Loading...
HomeMy WebLinkAbout02/04/2020 06C Spring Creek Road Improvement Project Completion of Phase 1 / Contract Acceptance - TTC Construction a\'4\lyy bxk ik 1 +� PPP d P PPPPPP+Pd s' lii it tYlltYlA.\ta. BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.C. For Meeting of: February 4, 2020 ITEM TITLE: Project Completion and Contract Acceptance for TTC Construction - Project 2428 Spring Creek Road Improvement Phase 1 SUBMITTED BY: Scott Schafer- Director of Public Works Bob Desgrosellier-Acting Chief City Engineer 509-575-6228 SUMMARY EXPLANATION: City Project 2428 provided for the re-construction and widening of 36th Avenue, Sorenson Road and 38th Avenue along Spring Creek Road in association with the SOZO Sports Complex. The project consisted of roadway excavation, storm drainage system, crushed surfacing base course, HMA, curb, gutter and sidewalk,ADA ramps, illumination and other related work. Final inspection for this project was made and the recommendation is that the project be accepted. A final payment of$59,553.53 (5% retainage) is due from the City to TTC Construction for the completion of the Spring Creek Road Improvement Phase 1 Project. Project Manager: Bob Desgrosellier Contractor: TTC Construction Contract Awarded: 3/11/2019 Contract Cost: $1,133,677.28 Retainage Due: $59,553.53 The total contract cost is for construction only and does not include engineering and other costs. City Council action is required to accept the project and approve the final construction costs. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Economic Development APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Accept Project 2 ATTACHMENTS: Description Upload Date Type D Contact Spirals inccl 1116/21t20 Backup Material Vicinity Map 111612020 Backup intaterial City of Yakima PROJECT TITLE Spring Creek Road Improvement Project-Phase 1 City Engineering Division 129 N 2nd Street City Project No.: 2428 Yakima,WA 98901 TO: TTC Construction Progress Estimate No.: FINAL Date January 15,2020 TON Item Unit Bid Contract i To Date %of Amount 1 Previous Previous Quantity 1 Amount No. Description '.....QTY UNIT Price Amount Quantity Contract _ Quattty Payment this petiad'...,_ Quo '..... SCHEDULE A _ 1 Mobilization 1 LS $54,200.00 $ 54,200.00 1 100% $ 54,200.00 1 $ 54,200.00 0 $ 2 Clearing and Grubbing 1 LS $14,500.00 $ 14,500.00 1 100% $ 14,500.00 1 $ 14,500.00 0 $ - 3 Removal of Structure and Obstruction 1 LS $17,800.00 $ 17,800.00 1 100% $ 17,800.00 1 $ 17,800.00 0 $ - 4 Roadway Excavation Incl.Haul 6970 CY $8.70 $ 60,639.00 8970 129% $ 78,039.00 8970 $ 78,039.00 0 $ - 5 Concrete Inlet 11 EA $1,780.00 $ 19,580.00 11 100% $ 19,580.00 11 $ 19,580.00 0 $ - 6 Schedule 80 PVC Pipe,12 In.Diam. 72 LF $75.00 $ 5,400.00 80 111% $ 6,000.00 80 $ 6,000.00 0 $ - 7 Catch Basin,Type 1 20 EA $1,700.00 $ 34,000.00 20 100% $ 34,000.00 20 $ 34,000.00 0 $ - 8 Catch Basin,Type 1L 2 EA $1,750.00 $ 3,500.00 2 100% $ 3,500.00 2 $ 3,500.00 0 $ - 9 Schedule A Storm Sewer Pipe,12 In.Diam 493 LF $50.00 $ 24,650.00 510 103% $ 25,500.00 510 $ 25,500.00 0 $ - 10 Crushed Surfacing Base Course 3715 TON $29.50 $ 109,592.50 6123.52 165% $ 180,643.84 6123.52 $ 180,643.84 0 $ - 11 Crushed Surfacing Top Course 100 TON $45.00 $ 4,500.00 448.84 449% $ 20,197.80 448.84 $ 20,197.80 0 $ - 12 HMA,CL.1/2 in.PG 64-28 3725 TON $74.00 $ 275,650.00 3601.3 97% $ 266,496.20 3601.30 $ 266,496.20 0 $ - 13 Job Mix Compliance Price Adjustment 1 CALC -$1.00 $ (1.00) 0 0% $ - 0 $ - 0 $ - 14 Compaction Price Adjustment 1 CALC -$1.00 $ (1.00) 0 0% $ - 0 $ - 0 $ - 15 HMA For Approach CL.1/2 In.PG 64-28 25 TON $275.00 $ 6,875.00 45.73 183% $ 12,575.75 45.73 $ 12,575.75 0 $ - 16 Sawcut 176 LF $3.00 $ 528.00 176 100% $ 528.00 176 $ 528.00 0 $ - 17 ESC Lead 10 DAY $280.00 $ 2,800.00 10 100% $ 2,800.00 10 $ 2,800.00 0 $ - 18 Inlet Protection 33 EA $53.00 $ 1,749.00 16 48% $ 848.00 16 $ 848.00 0 $ - 19 Stabalized Construction Entrance 350 SY $16.00 $ 5,600.00 350 100% $ 5,600.00 350 $ 5,600.00 0 $ - 20 Erosion control and water pollution prevention 1 EST $5,000.00 $ 5,000.00 1 100% $ 5,000.00 1 $ 5,000.00 0 $ - 21 112"Chip Rock 400 TON $60.00 $ 24,000.00 613.5 153% $ 36,810.00 613.5 $ 36,810.00 0 $ - 22 Repair or Replacement 1 EST $15,000.00 $ 15,000.00 12560.95 84% $ 12,560.95 12560.95 $ 12,560.95 0 $ - 23 Cement Conc.Traffic Curb and Gutter 4616 LF $11.00 $ 50,776.00 4731 102% $ 52,041.00 4731 $ 52,041.00 0 $ - 24 Paint Line 3575 LF $0.70 $ 2,502.50 4794 134% $ 3,355.80 4794 $ 3,355.80 0 $ - 25 Painted Wide Lane Line 633 LF $1.00 $ 633.00 320 51% $ 320.00 320 $ 320.00 0 $ - 26 Painted Traffic Arrow 20 EA $20.00 $ 400.00 26 130% $ 520.00 26 $ 520.00 0 $ - 27 Permanent Signing 1 LS $4,000.00 $ 4,000.00 1 100% $ 4,000.00 1 $ 4,000.00 0 $ - 28 Illumination System 1 LS $97,693.00 $ 97,693.00 1 100% $ 97,693.00 1.00 $ 97,693.00 0 $ - 29 Temporary Pavement Marking-Short Duration 1 LS $400.00 $ 400.00 1 100% $ 400.00 1 $ 400.00 0 $ - 30 Other Temporary Traffic Control 1 LS $8,000.00 $ 8,000.00 1 100% $ 8,000.00 1 $ 8,000.00 0 $ - 31 Flaggers and Spotters 400 HR $79.00 $ 31,600.00 636 159% $ 50,244.00 636 $ 50,244.00 0 $ - 32 Traffic Control Supervisor 1 LS $5,000.00 $ 5,000.00 1 100% $ 5,000.00 1 $ 5,000.00 0 $ - Item Unit Bid Contract To Date %of Amount Previous Previous Quantity Amount No. Description OTT UNIT Price Amount Quantity Contract Quantity Payments this period Due 33 Construction Signs,CLASS A 84 SF $120.00 $ 10,080.00 165 196% $ 19,800.00 165 $ 19,800.00 0 $ - 34 Shoring or Extra Excavation Class A 375 SF $2.30 $ 862.50 375 100% $ 862.50 375 $ 862.50 0 $ - 35 Concrete Class 3000 4 CY $490.00 $ 1,960.00 4 100% $ 1,960.00 4 $ 1,960.00 0 $ - 36 Monument Case and Cover 2 EA $700.00 $ 1,400.00 