HomeMy WebLinkAboutReg 2008-07-07 Item 5C - Bid Award - Watson Asphalt for 2008 Overlay and Repair for $697,322.75 41;: w COUNCIL AGENDA SYNOPSIS
00 y'� Initiak IThM
X11, i�� 10 Meeting Date 1 Prepared by 1 Mayor's review 1 Council review
.ui 07/07/08 1 RT .A,a//- Ig
rsoa
ITEM INFORMATION
CAS NUMBER: 08-082 I ORIGINAL AGENDA DA 1E: JULY 7, 2008
AGENDA I1'EMTITLE Bid Award for 2008 Annual Overlay and Repair Program
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date 7/07/08 Mtg Date Mtg Date ilvltg Date Mtg Date 7/07/08 Mtg Date Mtg Date
3 g
SPONSOR Council Mayor Adm Svcs DCD Finance Fi Legal PAR Police PIS
SPONSOR'S The project was bid for the 2008 Overlay and Repair Program on June 2 and 9, 2008.
SUMMARY Six bids were received and opened on June 17, 2008. The low bid of $659,200.85
was from Lakeside Industries. Lakeside Industries has requested bid relief due to an
inadvertent but significant math error on their bid documents. Lakeside has
submitted the appropriate documentation for bid relief. The next lowest bidder is
Watson Asphalt with a bid of $697,322.75. Watson Asphalt has successfully worked
for the City in the past and their bid is within budget.
REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DA'Z'E: 06/24/08
RECOMMENDATIONS:
SPONSOR /ADMIN. Award contract to Watson Asphalt.
COl-ili1T1'hE Unanimous approval: forward to Regular (due to full schedule at next COW).
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$697,322.75 $940,000.00 $0.00
Fund Source: 103.01 and 104.02 Residential and Commercial Streets (pages 3 and 44, 2008 CIF)
Comments:
1
MTG. DATE RECORD OF COUNCIL ACTION
7/07/08
MTG. DATE ATTACHMENTS
7/07/08 Information Memo dated June 18, 2008
Vicinity Map with 9 site locations
Bid Tabulation
Lakeside Industries Bid Relief Request
KPG Award Recommendation Letter
Transportation Committee Meeting Minutes from June 24, 2008
INFORMATION MEMO
To: Mayor Haggerton
From: Public Works Director
Date: June 18, 2008
Subject: 2008 Annual Overlay Repair Program
Project No. 08 -RWO1
BID AWARD
ISSUE
Award the bid for construction of the 2008 Annual Overlay Repair Program.
BACKGROUND
This project will provide roadway repairs and overlays on the follo`,ving street segments:
Site #1 Frager Road; North of City Limits (East Lane Only)
Site #2 Southcenter Parkway; Klickitat Dr to Nordstrom Signal (Lane Repair Only)
Site #3 Airport Way; Ramps to Boeing Access Road
Site #4 East Marginal Way; S of Boeing Access Rd to Sound Transit Improvements
Site #5 East Marginal Way; South Norfolk St to North of Boeing Access Road
Site #6 S 131s Place; Macadam Road to 44 P1 S
Site #7 S 140 St; 53 Ave S to 55 Ave S
Site #8 S 139 St; Tukwila International Blvd. to 42 Ave S
Site #9 S 140 St; Tukwila International Blvd. to 42 Ave S
The project was advertised for bids on June 2 and 9 and bids were opened June 17, 2008. Six bids were
received with the apparent low bid of $697,322.75 from Watson Asphalt Paving Company. The apparent
second lowest bid was submitted by Lakeside Industries in the amount of $710,200.85. The engineer's
estimate was $865,905.00.
ANALYSIS
The bids were reviewed and tabulated. An error was discovered in the "Mobilization" bid item from
Lakeside Industries that causes their bid to be $51,000 lower than the amount read at the bid opening.
The correction of this error then causes Lakeside Industries to be the lowest bidder with a bid of
$659,200.85. Lakeside Industries has requested bid relief for this project based on the error included in
their bid. (Letter is attached.) No errors or irregularities were found in the Watson Asphalt Paving bid
and they have successfully worked for the City on past projects.
WSDOT Standard Specifications, Section 1 -03.1, allow for relief of the Contractor's responsibilities of
Award if certain conditions are met. RCW 47.28 allows for relief from forfeiture of the bid bond if the
Contracting Agency concurs with the validity of the error. In this case, City staff has determined that
Lakeside Industries has met the requirements by notifying the City within the required timeframe and
identified an error in their bid and that they are requesting relief from award of the contract.
