Loading...
HomeMy WebLinkAboutReg 2003-04-21 Item 5A - Bid Award - Rodarte Construction for Cascade View Community Park & Street Improvements for $697,152.32CAS Number: 03-054 I Original Agenda Date: April 21, 2003 Agenda Item Title: Bid Award for construction of the Cascade View Community Park and Street Improvements Project (97 -PK03) Original Sponsor: I Timeline: Sponsor's Summary: Meeting Date 4/21/03 Meeting Date 4/21/03 COUNCIL AGENDA SYNOPSIS Initials Meeting Date 1 Prepared by 1 Mayor's review 1 Council review 4/21/03 1 CK„Se{'(fl ka 1 iee_ v I" I I I I I I Council ITEM INFORMATION Admin. Public Works This project will construct the new City park and street improvements at the corner of S. 14411' Street and 37 Avenue South. The project was re- advertised on March 18 and 25 and four bids were received and opened on April 1, 2003. The low bid of $740,410.76 was from Archer Construction who then requested to withdrawal their bid due to an error in their bid submittal. The second low bid of $927,542.88 is from Rodarte Construction, Inc. Recommend award bid to Rodarte Construction. Recommendations: Sponsor: Award contract to Rodarte Construction, Inc. Committee: Forward to Regular Council. Administration: Same as Sponsor. Cost Impact (if known): $927,542.88 Fund Source (if known): 301 Parks (pg. 8 2003 CIP) RECORD OF COUNCIL ACTION Action APPENDICES Attachments Information memo dated April 7, 2003 Archer Construction's Withdrawal Letter Bid tabulation Transportation Committee Minutes from April 14, 2003 ITEM No. a To: From: Date: Subject: INFORMATION MEMO Mayor Mullet Public Works Director April 7, 2003 Bid Award Cascade View Community Park and Street Improvements Project Project No. 97 -PK03 ISSUE Award of bid for the Cascade View Community Park and Street Improvement Project. BACKGROUND On April 3, 2002, four bids were opened and publicly read for the Cascade View Community Park and Street Improvement Project. The apparent low bidder was Archer Construction, Inc. The second low bidder was Rodarte Construction, Inc. All four bids were under the Engineer's Estimate. Additionally, one Additive Bid Alternate was included. Total Base Bid Total Add'1 Alternate Total Construction Contract Other Construction Costs Seattle City Light Art Elements, Gazebo, and Park Lighting Play Equipment, Site Furnishings, etc. Construction Contingency (10 Total Protect Cost LOW BID 2"d LOW Archer Rodarte Construction Construction $535,505.90 $697,152.32 24,153.60 32,640.00 Engineer's Estimate Budget $722,923.43 8,160.00 $559,659.50 $729,792.32 $731,083.43 $10,489.00 46,784.00 67,477.56 56,000.00 $740,410.76 $10,489.00 $10,489.00 46,784.00 46,784.00 67,477.56 67,477.56 73,000.00 73,000.00 $927,542.88 $928,833.99 $930,000.00 I On April 4, 2003, Archer Construction, Inc. submitted a request, in accordance with the Standard Specifications 2002, to withdraw their bid. The request was