Loading...
HomeMy WebLinkAboutReg 2019-05-20 Item 4D - Bid Award / Contract - 2019 Overlay and Repair Program with Tucci & Sons for $1,286,764.50 Plus ContingencyCOUNCIL AGENDA S OPSIS ITEM NO. 4.D. Meeting Date Prepared by Mayors review Council review 05/20/19 HH xe (fr ITEM INFORMATION CAS NUMBER: STAFF SPONSOR: HENRY HASH ORIGINAL AGENDA DATE: 05/20/19 AGENDA ITEM TITLE 2019 Bid Annual Overlay & Repair Program Award to Tucci and Sons, Inc. CATEGORY Discussion Mix Date [I] Motion Mtg Date . Resolution Ej Ordinance Mtg Date VI Bid Award 05/20/19 []Public Hearing Mtg Date El Other Mg Date Mtg Date Mtg Date SPONSOR U Council LI Mayor El HR El DCD []Finance Fire Li IT El P&R LI Police PW SPONSOR'S The 2019 Annual Overlay & Repair Program was advertised for bids on April 2 and 9, 2019. SUMMARY Two bids were opened April 16 with the low bid of $1,211,916.50 from Tucci and Sons and with Additive D for $74,848.00, the total bid award is $1,286,764.50. Seven locations are scheduled for asphalt overlay throughout the City, including a portion of the Fort Dent parking lot, and Additive D includes S 124th St. Council is being asked to award the bid to Tucci and Sons in the amount of $1,286,764.50. REVIEWED BY Ei COW Mtg. El CA&P Cmte El Utilities Cmte []Arts Comm. DATE: 05/07/19 Ell F&S Cmte 0 Parks Comm. CHAIR: IAI Transportation Cmte ZAK 0 Planning Comm. IDAN COmml 1'1 EE RECOMMENDATIONS: SPONSOR/ADMIN. COMMITTEE Public Works Majority Approval; Forward to Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $1,286,764.50 $1,382,843.50 $0.00 Fund Source: 104 ARTERIAL STREETS, 301 PARKS, AND 401 WATER (PAGES 16, 18, 19 & 32, 2019 CIP) Comments: Andover Park East overlay will be funded by Water as a result of water main break. MTG. DATE RECORD OF COUNCIL ACTION 05/20/19 MTG. DATE ATTACHMENTS 05/20/19 Informational Memorandum dated 05/03/19 Vicinity Map Pages 16, 18, 19, & 32, 2019 CIP Bid Tabulation Minutes from the Transportation & Infrastructure Committee meeting of 05/07/19 55 56 Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFOR ATIONAL E ORANDU TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director //1. BY: Scott Bates, Traffic Engineering Coordinator CC: Mayor Ekberg DATE: May 3, 2019 SUBJECT: 2019 Overlay and Repair Program Project No. 91910401 Bid Award ISSUE Award the bid for construction of the 2019 Overlay and Repair Program. BACKGROUND The Overlay and Repair Program preserves and maintains the street structure in a safe and useable condition. Construction will include pavement repairs and an asphalt overlay at seven locations citywide including the Fort Dent parking lot and the pavement repair on Andover Park East due to the recent water main break. ANALYSIS A call for bids was advertised for the 2019 Overlay and Repair Program on April 2 and 9, 2019. Two bids were opened on April 16, 2019. The lowest apparent bidder was Tucci and Sons, Inc. with a bid of $1,211,916.50. The Engineer's Estimate was $1,183,515.00. The 2019 Overlay Program