Loading...
HomeMy WebLinkAboutReg 2009-09-8 Item 7A - Bid Award - Reed Trucking & Excavating for Gilliam Creek Basin Stormwater Overflow for $360,530 COUNCIL AGENDA SYNOPSIS Initials ITEM NO. <c Z Meeting Date 1 Prepared b n 1 Mayor'.r,reviery Council re 'ew 3( 0 09/08/09 I BG ��I >0-- 1 a j ITEM INFORMATION CAS NUMBER: 09-121 I ORIGINAL AGENDA DATE: SEPTEMBER 08, 2009 AGENDA ITEM TITLE Bid Award for Gilliam Creek Basin Stormwater Overflow Project CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other Mtg Date 09/08/09 Mtg Date Mtg Date Mtg Date Mtg Date 09/08/09 Mtg Date Mtg Date SPONSOR Council El Ma Adm Svcs DCD Finance Fire Legal P&R Police PWI SPONSOR'S Gilliam Creek Basin Overflow Project will construct a 24" overflow pipe along Strander SUMMARY Blvd between Andover Park W and Andover Park E. The overflow pipe will allow Gilliam Creek Basin to drain to the Strander Blvd Pump Station to reduce potential flooding. The project was advertised for bids on August 5 and 12, 2009 and nine bids were opened on August 19 with the low bid of $376,825.00 from Reed Trucking Excavating. References were checked and found to be satisfactory. REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DA'1 E: 08/25/09 RECOMMENDATIONS: SPONSOR /ADMIN. Public Works COMMrFIEE Unanimous Approval; Forward straight to Regular (time constraints) COST IMPACT FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $360,530.00 $0.00 $360,530.00 Fund Source: 412.02 SURFACE WATER (PG. 153, 2009 CIP) Comments: Funding will come from Surface Water's ending fund balance, MTG. DATE 'f RECORD OF COUNCIL ACTION 09/08/09 1 MTG. DATE I ATTACHMENTS 09/08/09 Informational Memorandum dated 08/19/09 (revised after UC) Bid Tabulation 2009 CIP Sheet Page 153 2009 CIP Attachment F, Surface Water Fund Overview Minutes from the Utilities Committee meeting of 08/25/09 City of Tukwila TO: Mayor Haggerton UTILITIES COMMITTEE FROM: Public Works Director DATE: August 19, 2009 INFORMATIONAL MEMORANDUM SUBJECT: Gilliam Creek Basin Stormwater Overflow Project No. 03 -DRO9 BID AWARD ISSUE Award the bid for construction of the Gilliam Creek Basin Stormwater Overflow. BACKGROUND This project is not currently budgeted for construction until 2013 but is proposed for construction in 2009 in response to the problems at Howard Hanson Dam. Additional flows from the dam may lead to flooding in Gilliam Creek and affect the Tukwila Urban Center. This project will construct an 24" overflow pipe along Strander Blvd between the intersections of Andover Park West and Andover Park East. This overflow pipe will allow the Gilliam Creek Basin to drain to the Strander Blvd Pump Station to reduce potential flooding associated with high river events. The project was advertised for bids on August 5 and 12, 2009 and nine bids were received and opened on August 19, 2009. Reed Trucking Excavating, Inc. is the low bidder with a bid of $360,530.00. The engineer's estimate was $376,825.00. ANALYSIS The bids were reviewed and tabulated. No errors were found. Reed Trucking Excavating Inc's references were checked and found to be satisfactory. BUDGET AND BID SUMMARY (All amounts include sales tax.) Bid Results Estimate *Budget Construction 360,530.00 376,825.00 0 Contingency (20 72.106.00 75,365.00 0 Total 432.636.00 452.190.00 0 *Funding for this project is not programmed until 2013 and will come from the Surface Water Fund's ending fund balance. Jim Haggerton, Mayor RECOMMENDATION Due to the urgency of this project, the Council is being asked to award the construction of the Gilliam Creek Basin Stormwater Overflow project to Reed Trucking Excavating, Inc. in the amount of $360,530.00 at the September 8, 2009 Regular Meeting. Attachments: Bid Tabulation CIP Sheet W: \PW