based on an error Archer staff found in the bid preparation. ANALYSIS Staff has reviewed the request from Archer Construction, Inc and concurs that there was, in fact, an error made during the bid proposal preparation. The error was in the transcription from the estimator's notes to the bid proposal form where $44,000 was mistaken for $4,000. Archer Construction, Inc. bid in good faith and without gross negligence. The request to withdraw the bid was made in a prompt manner and complies in all aspects with the timing specified in the Standard Specifications. Because the second low bidder, Rodarte Construction, Inc., submitted a bid under the Engineer's Estimate and within the City of Tukwila's budget for this project, the City will not be caused substantial hardship by releasing Archer Construction, Inc. from their contractual obligations. RECOMMENDATION p: \cyndy\s 144th street \info memo- park award bid withdrawal.doc gi 1. It is recommended that Archer Construction, Inc. be relieved from their responsibilities of award. 2. It is recommended that Archer Construction, Inc's. bid bond be returned and not forfeited to the City. 3. Staff recommends that the award of contract be given to the second low bidder, Rodarte Construction, Inc., in the amount of $697,152.32. 4. Staff further recommends the award of the additive alternate item in the bid package in the amount of $32,640.00, bringing the full bid award to $729,792.32. Award the bid to Rodarte Construction, Inc. in the amount of $729,792.32. ARCHER CONSTRUCTION, INC. 7855 So. 206th St. Kent, WA 98032 (253) 872 -7222 FAX (253) 872 -7277 AR- CH- El- 219 -DR April 4, 2003 Ms. Cyndy Knighton Senior Transportation Engineer City of Tukwila 6300 Southcenter Blvd, Ste #100 Tukwila WA 98188 RECEIVED APR 0 4 2003 TUKWILA 'UBLIC WORKS RE: City of Tukwila Project Cascade View Community Park and Street Improvements 97 -PK03 Dear Ms. Knighton: After reviewing our bid, we have found that a mathematical error was made on Item A4 ,Grading. The amount should have been $44,000.00, and was incorrectly written down as $4,000.00. As we were hastily putting the bid together, we unfortunately did not have time to double check items as we normally do. Therefore, we are withdrawing our bid. I declare under penalty of perjury that the above statement is true and correct and have attached copies of our worksheets for verification. Please review and call if you have any questions. Sincerely, Wade Archer President Notarized this day of April. 2003. UTILITIES FIRE PROTECTION ARCHER CONSTRUCTION, INC. 7855 So. 206th St, Kent, WA 98032 (253) 872 -7222 FAX (253) 872 -7277 AR- CH -EI- 219 -DR April 4, 2003 Ms. Cyndy Knighton Senior Transportation Engineer City of Tukwila 6300 Southcenter Blvd, Ste #100 Tukwila WA 98188 RECEIVED APR 0 4 2003 TUKWILA PUBLIC WORKS RE: City of Tukwila Project Cascade View Community Park and Street Improvements 97 -PK03 Dear Ms. Knighton: I hereby certify and declare under penalty of pei jury that the enclosed are the worksheets used in preparing the bid we are withdrawing. Please review and call if you have any questions. Sincerely, Wade Archer President Notarized thi tl1 day of April, 2003. UTILITIES FIRE PROTECTION <4 r 2 •P--.. 