also included a bid additive "D" for the overlay of S 124th St at 50th Place S and Tucci's additive bid of $74,848.00 was below the engineer's estimate of $81,761.00. There were no bidding errors. With significant ADA and pedestrian signal improvements triggered as part of this project, staff will supplement the 2019 Overlay Program with budget funds from the Annual Traffic Signal and ADA Program. FINANCIAL IMPACT AND BID SUMMARY (All amounts include sales tax) Bid Results Engineer's Estimate 2019 Budget Bid Schedule "A" Overlay $1,005,801.50 $976,105.00 $1,050,000.00 Bid Schedule "B" Fort Dent 98,645.00 121,220.00 115,000.00 Bid Schedule "C" 401 Water 107,470.00 86,190.00 112,843.50 Bid Schedule "D" Additive Alt. 74,848.00 81,761.00 Contingency (5%) 64,338.22 Annual Signal Programs 104 Fund 80,000.00 ADA Program 104 Fund 25,000.00 Total $1 51 102.72 $1,265.276.00 $1,382,843.50 RECOMMENDATION Council is being asked to award construction of the 2019 Overlay and Repair Program to Tucci and Sons, Inc. in the amount of $1,211,916.50, and with bid additive "D" for $74,848.00, for a total contract amount of $1,286,764.50 and to consider this item on the Consent Agenda of the May 20, 2019 Regular Meeting. ATTACHMENTS • Vicinity Map • 2019 CIP Pages 16, 18, 19, 32 • Bid Tabulation W:1PW Eng1PROJECTSIA- RW & RS ProjectelAnnual Overlay & Repair Programs12019 Overlay & Repair Program (91910401)1DesignlAd and Award\Award\Docs to TIC Bid Award120190vedayBidAward.docx 57 58 2019 Overlay Program Vicinity Map 59 CITY OF TUKWILA CAPITAL PROJECT SUMMARY PROJECT: Annual Overlay and Repair Program Project No. 9xx10401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION: P�semeand man�in�eo8e�o�u�ureinaoa�and u000�ea��by�eu�au�gbe��f�wh ich ' minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MA|NT IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actu ls shown |nfirst column. FINANCIAL Through Estimated in$Uou's> BEYOND TOTAL EXPENSES Design 149 150 150 150 150 150 150 150 150 1.348 Land<R8W> n Conet.Mgmt. 151 200 200 200 200 200 200 200 200 1.751 Construction 526 1.050 1'050 1.050 1.050 1'050 1.050 1.050 1,050 8.926 TOTAL EXPENSES 826 1.400 1.400 1.400 1.400 1.400 1'400 1'400 1.400 12,026 FUND SOURCES Awarded Grant O Proposed Grant 0 Mitigation Actual 0 Mitigation Expected U City [)pnr.Revenue 826 1/00 1.400 1,400 1.400 1.400 1.400 1.408 1,400 12.026 TOTAL SOURCES 826 1.400 1.400 1,400 1.400 1.400 1.400 1.400 1.400 13.026 2019 e024oavxa Improvement pmomm 60 16 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Americans with Disabilities Act (ADA) Improvements Project No. 91210405 DESCRIPTION: Construct ADA compliant upgrades to City infrastructure in conjunction with a City developed plan. JUSTIFICATION: The enforcement of ADA laws and standards was delayed pending legal challenges and studies. Recent court rulings now mandate ADA compliance. The City must provide upgrades with most construction projects. STATProvide annual funding to construct