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.