Loading...
HomeMy WebLinkAboutTrans 2008-06-24 COMPLETE AGENDA PACKET Distribution; J. Morrow S. Kerslake ,111 w City of Tukwila P. Linder B. Giberson M. Miotke `y D. Robertson F. Iriarte C. Parrish or .ti Tran sportation Committee D. Quinn P. Brodin B. Arthur _a; 1G) Mayor Haggerton G. Labanara a 'O J. Duffle C. Knighton File Copy z Pam Linder, Chair V. Griffin R. Tischmak Single side to Dana R. Berry P. Lau 3 Extra Copies 1908 Dennis Robertson K. Matej S. Anderson De� Sean Quinn D. Speck Finance Director e-mail to B.Saxton C. UFlaherty J. Pace C. O'Fiaherty, K. Deputy City Clerk Jon Harrison Narog, S. Norris S. Norris N. Olivas and S. Kirby .AGENDA TUESDAY, JUNE 24, 2008 Time: 5:00 PM Place; Conference Room #1 I. Current Agenda Review I. II. Presentation(s) II. III. Business Agenda III. A. E. Marginal Way So. /92 PI. So. Signal Pole A. Forward to 7/14/08 COW Pg. 1 Replacement Bid Award B. Green River Pedestrian Utility Bridge (Painting B. Forward to 7/14/08 COW Pg. 5 Only) Bid Award C. 2008 Overlay Program Bid Award C. Forward to 7/14/08 COW Pg. 9 IV. Old Business IV. Future Agendas: Next Scheduled Meeting: Tuesday, July 15, 2008 The City of Tukwila strives to accommodate individuals with disabilities Please contact the Public Works Department at 206 -433 -0179 for assistance. INFORMATION MEMO To: From: Date: Subject: Mayor Haggerton Public Works Director ~ June 16,2008 East Marginal Way S./92nd PI. S. Traffic Signal Pole Replacement Project No. 08-RW04 BID AWARD ISSUE Award the East Marginal Way S./92OO P.I S. Traffic Signal Pole Replacement. BACKGROUND At 11:41 p.m. on January 6, 2008, an errant southbound pickup truck hit the traffic signal pole on the southwest comer of East Marginal Way S. & S. 9200 Place. The driver survived and his insurance company and WCIA are working out the details for reimbursement. The one signal pole will have to be completely replaced. At the completion of this project, the other insurance company will have paid for this construction contract, as well as the utility potholing, design and construction management (approximately $100,000 total). ACTION TAKEN Bids were advertised on May 21st and 28th and one (1) bid was received from Trans Tech Electric, Inc. at $83,061.00. The Engineer's Estimate is $58,000.00. TransTech Electric, Inc. has worked for the City on past projects and has performed good work. BUDGET AND BID SUMMARY Bid Results $83,061.00 8.306.10 $ 91.367.10 Bid Amount Engineer's Estimate $58,000.00 5.800.00 $ 63.800.00 Budget Insurance Contingency (10 %) Total N/A RECOMMENDATION Award the construction contract for the East Marginal Way S/92nd PI S Traffic Signal Pole Replacement contract to Trans Tech Electric, Inc. in the amount of $83,061.00. Attachment: Vicinity Map P:\PROJECTS\A. RW &. RS Projects\ll8R.W04 EMW_92nd PI. Signal Pole Replacement\Design\Info Memo Bid Award EMW_92nd,doc East Marginal Way South / South 92nd Place Vicinity Map INFOR.J.vIATION :MEMO To: Mayor Haggerton From: Public Works Directo~ Date: June 17, 2008 Subject: Green River Pedestrian and Utility Brid2e ITUK18) - Re-Bid of Painting Only Project No. 07-RW02 BID AWARD ISSUE Award the bid for sealing of the Green River Pedestrian and Utility Bridge. BACKGROUND This project will provide sealing of the Green River Pedestrian Bridge on the Green River Trail near S. 180th St. and Andover Park East. This project is a re-bid of a previously advertised project which included repair work with the sealing