HomeMy WebLinkAboutTIC 2019-10-08 Item 2A - Bid Award - KC Equipment for 2019 Annual Small Drainage ProgramAllan Ekberg, Mayor
11
Public Works Department Henry Rosh, Director
I F
•
TI
L
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director
BY: Ryan Larson, Senior Program Manager
CC: Mayor Ekberg
DATE: October 4, 2019
SUBJECT: Surface Water Fund - 2019 Annual Small Drainage Program
Project No. 91941201
Bid Award
ISSUE
Award a contract to KC Equipment LLC for construction of the 2019 Annual Small Drainage Program.
BACKGROUND
The Small Drainage Program constructs drainage projects throughout the City that are too large for
City staff to complete but are smaller than a typical capital improvement project. The projects originate
from citizen complaints and maintenance staff recommendations and are compiled on the Small
Drainage Project List. Each year the projects are prioritized based on need, expense, permitting
requirements, and length of time on the list. The highest priority projects are then designed and
constructed. The 2019 Annual Small Drainage Program was advertised to provide drainage
improvements at up to seven locations as noted in the attached vicinity map.
DISCUSSION
The 2019 Annual Small Drainage Program was advertised for bids on August 20 and 27, 2019. Three
bids were received and opened on September 10, 2019. The bids were checked, tabulated, and no
errors were found. KC Equipment LLC is the apparent low bidder with an overall bid of $434,267.50.
The engineer's estimate was $493,662.00.
BUDGET AND BID SUMMARY (All amounts include sales tax)
Bid Results Estimate 2019 Budget
Bid Amount (Schedule A & B) $ 434,267.50 $ 493,662.00 $ 515,000.00
Contingency (10%) 43,426.75
Total $ 477,694.25 $ 493 662.00 $ 515.000.00
RECOMMENDATION
Council is being asked to award the construction contract for the 2019 Annual Small Drainage Program
to KC Equipment LLC in the amount of $434,267.50 and consider this item on the Consent Agenda at
the October 21, 2019 Regular Meeting.
Attachments: 2019 CIP, page 88
Project Vicinity Map
KPG Project Award Recommendation Letter 091019
Bid Tabulation
W:1PW Eng1PROJECTS1A- DR ProjectslAnnual Small Drainage Programs12019 SDP (91941201)106 - Final Bid Docs\Bid AwardlInfo Memo Bid Award 2019.docx
CITY OFTUKWILACAPITAL PROJECT SUMMARY
2019 to 2024
PROJECT: Annual Small Drainage Program Project No. 9XX412O1
DESCRIPTION: Select, design, and construct small drainage projects throughout the City.
JUSTIFICATION:
Pmv�odminaSeco�ocdonokxe�sUn�ongoingdnminagepmb|oms1hmughomtheCby.indudinScu|vo�
replacements, drain extensions, and pavement upgrades.
STATUS: Projects for this annual program are taken from Small Drainage Project List.
MA|NT. IMPACT: Reduces maintenance.
COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar
years.
FINANCIAL Through Estimated
BEYOND TOTAL
EXPENSES
Design
50
80
80
80
80
80
80
80
00
690
SXroamgagos8Noni0or
31
35
35
35
30
30
30
30
40
320
Conot. Mgmt.
80
45
xO
80
80
00
00
80
80
895
Construction
448
000
515
515
514
513
514
514
513
4.040
TOTAL EXPENSES
619
760
710
710
710
709
710
710
713
6.351
FUND SOURCES
Awarded Grant
O
Proposed Grant
05
05
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
019
095
710
710
710
709
710
710
713
0.208
TOTAL SOURCES
619
760
710
710
710
709
710
710
713
8.351
Project Location:
Entire System
2019 2024 Capital Improvement Program
88
2
3
KPG
SEATTLE •TACOM,
September 10, 2019
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Attention: Felipe Ayala
Reference: City of Tukwila
2019 Small Drainage Program
Contract No. #91941201
Subject: Project Award Recommendation
Mr. Ayala,
As requested, KPG has completed the verification for KC Equipment Company, LLC for the 2019 Small Drainage
Program.
We have checked the status of KC Equipment Company, LLC on the Washington State Labor and Industries web
page to confirm they are currently insured, bonded, and licensed. Additionally, no strikes or debarment records
arose federally or statewide regarding KC Equipment Company, LLC. There were four subcontractors listed on
their bid form to confiuw.
