.00 $ 1,605.00 $ 4.00 $ 1,284.00 8 City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 4O -42nd Avenue S Phase 111 Project Marshbank Construction, Inc JR Hayes Corporation Northwest Cascade Inc. Ceccanti Bltl,ltem No- Item pescriptio , Quantity Unit ; Unit Prise Total Pri ce Unit Price Total Price Unit Prise Total Pri ce Unit Price To Price A88 PSIPE, PARTHENOCISSUS TRICUSPIDATA (4" POT) 54 EA $ 14.00 $ 756.00 $ 7.00 $ 378.00 $ 15.00 $ 810.00 $ 10.00 $ 540.00 A89 PSIPE, BERBERUS THUNBERGII 'CRIMSON PYGMY' ( #3) 102 EA $ 30.00 $ 3,060.00 $ 32.00 $ 3,264.00 $ 33.00 $ 3,366.00 $ 30.00 $ 3,060.00 A90 PSIPE, ROSA RUGOSA'SHOWY PAVEMENT ( #3) 90 EA $ 30.00 $ 2,700.00 $ 32.00 $ 2,880.00 $ 32.00 $ 2,880.00 $ 30.00 $ 2,700.00 A91 PSIPE, ACER CIRCINATUM(1.5" CALIPER) 5 EA $ 190.00 $ 950.00 $ 440.00 $ 2,200.00 $ 205.00 $ 1,025.00 $ 420.00 $ 2,100.00 A92 PSIPE, RHPHIOLEPIS X DEIACOURII 'GEORGIA PETITE ( #3) 73 EA $ 55.00 $ 4,015.00 $ 35.00 $ 2,555.00 $ 59.00 $ 4,307.00 $ 30.00 $ 2,190.00 A93 PSIPE, PHYSOCARPUS OPULIFOIUS'PODARUS' ( #3) 60 EA $ 50.00 $ 3,000.00 $ 35.00 $ 2,100.00 $ 51.00 $ 3,060.00 $ 30.00 $ 1,800.00 A94 Cement Conc. Traffic Curb and Gutter 4312 LF $ 16.00 $ 68,992.00 $ 20.00 $ 86,240.00 $ 21.00 $ 90,552.00 $ 30.00 $ 129,360.00 A95 Extruded Curb, Type 6 176 LF $ 5.50 $ 968.00 $ 17.00 $ 2,992.00 $ 6.00 $ 1,056.00 $ 6.00 $ 1,056.00 A96 Integral Curb Wall 20 SF $ 125.00 $ 2,500.00 $ 105.00 $ 2,100.00 $ 104.00 $ 2,080.00 $ 70.00 $ 1,400.00 A97 Cement Conc. Driveway Entrance 770 SY $ 60.00 $ 46,200.00 $ 98.00 $ 75,460.00 $ 65.00 $ 50,050.00 $ 85.00 $ 65,450.00 A98 Raised Pavement Marker Type 1 16 Hundred $ 155.00 $ 2,480.00 $ 235.00 $ 3,760.00 $ 165.00 $ 2,640.00 $ 165.00 $ 2,640.00 A99 Raised Pavement Marker Type 2 5 Hundred $ 450.00 $ 2,250.00 $ 365.00 $ 1,825.00 $ 475.00 $ 2,375.00 $ 470.00 $ 2,350.00 A100 Raising Existing Beam Guardrail 38 LF $ 80.00 $ 3,040.00 $ 85.00 $ 3,230.00 $ 81.00 $ 3,078.00 $ 80.00 $ 3,040.00 A101 Black Vinyl Coated Chain Link Fence Type 3 110 LF $ 35.00 $ 3,850.00 $ 35.00 $ 3,850.00 $ 38.00 $ 4,180.00 $ 37.00 $ 4,070.00 A102 Black Vinyl Coated Chain Link Fence Type 4 266 LF $ 32.00 $ 8,512.00 $ 35.00 $ 9,310.00 $ 34.00 $ 9,044.00 $ 34.00 $ 9,044.00 A103 Black Vinyl Coated Double 14' Chain Link Gate 1 EA $ 900.00 $ 900.00 $ 1,000.00 $ 1,000.00 $ 950.00 $ 950.00 $ 1,000.00 $ 1,000.00 A104 Adjust Monument 2 EA $ 550.00 $ 1,100.00 $ 250.00 $ 500.00 $ 450.00 $ 900.00 $ 500.00 $ 1,000.00 A105 Cement Conc Sidewalk 2520 SY $ 40.00 $ 100,800.00 $ 58.00 $ 146,160.00 $ 46.00 $ 115,920.00 $ 28.00 $ 70,560.00 A106 Cement Conc Curb Ramp, Type A 2 EA $ 1,400.00 $ 2,800.00 $ 1,500.00 $ 3,000.00 $ 2,150.00 $ 4,300.00 $ 3,500.00 $ 7,000.00 A107 Cement Conc Curb Ramp Type Parallel A 8 EA $ 2,000.00 $ 16,000.00 $ 2,000.00 $ 16,000.00 $ 2,700.00 $ 21,600.00 $ 3,500.00 $ 28,000.00 A108 Paved Buffer Zone 290 SY $ 70.00 $ 20,300.00 $ 80.00 $ 23,200.00 $ 75.50 $ 21,895.00 $ 100.00 $ 29,000.00 A109 Quarry Spalls 25 TON $ 78.00 $ 1,950.00 $ 75.00 $ 1,875.00 $ 100.00 $ 2,500.00 $ 50.00 $ 1,250.00 A110 Mailbox Support, Type 1 8 EA $ 500.00 $ 4,000.00 $ 225.00 $ 1,800.00 $ 200.00 $ 1,600.00 $ 120.00 $ 960.00 A111 Mailbox Support, Type 2 3 EA $ 600.00 $ 1,800.00 $ 225.00 $ 675.00 $ 350.00 $ 1,050.00 $ 220.00 $ 660.00 A112 Illumination System Complete 1 LS $ 245,000.00 $ 245,000.00 $ 220,000.00 $ 220,000.00 $ 258,715.00 $ 258,715.00 $ 270,000.00 $ 270,000.00 A113 Permanent Signing 1 LS $ 8,000.00 $ 8,000.00 $ 8,500.00 $ 8,500.00 $ 19,800.00 $ 19,800.00 $ 10,000.00 $ 10,000.00 A114 Plastic Stop Line 50 LF $ 6.50 $ 325.00 $ 9.00 $ 450.00 $ 7.00 $ 350.00 $ 7.00 $ 350.00 A115 Plastic Line (4 ") 2523 LF $ 1.25 $ 3,153.75 $ 1.50 $ 3,784.50 $ 2.00 $ 5,046.00 $ 2.00 $ 5,046.00 A116 Plastic Bicycle Lane Symbol 10 EA $ 380.00 $ 3,800.00 $ 135.00 $ 1,350.00 $ 400.00 $ 4,000.00 $ 400.00 $ 4,000.00 A117 Plastic Crosswalk Line 110 SF $ 3.20 $ 352.00 $ 5.30 $ 583.00 $ 4.00 $ 440.00 $ 4.00 $ 440.00 A118 Plastic Traffic Arrow 2 EA $ 53.00 $ 106.00 $ 130.00 $ 260.00 $ 57.00 $ 114.00 $ 56.00 $ 112.00 A119 Plastic Sharrow Symbol 12 EA $ 380.00 $ 4,560.00 $ 410.00 $ 4,920.00 $ 400.00 $ 4,800.00 $ 400.00 $ 4,800.00 A120 Temporary Pavement Markings 4000 LF $ 0.20 $ 800.00 $ 0.40 $ 1,600.00 $ 0.20 $ 800.00 $ 0.20 $ 800.00 A121 Rock for Rock Wall 340 TON $ 90.00 $ 30,600.00 $ 200.00 $ 68,000.00 $ 135.00 $ 45,900.00 $ 175.00 $ 59,500.00 A122 Backfill for Rock Wall 130 CY $ 65.00 $ 8,450.00 $ 58.00 $ 7,540.00 $ 82.00 $ 10,660.00 $ 54.00 $ 7,020.00 A123 Compacted Till 70 CY $ 65.00 $ 4,550.00 $ 22.00 $ 1,540.00 $ 30.00 $ 2,100.00 $ 20.00 $ 1,400.00 A124 Adjust Valve Box to Grade 20 EA $ 350.00 $ 7,000.00 $ 175.00 $ 3,500.00 $ 400.00 $ 8,000.00 $ 250.00 $ 5,000.00 A125 Adjust Meter Box to Grade 10 EA $ 250.00 $ 2,500.00 $ 175.00 $ 1,750.00 $ 185.00 $ 1,850.00 $ 250.00 $ 2,500.00 Subtotal Schedule A $ 3,034,411.75 $ 3,585,600.60 $ 3,483,114.50 3 $ 3,671,819.00 Schedule B - Gilliam Creek Culvert B1 Unexpected Site Changes 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 B2 Clearing and Grubbing 0.4 AC $ 22,000.00 $ 8,800.00 $ 6,000.00 $ 2,400.00 $ 27,000.00 $ 10,800.00 $ 11,000.00 $ 4,400.00 B3 Remove Existing Pipe 94 LF $ 19.00 $ 1,786.00 $ 15.00 $ 1,410.00 $ 18.00 $ 1,692.00 $ 12.00 $ 1,128.00 B4 Roadway Excavation Incl. Haul 4200 CY $ 55.00 $ 231,000.00 $ 27.00 $ 113,400.00 $ 10.00 $ 42,000.00 $ 48.00 $ 201,600.00 No City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 N Certified Bid Tab 4O -42nd Avenue S Phase III Project Marshbank Construction, Inc JR Hayes Corporation Northwest Cascade Inc. Ceccanti Bid Item No. Item Description uan Ui Unit Pri Total Pri g Unit Pric Total Pri Unit Pri Total Pri g Unit Pric To Prir B5 Gravel Borrow Incl. Haul 3700 CY 40.00 $ 148,000.00 55.00 $ 203,500.00 12.00 $ 44,400.00 37.00 $ 136,900.00 B6 Temporary Structural Shoring for Culvert Footing LS $ 170,000.00 $ 170,000.00 $ 185,000.00 $ 185,000.00 $ 208,500.00 $ 208,500.00 $ 143,000.00 $ 143,000.00 B7 Conc. Class 4000 for Culvert Footing 170 CY $ 540.00 $ 91,800.00 $ 600.00 $ 102,000.00 $ 600.00 $ 102,000.00 $ 400.00 $ 68,000.00 B8 St. Reinf. Bar for Culvert Footing 24000 LBS 2.00 $ 48,000.00 1.00 $ 24,000.00 1.86 $ 44,640.00 1.00 $ 24,000.00 B9 St. Str. Plate Arch 10 Gage 16 ft. Span 146 LF $ 810.00 $ 118,260.00 $ 1,300.00 $ 189,800.00 $ 1,652.00 $ 241,192.00 $ 800.00 $ 116,800.00 B10 Steambed Boulders - One Man 88 TON $ 140.00 $ 12,320.00 $ 150.00 $ 13,200.00 $ 152.00 $ 13,376.00 68.00 $ 5,984.00 B11 Steambed Boulders - Two Man 88 TON $ 130.00 $ 11,440.00 $ 150.00 $ 13,200.00 $ 138.00 $ 12,144.00 $ 68.00 $ 5,984.00 B12 Steambed Cobbles 675 TON $ 60.00 $ 40,500.00 85.00 $ 57,375.00 61.00 $ 41,175.00 $ 34.00 $ 22,950.00 B13 Coarse Band 3 EA $ 3,800.00 $ 11, 400.00 $ 4,500.00 $ 13,500.00 $ 2,400.00 $ 7,200.00 $ 2,700.00 $ 8,100.00 B14 Temporary Stream Diversion LS $ 31,000.00 $ 31,000.00 $ 125,000.00 $ 125,000.00 $ 25,600.00 $ 25,600.00 $ 200,000.00 $ 200,000.00 B15 High Visibiliy Fence 250 LF 3.00 $ 750.00 4.00 $ 1,000.00 3.00 $ 750.00 2.00 $ 500.00 B16 Topsoil Type A (4" Depth) 0.20 ACRE $ 20,000.00 $ 4,000.00 $ 26,000.00 $ 5,200.00 $ 21,100.00 $ 4,220.00 $ 23,000.00 $ 4,600.00 B17 Seed, Fertilize & Mulching (Native Seed Mix A) 0.20 ACRE $ 4,600.00 $ 920.00 $ 4,500.00 $ 900.00 $ 4,850.00 $ 970.00 $ 4,000.00 $ 800.00 B18 Fine Compost (3" depth) 0.20 ACRE $ 20,000.00 $ 4,000.00 $ 20,000.00 $ 4,000.00 $ 21,100.00 $ 4,220.00 $ 18,000.00 $ 3,600.00 B19 PSIPE, SALIX LASIANDRA ( #3) 4 EA $ 27.00 $ 108.00 30.00 $ 120.00 28.00 $ 112.00 30.00 $ 120.00 B20 PSIPE, SALIX SCOULERIANA ( #3) 4 EA $ 27.00 $ 108.00 30.00 $ 120.00 28.00 $ 112.00 30.00 $ 120.00 B21 PSIPE, BETULA PAPYRIFERA ( #3) 4 EA $ 33.00 $ 132.00 30.00 $ 120.00 35.00 $ 140.00 $ 30.00 $ 120.00 B22 PSIPE, FRAXINUS LATIFOLIA ( #3) 4 EA $ 27.00 $ 108.00 30.00 $ 120.00 28.00 $ 112.00 $ 30.00 $ 120.00 B23 PSIPE, THUJA PLICATA ( #3) 4 EA $ 33.00 $ 132.00 30.00 $ 120.00 35.00 $ 140.00 30.00 $ 120.00 B24 PSIPE, TSUGA HETEROPHYLLA ( #3) 4 EA $ 41.00 $ 164.00 30.00 $ 120.00 43.00 $ 172.00 30.00 $ 120.00 B25 PSIPE, ALNUS RUBRA ( #3) 4 EA $ 31.00 $ 124.00 30.00 $ 120.00 33.00 $ 132.00 30.00 $ 120.00 B26 PSIPE, ACER CIRCINATUM ( #3) 4 EA $ 27.00 $ 108.00 30.00 $ 120.00 28.00 $ 112.00 $ 30.00 $ 120.00 B27 PSIPE, ACER MACROPHYLLUM ( #3) 4 EA $ 27.00 $ 108.00 30.00 $ 120.00 28.00 $ 112.00 30.00 $ 120.00 B28 PSIPE, PSEUDOTSUGA MENZIESII ( #3) 4 EA $ 31.00 $ 124.00 30.00 $ 120.00 33.00 $ 132.00 30.00 $ 120.00 B29 PSIPE, PINUS CONTORTA ( #3) 4 EA $ 41.00 $ 164.00 30.00 $ 120.00 43.00 $ 172.00 30.00 $ 120.00 B30 PSIPE, CORNUS SERICEA ( #3) 21 EA $ 27.00 $ 567.00 30.00 $ 630.00 28.00 $ 588.00 $ 30.00 $ 630.00 B31 PSIPE, SAMBUCUS RACEMOSA ( #3) 21 EA $ 30.00 $ 630.00 30.00 $ 630.00 32.00 $ 672.00 $ 30.00 $ 630.00 B32 PSIPE, MYRICA CALIFORNICA ( #3) 21 EA $ 45.00 $ 945.00 30.00 $ 630.00 47.00 $ 987.00 30.00 $ 630.00 B33 PSIPE, RIBES SANGUINEUM ( #3) 23 EA $ 27.00 $ 621.00 30.00 $ 690.00 28.00 $ 644.00 30.00 $ 690.00 B34 PSIPE, HOLODISCUS DISCOLOR ( #3) 24 EA $ 31.00 $ 744.00 30.00 $ 720.00 33.00 $ 792.00 30.00 $ 720.00 B35 PSIPE, SYMPHORICARPOS ALBUS ( #3) 21 EA $ 27.00 $ 567.00 30.00 $ 630.00 28.00 $ 588.00 $ 30.00 $ 630.00 B36 Temporary Irrigation System LS $ 7,500.00 $ 7,500.00 $ 10,000.00 $ 10,000.00 $ 7,850.00 $ 7,850.00 $ 12,000.00 $ 12,000.00 B37 Settlement Monitoring LS $ 20,000.00 $ 20,000.00 $ 6,000.00 $ 6,000.00 $ 34,000.00 $ 34,000.00 $ 15,000.00 $ 15,000.00 B38 Remove and Reset Streambank Boulders LS $ 4,000.00 $ 4,000.00 $ 10,000.00 $ 10,000.00 $ 10,600.00 $ 10,600.00 $ 2,500.00 $ 2,500.00 B39 Fish Exclusion FA $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 Subtotal Schedule B $ 986,930.00 $ 1,102,135.00 $ 879,048.00 $ 999,096.00 Schedule C -- Power and Communications Undergrounding C1 Unexpected Site Changes FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 C2 Franchise Utility Coordination FA $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 C3 Utility Potholing FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 Joint Communications Ductbank C4 Structure Excavation Class B Incl. Haul for Joint Trench 2200 CY $ 90.00 $ 198,000.00 35.00 $ 77,000.00 43.50 $ 95,700.00 $ 80.00 $ 176,000.00 C5 Shoring or Extra Excavation Class B for Joint Trench 24000 SF 3.50 $ 84,000.00 0.50 $ 12,000.00 0.25 $ 6,000.00 1.00 $ 24,000.00 C6 Joint Trench Pipe Zone Bedding, Including Haul 400 CY $ 50.00 $ 20,000.00 $ 120.00 $ 48,000.00 62.00 $ 24,800.00 40.00 $ 16,000.00 City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 4O -42nd Avenue S Phase 111 Project Marshbank Construction, Inc JR Hayes Corporation Northwest Cascade Inc. Ceccanti Bitl,ltem No- Item pescriptio r Quantity Unit ; Unit Prue Total Pri ce Unit Price Total Price Unit Prue Total Prue Unit Price To Price C7 Joint Trench Backfill 1520 CY $ 50.00 $ 76,000.00 $ 80.00 $ 121,600.00 $ 49.00 $ 74,480.00 $ 40.00 $ 60,800.00 C8 Install 444 -LA Vault - Comcast 18 EA $ 1,600.00 $ 28,800.00 $ 1,000.00 $ 18,000.00 $ 750.00 $ 13,500.00 $ 800.00 $ 14,400.00 C9 Install Conduit Pipe 4 In. Diam. - Comcast 5300 LF $ 9.35 $ 49,555.00 $ 9.50 $ 50,350.00 $ 9.85 $ 52,205.00 $ 2.00 $ 10,600.00 C10 Conduit Riser, 4-inch - Comcast 4 EA $ 1,850.00 $ 7,400.00 $ 1,900.00 $ 7,600.00 $ 2,026.00 $ 8,104.00 $ 250.00 $ 1,000.00 C11 Install H1730H Handhole - CenturyLink 8 EA $ 1,100.00 $ 8,800.00 $ 450.00 $ 3,600.00 $ 350.00 $ 2,800.00 $ 400.00 $ 3,200.00 C12 Install 264 -TA - CenturyLink 4 EA $ 1,600.00 $ 6,400.00 $ 850.00 $ 3,400.00 $ 750.00 $ 3,000.00 $ 400.00 $ 1,600.00 C13 Install Conduit Pipe 4 In. Diam. - CenturyLink 3550 LF $ 9.35 $ 33,192.50 $ 9.90 $ 35,145.00 $ 10.00 $ 35,500.00 $ 2.00 $ 7,100.00 C14 Core Drill of Existing Vault- CenturyLink 14 EA $ 550.00 $ 7,700.00 $ 550.00 $ 7,700.00 $ 562.00 $ 7,868.00 $ 800.00 $ 11,200.00 C15 Install 444 -LA Vault - Zayo 3 EA $ 1,600.00 $ 4,800.00 $ 1,650.00 $ 4,950.00 $ 750.00 $ 2,250.00 $ 800.00 $ 2,400.00 C16 Install Conduit Pipe 4 In. Diam. - Zayo 1550 LF $ 9.35 $ 14,492.50 $ 9.90 $ 15,345.00 $ 10.00 $ 15,500.00 $ 2.00 $ 3,100.00 SCL Electrical Ductbank C17 Structure Excavation Class B Incl. Haul for SCL Duct Bank 3080 CY $ 68.00 $ 209,440.00 $ 23.00 $ 70,840.00 $ 44.60 $ 137,368.00 $ 100.00 $ 308,000.00 C18 Shoring or Extra Excavation Class B for SCL Duct Bank 28000 SF $ 3.50 $ 98,000.00 $ 0.25 $ 7,000.00 $ 0.28 $ 7,840.00 $ 1.00 $ 28,000.00 C19 Handhole, 233-LA - SCL 3 EA $ 2,200.00 $ 6,600.00 $ 2,350.00 $ 7,050.00 $ 1,310.00 $ 3,930.00 $ 2,300.00 $ 6,900.00 C20 Vault, 444-LA - SCL 6 EA $ 3,600.00 $ 21,600.00 $ 3,800.00 $ 22,800.00 $ 2,900.00 $ 17,400.00 $ 3,200.00 $ 19,200.00 C21 Vault, 507-LA - SCL 3 EA $ 5,800.00 $ 17,400.00 $ 5,100.00 $ 15,300.00 $ 3,500.00 $ 10,500.00 $ 5,000.00 $ 15,000.00 C22 Vault, 577-LA - SCL 7 EA $ 8,000.00 $ 56,000.00 $ 7,500.00 $ 52,500.00 $ 5,900.00 $ 41,300.00 $ 7,200.00 $ 50,400.00 C23 Vault, 712-LA - SCL 1 EA $ 13,500.00 $ 13,500.00 $ 13,000.00 $ 13,000.00 $ 11,025.00 $ 11,025.00 $ 14,200.00 $ 14,200.00 C24 Vault, 712 -CLX -SCL 2 EA $ 16,000.00 $ 32,000.00 $ 15,000.00 $ 30,000.00 $ 13,575.00 $ 27,150.00 $ 16,600.00 $ 33,200.00 C25 Vault, Pad 10 - SCL 1 EA $ 1,900.00 $ 1,900.00 $ 275.00 $ 275.00 $ 1,650.00 $ 1,650.00 $ 2,300.00 $ 2,300.00 C26 Conduit, PVC, 4 Inch - SCL 12250 LF $ 25.00 $ 306,250.00 $ 26.00 $ 318,500.00 $ 26.00 $ 318,500.00 $ 6.00 $ 73,500.00 C27 Conduit, Fiberglass, 5 Inch -SCL 6960 LF $ 30.00 $ 208,800.00 $ 30.00 $ 208,800.00 $ 31.00 $ 215,760.00 $ 8.00 $ 55,680.00 C28 Conduit Bend, RGS, 4 Inch, Misc. Degree, 144" or 150" Radius - SCL 150 EA $ 700.00 $ 105,000.00 $ 735.00 $ 110,250.00 $ 732.00 $ 109,800.00 $ 650.00 $ 97,500.00 C29 Conduit Bend, RGS, 4 Inch, Misc. Degree, 48" Radius - SCL 3 EA $ 550.00 $ 1,650.00 $ 565.00 $ 1,695.00 $ 563.00 $ 1,689.00 $ 400.00 $ 1,200.00 C30 Conduit Riser, 4 -inch 8 EA $ 2,250.00 $ 18,000.00 $ 2,200.00 $ 17,600.00 $ 2,420.00 $ 19,360.00 $ 2,000.00 $ 16,000.00 C31 Conduit Riser, 5 -inch 4 EA $ 2,650.00 $ 10,600.00 $ 2,500.00 $ 10,000.00 $ 2,870.00 $ 11,480.00 $ 2,000.00 $ 8,000.00 C32 Core Drill of Existing Vault- SCL 14 EA $ 550.00 $ 7,700.00 $ 564.70 $ 7,905.80 $ 562.00 $ 7,868.00 $ 800.00 $ 11,200.00 C33 High Strength -FTB - SCL 390 CY $ 170.00 $ 66,300.00 $ 150.00 $ 58,500.00 $ 292.00 $ 113,880.00 $ 200.00 $ 78,000.00 C34 Low Strength-FTB - SCL 2626 CY $ 120.00 $ 315,120.00 $ 130.00 $ 341,380.00 $ 132.00 $ 346,632.00 $ 150.00 $ 393,900.00 C35 Guard Post (Bollard) 2 EA $ 3,300.00 $ 6,600.00 $ 575.00 $ 1,150.00 $ 800.00 $ 1,600.00 $ 700.00 $ 1,400.00 Private Service Joint Utility Trench C36 Install Conduit Pipe 2 In. Diam. - Comcast Private Service 1820 LF $ 18.00 $ 32,760.00 $ 19.00 $ 34,580.00 $ 24.00 $ 43,680.00 $ 2.00 $ 3,640.00 C37 Install Conduit Pipe 2 In. Diam - Century Link Private Service 1750 LF $ 18.00 $ 31,500.00 $ 19.00 $ 33,250.00 $ 24.00 $ 42,000.00 $ 2.00 $ 3,500.00 C38 Conduit Pipe 3 In. Diam - Seattle City Light Private Service 1930 LF $ 21.00 $ 40,530.00 $ 22.00 $ 42,460.00 $ 27.00 $ 52,110.00 $ 2.00 $ 3,860.00 C39 Private Service Address 15857 1 LS $ 6,400.00 $ 6,400.00 $ 6,800.00 $ 6,800.00 $ 7,000.00 $ 7,000.00 $ 6,000.00 $ 6,000.00 C40 Private Service Address 15837 1 LS $ 9,900.00 $ 9,900.00 $ 10,500.00 $ 10,500.00 $ 10,500.00 $ 10,500.00 $ 6,000.00 $ 6,000.00 C41 Private Service Address 15827 1 LS $ 9,850.00 $ 9,850.00 $ 10,500.00 $ 10,500.00 $ 10,400.00 $ 10,400.00 $ 6,000.00 $ 6,000.00 C42 Private Service Address 15819 1 LS $ 9,500.00 $ 9,500.00 $ 10,000.00 $ 10,000.00 $ 10,050.00 $ 10,050.00 $ 6,000.00 $ 6,000.00 C43 Private Service Address 4066 1 LS $ 9,100.00 $ 9,100.00 $ 9,600.00 $ 9,600.00 $ 9,600.00 $ 9,600.00 $ 6,000.00 $ 6,000.00 C44 Private Service Address 15645 1 LS $ 10,000.00 $ 10,000.00 $ 10,700.00 $ 10,700.00 $ 10,650.00 $ 10,650.00 $ 6,000.00 $ 6,000.00 C45 Private Service Address 15625 1 LS $ 7,500.00 $ 7,500.00 $ 7,900.00 $ 7,900.00 $ 7,800.00 $ 7,800.00 $ 6,000.00 $ 6,000.00 C46 Private Service Address 15603 1 LS $ 9,100.00 $ 9,100.00 $ 9,600.00 $ 9,600.00 $ 9,850.00 $ 9,850.00 $ 6,000.00 $ 6,000.00 C47 Private Service Address 15854 1 LS $ 9,300.00 $ 9,300.00 $ 9,900.00 $ 9,900.00 $ 9,850.00 $ 9,850.00 $ 6,000.00 $ 6,000.00 C48 Private Service Address 15838 1 LS $ 11,750.00 $ 11,750.00 $ 12,500.00 $ 12,500.00 $ 12,400.00 $ 12,400.00 $ 6,000.00 $ 6,000.00 City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 4O -42nd Avenue S Phase 111 Project Marshbank Construction, Inc JR Hayes Corporation Northwest Cascade Inc. Ceccanti EiltlItem No. Item Descriptio r Quantity Unit ; Unit Prue Total Pri ce Unit Price Total Price Unit Prue Total Prue Unit Price To Price C49 Private Service Address 15826 1 LS $ 9,900.00 $ 9,900.00 $ 10,500.00 $ 10,500.00 $ 10,500.00 $ 10,500.00 $ 6,000.00 $ 6,000.00 C50 Private Service Address 15820 1 LS $ 10,000.00 $ 10,000.00 $ 10,500.00 $ 10,500.00 $ 10,650.00 $ 10,650.00 $ 6,000.00 $ 6,000.00 C51 Private Service Address 15660 1 LS $ 10,300.00 $ 10,300.00 $ 10,900.00 $ 10,900.00 $ 10,875.00 $ 10,875.00 $ 6,000.00 $ 6,000.00 C52 Private Service Address 15654 1 LS $ 10,000.00 $ 10,000.00 $ 10,700.00 $ 10,700.00 $ 10,650.00 $ 10,650.00 $ 6,000.00 $ 6,000.00 C53 Private Service Address 15650 1 LS $ 8,500.00 $ 8,500.00 $ 9,100.00 $ 9,100.00 $ 9,050.00 $ 9,050.00 $ 6,000.00 $ 6,000.00 C54 Private Service Address 15646 1 LS $ 10,300.00 $ 10,300.00 $ 10,900.00 $ 10,900.00 $ 10,850.00 $ 10,850.00 $ 6,000.00 $ 6,000.00 C55 Private Service Address 15642 1 LS $ 8,700.00 $ 8,700.00 $ 9,200.00 $ 9,200.00 $ 9,150.00 $ 9,150.00 $ 6,000.00 $ 6,000.00 C56 Private Service Address 15638 1 LS $ 8,900.00 $ 8,900.00 $ 9,500.00 $ 9,500.00 $ 9,450.00 $ 9,450.00 $ 6,000.00 $ 6,000.00 C57 Private Service Address 15460 1 LS $ 8,700.00 $ 8,700.00 $ 9,200.00 $ 9,200.00 $ 9,200.00 $ 9,200.00 $ 6,000.00 $ 6,000.00 C58 Private Service Address 15458 1 LS $ 12,800.00 $ 12,800.00 $ 13,500.00 $ 13,500.00 $ 14,000.00 $ 14,000.00 $ 