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