HomeMy WebLinkAboutTIS 2023-05-15 COMPLETE AGENDA PACKET
The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206-433-0179 for assistance.
AGENDA
MONDAY, MAY 15, 2023 – 5:30 PM
HYBRID MEETING – ONSITE AND VIRTUAL
DUWAMISH CONFERENCE ROOM, 6300 BUILDING, 2ND FLR
MS Teams: Click here to join the meeting
Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 478777930#
Next Scheduled Meeting: June 5, 2023
City of Tukwila
Transportation and
Infrastructure Services
Committee
❖ Tosh Sharp, Chair
❖ Kate Kruller
❖ Mohamed Abdi
Distribution:
K. Kruller
C. Hougardy
T. Sharp
H. Ponnekanti
S. Kim (email)
G. Lerner (email)
City Attorney (email)
Clerk File Copy
Share pkt pdf on SharePoint:
to A. Le, C. O’Flaherty, A.
Youn
Email cover to: F. Ayala,
A. Le, C. O’Flaherty, A.
Youn, L. Humphrey
Item Recommended Action Page
1. PRESENTATIONS
2. BUSINESS AGENDA
a) S 152nd St Watermain Replacement & Extension
Project – Construction Bid Award (A. Altallal)
a) Forward to the 05/22/23 Special
Consent Agenda
Pg. 1
b) Foster Point Bridge – Bridge Rail
Repair/Replacement (A. Cox)
b) Forward to the 05/22/23 Special
Consent Agenda
Pg. 39
c) 42nd Ave S Bridge Replacement Project-60% Plans
and Estimate (P&E) Update (A. Cox)
c) Forward to the 05/22/23 Committee
of the Whole
Pg. 51
3. MISCELLANEOUS
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: Adib Altallal, Utilities Engineer
CC: Mayor Allan Ekberg
DATE: May 12, 2023
SUBJECT: S 152nd St Watermain Replacement & Extension Project
Project No. 91640103
Construction Bid Award
ISSUE
Approve construction bid award with HCON Incorporated for the S 152nd St Watermain Replacement &
Extension Project.
BACKGROUND
In 2022, the City contracted with BHC Consultants as the design consultant for the S 152nd St
Watermain Replacement & Extension Project under Contract No. 22-007. This project is part of the
larger watermain improvements in the Tukwila Hill area identified in the Comprehensive Plan, which
included Macadam Rd Watermain Replacement and will include S 149th St & S 150th St Watermain
Replacements in 2024.
DISCUSSION
A call for bids was advertised for the S 152nd St Watermain Replacement & Extension Project on April
17, and April 24, 2023. Seven bids were opened on May 2, 2023, and the confirmed lowest bidder was
HCON Incorporated with a bid of $1,389,700.88. The engineer’s estimate was $1,350,475.06.
FINANCIAL IMPACT
Construction costs associated with the S 152nd St Watermain Replacement & Extension Project will be
100% funded by the water enterprise fund. City staff will address construction management (CM) in-
house in order compensate for the potential increase in construction costs.
Cost Estimate Construction and CM Budget
Contract $1,389,700.88
Contingency – 15% $208,455.13
Total $1,598,156.01 $1,750,000.00
RECOMMENDATION
Council is being asked to approve the construction award with HCON Incorporated in the amount of
$1,389,800.88 (plus contingency) for the S 152nd St Watermain Replacement & Extension Projects and
consider this item on the Consent Agenda at the May 22, 2023 Special Meeting.
Attachments: 2023 CIP, Page 55
HCON Construction Contract
Bid Tabulation
1
55552
3
4
5
6
7
8
9
1
0
1
1
1
2
1
3
1
4
1
5
1
6
1
7
1
8
1
9
2
0
2
1
2
2
2
3
2
4
2
5
2
6
2
7
2
8
2
9
3
0
3
1
3
2
3
3
3
4
3
5
3
6
City of Tukwila Low bidder Error
Item No. Spec. Item Description Quantity Unit Unit Price Total Amount Quantity Unit Unit Price Total Amount Quantity Unit Unit Price Total Amount Quantity Unit Unit Price Total Amount Quantity Unit Unit Price Total Amount Quantity Unit Unit Price Total Amount Quantity Unit Unit Price Total Amount Quantity Unit Unit Price Total Amount
A1 1-09.14 Mobilization & Demobilization 1 LS 59,000$ 59,000$ 1 LS 100,000$ 100,000$ 1 LS 100,000$ 100,000$ 1 LS 116,000$ 116,000$ 1 LS 165,773$ 165,773$ 1 LS 150,000$ 150,000$ 1 LS 119,845.20$ 119,845.20$ 1 LS 80,000$ 80,000$
A2 1-09.14 Unexpected Site Changes 1 FA 55,000$ 55,000$ 1 FA 55,000$ 55,000$ 1 FA 55,000$ 55,000$ 1 FA 55,000$ 55,000$ 1 FA 55,000$ 55,000$ 1 FA 55,000$ 55,000$ 1 FA 55,000.00$ 55,000.00$ 1 FA 55,000$ 55,000$
A3 1-09.14 Construction Surveying and Staking 1 LS 7,000$ 7,000$ 1 LS 8,500$ 8,500$ 1 LS 7,500$ 7,500$ 1 LS 10,000$ 10,000$ 1 LS 4,400$ 4,400$ 1 LS 5,350$ 5,350$ 1 LS 14,300.00$ 14,300.00$ 1 LS 15,000$ 15,000$
A4 1-09.14 Arborist*32 HR 120$ 3,840$ 32 HR 70$ 2,240$ 32 HR 250$ 8,000$ 32 HR 50$ 1,600$ 32 HR 150$ 4,800$ 32 HR 160$ 5,120$ 32 HR 230.00$ 7,360.00$ 32 HR 140$ 4,480$
A5 1-09.14 Potholing To Locate Utilities Not Shown on Plans*50 EA 350$ 17,500$ 50 EA 400$ 20,000$ 50 EA 1,000$ 50,000$ 50 EA 10$ 500$ 50 EA 575$ 28,750$ 50 EA 220.05$ 11,003$ 50 EA 425.01$ 21,250.50$ 50 EA 800$ 40,000$
A6 1-09.14 Project Temporary Traffic Control 1 LS 53,000$ 53,000$ 1 LS 75,000$ 75,000$ 1 LS 60,000$ 60,000$ 1 LS 40,000$ 40,000$ 1 LS 117,000$ 117,000$ 1 LS 100,000$ 100,000$ 1 LS 121,448.81$ 121,448.81$ 1 LS 60,000$ 60,000$
