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