HomeMy WebLinkAboutTIS 2021-11-22 COMPLETE AGENDA PACKETCity of Tukwila
Transportation and
Infrastructure Services
Committee
❖ Verna Seal, Chair
❖ De'Sean Quinn
❖ Thomas McLeod
AGENDA
Distribution:
V. Seal
D. Quinn
T. McLeod
K. Kruller
C. Hougardy
H. Ponnekanti
S. Kim (email)
G. Lerner (email)
Click here to join the meeting
City Attorney (email)
Clerk File Copy
Place pkt pdf on SharePoint
Z Trans & Infra Agendas
email cover to: F. Ayala,
A. Le, C. O'Flaherty, A.
Youn, B. Saxton, S. Norris,
L. Humphrey
MONDAY, NOVEMBER 22, 2021 — 5:30 PM
Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 299274146#
6300 RI nI DINc_ S IITE 100)
s I
Item
Recommended Action
Page
1. PRESENTATIONS
2. BUSINESS AGENDA
a) 2022 Overlay and Repair Program
a) Forward to the 12/06/21 Regular
Pg. 1
Design Consultant Selection and Agmt (S. Bates)
Consent Agenda
b) West Valley Highway/Longacres Way Project
b) Forward to the 12/06/21 Regular
Pg. 15
Construction Bid Award (C. Knighton)
Consent Agenda
c) East Marginal Way South Stormwater Outfalls
c) Forward to the 12/06/21 Regular
Pg. 21
Amendment No.1 (M. Perfetti)
Consent Agenda
d) 2021 Committee Work Plan (L. Humphrey)
d) Discussion only
Pg. 33
3. MISCELLANEOUS
PW Fleet and Facilities TI Project Update
Future Agenda:
Next Scheduled Meeting: Monday, December 13, 2021 (Last meeting of 2021)
S. The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206-433-0179 for assistance.
City of Tukwila
Allan Ekberg, Mayor
Public Works Department - Hari Ponnekanti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director
BY: Scott Bates, Traffic Engineering Project Manager
CC: Mayor Ekberg
DATE: November 19, 2021
SUBJECT: 2022 Overlay and Repair Program
Project No. 92210401
Design Consultant Selection and Agreement
ISSUE
Execute a contract with KPG, Inc. (KPG) to provide design services for the 2022 Overlay and Repair
Program.
BACKGROUND
Three engineering firms were evaluated from the MRSC Consultant Roster to provide design services
for the 2021 Overlay and Repair Program (see attached scoring & selection matrix). All of the firms
offer baseline qualifications, however KPG has a unique blend of knowledge and understanding of the
City's overlay program that provides efficiency and benefits, which cannot be matched at this time by
any other firm. KPG has also performed very well in providing construction management services.
DISCUSSION
KPG has provided a contract, scope of work, and fee estimate to complete the design of the 2022
Overlay and Repair Program and advertise for construction bids. This year's scope will include updating
the Pavement Management priority list and working with staff to select up to ten paving projects. Final
project selection will be made after the design cost estimates are completed.
FISCAL IMPACT
2022 Design Contract
Contract Estimate
$149,400.00
2022 Budget
$150,000.00
RECOMMENDATION
Council is being asked to approve the design contract with KPG, Inc. for the 2022 Overlay and Repair
Program in the amount of $149,400.00 and consider this item on the Consent Agenda at the December
6, 2021 Regular Meeting.
Attachments: Consultant Agreement, Scope of Work and Fee Estimate
Consultant Selection Scoring Matrix
2021 CIP, Page 12
1
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, P.S., hereinafter referred to as "the Consultant", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform Engineering
services in connection with the project titled 2022 Overlay Program.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2022, unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon written notice by the City to the Consultant to proceed. The
Consultant shall perform all services and provide all work product required pursuant to this
Agreement no later than December 31, 2022 unless an extension of such time is granted in
writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $149,400.00 without express written modification of the Agreement signed
by the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be
made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will
be made promptly upon its ascertainment and verification by the City after the
completion of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary
to complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
2
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non-owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop-gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
Page 2
3
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its discretion
to deduct from the contract price or consideration, or otherwise recover, the full amount of
such fee, commission, percentage, brokerage fee, gift, or contingent fee.
CA revised May 2020
Page 3
4
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
3131 Elliot Avenue Suite 400
Seattle, WA 98121
Entire Agreement; Modification. This Agreement, together with attachments or addenda,
18. represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised May 2020
Page 4
5
DATED this day of , 2021.
CITY OF TUKWILA CONSULTANT
By: �p JC ,,`'W'
Allan Ekberg, Mayor
Printed Name: Bryce Corrigan
Title: Project Manager
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
6
EXHIBIT A
City of Tukwila
2022 Overlay Program
Scope of Work
November 9, 2022
The Consultant shall prepare final Plans, Specifications and Estimates for the 2022
Overlay Program. Specific projects will be determined from the following list of tasks
below. It is anticipated between five and eight sites will be included in the final Plans
Specifications, and Estimates.
The 2022 Overlay Program will be bid as a single bid package as budget allows.
Projects may be re -prioritized or deferred to a future overlay program based on
available budget and other considerations. Detailed estimates will be prepared at the
30% design to verify the final project list to be included in the 2022 Overlay Program.
The Consultant shall utilize the data collection and analysis provided by Infrastructure
Management Service (IMS) to identify additional roadway segments to be included in
the design and construction of the 2022 Overlay Program.
The City of Tukwila may require other services of the consultant. These services could
include additional design, right of way, environmental documentation, construction phase
services, or other work tasks not included in the scope of work. At the time these services
are required, the Consultant will provide the City with a detailed scope of work and an
hour and fee estimate. The Consultant will not proceed with the work until the City has
authorized the work and issued a Notice to Proceed.
Assumptions for the 2022 Overlay Program Bid Package
• Roadway and utility casting mapping will be based on aerial photography, GIS,
and field reviews by the Consultant. Topographic field survey may be required
for ADA ramp improvements and will be performed by the Consultant as
required.
• Typically, only surface utilities requiring adjustment to grade will be shown.
• No utility upgrades are anticipated in the project design.
• It is assumed there will be approximately thirty (30) plan sheets at 1 "=20' scale
full size (22" X 34"), 1"=40' at reduced scale (11" X 17").
• Drainage & Water Quality Reports will not be required.
City of Tukwila
2022 Overlay Program Page 1 of 4
KPG, PS
November 2022
7
• Environmental Documentation will not be required.
• Consultant shall not be responsible for printing and supplying City or Contractor
with hard copies of plans and specifications at interim submittals or contract
award.
Deliverables
• Meeting notes during during selection process
• 50% review submittal with Plans and Estimate (electronic copies)
• 90% review submittal with Plans, Specifications, and Estimate (electronic
copies)
• Routing of 50% and 90% Plans to utilities for review and comment.
• Bid Documents and Engineer's Estimate for 2022 Overlay Program.
• Coordinate upload of Plans and Specifications to Builders Exchange.
• Bid Analysis and recommendation for award.
• Preconstruction Meeting Attendance.
SCOPE OF WORK
TASK 1 — Project Management
1.1 The Consultant shall provide continuous project management and administration for
the duration of the Project. (Estimate 6 months).
• Hold project coordination meetings with the City to update progress and
review submittals. Assume (6) meetings.
• The Consultant shall provide monthly status reports and billings.
• The Consultant shall provide independent QA/QC reviews by senior in-
house staff of all deliverables prior to submittal to the City.
TASK 2 — Roadway Segment Selection
2.1 The Consultant shall update the IMS EZStreet Analysis spreadsheet and provide a
preliminary list of roadway segments to be considered by the City. The list will include
up to twelve roadway segments. The Consultant and the City will meet to discuss the
feasibility of the roadway segments and provide direction for which segments shall
proceed to to Task 3.
Deliverables
• Meeting notes during during selection process.
• Selection of Ten roadway segments
City of Tukwila KPG, P5
2022 Overlay Program Page 2 of 4 November 2022
8
TASK 3 — Preliminary Design
3.1 The Consultant shall prepare base maps for up to ten roadway segments identified in
Task 2. The basemaps shall be created utilizing field measurements, available record
drawings, and/or ortho-photography. Topographic survey will be utilized only at ADA
ramp locations where field conditions require it to meet ADA compliance.
3.2The Consultant shall prepare 30% Plans for up to ten roadway segments selected in
Task 2.
3.3The Consultant shall calculate quantities and prepare a Preliminary Engineers
Estimate of Probable Construction Cost for the 30% Plans. Up to eight roadway
segments will be prioritized in collaboration with the City following the Preliminary
Design Deliverables of Task 3 to determine final project segments for Task 4.
3.4The Consultant shall distribute 30% review submittals to franchise utility owners for
adjustments within the Project limits.
Deliverables
• 30% Plans for up to ten roadway segments
• 30% Cost Estimate
• Selection of up to eight segments
TASK 4 — Final Design
4.1 The Consultant shall prepare 90%, and Final Plans for up to eight roadway segments
selected in Task 3. The proposed improvements including the following:
• Plans shall be prepared with such provisions in such detail as to permit field
layout and construction within a degree of accuracy acceptable to the City and
per industry standards.
• Typical sections and details will be prepared for items not available as standard
details from the City, State, or WSDOT standard drawings.
• Plans will identify curb ramp replacement limits and pedestrian push button
modifications in accordance with ADA requirements.
• The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, utility adjustments,
surfacing depths and details, and applicable channelization and signing for the
segments selected for final design.
City of Tukwila
2022 Overlay Program Page 3 of 4
KPG, PS
November 2022
9
• Plans and specifications will include required criteria for traffic control plans and
pedestrian traffic control during construction. Criteria will be developed in
collaboration with the City.
• The Consultant shall perform site walkthroughs with the City maintenance staff
to determine extent of roadway improvements / resurfacing (Estimate 2
meetings) and to prioritize candidate streets within the available budget.
• Pavement sections will be determined through consultation with the City's
maintenance staff and previous experience. No geotechnical investigations
are anticipated.
4.2 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the Bid Documents.
4.3The Consultant shall prepare the Contract Specification per 2022 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents.
4.4 The Consultant shall distribute 90% review submittals to franchise utility owners for
adjustments within the Project limits.
Deliverables
• 90% & Final Plans for up to eight roadway segments
• 90% & Final Cost Estimate
• 90% & Final Contract documents including Project Special Provisions
TASK 5 — Bid Period Services
5.1 The Consultant shall assist the City with Project Advertisement and Award by
uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation,
and recommendation for award.
City of Tukwila
2022 Overlay Program Page 4 of 4
KPG, P5
November 2022
10
EXHIBIT B
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project 2022 Overlay Program
DATE: 11/9/2021
Task
No.
Task Description
Labor Hour Estimate
Total Hours and Labor Fee
Estimate by Task
Principal
Engineering
Manager
L m
2 c
'E .'
cn c
w
Senior Project
Engineer
Project
Engineer II
Project
Engineer I
Design
Engineer
Engineering
Technician
Engineering
Assistant
Senior CAD
Technician
CAD
Technician
Senior Admin
Office Admin
Office
Assistant
274
246
203
179
153
140
126
104
90
134
112
112
96
80
Hours
Fee
Task 1 Project Management
1.1 Project Management
6
24
6
36
$ 5,820.00
Task Total
0
6
0
0
24
0
0
0
0
0
0
6
0
0
36
$ 5,820.00
Task 2 Roadway Segment Selection
2.1 Segment Selection
8
40
48
$ 8,088.00
0
8
0
0
40
0
0
0
0
0
0
0
0
0
48
$ 8,088.00
Task 3 Preliminary Design
3.1
Prepare 30% Basemap
20
20
20
16
40
40
156
$ 18,940.00
3.2
Prepare 30% Plans
16
24
60
60
40
200
$ 24,320.00
3.3
Preapare 30% Cost Estimate
8
8
24
16
16
72
$ 8,976.00
3.4
Utility Coordination
8
8
8
24
$ 3,064.00
Task Total
0
0
24
0
60
0
112
104
72
40
40
0
0
0
452
$ 55,300.00
Task 4 Final Design
4.1
Preapre 90% & Final Plans
4
24
60
80
60
60
296
$ 38,260.00
4.2
Preapre 90% & Final Cost Estimates
4
8
24
40
20
20
124
$ 16,704.00
4.3
Prepare 90% & Final Contract Documents
4
24
40
20
96
$ 16,000.00
4.4
Utility Coordination
16
8
8
32
$ 4,288.00
Task Total
0
12
56
0
140
0
148
88
80
0
0
0
0
0
548
$ 75,252.00
Task 5 Bid Period Services
5.1 Advertisement and Award Support
4
16
8
28
$ 4,440.00
Task Total
0
4
0
0
16
0
8
0
0
0
0
0
0
0
28
$ 4,440.00
Total Labor Hours and Fee
0
30
80
0
280
0
268
192
152
40
40
6
0
0
1,112
$ 148,900.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 500.00
Total Reimbursable Expense
$ 500.00
Total Estimated Budget
$ 149,400.00
11
2022 Overlay Program — Contract for Design
Services
W
E
ri
dSAM
y
MRSC Consultant
Search Prior to
Offering Design Contract
Paving Project Design and Construction Management Experience with the City.
0
3
5
http://www.kpg.com
KPG
Yes
Knowledge of FHWA, State, and Tukwila Standards and Procedures
5
4
5
http://www.parametrix.com
Parametrix
Environmental Experience
5
5
5
http://www.kpff.com
KPFF
Experience with Similar Projects.
3
4
5
Traffic Control Design Expertise.
4
4
5
Experienced Design Project Manager.
4
4
5
Small Scale Project Experience.
2
3
5
Utilities Coordination Experience.
5
4
5
Storm water, Drainage, and Detention Design.
4
4
5
Public Outreach Experience.
3
3
4
Survey Crew In -House.
4
4
5
TOTALS
39
42
54
For each category, highest score is 5 (with the lowest or worst score 1)
Consultant with the highest score is ranked the best.
Staff: Scott Bates
Selection Date: 11/3/21
_
Selected Consultant: KPG, Inc.
Selection Justification: The selected firm has demonstrated relevant pavement overlay
design experience on multiple past federal and locally funded paving projects including
the City overlay program. KPG has provided excellent design construction
management results on City drainage projects as well. They have exceptional
familiarity with City Public Works systems, WSDOT and FHWA standards. Based on
overall score KPG prevailed. Consultants perceived ablility to perform CM services
was also reviewed since the design contract could be extended to include those
services as well.