improvements as necessary. Began the ADA Transition Plan in 2016 with US: adoption in 2017. The goal is to resolve ADA compliance issues within a reasonable time period. MAINT. IMPACT: Negligible. COMMENT: Project will be ongoing until City facilities and infrastructure meet ADA requirements. This will also include ADA compliance by utilities and private development. FINANCIAL Through Estimated in $000's 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 228 25 15 15 25 25 25 25 25 408 Land (RPN) 0 Const. Mgmt. 25 25 10 10 25 25 25 25 550 720 Construction 103 150 25 25 150 150 150 150 4,000 4,903 TOTAL EXPENSES 356 200 50 50 200 200 200 200 4,575 6,031 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Traffic Impact Fees 0 City Oper. Revenue 356 200 50 50 200 200 200 200 4,575 6,031 TOTAL SOURCES 356 200 50 50 200 200 200 200 4,575 6,031 vir 2019 - 2024 Capital Improvement Program 18 61 CITY OFTUKWILA CAPITAL PROJECT SUMMARY PROJECT: Annual Traffic Signal Program Project No. 8xx10404 osSon|PT�lN' Design anconstruct d e�� -- upgrades —and repairs -- signals that ----- routine maintenance `,-- ' loop replacement, head replacement. and controllers. Replace direct bury cable for existing lighting system. JUSTIFICATION: City joadding traffic signals toinventory every year. LEDs �eona4to5 replacement Work |umim�em loop STATUS: ^---- — � ' ' — repairs, and controller upgrades including signal timing and coordination plans. MA/NT.UNPACT: Reduces maintenance costs. Preventative maintenance on every traffic signal is required to be completed COMMENT: Ongoing project, only one year octuolsshown infirst column. FINANCIAL Through Estimated in $000's BEYOND TOTAL EXPENSES Design 25 35 40 45 45 50 50 50 50 390 LondUR88O 0 CnnnLMgmt. 14 14 EquipmenVConoL 39 5 OO OO OO OU 80 OQ OO 604 TOTAL EXPENSES 78 40 120 125 125 130 130 130 130 1.008 FUND SOURCES Awarded Grant V Proposed Grant 0 Mitigation Actual O Traffic Impact Fees O QtyOper. Revenue 78 40 120 125 125 130 130 130 130 1.008 TOTAL SOURCES 78 40 120 125 125 130 130 130 130 1.008 Pro .1ect Location: Entire System W 2019-2ox*Capital Improvement Program 62 19 CITY OF TUKVVLA CAPITAL PROJECT SUMMARY PROJECT: Fort Dent Park Project Nos. 90330107 ���i�|����i�o��������im����0������ ��8��|PTk�N'' Fort Dent Park to the City |n200.Concessionaire agreement with GtarfireSports to operate the complex. City and �|m�nrpark J��T|Fl�AT��N� � ' repairs and infrastructure. STATUS:Funding nfappmximoha|y*125Kper year 1hmugh2O19iufor aphased oppmonhtoparking lot �poira inconjunction with the City'aAnnual Overlay and Repair Program. MAINT. IMPACT: Approximately 1,750 staff hours per year. COMMENT: 1% Municipal Arts Fund for City funded construction costs to be included. FINANCIAL Through Eozhnutud in $000's 2030 2021 2032 2023 2024 BEYOND TOTAL EXPENSES Design 343 10 10 363 Land(R8x) V ConaCMgmC 15 15 30 Construction 1.674 100 100 1.874 TOTAL EXPENSES 3.017 125 125 o O n V n V 2.3$7 FUND SOURCES Awarded Grant 694 684 Parking Taxes 