A7 1-09.14 Tree Removal for Water Main, with Stump Grinding 1 EA 2,500$ 2,500$ 1 EA 9,000$ 9,000$ 1 EA 3,000$ 3,000$ 1 EA 1,500$ 1,500$ 1 EA 2,300$ 2,300$ 1 EA 2,675$ 2,675$ 1 EA 3,850.00$ 3,850.00$ 1 EA 4,500$ 4,500$
A8 1-09.14 Tree Removal for Commercial Meter, with Stump Grinding*1 EA 2,500$ 2,500$ 1 EA 9,000$ 9,000$ 1 EA 3,000$ 3,000$ 1 EA 1,500$ 1,500$ 1 EA 2,300$ 2,300$ 1 EA 2,675$ 2,675$ 1 EA 3,850.00$ 3,850.00$ 1 EA 4,500$ 4,500$
A9 1-09.14 Hydroexcavation/Vactor*60 LF 115$ 6,900$ 60 LF 115$ 6,900$ 60 LF 35$ 2,100$ 60 LF 70$ 4,200$ 60 LF 185$ 11,100$ 60 LF 250$ 15,000$ 60 LF 128.75$ 7,725.00$ 60 LF 80$ 4,800$
A10 1-09.14 Trench Safety 1 LS 6,000$ 6,000$ 1 LS 3,500$ 3,500$ 1 LS 20,000$ 20,000$ 1 LS 10,000$ 10,000$ 1 LS 700$ 700$ 1 LS 5,000$ 5,000$ 1 LS 1,725.00$ 1,725.00$ 1 LS 20,000$ 20,000$
A11 1-09.14 Controlled Density Fill*30 CY 150$ 4,500$ 30 CY 350$ 10,500$ 30 CY 175$ 5,250$ 30 CY 160$ 4,800$ 30 CY 320$ 9,600$ 30 CY 343$ 10,290$ 30 CY 235.27$ 7,058.10$ 30 CY 300$ 9,000$
A12 1-09.14 Crushed Surfacing 1,600 TN 41$ 65,600$ 1,600 TN 25$ 40,000$ 1,600 TN 45$ 72,000$ 1,600 TN 32$ 51,200$ 1,600 TN 53$ 84,800$ 1,600 TN 33$ 52,800$ 1,600 TN 49.56$ 79,296.00$ 1,600 TN 70$ 112,000$
A13 1-09.14 Extra Trench Excavation*10 CY 75$ 750$ 10 CY 1$ 10$ 10 CY 25$ 250$ 10 CY 60$ 600$ 10 CY 52$ 520$ 10 CY 87.51$ 875$ 10 CY 169.83$ 1,698.30$ 10 CY 200$ 2,000$
A14 1-09.14 Hot Mix Asphalt Patch 460 TN 250$ 115,000$ 460 TN 190$ 87,400$ 460 TN 200$ 92,000$ 460 TN 180$ 82,800$ 460 TN 236$ 108,560$ 460 TN 208$ 95,680$ 460 TN 215.53$ 99,143.80$ 460 TN 1$ 460$
A15 1-09.14 Hot Mix Asphalt Overlay 53 TN 220$ 11,660$ 53 TN 125$ 6,625$ 53 TN 135$ 7,155$ 53 TN 140$ 7,420$ 53 TN 135$ 7,155$ 53 TN 131$ 6,943$ 53 TN 190.40$ 10,091.20$ 53 TN 400$ 21,200$
A16 1-09.14 Asphalt Planing 455 SY 7$ 3,185$ 455 SY 10$ 4,550$ 455 SY 10$ 4,550$ 455 SY 7$ 3,185$ 455 SY 6$ 2,730$ 455 SY 17$ 7,735$ 455 SY 8.68$ 3,949.40$ 455 SY 15$ 6,825$
A17 1-09.14 6-in. Diam. Class 52 D.I. Pipe & Fittings, Restrained Joint 33 LF 110$ 3,630$ 33 LF 140$ 4,620$ 33 LF 170$ 5,610$ 33 LF 225$ 7,425$ 33 LF 206$ 6,798$ 33 LF 160$ 5,280$ 33 LF 151.17$ 4,988.61$ 33 LF 110$ 3,630$
A18 1-09.14 8-in. Diam. Class 52 D.I. Pipe & Fittings, Restrained Joint 81 LF 125$ 10,125$ 81 LF 170$ 13,770$ 81 LF 170$ 13,770$ 81 LF 235$ 19,035$ 81 LF 190$ 15,390$ 81 LF 181$ 14,661$ 81 LF 194.15$ 15,726.15$ 81 LF 120$ 9,720$
A19 1-09.14 12-in. Diam. Class 52 D.I. Pipe & Fittings, Restrained Joint 1,723 LF 155$ 267,065$ 1,723 LF 155$ 267,065$ 1,723 LF 170$ 292,910$ 1,723 LF 220$ 379,060$ 1,723 LF 131$ 225,713$ 1,723 LF 169$ 291,187$ 1,723 LF 194.22$ 334,641.06$ 1,723 LF 180$ 310,140$
A20 1-09.14 Additional Ductile Iron Fittings, Restrained Joint*1,400 LB 4$ 5,600$ 1,400 LB 3$ 4,200$ 1,400 LB 5$ 7,000$ 1,400 LB 0.1$ 140$ 1,400 LB 6$ 8,400$ 1,400 LB 15$ 21,000$ 1,400 LB 2.04$ 2,856.00$ 1,400 LB 5$ 7,000$
A21 1-09.14 1-In. Combination Air Release/Air Vacuum Assembly*2 EA 3,500$ 7,000$ 2 EA 5,000$ 10,000$ 2 EA 8,500$ 17,000$ 2 EA 5,000$ 10,000$ 2 EA 3,750$ 7,500$ 2 EA 5,631.23$ 11,262$ 2 EA 8,167.15$ 16,334.30$ 2 EA 7,000$ 14,000$
A22 1-09.14 Connection to Existing Water Main 5 EA 4,000$ 20,000$ 5 EA 4,600$ 23,000$ 5 EA 8,500$ 42,500$ 5 EA 6,000$ 30,000$ 5 EA 3,500$ 17,500$ 5 EA 4,500$ 22,500$ 5 EA 5,590.08$ 27,950.40$ 5 EA 10,000$ 50,000$
A23 1-09.14 6-in. Gate Valve 1 EA 1,900$ 1,900$ 1 EA 1,500$ 1,500$ 1 EA 1,400$ 1,400$ 1 EA 1,900$ 1,900$ 1 EA 2,100$ 2,100$ 1 EA 2,442$ 2,442$ 1 EA 1,726.52$ 1,726.52$ 1 EA 1,500$ 1,500$
A24 1-09.14 8-in. Gate Valve 6 EA 2,500$ 15,000$ 6 EA 2,100$ 12,600$ 6 EA 2,000$ 12,000$ 6 EA 2,600$ 15,600$ 6 EA 2,800$ 16,800$ 6 EA 3,000$ 18,000$ 6 EA 2,401.00$ 14,406.00$ 6 EA 2,000$ 12,000$
A25 1-09.14 12-in. Gate Valve 12 EA 3,250$ 39,000$ 12 EA 3,750$ 45,000$ 12 EA 3,500$ 42,000$ 12 EA 4,500$ 54,000$ 12 EA 4,625$ 55,500$ 12 EA 5,117$ 61,404$ 12 EA 4,283.83$ 51,405.96$ 12 EA 3,500$ 42,000$
A26 1-09.14 8-in. Tapping Tee and Valve 1 EA 8,500$ 8,500$ 1 EA 12,500$ 12,500$ 1 EA 15,000$ 15,000$ 1 EA 12,000$ 12,000$ 1 EA 9,865$ 9,865$ 1 EA 8,565.63$ 8,566$ 1 EA 7,452.00$ 7,452.00$ 1 EA 7,000$ 7,000$
A27 1-09.14 400/360 Check Valve Assembly, Including Vault 1 LS 26,000$ 26,000$ 1 LS 50,100$ 50,100$ 1 LS 65,000$ 65,000$ 1 LS 80,000$ 80,000$ 1 LS 65,000$ 65,000$ 1 LS 63,293$ 63,293$ 1 LS 61,375.81$ 61,375.81$ 1 LS 80,000$ 80,000$
A28 1-09.14 Fire Hydrant Assembly 7 EA 7,000$ 49,000$ 7 EA 9,100$ 63,700$ 7 EA 8,500$ 59,500$ 7 EA 11,000$ 77,000$ 7 EA 8,500$ 59,500$ 7 EA 9,926.04$ 69,482$ 7 EA 10,092.91$ 70,650.37$ 7 EA 11,000$ 77,000$
A29 1-09.14 1-In. Water Service 1 EA 2,300$ 2,300$ 1 EA 4,000$ 4,000$ 1 EA 1,750$ 1,750$ 1 EA 4,200$ 4,200$ 1 EA 2,715$ 2,715$ 1 EA 3,704.52$ 3,705$ 1 EA 2,950.81$ 2,950.81$ 1 EA 3,500$ 3,500$
A30 1-09.14 1.5-In. Water Service 5 EA 3,500$ 17,500$ 5 EA 6,000$ 30,000$ 5 EA 3,750$ 18,750$ 5 EA 8,000$ 40,000$ 5 EA 4,765$ 23,825$ 5 EA 6,191.95$ 30,960$ 5 EA 5,042.27$ 25,211.35$ 5 EA 4,000$ 20,000$
A31 1-09.14 2-In. Water Service 2 EA 4,500$ 9,000$ 2 EA 6,500$ 13,000$ 2 EA 3,750$ 7,500$ 2 EA 8,500$ 17,000$ 2 EA 5,595$ 11,190$ 2 EA 6,347.00$ 12,694$ 2 EA 6,128.74$ 12,257.48$ 2 EA 8,000$ 16,000$