12
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Annual Overlay and Repair Program Project No. 9xx10401
DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which
JUSTIFICATION: also
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.
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
209
190
150
150
150
150
150
150
150
1,449
Land (R/W)
0
Const. Mgmt.
121
15
200
200
200
200
200
200
200
1,536
Construction
1,224
312
1,050
1,050
1,050
1,050
1,150
1,150
1,300
9,336
TOTAL EXPENSES
1,554
517
1,400
1,400
1,400
1,400
1,500
1,500
1,650
12,321
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
1,554
517
1,400
1,400
1,400
1,400
1,500
1,500
1,650
12,321
TOTAL SOURCES
1,554
517
1,400
1,400
1,400
1,400
1,500
1,500
1,650
12,321
2021 - 2026 Capital Improvement Program
12
13
14
City of Tukwila
Altan Ekberg, Mayor
Pc+b1 C Warks IDeparrrnent -Puri Ponnekanti, £ frector/City Engineer'
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: Cyndy Knighton, Senior Program Manager
CC: Mayor Ekberg
DATE: November 19, 2021
SUBJECT: West Valley Highway/Longacres Way Project Bid Award
Project No. 99310410
Contract Award to Road Construction Northwest
ISSUE
Award the West Valley Highway/Longacres Way construction contract to Road Construction
Northwest, Inc.
BACKGROUND
The West Valley Highway project will construct a third northbound lane from Strander Blvd to S
156th Street and will construct missing sidewalk sections on the east side. A widened shared -
use path will be added on the west side between Longacres Way and the newly widened
sidewalks adjacent to the Tukwila Urban Center Pedestrian Bridge. A new two-way cycle track
will be installed on the south side of Longacres Way and street illumination will be added for
pedestrians and vehicles.
ANALYSIS
A call for bids was advertised on October 19, 2021 and October 23, 2021 for the West Valley
Highway/Longacres Way project. Two addenda were issued correcting minor issues in the bid
documents. Bids were due by 9:30 a.m. on November 9, 2021 and were publicly opened at
10:00 a.m. on the same day. Eight bids were received.
The construction bids were reviewed, and only minor irregularities were found. There was a
minor mathematical error in the apparent low bid which lowered it by $7,758.00. This error is
considered a minor irregularity in the proposal and has been waived as being insignificant. The
fourth lowest bidder also had two minor mathematical errors. The apparent low bid was received
from Road Construction Northwest, Inc. They successfully worked for Tukwila on past projects
with similar size and scope.
FINANCIAL IMPACT
The bid from Road Construction Northwest came in under the Engineer's Estimate and is within
the available funding for the project.
Cost Estimate Construction Budget
RCNW Bid $3,590,407.40 $4,355,000.00
Contingency (-15%) 539,000.00
Construction Total $4,129,407.40
RECOMMENDATION
Council is being asked to approve the West Valley Highway/Longacres Way construction
contract to Road Construction Northwest, Inc, in the amount of $3,590,407.40 and contingency
of $539,000, and consider this item on the Consent Agenda at the December 6, 2021 Regular
Meeting.
ATTACHMENTS: Certified Bid Tabulation
2021 CIP, Pg 8 Revised
15
Certified Bid Tab
Low Bid
2
3
4
5
6
7
8
Engineer's Estimate
Road Construction Northwest, Inc.
Razz Const uction, Inc.
Active Construction, Inc
Pivetta Brothers Construction Inc.
Westwater Construction Company
Gary Merlino Construction Company
Rodarte Construction, Inc.
Tucci & Sons, Inc
Bid Item No.
Bid Item Description
Quantity
Unit
Unit Price
Amount
Unit Price
Amount
(x)
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
(x)
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
Schedule A • West Valley Highway
ROADWAY
1
MOBILIZATION
1
L.S.
$234,000.00
$234,000.00
$210,000.00
$210,000.00
$293,000.00
$293,000.00
$146,129.89
$146,129.89
$240,000.00
$240,000.00
$280,000.00
$280,000.00
$370,000.00
$370,000.00
$387,000.00
$387,000.00
$362,000.00
$362,000.00
2
RESOLUTION OF UTILITY CONFLICTS
1
EST.
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
3
UNEXPECTED SITE CHANGES
1
EST.
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
$40,000.00
4
TEMPORARY EROSION & SEDIMENT CONTROL AND
WATER POLLUTION PREVENTION (Including SWPPP
Implementation)
1
L.S.
$8,000.00
$8,000.00
$7,000.00
$7,000.00
$40,000.00
$40,000.00
$60,000.00
$60,000.00
$12,850.00
$12,850.00
$2,500.00
$2,500.00
$35,000.00
$35,000.00
$25,000.00
$25,000.00
$12,000.00
$12,000.00
5
SPCC PLAN
1
L.S.
$3,000.00
$3,000.00
$975.00
$975.00
$10,000.00
$10,000.00
$100.00
$100.00
$500.00
$500.00
$2,500.00
$2,500.00
$1,000.00
$1,000.00
$250.00
$250.00
$300.00
$300.00
6
TYPE B PROGRESS SCHEDULE
1
L.S.
$8,000.00
$8,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
7
REIMBURSEMENT FOR THIRD PARTY DAMAGE
1
EST.
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$4,000.00
8
ROADWAY SURVEYING
1
L.S.
$75,000.00
$75,000.00
$11,200.00
$11,200.00
$28,000.00
$28,000.00
$30,000.00
$30,000.00
$37,800.00
$37,800.00
$25,000.00
$25,000.00
$30,000.00
$30,000.00
$28,500.00
$28,500.00
$33,000.00
$33,000.00
9
CLEARING AND GRUBBING
1
L.S.
$29,000.00
$29,000.00
$12,250.00
$12,250.00
$10,000.00
$10,000.00
$25,000.00
$25,000.00
$35,000.00
$35,000.00
$15,000.00
$15,000.00
$25,000.00
$25,000.00
$15,000.00
$15,000.00
$4,800.00
$4,800.00
10
REMOVAL OF STRUCTURES AND OBSTRUCTION
1
L.S.
$9,700.00
$9,700.00
$15,300.00
$15,300.00
$3,500.00
$3,500.00
$35,000.00
$35,000.00
$6,300.00
$6,300.00
$25,000.00
$25,000.00
$15,000.00
$15,000.00
$18,000.00
$18,000.00
$28,000.00
$28,000.00
11
POTHOLING
6
EACH
$3,000.00
$18,000.00
$650.00
$3,900.00
$450.00
$2,700.00
$600.00
$3,600.00
$725.00
$4,350.00
$1,000.00
$6,000.00
$1,500.00
$9,000.00
$800.00
$4,800.00
$1,000.00
$6,000.00
12
REMOVING CEMENT CONC. SIDEWALK
600
S.Y.
$75.00
$45,000.00
$9.00
$5,400.00
$25.00
$15,000.00
$15.50
$9,300.00
$11.85
$7,110.00
$60.00
$36,000.00
$30.00
$18,000.00
$15.00
$9,000.00
$75.00
$45,000.00
13
REMOVING CEMENT CONC. CURB AND GUTTER
2050
L.F.
$18.00
$36,900.00
$9.50
$19,475.00
$6.00
$12,300.00
$9.00
$18,450.00
$7.00
$14,350.00
$15.00
$30,750.00
$7.00
$14,350.00
$10.00
$20,500.00
$7.00
$14,350.00
14
REMOVING ASPHALT CONC. PAVEMENT
1120
S.Y.
$30.00
$33,600.00
$12.00
$13,440.00
$56.00
$62,720.00
$33.25
$37,240.00
$17.80
$19,936.00
$60.00
$67,200.00
$20.00
$22,400.00
$18.00
$20,160.00
$38.00
$42,560.00
15
REMOVING PLASTIC LINE
9740
L.F.
$2.40
$23,376.00
$2.25
$21,915.00
$2.25
$21,915.00
$1.50
$14,610.00
$1.35
$13,149.00
$2.00
$19,480.00
$1.30
$12,662.00
$1.50
$14,610.00
$1.50
$14,610.00
16
REMOVING PLASTIC TRAFFIC MARKING
20
EACH
$120.00
$2,400.00
$91.00
$1,820.00
$90.00
$1,800.00
$120.00
$2,400.00
$108.00
$2,160.00
$125.00
$2,500.00
$110.00
$2,200.00
$125.00
$2,500.00
$115.00
$2,300.00
17
REMOVING PLASTIC CROSSWALK LINE
544
S.F.
$12.00
$6,528.00
$6.00
$3,264.00
$6.00
$3,264.00
$5.00
$2,720.00
$4.50
$2,448.00
$5.00
$2,720.00
$4.50
$2,448.00
$5.00
$2,720.00
$5.00
$2,720.00
18
REMOVING SHAFT OBSTRUCTIONS
1
EST.
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
19
RECORD DRAWINGS
1
L.S.
$15,000.00
$15,000.00
$1,500.00
$1,500.00
$1,500.00
$1,500.00
$100.00
$100.00
$500.00
$500.00
$2,500.00
$2,500.00
$10,000.00
$10,000.00
$2,500.00
$2,500.00
$500.00
$500.00
20
CONTRACTOR'S DAILY DIARY
1
L.S.
$18,000.00
$18,000.00
$1,000.00
$1,000.00
$1,500.00
$1,500.00
$100.00
$100.00
$500.00
$500.00
$2,500.00
$2,500.00
$3,000.00
$3,000.00
$1,000.00
$1,000.00
$300.00
$300.00
21
ROADWAY EXCAVATION INCL. HAUL
730
C.Y.
$72.00
$52,560.00
$57.00
$41,610.00
$65.00
$47,450.00
$66.50
$48,545.00
$55.00
$40,150.00
$100.00
$73,000.00
$56.00
$40,880.00
$60.00
$43,800.00
$70.00
$51,100.00
22
EMBANKMENT COMPACTION
80
C.Y.
$9.60
$768.00
$15.00
$1,200.00
$10.00
$800.00
$88.00
$7,040.00
$63.25
$5,060.00
$150.00
$12,000.00
$65.00
$5,200.00
$15.00
$1,200.00
$20.00
$1,600.00
23
CRUSHED SURFACING TOP COURSE
220
TON
$96.00
$21,120.00
$53.50
$11,770.00
$135.00
$29,700.00
$66.50
$14,630.00
$109.50
$24,090.00
$150.00
$33,000.00
$80.00
$17,600.00
$50.00
$11,000.00
$95.00
$20,900.00
24
PLANING BITUMINOUS PAVEMENT
2990
S.Y.
$8.50
$25.415.00
$11.25
$33,637.50
$10.00
$29,900.00
$11.50
$34,385.00
$6.50
$19,435.00
$10.00
$29,900.00
$6.00
$17,940.00
$8.00
$23,920.00
$8.00
$23,920.00
25
HMA CL. 1/2 IN. PG 58H-22
380
TON
$240.00
$91,200.00
$177.00
$67,260.00
$230.00
$87,400.00
$192.85
$73,283.00
$137.70
$52,326.00
$200.00
$76,000.00
$175.00
$66,500.00
$215.00
$81,700.00
$120.00
$45,600.00
26
HMA FOR APPROACH CL. 1/2 IN. PG 58H-22
90
TON
$336.00
$30,240.00
$236.00
$21,240.00
$300.00
$27,000.00
$255.00
$22,950.00
$232.55
$20,929.50
$250.00
$22,500.00
$240.00
$21,600.00
$300.00
$27,000.00
$210.00
$18,900.00
27
RELOCATE/ADJUST EXISTING UTILITY
1
L.S.
$6,000.00
$6,000.00
$5,800.00
$5,800.00
$5,150.00
$5,150.00
$15,000.00
$15,000.00
$41,000.00
$41,000.00
$10,000.00
$10,000.00
$2,000.00
$2,000.00
$7,500.00
$7,500.00
$16,000.00
$16,000.00
28
INLET PROTECTION
57
EACH
$210.00
$11.970.00
$93.00
$5,301.00
$325.00
$18,525.00
$115.00
$6,555.00
$70.00
$3,990.00
$100.00
$5,700.00
$100.00
$5,700.00
$75.00
$4,275.00
$100.00
$5,700.00
29
ADJUST VALVE BOX
22
EACH
$660.00
$14,520.00
$570.00
$12,540.00
$660.00
$14,520.00
$530.00
$11,660.00
$550.00
$12,100.00
$500.00
$11,000.00
$500.00
$11,000.00
$600.00
$13,200.00
$800.00
$17,600.00
Subtotal
$898,297.00
Subtotal
$612,797.50
Subtotal
$851,644.00 Subtotal
$702,797.89
Subtotal
$700,033.50
Subtotal
$876,750.00
Subtotal
$842,480.00
Subtotal
$849,135.00
Subtotal
$853,760.00
BRIDGE
30
STRUCTURE EXCAVATION CLASS A INCL. HAUL
52
C.Y.
$78.00
$4,056.00
$63.00
$3,276.00
$335.00
$17,420.00
$130.00
$6,760.00
$73.75
$3,835.00
$100.00
$5,200.00
$120.00
$6,240.00
$100.00
$5,200.00
$100.00
$5,200.00
31
GRAVEL BACKFILL FOR WALL
16
C.Y.
$60.00
$960.00
$90.00
$1,440.00
$225.00
$3,600.00
$320.00
$5,120.00
$110.00
$1,760.00
$80.00
$1,280.00
$200.00
$3,200.00
$150.00
$2,400.00
$45.00
$720.00
32
SHAFT - 36 IN. DIAMETER
86
L.F.
$740.00
$63,640.00
$544.00
$46,784.00
$500.00
$43,000.00
$580.00
$49,880.00
$1,045.00
$89,870.00
$1,300.00
$111,800.00
$860.00
$73,960.00
$850.00
$73,100.00
$1,150.00
$98,900.00
33
ST. REINF. BAR FOR BRIDGE
780
LB.
$1.70
$1,326.00
$3.15
$2,457.00
$4.00
$3,120.00
$3.15
$2,457.00
$10.80
$8,424.00
$25.00
$19,500.00
$4.50
$3,510.00
$4.00
$3,120.00
$12.00
$9,360.00
34
QA SHAFT TEST
2
EACH
$7,500.00
$15,000.00
$1,325.00
$2,650.00
$1,200.00
$2,400.00
$1,275.00
$2,550.00
$5,383.00
$10,766.00
$1,000.00
$2,000.00
$1,500.00
$3,000.00
$2,200.00
$4,400.00
$5,700.00
$11,400.00
35
CONC. CLASS 4000 FOR BRIDGE
6
C.Y.