50 50 Mitigation Actual O Mitigation Expected O REET1Funds 1.273 125 125 0 O O O U 0 1.523 TOTAL SOURCES 2,017 125 125 0 ' V 0 n V 2.267 2019 aoa4Capital Improvement Program 32 63 64 2019 Overlay and Repair Program Project No. 91910401 Bid Tabulation Tuesday, April 16, 2019 KPG Interdisciplinary Design Enineer Estimate Tucci & Sons, Inc. Lakeside Industries, Inc. Bid Item No. Section No. ROAD AY (SCHEDULE A) Total Quanti Total Cost Total Cost Unit Cost Total Cost Al A2 1-04 Unexpected Site Changes 1-05 ADA Features Surveying FA 1 LS 10, 000.00 8,000.00 $ 10,000.00 8,000.00 10,000.00 11,000.00 10,000.00 11,000.00 10,000.00 15,425.00 10,000.00 15,425.00 A3 A4 A5 A6 A7 A8 A9 A10 All 1-07 Resolution of Utility Conflicts 1-07 SPCC Plan 1-09 Mobilization 1-10 Project Temporary Traffic Control 1-10 Off -Duty Uniformed Police Officer 2-02 Cement Cone. Sidewalk Removal Incl. Haul 2-02 Cement Conc.Curb Removal Incl. Haul 2-02 Removal of Structure and Obstruction 2-02 Roadway Excavation Incl. Haul Alt Al3 A14 Al5 A16 All 2-03 Unsuitable Foundation Excavation Incl. Haul 2-03 Gravel Borrow Incl. Haul 4-04 Crushed Surfacing Top Course 5-04 Pavement Repair Excavation Ind. Haul 5-04 HMA Cl. 1/2" PG 64-22 5-04 HMA for Pavement Repair Cl. 1/2" PG 64-22 1 FA LS 1 LS LS 75 HR 230 SY 560 LF LS 460 CY 60 CY 140 TON 400 TON 140 CY 3,000 TON 210 TON 2,000.00 2,000.00 90,000.00 $ 90,000.00 $ 120.00 $ 60.00 25.00 5,000.00 90.00 95.00 $ 25.00 60.00 90.00 100.00 150.00 2,000.00 2,000.00 $ 90,000.00 90,000,00 9,000.00 13,800.00 14,000.00 5,000.00 41,400.00 5,700.00 3,500.00 24,000.00 12,600.00 300,000.00 $ 31,500.00 $ 2,000.00 125.00 93, 000.00 92,200.00 130.00 53.00 11.00 $ 3,900.00 46.00 80.00 55.00 61.00 204.00 98.00 145.00 $ 2,000.00 125.00 $ 93,000.00 92,200.00 9,750.00 12,190.00 6,160.00 3,900.00 21,160.00 $ 4,800.00 7,700.00 24,400.00 28,560.00 294,000.00 30,450.00 $ 2,000.00 2,000.00 139,000.00 110,000.00 100.00 60.00 30.00 2,500.00 75.00 75.00 25.00 35.00 75.00 $ 110.00 140.00 2,000.00 2,000.00- 139,000.00 110,000.00 7,500.00 13, 800.00 16,800.00 2,500.00 34,500.00 $ 4, 500.00 $ 3,500.00 14,000.00 10,500.00 330, 000.00 29,400.00 Alb Al 9 5-04 Temporary Pavement 5-04 Thickened Edge 5 TON 430 LF 175.00 $ 3.00 875.00 $ 1,290.00 160.00 $ 1.50 800.00 $ 645.00 200.00 $ 2.00 A20 A21 A22 A23 A24 A25 A26 A27 A28 9 A30 A31 A32 A33 A34 A35 A36 5-04 Planing Bituminous Pavement 7-12 Adjust Water Valve 8-01 Erosion/Water Pollution Control 8-01 Inlet Protection 8-04 Cement Conc. Curb and Gutter Not Used 8-13 Adjust Monument Case and Cover 8-20 Traffic Signal Modifications (S 200th St and Orilla Road S) 8-20 Traffic Signal Modifications (S 200th St and Southcenter Pkwy) 8-20 Traffic Signal Modifications (52nd Ave S Interurban Ave S) 8-14 Cement Cone. Sidewalk 8-14 Cement Conc. Curb Ramp 8-26 Non -Skid Surface Treatment 7-05 Adjust Catch Basin 7-05 Storm Drain Marker 7-05 Adjust Manhole 8-09 Raised Pavement Marker Type 1 12,870 SY 29 EA FA 40 390 LF EA 1 LS LS LS 130 SY 1,160 SF 25 SF 