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