HomeMy WebLinkAboutReg 2003-02-18 Item 6C - Bid Award - RW Scott Construction Company for West Valley Highway / Strander Boulevard Improvements for $439,034.871908
Original Sponsor:
I Timeline:
Sponsor's Summary:
Recommendations:
Sponsor:
Committee:
Administration:
Cost Impact (if known):
Fund Source (if known):
Meeting Date
2/18/03
Meeting Date
COUNCIL AGENDA SYNOPSIS
Meeting Date
2/18/03
Initials
Prepared by 1 Mayor's review 1 Council review
RT earlh 'klPn/
v I I
I I
CAS Number: 03-019 Original Agenda Date: February 18, 2003
Agenda Item Title: Bid Award for the West Valley Hwy Strander Blvd Intersection Improvements
Council
Admin.
Project No. 93 -RW 11 will add one traffic lane and a sidewalk, modify the traffic signal,
asphalt overlay and channelization modification to the West Valley and Strander Blvd.
intersection. The project was advertised on November 20, 2002 and eleven bids were received
and opened on January 3, 2003. The low bid of $439,034.87 was from R.W. Scott
Construction Co. References show that R.W. Scott Construction performs quality work in a
timely fashion with satisfactory results.
Award contract to R.W. Scott Construction Co.
Recommend to Regular Council
Same as Sponsor.
$439,034.87
104/02 Commercial Streets (2003 CIP pg. 45)
Attachments
Public Works
2/18/03 I Information Memo dated February 4, 2003
Bid Tabulation
Transportation Cmte Meeting Minutes from February 10, 2003
ITEMN
ISSUE
BACKGROUND
INFORMATION MEMO
TO: Mayor Mullet
FROM: Public Works Directo t' i
DATE: February 4, 2003 (J
SUBJECT: Bid Award
West Valley Highway Strander Blvd. Intersection Improvements
(Project No. 93 -RW11)
Award the bid to R. W. Scott Construction Company for the West Valley Highway Strander
Blvd. Intersection Improvement project in the amount of 439,034.87.
The proposed intersection improvements at West Valley Highway and Strander Blvd. include
widening West Valley Highway south of the intersection to add one traffic lane and a sidewalk,
modifying the traffic signal, asphalt overlay, and channelization modifications. The project
was advertised on November 20, 2002, and bids were opened on January 3, 2003. Eleven (11)
bids were received and R W Scott Construction Company submitted the lowest bid in the
amount of 439,034.87, which was 39,379.75 higher than the Engineer's Estimate.
ANALYSIS,
An analysis of the bids was performed and minor errors were corrected in the tabulation of
bids. Correction of these errors did not change the results of the contractor bidding order from
lowest bid to highest bid. Following is a summary of the budget vs. the low bid and
engineer's estimate:
Actual (Low Bid1 Enaineer's Estimate Budget
Construction 439,034.87 399,655.12 440,910.00
Const. Engineering 60,000.00 60,000.00 60,000.00
City Contingency 43.903.49 39.965.51 44.090.00
Total 542,938.36 5 499.620.63 5 545.000.00
WSDOT has a future project overlay West Valley Highway within Tukwila and Kent and has
agreed to contribute 50,000 to this project for costs related to overlay and channelization.
RECOMMENDATION
Award the bid to R. W. Scott Construction Company in the amount of 439,034.87.
attachment: Bid Tabulation
Transportation Committee
February 10, 2003
Present: Richard Simpson, Chair; Dave Fenton, Pam Linder
Jim Morrow, Gail Labanara, Robin Tischmak, Lucy Lauterbach; Citizen Dennis
Robertson, consultant Nelson Davis -KPG
1. West Vallev /Strander Intersection Improvements Bid Award This project has been in the
CIP since 1997; it is now ready to be awarded RW Scott was the lowest bidder. The committee
asked if the company was deep enough to manage this at the same time as TIB, and was told they
can easily manage that. The project bids were higher than anticipated. That problem was solved
when WA DOT agreed to pay the City $50,000 for paving West Valley. The lanes east of West
Valley will curve to add a new lane. Recommend bid award to RW Scott for $439.034.87 at a
Regular Meeting.
2. West Vallev /Strander Proiect Construction Management Entranco won the bid to do
construction management on projects like this in the City. Because we have a contract with them
already, only a supplement is needed. Construction management will cost $60,000 for the
$439,000 project. Recommend Construction Management Agreement to Regular Meeting
for approval.
3. 2003 Overlay Proiect Though four firms were short listed for this work, KPG won the
award easily, receiving the highest scores from the three scorers. KPG has done this work since
1992, and is known to staff and citizens as a responsible and responsive team. Jim said neither
the staff nor KPG has been complacent about the work. Because several of the projects in this
year's plan were mostly designed because they were originally scheduled for last year, they
won't have too much design work to do. Committee approved design contract of overlay
proiects to KPG.
4. Tukwila International Boulevard (TIB) Phase 2 Phase I of TIB is now being built from S.
152 138`". What had been planned as Phase 2 was a section to the south; S. 132 116` and
grants have been received for that. However, two things have happened. When Phase 2 was
originally planned, leaving a gap in the middle between Phase 1 and Phase 2, grants were easier
to come by, and it was assumed the city could get a grant for that last section phase in the future.
The second issue was that Sabey built two buildings, and is about to build a third, at about S.
120`h. Staff presented an alternative to move from the current Phase 2 to an alternate Phase 2.
The alternate would continue from Phase 1 at S. 138 and go north to the Sabey driveways.
Though costs for the two alternatives are in the same range, one big issue is dealing with the two
creeks that start (or continue) from TIB. Southgate creek is a lesser problem that will be dealt
with in Phase 1. Riverton Creek is a bigger problem because it needs to be drained to the river,
which is quite a distance from the highway. The higher range of estimated costs for the
alternative, would include a bypass and taking the creek to the river. The old Phase 2 did not
deal with the creek. Six cost reduction altematives were listed; three have already been included
in the costs, and four could be done to save money. The committee agreed with the staff
recommendation for the alternative, but they wanted the whole COW to receive the same
information to ensure the whole Council agreed. Staff would need to get approval to move their