Mayor Haggerton
Page 2
June 18, 2008
BUDGET AND BID SUMMARY
Bid Results Estimate Budget
Construction (2008 Overlay) 697,322.75 865,905.00
Residential (Page 3, 2008 CIP) 240,000.00
Arterial (Page 44, 2008 CIP) 700,000.00
Contingency (10 69332.28 86.590.50 0.00
Total 767.055.03 952.495.50 940.000.00
RECOMMENDATION
Award the construction bid for the 2008 Annual Overlay Repair Program to Watson Asphalt Paving
Company in the amount of $697,322.75.
attachments: Vicinity Map
Bid Tabulation
Lakeside Industries, Bid Relief Request
Award Recommendation Letter
P:\PROJECTS\A- RW RS Projects \08RW01 2008 Overlay Repair\2008 Overlay Award Info Memo.doc
J
1
E
N A 0\
t St4 s. g ,c4
ill
r 4 f
w•
iiiii 39i-
31
sov- lit cy
0 si
2008 Overlay Program vicinity Map Atli 1
lik
'/tom 11 ,1+ ∎T
1 0,.._,0,.._,,._, :it e,,...,
i 11. i. wr�� 4
t st r A swA d I k
s
-4) 1 f w s
1
i s
Vii- t
St i a
3 7.,/. 111-
a *II
0 1
---4 v„,„„. ILI
i
yS ��iS.D y l
,...,.44,... 0 D o N� —3 1----
ti
C
1
_A 1
i a101A`NG
filet O
v Fqt,OG tN 14—."----:t------- IS
200$ Q�
tC1 t4'
+Oo y N N CD >,N A.z c>aooc>
08-rw01 G oo V ocNl1>N m 7 +oo 0 m a N>NN_*o tlO V..., teN_.°pN V N N 0 o O G W, P-
m m s e m
mmy o om -Et- +-+B o Nmmd o f o n g o
c i*ENNNNNOO)E °N88p na omw2°Oi »a5:22.°�wri�°.>eoa°000. Cl mo =3-i
41 li1� m 9La_L 9w13J 3 (A D m nnn -IADnn >0 9x2xL nnNCw�1 A 31n-1 '0� ]J Z F
oonI n_= o
ao.r cvAc oc w`-'ac3j9D >r u�_i333c°� -1.-.-,* -1.-.-,* m o o n n 0 o =7 o o
Q 3 °°'ci °o nos� _off o c AO Or
o p m ti� o v v si o° o m n n o o y o o° D o m m a 3 N? m- i 3 3' O e o c° .0>
p I< 0 000 o a_ o `f mn�nca3 .i +5 a
3 3 o
8° 0 3 3> o o o N s c o o c? F v c 3 `o o c 3 u< o o o c B 3 m
gp. gggo'gFg5=a2 3'Fg3 c 1 n Ogg n
y n
3 x x o n x n 3 o c 'c 3 a e 3 c *L
0 0 n z° o n e W n `c r o o m o y O
;6
a-o _n m
N v f
3 e
3
x
o
'wow o o N NN o N N oN o0 0 0 g
y p
mrrrmm m mmn mmN m nrmmm 0
.0.0> D mmm m»> >D> D >C DN >TDDD ZZZ <N<mN<N,-1.NN>
n
H HH A H AAAM,A H :AHH HHH HHHHY+HHHHHHAHH HHAJ. HH.A d.AHH
n
o
8 888 8888888 8 888 888 8888888888888888888888888
HHHHHH
HH .A H d.r. v e. He.HHHHHHwHHHHa,HHHHH e
0 CI
n
8S 8 HHd. e+AAAHH s+ .A S.H Hd. J1 H64640 HHHH.AHHH_4HHaHHH..+nH
3 y
a
.7.7,7 ;.7.77,.7-77 Z. ;77 7.7 HH H HHH69 06, AH
mom -igg n
NeE400. oo °0 8°°°8°68°°8°-+°0080°°°0° o
v
H HHA v.H n.AHaA n HHH HH.A H.A H.s AH H.AHHHHHHaHHHe.Ha.AH
o
v
n
n
HHH H,+HH..HH H .Aa.H ..>a HH HwHHHH.AH H.nHH
n
H Y.f.H 0646666444 H HY.H H H 030946.A000000000 MHWFAW'4 (A .A fA FAK o
mm n
0
HHH 0000000 A HHH HHH He.HHS.HHHHHHwe.HHHHHHHHHHrJ. c
z
n
P.',. w
°mo oe° r,
0000888 88 6888 088888 E
H HHH 0000000 H HHH HHac HHHHHHHHHHHHHHHHHd. e.HHHHwH n
y J
O
E1 888 88888 8 888 888 888888882.°2.988'
0 0 0 0 0 0 0 H H H H H H 64.0 0 0 0 0 0 H H H H H H H H H C
+O O N p g p p
O D7N
5
-i L
n
6 N oN r b a
N 888 °8881 °ooeeoo°...oNN°., o
f
H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
A
o°N OO b n
o NOO 000000000000000000000000 Z V
HHHH y
m o0 et, c. =id
8 888 88888S8 8 888 888 2° t -0
4 LAKESIDE INDUSTRIES
KENT DIVISION
June 18, 2008
City of Tukwila
Public Works Department
6300 Southcenter Blvd
Tukwila WA 98188 -2544
Re: 2008 Overlay Program
Project No. 08 -RWOI
Robin Tischmak
Lakeside Industries is claiming bid error on the above mentioned project. Lakeside
Industries unintentionally entered $14,000.00 for the unit cost on Item No 2: Mobilization
instead on the intended amount of 865,000.00 that was entered under the item total
column. Lakeside Industries total bid price of $710,200.85 was our intended total bid
price.