14 EA 17 EA EA 4 HUND $ 5.00 500.00 4,000.00 80.00 40.00 700.00 $ 10,000.00 10,000.00 57,000.00 65.00 $ 30.00 25.00 800.00 30.00 $ 900.00 500.00 $ 64,350.00 $ 14,500.00 $ 4,000.00 3,200.00 15,600.00 2,100.00 10,000.00 10,000.00 57,000.00 $ 8,450.00 34, 800.00 $ 625.00 11,200.00 510.00 $ $ 7,200.00 $ 2,000.00 $ 6.50 $ 870.00 4,000.00 95.00 35.00 870.00 17,000.00 $ 17,000.00 $ 79, 000.00 60.00 26.00 45.00 1,100.00 25.00 1,100.00 280.00 $ 83,655.00 25,230.00 4,000.00 3,800.00 13,650.00 2,610.00 17,000.00 17,000.00 $ 79,000.00 7,800.00 $ 30,160.00 $ 1,125.00 $ 15,400.00 425.00 $ 8,800.00 1,120.00 1,000.00 $ 860.00 $ 6.50 400.00 4,000.00 $ 100.00 31.50 400.00 15, 000.00 15, 000.00 70, 000.00 43.85 $ 14.50 $ 40.00 525.00 $ 20.00 550.00 250.00 A37 A38 A39 A40 8-09 Raised Pavement Marker Type 2 8-22 Plastic Traffic Arrow 8-22 Plastic Traffic Letter 8-22 Plastic Stop Line 12" 2 HUND 18 EA EA 150 LF 500.00 80.00 100.00 50.00 1,000.00 1,440.00 300.00 7,500.00 $ 560.00 64.00 127.00 $ 5.60 1,120.00 1,152.00 381.00 840.00 500.00 57.00 114.00 5.00 83,655.00 $ 11,600.00 4,000.00 4,000.00 12,285.00 $ 1,200.00 $ $ 15,000.00 $ 15,000.00 70, 000.00 5,700.50 16,820.00 1,000.00 7, 350.00 340.00 4,400.00 1,000.00 1,000,00 1,026.00 342.00 750.00 A41 A42 8-22 Plastic Stop Line 24" 8-22 Plastic Crosswalk Line 190 LF 1,040 SF 50.00 8.00 9,500.00 $ 8,320.00 9.00 $ 4.25 1,710.00 4,420.00 8.00 4.00 1,520.00 $ 4,160.00 Tukwila 2019 Overlay Program - Bid Tabs.xlsx 216TH-3 01 Sheet 1 of 4 No. `. A43 A44 A45 A46 A47 A48 A49 A50 2019 Overlay and Repair Program Project No. 91910401 Bid Tabulation Tuesday, April 16, 2019 on No. <'= 8-22 8-22 8-23 8-02 8-02 8-02 8-19 8-19 Plastic Line, 8 Inch Paint Line, 4 Inch Temporary Pavement Markings Topsoil Type A Edge Restoration Property Restoration Adjust Franchise Utility ManholeNault Adjust Gas Valve KPG Interdisciplinary Design Total Quanti 550 9,930 9,120 20 1,000 1 9 Enineer Estimate LF LF LF CY LF FA EA EA Unit Cos 3.00 $ 0.50 0.25 $ 45.00 4.00 750.00 900.00 650.00 $ Total Cost 1,650.00 4,965.00 2,280.00 900.00 4,000.00 750.00 2,700.00 5,850.00 Tucci & Sons, Inc. Unit Cos 2.75 0.50 0.30 140.00 8.00 1,000.00 1,300.00 850.00 Total Estimated Construction Cost Schedule A _$ 961,35500 J Subtotal: $ $ Lakeside Industries, Inc. Unit Cost Total Cost 1,512.50 4,965.00 2,736.00 2,800.00 8,000.00 1,000.00 3,900.00 7,650.00 1;005,801,50 Subtotal,„, 2.50 0.40 0.15 100.00 2.00 1,000.00 995.00 395.00 1,375.00 3,972.00 1,368.00 2,000.00 2,000.00 1,000.00 2,985.00 3,555.00 ,027,688 50; B1 B2 B3 B4 B5 B6 B7 B8 B9 B10 B11 B12 B13 B14 B15 B16 B17 B18 .4E014 1-04 1-07 1-09 1-10 2-02 2-02 2-02 2-03 2-03 4-04 5-04 5-04 5-04 8-01 8-01 8-04 8-04 8-04 ROADWAY (SCHEDULE B Unexpected Site Changes SPCC Plan Mobilization Project Temporary Traffic Control Cement Conc. Sidewalk Removal Incl. Haul Cement Conc. Curb & Gutter Removal Incl. Haul Removal of Structure and Obstruction Unsuitable Foundation Excavation Incl. Haul Gravel Borrow Incl. Haul Crushed Surfacing Top