$1,200.00
$7,200.00
$1,400.00
$8,400.00
$1,800.00
$10,800.00
$1,400.00
$8,400.00
$4,500.00
$27,000.00
$5,000.00
$30,000.00
$2,600.00
$15,600.00
$1,400.00
$8,400.00
$4,800.00
$28,800.00
36
SUPERSTRUCTURE -WEST VALLEY HIGHWAY
PEDESTRIAN BRIDGE
1
L.S.
$119,780.00
$119,780.00
$408,000.00
$408,000.00
$350,000.00
$350,000.00
$375,000.00
$375,000.00
$348,710.00
$348,710.00
$250,000.00
$250,000.00
$265,000.00
$265,000.00
$315,000.00
$315,000.00
$365,000.00
$365,000.00
Subtotal
$211,962.00
Subtotal
$473,007.00
Subtotal
$430,340.00 Subtotal
$450,167.00
Subtotal
$490,365.00
Subtotal
$419,780.00
Subtotal
$370,510.00
Subtotal
$411,620.00
I Subtotal
$519,380.00
SIDEWALK
37
CEMENTCONC.SIDEWALK
1410
S.Y.
$144.00
$203,040.00
$76.00
$107,160.00
$63.00
$88,830.00
$64.00
$90,240.00
$72.00
$101,520.00
$75.00
$105,750.00
$100.00
$141,000.00
$70.00
$98,700.00
$55.00
$77,550.00
38
CEMENT CONC. TRAFFIC CURB AND GUTTER
1940
L.F.
$54.00
$104,760.00
$33.50
$64,990.00
$30.00
$58,200.00
$46.70
$90,598.00
$32.75
$63,535.00
$40.00
$77,600.00
$45.00
$87,300.00
$45.00
$87,300.00
$40.00
$77,600.00
39
MOUNTABLE CEMENT CONC. TRAFFIC CURB
193
L.F.
$90.00
$17,370.00
$48.00
$9,264.00
$47.00
$9,071.00
$36.70
$7,083.10
$56.50
$10,904.50
$75.00
$14,475.00
$65.00
$12,545.00
$40.00
$7,720.00
$34.00
$6,562.00
40
CEMENT CONC. PEDESTRIAN CURB
56
L.F.
$54.00
$3,024.00
$26.50
$1,484.00
$26.00
$1,456.00
$48.00
$2,688.00
$55.86
$3,128.16
$75.00
$4,200.00
$50.00
$2,800.00
$30.00
$1,680.00
$29.00
$1,624.00
41
CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A
1
EACH
$4,200.00
$4,200.00
$2,455.00
$2,455.00
$1,880.00
$1,880.00
$3,650.00
$3,650.00
$2,237.00
$2,237.00
$5,000.00
$5,000.00
$3,500.00
$3,500.00
$3,000.00
$3,000.00
$3,800.00
$3,800.00
42
CEMENT CONC. CURB RAMP TYPE PERPENDICULAR B
1
EACH
$4,200.00
$4,200.00
$2,455.00
$2,455.00
$1,880.00
$1,880.00
$3,650.00
$3,650.00
$2,237.00
$2,237.00
$5,000.00
$5,000.00
$3,500.00
$3,500.00
$3,000.00
$3,000.00
$3,800.00
$3,800.00
43
NEW DETECTABLE WARNING PATTERN
1
EACH
$480.00
$480.00
$611.00
$611.00
$600.00
$600.00
$1,600.00
$1,600.00
$1,060.00
$1,060.00
$1,500.00
$1,500.00
$2,000.00
$2,000.00
$1,500.00
$1,500.00
$1,500.00
$1,500.00
44
CEMENT CONC. DRIVEWAY ENTRANCE COMMERCIAL
531
S.Y.
$180.00
$95,580.00
$108.00
$57,348.00
$95.00
$50,445.00
$96.50
$51,241.50
$102.35
$54,347.85
$85.00
$45,135.00
$150.00
$79,650.00
$100.00
$53,100.00
$78.00
$41,418.00
Subtotal
$432,654.00
Subtotal
$245,767.00
Subtotal
$212,362.00 Subtotal
$250,750.60
Subtotal
$238,969.51
Subtotal
$258,660.00
Subtotal
$332,295.00
Subtotal
$256,000.00
Subtotal
$213,854.00
TRAFFIC CONTROL DEVICES
45
PLASTIC LINE
12533
L.F.
$4.80
$60,158.40
$2.00
$25,066.00
$1.95
$24,439.35
$1.65
$20,679.45
$1.45
$18,172.85
$2.00
$25,066.00
$1.40
$17,546.20
$1.50
$18,799.50
$1.50
$18,799.50
46
PLASTIC WIDE LANE LINE
519
L.F.
$6.00
$3,114.00
$2.40
$1,245.60
$2.50
$1,297.50
$3.65
$1,894.35
$3.25
$1,686.75
$4.00
$2,076.00
$3.20
$1,660.80
$3.50
$1,816.50
$3.50
$1,816.50
47
PLASTIC WIDE DOTTED ENTRY LINE
221
L.F.
$7.80
$1,723.80
$3.50
$773.50
$3.50
$773.50
$2.45
$541.45
$2.15
$475.15
$3.00
$663.00
$2.20
$486.20
$2.50
$552.50
$2.30
$508.30
48
PLASTIC CROSSWALK LINE
760
S.F.
$14.40
$10,944.00
$8.25
$6,270.00
$8.00
$6,080.00
$7.00
$5,320.00
$6.20
$4,712.00
$7.00
$5,320.00
$6.00
$4,560.00
$7.25
$5,510.00
$6.75
$5,130.00
49
PLASTIC STOP LINE
91
L.F.
$30.00
$2,730.00
$10.60
$964.60
$11.00
$1,001.00
$12.00
$1,092.00
$11.00
$1,001.00
$12.00
$1,092.00
$11.00
$1,001.00
$12.50
$1,137.50
$11.50
$1,046.50
50
PLASTIC CROSSHATCH MARKING
120
L.F.
$9.60
$1,152.00
$4.75
$570.00
$5.00
$600.00
$9.00
$1,080.00
$8.10
$972.00
$9.00
$1,080.00
$8.00
$960.00
$9.50
$1,140.00
$8.75
$1,050.00
51
PLASTIC TRAFFIC ARROW
18
EACH
$480.00
$8,640.00
$170.00
$3,060.00
$170.00
$3,060.00
$150.00
$2,700.00
$135.00
$2,430.00
$150.00
$2,700.00
$140.00
$2,520.00
$150.00
$2,700.00
$150.00
$2,700.00
52
PLASTIC DRAINAGE MARKING
59
EACH
$120.00
$7,080.00
$106.50
$6,283.50
$105.00
$6,195.00
$55.00
$3,245.00
$50.00
$2,950.00
$60.00
$3,540.00
$50.00
$2,950.00
$55.00
$3,245.00
$50.00
$2,950.00
53
PLASTIC TRAFFIC LETTER
12
EACH
$180.00
$2,160.00
$2.25
$27.00
$500.00
$6,000.00
$120.00
$1,440.00
$108.00
$1,296.00
$125.00
$1,500.00
$110.00
$1,320.00
$125.00
$1,500.00
$115.00
$1,380.00
54
TEMPORARY PAVEMENT MARKING -SHORT DURATION
15200
L.F.
$1.20
$18,240.00
$0.30
$4,560.00
$0.60
$9,120.00
$1.20
$18,240.00
$0.55
$8,360.00
$0.50
$7,600.00
$0.70
$10,640.00
$0.40
$6,080.00
$0.50
$7,600.00
55
PERMANENT SIGNING
1
L.S.
$12,000.00
$12,000.00
$16,350.00
$16,350.00
$35,000.00
$35,000.00
$15,000.00
$15,000.00
$13,600.00
$13,600.00
$15,000.00
$15,000.00
$15,000.00
$15,000.00
$20,000.00
$20,000.00
$14,500.00
$14,500.00
56
TRAFFIC SIGNAL SYSTEM - WEST VALLEY HWY AND S
156TH ST
1
L.S.
$27,000.00
$27,000.00
$29,625.00
$29,625.00
$195,000.00
$195,000.00
$30,000.00
$30,000.00
$27,775.00
$27,775.00
$75,000.00
$75,000.00
$26,000.00
$26,000.00
$33,000.00
$33,000.00
$30,000.00
$30,000.00
57
PORTABLE CHANGEABLE MESSAGE SIGN
32112
HR
$3.00
$96,336.00
$0.10
$3,211.20
$3.00
$96,336.00
$2.55
$81,885.60
$3.25
$104,364.00
$1.00
$32,112.00
$1.70
$54,590.40
$5.00
$160,560.00
$3.00
$96,336.00
58
PROJECT TEMPORARY TRAFFIC CONTROL
1
L.S.
$108,000.00
$108,000.00
$130,000.00
$130,000.00
$200,000.00
$200,000.00
$100,000.00
$100,000.00
$105,000.00
$105,000.00
$300,000.00
$300,000.00
$240,000.00
$240,000.00
$300,000.00
$300,000.00
$294,000.00
$294,000.00
59
PEDESTRIAN TRAFFIC CONTROL
1
L.S.
$18,000.00
$18,000.00
$1,500.00
$1,500.00
$40,000.00
$40,000.00
$2,500.00
$2,500.00
$15,000.00
$15,000.00
$15,000.00
$15,000.00
$10,000.00
$10,000.00
$25,000.00
$25,000.00
$6,200.00
$6,200.00
60
CONTRACTOR PROVIDED UNIFORMED POLICE OFFICERS
40
HOUR
$168.00
$6,720.00
$145.00
$5,800.00
$90.00
$3,600.00
$155.00
$6,200.00
$105.00
$4,200.00
$150.00
$6,000.00
$85.00
$3,400.00
$100.00
$4,000.00
$140.00
$5,600.00
61
TRAFFIC CONTROL SUPERVISOR
1
L.S.
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$90,000.00
$90,000.00
$75,000.00
$75,000.00
$50,000.00
$50,000.00
$15,000.00
$15,000.00
$90,000.00
$90,000.00
$50,000.00
$50,000.00
$175,000.00
$175,000.00
16
Certified Bid Tab
Low Bid
2
3
4
5
6
7
8
Engineer's Estimate
Road Construction Northwest, Inc.
Razz Const uction, Inc.
Active Construction, Inc
Pivetta Brothers Construction Inc.
Westwater Construction Company
Gary Merlino Construction Company
Rodarte Construction, Inc.
Tucci & Sons, Inc
Bid Item No.
Bid Item Description
Quantity
Unit
Unit Price
Amount
Unit Price
Amount
(x)
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
(x)
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
Subtotal
$395,998.20
Subtotal
$247,306.40
Subtotal
$718,502.35 Subtotal
$366,817.85
Subtotal
$361,994.75
Subtotal
$508,749.00
Subtotal
$482,634.60
Subtotal
$635,041.00
Subtotal
$664,616.80
ROADSIDE DEVELOPMENT
62 '
HIGH VISIBILITY SILT FENCE
186
L.F.
$7.50
$1,395.00
$6.00
$1,116.00
$12.00
$2,232.00
$7.50
$1,395.00
$10.00
$1,860.00
$10.00
$1,860.00
$9.00
$1,674.00
$8.00
$1,488.00
$9.00
$1,674.00
63
REPLACE FENCE
42
L.F.
$102.00
$4,284.00
$82.75
$3,475.50
$80.00
$3,360.00
$60.00
$2,520.00
$65.00
$2,730.00
$100.00
$4,200.00
$35.00
$1,470.00
$100.00
$4,200.00
$60.00
$2,520.00
64
DECORATIVE RAILING
54
L.F.
$420.00
$22,680.00
$248.00
$13,392.00
$260.00
$14,040.00
$425.00
$22,950.00
$621.00
$33,534.00
$250.00
$13,500.00
$270.00
$14,580.00
$300.00
$16,200.00
$665.00
$35,910.00
65
PSIPE -ACER RUBRUM 'BOWHALL', 2" CAL
20
EACH
$330.00
$6,600.00
$384.00
$7,680.00
$800.00
$16,000.00
$395.00
$7,900.00
$443.00
$8,860.00
$800.00
$16,000.00
$425.00
$8,500.00
$625.00
$12,500.00
$800.00
$16,000.00
66
PSIPE - FRANXINUS PENNSYLVANICA "URBANITE', 2" CAL.
14
EACH
$330.00
$4,620.00
$384.00
$5,376.00
$800.00
$11,200.00
$395.00
$5,530.00
$443.00
$6,202.00
$800.00
$11,200.00
$425.00
$5,950.00
$625.00
$8,750.00
$800.00
$11,200.00
67
PSIPE CERCIDIPHYLLUM JAPONICUM', 2" CAL.
8
EACH
$330.00
$2,640.00
$384.00
$3,072.00
$800.00
$6,400.00
$395.00
$3,160.00
$443.00
$3,544.00
$800.00
$6,400.00
$425.00
$3,400.00
$625.00
$5,000.00
$800.00
$6,400.00
68
PSIPE -TILIACORDATA 'CHANCOLE'OR'DEGROOT', 2"
CAL.
11
EACH
$330.00
$3,630.00
$384.00
$4,224.00
$800.00
$8,800.00
$395.00
$4,345.00
$443.00
$4,873.00
$800.00
$8,800.00
$425.00
$4,675.00
$625.00
$6,875.00
$800.00
$8,800.00
69
PSIPE -ZELCOVASERRATTA'GREEN VASE' OR 'VILLAGE
GREEN', 2" CA
5
EACH
$330.00
$1,650.00
$384.00
$1,920.00
$800.00
$4,000.00
$395.00
$1,975.00
$443.00
$2,215.00
$800.00
$4,000.00
$425.00
$2,125.00
$625.00
$3,125.00
$800.00
$4,000.00
70
PSIPE - CORNUS SERICEA 'KELSEYI', 2 GAL.
30
EACH
$25.20
$756.00
$21.25
$637.50
$24.00
$720.00
$21.00
$630.00
$27.00
$810.00
$25.00
$750.00
$26.00
$780.00
$26.00
$780.00
$24.00
$720.00
71
PSIPE - GAULTHERIASHALLON, 1 GAL.