of the bridge. The repair work was bid as a separate project and was completed in 2007. This contract includes coating the entire bridge with a stain/sealant to preserve the wood from further deterioration. The project was advertised for bids on May 29th and June 5th and bids were opened June 13, 2008. Five bids were received with the low bid of $134,000 from Purcell Painting. The engineer's estimate was $197,300. ANALYSIS The bids were reviewed and one mathematical error was found in the bid total calculated by Memo's Construction. The error caused a change in the bid order moving Memo's Construction from second lowest to third lowest bid, but does not affect the low bid from Purcell Painting. Purcell Painting has been given favorable references from the City of Seattle and WSDOT and has successfully performed painting work for Tukwila in the past. BUDGET AND BID SUMMARY Construction Contingency (10 %) Total Bid Results $ 134,000.00 13 .400.00 $ 147.400.00 Estimate $ 197,300.00 19.730.00 $ 217.030.00 Budget $ 270,000.00 0.00 $ 270.000.00 RECOMMENDATION A ward the sealing bid for the Green River Pedestrian and Utility Bridge to Purcell Painting in the amount of $134,000.00. Attachments: Vicinity Map Bid Tabulation P:\PROJECTS\A- RW & RS Projects\07RW02 Gr Riv Ped Br\2008 Sealing Re-Bid\Award Info Memo.doc Green River Pedestrian and Utility Bridge Re-Bid of Painting only Vicinity Map BID TABULATION CITY OF TUKWILA Green River Pedestrian and Utility Bridge No. TUK18 (Re -Bid of Painting Only' Project No. 07 -RWO2 Bid Opening Date: June 13, 2008 10:00 A.M. ITEM NO. ITEM OR TASK DESCRIPTION 1 (Mobilization 2 'Cleaning and Painting OD -1 (Minor Changes OD -2 Project Temporary Traffic Control ITEM NO. ITEM OR TASK DESCRIPTION 1 (Mobilization 2 'Cleaning and Painting OD -1 Minor Changes OD -2 'Project Temporary Traffic Control QUANTITY 1 Engineer's Estimate Purcell Painting NO. UNIT UNITS UNIT PRICE COST UNIT PRICE 1 1 Est Est Total NO. UNITS UNIT 1 1 Est Est 1 LS 11 16,800.001 16,800.001 2,500.001 1 LS 168,000.001 168,000.001 119,000.001 1 FA 5,000.001 5,000.001 5,000.001 1 FA 1 7,500.001 7,500.0011 7,500.001 Total UNIT PRICE 1 197,300.00 134,000.00 4 5 QUANTITY 1 Advanced Constr. INC. HCI, Inc. COST UNIT PRICE COST 1 LS 11 50,000.001 50,000.0011 32,500.001 32,500.00 1 LS 11 129,675.001 129,675.0011 292,500.001 292,500.00 1 FA 11 5,000.001 5,000.001 5,000.001 5,000.00 1 FA 11 7,500.001 7,500.00'1 7,500.001 7,500.00 192,175.00 337,500.00 2 Prime Coatings, LLC Memo's Construction COST UNIT PRICE COST UNIT PRICE COST 2,500.00 16,000.001 16, 000.00 119,000.00 146,690.001 146, 690.001 5,000.001 5,000.001 5,000.00 7,500.001 7,500.001 7,500.00 175,190.00 3 20,000.001 20,000.00 156,000.001 156,000.00 5,000.001 5,000.00 7,500.001 7,500.00 188,500:00 *Incorrect Total on Bid By Contractor INFORJ.vIATION MEMO To: Mayor Haggerton Public Works Directo~ June 18, 2008 2008 Annual Overlay & Repair Proeram Project No. 08-RWOl BID AWARD From: Date: Subject: ISSUE Award the bid for construction of the 2008 Annual Overlay & Repair Program. BACKGROUND This project will provide roadway repairs and overlays on the following street segments: Site #1 - Frager Road; North of City Limits (East Lane Only) Site #2 - Southcenter Parkway; Klickitat Dr to Nordstrom Signal (Lane Repair Only) Site #3 - Airport Way; Ramps to Boeing Access Road Site #4 - East Marginal Way; S of Boeing Access Rd to Sound Transit Improvements Site #5 - East Marginal