Loading...
HomeMy WebLinkAboutREG 2017-06-19 Item 4H - Bid Award - Major Maintenance of 3 Bridges with Razz Construction for $2,688,958COUNCIL AGENDA SYNOPSIS ------------- ---------- Meeting Date Prepared by Ma or's review Council review 06/19/17 BG A 1 C 0 Resolution Mtg Date El Ordinance Mtg Date [X] Bid Award Altg Date 06/19/17 Public Hearing Mtg Date E Other Mtg. Date SPONSOR Council Mayor L HR Ell DCD Finance Fire IT j P &R 11 Police Pr SPONSOR'S The Major Maintenance on 3 Bridges Project was advertised for bids on May 3 and 10, SUMMARY and three bids were opened on May 31. Razz Construction, Inc. was the apparent low bidder and has experience with projects of similar scope and size. The project includes improvements to the Grady Way Bridge, Beacon Ave S Bridge, and Frank Zepp Bridge (South 180th St). Council is being asked to award the bid to Razz Construction in the amount of $2,688,958.00. 2017 RimiAvi BY E COW Mtg. LI CA&P Cmte EI F&S Cmte Utilities Cmte El Arts Comm. E Parks Comm. 11 DATE: 06/13/17 COMMITTEE CHAIR: KATE Transportation Cmte ITEM INFORMATION ITEM No. 4.H. CAS NUMI 1.t: STAFF SPONSOR: BOB GIBERSON ORIGINAL AGENDA DATE: 06/19/17 AGENDA ITENI TITLE Major Maintenance on 3 Bridges Bid Award to Razz Construction, Inc. CATI,GORY L Discussion Mtg Date ] Motion Mtg Date 0 Resolution Mtg Date El Ordinance Mtg Date [X] Bid Award Altg Date 06/19/17 Public Hearing Mtg Date E Other Mtg. Date SPONSOR Council Mayor L HR Ell DCD Finance Fire IT j P &R 11 Police Pr SPONSOR'S The Major Maintenance on 3 Bridges Project was advertised for bids on May 3 and 10, SUMMARY and three bids were opened on May 31. Razz Construction, Inc. was the apparent low bidder and has experience with projects of similar scope and size. The project includes improvements to the Grady Way Bridge, Beacon Ave S Bridge, and Frank Zepp Bridge (South 180th St). Council is being asked to award the bid to Razz Construction in the amount of $2,688,958.00. 2017 RimiAvi BY E COW Mtg. LI CA&P Cmte EI F&S Cmte Utilities Cmte El Arts Comm. E Parks Comm. 11 DATE: 06/13/17 COMMITTEE CHAIR: KATE Transportation Cmte Planning Comm. KRULLER RECOMMENDATIONS: SPoNsoR/ADmIN. COMMITTEE Public Works Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURI: REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $2,688,958.00 $3,889,000.00 $0.00 Fund Source: 104 ARTERIAL STREETS (PAGE 12, 2017 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 06/19/17 MTG. DATE ATTACHMENTS 06/19/17 Informational Memorandum dated 06/09/17 Page 12, 2017 CIP Bid Tabulation Minutes from the Transportation & Infrastructure Committee meeting of 06/13/17 107 108 City of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director BY: CC: Steve Carstens, Senior Program Manager Mayor Ekberg DATE: June 9, 2017 SUBJECT: Major Maintenance on 3 Bridges Project Project No. 