6,000.00 $ 6,000.00 C59 Private Service Address 15436 1 LS $ 9,100.00 $ 9,100.00 $ 9,600.00 $ 9,600.00 $ 10,000.00 $ 10,000.00 $ 6,000.00 $ 6,000.00 C60 Property Restoration for Private Services 1 FA $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 $ 65,000.00 Subtotal $ 2,450,990.00 2 $ 2,126,125.80 $ 2,201,704.00 $ 1,786,980.00 Sales Tax 10% $ 245,099.00 2 $ 212,612.58 $ 220,170.40 $ 178,698.00 Subtotal Schedule C $ 2,696,089.00 2 $ 2,338,738.38 $ 2,421,874.40 $ 1,965,678.00 Schedule D -- Valley View Sewer D1 Traffic Control 1 LS $ 6,700.00 $ 6,700.00 $ 5,000.00 $ 5,000.00 $ 4,800.00 $ 4,800.00 $ 2,500.00 $ 2,500.00 D2 Shoring & Trench Safety Systems 433 LF $ 3.00 $ 1,299.00 $ 2.00 $ 866.00 $ 2.00 $ 866.00 $ 1.00 $ 433.00 D3 Temporary Erosion and Sedimentation Control 1 LS $ 12,000.00 $ 12,000.00 $ 20,000.00 $ 20,000.00 $ 2,350.00 $ 2,350.00 $ 500.00 $ 500.00 D4 Dewatering 1 LS $ 52,000.00 $ 52,000.00 $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 $ 500.00 $ 500.00 D5 Potholing 5 EA $ 400.00 $ 2,000.00 $ 1,900.00 $ 9,500.00 $ 460.00 $ 2,300.00 $ 250.00 $ 1,250.00 D6 Landscape and Misc. Restoration 1 LS $ 20,000.00 $ 20,000.00 $ 15,000.00 $ 15,000.00 $ 1,925.00 $ 1,925.00 $ 1,200.00 $ 1,200.00 D7 Gilliam Temporary VVastewater Bypass 1 LS $ 13,000.00 $ 13,000.00 $ 32,000.00 $ 32,000.00 $ 13,450.00 $ 13,450.00 $ 17,600.00 $ 17,600.00 D8 Other Temporary VVastewater Bypasses 1 LS $ 14,000.00 $ 14,000.00 $ 30,000.00 $ 30,000.00 $ 11,600.00 $ 11,600.00 $ 3,500.00 $ 3,500.00 D9 60 -inch Saddle Manhole (E17 -77) 1 LS $ 7,700.00 $ 7,700.00 $ 15,000.00 $ 15,000.00 $ 6,150.00 $ 6,150.00 $ 6,000.00 $ 6,000.00 D10 48 -inch Standard Manhole (F17 -21, F17 -22) 2 EA $ 7,000.00 $ 14,000.00 $ 7,600.00 $ 15,200.00 $ 4,750.00 $ 9,500.00 $ 4,700.00 $ 9,400.00 D11 72 -inch Standard Manhole with Extra Channeling Work (E17 -51) 1 LS $ 9,100.00 $ 9,100.00 $ 12,500.00 $ 12,500.00 $ 9,050.00 $ 9,050.00 $ 9,600.00 $ 9,600.00 D12 72 -inch Standard Manhole (E17 -53) 1 LS $ 21,000.00 $ 21,000.00 $ 26,500.00 $ 26,500.00 $ 22,300.00 $ 22,300.00 $ 20,000.00 $ 20,000.00 D13 60 -inch Shallow Manhole (E17 -76) 1 LS $ 12,000.00 $ 12,000.00 $ 12,700.00 $ 12,700.00 $ 14,150.00 $ 14,150.00 $ 10,000.00 $ 10,000.00 D14 72 -inch Shallow Manhole (E17 -49, E17 -52) 2 EA $ 20,000.00 $ 40,000.00 $ 25,000.00 $ 50,000.00 $ 22,800.00 $ 45,600.00 $ 20,000.00 $ 40,000.00 D15 8 -inch SDR 35 PVC Pipe 172 LF $ 54.00 $ 9,288.00 $ 68.00 $ 11,696.00 $ 69.00 $ 11,868.00 $ 42.00 $ 7,224.00 D16 8 -Inch AVVVVA C900 DR 25 PVC Pipe 45 LF $ 160.00 $ 7,200.00 $ 250.00 $ 11,250.00 $ 161.00 $ 7,245.00 $ 65.00 $ 2,925.00 D17 18 -inch SDR 35 PVC Pipe 32 LF $ 155.00 $ 4,960.00 $ 90.00 $ 2,880.00 $ 167.00 $ 5,344.00 $ 120.00 $ 3,840.00 D18 30 -inch class 52 Ductile Iron Pipe with Ceramic Epoxy Lining 184 LF $ 200.00 $ 36,800.00 $ 250.00 $ 46,000.00 $ 272.00 $ 50,048.00 $ 210.00 $ 38,640.00 D19 Controlled Density Fill Pipe Encasement 110 CY $ 105.00 $ 11,550.00 $ 140.00 $ 15,400.00 $ 167.00 $ 18,370.00 $ 110.00 $ 12,100.00 D20 Crushed Surfacing Top Course Compacted Trench Backfill 1283 LF $ 7.60 $ 9,750.80 $ 6.00 $ 7,698.00 $ 3.00 $ 3,849.00 $ 0.01 $ 12.83 D21 Crushed Surfacing Base Course Compacted Trench Backfill 1283 LF $ 7.60 $ 9,750.80 $ 6.00 $ 7,698.00 $ 3.00 $ 3,849.00 $ 0.01 $ 12.83 D22 Uuuani l_.ieen k_.iossing l_.iusneo aunaung i op �.ouise �.onipaueo i ienc,n Rlir4fill 995 LF $ 8.00 $ 7,960.00 $ 10.00 $ 9,950.00 $ 3.00 $ 2,985.00 $ 0.01 $ 9.95 D23 Foundation Material 356 TON $ 33.00 $ 11,748.00 $ 65.00 $ 23,140.00 $ 42.00 $ 14,952.00 $ 25.00 $ 8,900.00 D24 Gravel Driveway Restoration 1 LS $ 4,000.00 $ 4,000.00 $ 7,000.00 $ 7,000.00 $ 2,400.00 $ 2,400.00 $ 1,500.00 $ 1,500.00 D25 10 -inch HMA Patch with 8 -inch Crushed Rock Base 144 SY $ 75.00 $ 10,800.00 $ 125.00 $ 18,000.00 $ 153.00 $ 22,032.00 $ 100.00 $ 14,400.00 D26 Record Drawings and Post Construction Survey 1 LS $ 2,200.00 $ 2,200.00 $ 2,000.00 $ 2,000.00 $ 4,200.00 $ 4,200.00 $ 1,000.00 $ 1,000.00 $ 350,806.60 $ 407,978.00 $ 292,683.00 $ 213,047.61 Sales Tax 10 %I $ 35,080.66 _ $ 40,797.80 $ 29,268.30 _ $ 21,304.76 City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Certified Bid Tab 40 -42nd Avenue S Phase III Project Marshbank Construction, Inc JR Hayes Corporation Northwest Cascade Inc. Ceccanti Eiltl,ltem No. Item Descriptio , Quantity Unit ; Unit Prue Total Prue Unit Price Total Price Unit Prue Total Prue Unit Price To Price Subtotal Schedule D $ 385,887.26 $ 448,775.80 $ 321,951.30 $ 234,352.37 Schedule E -- King County Water District No. 125 El Trench Safety 1 LS $ 300.00 $ 300.00 $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 $ 500.00 $ 500.00 E2 12" Gate Valve and Box 2 EA $ 2,000.00 $ 4,000.00 $ 1,990.00 $ 3,980.00 $ 2,500.00 $ 5,000.00 $ 2,000.00 $ 4,000.00 E3 Remove & Dispose of Ex. 12" D.I. Pipe 185 LF $ 3.65 $ 675.25 $ 82.00 $ 15,170.00 $ 14.00 $ 2,590.00 $ 12.00 $ 2,220.00 E4 Remove & Dispose of Ex. 8" D.I. Pipe 45 LF $ 14.00 $ 630.00 $ 19.00 $ 855.00 $ 28.00 $ 1,260.00 $ 12.00 $ 540.00 E5 12" CL 52 D.I. Pipe & Fittings 200 LF $ 105.00 $ 21,000.00 $ 115.00 $ 23,000.00 $ 80.00 $ 16,000.00 $ 140.00 $ 28,000.00 E6 8" CL 52 D.I., Restrained Joint Pipe & Fittings 40 LF $ 205.00 $ 8,200.00 $ 100.00 $ 4,000.00 $ 142.00 $ 5,680.00 $ 130.00 $ 5,200.00 E7 Connect to Ex. Water Main 4 EA $ 2,300.00 $ 9,200.00 $ 3,000.00 $ 12,000.00 $ 3,350.00 $ 13,400.00 $ 500.00 $ 2,000.00 E8 Remove and Abandon Ex. SPU Meter Vault 1 LS $ 1,200.00 $ 1,200.00 $ 1,000.00 $ 1,000.00 $ 7,200.00 $ 7,200.00 $ 1,800.00 $ 1,800.00 E9 Construct New SPU Meter Vault 1 LS $ 20,000.00 $ 20,000.00 $ 44,000.00 $ 44,000.00 $ 21,250.00 $ 21,250.00 $ 27,000.00 $ 27,000.00 El0 Remove and Salvage Existing Fire Hydrant 5 EA $ 1,100.00 $ 5,500.00 $ 1,560.00 $ 7,800.00 $ 425.00 $ 2,125.00 $ 400.00 $ 2,000.00 Ell Extend /Relocate Ex. Fire Hydrant Assy. 1 EA $ 1,500.00 $ 1,500.00 $ 5,000.00 $ 5,000.00 $ 1,950.00 $ 1,950.00 $ 1,000.00 $ 1,000.00 E12 Install New Fire Hydrant Assy. 7 EA $ 6,300.00 $ 44,100.00 $ 8,000.00 $ 56,000.00 $ 6,350.00 $ 44,450.00 $ 4,800.00 $ 33,600.00 E13 Replace 1" Long Side Water Service 1 EA $ 4,000.00 $ 4,000.00 $ 2,000.00 $ 2,000.00 $ 3,000.00 $ 3,000.00 $ 1,250.00 $ 1,250.00 E14 Replace 1" Short Side Water Service 3 EA $ 1,200.00 $ 3,600.00 $ 4,000.00 $ 12,000.00 $ 1,775.00 $ 5,325.00 $ 850.00 $ 2,550.00 E15 Replace 1 1/2" Short Side Water Service 4 EA $ 1,800.00 $ 7,200.00 $ 2,500.00 $ 10,000.00 $ 2,200.00 $ 8,800.00 $ 1,100.00 $ 4,400.00 E16 Adjust Valve box to Grade 12 EA $ 350.00 $ 4,200.00 $ 500.00 $ 6,000.00 $ 420.00 $ 5,040.00 $ 250.00 $ 3,000.00 E17 Plug & Block Ex. Main 2 EA $ 1,000.00 $ 2,000.00 $ 3,900.00 $ 7,800.00 $ 675.00 $ 1,350.00 $ 300.00 $ 600.00 E18 CSTC 225 TN $ 41.00 $ 9,225.00 $ 20.00 $ 4,500.00 $ 35.00 $ 7,875.00 $ 24.00 $ 5,400.00 $ 146,530.25 $ 216,105.00 $ 153,795.00 $ 125,060.00 Sales Tax 10% $ 14,653.03 $ 21,610.50 $ 15,379.50 $ 12,506.00 Subtotal Schedule E $ 161,183.28 $ 237,715.50 $ 169,174.50 $ 137,566.00 TOTAL CONSTRUCTION BID $7,264,501.29 2 $7,712,965.28 $7,275,162.704 $7,008,511.37 a City of Tukwila 42nd Ave S - Phase III Bid Tab 4/11/2017 Cof Tukwila Allan Ekberg,Mayor Public Works Department—Bob Giberson,Director INFOR0���m���N� ��0x��� � � U��0�u�� ������� MATIONAL m��x����� n�m��*�m��mm��w��"��m�m TO: Transportation and Infrastructure Committee FROM: Bob Gibonaon, Public Works Director BY: Stove Cal atenm, Senior Program Manager CC: Mayor Ekberg DATE: April 21,2D17 SUBJECT: Major Maintenance of 3 Bridges(Grady Way, Frank Zepp, and Beacon Ave) Project No 91510406,91510407,and 91510408 Resolution Rejecting A|| Bido ISSUE The one bid received for the Major Maint8nanC8Of3Bridg8SP jeCtVv8ahighe[ihGn1h8Engin88/GEG\i0gd88Odth8 available grant project funding. BACKGROUND The Major Main18O8nC8Of3BhdggSP jnct was advertised for bids 0O March 8 and 15, 2017. One bid was received and opened OD April 5' 2017 from Orion Marine Contractors, Inc.for$8'90O'SO5.00 (see attached bid tabu|8kiOn).The Engineer's Estimate was$2'57O'OSOUO and the available construction budget in the 2017C|PiS$2.880.00O.O0. ANALYSIS Staff has certified the bid and did not find any errors. The bid received is significantly higher than the Engineer's Estimate and 8O analysis (f the project dSsignandbidph:8Gw8sCOOducted. Thgn3w@anoxing|or8a80ntOexp|8iOwhythRbidw@G0O[g than 50% above the Engineer's Estimate, but staff and the design COnGU|t8O[ David Evans and Associates (DFA)' Gp8CU|818 that the lack Of other bidders may b8 the reason 8S well 8S@O over-abundance Of projects biddiOgatth8S808h08.AO8O8|yuiS of the Engineer's Estimate was also conducted based UO [8C8Ot bid r88U|tS from the area and this 8n8|yGiG did not reveal any significant issues with the estimate nor reasons to think that it did not accurately reflect the likely cost of constructing the project in 8 competitive bidding environment. DEA also looked for reasons that only one bid was received. The bidding