A32 1-09.14 3-In. Water Service 1 EA 7,500$ 7,500$ 1 EA 15,000$ 15,000$ 1 EA 15,000$ 15,000$ 1 EA 28,000$ 28,000$ 1 EA 17,640$ 17,640$ 1 EA 12,257.73$ 12,258$ 1 EA 15,507.16$ 15,507.16$ 1 EA 20,000$ 20,000$
A33 1-09.14 Erosion and Water Pollution Control 1 LS 15,000$ 15,000$ 1 LS 6,500$ 6,500$ 1 LS 3,000$ 3,000$ 1 LS 15,000$ 15,000$ 1 LS 23,500$ 23,500$ 1 LS 10,000.00$ 10,000$ 1 LS 15,765.44$ 15,765.44$ 1 LS 14,000$ 14,000$
A34 1-09.14 Restoration and Cleanup 1 LS 17,000$ 17,000$ 1 LS 17,000$ 17,000$ 1 LS 20,000$ 20,000$ 1 LS 16,000$ 16,000$ 1 LS 25,000$ 25,000$ 1 LS 20,000.00$ 20,000$ 1 LS 22,741.11$ 22,741.11$ 1 LS 40,000$ 40,000$
A35 1-09.14 Remove and Replace Concrete Sidewalk and Driveway 60 SY 225$ 13,500$ 60 SY 95$ 5,700$ 60 SY 275$ 16,500$ 60 SY 140$ 8,400$ 60 SY 218$ 13,080$ 60 SY 167.76$ 10,066$ 60 SY 186.51$ 11,190.60$ 60 SY 300$ 18,000$
A36 1-09.14 Remove and Replace Concrete Curb and Gutter 200 LF 55$ 11,000$ 200 LF 52$ 10,400$ 200 LF 55$ 11,000$ 200 LF 50$ 10,000$ 200 LF 60$ 12,000$ 200 LF 94.58$ 18,916$ 200 LF 53.50$ 10,700.00$ 200 LF 75$ 15,000$
A37 1-09.14 Removal of Structures and Obstructions 1 LS 20,000$ 20,000$ 1 LS 28,000$ 28,000$ 1 LS 10,000$ 10,000$ 1 LS 25,000$ 25,000$ 1 LS 15,000$ 15,000$ 1 LS 40,000$ 40,000$ 1 LS 48,706.80$ 48,706.80$ 1 LS 2,500$ 2,500$
Subtotal A 979,555.00$ Subtotal A 1,075,880.00$ Subtotal A 1,166,995.00$ Subtotal A 1,240,065.00$ Subtotal A 1,239,504.00$ Subtotal A 1,273,820.94$ Subtotal A 1,332,135.24$ Subtotal A 1,202,755.00$
98,935.06$ 108,663.88$ 117,866.50$ 125,246.57$ 125,189.90$ 128,655.91$ 134,545.66$ 121,478.26$
Total A 1,078,490.06$ Total A 1,184,543.88$ Total A 1,284,861.50$ Total A 1,365,311.57$ Total A 1,364,693.90$ Total A 1,402,476.85$ Total A 1,466,680.90$ Total A 1,324,233.26$
B1 1-09.14 Construction Surveying and Staking 1 LS 5,000$ 5,000$ 1 LS 11,000$ 11,000$ 1 LS 3,250$ 3,250$ 1 LS 5,000$ 5,000$ 1 LS 4,000$ 4,000$ 1 LS 5,350.00$ 5,350$ 1 LS 13,200.00$ 13,200.00$ 1 LS 5,000$ 5,000$
B2 1-09.14 Removal of Structures and Obstructions 1 LS 7,500$ 7,500$ 1 LS 15,600$ 15,600$ 1 LS 5,000$ 5,000$ 1 LS 35,000$ 35,000$ 1 LS 47,500$ 47,500$ 1 LS 3,078.39$ 3,078$ 1 LS 7,740.80$ 7,740.80$ 1 LS 7,500$ 7,500$
B3 1-09.14 Roadway Excavation Incl. Haul*110 CY 150$ 16,500$ 110 CY 50$ 5,500$ 110 CY 85$ 9,350$ 110 CY 40$ 4,400$ 110 CY 58$ 6,380$ 110 CY 72.45$ 7,970$ 110 CY 53.74$ 5,911.40$ 110 CY 150$ 16,500$
B4 1-09.14 Crushed Surfacing 60 TN 41$ 2,460$ 60 TN 38$ 2,280$ 60 TN 45$ 2,700$ 60 TN 32$ 1,920$ 60 TN 57$ 3,420$ 60 TN 33.70$ 2,022$ 60 TN 55.99$ 3,359.40$ 60 TN 41$ 2,460$
B5 1-09.14 Hot Mix Asphalt Patch 60 TN 250$ 15,000$ 60 TN 255$ 15,300$ 60 TN 200$ 12,000$ 60 TN 200$ 12,000$ 60 TN 221$ 13,260$ 60 TN 208.00$ 12,480$ 60 TN 190.40$ 11,424.00$ 60 TN 250$ 15,000$
B6 1-09.14 Hot Mix Asphalt Overlay 550 TN 220$ 121,000$ 550 TN 135$ 74,250$ 550 TN 135$ 74,250$ 550 TN 140$ 77,000$ 550 TN 135$ 74,250$ 550 TN 131.00$ 72,050$ 550 TN 190.40$ 104,720.00$ 550 TN 220$ 121,000$
B7 1-09.14 Asphalt Planing 4,310 SY 7$ 30,170$ 4,310 SY 8$ 34,480$ 4,310 SY 10$ 43,100$ 4,310 SY 6$ 26,722$ 4,310 SY 6$ 25,860$ 4,310 SY 3.00$ 12,930$ 4,310 SY 9.54$ 41,117.40$ 4,310 SY 7$ 30,170$
B8 1-09.14 Cement Conc. Traffic Curb and Gutter 227 LF 65$ 14,755$ 227 LF 45$ 10,215$ 227 LF 55$ 12,485$ 227 LF 50$ 11,350$ 227 LF 48$ 10,896$ 227 LF 65.59$ 14,889$ 227 LF 44.38$ 10,074.26$ 227 LF 65$ 14,755$
B9 1-09.14 Cement Conc. Pedestrian Curb 70 LF 50$ 3,500$ 70 LF 38$ 2,660$ 70 LF 50$ 3,500$ 70 LF 40$ 2,800$ 70 LF 50$ 3,500$ 70 LF 54.89$ 3,842$ 70 LF 44.71$ 3,129.70$ 70 LF 50$ 3,500$
B10 1-09.14 Extruded Curb 13 LF 50$ 650$ 13 LF 250$ 3,250$ 13 LF 180$ 2,340$ 13 LF 180$ 2,340$ 13 LF 110$ 1,430$ 13 LF 81.64$ 1,061$ 13 LF 84.00$ 1,092.00$ 13 LF 50$ 650$
B11 1-09.14 Cement Conc. Sidewalk 46 SY 225$ 10,350$ 46 SY 82$ 3,772$ 46 SY 200$ 9,200$ 46 SY 125$ 5,750$ 46 SY 200$ 9,200$ 46 SY 89.66$ 4,124$ 46 SY 178.43$ 8,207.78$ 46 SY 225$ 10,350$
B12 1-09.14 Cement Conc. Curb Ramp Type Parallel A 26 SY 350$ 9,100$ 26 SY 225$ 5,850$ 26 SY 250$ 6,500$ 26 SY 250$ 6,500$ 26 SY 275$ 7,150$ 26 SY 1,174.33$ 30,533$ 26 SY 239.75$ 6,233.50$ 26 SY 350$ 9,100$
B13 1-09.14 Cement Conc. Curb Ramp Type Modified Parallel 20 SY 400$ 8,000$ 20 SY 300$ 6,000$ 20 SY 250$ 5,000$ 20 SY 250$ 5,000$ 20 SY 340$ 6,800$ 20 SY 1,174.33$ 23,487$ 20 SY 280.58$ 5,611.60$ 20 SY 400$ 8,000$
B14 1-09.14 Permanent Signing 1 LS 15,000$ 15,000$ 1 LS 5,500$ 5,500$ 1 LS 6,500$ 6,500$ 1 LS 5,000$ 5,000$ 1 LS 10,000$ 10,000$ 1 LS 4,280.00$ 4,280$ 1 LS 6,664.00$ 6,664.00$ 1 LS 15,000$ 15,000$
B15 1-09.14 Pavement Markings 1 LS 13,000$ 13,000$ 1 LS 9,500$ 9,500$ 1 LS 4,250$ 4,250$ 1 LS 15,000$ 15,000$ 1 LS 2,400$ 2,400$ 1 LS 9,373.20$ 9,373$ 1 LS 4,424.00$ 4,424.00$ 1 LS 13,000$ 13,000$
Subtotal B 271,985.00$ Subtotal B 205,157.00$ Subtotal B 199,425.00$ Subtotal B 215,782.00$ Subtotal B 226,046.00$ Subtotal B 207,469.18$ Subtotal B 232,909.84$ Subtotal B 271,985.00$