91510406, 91510407, and 91510408 Bid Award ISSUE Award the construction bid to Razz Construction, Inc. (Razz) lor the Major Maintenance on 3 Bridges. BACKGROUND The Major Maintenance on 3 Bridges includes the Grady Way Bridge, the Beacon Ave S Bridge, and the Frank Zepp Bridge (S 18091 St). Improvements include seismic retrofit (Zepp & Grady), bridge painting (Zepp & Beacon), and deck and joint repairs (Zepp & Beacon). Construction bids were originally advertised in March 2017. Only one bid was received that was significantly over the Engineer's Estimate and was subsequently rejected by Resolution No, 1907. A second call for bids was advertised on May 3 and May 10, 2017 and two addenda were issued addressing clarifications in the bid documents. Three bids were opened on May 31, 2017 and the apparent low bidder was Razz Construction for $2,688,958. DISCUSSION The construction bids were reviewed and only one minor irregularity was found. There were no errors in the bid submitted by Razz. WSDOT concurrence is required to award the bid for a federally funded project, including a review of Disadvantaged Business Enterprise (DBE) requirements. WSDOT determined that the bidder does meet the DBE requirements and WSDOT has provided concurrence to award the bid to Razz. Razz has been doing business since 2005 in Washington and has experience with projects of similar size and scope. Razz does not have any exceptions and has not been debarred from working on federally funded projects. FISCAL IMPACT Bid Results Razz Construction $ 2,688,958.00 Contingency (15%) 403,343.00 Total $ 3,092,301.4.0 Eng Estimate Budget $ 2,696,215.00 $ 3,889,000.00 $ 2,696.215.00 *IMO RECOMMENDATION Council is being asked to award the bid to Razz Construction, Inc. in the amount of $2,688,958.00 for the Major Maintenance on 3 Bridges Project and consider this item on the Consent Agenda at the June 19, 2017 Regular Meeting. Attachments: Page 12, 2017 CIP Bid Tabulation WPW EndPROJECTS'ik RW & RS ProiectstMaiev Macieniance nn 3 Bridges {9/51040002 Fund nd Funanee,Tianspodaten Corernreeednie Memo Be Awasd Razz 060517 gl-sns docr 109 110 PROJECT: DESCRIPTION: JUSTIFICATION: STATUS: MAINT, IMPACT: COMMENT: CITY OF TUKWI A CAPITAL PROJECT SUMMARY 2017 to 2022 Major Maintenance on 3 Bridges 2015 91510406 Project Nos, 91510407 91510408 Perform Seismic Retrofit, Deck and Joint Repair, and Bridge Painting work under the Local Agency Bridge Program on the Frank Zepp Bridge, Grady Way Bridge and the Beacon Avenue South Bridge, The three bridges were identified as good candidates for federal funding under the Local Agency Bridge Program administered by VVSDOT The proposed work will preserve the City owned infrastructure and extend the service lives of the bridges. Federal grant funding was approved December 2014. Council budget amendment approved 8/3/15 