climate remains competitive, which is reducing the number Of bidders OO projects ond |o8dingk) iOCnB8S8dCODSi0C\iOOCOsto. Twouthorp|8nhO|dSnGw8reCOn18Cted8Dd8Sked why they had not submitted bids UO the project.Th8tw0p|@OhO|d8[Sst@1ndihGtth9ydidOOtGUb0it8bid8Sth9Vw8R;focuSed oO other projects thatbidODtheSam8date8ndth9ir8XiGhOg0sti08iiDg|O8dw8S0Doheavy. Staff R%O0mondS rejecting the bid and re-advertising the project inM8y.DEAVViU0Odih/thep|8OG8OdaddresoSu0oqu8GdOOG that arose during the bid process. The new bid ad date should allow additional time and flexibility to complete the project. FISCAL IMPACT Rejecting the bid does not have 8fiO8OCi8| impact in and of dG8|f^ but it will n8GU|t in 8ddidOOG| design costs k) repackage it as well 8G the additional costs for advertising. Overall, repackaging of the project is anticipated to save the City money. RECOMMENDATION Council is being asked 10 approve the Resolution rejecting the bid for the Major Maint8n8OC8Uf3BhdggSPmen and consider this item oD the Consent Agenda ak the May 1' 2U17 Regular Meeting. Attachments: Draft Resolution Bid Tabulation oonQP.page 1u WAPWsng\pROJsCTowmxanoprojectmw*,Maintenance ono Bridges(9m,0406)m,smails Genera)mrr=,smammernaP20,mwmmoMemmwectmdsw=.do= 25 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, REJECTING ALL BIDS SUBMITTED FOR THE MAJOR MAINTENANCE OF 3 BRIDGES PROJECT. WHEREAS, sealed bids were solicited for the Major Maintenance of 3 Bridges Project; and WHEREAS, a bid was received from one bidder and was publicly opened and read aloud on April 5, 2017; and WHEREAS, a budget was set for the construction of the Major Maintenance of 3 Bridges Project; and WHEREAS, the low bid received was over the budgeted amount for construction of the Major Maintenance of 3 Bridges Project; and WHEREAS, the City reserved the right to reject all bids in its call for bids, and RCW 35.23.352 provides for the rejection of any or all bids by resolution of the City Council; and WHEREAS, the City wishes to reject all bids due to budget limitations; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: The bid received on April 5, 2017, for the Major Maintenance of 3 Bridges Project is hereby rejected due to budget limitations. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of 12017. ATTEST/AUTHENTICATED: Christy O'Flaherty, MMC, City Clerk Dennis Robertson, Council President APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Resolution Number: Rachel B. Turpin, City Attorney 26 Major Maintenance. .,. Schedule A Beacon Avenue South 70 ---------------------------- ------------- Item Description Orion , UNEXPECTED SITE CHANGES �... 1 li#.ii 1 111 #.i 1.111 11 i 111 11... �I&EStILUTIfiN#F UTWTY CONFLICTS 111.11 111 1.l aii li 111 li . ��... iil.li 111 #.1 11 11 it 11 ,MOBILIZATION.. � ;11.li + ;11 Li ;illl 11 ;1 li ►i .. YOY+Y TRAFFIC. CONTROL � _. 111.11 111 1.1 , ,11111 , 11111 'PEDESTRIAN TRAFFIC CONTROL Bid-$S0.00 11 1.,11 1 111 11 _ . 11 Iii 11 MINOR,111 1111 ROADWAY EXCAVAT! INCL-HAUL COURSE 1 11 1 11 11 11 MI 11 + .+ ® 1,,11 ii Li 11 11 s ,11 11 P1 • N'OLLUTION CONTROL 111,11 11111 ..111 11 lii 11 wl 11 .li ii 1 li 111 11 ISTORMWATER POLLUTION` 1 �� 111,.i i 111 1.l Hui= 11 11 .. B.'ROGRESS SCHEDULE © 11.11 11 1.1 ..111 li 111 11 ®' ,STRUCTURE SURVEYING �© iil.ii lil li ,111 11 fll 11.. 1.' . !" AND CONTAINMENT 1 111..11 1 111 1.1 I I f f 11 i + + :1 a— �� 1 iil.11 00i lil Li IMI 11 111 11.. EPDXY,COATED ST.REINF.BAR E'*XY 14WELS '® STRUCTURAL CARBON" ©... lil.ii Ili li 1.111 11 i 111 11.... C1fNC,CLASS+,ffl F#R SIDEWALK ® 1.11 . ill 1.1 'ii 11 1111 HMA SAW CUT 1 •..Ilfl 1•.. 1 �� .il.ii .ii li 1 11 11 11 1 SEAL ® 11 ;1 11 11 1 1i AN)!�+ �� ' 11111 + iii Li ..111 11 IM111 CONTAINMENT' ■ ABRASIVES 1 111 11 1 11111 X1 11111 i 1 '• 1 f ': i lil,.11 ENSIMM 1:.111 11 1 111 11 + + 1 111 11 1 111 li i 111 li 1 lii 11 CORRUGATED META L DECKING ® 11 +. 11 i ii1 1,1 1 11 1 111 11 SCARIFYING CONCRETE SURFACE �� 1.it 111 11 11 . i 11 ��1 � 1. i. ©� 1111,.11 sill ll 1...111 ll 111111 1 i i �� 1.11 1 1.1 11 11 11 11 SIDEWALK �® ii •11 11 1 11 .11 11.... �'AIJADSIDE CLEANU.' 1111.11 i 111 1.1 I,.ill ii 111111... Major Maintenance of Three Bridges Schedule B SW Grady Way Engineer's Estimate Orion ._.Construction Item Description 1 �� 111 11 i 11 1,1 ..111 11 1 11 11 �� lil..it Ili 1.1 ENE= li 11 �� I Iff 11 PROJECT TEMPORARY R AFFIC CONTROL �� lil.it 11111 I.Iff 11 I Ili 11 min bid$ 0.00 11 1.11 lil 1.1 . li . 11 11 '! wI R POLLUTION CONTROL �� ii#.11 lil 11 .111 it I►i 11... i �,TYPE 7 PROGRESS" 1 111 11 ill 11 iil 11 111 ii STRUCTURAL+ +`:. �� 111. 11 111 tl 1111 1111 CARBON" �© iil.li 111 ii 1./il 11 i 111 11 & 1 1 ANCHORS ©� i li/11 i iii 1.1 :1..111 11 .1 111 11 �[ROA f CLEANUP �� 1111 11 1.1 11 11 11 11 + *' *' i lil 11 iii 11 111 11 111 11 still ;f Engineer's Estimate Orion Item Description Est,! . , f SITE CHANGES �© i lil it f Ifl #1 1,111 li i 111 it + Ifl it 111 it 111 11 fff it '.... REIMBURSEMENT F!"THIRD PARTY f+ ®� ff#.11 Iff is .111 11 Ili 11 FLAGG �' © i 11411 i 111 #1 11 11 li it ERS,min:d$SO.00 11 : Iff fl . 11 i:If 11 ' .,. f !" •ff ! '®' � ii:If . iii 41 ,iii Ii : Ili 11 tl• CHANGEABLE ;fff ii + iii 1.1 .. . fi ,: Ili 11 ' + ! iii 111 iii ii fff 11 PEDESTRIAN ., !.. .• ©© It.11 ii ff :iii 11 11111 TYPE 3 BARRICADE �ICONSTRUCTION LIAISON �© 1 Ilt. 11 1 iii ff ,111 ii 11111 :. !.LIENTIAL ARROW �ITEMPORARY SIGNAL MODIFICATION © ff#.ii iii fi .iii ii IiM If.. ISIGN COVERING FOR APPROACH ���C,NUSHED SUNFACING BASE COURSE �M !M EROSION/WATER POLLUTION ! "• �� iii: 11 iii tl ,Iff If Ili 11 �IHIGH VISIBILITY SILT FENCE HEALTH ,Ii ff _. iii fA ii ii 11 •. « ••! 4., �© ii4 ii lil i:.l Ilf If 111 11 AND SAFETY PLAN 1 fff ii 1 iii is 11 11 11 ff ! �© il,.ii iil i:.l 11 11 Ili it + "! •. + f + Ifl ii lil it 111 11 Ili if ' �© +i li4 it +i 111 i:.l 11 11 Ii it Ii 1 it i 111 it ii 11 ii 111 11 '! ©© ' lil,.it + 111 fl • ...111 11 . Ili 11 ' .. sl fl 11 it 11 ,If 11 EPDXY + ., +: Ifl 11 +: iii is i lil 11 i Iff 11 `' • ! ! .. ! '©© + 111 11 + iii fl fl if 11 1 Ili 11 ' f " �� f If4 it i ifl is .111 11 Iff 11 H 0.. f iii fl flff If i Ili ii ' f fff 11 f fff Y1 lii 11 fff 11 '.. +If 11 111 . ,1111 :. ! ! !" • fff ;i ii iii it .f IfIli 11 GUIDE FLEXIBLE POST ,1.11 ,ff is .. 11 11 Iff 11 PLASTIC TRAFFIC ARROW �� 11.11 ii i:i If If 11111 + ill ii it 11 11 + Iff 11 �PLASTIC !" MENIM,1 •.i it 11 *Ii 11 ��ITEMPORARY STRIPING RAISED PAVEMENT MARKER + f iii ii 1 iii 090TITO iii 11 f 111 If Major Maintenance of Three Bridges Schedule D Frank Zepp IS 180th Street)(Non-Federal Participation) Item Item Description Unit Est, Engineer's Estimate Orion Marine Construction Quantities -7-- .. — I Unit Cost Total Cost Unit Cost i Total Cost D1 MOBILIZATION LS 1 $ 1,000.00 $ 1,000.00 $ 2,500.001$ 2,500.00 D2 ILLUMINATION.SYSTEM-TRAIL LS 1 $ 10,000.00 $ 10,000.00 $ 45,000.00 $ 45,000.00 $ 11,000.00 $ 47.500.00 -------------------------------- Summary Engineer's Estimate Orion Marine ------------------------------------------------ ---------------------- ----------------------------------------------------- Schedule A $ 814,525.00 Schedule B ----426,500.00- Schedule C $ 2,612,380.00 °°°_°°°°°°_°.°_______________________________________ ---- .- ----------- Schedule D .00 $ 47,500.00 ---------------------------------------------------- ---------------------- Total Bid Price $ 2,578,6i6'66 I certify this bid tabulation Is ca r, ct and a gate. Signed by: Date: April 11,2017 Steve Carstens,P.E. Senior Program Manager City of Tukwila 29 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 91510406 PROJECT: Major Maintenance on 3 Bridges 2015 Project Nos. 91510407 91510408 DESCRIPTION: Perform Seismic Retrofit, Deck and Joint Repair, and Bridge Painting work under the Local Agency Bridge Program on the Frank Zepp Bridge, Grady Way Bridge and the Beacon Avenue South Bridge. The three bridges were identified as good candidates for federal funding under the Local Agency Bridge JUSTIFICATION: Program administered by WSDOT. The proposed work will preserve the City owned infrastructure and extend the service lives of the bridges. STATUS: Federal grant funding was approved December 2014. Council budget amendment approved 8/3/15. MAINT. IMPACT: Maintenance needs will be reduced once these three major maintenance projects are completed. The three bridges were approved for grants under separate federal aid numbers but will be combined into COMMENT: one for the design&construction contract. Grant funding requires a 10%match for the design phase; projects that obtain construction authorization by 9/30/18 are eligible for 100% Federal construction funding. FINANCIAL Through Estimated (in$000'x) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 421 445 866 Land(R/W) 0 Const. Mgmt. 300 293 593 Construction 2,886 1,003 3,889 TOTAL EXPENSES 421 445 1 3,186 1 1,296 1 01 01 01 01 01 5,348 FUND SOURCES Fed BRAC Grant 379 401 3,186 1,296 5,262 