Loading...
HomeMy WebLinkAbout21-085 - City of SeaTac - Interlocal Agreement: 42nd Ave S / S 164th St ADA Ramps21-085 Council Approval 5/17/21 INTERLOCAL AGREEMENT CITY OF TUKWILA AND CITY OF SEATAC City of SeaTac 2021 Overlays Project [CIP No. ST -901] Chapter 39.34 RCW authorizes two or more political subdivisions or units of local government of the State of Washington to cooperate on a basis of mutual advantage to provide for services and facilities. This Agreement is entered into by the City of SeaTac ("SEATAC") and the City of Tukwila ("TUKWILA"); each municipal corporations, organized under the laws of the State of Washington and collectively referred to as "Parties" and individually referred to as "Party." RECITALS WHEREAS, SEATAC is planning pavement preservation work for the Military Road South, 42nd Avenue South, and South 164`h Street intersection right-of-way as part of the 2021 Overlays Project ("PROJECT"). South 164th Street, at the east leg of the intersection, is located in TUKWILA jurisdiction, while all other legs are located in SEATAC jurisdiction. As part of the PROJECT, curb ramps and pedestrian signals will be upgraded to current Americans with Disabilities Act ("ADA") Standards and Accessible Pedestrian Signals ("APS") Standards; and WHEREAS, SEATAC is planning to upgrade two concrete ramps on South 164th Street at the west leg of the intersection within TUKWILA jurisdiction (see Exhibits B and C) to current ADA standards ("WORK"). WORK elements will include, but are not limited to: removal of existing cement concrete ramps, removal of existing curb & gutter, removal of existing asphalt, installation of new cement concrete ramps, installation of new curb & gutter, installation of new sidewalk, roadway repair, and property restoration; and WHEREAS, two substandard ramps owned by TUKWILA, at the intersection of Military Road South and South 164th Street within TUKWILA ROW; and WHEREAS, the PROJECT is currently under design by SEATAC through a professional engineering services contract; and WHEREAS, the PROJECT is programmed by SEATAC for construction in 2021; and WHEREAS, construction of the PROJECT benefits both Parties; and WHEREAS, TUKWILA is willing to provide payment to reimburse SEATAC for construction costs of PROJECT elements within TUKWILA's jurisdiction, subject to the terms and conditions of the Agreement; NOW, THEREFORE, in consideration of the mutual covenants of the parties contained herein, the parties agree as follows: {KZS2401020.DOCX;1/13175.000001/} 1. PURPOSE 1.1. This Agreement defines the roles and responsibilities between the Parties for construction of the PROJECT and specifies reimbursement to SEATAC by TUKWILA for the costs of performing the WORK. 2. SEATAC RESPONSIBILITIES 2.1. SEATAC shall design and construct the PROJECT to be consistent with the "Proposed Design" as specified in Exhibit A. 2.2. SEATAC shall design and construct the WORK as part of the PROJECT to be consistent with the "Proposed Design" as specified in Exhibit A. A separate Bid Schedule shall be included in the Bid Proposal and constitute full expenditures for this work. 2.3. SEATAC shall submit to TUKWILA, for TUKWILA review and written approval of all PROJECT elements to be constructed within TUKWILA right of way, as shown in 100% (Bid Ready) PROJECT design plans and specifications. 