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