It is Lakeside Industries wish to remove our bid from consideration and it is our
understanding that our bid bond we not be forfeited for doing so. Lakeside Industries
regrets any confusion this may have caused.
Please call with any questions or comments.
Sincerely,
Craig Nickel
Project Manager
I I 18808 S.E. 257th Street, Covington, WA 98042 (206) 343 -7375 (253) 630 -2011 /FAX
A,'3 EQUAL. OPPORTUNITY EMPLOYER wig. ST. CONT. REG- NO. LhKeit•27 -3)D OR CCR 108542
KPG 1117 Broadway, Suite 501
Tacoma, WA98402
Fax 1 253.627.4144
TACOMA SEATTLE Phone 1 253.627.0720
ENGINEERS
ARCHITECTS
LINDSCIPEARCHITECTS
June 18, 2008 SURVEYORS
Mr. Robin Tischmak, P.E.
Project Manager
City of Tukwila Public Works
Tukwila, WA 98188
Re: 2008 Overlay Program
Project No. 08 -RWO1
Recommendation for Contract Award
Dear Robin:
We have completed the bid tabulation for the referenced project and
discovered a math error that changed the bid results. Watson Asphalt
9 p
Paving Company was the apparent low bidder at $697,322.75; however,
correction of a math error on Item No. 2 in the bid received from Lakeside
Industries put their total bid amount at $659,200.85. The corrected error is
shown on the attached bid tabulation.
Lakeside Industries has indicated that there is an error in the electronic bid
form they used and will be following up directly with you as to the status of
the bid and potential error. Therefore, we reviewed project references for
both Lakeside industries and Watson Asphalt Paving Company.
We have reviewed the projects and references submitted by both Lakeside
Industries and Watson Asphalt Paving Company for the referenced project.
All references checked indicated that both firms have done a good job on
roadway overlay and repair projects. From a qualifications standpoint, we
would recommend award to either of these firms.
Depending on the outcome your discussions with Lakeside Industries, we are
recommending that the City award Project No 08 -RWO1 entitled 2008
Overlay Program to either Lakeside Industries or Watson Asphalt Paving
Company. Please call me at (206) 267 -1052 if you should have any
questions or require further information.
Sincerely,
Nelson Davis, PE
Principal
J As ti' City of Tukwila
I Transportation Committee
1908
TRANSPORTATION COMMITTEE
Meeting Minutes
June 24, 2008 5.00 p.m. Conference Room #1
PRESENT
Councilmembers: Pam Linder, Chair; Dennis Robertson and De'Sean Quinn
Staff: Jim Morrow, Frank Iriarte, Bob Giberson, Robin Tischmak, Gail Labanara, and Kimberly Matej
CALL TO ORDER: Committee Chair Linder called the meeting to order at 5:06 p.m.
I. PRESENTATIONS No presentations.
II. BUSINESS AGENDA
A. East Marginal Wav Sout/92n Place South Signal Pole Replacement Bid Award
Staff is seeking full Council approval to award a contract in the amount of $83,061 to TransTech Electric,
Inc. to replace the traffic signal pole at East Marginal Way South and 92n Place South. This pole requires
replacement due to damage sustained during a vehicular collision. Washington Cities Insurance Authority
(WCIA) has confirmed that the insurance company of the responsible party will be funding the total cost of
the replacement. UNANIMOUS APPROVAL. FORWARD TO JULY 7 REGULAR MEETING.
B. Green River Pedestrian Utility Bridge Bid Award (Painting Only)
This item has been previously heard in Committee (see minutes dated August 27, 2007). It was determined
that the project would be re -bid in two separate packages one for bridge repair and the second for bridge
painting. The bridge repair is complete and painting is ready to commence.
Staff is seeking full Council approval to award the project to the lowest bidder, Purcell Painting in the
amount of $134,000. Purcell Painting has successfully performed work for the City in the past. Bid
repackaging has kept the project below budget. UNANIMOUS APPROVAL. FORWARD TO JULY 7
REGULAR MEETING.
C. 2008 Overlay Program Bid Award
Staff is seeking full Council approval to award a bid in the amount of $697,322.75 to Watson Asphalt
N j Paving Company for the construction of the 2008 Annual Overlay and Repair Program. Watson Asphalt is
the apparent low bidder after the original lowest bid was retracted and relieved due to a calculation error.
Although Watson Asphalt has not worked on City projects recently; their work has been satisfactory for the
City in the past. The company is currently working on projects for King County and the Department of
Transportation. UNANIMOUS APPROVAL. FORWARD TO JULY 7 REGULAR MEETING.
M. ANNOUNCEMENTS
No announcements.
IV. MISCELLANEOUS
In order to assist with balancing upcoming City Council agendas, the Committee has agreed to recommend
forwarding all above items directly to the July 7 Regular meeting, rather than proceeding to the next scheduled
Committee of the Whole. All items are routine in nature.
Next meeting: Tuesday, July 15, 2008 5:00 p.m. Conference Room 1
t St- Committee Chair Approval
Minutes by KAM. Reviewed by GL.