3 Si ci ea f Z. i 7--r< sc.......-..-, c..„( aeo 0,0 .4ro t' mso 7 1 0 0 Os ric..4._ ettlat .-A- ,e St—C 0 0 a r a e- 1 5— 2. 1Y, q an 4,0 "3 roc, .enav-tvae__ Ls? /no //-k 10 e to /90o Z‘ .L in 0 Af dese, peek >Y<=7 4 2 -1 /7.:00 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS Cascade View Park 837th Avenue South Street Improvements Project No. 01 -PKOlD 897 -PKO3 CeNRed Bid Tabulation April 3, 2003 11 11 441.00 II 15.00 1.575.0011 18.660.00 ry 9.189.00 1 6,176.00 4 4,063.00 7.920.00 A 8.820.0 6.480.00 11 3,002.40 26.820.00 Y 5.563.00 5.563.00 1 280.00 1.120.00 A 532.00 532.00 1 5.45 5.450.00 1 786.00 786.00 0 630.00 630.00 11 1,020.00 4,080.00 4 1.500.0 1,590.00 11 By: Susan Byers Date: 04/04/03 I WITHDREW BID 1 ran Fnoineuel Fvtimat 9ng.blr Ohno COnotrUc800 p B-,Sfdl9, Ar hdapggniction, Inc. J No. Item Quantity Unit Y Unit cast Total cast Unit Coat Total Cost Unk Cost Total Cost Unit Cost Total Coat Unit Cost Total Cost Y mu BID SCHEDULE A PARK IMPROVEMENTS MOBIUZATION i 1 I I Al Mobilization 1 LS (S 14,000.00 5 14.000.001 a 10,GW. W 10,000.0015 28.795.17 28795.1] I S 2676200 5 2676].011 a 2.000.00 5 2.00.0 PARK CONSTRUCTION I 1 I 1 I A2 Temooraw Water PolNUoNErosion Control 1 FA 2.000.0 2.000.901 2.000.0 2.0 7.700.00 2.900.90 2.000.00 8 2.900.0 2.00.0 8 2.00.90 2.00.0 A3 Tree Removal 1 LS 770.0 7.70.00 1 5.000.00 5.00.00 A 2.120.90 .2.120.0 N 3.384.45 3.4511 1.00.0 A4 Grading Grading 1 1.5 15.00.0 500.00 0.000.0 50.00,0 11 43.106.90 43.106.00 14 19.095.00 19.095384..0.4 41 '74.000000 4,090.W- A5 Crushed Surfacing Top Course 190 TONS 20.00 3 1 25.00 9750.00 N 31.00 5690.00 p 24.]0 4.693.0011 2.660.0 AB Chain Link Fencing 185 LF 10.00 1850.001 ti00 2775.0011 14.00 2 8 13. 2,442.0 N 13.90 '2.405.00 A7 Restroon, Enclosure 1 15 800.00 800.001 2.500.00 2.500.0011 1.231.00 1,231.00 1 2.398.0 2,398.00 Y 800.00 800.00 CONCRETE SIDEWALK, PAVING, CURBS, AND CONCRETE BLOCK WALLS H 11 1 I A8 cement Concrete Sidewalk ]]0 SY 25.0 19.250.0011 28.0 21,560.00 II 41.40 31,8]8.004 25.20 19.404.00 1 21.0 16,170.00 *9 4' Concrete Patina at Plaza 40 SY 30.0 12.000.011 26.0 11.200.00 II 25.30 10.120.011 25.20 10.060.0 A 21.0 8.400.01 A10 4" Concrete Paving at Comers 115 SY 25.00 2815.011 26.00 3.220.011 25.30 2.909.5011 25.20 2,698.01 21.0 2.5.0 A11 6" Concrete Paving at Plaza 335 6Y 45.00 15.075.0011 35.00 11725.00 Y .90 10.351.50 0 35.90 12.026.50 h 26.0 B41 .7ID.0 Al2 Concrete Block Seating Wall 8 Towers at Plaza 55 LF 40. 00 2.20.0 11 1]5.00 9.625.00 1]3 W x515011 108.60 5.973.00 II 95.0 4,67500 .413 Concrete Block Sign Wall Towers 40 LF 80. 