Loading...
HomeMy WebLinkAboutReg 2019-02-19 Item 7 - Bid Award - Westwater Construction Company for South 140th Street Intersection Improvement / South 141st Street Rectangular Rapid Flash Beacon Pedestrian Crossings for $221,300COUNCIL AGENDA SYNOPSIS Initials MeetingDate Prepared by Mayor's review Council review 02/19/1.9 HH ITEM INFORMATION ITEM No. 7 STAFF SPONSOR: HENRY HASH ORIGINAL AGENDA DATE: 02/19/19 AGENDA ITEM TITLE South 140th Street Intersection Improvements Bid Award of the South 141st Street RRFB Pedestrian Crossings CATEGORY Discussion Mtg Date El Motion Mtg Date . Resolution Ordinance Mtg Date I Bid Award 02/19/19 0 Public Hearing Mtg Date III Other Mtg Date Mtg Date Mtg Date SPONSOR DCouncil ElMayor EIHR LIDCD INFinance EFire LITS DP&R DPolice ZPIF 0 Court SPONSOR'S The South 140th Street Intersection Improvements that include the S 141st St Rectangular SUMMARY Rapid Flashing Beacon (RRFB) Pedestrian Crossings was advertised for construction on January 29 and Februayr 4, 2019. Four bids were received on February 14, 2019 (after a three-day snow delay) with the low bid of $221,300.00 from Westwater Construction Co. Two pedestrian crossings will be installed near S 141st St and Tukwila Int'I Blvd. Council is being asked to award the contract to Westwater in the amount of $221,300.00. REVIEWED BY E] C.O.W. Mtg. Z Trans &Infrastructure DATE: • CDN Comm • Finance Comm. 111 Public Safety Comm. Comm. El Planning Comm. CHAIR: ZAK IDAN II1 Arts Comm. El Parks COMMI 1 1 EE RECOMMENDATIONS: SPONSOR/ADMIN. CommumE Department of Public Works Committee approved the bid award go directly to Council. COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $221,300.00 $255,000.00 $ Fund Source: 104 FUND ARTERIAL STREETS (PAGE 20, 2019 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 02/19/19 MTG. DATE ATTACHMENTS 02/19/19 Informational Memorandum dated 02/15/19 2019 CIP, page 20 Bid Tabulation Transportation & Infrastructure Committee approved the bid go directly to Council. 107 108 TO: FROM: BY: CC: DATE: SUBJECT: Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM City Council Henry Hash, Public Works Director / - Scott Bates, Traffic Coordinator Mayor Ekberg February 15, 2019 S 140th St Intersection Improvements — S 141st St RRFB Pedestrian Crossings Project No. 91610405 Bid Award ISSUE Award the bid for construction of the S 141st St Rectangular Rapid Flashing Beacon (RRFB) Pedestrian Crossings. BACKGROUND This project includes the installation of two new RRFB pedestrian crossings at South 141st Street and Tukwila International Boulevard that will improve pedestrian safety. Construction will include pavement repairs, installation of solar powered RRFBs, ADA ramps, along with new channelization and signage. ANALYSIS A call for bids was advertised for the S 141st St RRFB Pedestrian Crossings on January 28 and February 4, 2019. Four bids were opened on Thursday, February 14, 2019 (after a three-day snow delay). The lowest apparent bidder was Westwater Construction Company with a bid of $221,300.00. The Engineer's Estimate was $219,635.00 and the 2019 CIP construction budget is $255,000.00. There were no bidding errors. Based on the bidding results, staff recommends awarding the S 141st St RRFB Pedestrian Crossings to the apparent low bidder, Westwater Construction Company. Due to