Washington State Sales Tax 0%, Per State Sales Tax – Rule 171 -$ Washington State Sales Tax 0%, Per State Sales Tax – Rule 171-$ Washington State Sales Tax 0%, Per State Sales Tax – Rule 171 -$ Washington State Sales Tax 0%, Per State Sales Tax – Rule 171 -$ Washington State Sales Tax 0%, Per State Sales Tax – Rule 171 -$ Washington State Sales Tax 0%, Per State Sales Tax – Rule 171 -$ Washington State Sales Tax 0%, Per State Sales Tax – Rule 171 -$ Washington State Sales Tax 0%, Per State Sales Tax – Rule 171 -$
Total B 271,985.00$ Total B 205,157.00$ Total B 199,425.00$ Total B 215,782.00$ Total B 226,046.00$ Total B 207,469.18$ Total B 232,909.84$ Total B 271,985.00$
Total Engineer's Estimate (A+B)1,350,475.06$ Total Engineer's Estimate (A+B)1,389,700.88$ Total Engineer's Estimate (A+B)1,484,286.50$ Total Engineer's Estimate (A+B)1,581,093.57$ Total Engineer's Estimate (A+B)1,590,739.90$ Total Engineer's Estimate (A+B)1,609,946.03$ Total Engineer's Estimate (A+B)1,699,590.74$ Total Engineer's Estimate (A+B)1,596,218.26$
Kar-Vel Construction
Washington State Sales Tax 10.1%
Laser Underground
Washington State Sales Tax 10.1%
Northwest Cascade Inc
Washington State Sales Tax 10.1%
RW Scott
Washington State Sales Tax 10.1%
Strickland & Sons
Washington State Sales Tax 10.1%
S. 152nd Water Main Replacement & Extension
HCON Incorporated
Washington State Sales Tax 10.1%
Indepth Excavation
Washington State Sales Tax 10.1%
Engineer's Estimate
Bid Schedule A - Water Improvements
Bid Schedule B - Road Improvements
Washington State Sales Tax 10.1%
37
38
https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2023 Agenda Items/TIC 05 -15-23/2. Foster 56th Ave S Bridge Rail Repair/Info Memo_Foster
Point Bridge Rail Repair_2023 05 12.docx
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: Adam Cox, Transportation Project Manager
CC: Mayor Ekberg
DATE: May 12, 2023
SUBJECT: Foster Point Bridge – Bridge Rail Repair/Replacement
Project No. 70010402, New Contract Award
ISSUE
Approve the attached scope of work and cost to repair the Foster 56th Ave S Bridge (TUKxNx06) bridge
rail.
BACKGROUND
On January 9th, 2023, the City experienced a wind storm that knocked over a number of trees
throughout the City. A tree located at the northeast side of the Foster Point Bridge broke, resulting in the
top of the tree falling across the structure damaging both the east and west bridge rail. It was quickly
determined that the tree did not cause any structural damage and the bridge rail performed as designed
which allowed Fire and the Public Works Streets Department to remove the downed tree and debris.
DISCUSSION
Council is being asked to accept the attached scope of work (SOW) and cost estimate to replace the
compromised sections of the bridge rail.
FISCAL IMPACT
Statewide Parking Lot services has teamed up with Ron and Leo’s Welding and provided an estimated
cost of $47,755.00 to perform the bridge rail repair. Since the cost of the work is only an estimate, staff
recommend including a budget contingency approved in case of minor overruns. The project costs are
within the 2023 Annual Bridge Inspection and Repair budget.
2023 Bridge Inspection/Repair Proposed Contract 2023 Repair Budget
Foster 56th Ave S Bridge $ 47,755.00
Contingency (20%) 9,551.00
Totals $57,306.00 $200,000.00
RECOMMENDATION
Council is being asked to approve the contract with Statewide Parking Lot Services in the amount of
$47,755.00 (plus contingency) and consider this item on the Consent Agenda at the May 22, 2023
Special Meeting.
Attachment: 2023 Annual Bridge Inspection/Repair CIP
Statewide Parking Lot Services Contract_Unsigned
Exhibit B – Estimate from Statewide Parking Lot Services
Damage Photos
39
40
CA Revised May 2020 Page 1 of 4
City of Tukwila Contract Number:
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter
optional municipal code city hereinafter referred to as “the City,” and Statewide Parking Lot Services,
Inc., hereinafter referred to as “the Contractor,” whose principal office is located at 33920 211th Pl Se
Auburn, WA 98092.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms
and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $47,755.00 .
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
May 23, 2023, and ending December 31, 2023, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor 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
Contractor nor any employee of Contractor 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 contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the Public Entity.
41
CA Revised May 2020 Page 2 of 4
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 Contractor and the Public Entity, its
officers, officials, employees, and volunteers, the Contractor’s liability hereunder shall be only to the
extent of the Contractor’s negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor'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.