139
EACH
$25.20
$3,502.80
$14.00
$1,946.00
$17.00
$2,363.00
$14.00
$1,946.00
$15.00
$2,085.00
$20.00
$2,780.00
$15.00
$2,085.00
$26.00
$3,614.00
$17.00
$2,363.00
72
PSIPE - MAHONIA NERVOSA, 1 GAL.
135
EACH
$18.00
$2,430.00
$16.50
$2,227.50
$25.00
$3,375.00
$17.00
$2,295.00
$19.50
$2,632.50
$25.00
$3,375.00
$19.00
$2,565.00
$26.00
$3,510.00
$23.00
$3,105.00
73
PSIPE -PHYSOCARPUSOPULIFOLIUS'NANA',5GAL.
24
EACH
$78.00
$1,872.00
$29.50
$708.00
$60.00
$1,440.00
$30.00
$720.00
$44.25
$1,062.00
$60.00
$1,440.00
$42.00
$1,008.00
$52.00
$1,248.00
$58.00
$1,392.00
74
PSIPE-POLYSTICHUM MUNITUM, 1 GAL.
103
EACH
$18.00
$1,854.00
$14.00
$1,442.00
$12.00
$1,236.00
$14.00
$1,442.00
$15.00
$1,545.00
$15.00
$1,545.00
$15.00
$1,545.00
$26.00
$2,678.00
$11.50
$1,184.50
75
PSIPE-VACCINIUM OVATUM, 5 GAL.
18
EACH
$66.00
$1,188.00
$29.50
$531.00
$40.00
$720.00
$30.00
$540.00
$45.00
$810.00
$40.00
$720.00
$42.00
$756.00
$52.00
$936.00
$40.00
$720.00
76
PSIPE - ARCTOSTAPHYLOS UVA-URSI, 1 GAL.
2210
EACH
$14.40
$31,824.00
$14.00
$30,940.00
$16.00
$35,360.00
$14.00
$30,940.00
$15.00
$33,150.00
$20.00
$44,200.00
$15.00
$33,150.00
$26.00
$57,460.00
$16.75
$37,017.50
77
TOPSOIL TYPE A
970
C.Y.
$66.00
$64,020.00
$59.00
$57,230.00
$60.00
$58,200.00
$60.00
$58,200.00
$46.50
$45,105.00
$60.00
$58,200.00
$55.00
$53,350.00
$65.00
$63,050.00
$60.00
$58,200.00
78
CU SOIL
920
C.Y.
$78.00
$71,760.00
$112.00
$103,040.00
$60.00
$55,200.00
$115.00
$105,800.00
$145.80
$134,136.00
$125.00
$115,000.00
$140.00
$128,800.00
$160.00
$147,200.00
$98.00
$90,160.00
79
IRRIGATION SYSTEM
1
L.S.
$30,000.00
$30,000.00
$135,000.00
$135,000.00
$150,000.00
$150,000.00
$100,000.00
$100,000.00
$107,900.00
$107,900.00
$130,000.00
$130,000.00
$180,000.00
$180,000.00
$125,000.00
$125,000.00
$148,000.00
$148,000.00
80
MEDIUM BARK MULCH 2" DEPTH
70
C.Y.
$84.00
$5,880.00
$57.50
$4,025.00
$75.00
$5,250.00
$60.00
$4,200.00
$57.25
$4,007.50
$65.00
$4,550.00
$55.00
$3,850.00
$65.00
$4,550.00
$75.00
$5,250.00
81
HYDROSEED
350
S.F.
$1.20
$420.00
$5.00
$1,750.00
$4.00
$1,400.00
$4.50
$1,575.00
$2.35
$822.50
$4.00
$1,400.00
$2.20
$770.00
$7.00
$2,450.00
$4.00
$1,400.00
82
ROADSIDE CLEANUP
1
EST.
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
83
PROPERTY RESTORATION
1
EST.
$12,000.00
$12.000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
$12,000.00
84
GRAVITY BLOCK WALL
80
S.F.
$80.00
$6,400.00
$53.00
$4,240.00
$90.00
$7,200.00
$125.00
$10,000.00
$95.00
$7,600.00
$100.00
$8,000.00
$100.00
$8,000.00
$60.00
$4,800.00
$65.00
$5,200.00
Subtotal
$293,405.80
Subtotal
$407,972.50
Subtotal
$412,496.00 Subtotal
$392,063.00
Subtotal
$429,483.50
Subtotal
$461,920.00
Subtotal
$483,033.00
Subtotal
$499,414.00
Subtotal
$465,216.00
STORM DRAINAGE
85
REMOVE CATCH BASIN
3
EACH
$1,000.00
$3,000.00
$615.00
$1,845.00
$2,100.00
$6,300.00
$350.00
$1,050.00
$810.00
$2,430.00
$100.00
$300.00
$500.00
$1,500.00
$225.00
$675.00
$800.00
$2,400.00
86
GRATE INLET TYPE 2
1
EACH
$5,400.00
$5,400.00
$3,550.00
$3,550.00
$3,500.00
$3,500.00
$4,400.00
$4,400.00
$5,395.00
$5,395.00
$3,500.00
$3,500.00
$12,000.00
$12,000.00
$2,500.00
$2,500.00
$4,400.00
$4,400.00
87
CATCH BASIN TYPE 1
13
EACH
$2,640.00
$34,320.00
$1,650.00
$21,450.00
$3,400.00
$44,200.00
$2,050.00
$26,650.00
$1,811.00
$23,543.00
$1,500.00
$19,500.00
$2,600.00
$33,800.00
$1,800.00
$23,400.00
$1,900.00
$24,700.00
88
CURB INLET
2
EACH
$3,000.00
$6,000.00
$1,950.00
$3,900.00
$2,000.00
$4,000.00
$2,625.00
$5,250.00
$7,225.00
$14,450.00
$1,000.00
$2,000.00
$2,500.00
$5,000.00
$2,000.00
$4,000.00
$8,900.00
$17,800.00
89
CATCH BASIN TYPE 2 48 IN. DIAM. WITH FRAME AND
VANED GRATE
2
EACH
$6,240.00
$12,480.00
$4,750.00
$9,500.00
$4,700.00
$9,400.00
$4,550.00
$9,100.00
$4,265.00
$8,530.00
$7,500.00
$15,000.00
$10,000.00
$20,000.00
$3,000.00
$6,000.00
$4,200.00
$8,400.00
90
�� t..11oMOn' tri t o ll' utHm. VY17 n auuu u.niry
1
EACH
$6,240.00
$6,240.00
$5,000.00
$5,000.00
$4,700.00
$4,700.00
$4,800.00
$4,800.00
$5,450.00
$5,450.00
$7,500.00
$7,500.00
$13,000.00
$13,000.00
$3,250.00
$3,250.00
$4,700.00
$4,700.00
91
CORRUGATED POLYETHYLENE STORM SEWER PIPE 12IN.
DIAM.
627
L.F.
$115.00
$72,105.00
$73.50
$46,084.50
$75.00
$47,025.00
$76.50
$47,965.50
$84.50
$52,981.50
$165.00
$103,455.00
$120.00
$75,240.00
$90.00
$56,430.00
$98.00
$61,446.00
92
DUCTILE IRON SEWER PIPE 12 IN. DIAM.
47
L.F.
$175.00
$8,225.00
$136.00
$6,392.00
$130.00
$6,110.00
$185.00
$8,695.00
$170.00
$7,990.00
$390.00
$18,330.00
$160.00
$7,520.00
$180.00
$8,460.00
$218.00
$10,246.00
93
STRUCTURE EXCAVATION CLASS B INCL. HAUL
540
C.Y.
$60.00
$32,400.00
$0.10
$54.00
$55.00
$29,700.00
$110.00
$59,400.00
$19.50
$10,530.00
$20.00
$10,800.00
$30.00
$16,200.00
$40.00
$21,600.00
$48.00
$25,920.00
94
CONNECTION TO DRAINAGE STRUCTURE
7
EACH
$1,800.00
$12,600.00
$900.00
$6,300.00
$450.00
$3,150.00
$1,200.00
$8,400.00
$1,335.00
$9,345.00
$350.00
$2,450.00
$1,000.00
$7,000.00
$1,500.00
$10,500.00
$2,000.00
$14,000.00
95
ADJUST CATCH BASIN
11
EACH
$900.00
$9,900.00
$950.00
$10,450.00
$500.00
$5,500.00
$300.00
$3,300.00
$1,045.00
$11,495.00
$1,250.00
$13,750.00
$800.00
$8,800.00
$800.00
$8,800.00
$750.00
$8,250.00
96
ABANDON EXISTING CATCH BASIN
3
EACH
$1,800.00
$5,400.00
$400.00
$1,200.00
$750.00
$2,250.00
$685.00
$2,055.00
$775.00
$2,325.00
$250.00
$750.00
$800.00
$2,400.00
$350.00
$1,050.00
$900.00
$2,700.00
97
PLUGGING EXISTING PIPE
1
EACH
$840.00
$840.00
$400.00
$400.00
$400.00
$400.00
$685.00
$685.00
$700.00
$700.00
$350.00
$350.00
$300.00
$300.00
$150.00
$150.00
$1,100.00
$1,100.00
98
LOCKING SOLID METAL COVER AND FRAME FOR CATCH
BASIN
11
EACH
$1,200.00
$13,200.00
$375.00
$4,125.00
$1,150.00
$12,650.00
$1,100.00
$12,100.00
$1,275.00
$14,025.00
$1,200.00
$13,200.00
$400.00
$4,400.00
$550.00
$6,050.00
$1,300.00
$14,300.00
99
SOLID LID FOR CATCH BASIN TYPE 1
4
EACH
$1,200.00
$4,800.00
$213.00
$852.00
$1,150.00
$4,600.00
$1,100.00
$4,400.00
$1,275.00
$5,100.00
$1,200.00
$4,800.00
$500.00
$2,000.00
$550.00
$2,200.00
$1,300.00
$5,200.00
100
SOLID LID FOR STORM MANHOLE
1
EACH
$1,200.00
$1,200.00
$245.00
$245.00
$1,250.00
$1,250.00
$1,100.00
$1,100.00
$1,385.00
$1,385.00
$1,200.00
$1,200.00
$500.00
$500.00
$800.00
$800.00
$1,400.00
$1,400.00
101
GRATE FOR CATCH BASIN TYPE 1
7
EACH
$1,200.00
$8,400.00
$381.00
$2,667.00
$1,150.00
$8,050.00
$1,100.00
$7,700.00
$155.00
$1,085.00
$1,200.00
$8,400.00
$500.00
$3,500.00
$450.00
$3,150.00
$1,300.00
$9,100.00
102
FILTERRA PEAK DIVERSION VAULT CONFIGURATION
BIORETENTION SYSTEM
2
EACH
$50,000.00
$100,000.00
$56,500.00
$113,000.00
$54,000.00
$108,000.00
$50,000.00
$100,000.00
$48,195.00
$96,390.00
$40,000.00
$80,000.00
$60,000.00
$120,000.00
$50,000.00
$100,000.00
$63,000.00
$126,000.00
Subtotal
$336,510.00
Subtotal
9237,014.50
Subtotal
$300,785.00 Subtotal
$307,050.50
Subtotal
$273,149.50
Subtotal
$305,285.00
Subtotal
$333,160.00
Subtotal
$259,015.00
Subtotal
$342,062.00
ILLUMINATION SYSTEM
103 'ADJUST JUNCTION BOX I 7 I EACH
$600.00
$4,200.00
$511.50
$3,580.50
$600.00
$4,200.00 1 $300.00
$2,100.00
$600.00
$4,200.00
$300.00
$2,100.00
$300.00
$2,100.00
$650.00
$4,550.00
$550.00
$3,850.00
Subtotal
94,200.00
Subtotal
$3,580.50
Subtotal
$4,200.00 Subtotal
$2,100.00
Subtotal
$4,200.00
Subtotal
$2,100.00
Subtotal
$2,100.00
Subtotal
$4,550.00
Subtotal
$3,850.00
Schedule A Subtotal $2,573,027.00
✓ $2,227,445.40
✓ $2,930,329.35
✓ $2,471,746.84
x $2,498,195.76
1
✓ $2,833,244.00
✓ $2,846,212.60
V $2,914,775.00
v $3,062,738.80
Schedule B • Longacres Way Improvements
ROADWAY
104
MOBILIZATION
1
L.S.
$52,100.00
$52,100.00
$80,000.00
$80,000.00
940,000.00
$40,000.00
$60,000.00
$60,000.00
970,000.00
$70,000.00
$40,000.00
$40,000.00
$10,000.00
$10,000.00
$60,000.00
$60,000.00
$4,500.00
$4,500.00
105
TEMPORARY EROSION & SEDIMENT CONTROL AND
WATER POLLUTION PREVENTION (Including SWPPP
Implementation)
1
L.S.
$3,700.00
$3,700.00
$1,000.00
$1,000.00
$5,000.00
$5,000.00
$10,000.00
$10,000.00
$4,000.00
$4,000.00
$1,000.00
$1,000.00
$2,000.00
$2,000.00
$5,000.00
$5,000.00
$3,000.00
$3,000.00
106
ROADWAY SURVEYING
1
L.S.
$25,000.00
$25,000.00
$11,200.00
$11,200.00
$2,500.00
$2,500.00
$3,000.00
$3,000.00
$7,560.00
$7,560.00
$5,000.00
$5,000.00
$10,000.00
$10,000.00
$3,000.00
$3,000.00
$10,000.00
$10,000.00
107
REMOVAL OF STRUCTURES AND OBSTRUCTION
1
L.S.
$2,400.00
$2,400.00
$1,000.00
$1,000.00
$1,500.00
$1,500.00
$2,500.00
$2,500.00
$3,130.00
$3,130.00
$3,000.00
$3,000.00
$1,000.00
$1,000.00
$3,500.00
$3,500.00
$10,000.00
$10,000.00
108
REMOVING CEMENT CONC. SIDEWALK
50
S.Y.
$75.00
$3,750.00
$9.00
$450.00
$20.00
$1,000.00
$15.50
$775.00
$13.00
$650.00
$60.00
$3,000.00
$30.00
$1,500.00
$15.00
$750.00
$100.00
$5,000.00
109
REMOVING CEMENT CONC. CURB AND GUTTER
20
L.F.
