Loading...
HomeMy WebLinkAboutReg 2012-12-03 Item 4D - Agreement - Tukwila Pool Roof with Bates Roofing for $80,750.56 COUNCIL AGENDA SYNOPSIS t. ----------------------------------Initials--------------------------------- ITEM NO. Meeting Date Prepared by Ma or If review Council revs m 12/03/12 SG ITEM INFORMATION STAFF SPONSOR: RICK STILL ORIGINAL AGENDA DATE: 12/03/12 AGENDA ITEM TITLE Tukwila Pool Roof Project CA'T'EGORY ❑ Discussion N Motionl Consent ❑ Resolution ❑ Ordinance ❑Bid Award ❑ Public Hearing ❑ Other A4tg Date Mtg Date 1213112 Mtg Date Mtg Date Mtg Date A4tg Date Altg Date SPONSOR E] Council ❑Mayor ❑ HR ❑ DCD ❑Finance ❑ Fire ❑IT N Pd�R ❑ Police ❑ 1'W SPONSOR'S The Tukwila Pool Metropolitan District(MPD) approved five Capital Projects not included SUNLVARY in the Energy Savings Performance Contract(ESP). One of those projects was the Roof Project, with an allowance of$85,499.00. Staff invited six contractors to bid through the Small Works Roster bid process, two bids were received. Upon review of the bids staff is recommending Bates Roofing LLC as the contractor for this project. REVIEWED BY ❑ COW Mtg. N CA&P Cmte ❑ F&S Cmte ❑ Transportation Cmte ❑ Utilities Cmte ❑Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: 11/26/12 COMMITTEE CHAIR: KATHY HOUGARDY RECOMMENDATIONS: SPONSOR/ADMIN. Parks and Recreation Department COMMITTEE Unanimous Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $75,983.00 $85,499.00 $ Fund Source: TUKWILA POOL METROPOLITAN PARK DISTRICT CAPITAL IMPROVEMENT PROJECT Comments: Funding for this project is through the ESP and the MPD. MTG. DATE RECORD OF COUNCIL ACTION MTG. DATE ATTACHMENTS 12/03/12 Informational Memorandum dated 11/20/12 Attachment: Addendum 1 to the ESP Attachment 2: Bid Opening results- November 16, 2012 Attachment 3: Bates Roofing LLC. Bid Proposal Minutes from the Community Affairs and Parks Committee meeting of 11/26/12 27 28 City of Tukwila Rick Still, Parks and Recreation Director INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Community Affairs and Parks Committee FROM Rick Still, Parks and Recreation Director DATE: November 20, 2012 SUBJECT: Bid Award for Tukwila Pool Roof Project ISSUE Award the bid for construction of the Tukwila Pool Roof Project. BACKGROUND This project will provide new 20-year Thermoplastic Membrane roof for the Tukwila Pool. The Metropolitan Park District (MPD) approved five Capital Projects that were not included in their Energy Savings Performance Contract with McKinstry Essention, Inc., (McKinstry). The MPD Board agreed that these projects were important but not financially feasible as proposed by McKinstry in the Energy Services Proposal (ESP), approved August 20, 2012. City Staff confirmed that the projects could be designed, managed and constructed using the City's processes while being completed within the allotments provided in Addendum #1 to the ESP (see Attachment 1), approved September 17, 2012. The Tukwila Pool Roof Project [or Item #21 — New Roof] has an allowance of $85,499.00. Six contractors were selected through the Small Works Roster process. A pre-bid walk was conducted on November 9th to familiarize and clarify any issues the contractors may have with the plans and the existing roof conditions. Two contractors provided bids that were opened on November 16, 2012; $73,744.80 and $78,509.00 (see Attachment 2 — Bid Opening results). The apparent low, with a lump sum base bid of $73,744.80, is Bates Roofing, LLC. Staff's estimate was $75,983.00. The Pool Roof Project construction is scheduled to be complete by May 15, 2013, depending upon the weather. The roofing material is a long lead item and ambient temperatures must be over 45 degrees and dry to applying the adhesives for the Thermoplastic Membrane. The Roof Project will provide a long-lasting solution for a roof that needs to be replaced in the next few years. This product has a 50-year life for residential applications, while the manufacturer's warranty is only for 20-year in a commercial application. ANALYSIS The two bids were reviewed and no errors were discovered in the base bid for either contractor. Bates Roofing LLC has successfully worked on other municipal projects and references were contacted with positive feedback. 