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 42 44 0 0 0 0 0 0 0 86 TOTAL SOURCES 421 445 1 3,186 1 1,296 1 01 01 01 01 0 1 5,348 FY �a 2017-2022 Capital Improvement Program 12 30 City of Tukwila Allan Ekberg,Mayor Public Works Department-Bob Giberson,Director INFORMATIONAL MEMORANDUM TO: Transportation Committee FROM: Bob Giberson, Public Works Director 4Al CC: Mayor Ekberg DATE: April 21, 2017 SUBJECT: MCImetro Franchise Ordinance ISSUE Approval of MCImetro Franchise Ordinance, BACKGROUND Headquartered in Ashburn Virginia, MCImetro Access Transmission Services Corporation is a wholly owned subsidiary of Verizon Communications focused on cable transport. Verizon is the second largest U.S. telecommunications service provider and has its roots in the breakup of the Bell System. Verizon was formed in 2000 from a merger between Bell Atlantic and GTE. MCImetro Access was a subsidiary of MCI Communications formed in 1963. MCI was purchased by WorldCom in 1997. The new company, MCI WorldCom, was purchased by Verizon in 2005. MCImetro provides bandwidth infrastructure solutions for the communications industry in the US and Europe. Specifically, MCImetro provides long haul fiber networks for carriers, financial service companies, healthcare, government, educational institutions, and other enterprises. ANALYSIS The attached Franchise Agreement would allow MCImetro to continue operating and maintaining its fiber optic system in the City's right-of-way and facilitate future expansion projects. FINANCIAL IMPACT Under the terms of the Franchise, MCImetro will pay a $5,000 administrative fee within 30 days of franchise approval. RECOMMENDATION Council is being asked to approve the Ordinance that will grant a Franchise Agreement to MCImetro Access Transmission Services Corporation and consider this item on the Consent Agenda at the May 1, 2017 Regular Meeting. Attachment: Draft Franchise Ordinance WAPW Eng\PROJECTS\Franchise\Telecom\MCI METRO-VERIZON conduWlmfo Memo MCImetro 042117 gl.docx 31 DRAFT AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, GRANTING A NON-EXCLUSIVE FRANCHISE TO MCIMETRO ACCESS TRANSMISSION SERVICES CORP., A DELAWARE CORPORATION, d/b/a VERIZON ACCESS TRANSMISSION SERVICES, LEGALLY AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF WASHINGTON, FOR THE PURPOSE OF CONSTRUCTING, OPERATING, AND MAINTAINING A TELECOMMUNICATIONS SYSTEM IN CERTAIN PUBLIC RIGHTS-OF-WAY IN THE CITY; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, MClmetro Access Transmission Services Corporation, d/b/a Verizon Access Transmission Services, hereinafter referred to as "MClmetro" or "Franchisee," is a telecommunications company that, among other things, provides high capacity interexchange transport to telecommunications common carriers, including data transmission, linkage to long distance carriers and other telecommunications services to customers in the Puget Sound region; and WHEREAS, MClmetro's desired route through the City of Tukwila, hereinafter referred to as "City," requires the use of certain portions of City rights-of-way for the installation, operation, and maintenance of a telecommunications system; and WHEREAS, the City Council has determined that the use of portions of the City's rights-of-way for installation of a telecommunications system is appropriate from the standpoint of the benefits to be derived by local business and the region as a result of such services; and WHEREAS, the City Council also recognizes that the use of public rights-of-way must be restricted to allow for the construction of amenities necessary to serve the future needs of the citizens of Tukwila and that the coordination, planning and management of the City's rights-of-way is necessary to ensure that the burden of costs for the operations of non- municipal interests are not borne by the citizenry; and WHEREAS, the Revised Code of Washington (RCW) authorizes the City to grant and regulate non-exclusive franchises for the use of public streets, right-of-ways and other 32 public property for installation, operation and maintenance of a fiber optic system and transmission of communications; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY ORDAINS AS FOLLOWS: Section 1. Non-exclusive Franchise Granted. A. The City hereby grants to MClmetro, subject to the conditions prescribed in this ordinance ("Franchise Agreement"), the franchise rights and authority to construct, replace, repair, monitor, maintain, use and operate the equipment and facilities necessary for a telecommunications facility within the City-owned rights-of-way, generally described as that area within the present and future boundaries of the City, and hereinafter referred to as the "Franchise Area." B. The foregoing franchise rights and authority ("Franchise") shall not be deemed to be exclusive to MClmetro and shall in no way prohibit or limit the City's ability to grant other franchises, permits, or rights along, over or under the areas to which this Franchise has been granted to MClmetro; provided, that such other franchises do not unreasonably interfere with MClmetro's exercise of franchise rights granted herein. This Franchise shall in no way interfere with existing utilities or in any way limit, prohibit or prevent the City from using the Franchise Area or affect the City's jurisdiction over such area in any way. C. This Franchise Agreement merely authorizes MClmetro to occupy and use the Franchise Area. Nothing contained herein shall be construed to grant or convey any right, title, or interest in the Franchise Area to MClmetro. Section 2. Authority. The Director of Public Works or his or her designee is hereby granted the authority to administer and enforce the terms and provisions of this Franchise Agreement and may develop such lawful and reasonable rules, policies and procedures as he or she deems necessary to carry out the provisions contained herein. Section 3. Franchise Term. The franchise rights granted herein shall remain in full force and effect for a period of ten (10) years from the effective date of this ordinance. However, this Franchise Agreement shall not take effect and MClmetro shall have no rights under this Franchise Agreement unless a written acceptance with the City is received pursuant to Section 4 of this Agreement. If MClmetro requests a Franchise renewal prior to the expiration date, the City may, at the City's sole discretion, extend the term of this Franchise Agreement for up to one year beyond the expiration date to allow processing of renewal. If the City elects to extend the term of this Franchise, written notice of the extension shall be provided to MClmetro prior to the Franchise expiration date. Section 4. Acceptance of Terms and Conditions. The full acceptance of this Franchise Agreement and all the terms and conditions shall be filed with the City Clerk within 30 days of the effective date of this ordinance in the form attached hereto as Exhibit A. Failure on the part of MClmetro to file said consent within 30 days of the 33 effective date of this ordinance shall void and nullify any and all rights granted under this Franchise Agreement. Section 5. Construction Provisions and Standards. The following provisions shall be considered mandatory and failure to abide by any conditions described herein shall be deemed as non-compliance with the terms of this Franchise Agreement and may result in some or all of the penalties specified in Section 6. 1. Permit Required. No construction, maintenance or repairs (except for emergency repairs) shall be undertaken in the Franchise Area without first obtaining appropriate permits from the City of Tukwila, Department of Public Works. In case of an emergency, MClmetro shall, within 24 hours of the emergency, obtain a permit from the City of Tukwila's Public Works Department. 2. Coordination. All capital construction projects performed by MClmetro within the Franchise Area shall be inspected by a City inspector. All work and inspection shall be coordinated with the Engineering Division of the Public Works Department to ensure consistency with City infrastructure, future Capital Improvement Projects, all developer improvements, and pertinent codes and ordinances. 3. Construction Standards. Any construction, installation, maintenance and restoration activities performed by or for MClmetro within the Franchise Area shall be constructed and located so as to produce the least amount of interference with the free passage of pedestrian and vehicular traffic. All construction, installation, maintenance and restoration activities shall be conducted such that they conform to City's development guidelines and standards and comply with Title 11 of the Tukwila Municipal Code. 4. Underground Installation Required. All telecommunications cables and junction boxes or other vaulted system components shall be installed underground unless otherwise exempted from this requirement, in writing, by the Public Works Director consistent with the requirements of TMC § 11.32.090(B). 