time constraints, the bid award is being presented directly to Council, with prior approval received from the Transportation and Infrastructure Committee. BUDGET AND BID SUMMARY (All amounts include sales tax) Base Bid Contingency (15%) Total Bid Results $221,300.00 33,195.00 $254 495.00 Engineer's Estimate $219,635.00 $219,635.00 Budget $255,000.00 $255,000.00 RECOMMENDATION Council is being asked to award the construction of the South 141st Street Rectangular Rapid Flashing Beacon (RRFB) Pedestrian Crossings to Westwater Construction Company in the amount of $221,300.00 and consider this item at the February 19, 2019 Regular Meeting. ATTACHMENTS • 2019 CIP, page 20 • Bid Tabulation W:1PW Eng1PROJECTSV,- RW & RS Projects\S 140th StTJB Intersection Imprvmnts (91610405)1Bid and AwardUnfo Memo Award Crswlks 021919.docx 109 110 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: S 140th St Intersection Improvements Project No. 91610405 Design and construct two new RRFB crossings near the S 141 st Street/Tukwila Int'I Blvd intersection. DESCRIPTION: Design and construct a new traffic signal at the S 140th St/Tukwila International Blvd intersection. Pedestrian crossing volumes across Tukwila Int'I Blvd warrant a signalized crossing. Installation of two JUSTIFICATION: Rectangular Rapid Flash Beacon crossings with ADA ramps will improve pedestrian safety. A full traffic signal at S 140th St will also increase pedestrian safety, improve vehicle turning opportunities, and southbound traffic speeds. STATUS: Two crosswalks are scheduled for 2019. Additional grant in 2020 will be applied for through the Federal Pedestrian/Bicycle Program for the S 140th St traffic signal. MAINT. IMPACT: Maintain new RRFB crossings and a new traffic signal. COMMENT: Grant applied for through Federal Pedestrian/Bicycle Program in 2016 and Transportation Improvement Board Sidewalk Program in 2018 were unsuccessful. FINANCIAL Through Estimated in $000's 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 50 75 125 Land (RMI) 50 50 Const. Mgmt. 45 80 125 Construction 255 545 800 TOTAL EXPENSES 0 0 350 0 75 675 0 0 0 1,100 FUND SOURCES Awarded Grant 0 Proposed Grant 67 608 675 Mitigation Actual 0 Traffic Impact Fees 0 City Oper. Revenue 0 0 350 0 8 67 0 0 0 425 TOTAL SOURCES 0 0 350 0 75 675 0 0 0 1,100 I • " Project Location 9 28CA 30 St .. " IV t Ted' S 139 .� r r, b I 2' 9 ....J.1 B�t144 St _ ..... .: ``8 NN i,°6 D 811 JR' I ry __L__ a � V x 81SB S 1 S71 9i � St �- .� , ry! �11 1, 1 .� - :a4�ry// G S ,riut,+' .+w ia�lli m!xa wmdNM ANJ+W'ro!N�VW@ry nro�umraW v!wypimtJWlu�PN4Nwi4 �_i r 1 S 160 St F . ,LkM fl PSVIY.._ ! , ,. (. . .,.. 2019 - 2024 Capital Improvement Program 20 111 112 2 r. a) o. LL ui a) 2 E c. a) 112 a) (7) v- Certified Bid Tab Transportation Sys Titan ITotal Cost I 0 a 0 °a 0 6 ER 0 aa 0 LO N. 69- 0 a a CD ,-- ER 0 a .cr: co I,- V"; ER 0 a ,-; a CD CO Eirk 0 a 0 a CD LO EA- 0 a 0 a 0 1,-.- 69- coact co 0 .4.o 0 CV Eft a 0 LO NT Eft a 0 a (0 CO Eft 0 coo° 0 a CD 0 69- coo 0 o CO ER 0 a LO Eft 0 a 0 coo N. EA- 0 a 0 00 EA- co a 0 a 0 ,- Eft a a 0 a 00 69- act a Ili N.o CO 69- a ci CD 0) (A- co a 0 a CO CO EF1 0 co 0 °a N 06 ER 0 a 0 0 ,-- EA- co a 0 a 0 tri A- fft a a 0 co CD c:is N 69- a a 0 o CD N.