Course Pavement Repair Excavation Incl. Haul Slurry Seal, Type 2 HMA for Pavement Repair Cl. 1/2" PG 64-22 Erosion/Water Pollution Control Inlet Protection Cement Conc. Extruded Curb Type 6 Cement Concrete Traffic Curb Cement Conc. Curb and Gutter 1 1 1 70 40 1 10 30 100 80 3,500, 70 1 10 700 520 170 FA LS LS LS SY LF LS CY TON TON CY SY TON FA EA LF LF LF 3,000.00 500.00 $ 10,000.00 10,000.00 60.00 30.00 1,000.00 95.00 25.00 60.00 90.00 4.00 150.00 500.00 80.00 15.00 40.00 60.00 3,000.00 500.00 $ 10,000.00 $ $ $ $ $ $ 10,000.00 4,200,00 1,200.00 1,000.00 950.00 750.00 6,000.00 7,200.00 14,000.00 10,500.00 500.00 800.00 10,500.00 20,800.00 10,200.00 $ 3,000, 00 60.00 1,000.00 5,700.00 44.00 38.00 3,900.00 125.00 25.00 53.00 40.00 2.75 115.00 500.00 95.00 8.00 45.00 49.00 $ $ $ 3,000.00 60.00 1,000.00 5,700.00 3,080.00 1,520.00 3,900.00 1,250.00 750.00 5,300.00 3,200.00 9,625.00 8,050.00 500.00 950.00 5,600.00 23,400.00 8,330.00 Reported Total Difference $ $ 3,000.00 1,000.00 21,000.00 13,000.00 75.00 40.00 2,500.00 150.00 25.00 35.00 75.00 15.00 150.00 500.00 100.00 8.00 31.00 30.00 1,028,038.50 (350.00) 3,000.00 1,000.00 21,000.00 13,000.00 5,250,00 1,600.00 2,500.00 1,500.00 750.00 3,500.00 6,000.00 52,500.00 10,500.00 500.00 1,000.00 5,600.00 16,120.00 5,100.00 B19 B20 B21 B22 8-14 8-14 8-22 8-02 Cement Conc. Sidewalk Cement Conc. Curb Ramp Paint Line, 4 Inch Topsoil Type A 70 1 1,400 40 SY EA FT CY 70.00 $ 2,000.00 0.30 45.00 4,900.00 2,000.00 420.00 1,800.00 Subtotal $ 121,220.00 69.00 2,300.00 0.50 140.00 $ Subtotal $ 4,830.00 2,300.00 700.00 5,600.00 98,645.00 45.00 800.00 0.40 200.00 Subtotal $ 3,150.00 800.00 560.00 8,000.00 162,930.00 dta stir is es R ons "uctiori: ,opt. ae . e.• 11 e_l3 I t_I .Sus ot- • . SU • tot 930.1 Tukwila 2019 Overlay Program - Bid Tabs.xlsx 216TH-3 Sheet 2 of 4 2019 Overlay and Repair Program Project No. 91910401 Bid Tabulation Tuesday, April 16, 2019 Section No. KPG Interdisciplinary Design Total Quanti Enineer Estimate Unit Cost Total Cost Tucci & Sons, Inc. Lakeside Industries, Inc. Unit Cost Total Cost C1 C2 C3 C4 C5 C6 C7 C8 C9 C10 C11 C12 C13 C14 C15 C16 1-04 1-07 1-09 1-10 2-02 2-02 2-02 2-03 4-04 5-04 7-12 8-01 8-02 8-04 8-06 8-14 Unexpected Site Changes SPCC Plan Mobilization Project Temporary Traffic Control Cement Conc. Sidewalk Removal Incl. Haul Cement Conc. Curb Removal Incl. Haul Roadway Excavation Incl. Haul Unsuitable Foundation Excavation Incl. Haul Crushed Surfacing Top Course HMA Cl. 1/2" PG 64-22 Adjust Water Valve Inlet Protection Root Barrier Reinforced Cement Conc. Curb and Gutter Cement Conc. Driveway Entrance Cement Conc. Sidewalk 1 1 30 90 200 20 50 280 2 6 30 50 50, 30 FA LS LS LS SY LF CY CY TON TON LF LF SY SY 5,000.00 1,000.00 10, 000.00 10,000.00 60.00 25.00 48.00 60.00 45.00 110.00 500.00 80.00 20.00 50,00 80.00 65.00 5,000.00 $ 1,000.00 $ $ 10,000.00 $ 10,000.00 $ 1,800.00 $ 2,250.00 $ 9,600.00 $ 1,200.00 $ 2,250.00 $ 30,800.00 $ 1,000.00 $ 480.00 $ 600.00 $ 2,500.00 $ 4,000.00 $ 