5. Relocation. a. The City shall have the right to require MClmetro to alter, adjust, relocate, or protect in place its facilities within the public right-of-way when reasonably necessary for construction, alteration, repair, or improvement of any portion of the public rights-of-way for purposes of public welfare, health, or safety ("Public Improvements"). Such Public Improvements include, by way of example but not limitation, public rights- of-way construction; public rights-of-way repair (including resurfacing or widening); change of public rights-of-way grade; construction, installation or repair of sewers, drains, water pipes, power lines, signal lines, communication lines, or any other type of government-owned communications, utility or public transportation systems, public work, public facility, or improvement of any government-owned utility; public rights-of- way vacation, and the construction of any public improvement or structure by any governmental agency acting in a governmental capacity. In the event the City requires MClmetro to relocate its facilities, the City shall provide MClmetro with written notice requesting such relocation, along with plans for the public improvement that are 34 sufficiently complete to allow for the initial evaluation, coordination and the development of a relocation plan. The City and MClmetro shall meet at a time and location determined by the City to discuss the project requirements including critical timelines, schedules, construction standards, utility conflicts, as-built requirements, and other pertinent relocation plan details. The City shall notify MClmetro as soon as practicable of the need for relocation and shall specify the date by which relocation shall be completed. Except in case of emergency such notice shall be no less than 90 days. b. To ensure timely execution of relocation requirements, MClmetro shall, upon written request from the City, provide at MClmetro's expense, base maps, current as-built information, detailed relocation plan (including detailed schedule of relocation activities, identification of critical path, identification of facilities, and relocation procedures), and other design, technical or operational requirements within the timeframe specified by the City. c. MClmetro may, after receipt of written notice requesting a relocation of its facilities, submit to the City written alternatives to such relocation within the time specified by the City. Such alternatives shall include the use and operation of temporary facilities in adjacent rights-of-way. The City shall evaluate such alternatives and advise MClmetro in writing if one or more of the alternatives are suitable to accommodate the work, which would otherwise necessitate relocation of the facilities. If requested by the City, MClmetro shall submit additional information to assist the City in making such evaluation. The City shall give each alternative proposed by MClmetro full and fair consideration. In the event the City, in its sole discretion, decides not to accept the alternatives suggested by MClmetro, MClmetro shall relocate its facilities as otherwise specified in Section 5, subparagraph 5. d. Upon final approval of the relocation plan by the City, MClmetro shall, consistent with the requirements of TMC § 11.32.090(E) and RCW § 35.99.060, and at the time frame specified by the City, temporarily or permanently remove, relocate, place underground, change or alter the position of any facilities or structures within the right- of-way whenever the City has determined that such removal, relocation, undergrounding, change or alteration is reasonably necessary for the construction, repair, maintenance, installation, public safety, or operation of any public improvement in or upon the rights-of-way. In the event relocation is required by reason of construction by a third party, non-governmental entity, for the sole benefit of the third party, non- governmental entity then MClmetro's relocation costs shall be borne by the third party. e. If during the construction, repair, or maintenance of the City's public improvement project an unexpected conflict occurs from MClmetro's facilities, MClmetro shall, upon notification from the City, respond within 24 hours to resolve the conflict. f. MClmetro acknowledges and understands that any delay by MClmetro in performing the work to alter, adjust, relocate, or protect in place its facilities within the public rights-of-way may delay, hinder, or interfere with the work performed by the City and its contractors and subcontractors in furtherance of construction, alteration, repair, or improvement of the public rights-of-way, and result in damage to the City, including but not limited to, delay claims. MClmetro shall cooperate with the City and its 35 contractors and subcontractors to coordinate such relocation work to accommodate the public improvement project and project schedules to avoid delay, hindrance of, or interference with such project. g. Should MClmetro fail to alter, adjust, protect in place or relocate any facilities ordered by the City to be altered, adjusted, protected in place, or relocated, within the time prescribed by the City, given the nature and extent of the work, or if it is not done to the City's reasonable satisfaction, the City may, to the extent the City may lawfully do so, cause such work to be done and bill the reasonable cost of the work to MClmetro, including all reasonable costs and expenses incurred by the City due to MClmetro's delay. In such event, the City shall not be liable for any damage to any portion of MClmetro's system. In addition to any other indemnity set forth in this Franchise Agreement, MClmetro will indemnify, hold harmless, and pay the costs of defending the City from and against any and all claims, suits, actions, damages, or liabilities for delays on public improvement construction projects caused by or arising out of the failure of MClmetro to adjust, modify, protect in place, or relocate its facilities in a timely manner; provided that, MClmetro shall not be responsible for damages due to delays caused by the City. 6. Removal or Abandonment. Upon the removal from service of any service antennas or other associated structures, facilities and amenities, MClmetro shall comply with all applicable standards and requirements prescribed by the City of Tukwila's Public Works Department for the removal or abandonment of said structures and facilities. No facility constructed or owned by MClmetro shall be abandoned without the express written consent of the City. 7. Bond. Before undertaking any of the work, installation, improvements, construction, repair, relocation, or maintenance authorized by this Franchise Agreement, MClmetro shall, upon the request of the City, furnish a bond executed by MClmetro and a corporate surety authorized to operate a surety business in the State of Washington, in such sum as may be set and approved by the City as sufficient to ensure performance of MClmetro's obligations under this Franchise Agreement, provided, however, that such sum shall not exceed 150% of the cost of the telecommunications system to be installed by MClmetro in the City rights-of-way. At MClmetro's sole option, MClmetro may provide alternate security in the form of an assignment of funds or a letter of credit, in the same amount as the bond. All forms of security shall be in the form reasonably acceptable to the City. The bond shall be conditioned so that MClmetro shall observe all the covenants, terms and conditions and shall faithfully perform all of the obligations of this Franchise Agreement, and to repair or replace any defective MClmetro work or materials discovered in the City's roads, streets or property. 8. "One-Call" Location and Liability. MClmetro shall subscribe to and maintain membership in the regional "One-Call" utility location service and shall promptly locate all of its lines upon request. The City shall not be liable for any damages to MClmetro's system components or for interruptions in service to MClmetro customers which are a direct result of work performed for any City project for which MClmetro has failed to properly locate its lines and facilities within the prescribed time 36 limits and guidelines established by One-Call. The City shall also not be liable for any damages to the MClmetro system components or for interruptions in service to MClmetro customers resulting from work performed under a permit issued by the City. 9. As-Built Plans Required. MClmetro shall maintain accurate engineering plans and details of all installations within the City limits and shall provide such information in both paper form and electronic form using the most current Auto CAD version prior to close-out of any permits issued by the City and any work undertaken by MClmetro pursuant to this Franchise Agreement. The City shall determine the acceptability of any as-built submittals provided under this section. 