3.200.01 1]5.00 7.000.00 II 1]3.00 6.920.011 122.60 4,904.0011 85.00 At4 concrete Bock Sestina Wall al Game Area 20 LF 4 80.00 Y 235.0 4.]00.00 0 1]3.00 3.4fi0901 83.20 1.664.001i 85,00 3 17400.00 00 A15 Concrete Play Area Curb 300 LF 5,100.00 Y 16.00 5.400.00 Y 14.80 4,4]0.00 8 24.35 ].305.001 12.0 3.60.00 A16 Concrete Mow Sato 35 LF 5.0 1750 Y 20.00 700.00 ii 13.0 455.01 21.0 ]35.0 11.0 385.00 A17 Concrete Footings- Gazebo 8 Pedestrian Lights 8 EA 1.000.0 8,000.0011 5 0.00 4.00.0011 432.0 3.4 56.001 1, 074.0 8.592.0 11 30.0 .418 Area Grains 2.40.00 STORM DRAINAGE I 11 11 I 1 9 EA 150.0 1350.011 3000 1700.001 70.00 II 165.0 1.485.01 631.00 5,. Y 210.00 1.890.0 A19 Drain Pipe. 4In. Diem. 330 LF 10.00 3.300.00 11 6,00 1.980.011 5.30 1749.01 5.60 1.898 00 8.0 2.640.90 A20 Drain Pipe. 8In, Dam. 445 IF 15.0 6.6]5.011 7.00 3.115,00 11 1170 5.651.501 6. 2.892.501 8.00 3.50.0 WATER 11 I 1 .421 Water Sennce 125 LF 10.0 1,250.001 7.0 8]5.00 I1 11 5.50 725.001 12. 50 1562.5011 18.0 2.250.00 SEWER 1 1 .422 PVC Sanitary Side Sewer Pipe, 1 12 Inch Dram. 105 LF 10.00 1.050.00 Y 17,00 1.765.00 II 4,20 13.0 1,365,00 PARK DEVELOPMENT I 1 I A23 PSIPE -Trees 1 15 18,000.00 18.000.00 4 20.000.00 20.000.00 1 14.310.00 i 14.310.001 18.660.00 A24 PSIPE- Shrubs 1 LS 12.00900 12.000.00 II 9.000.00 9.00.00 11 6.253.00 6.253.00 1 9.189.00 A25 PSIPE- Groundcover 1 LS II 12.000.00 12.000.008 5.000.00 5.00.00 11 3.572.20 3.572.201 5.176.0 A26 Bulbs 1 LS 3.560.00 3.560.00 1 5.1330.0 5.000.0 11 2.643.0 2.843.01 4.03.0 A27 Topsoil Type A 300 CY 35.00 10.50.001 25.0 ],50.0 8 30.20 9.060.001 26.40 A28 Lomoost 300 CV 35.0 1 1 30.00 9.000.011 28.30 8 .490.00 1 29.40 A29 Bark Mulch 200 LY 35.0 A 30.0 6.00.01 25.70 5.140.01 32.40 A30 Hvdroseeding 5,560 5Y 0.90 5,004,00 4 0.50 2.760.00 8 0.70 3.892,00 Y 0.54 .431 Irrigation System. Complete 1 LS 25.000.00 25.00.00 1 25.000.00 25.000,00 A 5.269.00 5.269.00 11 26.820.00 ILLUMINATION AND ELECTRICAL SYSTEM 1 I 11 A32 Electric Panel a Meter 1 L5 1 4.000.00 4.000.001 00 6,0. 6.00.011 5.563.0 5.563.00 A33 Junction BOY¢s Type 1 4 EA 1 400.00 1,600.901 500.00 2,00.0011 344.0 1,376.00 11 A34 Junction Boxes Type 2 1 EA Y 500.00 500.00 1 500.00 590.0 465.0 465.00 4 A35 PVC Conduit- 1 Inch slam. 1.000 LF 1 10.00 10,600.00 1 10.0 10,000.0011 8.10 8.100.0011 SITE FURNISHINGS 1 1 11 I A36 Drinking Fountain (Installation Only) 1 L5 1 500.00 500.00 300.00 300.001 1.503.00 1.503.00 11 A37 Bollard 1 EA 1 500.00 50.0011 400.00 40.001 632.00 632 00 11 A38 Picnic and Game Tables (Installation Only) 4 EA 1 20.0 60.00 p 200,0 80.01 2.6°D5.70-00°° 8024.0 11 Sion Lettering 1 L5 1 2000.00 2.000.00 1 1.000.0 1.00.001 6]0.01 SUBTOTAL SCHEDULE R f 251,414.0011 f 276,890.00 M 264,480.571 Sales Tax 8.S% f 22.124.431 S 24,366.321 f 2427422 SUBTOTAL SCHEDULE A 273,535.431 f 301,256.321 287,75x191 Page 1 o13 11.380,00 6.900.00 5.600.00 410.00 30.00 23.00 26.00 0.70 21,000.00 3.600.00 310.00 