2.4. SEATAC shall construct the PROJECT in accordance with the approved plans and specifications, as provided in the 100% (Bid Ready) PROJECT design plans and specifications. Prior to constructing the WORK, SEATAC shall: 2.4.1. Give TUKWILA written notice fourteen (14) calendar days prior to the start of the construction of the WORK; 2.4.2. Coordinate with TUKWILA on the correction of items identified during construction as not conforming to the final approved PROJECT plans and specifications. SEATAC shall make the final decision regarding such corrections; 2.4.3. SEATAC will notify TUKWILA of all change orders for WORK being constructed within the TUKWILA ROW. TUKWILA may provide SEATAC with comments related to such change orders, but SEATAC will proceed with such changes in its sole discretion except as provided in 2.4.3.1 2.4.3.1. Any change orders necessary for completions of the WORK shall be approved by TUKWILA within five (5) business days, prior to SEATAC's approval. 2.5. Bid Process — SEATAC shall provide the bid tabulation to TUKWILA for review prior to contract award. Within five (5) business days of receiving the bid tabulation, TUKWILA shall notify SEATAC in writing that TUKWILA either agrees to proceed with the WORK as part of the PROJECT, or TUKWILA chooses not to proceed with the WORK. {KZS2401020.DOCX;1/13175.000001/} 2.5.1. The basis of contract award for the PROJECT will be the lowest, responsive, and responsible bidder on the total base bid for all PROJECT work. Although the WORK will be included in the total base bid, it will be listed on a separate schedule. 2.6. Within one hundred and eighty (180) calendar days following SEATAC's final acceptance of the PROJECT, SEATAC shall submit to TUKWILA an electronic copy of record (as - built) drawings signed and stamped by the engineer of record. 3. TUKWILA RESPONSIBILITIES 3.1. TUKWILA shall review and approve the 100% (Bid Ready) plans and specifications, including the Bid Schedule associated with the WORK, and return written review comments to SEATAC within five (5) business days of receipt. 3.2. TUKWILA, at its discretion and sole cost, may furnish an inspector during construction of the WORK in the City of Tukwila. 3.2.1. TUKWILA's Designated Representative specified in Section 5 will provide SEATAC with the contact information for its inspector. All contact between said inspector and SEATAC's contractor shall be through SEATAC's Designated Representative as specified in Section 5. 3.2.2. During construction of the PROJECT, TUKWILA shall have the right to inspect the WORK and shall coordinate with SEATAC on the correction of items identified during construction as not conforming to the final approved PROJECT plans and specifications as provided in Section 2.4.2 above. 3.3. Subsequent final acceptance, after project completion, TUKWILA shall be responsible for all operation, maintenance, repair, removal, and/or replacement of all PROJECT elements within TUKWILA ROW. 4. FINAL INSPECTION AND ACCEPTANCE OF THE PROJECT 4.1. Final Inspection - SEATAC shall administer Final Inspection of the PROJECT. TUKWILA shall be invited to participate in the Substantial Completion Inspection activities, including any formal PROJECT tours and any formal meetings or discussions. TUKWILA will submit to SEATAC a complete list of concerns or deficiencies within ten (10) calendar days of the date of the Substantial Completion Inspection for inclusion in the formal punch list. SEATAC shall provide notice of the time and date of the Final Inspection to TUKWILA a minimum of fifteen (15) calendar days prior to the Final Inspection. 4.2. TUKWILA Final Acceptance of WORK - After Final Inspection and TUKWILA's determination of adequate completion of any and all punch list work, TUKWILA will issue a letter of final acceptance to SEATAC for the WORK. If TUKWILA determines {KZS2401020.DOCX;1/13175.000001/} that any elements of punch list work have not been adequately completed, TUKWILA shall provide written notice to SEATAC, detailing the deficiencies or incomplete WORK within fifteen (15) calendar days after Final Inspection. Failure of TUKWILA to issue a notice letter of final acceptance within fifteen (15) calendar days after Final Inspection shall constitute acceptance of the WORK by TUKWILA. Final Acceptance of the WORK by TUKWILA shall not be unreasonably withheld. 