29 INFORMATIONAL MEMO Bid Award for Tukwila Pool Roof Project Page 2 - November 20, 2012 The available budget allotment for the Tukwila Pool Project construction is $85,449.00. With Bates Roofing LLC's bid, a 5.88% contingency would put the budget just under$85,499.00. This project has minimal risk of cost overruns and the contractor. There is a possibility that some flashing will need to be replaced at linear foot price of$6.65/lnft. If all the flashing needed to be replaced, it would cost less than $3,300. There could be some additional costs if there are irregularities found through the infrared scan required prior to installation. Our roofing consultant's inspections have not found any areas of concern regarding wet insulation or roof defects. BUDGET AND BID SUMMARY Bid Results Estimate Budget Total Bid Amount $ 73,744.80 $ 70,983.00 $85,499.00 Tax (9.5%) 7,005.76 6,743.39 Total Bid Amount $80,750.56 $ 77,726.39 Contingency 5.88% $ 4,748.13 $ 7,772.64 0.00 TOTAL $ 85,498.69 $ a5 .499.02 $85,499.OQ RECOMMENDATION The Council is being asked award the construction bid for the Tukwila Pool — Roof Project to Bates Roofing LLC in the amount of$80,750.56 for consideration on the consent agenda at the December 3, 2012 Regular Meeting. ATTACHMENTS Attachment 1 —Addendum 1 to the ESP Attachment 2— Bid Opening results— November 16, 2012 Attachment 3— Bates Roofing LLC. Bid Proposal 30 CATmC­Na C=3601" ,rmRIO Ra.l,,.n12WWat Attachment 1 Addendum 1 to the ESP: September 12, 2012 The MPD Board adopted the Energy Services Proposal (ESP)from McKinstry on August 20,2012 at which time the Board requested additional information on Section 4.5 "Allowances"on page 25 of the ESP. Below is the additional information now forth called Section 4.5.1 "Additional Information to the Allowances"that explains in greater detail the five items. The following five items were not included as part of the base bid by McKinstry,the ESCO. These items are included in the overall project and will be completed. They are not considered as part of the base bid because the ESCO would not guarantee the max cost of these items. This is for a couple different reasons as outlined below. Item#16—Bulkhead Renovation: Allowance:$4,500/Original Estimate:$14,683 This item did not get updated for the final ESP so it is not an apples to apples comparison. Also,the Allowance amount was determined before it was required by the Department of Commerce to have the ESCO complete all items on the project list. Therefore,the Allowance amount does not include the ESCO's markups. Original Scope: Repairing axles and wheels, and completely refinishing the surface. Reduced Scope: Includes simply painting the existing one. Item#17—Pool filter Conversion(Vac DE Option): Allowance:$15,000/Original Estimate:$149,089 This item did not get updated for the final ESP so the Original Estimate is not an apples to apples comparison with the reduced scope. Also the Allowance amount was determined before it was required by the Department of Commerce to have the ESCO complete all items on the project list therefore, it does not include the ESCO's markups. Original Scope: Reconfigure the existing Vacuum DE filter system to accommodate new filter grids that can be changed out separately as opposed to having to lift the entire filter grid out of the tank. This would have provided significant savings in staff time and improved filter capacity and reduced annual maintenance costs. However,the price to do this was high enough that it was more beneficial to reduce this scope to enable more items to be completed on the CIP List. Reduced Scope: Includes refinishing the existing filter tank, purchasing new filter grid covers, and all necessary equipment to change the filter covers in-house without having to contract this work out(which will save approximately$1,000 annually). M:\Aquatics\MPD BOARD Items\9.17.12 MPD Meeting Items\MPD 9.17.12-4.a Addendum Ito the ESP 9-12-12 Attachment l.doa - Page 1 31 Item#19—ADA Improvements(Parking Lot): Allowance:$90,000/Original