42000 8.00 200 00 200.00 20.00 200.00 11.380.00 6,900.0 5.600.00 410.00 9.000.00 6,900.00 5.200.0 3.892.00 21.000.00 3,800.00 1,240.00 42000 8,000.00 200.00 200.0 500.00 2.00 258,709.351 5 163,567.00 24766.421 S 14,393.90 f 281,475.77 f 177,960.90 4/7/03 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS Cascade View Park 8 37th Avenue South Street Improvements Project No. 01 -PK01D 8 9TPK03 Certified Bid Tabulation April 3, 2003 BID SCHEDULE B ROADWAY AND SIDEWALK IMPROVEMENTS 'NO: item Quantity Unit Unit Cost Cost 1 UnH Coat Total Cost 1 Unit Cost Total Cost Unit Cost Total Cost b Unit Cost Total Cost q MOBILIZATION 1 d 01 Mobilization for Roadway Improvements 1,5 A 32.000.00 32.000.001 2.50600 2,500.00 8 41.817,17 41,817.1711 43.106.00 43.106.0011 32,000.00 32,000,00 ROADWAY d I I II II 82 Temperas/ Water Pout o&Erosion Control 1 FA 5.006.06 5.000.06 ry 5.000.00 5.000.00 11 5,000.00 6006.0011 5.000.00 5,006.0011 S.gW.W 5.000.00 83 ResduS00 Utility Conflicts 1 FA 10,000.00 10,.11 0.000.00 10,000.0016 10.000.00 10,000.00 1. 10.000.00 10,000.0011 10,060.00 B4 84 Traffic kc Control Labor 950 1188 30.06 28.80 .0011 1 36.00 36.50 35,040. 34,560.00 11 35,040.0011 40.40 38.784.0011 34.06 32.64006 BS Asphalt /Cement Concrete Sawcut 2720 LF 3.00 8.160.0011 2.00 5,440.00 170 4.624.06 Ica 2.10 5.72.00 1 106 272006 66 Pav¢m¢nt Removal 1485 SY 10.00 14,850.00 H 5.00 7,425.00 N 5.20 ]722.06 4 5.95 6,835.75 8 3.00 4.455.06 87 Unsuitable Foundation Excavation Ind. Haul 50 CY 1 15.00 ]50 00 tl 22.1%1 1.100.001 33.00 1,650.00 h 1 8.25 912.50 30.00 1506.06 BB Gravel Borrow inducting Haul 255 TN 18.00 4.590.001 14.06 3.90 A 19.50 4.9]250 18]0 4.768.501 11.00 2.805.00 89 Crushed Surfacing Base Course 645 TN 25.00 16.125.00 II 18.00 11.610.00 N 27.70 1].866.501 18.]0 12.061.501 14.00 9.030.01) B10 Crushed Surfacing Too Course 1400 TN 25.00 35.060.001 20.06 28.000.06 h 26.20 36,680.0011 19.70 27,560.00 05 11.06 15.400.00 811 Planing Bituminous Pavement 1045 SY 5.00 5.225.001 6.00 6.270.001 5.60 5.852.00 p 6.06 6.2]O.W 1 5.00 5.11606 812 Asphalt Concrete Pavement Class B 475 TN ]500 35.625.00 N 60.00 28.500.06 II 67.30 31.967.50 56.30 26.]42. W 5100 24.22606 813 Asphalt Concrete Pavement Overlay. Class 8 330 TN 1 50.00 16,500.0011 60.00 19.600.06 II 61.60 20.328.0011 56.30 18,5]9.061 52.00 17,160.00 014 Cement Concrete Approach. 1 -Day 215 5Y 1 35.00 ],525.0011 60.00 12,506.000 56.40 12.126.Wh 55.85 12.00]75 1044.00 1 48.00 10.320,00 815 Cement Concrete Driveway 20 SY 1 35.00 ]06.06 8 50.00 1.006.001 3 ]4000 h .0 34.00 1 680.00 816 Modular Block Retaining Wall 200 SF 50,06 10.000.00 tl 22.00 4.400.00 N 3.880.00 1 82 1].6 3.530.001 15.06 3.006.00 617 Cement Concrete Curb and Gutter 17]0 LF 15.06 26.550.00 8 12.00 21240.00 p 9.70 17.169.00 N 10.75 19.02].501 10.00 818 Mailbox Support 7 EA 250.00 1.75 41.001 5 06.06 3.500.00 8 486.00 3.402.00 4 6 50.00 4,550.00 1 250.00 1750.00 