5. DESIGNATED REPRESENTATIVES 5.1. All contact between the Parties, including, but not limited to, invoicing and administration for this Agreement and the WORK will be between the Designated Representatives of each Party, as follows: 5.1.1. For SEATAC: Brenton Cook Public Works Department 4800 South 188th Street SeaTac, WA 98188 (206) 973-4740 bcook@seatacwa.gov 5.1.2. For TUKWILA: Scott Bates Public Works Department 6300 Southcenter Blvd. Tukwila, WA 98188 206-431-2193 Scott.Bates@TukwilaWA.gov 6. PAYMENT 6.1. TUKWILA will provide SEATAC reimbursement for: 6.1.1. PAYMENT FOR WORK WITHIN TUKWILA ROW — Payment by TUKWILA to SEATAC for the construction of the WORK as part of the PROJECT, as illustrated in Attachment A and separate Bid Schedule, shall be made in accordance with this section. 6.1.1.1. The Parties agree that the Engineering Estimate, per Exhibit D, for the WORK within TUKWILA's ROW is the basis for determining SEATAC's compensation for the WORK, which totals approximately $14,059. {KZS2401020.DOCX;1/13175.000001/} 6.1.1.1.1. The Parties agree that the Engineering Estimate for construction of the WORK in the estimated amount will be adjusted based on the lowest responsible responsive Bid Proposal. 6.1.1.2. TUKWILA will provide SEATAC with payments forty-five (45) days following executed monthly pay estimates — Payment equal to schedule of work completed within TUKWILA's ROW. 6.1.1.3. If a change order is required to complete the WORK, any additional costs shall be borne by TUKWILA. 6.2. In the event Tukwila initiates a Change Order to expand the scope of work during construction through SEATAC contract administration, TUKWILA shall fully reimburse SEATAC for the change based on the payment made to the Contractor. 7. CLAIMS FOR ADDITIONAL PAYMENT BY CONTRACTOR 7.1. In the event SEATAC's contractor files any claims for additional payment associated with the WORK, TUKWILA shall not be obligated to pay such claims or their cost of defense due to SEATAC solely administering the Construction Contract. 7.2. Disputes and Claims shall conform to WSDOT Standard Specification 1.09.11. Any settlement to be reviewed and agreed upon by both SEATAC and TUKWILA. 8. RIGHT OF ENTRY 8.1. SEATAC hereby grants to TUKWILA, its employees, authorized agents, contractors, and subcontractors, a right of entry upon all SEATAC owned property necessary for TUKWILA's design review and construction inspection of the WORK. 8.2. TUKWILA hereby grants to SEATAC and its authorized agents, contractors, subcontractors, and employees, a right of entry upon all public right-of-way in which SEATAC has an interest for the purpose of performing the WORK. 9. TERM 9.1. This Agreement is effective as of , 2021 and will terminate upon TUKWILA's acceptance of the WORK or the expiration of any contractor warranties of the WORK, whichever is later. This Agreement may also be terminated sooner pursuant to Section 10, TERMINATION. {KZS2401020.DOCX;1/13175.000001/} 10. TERMINATION Neither SEATAC nor TUKWILA may terminate this Agreement without the written concurrence of the other Party. 10.1.1. If this Agreement is terminated by TUKWILA prior to the fulfillment of the terms stated herein, TUKWILA agrees to reimburse SEATAC for the actual direct and related indirect expenses and costs it has incurred for the WORK up to the date of termination, as well as the costs of non -cancelable obligations. 