Eng\PROJECTS\A- DR Projects \03 -DRO9 (Gilliam Creek Basin Stormwater Overflow) \Info Memo Bid Award.doc Owner: City of Tukwila Project Clam Crook Biala Mamma, Overflow Etaneara: PACE Eaalneam. Inc. ITEM( REM OR TASK DESCRIPTION IROAOWAY 1 111 -inch HMA 112` Reich !TRAFFIC CONTROL DEVICES 2 'Traffic Control Devices 3 hoop D0IGOr, 5-fool Diameter 4 IPMasao Arrow 5 IPIasOC SIAOO 1 8 !Raised Pavement Markers Tvoe 1. Tvoe 2 !ROADSIDE DEVELOPMENT 7 IProoeav Restoration !STORM DRAINAGE 0 I ConOaMO1Sunn80d Survevina and 91310,8 9 ITemoorary Water PoludorvErosion Control 10 !Mobilization 11 IR0s4 o9on of Ulililo COnnias 12 IPOlholin9 13 !Traffic Control Labor 1M10. 635110 14 IUniformed Police Officer 15 !Abandon Storm Drain Structure 18 !Trench 1 Excava9on Prolecllon 17 !Storm Drain Pion. 2440c0 Diameter 18 ICatch Basin. Tuve 254 -Inch 19 ICalch Basin. Tyne 2.60 -Inch with canal Dale 20 ICatch Basin. Tyne 2.72 -10111 21 IConnection t0 Drainage Sin1Gure 22 IPluo Evis3no Slam Drain 23 IMOnumenl. Casino and Coyer Sales Tax included in Unit and Lump Sum prices per Rule 171 Gilliam Creek Bid Tab 519 -09 reosed.tls ENGINEER'S ESTIMATE II REED TRUCKING QUANTITY 11 d EXCAVATING N0. I UNIT UNIT UNITS PRICE II 1.160 SY 11 564.00 1 1 LS 0 61.000.00 I 67.000.00 p p p 35.000.00 2 JEA 5400.00 5000.00 5 51.000.03 13 EA II 595.00 I 51235.00 I I 5170.00 100 LF 9 53.00 I 6300.00 1 66.50 20 100 II 5185.00 53.700.00 9 51.00 FA 1 LS 53000.00 1 FA 52,000.00 1 LS 1 635000.00 1 FA 5500000 1 FA 52 300.00 350 Hour 1 535.00 175 How 580.00 1 EA 650000 1 LS 1 515000.00 1030 LF 5150.00 2 EA 54.500.00 2 EA I 510.200.00 1 EA 59000.00 1 EA 1 51.000.00 2 EA 1 5300.00 2 EA 5500.00 I 1 Subtotal 65000.00 UNIT COST I PRICE 574,24000 1 500.00 1 669600.00 5 502.00 55000.00 53.000.00 62.000.00 53500000 55.000.00 52.300.00 612 25000 514000.00 5500.00 515.000.00 5154.500.00 5900000 520.400.00 59.000.00 51.000,00 560000 51000.00 5500000 53.800.00 52.000.00 530000.00 55.30000 52.300.00 535 00 550.00 52,500.00 55.000.00 5165.00 55.000 00 56,000.00 510000.00 5500.00 525000 5750.00 COST 55,000.00 5 610000.00 52,00000 5740.00 5221000 516500 5650.0D 57.00 520.00 551000 55 000.00 55.000.00 53 800.00 sz 303.03 530.000.00 55 000.00 52 300.00 51225000 60 75000 52,50000 55.000.00 5169.95000 510 000.00 512000.00 510.000.00 6500.00 550000 51.50000 ARCHER CONSTRUCTION II SCI INFRASTRUCTURE LLC II RODARTE CONSTRUCTION ROAD CONSTRUCTION NW UNIT PRICE I COST 52.200.00 52.00000 538,00000 55.000,00 52,300.00 945.00 512500 52.000,00 53 500.00 6120.00 65.100 00 59.42000 510,750.00 52.15000 561000 5930.00 595.12000 510.000 00 51480.00 52,145,00 $100.00 510200.00 55.000.00 52,200.00 5200000 538.000.00 55.000.00 52.30000 515750.00 521,07500 92,000.00 53.500.00 5123,60000 511,400.00 510.840.00 510.750.00 52,150,00 51.340.00 51,06000 BID TABULATION UNIT PRICE COST 571.50 582940.00 1 575.00 607.00000 559.25 1 567,57000 II 56200 82.000.00 6725.00 5115.00 516.00 5215.00 55.00000 6 ?00000 52,000.00 515000.00 55.00000 52,300.00 942.50 555.00 51500.00 64,20000 5200.00 52 800.00 57,000.00 511.500.00 52000.00 5750.00 580000 52000.00 51,45000 51,455.00 61.600.00 54300.00 55.00000 52,000 00 52000.00 515 000 00 55000.00 52.300.00 514,87500 062500 51,500.00 54,200.00 5205000,00 55.600.00 514,00000 511500.00 52 000.00 51.500.00 51600.00 UNIT I 1 UNR PRIGS COST u PRICE I COST 59000,00 1 59,000.00 5000.00 51,60000 5200.00 52 600.00 517.00 61,700.00 51000 5200.00 55000.00 55,000.00 5700000 515000.00 5500000 5230000 S42.00 575.00 5200000 5100.00 5250.00 55,00000 59000.00 512 000.00 56,00000 520930 5500.00 55000.00 55.00000 63,000.00 $40,000.00 55.000.00 52 300.00 514.700 00 513125.00 5200000 5100.00 5257,50000 51000000 518,000.00 S12.000.00 55000.00 940000 51 000.00 5376,625.00 5350,53000 