SIDEWALK 1 1 1 1 U 619 Concrete Sidewalk 1000 SY A 25.00 25.000.001 24,00 24.000.001 20.30 20.300,00 8 23.90 23.906 00 Y 20.06 20.000.06 TRAFFIC CONTROL DEVICES II II 1 1 820 Permanent Signing 1 L5 2,000.00 2.000.00 11 1.500.00 1.500.00 0 271.00 2]10011 ]80.00 ]80.00 I� 2,000.00 2.000.00 621 Raised Pavement Marker. Type 1 200 EA 3.00 600.00 0 2.00 4 11 1.60 320001 620 200 400.00 822 Raised Pavement Maher, Type 2 20 EA 4.00 80.00 0 506 p 4.00 80.00 A 1175 3.10 235 Li 5.00 100.00 823 Plastic CB marking 19 EA 100.00 1,900.0011 30.00 510.06q 28.00 532.008 33.60 638408 30.00 90.00 624 Paint Smpe. 4 Inch 70 LF 1.06 ]0.00 1.00 70.06 A 1.10 ]7.00 N 235 157.50 8 2.00 140.00 825 Plastic Stripe. 12 inch 110 LF 5.00 550.001 2.00 220,0011 2.20 1 242.00 0 5.00 550.00 8 3.00 330.00 826 Plastic Access Parking Symbol 1 EA 60.00 60.00 0 60.00 60.00 11 56.00 56.00 11 106.40 106001 60.06 60.00 (ROADSIDE DEVELOPMENT II 1 827 Topsoil TVOeA 50 GY 30.00 1.500.00 60.00 3.000.0 43,00 2.150.001 39.00 1.950.001 31.00 1.550.00 I 828 W 500 SY 1.00 500.00 4 1.00 500.001 2.10 1.050.0011 1.20 600.00 1 1.25 625.00 I B29 Progeny Restoration 1 LS 5.000,00 5,000.00 1 2000.00 2.000,00 1 2,888.00 2,888.00 11 11,700.00 11,]00.00 8.000.00 8.000.00 ISTORM DRAINAGE II 1 1 1 830 TrencWExcavabon Protection 1 LS 1.000.00 1000.001 1.00 LW 11 1,411.06 1.411 W 840.00 640.06 B.OW.W 8.00107 031 Drain Dice, 64nch Diem. PVC 145 LF 15.00 2.1]5.00 20.00 2.900.00 17.60 2.552.06 15.00 2.17500 10.00 1.450.00 832 Removing Storm Drain Structure 4 EA 750.06 3,000.00 q 100.00 400.001 61.00 244.00 435.00 1740.00 300.00 1.200.00 633 Remove 1 Abandon Storm Drain Pipe 640 LF 10.00 6,400.008 5.00 3.200.001 1.30 832.00 6.70 421...279a807430...000001100 .288.00 p 8.00 5.120.00 634 Storm Drain Pice. 8 01 140 LF 30.00 4,200.001 45.00 6.300.001 25.00 3.500.00 26.20 3,668.00 N 2 0.00 2,800.00 835 Storm Dram Pice.12' 01 680 LF 35.00 23.800.00 1 47,00 31.960.01 31.00 21,080.01 34.80 23.664.00 23.00 15,640.06 B36 Storm Drain Pipe. 12'CPE 920 LF 30.00 27,600.00 1 40.00 36,000.001 22.70 20.684.001 29.]5 27,370.00 I1 15.00 13,800.00 837 Yard grain 6 EA 450.00 2.700.0011 500.00 3000.00 613.00 3.678.00 780.00 4.680 W N 400.00 2.400.00 838 Modified Concrete Inlet 6 EA 1 700,00 4.200.008 700.00 4,.200.00 690.00 4,140,01 990.00 5,940.0011 1.000.00 6,000.00 639 Concrete Inlet 6 EA 700.00 4,200.00 800.00 4.800.00 1 644.00 3,864.001 799.00 4,]94.0011 1.000.00 6.000.00 640 Catch Basin. Type 1 19 EA 1.000.00 19,000.00 700,00 13.300.00 899.00 17.081,06 990.00 18.810.0011 1.300.06 24.700.00 ILLUMINATION SYSTEM B II II I II 841 Illumination 1 15 11 36.000.00 36.000.00 1 10.000.00 10.000.00 13,759.00 13.759.00 1 9.839100 9.839.00 4 10.000.00 10.000.00 842 Franchise U6IiN Trenching and Restoration 1 L5 8 2.000.00 2.000.00 A 25.000.00 25.000.00 1 24,089.00 24,089.00 8 24.089.00 24.089.008 19.000.00 19.000.00 SUBTOTAL SCHEDULE Bit 432,685.00 1 381,096.00 1 S 405,916.671 S 422,245.301 S 345,495.00 iron 't efts sfgmat Paget of By: Susan Byers Date: 04 /04/03 WITHDREW BID r �I IIr 1 A Rndano Constantino. inn T OtinoConstmction 1 D R rzia stnv firm Inc, p &Sherconstnepon. 