Maintenance needs will be reduced once these three major maintenance projects are completed. The three bridges were approved for grants under separate federal aid numbers but wit be combined into one for the design & construction contract. Grant funding requires a 10% match for the design phase projects that obtain construction authorization by 9/30/18 are eligible for 100% Federal construction funding, FINANCIAL (in $000's) EXPENSES Design Land (RAN) Const Mgmt. Construction TOTAL EXPENSES FUND SOURCES Fed BRAC Grant Mitigation Actual Mitigation Expected City Oper. Revenue TOTAL SOURCES Through Estimated 2015 2016 2017 421 421 445 445 300 2,886 3,186 2.018 2019 2020 2021 2022 BEYOND TOTAL 293 1,003 1,296 0 0 0 866 0 593 3,889 5,348 379 42 421 401 44 445 3,186 1,296 0 0 1,296 3,186 0 0 0 0 0 0 0 0 0 0 5,262 0 0 86 5,348 roject Location 2017 - 2022 Capital improvement Program 12 111 112 CITY OF TUKWLA - MAJOR MAINTENANCE OF THREE BRIDGES FINAL BID LIST SUMMARY May 31, 2017 SCHEDULE A - BEACON AVENUE S BRIDGE 1 2 3 Engineer's Estimate Razz Construction Road Construction Northwest, inc, Triton Marine Construction itern No. Item Decri.tion ' Qu nti Unit Unit Price Cost Unit Price Cost Unit Price Cost Unit Price 1 Cost Al A2 UNEXPECTED SITE CHANGES 1 . FA 10000 10,000 10,000 1 10000 10,000 10.000 10000. 10,000 RESOLUTION OF UTILITY CONFLICTS 1 FA 5,000 • 5,000 5000 5000 5,000 5.000 5000t 5000 A3 SPCC PLAN 1 LS 2,000 2,000 3 000 3,000 900 900 1,2001 4,8001 1200 . 4800 A4 MOBILIZATION 1 LS 51,800 1 51.800 72000 72,000 83,000 83,000 AS PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 45,000 1 45,000 30,000 30000 37,500 37,500 20000 20000 AS PEDESTRIAN TRAFFIC CONTROL 1 LS 5,000 1 5,000 6,000 6,000 2200. ,2200 , 14 3 01 14,300 A7 FLAGGERS. min Bid $65.00 200 HR 65 13,000 651 13, 00 65 13,000 681 13,600 A8 REMOVING ASPHALT CONC_ PAVEMENT 180 SY 10 1.800 13 2.340 21i 3,780 44 7,920 A9 ROADWAY EXCAVATION INCL. HAUL 75 CY 50 3,750 30 2.250 50 3,750 72 5400 A10 I TON 60 1500 64 1,600 70 1,750 140 3500 All HroA CL 1/2 INCH PG 64-22 22 TON 200 1 4400 312 6,864 440 9,680 370 8 140 Al2 EROSION/WATER POLLUTION CONTROL 1 FA 5.000 5,000 5,000 5,000 5000 5000 5, 00 5000 A13 A4 A15 ESC LEAD 60 DAY 60 ' 3,600 80 4,800 90 5400 11 60 STORMWATER POLLUTION PREVENTION PLAN 1 LS 2000 , 2,000 3,000 3,000 900 900 8.5001 8,500 1 1400 TYPE B PROGRESS SCHEDULE 1 LS 1,500 • 1,500 5.000 5,000 1500 1500 11 1400 A16 ADA FEATURES SURVEYING 1 LS 2,000 2,000 2000: 2000 2000 A17 . STRUCTURE SURVEYING . 