Loading...
HomeMy WebLinkAboutReg 2003-05-19 Item 6B - Bid Award - SCI Infrastructure for South 134th Place Overlay and Drainage for $470,562.50CAS Number: 03-068 Agenda Item Title: I Original Sponsor: Timeline: Sponsor's Summary: Meeting Date 5/19/03 COUNCIL AGENDA SYNOPSIS 03 Meeting Date 5/19/03 Initials Prepared byf 1 Mayor's review 1 Council review l• 1 1 41-13. I ree 1 I I I ITEM; INFORMATION Original Agenda Date: May 19, 2003 Bid Award for South 134 Place Overlay and Drainage Project Council Admin. Public Works Recommendations: Sponsor: Award contract to SCI Infrastructure LLC. Committee: Recommend to Regular Council Administration: Same as Sponsor I Cost Impact (if known): $470,562.50 I Fund Source (if known): 412 Surface Water and 104 Streets UcORDOF COUNCIL ACTION Action APPENDICES Meeting Date 1 Attachments 5/19/03 Information Memo dated May 1, 2003 Bid Tabulation KPG Recommendation Letter Utilities Committee Meeting Minutes from May 6, 2003 ITEM NO. This project will improve South 134' Place between S. 133'" St and S. 148 St, by replacing five failing driveway culverts within Southgate creek, completing the high -flow bypass and widening and overlaying the roadway. The project was advertised on April 7 and 14 and five bids were received and opened on April 22, 2003. The low bid of $470,562.50 was from SCI Infrastructure LLC., who performs quality work in a timely fashion. J TO: FROM: DATE: SUBJECT: ISSUE Award the South 134 Place Overlay and Drainage project to the low bidder, SCI Infrastructure LLC. BACKGROUND The South 134 Place Overlay and Drainage project is a combined project originally scheduled for construction in 2002. Funding for the overlay portion of this project was pulled due to budget constraints delaying the entire project one year. This project will improve South 134 Place between S 133`" St and S 148 St and a portion of S 148'" St by replacing five failing and undersized driveway culverts within Southgate Creek, completing the high -flow bypass to the creek crossing at S 148 St, and widening and overlaying the roadway. This project was advertised on April 7 and 14, 2003. Five bids were received. The bids were opened on April 22, 2003. The engineer's estimate was $562,300. The low bid of $470,562.50 is from SCI Infrastructure LLC. All bids were reviewed and no errors were found. ANALYSIS The low bidder, SCI Infrastructure, provided references for similar work. Their references where checked and all of them reported that SCI Infrastructure performs quality work in a timely fashion. 2003 Small Drainage and Overlay Projects Budget Summary Total Budgeted Engineering 2002 Remaining Charges S 134 PI Overlay Drainage 2003 SD /Overlay Projects Total Remaining *Amount includes 10% Contingency. RECOMMENDATION INFORMATION MEMO Mayor Mullet }Public Works Directo May 1, 2003 South 134'" Place Overlay and Drainage Project Project No. 03 -DRO2 Bid Award Small Drainage 1412 Fund) $995,000 135,000 78,381 362,333 419,286 0 Overlay Repair (104 Fund) 1,595,000 322,000 12,806 155,285 1,104,909 0 Total N/A N/A N/A *517,618 N/A N/A Award the South 134" Place Overlay and Drainage project to SCI Infrastructure LLC in the amount of $470,562.50. RL:ad attachments: Bid Tabulation KPG Recommendation Letter (P:Pro*ectAA -DR Projau)03DR02)Awud Memo) CITY OF TUKWILA Department of Public Works S. 134th Place Overlay and Drainage Y /j 1.L r S. 133rd Street to 48th Avenue South B Project no. 03-DRO2 Date: CdU /1.7.