Way; South Norfolk St to North of Boeing Access Road Site #6 - S 131 st Place; Macadam Road to 44th PI S Site #7 - S 140th St; 53rd Ave S to 55th Ave S Site #8 - S 139th St; Tukwila International Blvd. to 42nd Ave S Site #9 - S 140th St; Tukwila International Blvd. to 42nd Ave S The project was advertised for bids on June 2 and 9 and bids were opened June 17,2008. Six bids were received with the apparent low bid of $697,322.75 from Watson Asphalt Paving Company. The apparent second lowest bid was submitted by Lakeside Industries in the amount of$71O,200.85. The engineer's estimate was $865,905.00. ANALYSIS The bids were reviewed and tabulated. An error was discovered in the "Mobilization" bid item from Lakeside Industries that causes their bid to be $51,000 lower than the amount read at the bid opening. The correction of this error then causes Lakeside Industries to be the lowest bidder with a bid of $659,200.85. Lakeside Industries has requested bid relief for this project based on the error included in their bid. (Letter is attached.) No errors or irregularities were found in the Watson Asphalt Paving bid and they have successfully worked for the City on past projects. WSDOT Standard Specifications, Section 1-03.1, allow for relief of the Contractor's responsibilities of Award if certain conditions are met. RCW 47.28 allows for relief from forfeiture of the bid bond if the Contracting Agency concurs with the validity of the error. In this case, City staff has determined that Lakeside Industries has met the requirements by notifying the City within the required timeframe and identified an error in their bid and that they are requesting relief from award of the contract. Mayor Haggerton Page 2 June 18,2008 BUDGET AND BID SUMMARY Construction (2008 Overlay) Residential (page 3, 2008 CIP) Arterial (page 44, 2008 CIP) Contingency (10%) Total Bid Results $ 697,322.75 Estimate $ 865,905.00 Budeet 69,732.28 $ 767.055.03 86590.50 $ 952.495.50 $ 240,000.00 $ 700,000.00 0.00 $ 940.000.00 RECOMMENDATION Award the construction bid for the 2008 Annual Overlay & Repair Program to Watson Asphalt Paving Company in the amount of$697,322.75. attachments: Vicinity Map Bid Tabulation Lakeside Industries, Bid Relief Request Award Recommendation Letter P:\PROJECTS\A- RW & RS Projects\08RWOl 2008 Overlay & Repair\2008 Overlay Award Info Memo.doc 2008 OVERLAY PROGRAM Vicinity Map file no ~OV01.DWG scale N/A date 04108 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2000 Overlcy Pro0rmn Project No. 00.RW01 Certified Old Tabulation Spec No. No. lien IRoodwav INnnnlminn n1111111v Cnnlllnln .00 Mn1n11mllon Ism )mnnnrnro 1m1113 Cnn1m1 1711/50011 LtOter I WM Cronn0 Con on. Pavmmnnl P wmmu1 00, 1 01,001 Unm /Icb nC 0.m nl e ion ll 11 COm 0.00 Unvullnbn n 4 1nclurllnn a nn nn ,tr.1 1 5l00 l 0lnvn Nt M l r ll ol.21n ln Comm nnllnn cm -0n nlnnslimmn�rnvmn 04 1P5vmmonl n 1010 lnmudln H MA Clone 111 Pt ln.x7. LIMA Clone 1/ PC114-02 for Pminvnl LIMA Anna 1/2, 1nr Vnvnrnnnl nnnnv mom n11uminauvvinvmmonl 110 .1101113/1111 1 vnron 1. comml 501 n:n Inond I erolo AN,. 5Concrete 0. 11 4 Onv n 11.10 I Il nr11Pe on TrolnaW nnn d (:nvr 11 0 M lo L on nmnnn t ConN01 111 Orman on um�mmmm dowalk 1 ronl Cion S n 2111400 T7 1 Co 15 0. 51Cann w alk M Don n 211 111 1r.4mmnr;nno. we m nwalk Munn Donn an Storm Drainaao 211 705 IAnme10 OD unpin a Aon mmnmnn CVlnn 0 117 lv0 776. IPIan1a 0110011mM Mo,01rnInn Sanitary Sower :07 1 MN IAn5111 Mon.. Ira flc Control Devices 10 1500 11011410 Fnvmmo4 Mn1kn1. 