10.1.2. If this Agreement is terminated by SEATAC prior to the fulfillment of the terms stated herein, SEATAC will be responsible for the actual direct and related indirect expenses and costs it has incurred for the WORK up to the date of termination, as well as the costs of non -cancelable obligations. 10.1.3. Any termination of this Agreement shall not prejudice any rights or obligations accrued to the Parties prior to termination. 11. AMENDMENT 11.1. This Agreement may be amended or modified only by the mutual agreement of the Parties. Such amendments or modifications shall not be binding unless they are in writing and signed by persons authorized to bind each of the Parties. 12. INDEPENDENT CONTRACTOR 12.1. SEATAC shall be deemed an independent contractor for all purposes and the employees of SEATAC or any of its contractors or subcontractors, shall not in any manner be deemed to be employees of TUKWILA. 13. INDEMNIFICATION AND INSURANCE 13.1. To the extent authorized by law, the Parties shall protect, defend, indemnify, and hold harmless each other and their employees and authorized agents, while acting within the scope of their employment as such, from any and all costs, claims, judgments, and/or awards of damages (both to persons and/or property), arising out of, or in any way resulting from, the work to be performed or performed pursuant to the provisions of this Agreement. The Parties shall not be required to indemnify, defend, or save harmless the other Party if the claim, suit, or action for injuries, death, or damages (both to persons and/or property) is caused by the sole negligence of the other Party; provided that, if such claims, suits, or actions result from the concurrent negligence of (a) TUKWILA, its employees, authorized agents, contractors and/or subcontractors and (b) SEATAC, its employees or authorized agents, or involves those actions covered by RCW 4.24.115, the indemnity provisions provided herein shall be valid and enforceable only to the extent of each Party's, its employees, contractors, subcontractors and/or authorized agents own negligence. {KZS2401020.DOCX;1/13175.000001/} 13.2. SEATAC shall require all contractors and subcontractors that construct the PROJECT to carry insurance that names the City of Tukwila and its officers and employees primary non-contributory additional insureds, with policy limits in the following amounts: Commercial General Liability - $1,000,000 Automobile Liability - $2,000,000 per occurrence. Worker's Compensation Employees of Contractors and Subcontractors are to be insured under Washington State Industrial Insurance. The above policy limits may be obtained through the use of excess liability (umbrella) insurance. SEATAC shall obtain a certificate of insurance that complies with the requirements above, which must be approved by TUKWILA Risk Management. 13.3. This Section 13 shall survive termination of this Agreement. 14. DISPUTES 14.1. In the event that a dispute arises under this Agreement and prior to commencement of any lawsuit, it shall be resolved as follows: The Parties shall each appoint a member to a disputes board; these two members shall select a third member not affiliated with either Party. The three-member board shall conduct a dispute resolution hearing that shall be informal and unrecorded. An attempt at such dispute resolution in compliance with the aforesaid process shall be a prerequisite to the filing of any litigation concerning the dispute. The Parties shall equally share in the cost of the third disputes board member; however, each Party shall be responsible for its own attorney's fees, witness fees, and costs. 