-- Certified Bid Tabulation yea Fngineere Fermate Kra tntrfltnupure Urterwe4t Reuelnnmen( yvectwater Contrition Shaer; General CnnsL Repay R. Craig Cart Bid Section Unit Total Unit Total Unit Total Unit Total Unit Total Unit Total Item No. Item Quantity Unit Cost Cost Cost Cost I Cost Cost Cost Cost Cost Cost Cost Cost 138 7 -05 39 8 -06 40 8-06 41 8 -06 42 8 -06 43 8 -06 Roadway 1 1 -09 Mobilization 2 1-07 Temporary Water Pollution Erosion Control 3 1 -09 Resolution of Utility Conflicts 4 1 -10 Tramc Control Labor (min bid 526/hrl 5 2 -01 Cleanno and Grubbing 6 2 -02 Asphalt Cement Concrete Sawcut 7 2 -02 Removing Pavement 8 2 -02 Removing Extruded Curb 9 2 -03 Unsuitable Foundation Excavation 10 2 -03 Gravel Sorrow lnCiudllm Haul 11 2 -09 Controlled Density Fill 12 2 -12 Construction Geotextile 13 4 -04 Crushed Surfacing Too Course 14 5-04 Asphalt Concrete Pavement Class B 15 5 -04 Asphalt Concrete Pavement Class B. Prelevel 16 5 -04 Asohall Concrete PvmL Class B for PvmL Repair 17 5-04 Incidental Asphalt Concrete Pavement Class B 18 5 -04 Planino Bituminous Pavement 19 8 -04 Extruded Cum 20 8 -04 Cement Concrete curb and gutter Storm Drainage 21 7 -00 Potholing 22 2 -09 Trench Excavation Protection Systems 23 7 -01 PVC Drain Pioe. 6-inch 24 7 -02 Conuoated Aluminum Pioe Arch 49 25 7-04 Storm Drain Pioe 8-inch Duc816 Iron 26 7 -04 Storm Drain Pioe. 12-inch Ductile Iron 27 7 -04 Storm Drain Pioe. 12 -inch CPE 28 7 -04 Storm Drain Pica. 16 -inch CPE Z9 7 -04 Remove Abandon Storm Dram Pipe 30 7 -04 Remove Drainage Structure 31 7-04 Debris Sarver 32 7 -05 Concrete Inlet 33 7 -05 Cake Basin. Tvoe 1 34 7 -05 Catch Basin. Time 1 -L 35 7 -05 Catch Basin. Type 2 36 7 -05 Adjust Catch Basin 37 7 -05 Adjust Drain Cleanout Connect to existing structure Franchise Utility Coordination Channel excavalion/nradinn Stream gravels Quarry Soalls Temporary Water Bypass System Water 44 7-11 Fire Service Relocation. 10-inch 45 7 -12 Adjust Water Valve Box 46 7-14 Reiocate Fire Hydrant 47 7 -15 Water Service Replacement 1 LS 8 551000.00 550.000.00 545.000,00 545.00090 552,908.13 552908.13 550.000.00 550,000.00 580250.00 580,250.00 546.606,00 546 606.00 1 FA 8 57.50090 57.500.00 57.500.00 57.500.00 57.500.00 57.500.00 57.500,00 57100.00 57500.00 57.500.00 57.500.00 57.500.00 1 FA 1 510.00100 510.000,00 510.000.00 510000.00 510.000.00 510.000.00 510,000,00 510.000.00 510.00100 510.000.00 510900.00 510.000.00 840 HR N 532.00 526.880.00 537.00 531.080.00 538.94 532.709,60 540,00 533.600.00 532.00 526.880.00 541.06 534.490.40 1 L5 8 55.000.00 55,000.00 511000.00 510.000.00 59.956.88 59,956.88 53,000.00 59000.00 54,000.00 54.000.00 513.193.00 511193.00 2.175 LF 1 52.00 54.35000 5350 57.612.50 52.78 56.046.50 51.00 52.17900 51.00 52,175.00 51.74 51784.50 1.970 SY 58.00 515,760.00 55.00 59.850.00 56.40 512.608.00 51.00 51.970.00 54.00 57,880.00 57.28 514.341.60 200 LF N 53.00 5600.00 52.00 5400.00 52.78 5556.00 51.00 5200.00 