$18.00
$360.00
$9.50
$190.00
$7.00
$140.00
$9.00
$180.00
$12.50
$250.00
$15.00
$300.00
$7.00
$140.00
$10.00
$200.00
$10.00
$200.00
110
REMOVING ASPHALT CONC. PAVEMENT
9
S.Y.
$30.00
$270.00
$12.00
$108.00
$92.00
$828.00
$33.25
$299.25
$93.00
$837.00
$60.00
$540.00
$20.00
$180.00
$18.00
$162.00
$40.00
$360.00
111
REMOVING PLASTIC LINE
1460
L.F.
$2.40
$3,504.00
$2.25
$3,285.00
$2.25
$3,285.00
$1.50
$2,190.00
$1.35
$1,971.00
$2.00
$2,920.00
$1.30
$1,898.00
$1.50
$2,190.00
$1.50
$2,190.00
112
REMOVING PLASTIC TRAFFIC MARKING
13
EACH
$120.00
$1,560.00
$91.00
$1,183.00
$90.00
$1,170.00
$120.00
$1,560.00
$108.00
$1,404.00
$125.00
$1,625.00
$110.00
$1,430.00
$125.00
$1,625.00
$115.00
$1,495.00
113
ROADWAY EXCAVATION INCL. HAUL
3
C.Y.
$72.00
$216.00
$57.00
$171.00
$65.00
$195.00
$66.50
$199.50
$95.00
$285.00
$100.00
$300.00
$56.00
$168.00
$60.00
$180.00
$150.00
$450.00
114
CRUSHED SURFACING TOP COURSE
5
TON
$96.00
$480.00
$53.50
$267.50
$135.00
$675.00
$66.50
$332.50
$130.00
$650.00
$100.00
$500.00
$80.00
$400.00
$50.00
$250.00
$95.00
$475.00
115
PLANING BITUMINOUS PAVEMENT
9
S.Y.
$8.50
$76.50
$5.00
$45.00
$12.00
$108.00
$11.50
$103.50
$45.00
$405.00
$10.00
$90.00
$6.00
$54.00
$8.00
$72.00
$15.00
$135.00
17
Certified Bid Tab
Low Bid
2
3
4
5
6
7
8
Engineer's Estimate
Road Construction Northwest, Inc.
Razz Const uction, Inc.
Active Construction, Inc
Pivetta Brothers Construction Inc.
Westwater Construction Company
Gary Merlino Construction Company
Rodarte Construction, Inc.
Tucci & Sons, Inc
Bid Item No.
Bid Item Description
Quantity
Unit
Unit Price
Amount
Unit Price
Amount
(x)
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
(x)
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
116
HMA CL. 1/2 IN. PG 58H-22
1.5
TON
$240.00
$360.00
$177.00
$265.50
8600.00
$900.00
8192.85
$289.28
$2,111.00
$3,166.50
$150.00
$225.00
$175.00
$262.50
$275.00
$412.50
$120.00
$180.00
117
HMA FOR APPROACH CL. 1/2 IN. PG 58H-22
8
TON
$336.00
$2,688.00
$236.50
$1,892.00
$330.00
$2,640.00
$255.00
$2,040.00
$855.00
$6,840.00
$250.00
$2,000.00
$240.00
$1,920.00
$300.00
$2,400.00
$210.00
$1,680.00
118
INLET PROTECTION
18
EACH
$210.00
$3,780.00
$93.00
$1,674.00
$325.00
$5,850.00
$115.00
$2,070.00
$65.00
$1,170.00
$100.00
$1,800.00
$100.00
$1,800.00
$75.00
$1,350.00
$100.00
$1,800.00
Subtotal
$100,244.50
Subtotal
$102,731.00
Subtotal
$65,791.00 Subtotal
$85,539.03
Subtotal
$102,318.50
Subtotal
$62,300.00
Subtotal
$32,752.50
Subtotal
$81,091.50
Subtotal
$41,465.00
SIDEWALK
119
CEMENTCONC.SIDEWALK
10
S.Y.
$144.00
$1,440.00
$76.00
$760.00
$63.00
$630.00
$64.00
$640.00
$107.80
$1,078.00
$75.00
$750.00
$100.00
$1,000.00
$65.00
$650.00
$55.00
$550.00
120
CEMENT CONC. TRAFFIC CURB AND GUTTER
63
L.F.
$54.00
$3,402.00
$33.50
$2,110.50
$28.00
$1,764.00
$46.70
$2,942.10
$36.25
$2,283.75
$40.00
$2,520.00
$45.00
$2,835.00
$50.00
$3,150.00
$40.00
$2,520.00
121
CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A
1
EACH
$4,200.00
$4,200.00
$2,455.00
$2,455.00
$1,880.00
$1,880.00
$3,650.00
$3,650.00
$2,237.00
$2,237.00
$5,000.00
$5,000.00
$3,500.00
$3,500.00
$3,000.00
$3,000.00
$3,800.00
$3,800.00
122
CEMENT CONC. DRIVEWAY ENTRANCE COMMERCIAL
29
S.Y.
$54.00
$1,566.00
$2,784.00
$80,736.00
$95.00
$2,755.00
$96.50
$2,798.50
$115.00
$3,335.00
$90.00
$2,610.00
$150.00
$4,350.00
$100.00
$2,900.00
$78.00
$2,262.00
Subtotal
$10,608.00
Subtotal
$86,061.50
Subtotal
$7,029.00 Subtotal
$10,030.60
Subtotal
$8,933.75
Subtotal
$10,880.00
Subtotal
$11,685.00
Subtotal
$9,700.00
Subtotal
$9,132.00
TRAFFIC CONTROL DEVICES
123
PLASTIC LINE
3813
L.F.
$4.80
$18,302.40
$2.00
$7,626.00
$1.95
$7,435.35
$2.00
$7,626.00
$2.00
$7,626.00
$2.00
$7,626.00
$1.40
$5,338.20
$2.25
$8,579.25
$2.00
$7,626.00
124
PLASTIC WIDE LANE LINE
117
L.F.
$6.00
$702.00
$2.40
$280.80
$2.50
$292.50
$6.00
$702.00
$5.50
$643.50
$6.00
$702.00
$3.20
$374.40
$6.00
$702.00
$6.00
$702.00
125
PLASTIC CROSSWALK LINE
330
S.F.
$14.40
$4,752.00
$8.25
$2,722.50
$8.00
$2,640.00
$7.00
$2,310.00
$6.25
$2,062.50
$7.00
$2,310.00
$6.00
$1,980.00
$7.00
$2,310.00
$7.00
$2,310.00
126
PLASTIC STOP LINE
22
L.F.
$30.00
$660.00
$10.50
$231.00
$11.00
$242.00
$14.50
$319.00
$13.00
$286.00
$14.00
$308.00
$11.00
$242.00
$15.00
$330.00
$14.00
$308.00
127
PLASTIC CROSSHATCH MARKING
341
L.F.
$9.60
$3,273.60
$4.75
$1,619.75
$5.00
$1,705.00
$9.00
$3,069.00
$8.50
$2,898.50
$9.00
$3,069.00
$8.00
$2,728.00
$9.00
$3,069.00
$9.00
$3,069.00
128
PLASTIC TRAFFIC ARROW
2
EACH
$480.00
$960.00
$170.00
$340.00
$170.00
$340.00
$150.00
$300.00
$160.00
$320.00
$175.00
$350.00
$140.00
$280.00
$175.00
$350.00
$170.00
$340.00
129
PLASTIC BICYCLE LANE SYMBOL
11
EACH
$510.00
$5,610.00
$380.75
$4,188.25
$375.00
$4,125.00
$215.00
$2,365.00
$175.00
$1,925.00
$500.00
$5,500.00
$45.00
$495.00
$150.00
$1,650.00
$52.00
$572.00
130
GREEN BICYCLE PAVEMENT MARKING
2100
SF
$3.60
$7,560.00
$12.00
$25,200.00
$12.00
$25,200.00
$11.00
$23,100.00
$9.75
$20,475.00
$12.00
$25,200.00
$10.00
$21,000.00
$10.00
$21,000.00
$11.00
$23,100.00
131
PLASTIC DRAINAGE MARKING
21
EACH
$120.00
$2,520.00
$106.50
$2,236.50
$105.00
$2,205.00
$55.00
$1,155.00
$81.00
$1,701.00
$60.00
$1,260.00
$50.00
$1,050.00
$55.00
$1,155.00
$52.00
$1,092.00
132
TUBULAR MARKERS
74
EACH
$180.00
$13,320.00
$117.00
$8,658.00
$115.00
$8,510.00
$120.00
$8,880.00
$108.00
$7,992.00
$125.00
$9,250.00
8110.00
$8,140.00
$125.00
$9,250.00
$115.00
$8,510.00
133
TEMPORARY PAVEMENT MARKING -SHORT DURATION
2550
L.F.
$1.20
$3,060.00
$0.30
$765.00
$0.60
$1,530.00
$1.20
$3,060.00
$0.55
$1,402.50
$1.00
$2,550.00
$0.70
$1,785.00
$1.50
$3,825.00
$0.50
$1,275.00
134
PERMANENT SIGNING
1
L.S.
$3,600.00
$3,600.00
$2,425.00
$2,425.00
$8,400.00
$8,400.00
$2,500.00
$2,500.00
$7,150.00
$7,150.00
$5,000.00
$5,000.00
85,000.00
$5,000.00
$2,000.00
$2,000.00
87,600.00
$7,600.00
135
TRAFFIC SIGNAL SYSTEM -WEST VALLEY HWY AND
LONGACRES WAY
1
L.S.
$134,000.00
$134,000.00
$136,850.00
$136,850.00
$110,000.00
$110,000.00
$125,000.00
$125,000.00
$130,500.00
$130,500.00
$120,000.00
$120,000.00
$125,000.00
$125,000.00
$150,000.00
$150,000.00
$137,000.00
$137,000.00
136
RAPID FLASHING BEACON
1
L.S.
$21,600.00
$21,600.00
$33,260.00
$33,260.00
$30,000.00
$30,000.00
$30,000.00
$30,000.00
$31,759.20
$31,759.20
$30,000.00
$30,000.00
$30,000.00
$30,000.00
$35,000.00
$35,000.00
$34,000.00
$34,000.00
137
PROJECT TEMPORARY TRAFFIC CONTROL
1
L.S.
$54,000.00
$54,000.00
$42,000.00
$42,000.00
$40,000.00
$40,000.00
$25,000.00
$25,000.00
$40,000.00
$40,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$20,000.00
$20,000.00
$1,200.00
$1,200.00
138
PEDESTRIAN TRAFFIC CONTROL
1
L.S.
$2,000.00
$2,000.00
$1,200.00
$1,200.00
$1,500.00
$1,500.00
$2,500.00
$2,500.00
$5,104.88
$5,104.88
$2,500.00
$2,500.00
$1,000.00
$1,000.00
$2,500.00
$2,500.00
$1,200.00
$1,200.00
139
CONTRACTOR PROVIDED UNIFORMED POLICE OFFICERS
4
HOUR
$168.00
$672.00
$145.00
$580.00
$100.00
$400.00
$155.00
$620.00
$150.00
$600.00
$150.00
$600.00
$85.00
$340.00
$100.00
$400.00
$140.00
$560.00
140
TRAFFIC CONTROL SUPERVISOR
1
L.S.
$1,900.00
$1,900.00
$5,100.00
$5,100.00
$5,000.00
$5,000.00
$25,000.00
$25,000.00
$17,230.00
$17,230.00
$2,500.00
$2,500.00
$10,000.00
$10,000.00
$3,500.00
$3,500.00
$1,200.00
$1,200.00
Subtotal
$278,492.00
Subtotal
$275,282.80
Subtotal
$249,524.85 Subtotal
8263,506.00
Subtotal
$279,676.08
Subtotal
$243,725.00
Subtotal
$239,752.60
Subtotal
$265,620.25
Subtotal
$231,664.00
ROADSIDE DEVELOPMENT
141
WAYFINDING SIGNS
1
LS
$3,200.00
$3,200.00
$10,560.00
$10,560.00
$4,000.00
$4,000.00
$10,000.00
$10,000.00
$12,735.00
$12,735.00
$4,500.00
$4,500.00
$4,000.00
$4,000.00
$3,000.00
$3,000.00
$2,000.00
$2,000.00
142
PROPERTY RESTORATION
1
EST.
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
$3,600.00
Subtotal
$6,800.00
Subtotal
$14,160.00
Subtotal
$7,600.00 Subtotal
$13,600.00
Subtotal
$16,335.00
Subtotal
$8,100.00
Subtotal
$7,600.00
Subtotal
$6,600.00
Subtotal
$5,600.00
STORM DRAINAGE
143 (SL0TTED DRAIN GRATE REPLACEMENT { 1 I LS
$18,000.00
$18,000.00
$4,600.00
$4,600.00
$8,500.00
$8,500.00 1 $5,000.00
$5,000.00
$8,950.00
$8,950.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$2,500.00
$2,500.00
$14,000.00
$14,000.00
Subtotal
$18,000.00
Subtotal
$4,600.00
Subtotal
$8,500.00 Subtotal
$5,000.00
Subtotal
$8,950.00
Subtotal
$5,000.00
Subtotal
$5,000.00
Subtotal
$2,500.00
Subtotal
$14,000.00
ILLUMINATION SYSTEM
144 'ILLUMINATION SYSTEM - LONGACRES WAY I 1 1 LS6158,000.00
$158,000.00
8350,400.00
$350,400.00
$80,000.00
880,000.00 1 $345,000.00
$345,000.00
6328,500.00
6328,500.00
8305,000.00
8305,000.00
8338,000.00
8338,000.00
8390,000.00
8390,000.00
8352,000.00
$352,000.00
11 Subtotal
$158,000.00
Subtotal
$350,400.00
Subtotal
$80,000.00 Subtotal
$345,000.00
Subtotal
$328,500.00
Subtotal
$305,000.00
Subtotal
$338,000.00
Subtotal
$390,000.00
Subtotal
$352,000.00
r Schedule B Subtotal $572,144.50
1 $833,235.30
i $418,444.85 I 1 $722,675.63
1 $744,713.33
$635,005.00
i $634,790.10
$755,511.75
i $653,861.00 1
Schedule C - Midblock Pedestrian Crossing of West Valley Highway
_
ROADWAY
145
MOBILIZATION
1
L.S.