5387.21000 5397,485.00 i 5504,225.00 56.000.00 5765.00 5165.00 51300 5355.00 55 000.00 55 30000 52000.00 942 400.00 55.000.00 52,300.00 948.00 580.00 51400.00 516600.00 5270.00 56.10000 510000.00 512 600.00 51200.00 5500.00 590000 66,000.00 51,530.00 62.14500 51,300.00 57,100.00 55.000.00 65.300.00 52,000.00 542400.00 55000.00 62.300.00 51660000 614000.00 51460.00 516 600.00 5270,100.00 512.200.00 52000000 61260000 31 200.00 5100000 51600.00 3523.545.00 805680CKER CONSTRUCTION UNIT PRICE COST 62,400.00 5770.00 5170.00 56.60 5530.00 55.000.00 63.700.00 5200000 534.910.00 5500000 52 300.00 551.00 655.00 51065.00 53,000.00 5346.40 54 790.00 510,039.00 51605400 53,134.00 5108900 516000 671,920.00 5240000 51.540.00 52210.00 5660.00 51060000 55.000.00 53.700.00 52.000.00 534.940.00 55.000.00 52.300.00 517.85000 5962500 53.065.00 63000.00 5356,85200 59,580.00 620,078.00 516,054.00 53.134.00 52,178.00 532000 Bld 0.1,: 0611912009 Bid Time: 11:00 a m. Job No. 0567100 DONOVAN EXCAVATING 1 R L. AUA COMPANY CONSTRUCT COMPANY UNIT I R UNIT PRICE COST PRICE I p Y 605.00 598,600.00 Y 57000 57,700.00 5760.00 5170,00 5700 552500 55 000.00 62.200.00 57000.00 534,000.00 55,000.00 62.500.00 544.00 587.00 54.90000 516 200.00 5270.00 611100.00 515 20000 524,100.00 57.400.00 5900.00 5770.00 51,700.00 61,520.00 5221000 5100.00 510.500.00 6500000 53.200.00 52000.00 534.000.00 5500000 52,30000 515400.00 515725.00 54.900.00 515200.00 6286,34000 522200.00 530400.00 524.100.00 5740300 6180000 5154000 57,000.00 5735.00 6160.00 6600 550000 55000.00 53,500.00 57000.00 550.000.00 55030.00 52.300.00 54300 56000 52900.00 510 000.00 5234.00 512.500.00 518,000 00 575000.00 53.000.00 5500.00 5700.00 UNIT COST PRICE I COST 581,200.00 658.00 67.000.00 6147000 52 000.00 6600.00 510000.00 35000.00 615 050 00 510.500.00 5290000 510.000.00 5241.020.00 525.000.00 336,000.03 575.000.00 53.000.00 51000.00 6140000 52400.00 51,600.00 695.013 55.00 5200.00 5500000 63.500.00 1 52.000.0D 52000.00 52000.00 655000.00 5 560.000.00 5500000 I 5500000 52,300,00 1 52 300.00 S50.00 565.00 55000.00 52500000 5433.00 5700000 51100000 550000.00 51.000.00 5200.00 050000 09/02!2009 567,200.00 62.400,00 53.200.00 51.235.00 6500,00 54.000 55000 00 62.600.00 62 000.00 560 000.00 55.000.00 52.300.00 617500 00 511375.00 65000.00 325 000.00 9445.990.00 514,000.00 522 000.00 650.000.00 $1000 00 5400.00 51 00000 6586,006,00 5597,235.00 5599020.00 5746,960.00 TOTAL BIC 5376,025,00 I 5360,53000 5367,210.00 5397405.00 6504,225.00 6523,545.00 5586,000,00 5597,23500 6599,020.00 5748,980.00 PROJECT: Gilliam Creek Basin Stormwater Overflow LINE ITEM: 412.02.594.38 PROJECT NO. 03 -DRO9 Provide storm drainage system to route Gilliam Creek basin outflow to the new Strander Boulevard storm drainage pump, when the flap gates are closed at the Gilliam Creek outlet. Reduces flooding at downstream properties by providing a method to drain the Gilliam Creek basin during high river events. DESCRIPTION: JUSTIFICATION: STATUS: MAINT. IMPACT: Decreases need for emergency pumping. COMMENT: Will reduce likelihood of roadway flooding at intersection of Andover Park East and Tukwila Parkway. FINANCIAL Through Estimated (in $000's) 2007 2008 2009 2010 2011 2012 2013 2014 BEYOND TOTAL EXPENSES Design 50 50 Land (R/W) 0 Const. Mgmt. 50 50 Construction 350 350 TOTAL EXPENSES 0 0 0 0 0 50 400 0 0 450 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 0 0 0 0 0 50 400 0 0 450 TOTAL SOURCES 0 0 0 0 0 50 400 0 0 450 CI) Project Location CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2009 to 2014 2a— ■_aa• J Existing Storm cfea t I Drainage System I I 1. t ∎yx ;it rs 2009 2014 Capital Improvement Program 153 Existing Gate Valve Provide New 4 Overflow Pipe m 1 Strander Blvd S i y m Existing Storm