Estimate: $101,700 This item is reduced in expense based upon having an estimate from a contractor that the City has used multiple times for this kind of work.One thing to note is that the scope of this project may increase dependent upon code requirements. Both the ESCO and the contractor's estimate were based off plans that were drawn up several years ago that has now become evident would not bring this up to today's code. A modification will need to be done and potentially some additional engineering. Original Scope: Relocate ADA Parking Stall from the existing location to the stalls closest to the lobby doors. Add an ADA Ramp from the parking lot to the main entrance way. Reduced Scope: N/A Item#21—New Roof: Allowance: $85,449/Original Estimate: $378,000 This item is not an apples to apples comparison between the Original Estimate and the Allowance. The Allowance is as ballpark price from a contractor for a different kind of roof product. After the contractor gave their ballpark estimate they conducted further research on their own for the next several weeks (including a core sample of the roof)and discovered that there is currently about seven inches of insulation on the roof. Good news in the way of energy efficiency but an added variable for re-roofing that neither the contractor nor the ESCO knew about. Therefore,the scope and estimate from the contractor will need to be modified to reflect this as the current estimate does not. Also the Allowance amount does not include the ESCO's markups because it was determined before the Department of Commerce's requirements to have the ESCO complete all items on the project list. Original Scope: Re-roof the facility(specific process and scope was not made known to staff). Reduced Scope: Use a TPO type product that can be laid over the top of the existing torch down roof. Item#23—Locker Room Floor Resurfacing: Allowance:$85,000/Original Estimate: $92,389 This item is reduced in expense based upon using a different product and methodology of prep and application as specified by an architect that the City has used in the past. The product simply costs less per square foot and is cheaper to install. Original Scope: Remove existing tile floor,grind down smooth and apply new flooring product. Modified Scope: Use a different product that does not require the existing flooring to be removed first. These allowances were made to enable additional items to be included and completed in the overall project. Had these efforts to reduce scope and find cost savings not been sought after many additional items on the overall project list would not be getting completed. M:\Aquatics\MPD BOARD Items\9.17.12 MPD Meeting Items\MPD 9.17.12-4.a Addendum 1 to the ESP 9-12-12 Attachment l.docx Page 2 32 attachment 2 tukwila pool roof project bid opening november 16, 2012 bid security no addendum advanced roof design bates roofing commercial industrial roofing fred meyer roofing northwest roof service tecta america seattle johnson exterios 34 Attachment 3 P-1 PROPOSAL (Lump Sum) CONTRACTOR'S NAME ecc-L fm, 11-C- U Contractor's State License No.IRTav S RZ -14 5 5 O Contractor's Registration No. (uBi No.): Letyd- City of Tukwila Project No. TUKPOOL 2012-02 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled TUKWILA POOL: ROOF PROJECT, Project No. TUKPOOL 2012-02 which includes but is not limited to investigating existing roof for leaks, installing new Thermoplastic Membrane Roofing over existing roof, replace flashing as needed, replace gutter to down spout transitions and restore any property damage to like condition. Contractors may obtain copies of the contract documents by contacting the Parks and Recreation Administration office and each bid shall be in accordance with the bid documents on file at the Parks and Recreation Department, 12424 42nd Avenue South, Tukwila, Washington 98168 (206-767-2342). Informational copies of any available maps, plans, and specifications, are on file for inspection and for any technical questions please contact the office of Rick Still, Director of Parks and Recreaton, 206-767-2342, 12424 42"d Avenue