$44,700.00
$44,700.00
$54,000.00
$54,000.00
$34,000.00
$34,000.00
$45,000.00
$45,000.00
$50,000.00
$50,000.00
$20,000.00
$20,000.00
$15,000.00
$15,000.00
$50,000.00
$50,000.00
$9,000.00
$9,000.00
146
TEMPORARY EROSION & SEDIMENT CONTROL AND
WATER POLLUTION PREVENTION (Including SWPPP
Implementation)
1
L.S.
$1,000.00
$1,000.00
$1,000.00
$1,000.00
$1,500.00
$1,500.00
$10,000.00
$10,000.00
$3,900.00
$3,900.00
$1,000.00
$1,000.00
$7,000.00
$7,000.00
$7,500.00
$7,500.00
$5,000.00
$5,000.00
147
ROADWAY SURVEYING
1
L.S.
$5,000.00
$5,000.00
$4,200.00
$4,200.00
$1,500.00
$1,500.00
$2,500.00
$2,500.00
$3,250.00
$3,250.00
$5,000.00
$5,000.00
$8,000.00
$8,000.00
$2,500.00
$2,500.00
$10,000.00
$10,000.00
148
REMOVING CEMENTCONC.SIDEWALK
69
S.Y.
$75.00
$5,175.00
$9.00
$621.00
$25.00
$1,725.00
$14.00
$966.00
$10.00
$690.00
$60.00
$4,140.00
$30.00
$2,070.00
$16.00
$1,104.00
$75.00
$5,175.00
149
REMOVING CEMENT CONC. CURB AND GUTTER
77
L.F.
$18.00
$1,386.00
$9.50
$731.50
$7.00
8539.00
89.00
$693.00
$30.25
$2,329.25
$20.00
$1,540.00
$7.00
$539.00
$10.00
$770.00
$7.00
$539.00
150
REMOVING ASPHALT CONC. PAVEMENT
2226
S.Y.
$30.00
$66,780.00
$0.10
$222.60
$35.00
$77,910.00
$33.25
$74,014.50
$16.75
$37,285.50
$1.00
$2,226.00
$20.00
$44,520.00
$18.00
$40,068.00
$38.00
$84,588.00
151
REMOVING PLASTIC LINE
310
L.F.
$2.40
$744.00
$2.25
$697.50
$2.25
$697.50
$1.50
$465.00
$1.35
$418.50
$2.00
$620.00
$1.30
$403.00
$1.50
$465.00
$1.50
$465.00
152
CRUSHED SURFACING TOP COURSE
54
TON
$96.00
$5,184.00
$53.50
$2,889.00
$200.00
$10,800.00
$66.50
$3,591.00
$126.00
$6,804.00
$30.00
$1,620.00
$80.00
$4,320.00
$55.00
$2,970.00
$95.00
$5,130.00
153
PLANING BITUMINOUS PAVEMENT
102.22
S.Y.
$8.50
$868.87
$5.00
$511.10
$12.00
$1,226.64
$11.50
$1,175.53
$41.42
$4,233.95
$10.00
$1,022.20
$6.00
$613.32
$8.00
$817.76
88.00
$817.76
154
HMA CL. 1/2IN. PG 581-22
12
TON
$240.00
$2,880.00
$177.00
$2,124.00
$400.00
$4,800.00
$192.85
$2,314.20
$591.84
$7,102.08
$250.00
$3,000.00
$175.00
$2,100.00
$250.00
$3,000.00
$120.00
$1,440.00
155
INLET PROTECTION
1
EACH
$210.00
$210.00
$93.00
$93.00
$320.00
$320.00
$115.00
$115.00
$80.00
$80.00
$100.00
$100.00
$100.00
$100.00
$75.00
$75.00
$100.00
$100.00
Subtotal
$133,927.87
Subtotal
$67,089.70
Subtotal
$135,018.14 Subtotal
$140,834.23
Subtotal
$116,093.28
Subtotal
$40,268.20
Subtotal
$84,665.32
Subtotal
$109,269.76
Subtotal
$122,254.76
SIDEWALK
156
CEMENTCONC.SIDEWALK
55
S.Y.
$144.00
$7,920.00
$76.00
$4,180.00
$63.00
$3,465.00
$64.00
$3,520.00
$94.20
$5,181.00
$75.00
$4,125.00
$100.00
$5,500.00
$65.00
$3,575.00
$55.00
$3,025.00
157
CEMENT CONC. TRAFFI0 00RB AND GUTTER
104
L.F.
$54.00
$5,616.00
$33.50
$3,484.00
$28.00
$2,912.00
$46.70
$4,856.80
$38.40
$3,993.60
$40.00
$4,160.00
$45.00
$4,680.00
$45.00
$4,680.00
$40.00
$4,160.00
158
CEMENT CONC. TRAFFIC CURB
379
L.F.
$48.00
$18,192.00
$33.50
$12,696.50
4
$30.00
$11,370.00
$46.70
$17,699.30
$41.20
$15,614.80
$60.00
$22,740.00
$50.00
$18,950.00
$50.00
$18,950.00
$40.00
$15,160.00
159
CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A
2
EACH
$4,200.00
$8,400.00
$2,456.00
$4,912.00
$1,880.00
$3,760.00
$3,650.00
$7,300.00
$2,237.00
$4,474.00
$5,000.00
$10,000.00
$3,500.00
$7,000.00
$3,000.00
$6,000.00
$3,800.00
$7,600.00
160
NEW DETECTABLE WARNING PATTERN
2
EACH
$480.00
$960.00
$611.00
$1,222.00
$600.00
$1,200.00
$1,600.00
$3,200.00
$1,057.00
$2,114.00
$2,500.00
$5,000.00
$2,000.00
$4,000.00
$1,500.00
$3,000.00
$1,500.00
$3,000.00
Subtotal
$41,088.00
Subtotal
$26,494.50
Subtotal
$22,707.00 Subtotal
$36,576.10
Subtotal
$31,377.40
Subtotal
$46,025.00
Subtotal
$40,130.00
Subtotal
$36,205.00
Subtotal
$32,945.00 1
TRAFFIC CONTROL DEVICES
161
PLASTIC LINE
748
L.F.
$4.80
$3,590.40
$2.00
$1,496.00
$2.00
$1,496.00
$1.65
$1,234.20
$1.90
$1,421.20
$5.00
$3,740.00
$1.40
$1,047.20
$2.00
$1,496.00
$2.00
$1,496.00
162
PLASTIC CROSSWALK LINE
240
S.F.
$14.40
$3,456.00
$8.25
$1,980.00
$8.00
$1,920.00
$7.00
$1,680.00
$6.25
$1,500.00
$10.00
$2,400.00
$6.00
$1,440.00
$7.00
$1,680.00
$7.00
$1,680.00
163
PLASTIC STOP LINE
64
L.F.
$30.00
$1,920.00
$10.50
$672.00
$11.00
8704.00
812.00
$768.00
$13.00
$832.00
$10.00
$640.00
$11.00
$704.00
$15.00
$960.00
$14.00
$896.00
164
PERMANENT SIGNING
1
L.S.
$2,400.00
$2,400.00
$2,875.00
$2,875.00
$7,000.00
$7,000.00
$2,500.00
$2,500.00
$6,000.00
$6,000.00
$1,500.00
$1,500.00
$3,000.00
$3,000.00
$2,000.00
$2,000.00
$6,400.00
$6,400.00
165
TRAFFIC SIGNAL SYSTEM - MID -BLOCK HAWK
1
L.S.
$277,000.00
$277,000.00
$327,050.00
$327,050.00
$58,488.61
$58,488.61
$320,000.00
$320,000.00
$312,300.00
$312,300.00
$285,000.00
$285,000.00
$310,000.00
$310,000.00
$360,000.00
$360,000.00
$328,000.00
$328,000.00
166
PROJECT TEMPORARY TRAFFIC CONTROL
1
L.S.
$10,000.00
$10,000.00
$42,000.00
$42,000.00
$15,000.00
$15,000.00
$25,000.00
$25,000.00
$40,000.00
$40,000.00
$5,000.00
$5,000.00
$20,000.00
$20,000.00
$20,000.00
$20,000.00
$5,800.00
$5,800.00
18
Certified Bid Tab
Low Bid
2
3
4
5
6
7
8
Engineer's Estimate
Road Construction Northwest, Inc.
Razz Const uction, Inc.
Active Construction, Inc
Pivetta Brothers Construction Inc.
Westwater Construction Company
Gary Merlino Construction Company
Rodarte Construction, Inc.
Tucci & Sons, Inc
Bid Item No.
Bid Item Description
Quantity
Unit
Unit Price
Amount
Unit Price
Amount
(x)
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
(x)
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
Unit Price
Amount
167
PEDESTRIAN TRAFFIC CONTROL
1
L.S.
$500.00
$500.00
$1.200.00
$1.200.00
$2,500.00
S2,500.00
52,500.00
52,500.00
510,000.00
$10,000.00
$2,500.00
$2,500.00
$1,000.00
$1,000.00
52,500.00
$2,500.00
$3,100.00
53,100.00
168
TRAFFIC CONTROL SUPERVISOR
1
L.S.
$1,000.00
$1,000.00
$5,100.00
$5,100.00
$5,000.00
S5,000.00
S25,000.00
$25,000.00
$17,230.45
$17,230.45
$2,500.00
$2,500.00
$20,000.00
$20,000.00
$3,000.00
$3,000.00
$13,000.00
$13,000.00
Subtotal
$299,866.40
Subtotal
$382,373.00
Subtotal
$92,108.61 Subtotal
8378,682.20
Subtotal
$389,283.65
Subtotal
$303,280.00
Subtotal
$357,191.20
Subtotal
$391,636.00
Subtotal
$360,372.00
ROADSIDE DEVELOPMENT
169
WAYFINDING SIGNS
1
LS
$1,600.00
$1,600.00
$10,560.00
$10,560.00
$4,000.00
$4,000.00
$5,000.00
$5,000.00
$25,475.00
$25,475.00
$1,500.00
$1,500.00
$9,000.00
$9,000.00
$1,600.00
$1,600.00
$2,500.00
$2,500.00
170
PSIPE - GAULTHERIASHALLON, 1 GAL.
4
EACH
$25.20
$100.80
$14.00
$56.00
$17.00
$68.00
$14.00
$56.00
$16.00
$64.00
$20.00
$80.00
$15.00
$60.00
$26.00
$104.00
$17.00
$68.00
171
PSIPE - MAHONIA NERVOSA, 1 GAL.
4
EACH
$18.00
$72.00
$16.50
$66.00
$23.00
$92.00
$17.00
$68.00
$20.00
$80.00
$25.00
$100.00
$19.00
$76.00
$26.00
$104.00
$23.00
$92.00
172
PSIPE - KALMIA LATIFOLIA'ELF', 2 GAL.
6
EACH
$78.00
$468.00
$26.25
$157.50
$45.00
$270.00
$26.00
$156.00
$37.00
$222.00
$45.00
$270.00
$35.00
$210.00
$26.00
$156.00
$45.00
$270.00
Subtotal
$2,240.80
Subtotal
$10,839.50
Subtotal
$4,430.00 Subtotal
$5,280.00
Subtotal
$25,841.00
Subtotal
$1,950.00
Subtotal
$9,346.00
Subtotal
$1,964.00
Subtotal
$2,930.00
ILLUMINATION SYSTEM
173 IILLUMINATION SYSTEM - SR 181 I 1 I LS
$14,400.00
$14,400.00
$42,930.00
$42,930.00
$93,581.79
$93,581.79 $40,000.00
$40,000.00
$41,000.00
$41,000.00
$40,000.00
840,000.00
850,000.00
$50,000.00
$45,000.00
$45,000.00
$44,000.00
$44,000.00
Subtotal
$14,400.00
Subtotal
$42,930.00
Subtotal
$93,581.79 Subtotal
540,000.00
Subtotal
$41,000.00
Subtotal
$40,000.00
Subtotal
$50,000.00
Subtotal
$45,000.00
Subtotal
$44,000.00
Schedule C Subtotal $491,523.07
x $529,726.70
5
1 $347,845.54
1 $601,372.53
• $603,595.33
2
✓ $431,523.20
1 $541,332.52
1 $584,074.76
1 $562,501.76
TOTAL CONSTRUCTION BID
$3,636,694.57
_
$3,590,407.40
x
6
1
$3,696,619.74
. i 1
$3,795,795.00
1
$3,846,504.42
x
3
$3,899,772.20
1
$4,022,335.22
✓
$4,254,361.51
✓
$4,279,101.56
✓
Miscalculations in Contractor Bid
(1) Amount entered on
(2) Amount entered on
(3) Amount entered on
(4) Amount entered on
(5) Amount entered on
(6) Amount entered on
Proposals:
Proposal was $2,498,295.76. Summing the calculated unit price amounts is $2,498,195.76. Error carried through to bid amount.
Proposal was $603,595.03. Summing the calculated unit price amounts is $603,595.33. Error carried through to bid amount.
Proposal was $3,846,604.12. Summing the calculated three schedules reflects the transposition errors 1 and 2.
Proposal was $13,454.50. Calculating the unit price times the units calculates to $12,696.50. Error carred through to bid amount.
Proposal was $537,484.70. Summing the calculated prices is $529,726.70. Error from #4 was carried into this schedule total and carried into bid total.
Proposal was $3,598,165.40. Summing the calculated schedule totals is $3,590,407.40 and reflects the error made in #4. Error did not affect low bidder status but lowered the final bid amount by $7,758.00
Certified by
Cyndy ghton, nior Prog Manager
Date November 15, 2021
19
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: West Valley Hwy (1-405 - Strander Blvd) Project No. 99310410
Design and construct completion of seven lane sections of West Valley Hwy with curbs, gutters, storm
DESCRIPTION: drainage, lighting and traffic control, and a pedestrian activated signal near the Tukwila Urban Center
Pedestrian Bridge. Shared use path on west side of West Valley Highway from the pedestrian bridge to
Longacres Wy S.
JUSTIFICATION: Safety and capacity items need completion. Portions have been completed by development.
STATUS: Combined with W Valley Hwy/S 156th Intersection in 2017. Continuing to work with development. Grant
funding obtained for design and construction of West Valley Highway section.
MAINT. IMPACT: Reduced maintenance.
