Loading...
HomeMy WebLinkAboutTransportation Committee - 05 May 2025 - Agenda - Pdf CITY OF RENTON AGENDA - Transportation Committee Meeting 5:00 PM - Monday, May 5, 2025 7th Floor Council Conference Room/Videoconference 1. WINDSOCK & 243 BUILDING GA APRON AND PARKING LOT - BID AWARD a) AB - 3812 Public Works Airport reports bid opening on March 20, 2025 for the Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation project, and recommends awarding the contract to the lowest responsive and responsible bidder, Westwater Construction, Co., in the amount of $2,404,287.41. b) Presentation 2. EMERGING ISSUES IN TRANSPORTATION If you would like to attend this week's meeting remotely, you can do so by going to https://us02web.zoom.us/j/83331604294?pwd=U3BLbUJZK0ExeWJaTFNWYWx5WGE0dz09 Zoom Meeting ID: 833 3160 4294, Passcode: 352696 You can call through Zoom at (253) 215-8782 and use the Meeting ID. AB - 3812 City Council Regular Meeting - 21 Apr 2025 SUBJECT/TITLE: Bid Award: Contract with Westwater Construction Co. for the Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee DEPARTMENT: Public Works Airport STAFF CONTACT: William Adams, Principal Engineer EXT.: 206-775-6862 FISCAL IMPACT SUMMARY: The fiscal impact of the contract with Westwater Construction for the Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project is not to exceed $2,404,287.41. The full cost of this contract will be funded by the Airport 422.725103 account by means of an interfund transfer from the Airport Operating End Balance (x402) to 422.725103 during the Q2 budget adjustment period. Current Operating End Fund balance budget is $7,073,016. SUMMARY OF ACTION: The Airport is seeking General Contracting services to rehabilitate two aircraft parking aprons and one car parking lot. Four bid proposals were received, and the low bidder was Westwater Construction at $2,404,287.41 and the highest bidder was Road Construction NW at $3,207,031.51. The low bidder was evaluated in the attached Bid Proposal Assessment and found to be all qualifying criteria. Westwater Construction has performed previous construction work for the City of Renton. EXHIBITS: A. Agreement B. Bid Tabulation C. Bid Proposal STAFF RECOMMENDATION: Award contract to Westwater Construction Co for the Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project and authorize the Mayor and City Clerk to execute this contract in the amount of $2,404,287.41. AGENDA ITEM #1. a) SAM Windsock &243 Bldg.GA Apron &Parking Lot Rehabilitation.CAG-25-013 Z 404 28741 . AGREEMENT CONTRACTNO. THIS AGREEMENT,made and entered into this 3lst day of MARCH ,2025 by and between the CITYOF RENTON,Washington,a municipal corporation of the State of Washington,hereinafter referred to as "City"and WESTWATERCONSTRUCTIONCOMPANY,hereinafter referred to as "Contractor." Now,therefore the parties agree as follows: 1.Agreement.This agreement incorporates the following documents as if fully set forth herein:the 2016 Standard Specifications for Road,Bridge,and Municipal Construction,as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American PublicWorks Association,including all published amendments issued by those organizations (”Standard Specifications");the City’s Contract Bid Documents for the Project,including but not limited to Addenda,Proposal Form,Special Provisions,Contract Plans,and Amendments to the Standard Specifications;Contractor’s Proposal and all documents submitted therewith in response to the City’s Call for Bids Documents;and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-042 of the Standard Specifications,as revised by the Amendments and Special Provisions included with the City’s Call for Bids and Contract Documents. 2.Project.Contractor shall complete all work and furnish all labor,tools,materials,and equipment for the project entitled including all changes to the Work and force account work,in accordance with the Contract Documents,as described in Section 1—042 of the Special Provisions. 