Loading...
HomeMy WebLinkAboutTIS 2024-05-21 Item 2A - Bid Award - Sewer Lift Station #5 Rebuild with Gary Harper ConstructionCity of Tukwila Public Works Department - Harr Ponnekanti, Director/City Engineer Thomas McLeod. Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/City Engineer BY: Adib Altallal, Utilities Engineer CC: Mayor Thomas McLeod DATE: May 17, 2024 SUBJECT: Sewer Lift Station 5 Rebuild Project Project No. 92340201 Construction Bid Award ISSUE Approve construction bid award with Gary Harper Construction, Inc. for Sewer Lift Station 5 Rebuild Project. BACKGROUND Sewer Lift Station 5 is located near the 1-405 ramps at Interurban Ave S, along Fort Dent Way. The sewer lift station was originally constructed in 1980 and later updated in 2000. No significant improvements have taken place since. The pumps, fittings, and electrical components have neared their useful life and have resulted in an increased need for maintenance. The existing pumps are obsolete, and the electrical components will need to be brought up to code to prevent unsafe access by City staff. Rebuilding Sewer Lift Station 5 will reduce maintenance costs and reduce the risk of failure. DISCUSSION A call for bids was advertised for the Sewer Lift Station 5 Rebuild Project on April 25, and May 2, 2024. three bids were opened on May 16, 2024, and the confirmed lowest bidder was Gary Harper Construction, Inc. with a bid of $1,649,438.22. The engineer's estimate was $1,695,882.97. FINANCIAL IMPACT Construction costs associated with the Sewer Lift Station 5 Rebuild are within the approved budget and will be funded by the sewer enterprise fund. Cost Estimate Contract $1,649,438.22 Contingency — 15% 247,715.33 Total $1,896,853.95 Fund Source 2023-24 Construction Budget Sewer Fund $2,000,000.00 RECOMMENDATION Council is being asked to approve the construction award with Gary Harper Construction, Inc. in the amount of $1,649,438.22 for the Sewer Lift Station 5 Rebuild Project and consider this item on the Consent Agenda at the June 3, 2024 Regular Meeting. Attachments: 2023 CIP, Page 67 Gary Harper Construction, Inc. Construction Contract Bid Tabulation 1 ITY OF TUK I A APITA ROJECT SUMMA Y 2023 to 2028 OJE T: Sewer Lift Station No. 5 Rebuild Project No. 92340201 DES I TIO : Rebuilding of sewer lift station 5 will reduce maintenance costs and reduce the risk of failure. JUSTIFI ATIO Aging sewer lift station requires the replacement of motors, pumps, and controls at older lift stations to reduce maintenance. STATUS: The sewer lift station has been seeing a lot of issues with maintenance of pumps and motors. The existing panels and valves are in a confined space and will need to be moved to grade for safer access. MAI T. IM A T: New pumps will reduce the liability of the existing pumps that are obsolete and prone to fail. OMME T: Additional right-of-way or property will be required for the new backup generators to be installed. FI A IA (in $000's) Through Estimated 2021 2022 2023 2024 2025 2026 2027 2028 BEYO D TOTA EXPENSES Design 250 50 300 Land (R/W) 0 Const. Mgmt. 50 200 250 Construction 1,000 1,000 2,000 TOTA EX E SES 0 0 1,300 1,250 0 0 0 0 2,550 FUND SOURCES Awarded Grant 0 Proposed Bond/ULID 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 0 0 1,300 1,250 0 0 0 0 2,550 TOTA SOU ES 0 0 1,300 1,250 0 0 0 0 0 2,550 Project Location ; ; a ; "_ e isea - - �TonorlLe . L 3..14.3r afyn H7 l I i N rre or > / !L . ;_ w SIP■ p•. Ur. 0 mod' .