Project is on Traffic Impact Fee List. Grants from Federal CMAQ awarded for $628k that includes $112k for
COMMENT: design of sidewalk/bike path on Longacres Way (S 158th St), State Transportation Improvement
Board grant of $2.4m for 2018/2020, and Sound Trasit SAF grant for $2.06m for construction along Longacres
Way.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
��~ _„,,
Project Location
- /
.
Design
130
455
216
1
,}�
w� ■
Vrniana
801
Land (R/W)
9
y
S 616087
1 a
,I� 7ot
Y
9
Const. Mgmt.
465
465
Construction
4,355
4,355
TOTAL EXPENSES
139
455
5,036
0
0
0
0
0
0
5,630
FUND SOURCES
Awarded TIB Grant
40
240
2,154
2,434
Awarded CMAQ Grar
89
96
185
Awarded SAF Grant
2,060
2,060
Mitigation
0
Traffic Impact Fees
577
(59)
89
607
City Oper. Revenue
(567)
178
733
0
0
0
0
0
0
344
TOTAL SOURCES
139
455
5,036
0
0
0
0
0
0
5,630
2021 - 2026 Capital Improvement Program
8
20
��~ _„,,
Project Location
- /
.
st
1
,}�
w� ■
Vrniana
s
180 st7:17:11:,0P,•70::
or -
Ii
y
S 616087
1 a
,I� 7ot
Y
I—
.=
2021 - 2026 Capital Improvement Program
8
20
City of Tukwila
Allan Ekberg, Mayor
Pub ilk Works Depurtrnent - Harr Pvnraehinti, Dfrectvr/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/ City Engineer
BY: Mike Perfetti, Surface Water Sr. Program Manager
CC: Mayor Ekberg
DATE: November 19, 2021
SUBJECT: Surface Water Fund - East Marginal Way South Stormwater Outfalls
Project No. 91041204, Contract No. 20-131
Consultant Agreement, Amendment No. 1
ISSUE
Approve Amendment No. 1 to Contract No. 17-070 with KPG, Inc. for additional engineering services and a time extension.
BACKGROUND
This project, now nearing completion, has redirected drainage along East Marginal Way S from the closed Jorgensen Forge outfall to
the City -owned Boeing Z-line outfall. Initial work included calling for utility locates, and this process revealed a previously unknown
fiber optic utility was located within the planned alignment of the new stormwater pipe. The project was immediate placed on hold until
a resolution to this conflict could be resolved. KPG, immediately began a redesign to avoid this newly identified utility and delivered
revised plans.
Following the above referenced design change, the contractor sawcut the new location and began excavation but then ran into an
unmarked 4" steel conduit. Work was immediately stopped, and the contract was again suspended to deal with this new utility conflict.
This required another redesign and additional project delay. KPG again redesigned this section of the project to avoid the new utility
conflict and delivered revised plans.
DISCUSSION
KPG is currently under contract through December 31, 2021, providing construction management services for the East Marginal Way
S Outfalls project. The Consultant has expended additional effort to resolve issues and continue to manage the project during the
suspension while redesign was taking place. The KPG supplement will provide payment for the additional scope and time
supplement through March 30,2022, allowing KPG to reach Physical Completion of the project.
FISCAL IMPACT
KPG, Inc has provided a cost estimate of $54,446.00 for the supplement. The total contract costs are within the construction
management (CM) budget.
KPG CM Contract
Original $179,978.98
Amendment 1 54,446.00
Total $234,424.98
2020-2021 CM Budget
$315,000
RECOMMENDATION
Council is being asked to authorize the mayor to sign Amendment No. 1 for Contract No. 20-131 with KPG Inc. in the amount of
$54,446.00 and a time extension until March 30, 2022 for the East Marginal Way Stormwater Outfall Project, and consider this item on
the Consent Agenda at the December 6, 2021 Regular Meeting.
Attachments: KPG Consultant Agreement 17-070 Amendment No. 1
CIP Page 84
21
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 20-131(a)
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and KPG, Inc.
That portion of Contract No. 20-131 between the City of Tukwila and KPG, Inc. is hereby
amended as follows:
Section 2. Scope of Services. The Consultant agrees to perform the services, identified on
Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and
supplies.
Section 3. Duration of Agreement; Time for Performance. This Agreement shall be in full
force and effect for a period commencing upon execution and ending March 30,2022, unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon written notice by the City to the Consultant to proceed. The Consultant
shall perform all services and provide all work product required pursuant to this Agreement
no later than March 30,2022 unless an extension of such time is granted in writing by the
City.
Section 4. Payment. The Consultant shall be paid by the City for completed work and for
services rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $54,446, and that the total contract payment amount shall not exceed
$234,424.98 without express written modification of the Agreement signed by the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will
be made promptly upon its ascertainment and verification by the City after the completion
of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary
to complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept available
for inspection by representatives of the City and the state of Washington for a period of three (3)
years after final payments. Copies shall be made available upon request.
All other provisions of the contract shall remain in full force and effect.
CA Reviewed May 2020
Page 1 of 2
22
Dated this
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 20-131(a)
day of , 20
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor Printed Name:
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 2 of 2
23
EXHIBIT A
City of Tukwila
East Marginal Way South
Stormwater Outfalls Project
Supplement for Construction Services
Scope of Work
November 2021
This supplement will provide additional services by the Consultant to reach Physical
Completion of the East Marginal Way South Stormwater Outfall project. Added scope and
time due to unforeseen conditions as found in Change Orders #02 and #03 have resulted in
budget overages for the Consultant. While no additional days were added to the construction
contract the Contractor was granted a suspension of working days to accommodate their
schedule. The Consultant has had to expend additional effort during this suspension in order
to resolve issues and continue to manage the project during the suspension. The
Consultant's original scope of work included Part Time Documentation and Part Time RE
duties for the duration of this project. With the added work in Change Orders #02 and #03
this part time staffing was greatly increased and nearly full time work was needed to facilitate
these changed conditions.
The change orders for this project increased the Consultant's work as follows:
1) C.O. #02 for added sidewalk increased the coordination effort required of the RE (Matt
North) to facilitate a new design through RFI's and the Change Order process. This
included more on-site meetings to review existing conditions and coordination effort
with the design team to come up with new plan sheets. While no added days were
granted to the Contractor the added effort in the background to facilitate this design
change was a burden the Consultant's original Contract had not anticipated.
2) C.O. #03 for the re -designed stormwater facilities due to utility conflicts added time
again in the RFI process, responding to serial letters from the Contractor and multiple
on-site meetings to facilitate coordination efforts between the Contractor and design
staff in order to develop new plan sheets to be incorporated into the project.
All other aspects of Tasks 1 and Task 6 below remain unchanged from the original Contract.
TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant will provide continuous project management for the project duration.
1.2 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming
work elements, and reporting of any delays, problems, or additional information needs. The
monthly progress reports shall be submitted with invoices.
City of Tukwila KPG
EMW Stormwater Outfalls Page 1 of 7 November 2021
24
Task 1 Deliverables:
■ Monthly progress reports during construction.
TASK 6 — CONSTRUCTION PHASE SERVICES
This work will provide construction management services for the construction contract. These services
will include design support, project management, documentation control, inspection, materials testing,
and contract administration during the construction of the project, as detailed below. The objective
and purpose of this task is for the Consultant to successfully deliver the construction of the Project to
the City by ensuring that the improvements are constructed in accordance with the approved Plans
and Specifications, as may be amended or revised, that all of the required Project documentation is
accounted for. The following general assumptions were used for developing this budget estimate:
General Assumptions:
• The proposed project team will include one part-time documentation control specialist, a
part-time resident engineer during construction activities, a full-time inspector, sub -consultants
to provide services for materials testing, and other supporting tasks as deemed necessary.
It is anticipated that full- time site observation will be required for the entirety of the project.
• The level of service is based on a construction project duration of approximately 40 working
days.
• KPG estimates a total project construction duration of 60 working days (12 weeks) including
preconstruction service, construction services, and project closeout. No suspensions or
stop work periods are anticipated during this duration; however, a procurement suspension
may be considered prior to beginning construction if requested by the Contractor.
• It is anticipated that the KPG will develop the Record of Materials (ROM). This scope of
services provides the management of the ROM and scheduling of required materials testing
respectively.
• It is anticipated that the City will review and execute the insurance, bonds, and the
Construction Contract.
• The design engineers from KPG will be available during construction to answer questions
during construction and review RAM's, shop drawings, and answer RFI's that require a level
of engineering expertise outside of the capabilities of the field personnel.
• Services will be performed in accordance with the Contract plans & special provisions, and
City engineering standards.
6.1 Provide overall project management, coordination with the City, monthly progress reports,
and invoicing during the construction phase. This effort will include the following elements.
• Organize and layout work for project staff. Prepare project instructions on contract
administration procedures to be used during construction.
City of Tukwila KPG
EMW Stormwater Outfalls Page 2 of 7 November 2021
25
• Review monthly expenditures and CM team scope activities. Prepare and submit project
progress letters to the City along with invoices describing CM services provided each
month. Prepare and submit reporting required by funding source(s).
6.2 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of,
and conduct a preconstruction conference in the City's offices. The Consultant's project
manager, resident engineer, inspector, and document control specialist will attend the
preconstruction conference. The Consultant will prepare a written record of the meeting and
distribute copies of the minutes to all attendees and affected agencies, staff, etc.
At the Pre -construction conference, the Consultant shall facilitate discussions with the
Contractor concerning the plans, specifications, schedules, issues with utilities, unusual
conditions, Federal, State, and local requirements and any other items that will result in better
project understanding among the parties involved.
6.3 Field Construction Services shall include:
A. On-site Observation: The Consultant shall provide the services of one full time inspector
during construction activities and other tasks necessary to monitor the progress of the work.
Construction staff shall oversee the following items of work, on the project site, and will observe
the technical progress of the construction, including providing day-to-day contact with the
Contractor and the City:
Field inspection staff will perform the following duties as a matter of their daily activities:
i. Observe technical conduct of the construction, including providing day-to-day contact
with construction contractor, City, utilities, and other stakeholders, and monitor for
adherence to the Contract Documents. The Consultant's personnel will act in
accordance with Sections 1-05.1 and 1-05.2 of the Standard Specifications.
ii. Observe material, workmanship, and construction areas for compliance with the
Contract Documents and applicable codes, and notify construction contractor of
noncompliance. Advise the City of any non -conforming work observed during site visits.
Document all material delivered to the job site in accordance with the contract
documents.
iv. Prepare daily inspection reports, recording the construction contractor's operations as
actually observed by the Consultant; includes quantities of work placed that day,
contractor's equipment and crews, and other pertinent information.
v. Interpret Contract Documents in coordination with the City and KPG.
vi. Resolve questions which may arise as to the quality and acceptability of material
furnished, work performed, and rate of progress of work performed by the construction
contractor.
vii. Establish communications with adjacent property owners. Respond to questions from
property owners and the general public.
viii. Coordinate with permit holders on the Project to monitor compliance with approved
permits, if applicable.
ix. Prepare field records and documents to help assure the Project is administered in
accordance with the funding requirements.
City of Tukwila KPG
EMW Stormwater Outfalls Page 3 of 7 November 2021
26
x. Collect and calculate delivery tickets and salesman's daily reports of aggregate. All
tickets will be initialed with correct bid item and stationing identified (Construction
Manual 10-2).
xi. Attend and actively participate in regular on-site weekly construction meetings.
xii. Take periodic digital photographs during the course of construction, and record
locations.
xiii. Coordinate with the City's maintenance personnel.
xiv. Punch list. Upon substantial completion of work, coordinate with the Client and affected
agencies, to prepare a `punch list' of items to be completed or corrected. Coordinate
final inspection with those agencies.
B. Substantial Completion: Upon substantial completion of work, coordinate with the City and
other affected agencies, to perform a project inspection and develop a comprehensive list of
deficiencies or `punchlist' of items to be completed. A punchlist and Certificate of Substantial
Completion will be prepared by the Consultant and issued by the City.
C. Materials Testing: Coordinate the work of the materials testing technicians and testing
laboratories in the observation and testing of materials used in the construction; document and
evaluate results of testing; and address deficiencies. Frequency of testing shall be determined
by the resident engineer.
Assumptions:
• Consultant will provide observation services for the days/hours that the contractor's
personnel are on-site.
• Consultant will provide qualified personnel for inspection of all bid item work.
• The Consultant's monitoring of the construction contractor's activities is to ascertain
whether or not they are performing the work in accordance with the Contract Documents;
in case of noncompliance, Consultant will reject non -conforming work, and pursue the
other remedies in the interests of the City, as detailed in the Contract Documents. The
Consultant cannot guarantee the construction contractors' performance, and it is
understood that Consultant shall assume no responsibility for: proper construction
means, methods, techniques; project site safety, safety precautions or programs; or for
the failure of any other entity to perform its work in accordance with laws, contracts,
regulations, or City's expectations.
Deliverables:
• Daily Construction Reports with project photos — submitted on a weekly basis
• Punch List, Certificate of Substantial Completion
• Review test reports for compliance
6.3 Office Construction Services shall include:
A. Document Control. Original documentation will be housed at the Consultant's office,
and filed in accordance with standard filing protocol. A copy of working files will be
maintained in the field office.
City of Tukwila
EMW Stormwater Outfalls
Page 4 of 7
KPG
November 2021
27
Document Control consists of:
• Final Estimate (Approving Authority File)
• Comparison of Preliminary and Final Quantities (Approving Authority File)
• Final Records (Approving Authority File)
• Record of Material Samples and Tests
• Affidavit of Wages Paid
• Release for the Protection of Property Owners and General Contractor
B. Project Coordination: Liaison with City, construction contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
C. Plan Interpretations: Provide technical interpretations of the drawings, specifications,
and contract documents, and evaluate requested deviations from the approved design
or specifications. Coordinate with City for resolution of issues involving scope, schedule,
and/or budget changes.
D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting
minutes, and distribution of minutes to attendees. Outstanding issues to be tracked on a
weekly basis.
E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM
for conformance with the contract documents.
F. Lump Sum Breakdown: Evaluate construction contractors' Schedule of Values for lump
sum items. Review the Contract Price allocations and verify that such allocations are
made in accordance with the requirements of the Contract Documents. Lump Sum
Breakdowns for payment each month will be calculated with detailed data.
G. Monthly Pay Requests: Prepare monthly requests for payment, review with the City,
contractor and approve as permitted. Utilize City provided format for pay estimates, or
Consultant format.