South, Tukwila, Washington 98168; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one)V-. jid bond or ❑ cash, ❑ cashier's check, ❑ certified check, or ❑ postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required performance bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall complete the Physical Work in all respects within Thirty [30] calendar days from the date of written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not physically complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. TUKW ILA POOL ROOFPAOJEGT Project No.TUKPOOL 2012-02 November 5.2012 35 Proposal P-2 TUKWILA POOL: ROOF PROJECT, Project No.TUKPOOL 2012-02 Note: Prices for all items,all extensions,and the total amount bid must be shown. Show prices in both words and figures (ink or typed), and where conflict occurs,the written or typed word shall prevail. Where conflict occurs between the item price and the total amount specified,the item price shall prevail,and totals shall be corrected to conform thereto. BASE BID: ROOF PROJECT including, the Price for supplying and installing the Thermoplastic Membrane Roofing as specified without exception: IN WORDS: TOTAL BASE BID PRICE IN NUMBERS: ry 11� ca - Dr fleV.S 't TOTAL BASE BID PRICE S ' / 0 FLASHING BID: ROOF PROJECT including, the Linear Foot Price for supplying and installing flashing as needed: IN WORDS: TOTAL LINEAR FOOT BID PRICE IN NUMBERS: TOTAL LINEAR FOOT BID PRICE $ 3a SS 1 Q 0 cCo G511n.>r� By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt 1 2 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that he has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. Award will be based on Base Bid. The Surety Company which Will furnish the required Performance Bond is (Name) (Address) Bidder. c,�re� �n .� L�L Signature of Authorized Official: l"A Printed Name and Title: .nn v,co-�r c.-1' c Address: Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: rC Corporation Phone No.: S 3" i 3 - of I Date: This address and phone number is the one to which all communications regarding this proposal should be sent. TUKWILA POOL ROOF PROJECT Project No.TUKPOOL 2012-02 November 5,2012 36 Proposal P-3 NOTES: 1. If the Bidder is a co-partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation,proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank they will be entered as $0.00 no charge. TUKW ILA POOL HOOF PROJECT Project No.TUKPOOL 2012-02 November 5,2012 37 P-4 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). Bid Bond: The undersigned, Bate's Roofing LLC (Principal), and Contractors Bonding and Insurance Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent(50/6)of the Total Amount Bid ------------------------------------------ dollars ($------ ------- -----}, which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for TUKWILA POOL: ROOF PROJECT, Project No. TUKPOOL 2012-02, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, and shall in all other respects perform the Contract created by the acceptance of said Proposal, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages, . The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 16 day of November , 2012 Bate's Roofing LLC Contractors Bonding and Insurance Company Principal Surety By Sigp6ture of Authorized Official AtforneyTin Fact(Attach Power ofAttorne;) Laura Morrow Attorney-in-Fact Zf- 5-1r W a I Jz Title Name and address of local office of Griffin MacLean, Inc. agent and/or Surety Company: 2300 130th Ave NE A203 Bellevue. WA 98005 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. TUKWILA POOL ROOF PROJECT Protect No.TUKPOOL 2012.02 November 5,2012 38 Contractors Bonding and Insurance Company POWER OF ATTORNEY � — 1213 Valley Street P.O.Box 9271 Contractors Bonding and Insurance Company RU canipmw Seattle,WA 98109-0271 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the approving officer if desired. That Contractors Bonding and Insurance Company,a Washington corporation,does hereby make,constitute and appoint: Laura a Morrow.SgUa Tobeck Robert Tnbeck Paul Dent,jointly or acycrallY in the City of Bellevue ,State of Washington its true and lawful Agent