1,950.00 $ 5,000.00 60.00 1,800.00 7,600.00 50.00 17.00 118.00 60,00 50.00 170.00 870.00 95.00 56.00 64.00 64.00 49.00 $ $ 5,000.00 $ 60.00 $ 1,800.00 $ 7,600.00 $ 1,500.00 $ 1,530.00 $ 23,600.00 $ 1,200.00 $ 2,500.00 $ 47,600.00 $ 1,740.00 $ 570.00 1,680.00 $ 3,200.00 $ 3,200.00 $ 1,470.00 $ 5,000.00 1,000.00 12, 000.00 5,200.00 60.00 50.00 75.00 75.00 35.00 110.00 400.00 100.00 10.00 60.00 60.00 45.00 $ 5,000.00 1,000.00 12,000.00 5,200.00 1,800,00 4,500.00 15,000.00 1,500.00 1,750.00 30,800.00 800,00 600.00 300.00 3,000.00 3,000.00 1,350.00 C17 C18 C19 C20 8-09 8-09 8-22 8-19 Raised Pavement Marker Type 1 Raised Pavement Marker Type 2 Plastic Traffic Arrow Adjust Franchise Utility Box/Vault 1 0 2 2 HUND HUND 500.00 500.00 80.00 500.00 500.00 $ 100.00 $ 160.00 $ $ 1,000.00 $ Subtotal $ Totai Estimated:Construction Cost Schedule $`<:' 86,190.00 280.00 560.00 64.00 1,350.00 Subtotal $ 90.00 Subtotal 280.00 $ 112.00 $ 128.00 $ 2,700.00 $ 107,470.00 07.470.001 Subtotal Reported Total Difference 250.00 500.00 60.00 995.00 $ Subtotal $ $ 250,00- 100.00 120.00 1,990.00 90,060.00 90.060.00: 87,360.00 2,700.00 te ROADWAY (ADDITIVE SCHEDULE D) �- 3 D1 D2 D3 1-04 1-09 1-10 Unexpected Site Changes Mobilization Project Temporary Traffic Control FA LS LS 2,000.00 8,000.00 8,000.00 2,000.00 $ 8,000.00 8,000.00 2,000.00 $ 1,000.00 $ $ 16,500.00 $ 2,000.00 $ 1,000.00 $ 16,500.00 $ 2,000.00 $ 10, 000.00 $ 6,500.00 2,000.00 10,000.00 6,500.00 D4 D5 D6 D7 D8 2-02 4-04 5-04 5-04 Roadway Excavation Incl. Haul Crushed Surfacing Top Course HMA Cl. 1/2" PG 64-22 Planing Bituminous Pavement Not Used 30 10 370 2,000 CY TON TON SY 75.00 60.00 110.00 $ 5.00 2,250.00 600.00 _ 40, 700.00 10,000.00 $ 94.00 $ 44.00 110.00 4.00 2,820.00 $ 440.00 40,700.00 8,000.00 75.00 $ 35.00 $ 115.00 6.20 $ 2,250.00 350.00 42,550.00 12,400.00 D9 Not Used D10 Not Used D11 D12 D13 8-09 8-09 Not Used Raised Pavement Marker Type 1 Raised Pavement Marker Type 2 2 HUND HUND 500.00 500.00 $ 1,000.00 500.00 280.00 560.00 560.00 560.00 250.00 500.00 500.00 500.00 D14 8-22 Plastic Traffic Arrow EA 80.00 $ 240.00 64.00 192.00 57.00 171.00 Tukwila 2019 Overlay Program - Bid Tabs.xisx 216TH-3 Sheet 3 of 4 2019 Overlay and Repair Program Project No. 91910401 Bid Tabulation Tuesday, April 16, 2019 Interdisciplinary Design Design Enineer Estimate Tucci & Sons, Inc. Lakeside Industries, Inc. Bid Item No, Section No. Item t Total Quantity Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost 1 • D15 8-22 Plastic Stop Line 24" 25 LF 50.00 1,250.00 9.00 225.00 $ 8.00 200.00 D16 8-22 Plastic Crosswalk Line 100 SF 8.00 800.00 4.25 425.00 4.00 400.00 D17 8-22 Paint Line, 4 Inch 632 LF 0.50 316.00 0.50 316.00 0.40 252.80 D18 8-23 Temporary Pavement Markings 700 LF 0.25 175.00 0.30 210.00 0.50 350.00 D19 8-19 Adjust Gas Valve 650.00 650.00 Subtotal $ 76,481.00 900.00 Subtotal $ 900.00 74,848.00 400.00 Subtotal $ 400.00 78,823.80 II I • Reported Total Difference $ $ 78,823.00 0.80 :''---CONSTRUCTION'StIBTOTALBASE'131D-ISgHEDULESA. COkSTRUCT-1014SUBTOtAL-ADIall'IVE-4SoFIEDULE 70481 ao:f 1,211,016.50J SCH ALBJSC i 286678'50 D 74,848.00 I SCH 78,823.80 Reported Total A $ 1,028,038.50 Reported Total B $ 162,930.00 Reported Total C $ 87,360.00 Reported Subtotal A,B&C $ 1,278,328.50 Difference Reported Total D 2,350.00 78,823.00 Difference 0.80 Tukwila 2019 Overlay Program - Bid Tabs.xlsx 216TH-3 Sheet 4 of 4 City of Tukwila City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes May 7, 2019 - 5:30 p.m. - Hazelnut Conference Room, City Hall Councilmembers: Zak Idan, Chair; Kate Kruller, Kathy Hougardy Staff: David Cline, Henry Hash, Hari Ponnekanti, Gail Labanara, Han Kirkland, Susan Murrietta, Peter Lau, Scott Bates, Laurel Humphrey CALL TO ORDER: Committee Chair Idan called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Bid Award: 2019 Overlay and Repair Program *Staff is seeking Council approval of a construction contracth Tucci & Sons, Inc. in the total amount of $1,286,764.50 for the 2019 Overlay and Repair ogram. Construction will include pavement repairs and an asphalt overlay at seven locations citywide. The contract total includes bid additive "D" in the amount of $74,848.00 for the overlay of S. 124th St. at 50th Place South. Councilmember Kruller asked if the ADA improvements on Interurban Avenue South near the bike path will benefit bicyclists, and staff confirmed that tombicycle ramp will be widened. Chair Idan noted that the City should have a broader conversation about expanding funding for the Overlay program. MAJORITY APPROVAL. FORWARD TO MAY 20, 2019 REGULAR CONSENT AGENDA. B. Contract Amendment: 2019 Overlay and Repair Program Staff is seeking Council.approval of Amendment No. 2 to Contract No. 18-199 with KPG, Inc. in the amount of $179,57 to provide construction management services for the 2019 Overlay and RepairProram. With phis amendment the contract will be extended until December 31, 2019 nd the total will be 0,308.00. MAJORITY APPROVAL. FORWARD TO MAY 20, 2019 REGULAR CONSENT AGENDA. C. ContractAmendment: 53r` Avenue South Project Staff is seeking Council approval of Amendment No. 6 to Contract No. 15-159 with KPG, Inc. in the amountof $259,770 for the 53rd Avenue South Project. This amendment will support the full completion of the project, anticipated by June 2019. It is possible that utility conversion work will interfere with the construction completion. The current project budget can cover the amendment and leaves a contingency of $350,000. Speed cushions will be installed within the next couple of weeks. Councilmember Kruller inquired about a strategy to plan for more budget at the outset of projects as she has seen in the City of Seattle. Staff noted that contingency funding varies by project, and that utility undergrounding presents unknown risks and problems. Councilmember Kruller mentioned that it is common for cities to experience delays and other issues with Seattle City Light and it would be good to work toward solutions. 69