� .-I , A—'7. - .: Bsma � m q y 4 -gig % 2023 - 2028 Capital Improvement Program ® "accrier- a m 67 2 PROPOSAL (unit price) Contractor's Name Contractor's State License No. City of Tukwila Project Nos. 92340201 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that they personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled LIFT STATION #5 DESIGN RETROFIT, which includes but is not limited to: Construction of an above ground electrical building with new controls and installation of a new meter vault and new submersible pumps, piping, and valves. The project includes rehab work (demolition, cleaning, and coating) in the existing wet well, installation of miscellaneous site improvements, relocation of the existing generator, and other work necessary to complete the Work as specified and shown in the Contract Documents. The project also includes the relocation of existing gravity sewer, installation of approximately 55 lineal feet of new 4-inch ductile iron forcemain and connection of the new forcemain to the existing forcemain as specified and shown in the Contract Documents. The undersigned further certifies that they have read and thoroughly understand these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) ❑ bid bond or ❑ cash, ❑cashier's check,❑ certified check, or ❑ postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. The Bidder shall attain Physical Completion of all Work in all respects within 140 working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. 3 CITY OF TUKW/LA P-2 LIFT STATION #5 DESIGN RETROFIT Project No. 92340201 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. It is the intent of the OWNER to award the lowest responsible BIDDER for the total price bid for the project. BID SCHEDULE SCHEDULE A — SEWER ITEM NO. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL A-1 Mobilization (10% Max.) 1 LS A-2 Unexpected Site Changes 1 FA $25,000.00 A-3 Record Drawings 1 LS A-4 Project Temporary Traffic Control 1 LS A-5 Demolition of Existing Meter Vault 1 LS A-6 Demolition of Existing Pumps/Piping 1 LS A-7 Cap and Fill Pipes to be Abandoned 2 EA A-8 Temporary Water Pollution/Erosion Control 1 LS A-g Resurface Existing Lawn (Microclover and Reinforced Grass Pave) 1 LS A-10 Removable Bollards 18 EA A-11 Retractable Bollards 6 EA A-12 Concrete Pads 30 SY A-13 Concrete Driveway 25 SY A-14 Shoring & Trench Safety 1 LS A-15 2" to 4" Base Rock (Foundation Material) 15 TN A-16 Crushed Surfacing Top Course (Backfill) 55 TN A-17 Quarry Spall 200 TN A-18 New 1" Water Meter (with New PRV) 1 LS A-19 New 1" DCVA (with Hot Box and Yard Hydrant) 1 LS A-20 Modification to Ex. Wet Well 1 LS A-21 CDF 20 CY A-22 Cleaning and Coating/Lining of Ex. Wet Well 1 LS A-23 48" SSMH, Type 1 1 EA A-24 8" PVC SDR35 Pipe 77 LF Rev. 5-13-14 LIFT STATION #5 DESIGN RETROFIT PROJECT NUMBER 92340201 APR/L 2024 4 CITY OF TUKW/LA P-3 ITEM NO. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL A-25 Permanent Bypass Connection 1 LS A-26 New Submersible Pumps and Spare Parts 1 LS A-27 New Piping/Fittings within Wet Well 1 LS A-28 New Valve/Meter Vault 1 LS A-29 4" Ductile Iron Force Main (CL 52 RJ) 55 LF A-30 Temporary Bypass Pumping 1 LS A-31 Connection to Existing Sewer Structure 2 EA A-32 Connection to Existing Force Main 1 LS A-33 Demolition of Existing Electrical Controls/Panels 1 LS A-34 Relocate Existing Generator 1 LS A-35 Electrical Work at Generator Pad 1 LS A-36 Additional Site Lighting 1 LS A-37 New Electrical Control Building 1 LS A-38 Electrical Work at Control Building Pad 1 LS A-39 Electrical Improvements (Controls, Hardware, Enclosures, etc.) 1 LS SCHEDULE A SUBTOTAL 10.1 % SALES TAX TOTAL SCHEDULE A Tax Rule 170 applies to Schedule A per Section 1-07.2. SCHEDULE B — ROADWORK ITEM NO. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL B-1 Mobilization (10% Max.) 1 LS B-2 Unexpected Site Changes 1 FA $25,000.00 B-3 Project Temporary Traffic Control 1 LS B-4 Temporary Water Pollution/Erosion Control 1 LS B-5 Rolled Curb with Transitions 200 LF B-6 2" Grind and Overlay 52 TN B-7 Permanent Asphalt Trench Pavement Restoration (HMA 1/2" PG 58 H-22) 15 TN B-8 Crushed Surfacing Top Course (Backfill) 20 TN TOTAL SCHEDULE B Tax Rule 171 applies to Schedule B, per Section 1-07.2. Rev. 5-13-14 LIFT STATION #5 DESIGN RETROFIT PROJECT NUMBER 92340201 5 APR/L 2024 DID' OF TUKW/LA P-4 SCHEDULE A TOTAL, incl. tax SCHEDULE B TOTAL TOTAL AMOUNT BID Total Bid Price in Words: Rev. 5-13-14 LIFT STATION #5 DESIGN RETROFIT PROJECT NUMBER 92340201 APR/L 2024 6 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of handwriting in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard -copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all Addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the Bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: Title: Date: 7 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. 1 3 2 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is of (Name) (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: Check One: ❑ Individual ❑ Partnership State of Incorporation: ❑ Joint Venture ❑ Corporation Phone No.: Date: This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co partnership, give the firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a Corporation, proposal must be executed in the Corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. 8 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). -- OR -- Bid Bond: The undersigned, (Principal), and (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of dollars ($ ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for Lift Station #5 Design Retrofit, Project No. 92340201, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise, it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this day of , 20 Principal Surety By: Signature of Authorized Official Attorney -in -Fact (Attach Power of Attorney) Title Name and address of local office of Agent and/or Surety Company: Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. 9 This page is intentionally left blank. 10 NON -COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named Lift Station #5 Design Retrofit, Project No. 92340201. Name of Firm Signature of Authorized Official Title SEAL To report bid rigging activities call: Signed and sworn to before me on this day of ,20 Signature of Notary Public in and for the State of Washington, residing at My appointment expires: NOTICE TO ALL BIDDERS 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially, and caller anonymity will be respected. 11 This page is intentionally left blank. 12 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Address of Bidder: City State Zip Code Contractor's License No. WA State UBI No. License Bond Registration No. Dept. of L&I Worker's Comp. Acct. No. Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture ❑ Incorporated in the State of List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from Bank Reference Year Bank No. of regular full-time employees: Account Officer Officer's Phone No. Number of projects in the past 10 years completed: ahead of schedule _on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): How Long Name Title With Bidder 13 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? ❑ Yes ❑ No Surveyor's Name: List all those projects, of similar nature and size, completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. The bidder must have at least ten (10) years experience working on projects of similar nature and size. Project Name Year Owner/Reference Completed Contract Amount Name and Phone List all projects undertaken in the last ten (10) years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Project Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? ❑ No ❑ Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? ❑ No ❑ Yes If yes, please state: Project Name Contracting Party Bond Amount 14 Has Bidder ever been found guilty of violating any State or Federal employment laws? ❑ No ❑ Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? ❑ No ❑ Yes If yes, give details:_ Has any adverse legal judgment been rendered against Bidder in the past five (5) years? ❑ No ❑ Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past five (5) years? ❑ No ❑ Yes If yes, please state: Date Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: Date: 15 This page is intentionally left blank. 16 CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, May 16, 2024, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgement entered by a court of limited or general jurisdiction. certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder's Business Name Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation ❑ State of Incorporation, or if not a corporation, State where business entity was formed: If a co -partnership, give firm name under which business is transacted: *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, a proposal must be executed by a partner. 17 This page is intentionally left blank. 18 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Labor to be used: Name of Bidder Signature of Authorized Official Title 19 This page is intentionally left blank. 20 PROPOSED SUBCONTRACTORS Name of Bidder In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: structural steel installation, rebar installation, electrical, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. Prime Contractor must declare if they intend to perform any of these items. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder Name Schedule/Bid Item Numbers Subcontractor will perform % of Total Bid WORK TO BE PERFORMED BY PRIME CONTRACTOR 21 This page is intentionally left blank. 22 AA PACE Tukwila Project # 92340201 Bid Open: May 16, 2024 City of Tukwila Lift Station 5 Retrofit Bid Tab APPARENT LOW BIDDER Correction SCHEDULE A - LIFT STATION / SEWER Encineer's Estimate Gary Harper Construction Northwest Cascade, Inc. Anvil Builders Inc ITEM NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT A-1 Mobilization (10% Max.) 1 LS $ 131,040.00 $ 131,040.00 $ 150,500.00 $ 150,500.00 $ 170,720.00 $ 170,720.00 $ 260,000.00 $ 260,000.00 A-2 Unexpected Site Changes 1 FA $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 A-3 Record Drawings 1 LS $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 