3.Payments.City shall pay Contractor at the unit and lump sum prices,and by force account as specified in the Proposal according to the Contract Documents as to time,manner,and condition of payment in a contract amount not to exceed 5 unless modified by an approved change order or addendum.The payments to Contractor include the costs for all labor,tools,materials and equipment for the Work. 4.Completion Date.Contract time shall commence upon City's Notice to Proceed to Contractor.The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents.If the Physical Work under this Agreement is not completed within the time specified,Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5.Attorney's Fees.In the event litigation is commenced to enforce this Agreement,the prevailing party shall be entitled to recover its costs,including reasonable attorney‘s and expert witness fees. 6.Disclaimer.No liability of Contractor shall attach to City by reason of entering into this Agreement,except as expressly provided in this Agreement. 7.Counterparts.This Agreement is executed in two (2)identical counterparts,by the parties,each of which shall for all purposes be deemed an original. Windsock &243 Bldg.GA Apron &Parking Lot Rehabilitation Agreement CAG-25-013 2025 AGENDA ITEM #1. a) W PRESIDENJ' Pr de WWW-[Wily IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR:CITYOF RENTON: MICHAELJ CAPLIS nt/Partner/Owner Armondo Pavone,Mayor A'ITEST Secretary Jason Seth,City Clerk FIRM INFORMATION d/b/a WESTWATER CONSTRUCTIONCOMPAY CHECKONE::l Limited Liability Company El Partnership Corporation STATE OF INCORPORATION:WASHINGTON CONTRACTORCONTACT INFORMATION:CITYCONTACT INFORMATION: WESTWATER CONSTRUCTIONCOMPANY City of Renton 16209 SE 173RDPL 1055 South Grady Way RENTON,WA 98058 Renton,WA 98057 Attention: If business is a CORPORATION,the name of the corporation should be listed in full and both the President and Secretary must sign the contract.OR,if one signature is permitted by corporation by—Iaws,a copy of the by—lawsshall be furnished to the City and made a part of the contract document. if the business is a PARTNERSHIP,the full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name.Any one partner may sign the contract. Ifthe business is a limited Liability Company,an authorized managing member or manager must sign followed by his/hertitle Windsock &243 Bldg.GA Apron &Parking Lot Rehabilitation Agreement 2025 AGENDA ITEM #1. a) Project Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Bid Date 03/20/2025 2:00 PM Proposal Cover Proposal Schedule of Prices Non‐Collusion Sub List Recycled materials Wage Law Proposal Signature Bid Bond Add #1 Schedule A: Windsock General Aviation Apron Subtotal Schedule A: Windsock General Aviation Apron Construction 906,562.00$          1,154,954.00$      1,206,312.00$      1,415,628.57$      1,521,126.50$       Subtotal Schedule B: 243 Building Apron & Parking Lot Construction 743,921.00$          1,024,817.00$      1,076,156.00$      1,123,628.00$      1,386,427.00$       Subtotal Schedule A + Schedule B 1,650,483.00$      2,179,771.00$      2,282,468.00$      2,539,256.57$      2,907,553.50$       10.3%169,999.75$          10.3%224,516.41$          10.3%235,094.20$          10.3%261,543.43$          10.3%299,478.01$           Total Construction Cost (Schedule A & Schedule B)Sum Total 1,820,482.75$      2,404,287.41$      2,517,562.20$      2,800,800.00$      3,207,031.51$       ACTIVE CONSTRUCTION INCCity of Renton       x x Engineers Estimate x WESTWATER CONSTRUCTION x x x x x KC EQUIPMENT LLC x x x x X xx X x X WESTWATER CONSTRUCTION x x x x x x x xx x x x x x ROAD CONSTRUCTION NW INC x x x x x x X x WA State Sales Tax (10.3%) KC EQUIPMENT LLC ACTIVE CONSTRUCTION INC ROAD CONSTRUCTION NW INC AG E N D A I T E M # 1 . a ) Item Description Determination 1. A Proposal will be considered irregular and will be rejected if:Criteria Met (Per Below) 1.a. The bidder is not prequalified when so required;None Found 1.b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter into the Contract;None Found 1.c. A price per unit cannot be determined from the Bid Proposal;Price per unit clearly  identified 1.d. The Proposal form is not properly executed;Correct Proposal  form used. 1.e.The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271‐015), if applicable, as required in  Section 1‐02.6;Filled out Correctly 1.f.The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272‐ 056), if applicable, as required in Section 1‐02.6;Not applicable 1.g. The Bidder fails to submit Written Confirmations (WSDOT Form 422‐031) from each DBE firm listed on the Bidder’s  completed DBE Utilization Certification that they are in agreement with the bidder’s DBE participation commitment, if  applicable, as required in Section 1‐02.6, or if the written confirmation that is submitted fails to meet the requirements  of the Special Provisions; Not applicable 1.h.The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1‐02.6, or if the  documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award in Not applicable 1.i.The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272‐054), if applicable, as required in Section 1‐02.6,  or if the documentation that is submitted fails to meet the requirements of the Special Provisions;Not applicable 1.j. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation.Definite and  unqualified offer Item Description Determination 2. A Proposal may be considered irregular and may be rejected if:Criteria Met (Per Below) 2.a. The Proposal does not include a unit price for every Bid item.Unit price included  for every bid item 2.b.Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the  potential detriment of the Contracting Agency; All unit prices  considered  reasonable and  balanced Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions 1‐02.13 Irregular Proposals Bidder Assessment CAG‐25‐013 Bid Opening: March 20 2025 Bidder: Westwater Construction Co. (Renton, WA) L&I Doing Business As (DBA): Westwater Construction Company Special Provisions 1‐02.13 Irregular Proposals WA UBI No.: 601‐173‐970 License No.: WESTWCC110KD Entity Type: WA Profit Corporation CAG‐21‐184 Bidder Assessment (2021)Page 1 of 3 AGENDA ITEM #1. a) 2.c. The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; Proposal form  submitted with bid. 2.d. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions;No edits to proposal  conditions 2.e. Receipt of Addenda is not acknowledged;Receipt of Addendum  1 acknowledged 2.f.A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project  (in such an instance, both Bids may be rejected); or No evidence that  members of a joint  venture or  partnership  submitted multiple  proposals 2.g. If the Proposal form entried are not made in ink.Proposal form entries  made in ink Item Description Determination 1.A Bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria  in RCW 39.04.350(1), as amended. Criteria Met (Per Below) (1)Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a  responsible bidder and qualified to be awarded a public works project. The bidder must: Criteria Met (Per Below) (1)(a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW;YES (1)(b) Have a current state unified business identifier number;L&I Acct ID: 559,997‐ 00 (1)(c)If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in  Title 51 RCW;Account is CURRENT (1)(d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3);WA UBI: 601 173 970 (1)(e) If bidding on a public works project subject to the apprenticeship utilization requirements in RCW 39.04.320, not have  been found out of compliance by the Washington state apprenticeship and training council for working apprentices out  of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of  apprenticeship under chapter 49.04 RCW for the one‐year period immediately preceding the date of the bid solicitation; Meets current  requirements Per L&I. 559‐997‐00 (1)(f) Have received training on the requirements related to public works and prevailing wage under this chapter and  chapter 39.12 RCW. The bidder must designate a person or persons to be trained on these requirements. The training  must be provided by the department of labor and industries or by a training provider whose curriculum is approved by  the department. The department, in consultation with the prevailing wage advisory committee, must determine the  length of the training. Bidders that have completed three or more public works projects and have had a valid business  license in Washington for three or more years are exempt from this subsection. The department of labor and industries  must keep records of entities that have satisfied the training requirement or are exempt and make the records available  on its web site. Responsible parties may rely on the records made available by the department regarding satisfaction of  the training requirement or exemption; and Registered with ESD,  668‐372‐004 (1)(g) Within the three‐year period immediately preceding the date of the bid solicitation, not have been determined by a final  and binding citation and notice of assessment issued by the department of labor and industries or through a civil  judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any  provision