and Attorney in Fact,with full power and authority hereby conferred, to sign, execute,acknowledge and deliver for and on its behalf as Surety,the following described bond. Any and all bonds,undertakings,and recognizances in an amount not to exceed Ten Million and 00/100 Dollars( $10.000.000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of Contractors Bonding and Insurance Company,and now in force to-wit: "Ail bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF,the Contractors Bonding and Insurance Company has caused these presents to be executed by its yjpg President with its corporate seal affixed this 6th day of June 2012 0 �•1110`1"...... Contractors Bonding and Insurance Company •ppPOR,�T','jsF , ••. :?= State of Washington , `' e Vice President 1979 Roy C.Di SS '�rp�ABN'NG` : County of King CERTIFICATE On this 6th day of June 2012 I, the undersigned officer of Contractors Bonding and Insurance before me, a Notary Public, personally appeared Roy C. Die —who Company,a stock corporation of the State of Washington,do hereby being by me duly swom,acknowledged that he signed the above Power of certify that the attached Power of Attorney is in full force and effect Attorney as the aforesaid officer of the Contractors Bonding and and is irrevocable; and furthermore, that the Resolution of the Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attorney, is now in force. In act and deed of said corporation. testimony whereof, I have hereunto set my hand and the s 1 of the Contractors Bonding and Insurance Company this I b day of�r, 9n1 2 -- Contractors Bonding and Insurance Company Joseph B. uller Notary Public Notts Public -' State or Washington Roy C.Die Vice President JOSEPH B.MULLER MY COMMISSION EXPIRES Mwch 29.2010 4675239032912 A0059511 39 P-5 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) ss. COUNTY OF KING ) The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named TUKWILA POOL: ROOF PROJECT, Project No. TUKPOOL 2012-02 1-4 C Name of Firm Signature of Autho ed Official Title Sign d and sworn to before me o this =!day of .. 5 . 20 i,gnature of Notary Pub 16 in and for the State of Washington j�} My appointment expires: (ApXtJ TAMARA J. FLOOD Notary Public State of Washington My Commission Expires September 21, 2016 SEAL TUKWILA POOL ROOF PROJECT Project No.TUKPOOL 2012.02 November 5,2012 40 P-6 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: V cL� `�` L' Address of Bidder: S Ln o 2 r City i State Zip Code Contractor's License No.-j�VtgsR L 945:50 Contractor's State Tax No. (vn5- 3:–/-7 Dept.of L&I Bond Registration No. Worker's Comp. Acct. No. Bidder is a(n): D Individual 13 Partnership 0 Joint Venture Wlincorporated in the state of List business names used by Bidder during the past 5 years if different than above: Bidder has been in business continuously from rs Year Bank Reference Bank Account Officer Officers Phone No. No. of regular full-time employees: Number of projects in the past 5 years completed: —ahead of schedule . o on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for a9 years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title Flow Long With Bidder tA r r 4 1rt er.� �c�V\PG 1 Fln7! tr My-y� iz4 i l -) .A S! TUKW ILA POOL ROOF PROJECT Project No.TUKPOOL 2012-02 November 5,2012 41 Responsible Bidder Determination Form P-7 List all those projects, of similar nature and size, completed by Bidder within the past 5 years. Include a reference for each. Any attached preprinted project listing must include all this information. Year Contract Project Name Completed Amount Owner/Reference Name and Phone cS s 'Ct �!�. 'k �1 3t C�-3�J4= 6 12 i{c 14 A La-4- ?11 k �?ti► Z _ s�j�� �_�S /`�- —��—/��! _ /mil 2 �Lr d 4 R P-n tp4 ty1 c7C I I r � �WQ IIyd,,G 1 Join � y� I 2 J'- lo- Sy 3q List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Project Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? No O Yes If yes,give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? b,No CJ Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder ever been found guilty of violating any State. or Federal employment laws? J.No 0 Yes If yes, give details: TUKWILA POOL ROOF PROJECT Project No.TUKPOOL 2012-02 November 5,2012 42 Responsible Bidder Determination Form P-8 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? V No O Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? %No ❑Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? %No ❑ Yes If yes, please state: Date Type of Iniury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein.�� Signature of Bidder IEal% Title: _ f�s T,•>'G717 Date: TUKW ILA POOL ROOF PROJECT Project No.TUKPOOL 2012.02 November 5,2012 43 P-9 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT lJ ✓, M 7 q� 1"m Labor to be used: 141/ IaZov" A AP-A oA In e-e h� Z-4r'-s 1?,Orl f t in 4 t,-,LC , 1t10 S ci A r"Z11a 7 r V-nvl- 4 A rn C, , �+ qU Name of BOder gnature of Authorized Official ���J;�-vim�d✓ Title TUKWILA POOL ROOF PROJECT Project No.TUKPOOL 2012.02 November 5,2012 44 P-10 PROPOSED SUBCONTRACTORS Name of Bidder 1B. eves Roc or-N n"t LL-(- The following is a list of sub-contractors. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder Q_V % Schedule/Bid Item Numbers Name Subcontractor will perform %of Total Bid TUKW ILA POOL ROOF PROJECT Project No.TUKPOOL 2012-02 November 5,2012 45 46 City of Tukwila • Community Affairs and Parks Committee COMMUNITY AFFAIRS AND PARKS COMMITTEE—Meeting Minutes November 26, 2012—5:00 p.in. PRESENT Councilmembers: Kathy Hougardy,Chair;Joe Duffle and Allan Ekberg Staff: David Cline,Jack Pace, Minnie Dhaliwahl, Rick Still and Kimberly Matej CALL TO ORDER: Committee Chair Hougardy called the meeting to order at 5:00 p.m. I.PRESENTATIONS—No presentations. 11.BUSINESS AGENDA A. Tukwila Pool Staff is seeking Council approval to award two bids for Tukwila Pool projects as outlined below. The City Council is being asked to approve these bid awards per prior direction given by the Metropolitan Park District (MPD) Board in September 2012. Additionally, the City has been contracted by the Tukwila Metropolitan Park District to manage Tukwila Pool operations, maintenance, capital improvements, and project management through the existing interlocal agreement between the City and the MPD. Tukwila Pool Roof Project — Staff is recommending this bid be awarded to Bates Roofing, LLC, in the amount of$80,750.56 for a new 20-year thermoplastic membrane roof. Bates Roofing is the apparent lower bidder among a total of six contractors who were selected through the City's Small Works Roster. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3 CONSENT AGENDA. Parkina Lot and Access Improvements—Staff is recommending this bid be awarded to Evergreen Asphalt and Concrete, Inc., in the amount of $82,070.25 for parking lot and access improvements including reconfiguration of parking stalls, sidewalk and ramp replacement,and construction of a seat wall. Evergreen is the apparent lower bidder from a total of six contractors who were selected through the City's Small Works Roster.UNANIMOUS APPROVAL. FORWARD TO DECEMBER 3 CONSENT AGENDA. B. Update: Department of Community Development As information only, staff updated the Committee on the two projects listed below. This informational update was also provided to the Finance & Safety Committee on November 19, 2012. Shoreline Master Program - Staff provided a brief update regarding the new Shoreline Master Program which was adopted in 2011. Since adoption, only two shoreline substantial development applications have come to the City. INFORMATION ONLY. Light Rail Section - Staff also provided an update regarding the noise/parking issues related to Link Light Rail. The noise walls will be going up shortly in the Duwamish neighborhood, and work is expected to be completed by mid-2013. In addition, Sound Transit will be submitting a request for an amendment to the 2004 Parking Determination, asking the City to defer the requirement to provide additional parking until 2017. The City's concern is regarding neighborhood impacts affected by on-street parking. INFORMATION ONLY. 11I. MISCELLANEOUS Meeting adjourned at 5:40 p.m. Neat ineeling: Monday, December 10, 2012—5:00 p.m.—Conference Room 43 f ,q Committee Chair Approval Minu t by 47