H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule
and compare with field -observed progress, as described in Section 1-08 of the Special
Provisions. In addition, perform schedule analysis on contractor provided CPM updates
and review schedule for delays and impacts. Coordinate with Contractor in the development
of recovery schedules, as needed, to address delays caused by either events or issues
within the Contractor's control or other events or issues beyond the Contractor's control.
I. Certified Payroll: Process and track all certified payroll per State Prevailing Wage
Requirements. This includes verifying the initial payroll for compliance and 10% of all
payrolls submitted thereafter. Tracking payroll each week.
J. Weekly Statement of Working Days: Prepare and issue weekly statement of working
day report each week.
K. Subcontractor Documentation: Process / Approve all required subcontractor
documentation. Request to Sublets will be verified and logged. This includes checking
System Award Management System (SAMS), verifying business licensing, reviewing
insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage
and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG's
subcontractor logs.
L. Record Drawings: Review record drawings prepared by the Contractor, and prepare a
conformed set of project record drawings based on Contractor provided information and from
inspection notes. Record drawings to be verified on a monthly basis, as part of the progress
payment to the Contractor. Upon project completion, contractor provided markups will be
City of Tukwila KPG
EMW Stormwater Outfalls Page 5 of 7 November 2021
28
verified for completeness and supplemented with inspection information. The Consultant
will provide the marked up plan sheets with both the contractors and inspectors as -built
information as well as CAD updates incorporating these markups.
M. Physical Completion Letter: Following completion of all punchlist work, prepare
physical completion letter to the contractor, and recommend that City and/or Utilities
accept the project.
N. Project Closeout: Transfer all project documents to the City for permanent storage.
• Schedule review comments
• As -built schedule
• Meeting agendas and notes
• Monthly Pay Estimates
• Subcontractor Packets
• Cost Projection
• Physical Completion Letter
• Final Project Documents
6.4 Submittal and RFI processing
A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans,
test reports, and other submittals from the Contractor for compliance with the contract
documents. Key submittals to be transmitted to the City for their review and approval.
Submittals shall be logged and tracked.
B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and
tracked.
C. Record of Materials (ROM): Utilize ROM prepared by KPG_and update based on Special
Provisions and Plans for use on the project, based on the contract specifications. The ROM will
be maintained by the Resident Engineer. The ROM will track all of the materials delivered to
the site including manufacturer/supplier, approved RAM's, QPL items, material compliance
documentation, and all other required documentation.
Deliverables
• Submittal log
• RFI Log
• Completed Record of Material for Material Certification
6.5 Change Management
A. Case Log: Develop and maintain a case log which includes change orders, RFP's,
Field Work Directives
B. Change Orders: Develop change orders and provide technical assistance to negotiate change
orders, and assist in resolution of disputes which may occur during the course of the project.
Each change order will be executed in accordance with WSDOT Standard Specifications and
contain the following:
• Change order
• Independent Cost Estimate
• Time Impact Analysis
• Contractor's Pricing
City of Tukwila KPG
EMW Stormwater Outfalls Page 6 of 7 November 2021
29
• Verbal Approval Memo
• Back up documentation
C. Field Work Directives: Prepare field work directives as necessary to keep the contractor
on schedule.
D. Minor Change Orders: Develop minor change orders per WSDOT Standard Specifications.
Each minor change order will be executed and contain the following:
• Independent Cost Estimate
• Verbal Approval Memo
• Back up documentation
E. Force Account: Track contractor force account labor, equipment and materials. All force
account calculations will be verified by the engineer and double checked by the documentation
specialist.
Deliverables
• Change Order(s)
• Case Management Log
• RFI Log
• Minor Change Order(s)
• Force Account Records
City of Tukwila KPG
EMW Stormwater Outfalls Page 7 of 7 November 2021
30
Exhibit B
City of Tukwila
East Marginal Way Stormwater Outfalls
Construction Management
Nov. '21
KPG
Interdisciplinary Design
Task No.
Task Description
Labor Hour Estimate
Total Hours and Labor Fee
Estimate by Task
Principal
Engineering
Mgr
Sr. Engineer
Construction
Mgr
Sr. Transp.
Planner
Project
Engineer
Design
Engineer
Project Land.
Arch.
CAD
Technician
Engineering
Technician
Survey Crew I
Survey Crew II
Office Admin
Engineering
Assistant
Sr. Const Mgr
Aviation Mgr
Urban Design
Mgr
CAD Mgr
Project
Surveyor
Resident
Engineer
Construciton
Office Engr
Documentation
Specialist
Landscape
Technician
Construction
Admin
Survey Mgr
Architecture
Mgr
Business
Manger
Sr. Constr
Observor
Sr. Admin
Construction
Observer
Construction
Technician
$ 225.00
$ 202.00
$ 184.00
$ 163.00
$ 156.00
$ 141.00
$ 128.00
$ 118.00
$ 112.00
$ 104.00
$ 165.00
$ 215.00
$ 92.00
$ 70.00
Hours
Fee
Task 1 - Management, Coordination, Administration
1.1
Project Management
0
$ -
1.2
Prepare monthly progress reports
4
2
6
$ 1,084.00
Task Total
4
0
0
0
0
0
0
0
0
0
0
0
2
0
6
$ 1,084.00
Task 6 - Construction Phase Services
6.1
Management, Coordination and Administration
24
24
48
$ 6,600.00
6.2
Preconstruction Services
0
$ -
6.3
Field Construction Services
95
95
$ 11,210.00
6.4
Office Construction Services
144
120
40
304
$ 35,552.00
6.5
Submittal and RFI processing
0
$ -
6.6
Change Management
0
$ -
0
0
0
24
0
0
144
95
144
0
0
0
40
0
447
$ 53,362.00
Total Labor Hours and Fee
4
0
0
24
0
0
144
95
144
0
0
0
42
0
453
$ 54,446.00
Subconsultants
Geotechnical - GeoDesign allowance
City pump supplier allowance
Construction Materials Testing Allowance
Total Subconsultant Expense
$ -
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
Reproduction and Field Supplies
Total Reimbursable Expense
$ -
Total Supplement Budget
$ 54,446.00
Budget Estimate
11/)/2021
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: East Marginal Wy S Stormwater Outfalls Project No. 91041204
DESCRIPTION: Establish legal drainage connections from East Marginal Way South to the Duwamish River.
JUSTIFICATION: Drainage from E Marginal Wy S is discharged through outfalls owned and operated by the Boeing Co.,
Jorgensen Forge, and two King County Airport storm systems without easements.
STATUS: Design completed and approved by the Department of Ecology. Construction is anticipated to begin in
September 2020.
MAINT. IMPACT: Clarifies maintenance responsibility and will ensure reliability of system.
City adopted the Z Line in 2015. Construction includes pipe lining, installation of water quality and connecting
COMMENT: the Jorgenson drainage area to Boeing's Z Line. DOE design and construction grant awarded in 2018 for
$1.1m.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
ProjectLocation"
oe
ry
Design
265
45
W
7011!
1114 $1
310
Monitoring
31
11
11
1
1
St
1
,. 1.'f
GIS
N
F'
53
Const. Mgmt.
50
265
315
Construction
300
1,000
1,300
TOTAL EXPENSES
296
406
1,276
0
0
0
0
0
0
1,978
FUND SOURCES
Awarded Grant RCO
164
100
842
1,106
KCFCD
50
50
Proposed Grant
0
Mitigation Expected
0
Utility Revenue
132
256
434
0
0
0
0
0
0
822
TOTAL SOURCES
296
406
1,276
0
0
0
0
0
0
1,978
2021 - 2026 Capital Improvement Program
84
32
ProjectLocation"
oe
ry
,-_
S88 PI
887 PI
W
7011!
1114 $1
co
1
1
St
1
,. 1.'f
GIS
N
F'
2021 - 2026 Capital Improvement Program
84
32
City Council Transportation & Infrastructure Services Committee - 2021 Work Plan
Verna Seal, Chair; De'Sean Quinn, Thomas McLeod
Description
Qtr
Action or
Briefing
Status
Transportation
1.
42nd Avenue South Phase III/Gilliam Creek Culvert
Project Closeout
1
A
Closeout to follow completion of 53rd
project documentation.
2.
53rd Avenue S (S 137th — S 144th St) & Water/Sewer/SSWM
Project Closeout
1
A
Closeout pending completion of all punchlist
items and final payment.
3.
S 152nd St Safe Routes to School
Design Consultant Contract
2
A
RFP for design issued in 10 with award of
design expected in 2Q. No funding for
construction at this time.
4.
Neighborhood Traffic Calming Program/Residential Safety
Various activities/updates
1-4
B
4/26, 8/23
2021 Purchases
4
A
Complete
5.
Annual Overlay and Repair Program
Bid Award for 2021 Project
2
A
Complete
2022 Design Contract
4
A
12/6
6.
Annual Bridge Inspections and Repairs
Annual contract
1
B
Work order for 2021 inspections is in progress.
State of the Bridges Report
4
B
Complete
7.
West Valley Hwy (I-405-Strander)
Bid Award
1
A
90% PS&E done. Ad date dependent on
WSDOT approval and permit approvals.
Supplemental Agreement
2
A
Complete
8.
Boeing Access Road over Airport Way Seismic Retrofit
Project Closeout
3
A
Project is currently under construction.
33
Updated November 16, 2021
City Council Transportation & Infrastructure Services Committee - 2021 Work Plan
9.
42' Ave S Bridge Replacement
Water Reservoir and Pump Station
Project Updates
1-4
B
3/22,
Complete
Funding status through grants/state legislature
1-4
B
Ongoing
10.
BNSF Intermodal Access
Macadam Rd 5 Water Upgrade
History & Status
1
B
Complete
Completed 1/25/21
Timeline & Next Steps
2-3
A
Complete
Funding status through grants/state legislature
B
11.
Transportation Element of the Comp Plan/Walk & Roll
Consultant Agreement
3
A
Beginning Fall 2021. Adoption by June 2024.
12.
Green River Trail Improvements
Design Contract
3
A
13.
53rd Avenue South Traffic Revision
Updates
2-4
B
4/12, 7/12
14.
OTHER
Grant Applications and Acceptances
1-4
A
Ongoing
Transportation Demand Management Programs Updates & Grants
1-4
A, B
Ongoing
Comment letter on King County Airport Master Plan
1
A
Complete
Transportation Improvement Program Resolution
2
A
Complete
Surplus Equipment Resolution - Fleet
2
A
Complete
TCC Siding Repairs Completion
2
A
Complete
ILA with SeaTac for ADA ramps at 42nd Ave S/S 164th
2
A
Complete
State of the Bridges Report
2
B
Complete
Resolution re: School Zone Cameras
3
A
Complete
TCC Painting
3
A
Complete
Utilities
1.
Water Reservoir and Pump Station
Site briefing
1
B
Complete
Design contract
4
A
2.
Macadam Rd 5 Water Upgrade
Design contract
1
A
Completed 1/25/21
34
Updated November 16, 2021
City Council Transportation & Infrastructure Services Committee - 2021 Work Plan
3.
CBD Sanitary Sewer Rehabilitation
Design contract
1
A
Complete
Construction award- Phase 4
3
A
Complete
CBD Sewer Repair Phase 3 Construction Management Agreement
4
A
Complete
4.
Water & Sewer Comprehensive Plans
Data collection and modeling ongoing
4
A
Ongoing
5.
GIS Inventory of Water/Sewer/SWM System
Consultant Agreement
4
A
Ongoing
6.
Sewer Lift Stations and Generator Upgrades
Design and Const Mgmt contract
1
A
Completed 2/8/21
Bid Award
2
A
Complete
Future Sewer Lift Station #13 Feasibility Study Contract
3
A
Complete
7.
Annual Small Drainage Program
Bid Award 2021
3
A
Complete
Design contract for 2022
4
A
8.
East Marginal Way S Stormwater Outfalls
Contract Supplement
3
A
Complete
Closeout
4
A
9.
Tukwila 205 Levee Certification
Status Update
2
B
10.
Stormwater Quality Retrofit Project/Stormwater Management Action Plan
Approve King County waterworks Grant application
1
A
Complete
Approve DOE grant application
4
A
Complete
Consultant Agreement — Action Plan and Comp Plan
4
A
Complete
11.
Gilliam Creek Fish Barrier Removal
Approve grant application (target new King County grant program)
3
A
Complete
12.
Riverton Creek Flapgate Removal
WSDOT Agreement
3
A
Complete
Contract close-out Alia
4
A
Depending on progress
Contract close-out At Work!
4
A
Depending on progress
13.
Green the Green
Applied Ecology contract close-out
1
A
Complete
Award 2 -year maintenance contract
1
A
Approve (CFT) grant application for acquisition
1
A
Depends on availability
14. Nelsen Side Channel
35
Updated November 16, 2021
City Council Transportation & Infrastructure Services Committee - 2021 Work Plan
Public Works Fleet & Facilities Project
Approve grant application (target new King County grant program)
1-4
A
If it comes available
15.
Chinook Wind
Bid Award & Options
1
A
Complete
Award design contract (trail)
3
A
Complete
16.
Surface Water Comprehensive Plan
Consultant contract
2
A
Complete
17.
S 131st Place Drainage Improvements
Grant Award
1
A
Complete
Consultant Agreement
2
A
18.
Other
Franchise utility agreements and approvals (SCL,
Century Link, Comcast, Cascade Water, Sewer
As needed
Asset Sharing Agreement with Extenet Systems, Inc.
1
A
Complete
Resolution: Metropolitan Water Pollution Abatement
Advisory Committee
1
A
Complete
Interim Small Wireless Facilities Code
2
A
Complete
Andover Park East Water Main Pavement Repair
2
A
Complete
Resolution adopting WRIA 9 Update to the Salmon
2
A
Complete
Permanent Small Wireless Facilities Code
3
A
Complete
Waste Management Recycling Market Surcharge
3
A
Complete
FEMA Grant - TUK Pedestrian Bridge Flood Damage
3
A
Complete
19.
Standard Reports/Briefings
Waste Management Update
A
PW
Complete
NPDES
A
PW
Complete
Water Pollution Abatement Committee updates
B
PW
Requested 2/22
Public Works Fleet & Facilities Project
1
Monthly Update
1-4
B
Ongoing
2
Bid Award & Options
1
A
Complete
3
Possible development agreement
36
Updated November 16, 2021