10. Recovery of Costs. MClmetro shall be subject to all permit fees associated with activities undertaken through the authority granted in this Franchise Agreement or under ordinances of the City. Where the City incurs reasonable costs and expenses for review or inspection of activities undertaken through the authority granted in this Franchise Agreement or any ordinances relating to the subject for which permit fees have not been established, MClmetro shall pay such reasonable costs and expenses directly to the City. 11. Vacation. If, at any time, the City shall vacate any City road, right-of-way or other City property which is subject to rights granted by this Franchise Agreement and said vacation shall be for the purpose of acquiring the fee or other property interest in said road, right-of-way or other City property for the use of the City, in either its proprietary or governmental capacity, then the City will, if practicable, reserve an easement for Franchisee to construct, replace, repair, monitor, maintain, use and operate its equipment and facilities at the location vacated by the City, and if not practicable, the City may, at its option and by giving 60 days written notice to MClmetro, terminate this Franchise Agreement with reference to such City road, right-of-way or other City property so vacated, and the City shall not be liable for any damages or loss to MClmetro by reason of such termination other than those provided for in RCW 35.99. Section 6. Franchise Compliance. A. Franchise Violations. The failure by MClmetro to fully comply with any of the provisions of this Franchise Agreement may result in a written notice from the City that describes the violations of the Franchise Agreement and requests remedial action within 60 days of receipt of such notice. If MClmetro has not attained full compliance at the end of the 60-day period following receipt of the violation notification, the City may declare an immediate termination of all franchise rights and privileges, provided that full compliance was reasonably possible within that 60-day period. B. Emergency Actions. 1. If any of MClmetro's actions under this Franchise Agreement, or any failure by MClmetro to act to correct a situation caused by MClmetro, is deemed by the City to create a threat to life or property, financial harm, or cause a delay of the construction, repair or maintenance of the public improvement, the City may order MClmetro to immediately correct said threat, financial harm, or delay or, at the City's discretion, the City may undertake measures to correct said threat, financial harm or delay itself; 37 provided that, when possible, the City shall notify MClmetro and give MClmetro an opportunity to correct within a specified time said threat, financial harm or delay before undertaking such corrective measures. MClmetro shall be liable for all reasonable costs, expenses and damages attributed to the correction of such an emergency situation as undertaken by the City to the extent that such situation was caused by MClmetro and shall further be liable for all reasonable costs, expenses and damages resulting to the City from such situation and any reimbursement of such costs to the City shall be made within 30 days of written notice of the completion of such action or determination of damages by the City. The failure by MClmetro to take appropriate action to correct a situation caused by MClmetro and identified by the City as a threat to public or private safety or property, financial harm, or delay of the construction, repair or maintenance of the public improvement shall be considered a violation of the terms of this Franchise Agreement. 2. If, during construction or maintenance of MClmetro's facilities, any damage occurs to an underground facility and the damage results in the release of natural gas or other hazardous substance or potentially endangers life, health or property, MClmetro or its contractor shall immediately call 911 or other local emergency response number. C. Other Remedies. Nothing contained in this Franchise Agreement shall limit the City's available remedies in the event of MClmetro's failure to comply with the provisions of this Franchise Agreement, to include but not limited to, the City's right to a lawsuit for specific performance and/or damages. D. Removal of System. In the event this Franchise Agreement is terminated as a result of violations of the terms of this Franchise Agreement, MClmetro shall, at its sole expense, promptly remove all system components and facilities, provided that the City, at its sole option, may allow MClmetro to abandon its facilities in place. Section 7. Insurance. A. MClmetro shall maintain liability insurance written on a per-occurrence basis during the full term of this Franchise Agreement for personal injuries and property damages. The policy shall contain coverage in the amounts and conditions stipulated in Title 11 of the Tukwila Municipal Code. B. Such insurance shall specifically name as additional insured, the City, its officers and employees; shall apply as primary insurance; shall stipulate that no insurance affected by the City will be called on to contribute to a loss covered thereunder; and shall further provide that the policy shall not be modified or canceled during the life of the permit or Franchise Agreement without Grantee giving 30 days written notice to the City. Notice shall be by mail to the City. Section 8. Other Permits and Approvals. Nothing in this Agreement shall relieve MClmetro from any obligation to obtain approvals or necessary permits from applicable federal, state and City authorities for all activities in the Franchise Area. Section 9. Transfer of Ownership. 38 A. The rights, privileges, benefits, title or interest provided by this Franchise shall not be sold, transferred, assigned or otherwise encumbered, without the prior written consent of the City, with such consent not being unreasonably withheld or delayed. No such consent shall be required, however, for a transfer in trust, by other hypothecation, or by assignment or any rights, title or interest in MClmetro's telecommunications system in order to secure indebtedness. Approval shall not be required for mortgaging purposes provided that the collateral pledged for any mortgage shall not include the assets of this franchise. Approval shall not be required for any transfer from MClmetro to another person or entity controlling, controlled by, or under common control with MClmetro. MClmetro may license fibers to other users without the consent of the City provided that MClmetro remains solely responsible for the terms and conditions outlined in this Franchise Agreement. B. In any transfer of this Franchise which requires the approval of the City, MClmetro shall show that the recipient of such transfer has the technical ability, financial capability, and any other legal or general qualifications as reasonably determined by the City to be necessary to ensure that the obligations and terms required under this Franchise Agreement can be met to the full satisfaction of the City. The qualifications of any transferee shall be determined by hearing before the City Council and the approval to such transfer shall be granted by resolution of the City Council. Any reasonable administrative costs associated with a transfer of this Franchise that requires the approval of the City shall be reimbursed to the City within 30 days of such transfer. Section 10. Administrative Fees. A. Pursuant to the Revised Code of Washington (RCW), the City is precluded from imposing franchise fees for "telephone businesses" as defined in RCW 82.16.010, or "service provider" as defined in RCW 35.99.010, except that fees may be collected for administrative expenses related to such franchise. MClmetro does hereby warrant that its operations, as authorized under this Franchise Agreement, are those of a telephone business as defined in RCW 82.16.010 or a service provider as defined in 35.99.010. B. MClmetro shall be subject to a one-time $5,000 administrative fee for reimbursement of costs associated with the preparation, processing and approval of this Franchise Agreement. These costs shall include, but not be limited to, wages, benefits, overhead expenses, equipment and supplies associated with such tasks as plan review, site visits, meetings, negotiations and other functions critical to proper management and oversight of City's right-of-way. Administrative fees exclude normal permit fees as stipulated in Title 11 of the Tukwila Municipal Code. Payment of the one-time administrative fee is due 30 days after notice of franchise approval. C. The City reserves the right to exercise authority it has or may acquire in the future to charge a franchise fee as