52.00 5400.00 55.06 51.012.00 270 CY 1 515.00 54.05100 525.00 56.750.00 513.91 53.755.70 515.00 54.050,00 512.50 53.375.00 519.39 55235.30 580 TN N 516.00 59.280.00 511.50 55.570,00 516.13 59,355.40 510.00 55.800.00 515.00 59700.00 516.54 59.593.20 160 CY II 575.00 512.000.00 572.00 511.520.00 5105.69 516.910.40 5150.00 524.000,00 $75.00 512.000.00 5111.84 517.894,40, 500 51' 1 53.00 51.500.00 52.00 51.000.00 52.23 51.115.00 51.00 5500.00 53.00 51.500.00 53.20 51.600.00 1.040 TN II 522.00 522.880.00 512.00 512.480.00 515.13 516.775.20 515.00 515.600,00 520.00 520,800.00 535.69 538.157.60. 620 TN II 550.00 531.000.00 549.00 530.380.00 545.85 528,427.00 545.00 527300.00 565.00 540.300.00 549.45 530.659,00 190 TN 1 550.00 59.500.00 550.00 59.500.00 560.13 511 424.70 545.00 58.550.00 $65.00 512.350,00 564,85 512,321.50 800 TN N 560.00 548.000,00 552.00 541.600.00 555.51 544.408.00 546.00 539800.00 572.00 557.600.00 571.10 556.880.01 100 TN II 560.00 56.000.00 5120.00 512.000.00 577.37 $7.737.00 575.00 57.500.00 5100.00 510.000.00 583.45 58,345.00 250 5Y0 58.00 51,500.00 520.00 55,000.00 516.69 54,172,50 58,00 52,000,00 520.00 5590090 515.25 53.812.5C 150 LF 1 58.00 51.200.00 55.50 5825.00 5556 5834.00 56.00 5900.00 57.00 51.050.00 55.60 5840.00 490 LF II 525.00 512.250.00 515.00 57.350.00 512.79 56.267.10 515.00 57.350.00 513.00 $6.370.00 512.80 56.272.00 1 I I I I 1 FA 1 55.00000 55.00100 55.000,00 55.000.00 55.00000 55,000.00 55.000,00 55,000.00 55000.00 55.000.00 55.000.00 55.000.00! 1 LS 1 510.000.00 510.000.00 53.000.00 53.000.00 51.668.75 51.668,75 55.000.00 55.000.00 52.000,00 52.000.00 52.912.00 52.912.00 250 LF N 520.00 55,000.00 515.00 53.75900 517.24 54.310.00 515.00 53,750.00 510,00 52,500.00 529.12 57.280.00 300 LF 8 5175.00 552,500.00 5120.00 536.000.00 5144.63 543,389.00 5188.00 556,400.00 587.00 526.100.00 585.91 525.773.00 240 LF 1 530.00 57.200.00 537.00 58,680.00 522.25 59340.00 590.00 321.600.00 545,00 510.80000 539.84 59.561.60- 65 LF II 535.00 52.975.00 555.00 54975.00 524.48 52.080.80 595.00 $8.075.00 560.00 55,100.00 585.97 $7.307.45 20 LF N 530.00 5600.00 550.00 51.000.00 527.81 5556.20 590.00 51.800.00 530,00 5600.00 579.80 51.596.00. 725 LF 1 550.00 536.25900 530.00 521.750,00 524.48 517748.00 595.00 568.87500 541.00 529,725.00 548,93 535.474.25 730 LF II 510.00 57.300.00 59.00 56.570.00 516.69 512.18370 55.00 53,650.00 54.20 53.066,00 59.14 56.672,20 3 EA N 5400.00 51.20010 5250.00 5750.00 5417.19 51.25197 5200.00 5600.00 5100.00 5300.00 5495.12 51,485.36 1 EA 1 5500.00 5500.00 5250 00 5250.00 5333.75 5333 75 5300.00 5300.00 5600.00 5600.00 $757.00 5757.00 11 EA 8 5800.00 58600.00 5600.00 56.600.00 5667.50 57.342,50 5400.00 54.400,00 5700.00 57.700,00 5786.37 58,650.07 4 EA M 51000.00 54.00000 5700.00 52800,00 577119 53,092.76 560100 52.400,00 52.000.00 58,000.00 5906.97 53.627,88 3 EA 1 51,200.00 53.600,00 5900.00 52.700.00 5773.19 52319,57 5800.00 52.400.00 52.00090 56.000,00 51.04900 53.147.00 4 EA II 54.000.00 516,000.00 51.600.00 56.400,00 52.058,13 58232.52 51.500.00 56.00010 52.660.00 510.640,00 52.339.00 59.356.00 10 EA a 5400.00 54.000.00 5300.00 53,000.00 5472.81 54.728.10 5200.00 52.000,00 5300.00 53.00000 5407.00 