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
)