1 LS 5,000 5,000 5.000: 5,000 3,500 3,500 6.400 6400 MB WORK PLATFORM AND CONTAINMENT SYSTEM 1 LS 15,000 15,000 20,000, 20,000 32,200 32,200 15000 ' 15.000 A19 La Mr " el lizitIZT , • . -: IUD 9 LS 20,000 1 20,000 20 000, 20,000 22,200 22.200 41000 41.000 29 678 7,098 A20 WEE A22 EPDXY-COATED ST, REINF, BAR 14,200 LB 2 24,140 2 28,400 2 24,850 21 9 DRILL AND EPDXY DOWELS 182 EA 65 11,830 241 4.368 115 20,930 STRUCTURAL CARBON STEEL 1 LS 5,000 1 5,000 60,000 ; 60,000 57,800 57.800 60,000 60.000 12,800 58,800 CONC. CLASS 4000 FOR SIDEWALK 8 1 CY 850 6,800 750 6,000 730 5,840 IIMMEE4 1,400 A24 C0NC CLASS 4000D FOR BRIDGE 42 1 CY 1,000 42,000 900, 37,800 4,000 168,000 A25 SAWCUT EXPANSION JOINT 68 . LF 85 5,780 12 816 30 2,040 57 3,876 A26 CLEANING AND PAINTING 1 LS LS 145,000 ' 145,000 160,000' 160,000 170.000 170,000 204,112 204,112 A27 CONTAINMENT OF ABRASIVES 1 50.000 50,000 20,000' 32,000, 32,000 39,000. 39,000 A28 TESTING AND DISPOSAL OF CONTAINMENT WASTE . 1 FA 00 i 10,000 10,000 10.000 10,000 , 0 A29 REPAIR EXISTING STEEL BEAMS 1 FA 50.000 1 50,000 50,000 50,000 50,000 50,000 50,000. 50,000 A30 CORRUGATED METAL DECKING 2.500 SF IERMIIIMIMMIIIMMIEEI SY 12 30,000 17 42.500 23 57,500 15 37,500 A31 REMOVING CEMENT CONC, SIDEWALK '15 50 750 130 1,950 A32 HMA SIDEWALK 12 150 1,800 75 900 1,5001 18,000 A33 ROADSIDE CL NUP 1 1 FA 20,000 . 20,000 20.000 20,000 20,000' 20,000 20,0001 5,000 20,000 5,000 A34 PROPERTY RESTORATION . 1 FA 5,000 5,000 5,000' 5,000 5,000 5,000 SCHEDULE A TOTAL. 131D 605,075 666,007 868,870 729,035 SCHEDULE B SW GRADY WAY BRIDGE 1 2 3 Eflgifler' Estimate Raz Conetruction Road Constwction Northwest, Inc. Triton Mrin Constructiori " MEIN UNEXPECTED SITE CHAWGES 1 1 FA 2,000 2,000 2,000 2,008 2,000 2,000 2,0001 2,000 62 SPCG PLAN 1 1 LS 1.500 1,508 3,000' 3,080 900 900 1.200 1200 63 MOBILIZATIQN 1 LS 26,700 ' 28,700 21.000, 21,000 45,000 45,000 3,400 3,400 NM PROJECTTEMPORARY TRAFFIC CONTROL 1 1 LS 15,000 15,000 15,000' 15,000 37,500 37,580 10.000 10,008 65 65 6,500 65 6,508 65 6,500 68 6,800 07 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 EROSION/WATER POLLUTION CONTROL 1 LS 1,000 1,000 7,500 7,500 7,200 7,200 iool i,000i 190 1,000 FA 1,000 1 1,000 1,000, 1,000 1,000 1.000 ESC LEAD 10 i DAY 60 1 600 80 800 90 900 1 3,500 10 3,500 99 STORMWATER POLLUTION PREVENTION PLAN 1 1S 1,500 , 1,500 5,000 5.000 900 900 610 TYPE 8 PROGRESS SCHEDULE 1 I LS 2,000 2,000 2,500 2,500 1,500 1,500 1 1 811 CLEANING ABUTMENT BEARING SEAT 1 1 LS 3.000 3,000 1,000. 1,000 3,000 3,000 eIO[ 150,000 810 150,000 812 STRUCTURAL CARBON STEEL 1 LS 200,000 1 200,000 122.000 122,000 280,000 260,000 813 RESIN BONDED ANCHORS 1 LS 50,000 ! 50,000 35,0001 3.5,000 1,5001 1,500 70,000 70,000 1,500 1,500 35,0001 1,5001 35,000 1,500 615 ROADSIDE ROADSFDECLEANUF 1 FA 1,500 . 