7. Insurance. The Contractor 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 Contractor, their agents, representatives, employees or
subcontractors. Contractor’s maintenance of insurance, its scope of coverage and limits as required
herein shall not be construed to limit the liability of the Contractor 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 Scope of Insurance. Contractor 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 and $2,000,000 products-completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products-completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
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 Contractor’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 Contractor’s insurance and shall not contribute 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.
42
CA Revised May 2020 Page 3 of 4
E. Verification of Coverage. Contractor 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 Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors’ coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor-provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor’s Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of such
notice.
H. Failure to Maintain Insurance. Failure on the part of the Contractor 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 Contractor 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 Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter
40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City’s intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor’s insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, 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 and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor 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.
43
CA Revised May 2020 Page 4 of 4
14. 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.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law; Venue; Attorney’s Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. 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.
DATED this ________day of ________________________, 20 ____.
** City signatures to be obtained by
City Clerk’s Staff ONLY. **
CITY OF TUKWILA
Allan Ekberg, Mayor
ATTEST/AUTHENTICATED:
Christy O’Flaherty, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
** Contractor signature to be obtained by
sponsor staff. **
CONTRACTOR:
By:
Printed Name:
Title:
Address:
44
Estimate
Date
5/3/2023
Estimate #
4094
Name / Address
BRIDGE AT FOSTER GOLF COURSE
ADAM COX
206-427-6662
13479 56TH AVE S
TUKWILA, WA
P.O. No.Estimator
CJ
PLEASE CONTACT US TO APPROVE THIS JOB!Total
33920 211TH PL SE
AUBURN, WA 98092
(253) 630-1956
STATEWIDE PARKING LOT SERVICES, INC.
OFFICE@STATEWIDEPARKINGLOTS.COM
DescriptionQty Rate Total
BRIDGE AT FOSTER GOLF COURSE
13479 56TH AVE S
TUKWILA, WA
MOB/FUEL2 1,200.00 2,400.00
228 LN FT GRIND, CUT AND REMOVE DAMAGED BRIDGE
RAILS ON BOTH SIDES OF THE BRIDGE
4,500.00 4,500.00
HAULAWAY AND DUMP FEES FOR BROKEN SCRAP 1,200.00 1,200.00
MATERIALS AND ON-SITE FABRICATION 27,755.00 27,755.00
GRIND AND CLEAN EACH UPRIGHT POST SURFACE FOR
WELDING
3-4"x3" GALVANIZED TUBING x 36 LN FT
3-4"x3" GALVANIZED TUBING x 40 LN FT
16 HOURS ON-SITE WELDING
ZINC COATED
POWDER COAT BRIDGE RAILS OFF-WHITE TO MATCH
EXISTING COLOR
3,500.00 3,500.00
HOURS FORKLIFT RENTAL16 150.00 2,400.00
ON-SITE PAINT TOUCH UP AFTER FABRICATION IS DONE 500.00 500.00
TOTAL HOURS FLAGGING INCLUDING SIGNAGE RENTAL
(2 DAYS, 2 FLAGGERS AND SIGNAGE)
32 125.00 4,000.00
SIGNAGE RENTALS FOR STAGING THE ROAD 1,500.00 1,500.00
NO PERMITS INCLUDED
SALES TAX HAS NOT BEEN ADDED TO THIS ESTIMATE 0.00 0.00
PLEASE VISIT OUR WEBSITE FOR PICTURES OF
COMPLETED JOBS, WWW.STATEWIDEPARKINGLOTS.COM
0.00 0.00
0.00 0.00
$47,755.00
Exhibit B
45
https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2023 Agenda Items/TIC 05 -15-23/2. Foster 56th Ave S Bridge Rail Repair/Foster Point_Photos_Damage.docx
46
47
48
49
50
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, P.E., Public Works Director/ City Engineer
BY: Adam Cox, P.E., Transportation Project Manager
CC: Mayor Allan Ekberg
DATE: May 12, 2023
SUBJECT: 42nd Ave S Bridge Replacement Project - 60% Plans and Estimate (P&E) Update
ISSUE
Project update on the 42nd Ave S Bridge Replacement.
BACKGROUND
In November of 2020, Council awarded a design contract to TranTech Engineering, LLC for the
forthcoming design work on the 42nd Ave S Bridge. The project received full construction funding in
early 2022 with grant awards from Puget Sound Regional Council, the Local Bridge Program, and Move
Ahead Washington. The Type, Size, and Location (TS&L) report was initially presented to the Council
in February 2022 and submitted to the state in April 2022, with comments received June 2022.
ANALYSIS
Between the TS&L report submittal and the 30% P&E submittal, it was estimated that the Plans,
Specifications, and Estimate for construction advertisement would be available by December 2023. At
the 30% P&E submittal milestone, TranTech’s permit subconsultant began verifying what agencies
require permit applications. The majority of the permitting agencies will not field/take applications for
permits until the 30% P&E threshold is met. With the transition to 60% P&E, permit agencies informed
project staff that internal permit processes require additional time for review and acceptance. With a
better understanding of the permit application and timeline, the timeline has been adjusted to have
advertisement ready documents ready in December 2024. For the 42nd Ave S Bridge replacement, the
project team is coordinating with: Department of Natural Resources, US Army Corps of Engineers, US
Coast Guard, Federal Highway Administration, Washington State Department of Transportation,
Washington Department of Ecology, Washington State Department of Fish and Wildlife, King County
Parks and Recreation, King County Sewer, Seattle City Light, local businesses, and Tukwila’s
Department of Community Development. The project staff will also coordinate with multiple utility
providers to relocate current infrastructure. Given new specific details of the of the 60% P&E submittal,
TranTech’s permit subconsultant has the information needed to complete the required material for all
the permits listed in the permit table attached to the info memo.
NEXT STEPS
TranTech will continue to move the design forward from 60% to 90%. The project is expected to go to
bid in the first quarter of 2025.
FISCAL IMPACT
Through April 2023, TranTech has expended $1,034,276.83 of the $2,606,661 contract total, putting the
project well within budget.
RECOMMENDATION
Discussion Only. Staff request to forward this item for further discussion to the 05/22/23 Committee of
the Whole meeting.
ATTACHMENT: 42nd Ave S Bridge Permit Table
Project design Schedule
51
42ND AVENUE S BRIDGE REPLACEMENT – PERMIT TRACKING TABLE UPDATED: March 28, 2023
Permit/Compliance Agency Status Estimated Agency Review
Duration
Estimated Permit/Approval
Acquisition
Notes
SEPA City No update 120 days December 2023 Draft in-process; complete with 60% design.
Shoreline Master Program City No update 120 days December 2023 Initiate at 60% design.
NEPA CE WSDOT No update 15 days October 2024 Preliminary NEPA form prepared for WSDOT kickoff (2/14/23).
Section 4(f) – Green River Trail WSDOT No update 30 days July 2023 Initiate at 60% design.
Section 4(f) – Tukwila Community
Center
WSDOT No update 30 days July 2023 Initiate at 60% design.
Section 106 National Historic
Preservation Act
DAHP (WSDOT) Area of Potential Effect
(APE) approved;
subconsultant to
provide subsequent
evaluation support.
45 days November 2023 Compliance coordinated through WSDOT. APE consultation identified known
archaeological site in the project area; bridge to be evaluated for historic eligibility. Section
4(f) compliance may be needed for impacts to eligible historic resources (TBD).
Section 7 ESA (Biological
Assessment)
NOAA/USFWS
(WSDOT)
No update Up to one year October 2024 Compliance coordinated through WSDOT. Draft in-process.