- Eft a a cri c•J<-- T- 0 LO 64 coo ao N: 0 ci 10 69- 0 a LO (Ni (ft a a 0 o CD N- 69- co co 0 co LC) cv ER 0 a 0 a LO 10 EA- 0 co 0 a LC) EA- coo lac, 0 co N. ,-- ER c; LC) 0 - 69- U U U � 27S3OS8U � 287�35OO � 295522OO co 0 10 14) ITotal Cost Unit Cost 0 a 0 a 0 te" c.c) coo 0 a LC) EA- 0 a a cp co 4 co N. CO EA- 0 co ,---: a co CO ca c) coo a a a co co cp a .1. co cp a (Ni ,--- co c) a 0 (C) c- co cz) a 0 T N- co a, co 0 a N co 00000000000000000 a 0 a CO co a 0 a (0 co- co 0 (0 co co 0 .,- co o 0 a ,• ca a 0 a -r-. co co cri N co- a ci (1) co cia c; I", ER c; VT Eft a (0 EA- a 0 0 -,- 69- a 0 0 CD co EF)- a 0 LO (Fk coo (1) N -, 00 LO EA- N: N-- 0 LO Efk a 0 CD LO (ft cs coo a ('4 Eft cp (0 CO CO- c)c) a Lei to a 0 0 LO to cpc) aa 0 LO co 0 U') •c- co a o ci 0000000)10001000LO0001'-4)000000000N000 0 O- ER a a ci LO V- ER a a a 1.1) 69- a a c; 0 I,-7 N 69- o co c; 0 (15 CO 69- a a ci CD CO Eft a a c; CO (0 69- a a c; NLO Vt: Eft a a c; N Eft a a ci CO 69- a a ci CO- •••-- ER o a a N--- Eft a co ci LO NI- ER aa °a a 0 .-- Eft c; CO EA- act a ci 0 - Eft a ci CO (ft °coo a tri CO 69- co a N CO- 69- a a N CO N- (ft cia a ci CO ER a c; O. N- Eft a a a LO 0 •---- 69- a a ci 0 0 'V' Eft a a ci 0 VT r 69- a co a 0 0) 69- a a c; 0 0) (A- a a a CD LO Eft o a O LC). - EA- a a c; UD ER ao a c; Cr) C.-) Eft a c; LO 69- oa aa 6 100 N. ••-• 69- a N- ER U � � %78.3OS��O U � 2O7�35O0 U ITotal Cost I Unit Cost 0000000000000000000000000000000000 a c; a 0 6 Cft oa 6 °a 10 Vt ER a LO ER co c; a 0 I,-. N ER a ci a 0 CD CO ER a c; o 0 CO EF)- a ,- co EA- a tri N (1)- co ci CO (ft a ci CD Eft a tri CO N Eft a 0 LO (,- (ft °act 0 0 LO (‚4 69- 0 I"•• Eft 0 1- Eft o 0 0 ,- Ea- co 0 0 T- (ft a tri N ER a (0 '.0 EA- a cri (0 (ft a 0 ,, 69- a tri Eft co ci I,-00000 Eft a ci 10N-000 CV ca a ci co a° c; 0) VT co- ci (T) VT ea a a •c- to a 4 (ft a a CV EA- a cei EA- a a 0 LC) Eft aco a ID EA- ci 0 ., ER Engineers Estimate Axurn a a ci a a 0 a a c; co co N a a (0 co N a a a a CD 6 a a c; a CD 0) a a 0 N CD '4- a co oi LC) (0 tri a a cri 1"--- 0) cv a o ci Nt I,- N r a a ci V' N c,) a a c; LO LO co- a co 4 N I,-- a a 0) T-- NT a Loa oi CO CO o ci 00 N (A- a o ci CO ., - Ell a a co ., CD - Eft a a a 0) 01 EA- a co oi V) U") N. (ft o a co 0) 0 N 69- a a 0 (0 CO T-- EA- a a 0 CO V* ER a co N. 0) CO (') Eft a coo ai CO CO CO (Pr o c; CO CO 0 ER co o a (0 0) - Eft a a 6 (0 0) c- EA- a a cri CO LC) a- EA- a a cri Cr) 0) T ER a a 6 N- CO Eft o a (0 N N ..4 64 a o cri N. CO EA- too oa cri r--- CO T Eft Ili •Kr 0) Eft I Bid Item I Item Quantity Unit Unit Cost Total Cost Unit Cost I Total Cost Unit Cost a 000000fN ci a CDCONOOM 0- ao cf. to N En' oti co tft a a a CO 69- op 0 a 0) Eft 0 N VT 69- co cri N EA- a co N: r-- 69- a a cd LC) l. EA- a coo ,:i LO Eft a — T--- CO 69- coo a cNi CO CO EA- a 0) N. 'Kt 69- a co tri N Eft a° Ina c6 ER cei <- 'l ER a a N: N T Eft a co co (‚4 EA- co co 0 LO co co NI- ci LO 69- a a N- ., 69- co ,- oi 69- coop C0N.0O0ONON000 c\ i (3) ER 0) N- (‚4 (Ni Eft 4 I,- ER act O LO 0) .. ER 6 LC) 0) 69- a N: •••••• CO EA- to 10 te a N: N Eft coo c6 69- tri I"- a) Eft acp cc; 1-- 69- (0 CO 69- 0 a a a 0 ,. ER cp a pa cc) N Eft o a co EA- 0 a a a 6 N 69- c• a a o T T. EA- cp co a co N- Eft c) a a co 6 CA- Do la co co N 69-4j1 a a •cr N to Dot:Do cpa a° co Vt ER co N T 69- a a co N EF)- a (Dula a L 6 EA- op a I"- EA- a vi- EA- o °a a° LO Eft a "Cr EA cp a Loco N N- ea a a N LO 69- cp a a 0 (0 ER op a a CO C`i 69- co a 