4/7/03 BID SCHEDULE C FRANCHISE UTILITY WORK No. Item Quantity Unit 1 Unit cost Total eon T unit Goat Total Cost 1 Unit coat mm cost f unit cost Total cost 1 Unit Cost Total cast ROADWAY .1 1 1 1 1 01 Aaiust Manholes to Grade 5 EA 1 300.00 1.500.001 22000 1100.001 179,00 895.001 570.00 2.850.001 300.00 1.500.00, 02 Water Service 13 EA 1 1.000.00 13.000.00 1 800.00 10.400.00 1 1.094.00 14.222.00 1 518.50 6.740.501 600.00 7.800.00 03 Adiust Water Meter Box 11 EA II 200.00 2.200.00 1 300.00 3.300.00 1 67.00 737.00 1 342.00 3.762.00 1 250.00 2.750.00 SUBTOTAL SCHEDULE Cg S 16,700.001 14,800.001 S 15,854.00 0 13,352.501 S 12,050.00 SUMMARY TOTAL BASE BID I 1 A 1610 SCHEDULE A wl tax S 273,538.431 301,256.3211 S 287,755.1911 9 281,475.771 5 177,960.90 1 1 1 11 IBID SCHEDULE B S 432,665.001 S 381,096.00 S 405,916.67 A 422,245.301 345,495.00 0 11 1 11 BID SCHEDULE C S 16,700.001 S 14,800.00 t S' 15,854.001 S 13,352.50 12,050.00 TOTAL BASE BID 722,923.431 5 697,152.321 $7 709,525,86 717,073.57 535,505.90 1 CORRECTEn MATH ERROR 1 1 WITHDREW BID CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS Cascade View Park 8 37th Avenue South Street Improvements Project No. 01 -PK01D 8 97 -PK03 Certified Bid Tabulation April 3, 2003 ADDITIVE BID ALTERNATE NO. 1 If No. item Quantity Unit 1 unit Cost Total cost 1 Unit Cost Total cost 11 Unit Cost Total Cost 1 unit Cosa Total Cost Ir Unit Cost Total cost CONCRETE SIDEWALK, PAVING, CURBS, AND CONCRETE BLOCK WALLS 1 1 1 11 wuu. rvu. AdtlNOnal Seating Wall at Play Area Including 150 LF N 50.00 7,500.00 N 200.00 30.000.00 9 173.00 25,950.00 b 108.60 16,290.0011 148.00 22.200.00 1 Towers SUBTOTAL ADDITIVE BID ALTRNATE NO. 1 7,500.0011 5 30,000.001 9 25,950.001 16,290.001 22,200.00 Sales Tax al 8.8% 660.00 2,640.0011 2,283.60 1,433.52 6 1,953.60 TOTAL ADDITIVE BID ALTRNATE NO. 1 8,160.00 32,640.00 28,233.6011 5 17,723.521 24,153.601 Does not include owner supplied park items, artist work, or SCL work. By: Susan Byers Date: 04/04/03 WITHDREW 81D tl K ROdarte Cat tueNRn Ins +OMs Const Lion 7 100. N ArcM1er COnstmct0O)1 Ike Page 3 of 3 4r7/03 Transportation Committee April 14, 2003 Present: Dave Fenton, Pam Linder CoChairs; Pam Carter Jim Morrow, Bruce Fletcher, Frank Iriarte, Cyndy Knighton, Robin Tiscbmak, Steve Lancaster, Rhonda Berry, Lucy Lauterbach; Dennis Robertson; Stacy Tressler and Craig Stone- WSDOT 1. I -405 Plans Stacy had a large scale map of I -405's south portion, and pointed out preliminary plans as they now stand, The plan calls for a new entrance and exit to 405 from Lind Avenue in Renton. The Rainier exits and entrances would be closed, and people would go down East Valley from Rainier to an entrance near S. 