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