Section 10 RHA/Section 404 CWA US Army Corps of
Engineers
No update Up to one year November 2024 Draft in-process; complete with 60% design.
Aquatic Land Easement –
Existing Bridge (demo access)
DNR No update Up to one year November 2024 Initiate at 60% design.
Aquatic Land Easement –
Temp Bridge
DNR No update Up to one year November 2024 Initiate at 60% design.
Aquatic Land Easement –
New Bridge
DNR No update Up to one year November 2024 Initiate at 60% design.
Aquatic Land Easement –
Construction Easement
DNR No update Up to one year November 2024 Initiate at 60% design.
Aquatic Land Easement –
Water Line
DNR No update Up to one year November 2024 Initiate at 60% design.
Aquatic Land Easement –
PSE Gas Line
DNR No update Up to one year November 2024 To be determined if City will apply on behalf of PSE.
Hydraulic Project Approval WDFW No update 45 days February 2024 Submittal following issuance of SEPA determination.
Section 9 RHA/Bridge Permit US Coast Guard Complete N/A Complete Advance Approval issued 8/27/21
RHA = Rivers and Harbors Act NOAA = National Oceanic and Atmospheric Administration, National Marine Fisheries Service
CWA = Clean Water Act USFWS = U.S. Fish and Wildlife Service
CE = Categorical Exclusion WSDOT = Washington Department of Transportation
DAHP = Washington Department of Archaeology and Historic Preservation ESA = Endangered Species Act
DNR = Washington Department of Natural Resources WDFW = Washington Department of Fish and Wildlife
Change log:
3/28/2023 – Initial preparation of summary table.
52
ID
T
a
s
k
N
a
m
e
Du
r
a
t
i
o
n
S
t
a
r
t
F
i
n
i
s
h
1
Pr
o
j
e
c
t
I
n
i
t
i
a
t
i
o
n
w
i
t
h
C
o
u
n
t
y
45
d
a
y
s
Mo
n
1
/
3
/
2
2
Fr
i
3
/
4
/
2
2
2
No
t
i
c
e
o
f
A
w
a
r
d
1
d
a
y
Mo
n
1
/
3
/
2
2
Mo
n
1
/
3
/
2
2
3
De
v
e
l
o
p
S
O
W
a
n
d
N
e
g
o
t
i
a
t
e
C
o
n
t
r
a
c
t
10
d
a
y
s
Tu
e
1
/
4
/
2
2
Mo
n
1
/
1
7
/
2
2
4
Ci
t
y
C
o
u
n
c
i
l
A
p
p
r
o
v
a
l
&
N
o
t
i
c
e
-
t
o
-
P
r
o
c
e
e
d
20
d
a
y
s
Tu
e
1
/
1
8
/
2
2
Mo
n
2
/
1
4
/
2
2
5
Ki
c
k
-
o
f
f
M
e
e
t
i
n
g
-
E
x
e
c
u
t
i
o
n
P
l
a
n
5
d
a
y
s
Tu
e
2
/
1
5
/
2
2
Mo
n
2
/
2
1
/
2
2
6
Ga
t
h
e
r
E
x
i
s
t
i
n
g
I
n
f
o
r
m
a
t
i
o
n
9
d
a
y
s
Tu
e
2
/
2
2
/
2
2
Fr
i
3
/
4
/
2
2
7
Su
r
v
e
y
i
n
g
a
n
d
M
a
p
p
i
n
g
40
d
a
y
s
Mo
n
3
/
7
/
2
2
Fr
i
4
/
2
9
/
2
2
8
Ob
t
a
i
n
D
e
e
d
s
&
P
r
e
p
a
r
e
R
e
s
e
a
r
c
h
10
d
a
y
s
Mo
n
3
/
7
/
2
2
Fr
i
3
/
1
8
/
2
2
9
Pe
r
f
o
r
m
F
i
e
l
d
S
u
r
v
e
y
15
d
a
y
s
Mo
n
3
/
2
1
/
2
2
Fr
i
4
/
8
/
2
2
10
Pr
o
c
e
s
s
,
I
n
t
e
g
r
a
t
e
,
a
n
d
Pr
e
p
a
r
e
T
o
p
o
g
r
a
p
h
i
c
M
a
p
15
d
a
y
s
Mo
n
4
/
1
1
/
2
2
Fr
i
4
/
2
9
/
2
2
11
Ge
o
t
e
c
h
n
i
c
a
l
I
n
v
e
s
t
i
g
a
t
i
o
n
s
34
0
d
a
y
s
Mo
n
3
/
7
/
2
2
Fr
i
6
/
2
3
/
2
3
12
Fi
e
l
d
I
n
v
e
s
t
i
g
a
t
i
o
n
s
10
d
a
y
s
Mo
n
3
/
7
/
2
2
Fr
i
3
/
1
8
/
2
2
13
Pr
e
p
a
r
e
&
S
u
b
m
i
t
D
r
a
f
t
G
e
o
t
e
c
h
n
i
c
a
l
R
e
p
o
r
t
30
d
a
y
s
Mo
n
3
/
2
1
/
2
2
Fr
i
4
/
2
9
/
2
2
14
Pr
e
p
a
r
e
&
S
u
b
m
i
t
F
i
n
a
l
G
e
o
t
e
c
h
n
i
c
a
l
R
e
p
o
r
t
30
0
d
a
y
s
Mo
n
5
/
2
/
2
2
Fr
i
6
/
2
3
/
2
3
15
En
v
i
r
o
n
m
e
n
t
a
l
I
n
v
e
s
t
i
g
a
t
i
o
n
s
&
P
e
r
m
i
t
t
i
n
g
69
0
d
a
y
s
Mo
n
3
/
7
/
2
2
Fr
i
1
0
/
2
5
/
2
4
16
Fi
e
l
d
I
n
v
e
s
t
i
g
a
t
i
o
n
s
30
d
a
y
s
Mo
n
3
/
7
/
2
2
Fr
i
4
/
1
5
/
2
2
17
Pr
e
p
a
r
e
P
r
e
l
i
m
i
n
a
r
y
N
E
P
A
C
E
F
o
r
m
97
d
a
y
s
Mo
n
9
/
1
9
/
2
2
Tu
e
1
/
3
1
/
2
3
18
Pr
e
p
a
r
e
S
E
P
A
C
h
e
c
k
l
i