54.070.00, 3 EA 1 5200.00 5600.00 5200.00 5600.00 5445.00 51.335.00 5150.00 5450.00 5150.00 5450.00 5320.00 5960.001 6 EA II 5800.00 54.30100 5200.00 51.200,00 5278.13 51.668.78 5400.00 52.400.00 515010 5900.00 5635.00 53.810.00 1 L5 11 55.000.00 55,000.00 51.50100 51900.00 516.887.50 516.687.50 53.000,00 53000.00 51.10000 51.100,00 52.155,00 52.155.00 100 CY 1 525.00 52,500.00 520.00 52,000.00 519.47 51.947.00 520.00 52.000,00 535.00 53,500.00 536.52 53.652.00 40 CY 1 550.00 52,000.00 580.00 53.200.00 538.94 51.557.60 540.00 51.600,00 570.00 52.800.00 5174.75 56.990.00! 100 TN N 550.00 55.000.00 525.00 52,500.00 538.94 53.894.00 525.00 52.500.00 525,00 52.500.00 530.17 53.017.00 1 LS 8 52.000,00 52.000.00 52.500.00 52.50090 57,787.50 57.787.50 53000.00 53.000,00 54,000.00 54.000.00 510.262.00 510.262.00 1 1 1 I 1 2 FAR 55.000.00 510.000.001 54.000,00 58.000.00 53.73890 57.476.001 54.000.00 58.000.001 55.000,00 510.000.001 54.147,40 58.294.80 4 EA N 5300.00 51.200.001 5200.00 5800.00 5333.75 51.335.001 5150.00 5600.001 5150.00 5600.001 5378.00 51,512.00 3 EA a 53.00000 59.000.001 52,000.00 56.00090 51.94968 55.840.641 54.000,00 512.000.001 53.200 00 59.600.001 53.956.00 511.8158.00 3 FA N 51.500.00 54.500.001 5700.00 52.100.00 51.056.88 53.170.641 5400.00 51.200.001 5500.00 51,500.001 5538.00 51.614.00'., 4/22/2003 CITY OF TUKWILA Department of Public Works S. 134th Place Overlay and Drainage 5. 133rd Street to 48th Avenue South By: Project no. 03 -DR02 Date: 1e1 -772 G c Certified Bid Tabulation h kW; Fpyineero Fstimate e ,jInfra tr t •re ent nevelonment Wevlvrater rnnstn,rtinti Bamrs Gfaeneral Gonst Penni, R Craig cone, Bid Section pp Item Quantity Unhll Cost Cost I Cot Cost 1 Cost Cost 1 Cost Cost 1 Cost Cost Total t I Cast Co Item No Sanitary Sewel 1 $0.001 so.00l so.w 50.00 1 48 7 -05 Adlust Manhole 3 EA 1 5300.00 5900.00 5300.00 5900.001 5445.00 51.335.00 5200.00 5600.00 5200.00 5600.00 5437.00 51..311.00! 49 7 -05 Replace Manhole Rinl and Cover (Val Vue) 2 EA!! 5500.00 51.000.00 5300.00 5600.00 5445.00 5890.00 5250.00 5500.00 5300.00 5600.001 $554.00 51 108.00 50 7 -05 Replace Manhole Cone (Val Vuel 2 EA II 51.000.00 52.000.001 5800.00 51.60000 5834.38 51.668.76 5800.00 51.600.00 5600.00 51.200.001 5873.00 51 746.00 rafftc Conte! Devices 1 I 1 51 8 -09 Raised Pavement Marker. Tvpe 1 170 EA 1 53.00 5510.001 54.00 5680.001 53.89 5661.30 54,00 5680.00 55.00 5850.001 52.25 5382.50 52 8-09 Raised Pavement Marker. TVDe 2 85 EA fi 54.00 5340.00 57.00 5595.00 53.89 5330.65 57.00 5595.00 58.00 5680.001 54.50 5382.50 53 8 -20 Relocate Sion 7 EA 11 5750.00 55.250.00 5200.00 51.400.00 5500.63 53.504.41 575,00 5525.00 5220.00 51.540.001 5215.52 51.508.64 54 8 -22 Themloolatic Catch Basin Markno 21 EA 1 57500 51.575.001 550.00 51.050.001 538.94 5817.74 55000 51.050.00 561.00 51,231.001 550.40 51058,40 55 8 -22 4-inch Plastic Stdbe 2.300 LF 1 51.00 52.300.001 52.00 54.600.001 $1.39 53.197.00 52,00 54.600.00 52.00 54.600.001 51.12 52 576.001 56 8-22 12-inch Plastic StOD Bar 30 LF 1 55.00 5150.001 58.00 5240.001 54.45 $133.501 58,00 5240.00 59.50 5285.001 57.85 5235.50'. Roadside Development II f 1 I I 57 6 -12 Modular Mock wail 400 SF t 525.00 510.000.001 520.00 58.000.001 517.80 57.120.001 $15.00 56,000.00 525.00 510,000.00 522.36 58,944.00 58 6-12 Chain Link Safety Railing 100 LF 1 525.00 52.500.001 530.00 53.000.001 520 03 52.003.001 515.00 51.500.00 520.00 52.000.00 528.50 52850.00 59 8-01 Coconut Fiber Matting 250 51' II 56.00 51.500.001 57.00 51.750.001 54.45 51.112.501 53.00 5750.00 55.00 51. 