1,500 , PROPER RESTORATION 1 1 FA 1.000 1 1.000 1,0001 1,000 1,000 1,080 1,0001 1,000 SCHEDULE B TOTAL BID 315,300 224,800 458,900 216,211 ftiidsitiseeigenkTUKA054000140700BLIDWitiBidding,i0711$iddingRecords%3 Bridges Certfiled Bid Taididatioit2017-0531,sisit Page 1 of 3 114 CITY OF TUK LA - MAJOR MAINTENANCE OF THREE BRIDGES FINAL BID LIST SUMMARY May 31, 2017 thrvislkprojecikATUKA00000014107006L00710Bdchrigi071 18d wtoRecords13 Bridges Certified BEd isbutd4on20170531 Page 2 or 3 SCHEDULE C C - FRANK ZEPP (S 180TH STREET) 1 . . :s Engineer's Estimate R Razz Construction R Road Construction Northwest, Inc. T Triton Marine Construction Item No _ ltm Descntti n Q Quanti U Unit U Unit Price = C Cost U Unit Price . Cost U Unit Price , C Cost U Unit Price I I Cost C1 UNEXPECTED SITE CHANGES 1 1 F FA 1 10,000 1 1 10,000 1 10,000 10 000 1 10 . 000 ; 1 10,000 1 10,0001 0 0,000 C2 RESOLUTION OF UTILITY CONFLICTS 1 1 F FA 5 5 000 5 5 000 5 5,000 5.000 5 5, 000 5 5 ,000 5 5 . 0 S C3 REIMBURSEMENT FOR THIRD PARTY DAMAGE 1 1 E EST 1 15,000 1 15,000 1 15,000 15,000 1 15000 1 C4 SPCC PLAN 1 1 L LS 1 10,000 . 1 10,000 3 3,000 3.000 1 1,700 1 1.700 1 1 200 1 1 20 C5 MOBILIZATION 1 1 : : LS 1 175,000 1 1 175.000 1 171,000 171,000 2 210,000 2 210,000 1 C6 FLAGGERS, min Bid 565.00 1 160 I I HR 6 65 1 10,400 6 65 10,400 6 65 1 10 400 6 68 1 10,880 C7 PORTABLE ILLUMINATION I I 4 3.000 12,000 4 4,500 1 18,000 3 3 ,3001 2 200 C8 FURNISHING TC DEVICES FOR 400 FT TRANSITIONS 4 E EA 1 1.500 = 6 6,000 1 1 4 2 2, 10 9 9 ,200 2 C9 PORTABLE CHANGEABLE MESSAGE SIGN 4 4,000 1 1 HR 3 3 = 1 12,000 6 6! . 24,000 5 5 1 19, 00 6 6: 2 24,64 0 C10 INSTALL ALTERNATE ROUTE SIGNING 1 1 : : LS 2 29,250 2 29,250 5 50,000i 50,000 6 6 000 3 _ 36,0001 0 000 cli PEDESTRIAN TRAFFIC CONTROL 1 5,000 5,000 4 4.500, 4 4 500 2 21, 000 2 21,000 C12 UNIFORMED POLICE OFFICER 5 50 H HR 1 100 5 5,000 9 95 4,750 1 160. 8 8,000 1 C13 TYPE 3 BARRICADE 1 15 1 100 1 1,500 1 150 2,250 2 230: 3 3,450 2 2301 3 3,450 C14 CONSTRUCTION LIAISON 1 1 L LS 2 20,000 1 2 20,000 5 50,000 50,000 1 10,000: 1 10,000 1 11 11,000 1 C15 OTHER TRAFFIC CONTROL LABOR, min Bid 860.00 2 50 1 1 1,500 7 75 1,875 6 65 1 1,625 1 C15 SEQUENTIAL ARROW SIGN 5 500 H HR 5 5 2 2,250 7 7 3.500 1 13! 6 6,625 2 2, 1 1,000 C17 CONSTRUCTION SIGNS CLASS A 1 100 S SF 2 25 2 32 3,200 4 40 4 4.000 4 42 4 018 TEMPORARY SIGNAL. MODIFICATION 1 1 L LS 1 11,000 1 11.000 1 10.000, 10,000 4 45,000J 4 45,000 5 50,0001 5 50, C19 SIGN COVERING 1 1 4 420 S SF 1 10 4 4,200 3 3 1,260 5 5M1% ; ;1‘,N;4440 0 0 4 4,200 C20 CLEARING AND GRUBBING 1 1 1 15,000 1 15.000 3 3,000 3,000 6 C21 REMOVAL OF STRUCTURES AND OBSTRUCTIONS . . 1 1 L LS 2 20,000 2 20,000 1 10,000; 10,000 3 3,000 3 3,000 4 46,000 4 C22 REMOVING ASPHALT CONC. PAVEMENT ; ; 1 190 S SY 2 25 4 4/50 3 301 5,700 2 21 3 3,990 1 12 2 2 280 , C23 HMA FOR APPROACH CL. 1/2 IN PG 64-22 2 22 T TON 1 150 3 3,300 3 3121 5,854 3 330 7 7,260 3 C24 CRUSHED SURFACING BASE COURSE 1 14 C Cy 1 100 1 1,400 1001 1,400 1 125J 1 1,750 2 2701 3 3,780 C25 ADJUST MANHOLE 1 1 E EA 1 1,000 1 500j 500 a awl 8 800 1 1,100; 1 1,100 C2a EROSION/WATER POLLUTION CONTROL 1 15,000 1 15,000 1 15,000- 15,000 1 15,000; 1 15,000 1 15 , 1 15,000 C27 HIGH VISIBILITY SILT FENCE 4 400 L LF 5 5 1 2 2.000 4 4 1.600 4 4 1 1,500 1 121 4 4,800 C28 TYPE B PROGRESS SCHEDULE ' ' 1 1 L LS 5 5,000 5 5,000 5 5,000' 5.000 3 3 000' . 