s
t
&
S
u
b
m
i
t
32
6
d
a
y
s
Mo
n
9
/
1
9
/
2
2
Mo
n
1
2
/
1
8
/
2
3
19
Pr
e
p
a
r
e
D
r
a
f
t
C
r
i
t
i
c
a
l
A
r
e
a
s
R
e
p
o
r
t
&
M
i
t
i
g
a
t
i
o
n
P
l
a
n
&
S
u
b
m
i
t
11
7
d
a
y
s
Mo
n
9
/
1
9
/
2
2
Tu
e
2
/
2
8
/
2
3
20
Pr
e
p
a
r
e
J
A
R
P
A
f
o
r
H
P
A
&
S
u
b
m
i
t
20
6
d
a
y
s
Mo
n
9
/
1
9
/
2
2
Mo
n
7
/
3
/
2
3
21
Pr
e
p
a
r
e
F
i
n
a
l
N
E
P
A
C
E
F
o
r
m
&
S
u
b
m
i
t
45
3
d
a
y
s
We
d
2
/
1
/
2
3
Fr
i
1
0
/
2
5
/
2
4
22
Fi
n
a
l
i
z
e
C
r
i
t
i
c
a
l
A
r
e
a
s
R
e
p
o
r
t
&
M
i
t
i
g
a
t
i
o
n
P
l
a
n
&
S
u
b
m
i
t
15
3
d
a
y
s
We
d
3
/
1
/
2
3
Fr
i
9
/
2
9
/
2
3
23
Re
v
i
e
w
o
f
F
i
n
a
l
P
a
r
k
R
e
s
t
o
r
a
t
i
o
n
D
r
a
w
i
n
g
s
a
n
d
C
o
s
t
E
s
t
i
m
a
t
e
83
d
a
y
s
Fr
i
1
2
/
1
/
2
3
Tu
e
3
/
2
6
/
2
4
24
TS
&
L
a
n
d
A
l
t
e
r
n
a
t
i
v
e
D
e
s
i
g
n
S
t
u
d
y
10
0
d
a
y
s
Mo
n
5
/
2
/
2
2
Fr
i
9
/
1
6
/
2
2
25
De
v
e
l
o
p
m
e
n
t
o
f
A
l
t
e
r
n
a
t
i
v
e
s
29
d
a
y
s
Mo
n
5
/
2
/
2
2
Th
u
6
/
9
/
2
2
26
St
r
u
c
t
u
r
a
l
D
e
s
i
g
n
15
d
a
y
s
Fr
i
6
/
1
0
/
2
2
Th
u
6
/
3
0
/
2
2
27
Ci
v
i
l
,
R
o
a
d
w
a
y
,
a
n
d
D
r
a
i
n
a
g
e
D
e
s
i
g
n
15
d
a
y
s
Fr
i
6
/
1
0
/
2
2
Th
u
6
/
3
0
/
2
2
28
Re
v
i
e
w
M
e
e
t
i
n
g
w
i
t
h
C
i
t
y
0
d
a
y
s
Fr
i
6
/
1
0
/
2
2
Fr
i
6
/
1
0
/
2
2
29
Co
n
s
t
r
u
c
t
a
b
i
l
i
t
y
&
C
o
s
t
E
s
t
i
m
a
t
e
5
d
a
y
s
Fr
i
7
/
1
/
2
2
Th
u
7
/
7
/
2
2
30
QA
/
Q
C
6
d
a
y
s
Fr
i
7
/
8
/
2
2
Fr
i
7
/
1
5
/
2
2
31
Pr
e
p
a
r
e
&
S
u
b
m
i
t
D
r
a
f
t
R
e
p
o
r
t
7
d
a
y
s
Mo
n
7
/
1
8
/
2
2
Tu
e
7
/
2
6
/
2
2
32
Ci
t
y
R
e
v
i
e
w
o
f
S
u
b
m
i
t
t
a
l
7
d
a
y
s
We
d
7
/
2
7
/
2
2
Th
u
8
/
4
/
2
2
33
Pr
e
p
a
r
e
F
i
n
a
l
R
e
p
o
r
t
5
d
a
y
s
We
d
8
/
2
4
/
2
2
Tu
e
8
/
3
0
/
2
2
6/
1
0
De
c
Ja
n
Fe
b Ma
r
Ap
r
Ma
y Ju
n
Ju
l
A ug
Sep Oct No v De c Jan Fe b Mar Apr Ma y Jun Jul A ug Sep Oct No v Dec Jan Fe b Mar Apr Ma y Jun Jul A ug Se p Oct No v Dec Jan Fe b M
0 21
Qt
r
1
,
2
0
2
2
Qt
r
2
,
2
0
2
2
Qt
r
3
,
2
0
2
2
Qtr 4, 2022 Qtr 1, 2023 Qtr 2, 2023 Qtr 3, 2023 Qtr 4, 2023 Qtr 1, 2024 Qtr 2, 2024 Qtr 3, 2024 Qtr 4, 2024 Qtr 1, 2 0
Ta
s
k
Sp
l
i
t
Mi
l
e
s
t
o
n
e
Su
m
m
a
r
y
Pr
o
j
e
c
t
S
u
m
m
a
r
y
Ex
t
e
r
n
a
l
T
a
s
k
s
Ex
t
e
r
n
a
l
M
i
l
e
s
t
o
n
e
In
a
c
t
i
v
e
M
i
l
e
s
t
o
n
e
In
a
c
t
i
v
e
S
u
m
m
a
r
y
Ma
n
u
a
l
T
a
s
k
Du
r
a
t
i
o
n
-
o
n
l
y
Ma
n
u
a
l
S
u
m
m
a
r
y
R
o
l
l
u
p
Manual Summary Start-only Finish-only External TasksExternal Milestone Progress Deadline
Pr
o
j
e
c
t
:
4
2
n
d
A
v
e
S
B
r
i
d
g
e
R
e
p
l
a
c
e
m
e
n
t
P
r
o
j
e
c
t
Da
t
e
:
We
d
1
/
1
8
/
2
3
53
ID
T
a
s
k
N
a
m
e
Du
r
a
t
i
o
n
S
t
a
r
t
F
i
n
i
s
h
34
QA
/
Q
C
10
d
a
y
s
We
d
8
/
3
1
/
2
2
Tu
e
9
/
1
3
/
2
2
35
Su
b
m
i
t
F
i
n
a
l
R
e
p
o
r
t
3
d
a
y
s
We
d
9
/
1
4
/
2
2
Fr
i
9
/
1
6
/
2
2
36
Pl
a
n
s
,
S
p
e
c
i
f
i
c
a
t
i
o
n
s
,
a
n
d
E
s
t
i
m
a
t
e
57
9
d
a
y
s
Fr
i
9
/
1
6
/
2
2
We
d
1
2
/
4
/
2
4
37
30
%
P
S
&
E
D
o
c
u
m
e
n
t
s
11
4
d
a
y
s
Fr
i
9
/
1
6
/
2
2
We
d
2
/
2
2
/
2
3
38
St
r
u
c
t
u
r
a
l
D
e
s
i
g
n
91
d
a
y
s
Fr
i
9
/
1
6
/
2
2
Fr
i
1
/
2
0
/
2
3
39
Ci
v
i
l
,
R
o
a
d
w
a
y
,
a
n
d
D
r
a
i
n
a
g
e
D
e
s
i
g
n
91
d
a
y
s
Fr
i
9
/
1
6
/
2
2
Fr
i
1
/
2
0
/
2
3
40
QA
/
Q
C
-
C
o
n
s
t
r
u
c
t
a
b
i
l
i
t
y
R
e
v
i
e
w
-
C
o
s
t
E
s
t
i
m
a
t
i
o
n
5
d
a
y
s
Mo
n
1
/
2
3
/
2
3
Fr
i
1
/
2
7
/
2
3
41
Pr
e
p
a
r
e
3
0
%
P
S
&
E
P
a
c
k
a
g
e
&
S
u
b
m
i
t
2
d
a
y
s
Tu
e
1
/
3
1
/
2
3
We
d
2
/
1
/
2
3
42
Ci
t
y
R
e
v
i
e
w
o
f
S
u
b
m
i
t
t
a
l
15
d
a
y
s
Th
u
2
/
2