of chapter 49.46, 49.48, or 49.52 RCW. Excise Tax Acct ID:  601 173 970 (2) Before award of a public works contract, a bidder shall submit to the contracting agency a signed statement in  accordance with chapter 5.50 RCW verifying under penalty of perjury that the bidder is in compliance with the  responsible bidder criteria requirement of subsection (1)(g) of this section. A contracting agency may award a contract in  reasonable reliance upon such a sworn statement. No debarments have  been issued against  this contractor Per L&I City Special Provisions 1‐02.14 Disqualification of Bidder RCW 39.04.350 CAG‐21‐184 Bidder Assessment (2021)Page 2 of 3 AGENDA ITEM #1. a) 2. A bidder may be deemed not responsible and the proposal rejected if: Criteria Met (Per Below) 2.a. More than one proposal is submitted for the same project from a bidder under the same or different names;One proposal  submitted 2.b.Evidence of collusion exists with any other bidder or potential bidder.  Participants in collusion will be restricted from  submitting further bids;  No evidence of  collusion 2.c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to  the extent that the bid exceeds the authorized prequalification amount as may have been determined by a  prequalification of the bidder;  Bidder considered to  be qualified 2.d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for  others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal  employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise  utilization; No evidence of  unsatisfactory  performance 2.e.There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of  the Work bid upon;  No evidence of  uncompleted work 2.f. The bidder failed to settle bills for labor or materials on past or current contracts; No evidence of  unsettled bills 2.g.The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous  public contract;  No evidence of  failure to complete a  public contract 2.h. The bidder is unable, financially or otherwise, to perform the Work;  No evidence of  inability to perform  the Work 2.i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27); Meets current  requirements Per L&I 2.j. There are any other reasons deemed proper by the Contracting Agency. No other reasons for  rejection CAG‐21‐184 Bidder Assessment (2021)Page 3 of 3 AGENDA ITEM #1. a) Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project CAG‐25‐013 Bid Opening: March 20 2025 2 PM BID BOND VERIFICATION FOR Westwater Construction Co Bond Company Name Merchants Bonding Company (Mutual) Bond Company Contact Marina Matyunin 425‐770‐0055 Bid Amount 2,404,287.41$                                                                                Minimum Bond Amount Required (5%) 120,214.37$                                                                                   Verification Verified via phone on 3/31/2025 Bidder Assessment AGENDA ITEM #1. a) Requesting approval to award bid to Westwater Construction Co. for the Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project in the amount of $2,404,287.41 (Expiring 12/31/2025) TRANSPORTATION/AVIATION COMMITTEE May 05, 2025 Renton Municipal Airport AG E N D A I T E M # 1 . b ) Windsock Apron 243 & GA Apron AG E N D A I T E M # 1 . b ) Windsock Apron 243 Bldg. GA Apron & Parking Lot Current Conditions AG E N D A I T E M # 1 . b ) Windsock Apron 243 Bldg. GA Apron & Parking Lot Proposed Improvements AG E N D A I T E M # 1 . b ) Fiscal Impact: Project Cost: $2,404,287.41 Budget in Pavement Management: $136,061.03 Budget in Airport Operating Fund balance: $7,073,016 Propose to adjust budget during Q2 by transferring $2,268,226.38 from the Airport Operating Fund Balance to Pavement Management. Engineers Estimate; $1,850,650 Bid Opening Date: March 20, 2025 List of Bidders: Westwater Construction = $2,404,287.41 KC Equipment = $2,517,562.20 Active Construction = $2,800,800.00 Road Construction NW = $3,207,031.51 Staff have reviewed the submittal of Westwater Construction Inc and found them to be free of irregularities and considered a responsive and responsible bidder. AG E N D A I T E M # 1 . b ) STAFF RECOMMENDATION: Award contract to Westwater Construction Co. for the Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project and authorize the Mayor and city clerk to execute this contract in the amount of $2,404,287.41. AG E N D A I T E M # 1 . b ) QUESTIONS? AG E N D A I T E M # 1 . b )