We phoned the references listed in KC Equipment Company, LLC's bid and were able to speak with 2: Paul
Garrett, Syed Kazmi, and Eugene Pike.
Paul Garrett is with KBA who provided construction management services for the City of Bonney Lake and the
Seattle Department of Transportation on several of KC Equipment's project. He had positive comments about KC
Equipment and stated the contractor did good work.
Eugene Pike provided construction management services on six different entities: the Seattle Department of
Transportation, the Port of Seattle, Seattle City Light, Soos Creek Water & Sewer District, the City of Renton, and
the City of Des Moines. Mr. Pike was enthusiastic about KC Equipment's work ethic and felt they were a great
contractor to work with.
It is KPG's recommendation that the 2019 Small Drainage Program project be awarded to KC Equipment
Company, LLC.
We have enclosed the contractor verification package and reference checks for your review.
Respectfully,
Ariana Vallejos
Assistant Resident Engineer
KPG, Inc.
CC: Andy Youn, City of Tukwila Kelly Clark, KPG
Mike Ronda, City of Tukwila
4
CITY OF TUKWILA - DEPARTMENT OF PUBLIC WORKS
2019 Small Drainage Program
BID TABS
09/10/19
No.
Section
No.
Item
Total
Quantity
Unit
Engineer's Estimate
Unit Cost
Total Cost
LOW BIDDER
KC Equipment, LLC
Unit Cost
Total Cost
2nd Low Bidder
Nordvind Company, LLC.
Unit Cost
Total Cost
3rd Low Bidder
Road Construction Northwest
Unit Cost
Total Cost
RO
AY (SCHEDULE A)
1
1-04
Unexpected Site Changes
1
FA
$6,000.00
$
6,000
$6,000.00
$
6,000
$6,000.00
$
6,000
$6,000.00
$
6,000
2
1-09
Mobilization
1
LS
$35,000.00
$
35,000
$20,000.00
$
20,000
$25,000.00
$
25,000
$21,000.00
$
21,000
3
1-10
Project Temporary Traffic Control
1
LS
$50,000.00
$
50,000
$20,000.00
$
20,000
$120,000.00
$
120,000
$54,000.00
$
54,000
4
4-04
Off -Duty Uniformed Police Officer
20
HR
$130.00
$
2,600
$125.00
$
2,500
$200.00
$
4,000
$125.00
$
2,500
5
8-01
Temporary Water Pollution / Erosion Control
1
LS
$20,000.00
$
20,000
$5,000.00
$
5,000
$15,000.00
$
15,000
$5,000.00
$
5,000
6
8-04
Cement Conc. Traffic Curb and Gutter
55
LF
$200.00
$
11,000
$35.00
$
1,925
$20.00
$
1,100
$85.00
$
4,675
7
8-14
Cement Conc. Sidewalk and Curb Ramp
1
EA
$5,000.00
$
5,000
$3,500.00
$
3,500
$5,000,00
$
5,000
$4,000.00
$
4,000
ROADSIDE DEVELOPMENT (SCHEDULE A)
8 8-02 Property Restoration
FA $3,000.00 $
3,000 I $3,000.00I $
3,000
STORM DRAINAGE (SCHEDULE A)
$3,000,00 $
3,000
$3,000.00 $
3,000
9
7-04
Pipe Repair
2
EA
$5,000.00
$ 10,000
$10,000.00
$ 20,000
$5,000.00
$ 10,000
$3,000.00
$ 6,000
10
7-08
Rehabilitate 8" CMP Pipe, 40th Ave S
50
LF
$100.00
$ 5,000
$80.00
$ 4,000
$81.76
$ 4,088
$215.00
$ 10,750
11
7-08
Rehabilitate 12" Cement Conc. Pipe, S 130th St
130
LF
$125.00
$ 16,250
$250,00
$ 32,500
$81.76
$ 10,629
$110.00
$ 14,300
12
7-08
Rehabilitate 12" Cement Conc./CMP Pipe, S 140th St