0 N EA- a a co N N- T 69- a la a 0 N T EA- 000000 co a 0 I,: Eft a a CD LO CO EA- a co 0 L6 CO Eft a a LO N (A- a °a 00 CO EA- a CD 0,)- 69- op °a (Da CO c- 64 LO ,--- Eft (pc) °a Loa N: N- 69- VT -, U U CALCULATED CONSTRUCTION BID $21 I ACTUAL CONSTRUCTION BIDS o a 0 a CD x- 69- cp a 0 a LO (ft c) a 0 0 LC) EF)- a a 0 a 0 N Eft cp a 0 a 0 T EA- cp a 0 a LO Eft a a 0 co Eft c, a° cri ,-- Eft a 0 co Eft cp a cri N- try cp a ci co N EA- c:::. a ci co N 03 a co ci o 0 69. cp act ci co en- a 6 (2q. a °a ci LO oz)- cp c; LO to cp a O LO T te c) a cri CO ff). c) a tri N 603 cp a cri CO EA- a a ci ••- Eft cp a it; I"- Eft cp o 0 0 0 EA- cp a 0 LO EA- c, o 0 0 CD CO 69- o a 0 0 0 CO Eft cp a 0 0 LO EA- ID a° d T EA- c) a 0 'l ER cD o 69- cp a c; 0 LO 69- cp ao a N. EA- i:D 6 CD Cq 64 a a c; a 0 6 69' a a ci a 0 LO- o a ci a 0 •-- o a c; a 0 LO- N EA- a a c; a 0 LO- CO Eft aa a a a 0 CO- Eft a ci LO V' 6 N-- to a a ci 10 N NI-- EA- cocoa a ci T 'cr ,-- ER a a CO CO of ER a O C.) LO OS EF)- a °a co; CD CO n.--- Eft a 6 CD 0 v- EA- a a c; 0 (0 I-- EA- a a ci *Cr (0 69- a a° a 0 CD 69- a ci co V 69. o o tri N. CO 69- a (poop a 11) r,- CO- Eft o ci 0 N I*--: EA- a c; 0 CO 69. a ci 0 CO 69- a a ci 0 0 CD Eft o a a C) CO co- EA- a a a 0 0 r---- ER a a ci 0 0 o i N (Pr a acp ci 0 0 a)" N 69- a O LO N T 69- ;a a ci 0 CO CO- EA- a o c; 0 N- N- Eft (Doan act ci (0 LO vi Ca c; 0 CD N- Eft ala ci 10 N N-- ER ci 10 CD 1-- Eft 0000000000000000000000000000000000 00000000000000000000000000000010000 6 6 c; c; a O tri tri N. cc; 0 0 0 0 co 0 0 1.6 cri ci c; •ci 0 0 0 0 0 0 0 O ri 0 0 0 a a a a a a to N NT 'V- CO 0 0 CD 69- (1) (10 N N CO -c- 69- vt 0 LO 0 0 (C) T-- 0) EA- 0 ID LC) a °a a a CD Eft ER (A- EA- -t-- CO CD 'T EC). 69- EA- 69- ER 69- 69-NEA-OCDNEREft CD Eft T CS LC) V." co to co EA- EA- - (ft •t-- c\i- aio)-(1). c\I co ‘-to EA- N CO Ea 69- N N EA- 69- Eft 69- te EA- 1 Unexpected Site Changes 1 FA � 2 ADAFeature Surveying 1 LS 3 SPCCP|an 1 LS 4 Mobilization 1 LS 5 Project Temporary Traffic Control 1 LS 0 Clearing and Grubbing 1 LS 7 Cement Conc. Sidewalk Removal Ind. Haul 190 SY O Cement Conc. Curb Removal Ind. Haul 170 LF 9 Roadway Excavation Ind. Haul 30 CY 10 Crushed Surfacing Top Course 80 TON 11 HK8ACl. 1/2In. PG84'22 50 TON 12 Adjust Catch Basin to Grade 3 EA 13 Enooion/VVabarPollution Control 1 LS 14 Inlet Protection 15 EA 15 High Visibility Silt Fence 80 LF 18 Topsoil Type A 10 CY 17 Bark orWood Chip Mulch 8 CY 18 PSCotoneasterdammari'Eichho|zYEiuhho|zCotonenoter;1Gal. Cont. 15 EA 19 Cement Conc. Type 41OCCurb 150 LF 20 Cement Conc. Traffic Curb and Gutter 240 LF 21 Cement Con. Extruded Curb, Type S 80 LF 22 Curb Paint 200 LF 23 Cement Conc. Sidewalk 150 SY 34 Cement Conc. Curb Ramp 4 EA 25 Detectable Warning Surface 140 SF 26 Rectangular Rapid Flashing Beacon (RRF8)System at8141ntStreet &T/BIntersection 1 LS 27 Rectangular Rapid Flashing Beacon (RRFB) System South of 141otStreet & T|B Intersection 1 LS 28 Permanent Signing 5 EA 29 Thermoplastic Crosswalk Line 380 SF 30 Thermoplastic Plastic Yield Line Symbol 30 EA 31 Plastic Wide Line 1300 LF 32 Remove Pavement Markings 1 LS 33 Non -Skid Surface Treatment 25 SF 34 Tubu|orKUorker 7 EA The Unit Prices shown are what was included kn the Engineer's Estimate read atbid opening. Certified byScott Bates, Traffic Engineering Coordinator Date 2114120Y0 1 1 3