7,000.00 $ 7,000.00 $ 12,000.00 $ 12,000.00 A-4 Project Temporary Traffic Control 1 LS $ 37,500.00 $ 37,500.00 $ 21,700.00 $ 21,700.00 $ 234,000.00 $ 234,000.00 $ 400,000.00 $ 400,000.00 A-5 Demolition of Existing Meier Vault 1 LS $ 8,500.00 $ 8,500.00 $ 7,200.00 $ 7,200.00 $ 10,000.00 $ 10,000.00 $ 12,000.00 $ 12,000.00 A-6 Demolition of Existing Pumps/Piping 1 LS $ 25,000.00 $ 25,000.00 $ 27,500.00 $ 27,500.00 $ 15,000.00 $ 15,000.00 $ 10,000.00 $ 10,000.00 A-7 Cap and Fill Pipes to be Abandoned 2 EA $ 2,500.00 $ 5,000.00 $ 5,142.00 $ 10,284.00 $ 2,000.00 $ 4,000.00 $ 7,500.00 $ 15,000.00 A-8 Temporary Water Pollution/Erosion Control 1 LS $ 6,000.00 $ 6,000.00 $ 4,800.00 $ 4,800.00 $ 30,000.00 $ 30,000.00 $ 150,000.00 $ 150,000.00 A-9 Resurface Existing Lawn (Microclover and Reinforced Grass Pave; 1 LS $ 30,000.00 $ 30,000.00 $ 32,700.00 $ 32,700.00 $ 9,000.00 $ 9,000.00 $ 35,000.00 $ 35,000.00 A-10 Removable Bollards 18 EA $ 1,000.00 $ 18,000.00 $ 1,657.00 $ 29,826.00 $ 2,125.00 $ 38,250.00 $ 4,000.00 $ 72,000.00 A-11 Retractable Bollards 6 EA $ 1,250.00 $ 7,500.00 $ 2,190.00 $ 13,140.00 $ 2,300.00 $ 13,800.00 $ 4,600.00 $ 27,600.00 A-12 Concrete Pads 30 SY $ 1,000.00 $ 30,000.00 $ 842.00 $ 25,260.00 $ 327.00 $ 9,810.00 $ 1,000.00 $ 30,000.00 A-13 Concrete Driveway 25 SY $ 150.00 $ 3,750.00 $ 316.00 $ 7,900.00 $ 347.00 $ 8,675.00 $ 900.00 $ 22,500.00 A-14 Shoring 8 Trench Safety 1 LS $ 20,000.00 $ 20,000.00 $ 12,700.00 $ 12,700.00 $ 12,500.00 $ 12,500.00 $ 410,000.00 $ 410,000.00 A-15 2" to 4" Base Rock (Foundation Material) 15 TN $ 150.00 $ 2,250.00 $ 110.00 $ 1,650.00 $ 117.00 $ 1,755.00 $ 180.00 $ 2,700.00 A-16 Crushed Surfacing Top Course (Backfill) 55 TN $ 100.00 $ 5,500.00 $ 96.00 $ 5,280.00 $ 114.00 $ 6,270.00 $ 150.00 $ 8,250.00 A-17 Quany Spell 200 TN $ 100.00 $ 20,000.00 $ 110.00 $ 22,000.00 $ 100.00 $ 20,000.00 $ 120.00 $ 24,000.00 A-18 New 1" Water Meier (incl. New PRY) 1 LS $ 8,000.00 $ 8,000.00 $ 7,500.00 $ 7,500.00 $ 6,950.00 $ 6,950.00 $ 15,000.00 $ 15,000.00 A-19 New 1" DCVA (incl. Hot Box and Yard Hydrant) 1 LS $ 7,000.00 $ 7,000.00 $ 7,100.00 $ 7,100.00 $ 7,300.00 $ 7,300.00 $ 16,000.00 $ 16,000.00 A-20 Modification to Ex. Wet Well 1 LS $ 15,000.00 $ 15,000.00 $ 99,900.00 $ 99,900.00 $ 15,000.00 $ 15,000.00 $ 24,000.00 $ 24,000.00 A-21 CDF 20 CY $ 350.00 $ 7,000.00 $ 218.00 $ 4,360.00 $ 280.00 $ 5,600.00 $ 600.00 $ 12,000.00 A-22 Cleaning and Coating/Lining of Ex. Wet Well 1 LS $ 50,000.00 $ 50,000.00 $ 40,000.00 $ 40,000.00 $ 72,000.00 $ 72,000.00 $ 25,000.00 $ 25,000.00 A-23 48" SSMH, Type 1 1 EA $ 15,000.00 $ 15,000.00 $ 11,500.00 $ 11,500.00 $ 7,400.00 $ 7,400.00 $ 17,000.00 $ 17,000.00 A-24 8" PVC SDR35 Pipe 77 LF $ 150.00 $ 11,550.00 $ 148.00 $ 11,396.00 $ 222.00 $ 17,094.00 $ 400.00 $ 30,800.00 A-25 Permanent Bypass Connection 1 LS $ 7,500.00 $ 7,500.00 $ 13,900.00 $ 13,900.00 $ 11,000.00 $ 11,000.00 $ 17,000.00 $ 17,000.00 A-26 New Submersible Pumps and Spare Parts 1 LS $ 120,000.00 $ 120,000.00 $ 120,000.00 $ 120,000.00 $ 160,000.00 $ 160,000.00 $ 100,000.00 $ 100,000.00 A-27 New Piping/Fittings within Wet Well 1 LS $ 75,000.00 $ 75,000.00 $ 24,200.00 $ 24,200.00 $ 18,000.00 $ 18,000.00 $ 45,000.00 $ 45,000.00 A-28 New Valve/Meter Vault 1 LS $ 100,000.00 $ 100,000.00 $ 96,300.00 $ 96,300.00 $ 55,000.00 $ 55,000.00 $ 80,000.00 $ 80,000.00 A-29 4" Ductile Iron Force Main (CL 52 RJ) 55 LF $ 325.00 $ 17,875.00 $ 201.00 $ 11,055.00 $ 340.00 $ 18,700.00 $ 500.00 $ 27,500.00 A-30 Temporary Bypass Pumping 1 LS $ 60,000.00 $ 60,000.00 $ 142,200.00 $ 142,200.00 $ 180,000.00 $ 180,000.00 $ 300,000.00 $ 300,000.00 A-31 Connection to Existing Sewer Structure 2 EA $ 5,000.00 $ 10,000.00 $ 785.00 $ 1,570.00 $ 7,500.00 $ 15,000.00 $ 20,000.00 $ 40,000.00 A-32 Connection to Existing Force Main 1 LS $ 5,000.00 $ 5,000.00 $ 1,200.00 $ 1,200.00 $ 5,000.00 $ 5,000.00 $ 23,000.00 $ 23,000.00 A-33 Demolition of Existing Electrical Controls/Panels 1 LS $ 25,000.00 $ 25,000.00 $ 7,900.00 $ 7,900.00 $ 18,000.00 $ 18,000.00 $ 15,000.00 $ 15,000.00 A-34 Relocate Existing Generator 1 LS $ 7,500.00 $ 7,500.00 $ 5,200.00 $ 5,200.00 $ 70,000.00 $ 70,000.00 $ 45,000.00 $ 45,000.00 A-35 Electrical Work at Generator Pad 1 LS $ 15,000.00 $ 15,000.00 $ 15,100.00 $ 15,100.00 $ 22,575.00 $ 22,575.00 $ 20,000.00 $ 20,000.00 A-36 Additional Site Lighting 1 LS $ 15,000.00 $ 15,000.00 $ 14,100.00 $ 14,100.00 $ 24,250.00 $ 24,250.00 $ 14,000.00 $ 14,000.00 A-37 New Electrical Control Building 1 LS $ 65,000.00 $ 65,000.00 $ 85,000.00 $ 85,000.00 $ 82,000.00 $ 82,000.00 $ 150,000.00 $ 150,000.00 A-38 Electrical Work at Control Building Pad 1 LS $ 25,000.00 $ 25,000.00 $ 61,200.00 $ 61,200.00 $ 103,000.00 $ 103,000.00 $ 90,000.00 $ 90,000.00 A-39 Electrical Improvements (Controls, Hardware, Enclosures, etc.) 1 LS $ 400,000.00 $ 400,000.00 $ 238,000.00 $ 238,000.00 $ 230,000.00 $ 230,000.00 $ 35,000.00 $ 35,000.00 SCHEDULE A SUBTOTAL $ 1,441,465.00 $ 1,421,121.00 $ 1,759,649.00 $ 2,657,350.00 WA STATE SALES TAX (10.1 %) $ 145,587.97 $ 143,533.22 $ 177,724.55 $ 268,392.35 TOTAL SCHEDULE A $ 1,587,052.97 $ 1,564,654.22 $ 1,937,373.55 $ 2,925,742.35 SCHEDULE B - ROAD Enclneer's Estimate CONTRACTOR A CONTRACTOR B CONTRACTOR C ITEM NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT B-1 Mobilization (10% Max.) 1 LS $ 9,880.00 $ 9,880.00 $ 2,000.00 $ 2,000.00 $ 10,000.00 $ 10,000.00 $ 15,000.00 $ 15,000.00 B-2 Unexpected Site Changes 1 FA $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 B-3 Project Temporary Traffic Control 1 LS $ 37,500.00 $ 37,500.00 $ 5,100.00 $ 5,100.00 $ 18,000.00 $ 18,000.00 $ 70,000.00 $ 70,000.00 B-4 Temporary Water Pollution/Erosion Control 1 LS $ 6,000.00 $ 6,000.00 $ 3,800.00 $ 3,800.00 $ 6,600.00 $ 6,600.00 $ 7,000.00 $ 7,000.00 B-5 Rolled Curb with Transitions 200 LF $ 90.00 $ 18,000.00 $ 69.00 $ 13,800.00 $ 85.00 $ 17,000.00 $ 200.00 $ 40,000.00 B-6 2" Grind and Overlay 52 TN $ 100.00 $ 5,200.00 $ 457.00 $ 23,764.00 $ 560.00 $ 29,120.00 $ 250.00 $ 13,000.00 B-7 Permanent Asphalt Trench Pavement Restoration (HMA Class 1/2 15 TN $ 350.00 $ 5,250.00 $ 656.00 $ 9,840.00 $ 475.00 $ 7,125.00 $ 450.00 $ 6,750.00 B-8 Crushed Surfacing Top Course (Baclfill) 20 TN $ 100.00 $ 2,000.00 $ 74.00 $ 1,480.00 $ 119.00 $ 2,380.00 $ 150.00 $ 3,000.00 SCHEDULE B SUBTOTAL $ 108,830.00 $ 84,784.00 $ 115,225.00 $ 179,750.00 PROJECT TOTALS I Engineer's Estimate CONTRACTOR A CONTRACTOR B CONTRACTOR B SUBTOTAL SCHEDULE A $ 1,441,465.00 SUBTOTAL SCHEDULE A $ 1,421,121.00 SUBTOTAL SCHEDULE A $ 1,759,649.00 SUBTOTAL SCHEDULE A $ 2,657,350.00 SUBTOTAL SCHEDULE B $ 108,830.00 SUBTOTAL SCHEDULE B $ 84,784.00 SUBTOTAL SCHEDULE B $ 115,225.00 SUBTOTAL SCHEDULE B $ 179,750.00 TOTAL SALES TAX $ 145,587.97 TOTAL SALES TAX $ 143,533.22 TOTAL SALES TAX $ 177,724.55 TOTAL SALES TAX $ 268,392.35 $ 1,695,882.97 $ 1,649,438.22 $ 2,052,598.55 $ 3,105,492.35 23