296
LF
$130.00
$ 38,480
$250.00
$ 74,000
$81.76
$ 24,201
$70.00
$ 20,720
13
7-08
Rehabilitate 12" Cement Conc./CMP Pipe, S 152nd St
172
LF
$130.00
$ 22,360
$250.00
$ 43,000
$81.76
$ 14,063
$100.00
$ 17,200
14
7-08
Rehabilitate 18" Cement Conc./CMP Pipe, 61st Ave S
110
LF
$150.00
$ 16,500
$250.00
$ 27,500
$203.96
$ 22,436
$180.00
$ 19,800
15
7-20
Temporary Stormwater Bypass System
1
LS
$33,000.00
$ 33,000
$10,000.00
$ 10,000
$25,000.00
$ 25,000
$28,400.00
$ 28,400
Schedule A Total
$ 274,190.00
$ 272,925.00
$ 289,516.08
$ 217,345.00
ROADWAY (SCHEDULE B)
16
1-04
Unexpected Site Changes
1
FA
$6,000.00
$
6,000
$6,000.00
$
6,000
$6,000.00
$
6,000
$6,000.00
$
6,000
17
1-09
Mobilization
1
LS
$10,000.00
$
10,000
$10,000.00
$
10,000
$10,000.00
$
10,000
$26,500.00
$
26,500
18
1-10
Project Temporary Traffic Control
1
LS
$12,500.00
$
12,500
$20,000.00
$
20,000
$10,000.00
$
10,000
$20,000.00
$
20,000
19
2-01
Clearing and Grubbing
1
LS
$5,000.00
$
5,000
$5,000.00
$
5,000
$10,000.00
$
10,000
$10,000.00
$
10,000
20
2-09
Structure Excavation Class B Incl. Haul
80
CY
$40.00
$
3,200
$75.00
$
6,000
$100.00
$
8,000
$80.00
$
6,400
21
4-04
Crushed Surfacing Base Course
26
TN
$40.00
$
1,040
$75.00
$
1,950
$100.00
$
2,600
$85.00
$
2,210
22
4-04
Trail Surface Aggregate
3
TN
$110.00
$
330
$125,00
$
375
$150.00
$
450
$350.00
$
1,050
23
6-04
Timber Stairs
1
LS
$30,000.00
$
30,000
$20,000.00
$
20,000
$20,000.00
$
20,000
$73,700.00
$
73,700
24
6-20
Metal Stair Structure
1
LS
$95,000.00
$
95,000
$50,000.00
$
50,000
$45,000.00
$
45,000
$93,250.00
$
93,250
25
8-01
Temporary Water Pollution / Erosion Control
1
LS
$18,000.00
$
18,000
$2,500.00
$
2,500
$5,000.00
$
5,000
$2,450.00
$
2,450
26
8-15
Quarry Spats & Hand Placed Rip Rap
20
CY
$100.00
$
2,000
$200.00
$
4,000
$100.00
$
2,000
$275.00
$
5,500
27
8-24
Rock Wall
160
SF
$50.00
$
8,000
$75.00
$
12,000
$25.00
$
4,000
$95.25
$
15,240
ROADSIDE DEVELOPMENT (SCHEDULE B)
28
29
30
31
32
33
8-02
8-02
8-02
8-02
8-02
8-02
Topsoil Type A
PSIPE Acer Circinatum/Vine Maple; 1 Gal Cont.
PSIPE Mahonia Aguifolium/Oregon Grape; 1 Gal Cont.
PSIPE Rubus Parvifolia/Thimbleberry; 1 Gal Cont.
PSIPE Symphoricarpus Albus/Snowberry; 1 Gal Cont.
Property Restoration
Schedule B Subtotal
8
12
26
26
26
CY 1 $60.001 $
EA 1 $85.00 1 $
EA 1 $25.00 1 $
EA
$25.00
EA 1 $25.00 1 $
FA 1 $5,000.00I $
Schedule B WSST 10%
Schedule B Total
BID TOTAL
480
1,020
650
650
650
5,000
199,520.00
19,952.00
219,472.00
493,662.00
$200.00
$25.00
$25.00
$25.00
$25.00
$5,000.00
1,600
300
650
650
650
5,000
$ 146,675.00
14,667.50
161,342.50
434,267.50
$100.00I $
$100.00I $
$100.00I $
$100.00
$100.00I $
$5,000.001 $
800
1,200
2,600
2,600
2,600
5,000
137,850.00
13,785.00
151,635.00
441,151.08
$96.00I $
$32.001 $
$32.00I $
$32.00
$32.00I $
$5,000.00I $
768
384
832
832
832
5,000
270,948
27,094.80
298,042.80
515,387.80
5