3 3,000 1 1 1 1 C29 HEALTH AND SAFETY PLAN . . , , ; LS 1 10,000 1 10,000 5 5.000, 5,000 9 900 9 900 5 , 5000 , L.30 NO TRESPASSING SIGN , , 2 2 ' ' EA 5 500 1 1.000 1 150, 300 7 700 1 1A00 2 200; 4 400 C31 FA-SITE CLEANUP OF BIO. AND PHYSICAL HAZARDS . . 1 1 F FA 1 10000 1 1 10,000 1 10.000 10,000 1 10 1 10.000 1 10. 0 , 10,000 C32 STRUCTURE SURVEYING : : 1 1 L LS 4 40,000 1 4 40,000 1 10,000! 10,000 1 12,000, 1 12,000 1 14 , 000 1 14,000 STRUCTURE EXCAVATION CLA S A INCL. HAUL 8 85 C CY 3 30 2=580 M 100: 8 8,600 1 100 8 8600 C34 W RK PLATFORM AND CONTAINMENT SYSTEM L 150000. 150,000 4 440.000, 4 440,000 1 10 , 000 1 108 ,000 C35 BRIDGE APPROACH SLAB 2 200 2 250 5 50,000 3 330 66,000 3 385! 7 77,000 3 C36 SEISMIC RETROFIT - FRANK ZEPP 1 LS 4 425,000 4 425,000 2 255,000 255.000 3 395,000 3 395,000 4 457 726 4 IIIMEPDXY CRP.CK SEALING 1 160 L LF 6 60 ' 9 9,600 1 105 16,800 1 110 1 17,600 1 160 ' 2 25,600 IBM CONCRETE SPALL REPAIR 1 12 1 1 SF 5 500 1 6 6.000 3 326 3,912 3 325 3 3,900 2 2001 2 2,400 C39 EXPANSION JOINT SYSTEM STRIP SEAL - SUPERSTR 1 1 1 1 LS 4 48.000 4 48.000 7 75.000! 75,000 7 73,500 7 73,500 9 93 , 000 0 000 _ C40 EXPANSION JOINT SYSTEM COMPRESSION SEAL - SUPERSTR 1 1 L LS 1 14 000 , 1 14,000 2 20,000= 20,000 1 15,500' 1 15,500 7 7.0001 7 7,000 C41 CLEANING AND PAINTING RAILING 1 1 0 0.000 1 10,000 5 55,000' 55,000 8 80,500 6 60,500 9 96,000 9 96,000 C42 TESTING AND DISPOSAL OF CONTAINMENT WASTE 1 1 F FA 1 10.000 : 1 10,000 1 10,000 10,000 1 10.0001 1 10,000 1 10 , 0_, 1 10000 CLEANING AND EPDXY SEALING ; ; 1 1 L LS 2 220,000 [ 2 220,000 6 60,000 60,000 1 117,200: 1 117,200 1 140,000 1 140,000 C44 POLYESTER CONCRETE OVERLAY 1 1 L LS 2 225,000 2 225,000 3 38 000 398,000 2 281.600, 2 281,600 4 438,0001 4 438,000 C45 SCARIFYING CONC. SURFACE 1 1,580 S SY 3 30 4 47,400 7 77 121,660 5 57 8 89,270 8 80 1 C46 FURTHER DECK PREPARATION FOR TYPE 2 DECK REPAIR 4 400 S SF 1 180 , 7 72000 6 60 24.000 7 70 2 28,000 8 81! 3 32,400 C47 FLEXIBLE GUIDE POST 1 10 E EA 4 40 I 4 400 1 150 1,500 1 145 1 1,450 1 180F 1 1.800 C48 PLASTIC TRAFFIC ARROW 4 4 E EA 3 300 1 1,200 2 212' 848 2 200 8 800 3 320[ 1 1.280 49 PLASTIC TRAFFIC LETTER 8 8 E EA 1 150 1 1.200 1 142 1,136 1 125 1 1,000 1 180 , 1 1,440 C50 PLASTIC STOP LINE 6 60 L LF 1 16 9 960 1 14, 840 1 14 8 855 3 3 1 2 2,100 TEMPORARY STRIPING 1 1 3 LF 4 4 9 9,000 2 3i . 2 2 2000 , 2 2,830 C52 RAISED PAVEMENT MARKER TYPE 1 ' ' 4 4 H HUND 2 250 1 1000 5 500 2,000 5 500- 2 2,000 6 60 2 2,560 C53 RAISED PAVEMENT MARKER TYPE 2 1 1 1 1 HUND 4 450 4 450 6 600 500 0 00 1 1.100 1 1100 C54 R ADSIDE C EANUP 1 1 F FA 1 10000 1 10000 1 10,000 10,000 1 10.000 1 10,000 1 10,000! 