Drainage System ATTACHMENT F City of Tukwila SURFACE WATER ENTERPRISE FUND 2009 2014 Analysis in 000's REVENUES 2009 2010 2011 2012 2013 2014 Total +20% +10% +10% +10% +10% Annual Billings (Current) (1) 2,535 3,042 3,346 3,681 4,049 4,454 21,107 Other Revenues (2) 125 130 135 140 145 150 825 Grants /Bond Proceeds (3) 0 0 0 0 0 0 0 Total Revenues 2,660 3,172 3,481 3,821 4,194 4,604 21,932 EXPENDITURES Operations Maintenance (4) 1,374 1,386 1,385 1,426 1,470 1,513 8,554 Debt Service (5) 382 380 370 318 316 315 2,081 Engineering Labor (6) 293 316 325 335 345 356 1,970 Subtotal 2,049 2,082 2,080 2,079 2,131 2,184 12,605 SSWM Capital CIP Program (7) 1,370 1,010 634 1,125 1,070 1,099 6,308 Total Expenditures 3,419 3,092 2,714 3,204 3,201 3,283 18,913 Cash Flow Year by Year (759) 80 767 617 993 1,321 3,019 Carryover from 2008 2,827 0 0 0 0 0 2,827 Accumulated Totals 2,068 2,148 2,915 3,532 4,525 5,846 2009 2014 Financial Planning Model XX 01/09/09 UTILITIES COMMITTEE Meeting Minutes August 25, 2009 5:00 p. tn. Conference Room #1 PRESENT Councilmembers: Joan Hernandez (filling in for Kathy Hougardy), Acting Chair; Pam Linder, and Dennis Robertson Staff: Jim Morrow, Bob Giberson, Frank Iriarte, Pat Brodin, Ryan Larson, Gail Labanara and Kimberly Matej Guest: Jeremy Edie CALL TO ORDER: Acting Committee Chair Hernandez called the meeting to order at 5:03 p.m. I. PRESENTATIONS No Presentations City of Tukwila Utilities Committee II. BUSINESS AGENDA A. Howard Hanson Dam Flood Response Plan: Resolution Declaring Surplus Property Staff is seeking full Council approval of a resolution declaring the log cabin located at 5829 South I40 Street as surplus property. The log cabin is located on property that is a low spot on the west bank of the Duwamish River which poses a flooding risk and liability to the City. Once declared surplus, the City will be able to move forward with appropriate demolition of the structure and construction of flood protection measures. This structure has no historical value. UNANIMOUS APPROVAL. FORWARD TO SEPTEMBER 14 COW FOR DISCUSSION. B. Gillaim Creek Basin Stormwater Overflow Bid Award Staff is seeking full Council approval to award a bid in the amount of $360,530 to Reed Trucking and Excavating Inc. for construction of the Gilliam Creek Stormwater Overflow project. Moved forward from 2013, this item was heard in Committee on June 23, and subsequently approved by Council July 6. Due to the urgency of this project as well as the upcoming 5 Monday, staff has requested this item move forward to the next scheduled Council meeting which is Tuesday, September 8. Committee members recognize that recently many items have bypassed the complete regular Council process (committee, COW, Regular); however, they also acknowledge the importance and time sensitivity of this particular item. Acting Chair Hernandez requested staff attach a copy of the appropriate CIP or budget page relative to this project. UNANIMOUS APPROVAL. FORWARD TO SEPTMBER 8 REGULAR FOR DISCUSSION. C. 2009 Annual Small Drainage Program King County Interlocal Cooperation Agreement Staff is requesting full Council approval to enter into an Interlocal Cooperation Agreement with King County for Distribution of the King County Flood Control Zone District's (KCFCZD) Sub Regional Opportunity Fund. The Sub Regional Opportunity Fund addresses flooding at a Iocal level. As voted on by the King County Board of Supervisors, monies from this Fund will be allocated proportionally to each jurisdiction from which funds were collected. This Agreement will allow Tukwila the ability to collect reimbursement for projects through this Fund. Staff anticipates this to be an annual item. UNANIMOUS APPROVAL. FORWARD TO SEPTEMBER 14 COW FOR DISCUSSION.