2 100% $ 1,400.00 2 $ 1,400.00 0 $ - 37 Cement Conc.Sidewalk 2132 SY $36.00 $ 76,752.00 1574 74% $ 56,664.00 1574 $ 56,664.00 0 $ - 38 Cement Conc.Commercial Approach Type 1 4 EA $5,300.00 $ 21,200.00 4 100% $ 21,200.00 4 $ 21,200.00 0 $ - 39 Cement Conc.Sidewalk Ramp,Type Parallel B 1 EA $2,300.00 $ 2,300.00 1 100% $ 2,300.00 1 $ 2,300.00 0 $ - 40 Cement Conc.Sidewalk Ramp,Type single dir A 5 EA $2,111.65 $ 10,558.25 5 100% $ 10,558.25 5 $ 10,558.25 0 $ - 41 Adjust Manhole 3 EA $700.00 $ 2,100.00 6 200% $ 4,200.00 6 $ 4,200.00 0 $ - 42 Minor Changes 1 EST $15,000.00 $ 15,000.00 26229.06 175% $ 26,229.06 26229.06 $ 26,229.06 0 $ - 43 SPCC Plan 1 LS $200.00 $ 200.00 1 100% $ 200.00 1 $ 200.00 0 $ - 44 Mail Box Support,Type 1 1 EA $600.00 $ 600.00 1 100% $ 600.00 1 $ 600.00 0 $ - TOTAL SCHEDULE A TOTAL SCHEDULE $ 1,029,578.75 113% $1,164,727.15 $1,164,727.15 $ - SCHEDULE B 45 PVC Sanitary Sewer Pipe,2 in.diam 1365 LF $14.50 $ 19,792.50 1365 100% $ 19,792.50 1365 $ 19,792.50 0 $ - 46 Sewer Cleanout 2 EA $200.00 $ 400.00 2 100% $ 400.00 2 $ 400.00 0 $ - 47 Shoring or extra excavation,class B 370 SF $2.30 $ 851.00 370 100% $ 851.00 370 $ 851.00 0 $ - 48 Side sewer connection to 8 in.sewer main 1 EA $5,300.00 $ 5,300.00 1 100% $ 5,300.00 1 $ 5,300.00 0 $ - SUBTOTAL SCHEDULE B $ 26,343.50 100% $ 26,343.50 $ 26,343.50 $ - SALES TAX(Q2%) $ 2,160.17 $ 2,160.17 $ 2,160.17 $ - TOTAL SCHEDULES $ 28,503.67 $ 28,503.67 $ 28,503.67 $ - BID TOTAL(SCHEDULE A+SCHEDULE B) $ 1,058,082.42 113% $1,193,230,82 $1,193,230,82 SUB TOTAL: $1,191,070.65 SALES TAX(8.2%) $2,160.17 AMOUNT NOW DUE: 5%NETAINAGE: $59,553,53 Construction Total: $1,133,677.28 I hereby certify that the foregoing is a true and correct statement of the work performed under this Contract. CITY ENGINEER /s/Bob Desgrosellier .vvwvyyvv.;, . .x tnil .x .x . - -.x, "wx:% .. v 'p ( 3 . :.:xL_;X;.: s� : tax � . ..: . a" vv:.vvv. ..x::..'".. ...�a,.<.:av« .r.M:. .:�µ, .. .... �:x:�,:u.: :'.* :;a::;' . : v : . .x. ;i. > :. ,' :..:; :P £fJEcT V1CI .: 'x.re ;::.a..x1 M:r:�=? %x; :'"?':.as x Z . :... _._.-, ..XP, x _..-._.. ,.: >.x.i..,::F. ...... . ... C.t:�..rrr: > ra • • wr.. . < . . ..... .� .x.. "a''.'.`�^.'. >'f.>..> � 'tit: 1 ' :w............. e • Io u^x v A;'.. ..ra" ':., a' ''A . : .i .. I.' ::'?..... t• . ;) itl '_a „<I,: .;d..� AV AWN;x '2C";.:...:'2ti..;:'.:::. �9',4'.'��' i �Xit��•i.m � '' ,.. .. ta ...x:;". . ' 'a.. • t._..;;�«.��<d. e: • , .: .., �_.*:..'SIC• vx ..:FYh:A'd:'J.L , `,.sy ...:. ,; .�. ♦. ',}.A`;sy:.:L4'.).:: ,fs.•`4a 4• ,E,� t.,u"*Irt,r i.4�k. ja .. ':F ..w y'k m .", .. e -. mmx . ... .. ... . . .: . .�• W". R L O a).. •a_�: ..Rh'K, L.AO'•WYmMrvs .,5% ki^. t' • ,: . A,. N �'.,q.*•ix '• :'F'y,t�:,. .::�.iv:..w vvv...;, � . ,i • t: _ - �g ''axrrr:::: . :v :.:::::�:. ::..., � id;AS7.r:rr. f *{ af.. . i a. a: x A. :F.:,.. ........ ,'x 4- x. ... . :�. # x " . I.