15. VENUE 15.1. In the event that either Party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this Agreement, the Parties agree that any such action or proceedings shall be brought in King County Superior Court, Maleng Regional Justice Center. Further, the Parties agree that each will be solely responsible for payment of its own attorney's fees, witness fees, and costs. 16. RECORDS RETENTION AND AUDIT 16.1. During the progress of the WORK and for a period not less than six (6) years from the date of final payment by TUKWILA, the records and accounts pertaining to the WORK and accounting therefore are to be kept available by the Parties for inspection and audit by Washington State and/or the Federal Highway Administration and copies of all records, accounts, documents, or other data pertaining to the WORK will be furnished {KZS2401020.DOCX;1/13175.000001/} upon request. If any litigation, claim, or audit is commenced, the records and accounts along with supporting documentation shall be retained until all litigation, claim, or audit finding has been resolved even though such litigation, claim, or audit continues past the six-year retention period. This Section 16 shall survive termination of this Agreement. IN WITNESS WHEREOF, the Parties hereto have executed this Agreement as of the Party's date signed last below: CITY OF SEATAC Carl By (print) Signature: City Manager G G/ Date: APPROVED AS TO FORM: CITY OF TUKWILA Allan Ekberg By (print): Signature: Allan Ekberg, Mayor 06/03/2021 Date: APPROVED AS TO FORM; {KZS2401020.DOCX;1/13175.000001/} 06/03/2021 Date: !\.. , :1'2.93. 29.70' LT R2LA 919.27' LT OVERLAY UMI .23' RT ( ©. EXHIBIT A AY MGT ,HSE Ps -CRT E5 LCC 537.9,3006S9 123+42.93 IT TOC4 PROPERTY LL 6 MILITARY RD 5_79800940 EXACT OVERLAY EXTENTS FOR 4266) AVE S SHALL 8E FIELD VERIF1E0 24.88, 19.44' RT OVERLAY UNIT S,MON & 2'VONNE v1SC*TZ 4020 S 164714 5T __7955:...; 0 \ 132+29.43 17.64' LT OVERLAY LIMIT OFH P 7CJLL AS 183E0 42":7 EsEE 5 5.37980058:8 KEWAUK PATH. 6 ETAIL;-$MEET 60 -XX. -_ 0 5 5 64THST 135+16.67 28.68' RT OVERLAY UMIT 132+29.35 17 OVERLAY LIMIT RT CROSSWALK SIGN N - 10' ESLTT,REC. NO. 720808035 N2 N t // Sof-TRAY- INC.. 4TH- 5- Es ,3'9802400 115+28.96 17.83' RT OVERLAY UMIT 20' WATER ESMT. IEC. NO. 9810262674 A 3110509 LI -15 _2 41 1 4 'RY R6 S 5379,03150 115+28.96, 21.27' LT / OVERLAY LIMIT N SCALE: 1" = 20' CONSTRUCTION NOTES () ADJUST UTILITY TO GRADE. OEXISTING CURB TO BE PROTECTED IN PLACE DAMAGE TO EXISTING CURBS RESULTING FROU CONSTRUCTION SHALL BE REPLACED AT THE CONTRACTORS EXPENSE. 3 INSTALL NEW PARALLEL CURB RAMP PER WSDOT STANDARD PLAN F-40.12-03. ® INF-40STA.15-03.LL NEW PERPENDICULAR CURB RAMP PER WSDOT STANDARD PLAN O Y HMA OVERLAY 8,1TH FULL GRIND. ® 2' HMA OVERLAY WITH 4111 GRIND. Q7 FULL DEPTH REMOVAL OF EXISTING ASPHA RE(1fiACE 8198 3 THICK HMA OVER THOROUGHLY COMPACTED 8A Q REPLACE EDGE LINE PER WSDOT -20.10-03. REPLACE TYPE 2SL (LEFT) TR - -`0W PER WSDOT STANDARD PLAN M-24.40-02. ®REPLACE TYPE 6SL ( 9-24.40-02. QREPLACE TYPE 2 924.40-02. C ARROW PER WSDOT STANDARD PLAN ARROW PER WSDOT STANDARD PLAN ®REPLACE TYPE 35L (LEFT) TRAFFIC ARROW PER WSDOT STANDARD PLAN 924.40-02. ® REPLACE CROSSWALK STRIPING PER W50OT STANDARD PLAN 915.10-01. ® REPLACE STOP BAR PER 924.60-04. © REPLACE DOUBLE CENTER UNE PER WSDOT STANDARD PLAN 9-20.10-03. ® REPLACE WIDE LANE UNE PER WSDOT STANDARD PLAN 9-20.10-03. ©REPLA09 PRECAST DUA 0ACE0 %OPER 90U5958IE 0688 PER WSJOT STANDARD PLAN F-10.64-03. PAINT CUR8 YELLOW ON BOTH SIDES. A3, REPLACE PRECAST DUAL 06090 %OPER UOJNTABIE CUR8 PER WSDOT �J STANDARD PLAN F-10.64-03 AND PAINT 0088 WHITE 04 80TH SIDES ® REPLACE DETECTION LOOPS USING EXISTING JUNCTION BOXES. RESTORATION NOTES 1. PAVEMENT RESTORATION AS SHOWN IS FOR SCHEMATIC REPRESENTATION. PROJECT ENGINEER TO DETERMI40 FINAL EXTENT OF RESTORATION IN THE FELD. 2. ADJUST COSTING FEATURES TO GRADE. EXISTING UTILITY NOTE COSTING U11U11ES ARE SHOWN IN THE APPROXIMATE LOCATION. HERE I5 NO GUARANTEE THAT ALL (MUTT UNE5 ARE SHOWN. OR THAT THE LOCATION. 