1 10,000 18d wtoRecords13 Bridges Certified BEd isbutd4on20170531 Page 2 or 3 a) CJTY OF TUKWILA = MAJOR MAINTENANCE OF THREE BRIDGES FINAL BID LIST SUMMARY May 31, 2017 SCHEDULE C TOTAL BID 1,764,840 1,734,151 ;7,7---L7:77----- 2,099,507 RCN's total 2,111,075 Difference due to RCN cat error for Item C19 SCHEDULE D . FRANK ZEPP (S 180TH STREET) NON-FEDERAL PARTICIPATION 1 2 3 Engineer's Estimate Razz Construction Road Construction Northwest, Inc, Triton Marine Construction Item No. Item Descri ition Quantity 1 Unit 1 1 LS ' Unit Price 1 Cost 1.000 1 1,000 Unit Price Cost Unit Price Cost 3,300 3,300 Una Price Cost 01 1 MOBILIZATION 3,000 3,000 1' 02 LLUMINATION SYSTEM -TRAIL LS 10000 10000 61.000 61,000 37.500 37,500 40,000 i 40,000 SCHEDULE D TOTAL BID 11,000 64,000 40,800 40,001 SCHEDULE A SCHEDULE B SCHEDULE C SCHEDULE D GRAND TOTAL BID TOTAL BID TOTAL BID TOTAL BID TOTAL _Ii.gineer's Estimate Razz Construction Road Construction Norjnwest, Inc Triton Marine Construction J 605,075 666007 868,870 729,035 1 315,300 224600 458, 00 216211 1 1,764,840 1,Th4151 2,112,675 2,099,507 11,000 64,000 40.600 40,001 2,696,215 2,68 ,95 3,084,754 RCN's total 3,479,645 Difference due to RCN calc error for item C19 Certified by Date June 1, 2017 r ,i d , P.E. P . yid Evans and Assoeat . Inc_ ttkalvis11projentiaTLIKA001)0t)014W7LI05LD1071EIBidding107118iddingRecordst.3 !adages Certified Bid Tabulation2011.0531.xlsx Page 3 of 3 City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes June 13,2017- 5:30 p.m. - Foster Conference Room, 6300 Building Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn Staff: David Cline, Bob Giberson, Robin Tischmak, P Larson, David Sorensen, Steve Carstens, Moira Bi Guests: Julien Loh, Tom MacLean, & Heather Mulligan, Pt CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS in, Gail Labanara, Ryan nergy Representatives from Puget Sound Energy briefed the Committee on the Green Direct program, which is a voluntary long term renewable energy option for large commercial and municipal entities. PSE is moving to renewable energy and Green Direct would be a 20 -year power purchase agreement contract with PSE for a privately developed wind farm in Lewis County. Numerous corporations and adjoining municipalities have already joined Green Direct. The Committee requested thatstaff analyze the cost impacts to the City's 71 PSE accounts and to reach out to other cities: Committee would like PSE to give the presentation to the full Council. UNANIMOUS RECOMMENDATION FOR PSE PRESENTATION TO FORWARD TO JUNE 26, 2017 COMMITTEE OF THE WHOLE. II. BUSINESSAGENDA A. Staff is seeking Council approval to award a construction bid to Hoffman Construction in the amount of $1,412,889.25 for the Cascade View Safe Routes to School Phase II Project. Hoffman writhe low bidder of six, and exceeds the engineer's estimate of $1,237,646. This is happening consistently in the region due to an extremely