/
2
3
We
d
2
/
2
2
/
2
3
43
60
%
P
S
&
E
D
o
c
u
m
e
n
t
s
65
d
a
y
s
Th
u
2
/
2
3
/
2
3
We
d
5
/
2
4
/
2
3
44
St
r
u
c
t
u
r
a
l
D
e
s
i
g
n
30
d
a
y
s
Th
u
2
/
2
3
/
2
3
We
d
4
/
5
/
2
3
45
Ci
v
i
l
,
R
o
a
d
w
a
y
,
a
n
d
D
r
a
i
n
a
g
e
D
e
s
i
g
n
30
d
a
y
s
Th
u
2
/
2
3
/
2
3
We
d
4
/
5
/
2
3
46
QA
/
Q
C
-
C
o
n
s
t
r
u
c
t
a
b
i
l
i
t
y
R
e
v
i
e
w
-
C
o
s
t
E
s
t
i
m
a
t
i
o
n
10
d
a
y
s
Th
u
4
/
6
/
2
3
We
d
4
/
1
9
/
2
3
47
Pr
e
p
a
r
e
6
0
%
P
S
&
E
P
a
c
k
a
g
e
&
S
u
b
m
i
t
10
d
a
y
s
Th
u
4
/
2
0
/
2
3
We
d
5
/
3
/
2
3
48
Ci
t
y
R
e
v
i
e
w
o
f
S
u
b
m
i
t
t
a
l
15
d
a
y
s
Th
u
5
/
4
/
2
3
We
d
5
/
2
4
/
2
3
49
90
%
P
S
&
E
D
o
c
u
m
e
n
t
s
17
1
d
a
y
s
Th
u
5
/
2
5
/
2
3
Th
u
1
/
1
8
/
2
4
50
St
r
u
c
t
u
r
a
l
D
e
s
i
g
n
13
6
d
a
y
s
Th
u
5
/
2
5
/
2
3
Th
u
1
1
/
3
0
/
2
3
51
Ci
v
i
l
,
R
o
a
d
w
a
y
,
a
n
d
D
r
a
i
n
a
g
e
D
e
s
i
g
n
13
6
d
a
y
s
Th
u
5
/
2
5
/
2
3
Th
u
1
1
/
3
0
/
2
3
52
QA
/
Q
C
-
C
o
n
s
t
r
u
c
t
a
b
i
l
i
t
y
R
e
v
i
e
w
-
C
o
s
t
E
s
t
i
m
a
t
i
o
n
10
d
a
y
s
Fr
i
1
2
/
1
/
2
3
Th
u
1
2
/
1
4
/
2
3
53
Pr
e
p
a
r
e
9
0
%
P
S
&
E
P
a
c
k
a
g
e
&
S
u
b
m
i
t
10
d
a
y
s
Fr
i
1
2
/
1
5
/
2
3
Th
u
1
2
/
2
8
/
2
3
54
Ci
t
y
R
e
v
i
e
w
o
f
S
u
b
m
i
t
t
a
l
15
d
a
y
s
Fr
i
1
2
/
2
9
/
2
3
Th
u
1
/
1
8
/
2
4
55
10
0
%
P
S
&
E
D
o
c
u
m
e
n
t
s
a
n
d
W
S
D
O
T
R
e
v
i
e
w
17
3
d
a
y
s
Fr
i
1
/
1
9
/
2
4
Tu
e
9
/
1
7
/
2
4
56
St
r
u
c
t
u
r
a
l
D
e
s
i
g
n
11
7
d
a
y
s
Fr
i
1
/
1
9
/
2
4
Mo
n
7
/
1
/
2
4
57
Ci
v
i
l
,
R
o
a
d
w
a
y
,
a
n
d
D
r
a
i
n
a
g
e
D
e
s
i
g
n
15
d
a
y
s
Fr
i
1
/
1
9
/
2
4
Th
u
2
/
8
/
2
4
58
QA
/
Q
C
-
C
o
n
s
t
r
u
c
t
a
b
i
l
i
t
y
R
e
v
i
e
w
-
C
o
s
t
E
s
t
i
m
a
t
i
o
n
5
d
a
y
s
Tu
e
7
/
2
/
2
4
Mo
n
7
/
8
/
2
4
59
Pr
e
p
a
r
e
1
0
0
%
P
S
&
E
P
a
c
k
a
g
e
&
S
u
b
m
i
t
8
d
a
y
s
Tu
e
7
/
9
/
2
4
Th
u
7
/
1
8
/
2
4
60
Ci
t
y
&
W
S
D
O
T
R
e
v
i
e
w
o
f
S
u
b
m
i
t
t
a
l
43
d
a
y
s
Fr
i
7
/
1
9
/
2
4
Tu
e
9
/
1
7
/
2
4
61
Ad
R
e
a
d
y
P
S
&
E
D
o
c
u
m
e
n
t
s
56
d
a
y
s
We
d
9
/
1
8
/
2
4
We
d
1
2
/
4
/
2
4
62
St
r
u
c
t
u
r
a
l
D
e
s
i
g
n
49
d
a
y
s
We
d
9
/
1
8
/
2
4
Mo
n
1
1
/
2
5
/
2
4
63
Ci
v
i
l
,
R
o
a
d
w
a
y
,
a
n
d
D
r
a
i
n
a
g
e
D
e
s
i
g
n
49
d
a
y
s
We
d
9
/
1
8
/
2
4
Mo
n
1
1
/
2
5
/
2
4
64
QA
/
Q
C
-
C
o
n
s
t
r
u
c
t
a
b
i
l
i
t
y
R
e
v
i
e
w
-
C
o
s
t
E
s
t
i
m
a
t
i
o
n
3
d
a
y
s
Tu
e
1
1
/
2
6
/
2
4
Th
u
1
1
/
2
8
/
2
4
65
Pr
e
p
a
r
e
A
d
R
e
a
d
y
P
S
&
E
P
a
c
k
a
g
e
&
S
u
b
m
i
t
4
d
a
y
s
Fr
i
1
1
/
2
9
/
2
4
We
d
1
2
/
4
/
2
4
66
A d
R
e
a
d
y
P
S
&
E
B
i
d
R
e
a
d
y
P
a
c
k
a
g
e
S
u
b
m
i
t
t
a
l
0
d
a
y
s
We
d
1
2
/
4
/
2
4
We
d
1
2
/
4
/
2
4
12/4
De
c
Ja
n
Fe
b Ma
r
Ap
r
Ma
y Ju
n
Ju
l
A ug
Sep Oct No v De c Jan Fe b Mar Apr Ma y Jun Jul A ug Sep Oct No v Dec Jan Fe b Mar Apr Ma y Jun Jul A ug Se p Oct No v Dec Jan Fe b M
0 21
Qt
r
1
,
2
0
2
2
Qt
r
2
,
2
0
2
2
Qt
r
3
,
2
0
2
2
Qtr 4, 2022 Qtr 1, 2023 Qtr 2, 2023 Qtr 3, 2023 Qtr 4, 2023 Qtr 1, 2024 Qtr 2, 2024 Qtr 3, 2024 Qtr 4, 2024 Qtr 1, 2 0
Ta
s
k
Sp
l
i
t
Mi
l
e
s
t
o
n
e
Su
m
m
a
r
y
Pr
o
j
e
c
t
S
u
m
m
a
r
y
Ex
t
e
r
n
a
l
T
a
s
k
s
Ex
t
e
r
n
a
l
M
i
l
e
s
t
o
n
e
In
a
c
t
i
v
e
M
i
l
e
s
t
o
n
e
In
a
c
t
i
v
e
S
u
m
m
a
r
y
Ma
n
u
a
l
T
a
s
k
Du
r
a
t
i
o
n
-
o
n
l
y
Ma
n
u
a
l
S
u
m
m
a
r
y
R
o
l
l
u
p
Manual Summary Start-only Finish-only External TasksExternal Milestone Progress Deadline
Pr
o
j
e
c
t
:
4
2
n
d
A
v
e
S
B
r
i
d
g
e
R
e
p
l
a
c
e
m
e
n
t
P
r
o
j
e
c
t
Da
t
e
:
We
d
1
/
1
8
/
2
3
54