512E AND MATERIA. IS ACCURATE. THE CONTRACTOR SHALL UNCOVER ALL 9OLCATED PUNK WHERE CR055RNG, INTERFERENCES. OR CONNECTIONS OCCUR PRIOR TO TRENDING OR EXCAVATION FOR ANY PIPE OR STRUCTURES, TO DETERMINE ACTUAL LOCATIONS, SIZE NO MATERIAL THE CONTRACTOR SHALL MAKE THE APPROPRIATE PROVISION FOR PROTECTION OF 5A22 FACILITIES. THE CONTRACTOR SHALL NOTIY ME 9,911 AT 8-1-1 (WASONGTON811.COM) AO ARRANGE FOR FIELD LOCATION OF EXISTING FACILITIES BEFORE CONSTRUCTION. 04 're 1/=1/!021 PLOT DATE PADS*LT�YAN8661* re A9 FE AUAE7A R.41QAN • BLUELINE CENTRAL WAY. sure 400 IzrsXLuv. FA 081..1 1,25.216 40. Cao SITE 1 OVERLAY PLAN CITY OF SEATAC ST -901 2021 OVERLAY PLANS JOB # 20-193 SHEET NO: OP -1.01 5 OF 39 5 I 64TH ST SCALE: 1" = 0 6101 REV19.0,46 2/21/2021 PLOT DATE MELT MAW RA3112.111 DESCNER BLUELINE CENTRAL WAY, SlATE 400 /0300..6a, WA 96033 ,..216,1051 F,125.210.4052 WVWV,H£BLUELINEGROI.P.0064 SITE 1 ADA RAMP DETAILS CITY OF SEATAC ST -901 2021 OVERLAY PLANS JOS # 20-193 SHEET NO: RD -1.01 6 0F39 SCALE: 1" = 5' 0 23 S 10 i 2/211/2021 PLOT DATE I[ Dq�.CCI 11AN1GfG NM MASCO. rt THINELA ALAMO AMELIA • BLUELINE SITE 1 ADA RAMP DETAILS CITY OF SEATAC ST -901 2021 OVERLAY PLANS Joe i' 20-192 SHEET NO: RD -1.02 7 ar 39 m 9 164TH ST O SCALE: 1" = 5' o so s �o 2.\ RATE REVISIONS 0(51114* • BLUELINE 25 CENTRAL WAY.SUITE100 ...MO. WA 9.80.15 4253184951 F: 425,21.062 YM1YJY.1tcBl�ElREG0.0 W.COIN SITE 1 ADA RAMP DETAILS CITY OF SEATAC ST -901 2021 OVERLAY PLANS J06 # 20-193 SHEET NO: RD -1.03 B OF 39 SE CORNER OF MILITARY RD S & S 164TH ST BLUELINE EXISTING RAMP AND SIDEWALK CITY OF SEATAC 2021 OVERLAYS PROJECT (CIF ST -901J ©2021 7HE BLUELJNE GROUP 1 ' 'TU- f , _ _ . ti..-..._.�� i � I I y 1 DLII .. ... I �.,: •`.'. I '-'. �'.,� qq o... - rim. h4 , 1 3691379. 36 9 @ ,AIISFI. \r 1 'x';09` 3 y 9 1,�.,._ _ - 9,3591, 4 ,- ar ,.� . SCALE N7S 'PROJECT MANAGER -- DESIGNED BY -- DRAWN BY - O O 4 VIEW SOUTH FROM EAST LEG OF MILITARY ROAD SOUTH & SOUTH 164TH STREET WITHIN CITY OF TUKWILA JURISDICTION . JOB NUMBER: 20-193 FIGURE: EXHIBIT B NE CORNER OF MILITARY RD S Sc S 164TH ST BLUELINE ma "� . Y l * _ " " "' ^ ijirrallik\ ' ri,.. ` ' n µms.; :'.f��'mw*!d.«TMbr.. .,.. >.,s. ..� . VIEW NORTH FROM EAST LEG OF MILITARY ROAD SOUTH & SOUTH 164TH t� " Imo . I { EXISTING RAMP AND SIDEWALK CITY OF SEATAC 2027 OVERLAYS PROJECT (ZIP ST -9017 ©2021 714E BLU£LINE GROUP 4� .' r�� k!�►+.� i4f ��. •h' -^ i `isf: - STREET WITHIN CITY OF TUKWILA JURISDICTION 2 V PRO ECT MANAGER -- DESIGNED BY -- { I } m O PLOT DATE March 3 2021 JOB NUMBER 20-193 AGUR£.- EXH/BIT C EXHIBIT D City of SeaTac 2021 SeaTac Overlays - City of Tukwila Ramps 60% Engineer's Estimate - January 2021 ITEM ITEM QUANTITY UNITS PRNCE AMOUNT 1 Sawcutting (SP 2-02.5) 60 LF $5.00 $300.00 2 Removal of Concrete Sidewalk (SP 2-02.5) 35 SY $8.00 $280.00 3 Removal of Concrete Curb and Gutter (SP 2-02.5) 60 LF $2.00 $120.00 4 Crushed Surfacing Top Course, Incl. Haul (SP 4-04.5) 5 TN $35.00 $175.00 5 Pavement Repair Excavation Incl. Haul (SP 5-04.5) 5 CY $150.00 $750.00 6 HMA for Pavement Repair CL. 1/2 In. PG 58H-22 (SP 5-04.5) 5 TN $170.00 $850.00 7 Property Restoration (SP 8-02.5) 1 FA $1,000.00 $1,000.00 8 Cement Conc. Traffic Curb and Gutter (SP 8-04.5) 60 LF $50.00 $3,000.00 9 Cement Conc. Curb Ramp Type Parallel (SP 8-14.5) 2 EA $2,500.00 $5,000.00 10 Cement Conc. Sidewalk (SP 8-14.5) 10 SY $75.00 $750.00 Project Subtotal (No Sales Tax Per 1-07.2(1) State Sales Tax - Rule 171) $12,225 Construction Contingency (15%) $1,834 Construction Total $14,059