7 ,._0.1 OD pin von Pnvnm4m Mnrimr 7404 IIMInnn TWIN Armor 72 Via 11. /.Inn. 4411. 7 0001 4mr.1740M 27 :Minn 44nnn 140 Wool 1141 nnnnm Roadatdo Development 11 .1 nnemral l rA Nnninrollonrnlmm 217 0 S I PA nnn5144, rallmele 10(0,121 Indrionlnn Welnnn 4.10,11 Pavinn Cc. I Windom A1011n11. Ir10. i Nonllwnal 0111011. Inn. I 111anrl40.0.111 Co.. 110 ICON M.larinlo Oly U511 010 COat IOW Cott UoN Colt TMal Cori I Unll COa1 To1WCO31 I Una Cold 10111 Cunt I UMt Coal Total Cost I Unit Coul 101.01C001 00.001 5 0,000.00 7.0040 on Cs nn I_'s_ 21m0I n s 0 13 _�_1,0 I 0 _�uzn Ii 2.00 I s ,n4o nn s 1..101 1 n,luln.00 00 _F_llilno,nn 107000•\ 2 nn1 7 10501/1 M1I1nIi anon 055 x:13 Isms so 5 t.11pls r1a.On s 1,115 177000 is 0,.1 5,5' @ LAKES~~~~!?opSTRIES June 18, 2008 City ofTukwila Public Works Department 6300 Southcenter Blvd Tukwila WA 9818B-2544 Re: 2008 Overlay Program Project No. OB-RWOI Robin Tischmak Lakeside Industries is claiming bid error on the above mentioned project. Lakeside Industries unintentionally entered $14,000.00 for the unit cost on Item No 2: Mobilization instead on the intended amount of$65,OOO.00 that was entered under the item total colunm. Lakeside Industries total bid price of$71 0,200.85 was our intended total bid pnce. It is Lakeside Industries wish to remove our bid from consideration and it is our understanding that our bid bond we not be forfeited for doing so. Lakeside Industries regrets any confusion this may have caused. Please call with any questions or comments. Sincerely, ~~il;~ Project Manager 18808 S.E. 257th Street. Covington, WA 98042. (206) 343-73750 (253) 630-2011/FAX AN EQUAL OPPORTUNITY D.fi'LOYER . \VA. ST. CaNT REG NO. LAKE.5[0274jD . OR. CCIllOS542 June 18, 2008 T...P"pG !1lI7Bro,dway,SUileSOl ~ neoma, WA 98402 TACOMA. SEATTLE ~~~~e~~~~~20 ENGINEERS ARCHlrEefS IAN DSC,IPE ARCH ffECfS SURYf.I'ORS Mr. Robin Tischmak, P.E. Project Manager City of Tukwila Public Works Tu kwila , WA 98188 Re: 2008 Overlay Program Project No. 08-RW01 Recommendation for Contract Award Dear Robin: We have completed the bid tabulation for the referenced project and discovered a math error that changed the bid results. Watson Asphalt Paving Company was the apparent low bidder at $697,322.75; however, correction of a math error on Item No.2 in the bid received from Lakeside Industries put their total bid amount at $659,200.85. The corrected error is shown on the attached bid tabulation. Lakeside Industries has indicated that there is an error in the electronic bid form they used and will be following up directly with you as to the status of the bid and potential error. Therefore, we reviewed project references for both Lakeside Industries and Watson Asphalt Paving Company. We have reviewed the projects and references submitted by both Lakeside Industries and Watson Asphalt Paving Company for the referenced project. All references checked indicated that both firms have done a good job on roadway overlay and repair projects. From a qualifications standpoint, we would recommend award to either of these firms. Depending on the outcome your discussions with Lakeside Industries, we are recommending that the City award Project No 08-RW01 entitled 2008 Overlay Program to either Lakeside Industries or Watson Asphalt Paving Company. Please call me at (206) 267-1052 if you should have any questions or require further information. Sincerely, .~4t-~ Nelson Davis, PE Principal