authorized by law. D. In the event MClmetro submits a request for work beyond the scope of this Franchise Agreement, or submits a complex project that requires significant comprehensive plan review or inspection, MClmetro shall reimburse the City for 39 franchise amendments and expenses associated with the project. MClmetro shall pay such costs within 60 days of receipt of a bill from the City. E. Failure by MClmetro to make full payment of bills within the time specified shall be considered sufficient grounds for the termination of all rights and privileges existing under this ordinance, utilizing the procedures specified in Section 6 of this ordinance. Section 11. Notices. Any notice to be served upon the City or MClmetro shall be delivered to the following addresses respectively: City of Tukwila Office of the City Clerk 6200 Southcenter Boulevard Tukwila, WA 98188 Email: christy.oflaherty @tukwilawa.gov Phone: 206-433-1855 MClmetro Access Transmission Services Corporation, d/b/a Verizon Access Transmission Services ATTN: Franchise Manager 600 Hidden Ridge Mailcode: HQE02G295 Irving, TX 75038 with copies to (except for invoices): Verizon Business Services, Inc. Attn: Vice President and Deputy General Counsel, Network 1320 N. Courthouse Road, Suite 900 Arlington, VA 22201 Section 12. Indemnification. A. MClmetro shall use reasonable and appropriate precautions to avoid damage to persons or property in the construction, installation, repair, operation and maintenance of its structures and facilities within the Franchise Area. MClmetro shall indemnify and hold the City harmless from all claims, actions or damages, including reasonable attorney's and expert witness fees, which may accrue to or be suffered by any person or persons, corporation or property to the extent caused in part or in whole by any negligent act or omission of MClmetro, its officers, agents, servants or employees, carried on in the furtherance of the rights, benefits, and privileges granted to MClmetro by this Franchise. In the event any claim or demand is presented to or filed with the City that gives rise to MClmetro's obligation pursuant to this section, the City shall within a reasonable time notify MClmetro thereof and MClmetro shall have a right, at its election, to settle or compromise such claim or demand. In the event any claim or action is commenced in which the City is named a party, and which suit or action is based on a claim or demand which gives rise to MClmetro's obligation pursuant to this section, the City shall promptly notify MClmetro thereof, and MClmetro shall, at its sole 40 cost and expense, defend such suit or action by attorneys of its own election. In defense of such suit or action, MClmetro may, at its election and at its sole cost and expense, settle or compromise such suit or action. This section shall not be construed to require MClmetro to: 1. protect and save the City harmless from any claims, actions or damages; 2. settle or compromise any claim, demand, suitor action; 3. appear in or defend any suit or action; or, 4. pay any judgment or reimburse the City's costs and expenses (including reasonable attorney's fees), to the extent such claim arises out of the negligence or intentional acts of the City, its employees, agents or independent contractors. B. To the extent of any concurrent negligence between MClmetro and the City, MClmetro's obligations under this paragraph shall only extend to its share of negligence or fault. The City shall have the right at all times to participate through its own attorney in any suit or action which arises out of any right, privilege, and authority granted by or exercised pursuant to this Franchise Agreement when the City determines that such participation is required to protect the interests of the City or the public. Such participation by the City shall be at the City's sole cost and expense. C. With respect to the performance of this Franchise and as to claims against the City, its officers, agents and employees, MClmetro expressly waives its immunity under Title 51 of the Revised Code Washington, the Industrial Insurance Act, for injuries to its officers, agents and employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of MClmetro's officers, agents or employees. This waiver is mutually negotiated by the parties. Section 13. Severability. If any section, sentence, clause or phrase of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction. Section 14. Reservation of Rights. The parties agree that this Agreement is intended to satisfy the requirements of all applicable laws, administrative guidelines, rules, orders and ordinances. Accordingly, any provision of this agreement or any local ordinance that may conflict with or violate the law shall be invalid and unenforceable, whether occurring before or after the execution of this agreement, it being the intention of the parties to preserve their respective rights and remedies under the law, and that the execution of this Agreement does not constitute a waiver of any rights or obligations by either party under the law. Section 15. Police Powers. Nothing contained herein shall be deemed to affect the City's authority to exercise its police powers. MClmetro shall not by this Franchise Agreement obtain any vested rights to use any portion of the City right-of-way except for the locations approved by the City and then only subject to the terms and conditions of this Franchise Agreement. This Franchise Agreement and the permits issued thereunder shall be governed by applicable City ordinances in effect at the time of application for such permits. 41 Section 16. Future Rules, Regulations and Specifications. MClmetro acknowledges that the City may develop rules, regulations and specifications, including a general ordinance or other regulations governing telecommunications operations in the City. Such regulations, upon written notice to MClmetro, shall thereafter govern MClmetro's activities hereunder; provided, however, that in no event shall regulations: 1. materially interfere with or adversely affect MClmetro's rights pursuant to and in accordance with this Franchise Agreement; or 2. be applied in a discriminatory manner as it pertains to MClmetro and other similar user of such facilities. Section 17. Corrections by City Clerk or Code Reviser. Upon approval of the City Attorney, the City Clerk and the code reviser are authorized to make necessary corrections to this ordinance, including the correction of clerical errors; references to other local, state or federal laws, codes, rules, or regulations; or ordinance numbering and section/subsection numbering. Section 18. Effective Date. This ordinance or a summary thereof shall be published in the official newspaper of the City, and shall take effect and be in full force five days after passage and publication as provided by law. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of 2017. ATTEST/AUTHENTICATED: Christy O'Flaherty, MMC, City Clerk Alan Ekberg, Mayor APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Rachel B. Turpin, City Attorney Ordinance Number: Attachments: Exhibit A - Description of MClmetro Facilities Exhibit B — Franchise Agreement Acceptance Form 42 Exhibit A Description of MClmetro Facilities MClmetro Facilities include, collectively or individually, any and all communications transmission and distribution systems, including but not limited to, wires, lines, conduits, ducts, cables, braces, guys, anchors, vaults, switches, fixtures, and any and all other equipment, appliances, attachments, appurtenances and other items necessary, convenient, or in any way appertaining to any and all of the foregoing, whether the same be located across, above, along, below, in, over, through, or underground the public rights of way located within the present and future jurisdictional boundaries of the City of Tukwila. MClmetro Facilities shall not include any wireless telecommunications transmission facilities such as antennas, DAS, Small Cell facilities or other wireless transmission devices that are mounted on poles or other structures in the right-of-way. 43 EXHIBIT B MCImetro Access Transmission Services Corporation, d/b/a Verizon Access Transmission Services Acceptance Form Date City of Tukwila City Clerk's Office 6200 Southcenter Boulevard Tukwila WA 98188 Re: Ordinance No. Adopted on Dear City Clerk: In accordance with and as required by Section 4 of City of Tukwila Ordinance No. passed by the City Council and approved by the Mayor on (the "Ordinance"), MCImetro Access Transmission Services Corporation, d/b/a Verizon Access Transmission Services Communications Company L.P. hereby accepts the terms, conditions and obligations to be complied with or performed by it under the Ordinance. Sincerely, Signature Robert F. McGee—Director Network Engineering & Operations Printed Name and Title cc: Bob Giberson, Public Works Director 44