250.00 54.48 51,120.00 60 8 -01 Topsoil 30 CY 11 530.00 5900.001 546.00 51.380.001 544.50 51.335.001 525.00 5750.00 550.00 51.500.00 537.86 51,135.80 51 8 -01 Sark Mulch 30 CY N 530.00 5900.001 545.00 $1.380.001 544.50 51.335.001 525.00 5750.00 565.00 51.950.00 544.30 51,329.001 62 8 -01 Hvdroseed 1.200 51 51.00 51.200.001 50.60 5720.001 $2.23 52.676.001 51.00 51,200.00 51.00 51,200.00 51.00 51.200.00 63 8 -01 Live Stakes 50 EA 1 510.00 5500.001 52.50 5125.001 527.81 51.390.501 54.00 5200,00 510.00 5500.00 511.65 5582.50 1 64 1 -09 PrODeertV Restoration 1 LS 1 510.000.00 510.000.001 52.500.00 52.500.001 56.396.88 56.398.881 53.500.00 53.500,00 56,000.00 56.000.00 55.066.00 55.066.001 1 65 1 -09 Miscellaneous Work 1 FA 11 530.000.00 530.000.001 530.000.00 530.000.001 530.000.00 $30.000.001 530.000.00 530.000,00 $30.000.00 530.000.00 530.000.00 530.000.00 TOTAL ESTIMATED CONSTRUCTION COSTA Comments: 5582,300.00 5470,562.50 5521,651.23 $533,435,00 5542,247.00 $571,878.45, 2 4/2212003 April 23, 2003 Mr. Ryan Larson, P.E. Project Manager City of Tukwila Public Works Tukwila, WA 98188 Re: South 134 Place Overlay and Drainage Project No. 03 -DR02 Recommendation for Contract Award Dear Ryan, KPG ENGINEERS ARCHITECTS LANDSCAPE ARCHITECTS 753 9th Avenue N Seattle, \VA 98109 TEL 206/286 -1640 FAX 206/286 -1669 KPG, Inc has reviewed the projects and references submitted by SCI Infrastructure, LLC for the referenced project. All references checked indicated that SCI has done a good job with similar roadway and drainage improvement projects We are therefore recommending that the City award Project No 03 -DR02 entitled 'South 134 Place, 48 Avenue South to South 133` Street, Overlay and Drainage' to SCI Infrastructure, LLC. Please call me at (206) 286 -1640 if you should have any questions or require further information. Very truly yours, Nelson Davis, P.E. Senior Engineer Utilities Committee May 6, 2003 Present: Pam Linder, Chair; Joan Hernandez, Dave Fenton Jim Morrow, Frank Iriarte, Pat Brodin, Gail Labanara, Rhonda Berry, Lucy Lauterbach S. 134`h Place Overlay and Drainage Repairs This area near FarWest Paints has been a problem for drainage and street condition for a long time. The project, which is being funded out of both surface water and overlay repair, will fix five driveway culverts, and will widen and overlay the road The area is wet from being near Southgate Creek, and a high -flow bypass will resolve the drainage issues there. Five bids were received, with the lowest bidder being SCI Infrastructure LLC. Dave had noticed how wildly prices varied among the bidders for specific items. Award bid for S. 134 to SCI for $470.562.50 at a Regular Meeting. 2. First Ouarter Reports The committee noted the projects and plans of the department, and had no further questions.1" Ouarter Reports approved. Committee chair approval