Loading...
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