competitive bidding climate. Extra funds for this project are available from the Residential Street ending fund balance. Committee recommended a sign be placed at the project site listing the funding partners. Committee are also interested in a ribbon cutting for this residential street improvement project. UNANIMOUS APPROVAL. FORWARD TO JUNE 19, 2017 REGULAR CONSENT AGENDA. B. Bid Award: Maior Maintenance on 3 Bridges Staff is seeking Council approval to award a construction bid to Razz Construction, Inc. for $2,688,958.00 for the Major Maintenance on 3 Bridges project. Razz was the low bidder, has experience with similar projects, and WSDOT has provided concurrence for this federal funded bridge project. As this is the second call for bids, Committee asked what had changed in the scope of work and was informed that the Frank Zepp Bridge (S 180th St) will be closed for nine Transportation & Infrastructure Committee Minutes ................................................................ ............................... June 13, 2017 calendar days for the repair work. Staff is working with communications for outreach on the bridge closure. APPROVAL. FORWARD TO JUNE 19, 2017 REGULAR CONSENT AGENDA. C. Bid Award: 2017 Small Drainage Program Staff is seeking Council approval to award Schedule A of the construction contract to McCann Construction Enterprises, Inc. in the amount of $451,823.75 for the 2017 Annual Small Drainage Program. Since the overall bid was higher than the available funding, the alternative site 4, South 150t" Street Gilliam Creek Inlet Overflow Structure, is recommended to be delayed. Construction of the three projects as Schedule A of the bid (4811 Avenue South between South 160th and South 162nd Streets, Strander Boulevard Sidewalk, and 58t1 Avenue South, 14423- 14425) is within budget and McCann is the low bidder. UNANIMOUS APPROVAL. FORWARD TO JUNE 19, 2017 REGULAR CONSENT AGENDA. D. Resolution: Surplus City Equipment for 2017 Staff is seeking Council approval of a resolution that would authorize the sale of 26 pieces of surplus equipment at auction. All are fully depreciated and currently valued at $12,715.00. Proceeds from the sale go to the General Fund. UNANIMOUS APPROVAL. FORWARD TO JUNE 19, 2017 REGULAR CONSENT AGENDA. lip Staff is seeking Committee approval to purchase a Kuntze Multi- Channel Water Monitoring System in the amount of $7,704.40. This will enable automated 24/7 monitoring and data logging of chlorine residual within the City's water distribution system as required by the Washington State Department of Health. The purchase is within the Water Fund's 2017 capital machinery and equipment budget of $25,000. COMMITTEE UNANIMOUS APPROVAL. III. SCATBd IV. M The Transp EOUS n Committee Meeting adjourned at 6:25 p.m. Committee Chair Approval Minutes by GL, reviewed by BG