180'". Although there were no current plans for Tukwila service, alternatives were shown to the committee with a northbound entrance at Andover West, and a south/westbound entrance at the 61 Ave (S line) bridge. These were shown in alternatives A -F that were used in charettes, one of which was in Renton and was attended by several Tukwila staff members from Public Works and DCD. Stacy said she could send digital photos of the E and F maps to Tukwila when Pam L requested it. The Tukwila- Renton -north Renton section is one of the most badly congested sections of the road. Though other sections are slated to be done earlier, DOT and Tukwila hope that if the south end can agree on a plan for their section, it could be slipped in while waiting for other areas to reach agreement. The Renton section costs $1.4 billion. One of the plans for the new road is added lanes in each direction. One or two lanes could be added, including managed toll lanes that use computer chips to record trips rather than a toll booth. As the total project cost is $3.7 -4.2 billion, tolls that bring in $20 million per year would be helpful. One of the issues raised was bus rapid transit, and how that could be a solution to mass transit here. When asked, Steve L answered that a transit center at Southcenter was the city's preferred alternative, rather than at Longacres. Dennis raised the point that park and ride spaces were already at a premium on Grady Way across from the theaters. DOT has not planned additional park and rides. Pam L warned that too small a park and ride lot causes many problems. Including opportunities to get on buses that can get to 1 -405 from Tukwila was an important point for the committee. Options include extending Tukwila Parkway east to connect to Interurban's connection to I -405, or adding an entrance at Andover Park West and the 61 Street bridge area. Information. 2. Cascade View Park and Street Improvements Last year the City bid the park and the bids came in too high for us to accept. Some changes were made to lower the cost, including taking the color out of the sidewalks, reducing a paver wall size from a full to a partial circle, and reducing the driveway's base materials. The new bids this year are much better. Though the lowest bid was quite low, that bidder has been excused because of an honest error in his calculations. Jim M said it's often a good idea not to force the low bidder to remain, because their bid may be low because of their inexperience with a project, as appeared in this case. The apparent next low bid which the city is prepared to accept, was from Rodarte Construction, whose bid was just barely under the city's budget. The concrete curb, sidewalks, paving and wall were put into an additive bid, which is included in this bid, as are the art elements and play equipment. Recommend bid award to Rodarte for 5729.792.32 at a Regular IMteetinE.