E4. Bid Award - WSI 1-3201 P Avenue East
PO Box 1997
Kalispell, MT 59903
Phone: 406-758-7720
Fax: 406-758-7831
www.kalispell.com Ipublic_works
MEMORANDUM
Date: 05-01-18
TO: Doug Russell — City Manager 3M--
CC: Susie Turner, PE — Public Works Director
FROM: Keith Haskins, PE — City Engineer
SUBJECT: Recommendation for Award — Schedules 1, 2, and 3 - WSI
BACKGROUND:
The Westside Sewer Interceptor project is intended to serve existing and new flows from a large
service area in the western and northern portions of the city. Construction of the WSI will
accomplish the following objectives:
1. Two existing deviations with the Montana Department of Environmental Quality which
limit growth in certain areas of the city will be satisfied with the completion of the WSI;
2. Flows north of Reserve Drive will be diverted to the interceptor, decreasing downstream
impacts in the collection system;
3. Flows in portions of Line A will be reduced, providing additional capacity necessary to
serve existing infill areas and provide opportunity for needed maintenance repairs;
4. Three existing lift stations will be removed, saving associated manpower, and O&M
costs; and
5. The City will have appropriately sized sewer collection infrastructure to serve as a main
artery for new growth areas in the north and west portions of the City.
Schedule 1 of the WSI includes installing approximately 8,000 linear feet of 30 inch sewer main,
replacing approximately 1,100 linear feet of 18 inch sewer main (Line A), and replacing
approximately 2,000 linear feet of 8 inch water main. This schedule also includes sanitary sewer
manholes, sanitary sewer connections, water main / service adjustments, fire hydrant assemblies,
water main / service connections, water services, paved surface restoration, concrete restoration,
and landscaping.
Schedule 2 of the WSI includes installing approximately 7,150 linear feet of 30 inch sewer main,
approximately 4,000 linear feet of 27 inch sewer main, and approximately 100 linear feet of 48
inch steel casing via bore and jack installation. This schedule also includes sanitary sewer
manholes, sanitary sewer main / service connections, paved surface restoration, concrete
restorations, and landscape restoration.
Schedule 3 of the WSI includes installing approximately 700 linear feet of 27 inch sewer main,
approximately 2,900 linear feet of 12" dual force main, and approximately 350 linear feet of 48
inch steel casing via bore and jack installation. This schedule also includes a new lift station, 4
lift station abandonments, sanitary sewer manholes, sanitary sewer main / service connections,
paved surface restoration, concrete restoration, and landscape restoration.
Doug Russell — City Manager
RE: Recommendation for Award — Schedule 1 — WSI
Page 2
BIDDING RESULTS:
Schedule 1
Bids were received and opened April 12, 2018 at 2:30 PM. Four responsive bids were
received.
Contractor
Total Bid Price
LHC, Inc.
$3,322,741.09
S & L Underground, Inc.
$3,868,800.00
Western Municipal Construction, Inc.
$4,489,455.50
Downing Underground, Inc.
$5,211,121.00
Engineer's Estimate
$3,350,180.00
LHC was determined to be a responsible contractor successfully completing projects of
similar size and scope.
Schedule 2
Bids were received and opened April 19, 2018 at 2:30 PM. Four responsive bids were
received.
Contractor
Total Bid Price
Downing Underground, Inc.
$2,996,500.00
S & L Underground, Inc.
$3,467,930.00
LHC, Inc.
$3,710,645.08
Thompson Contracting Inc.
$3,790,050.00
Engineer's Estimate
$3,013,170.00
Downing Underground, Inc. was determined to be a responsible contractor successfully
completing projects of similar size and scope.
Schedule 3
Bids were received and opened April 26, 2018 at 2:30 PM. Two responsive bids were
received.
Contractor Total Bid Price
Sandry Construction $2,985,000.00
S & L Underground, Inc. $3,397,933.00
Engineer's Estimate $2,527,957.00
Sandry Construction was determined to be a responsible contractor successfully completing
projects of similar size and scope.
Doug Russell — City Manager
RE: Recommendation for Award — Schedule 1 — WSI
Page 3
STAFF RECOMMENDATIONS:
Award the bid for Schedule 1 of the Westside Sewer Interceptor project to LHC, Inc. in the
amount of $3,322,741.09, contingent upon funding agency concurrence.
Award the bid for Schedule 2 of the Westside Sewer Interceptor project to Downing
Underground, Inc. in the amount of $2,996,500.00, contingent upon funding agency concurrence.
Award the bid for Schedule 3 of the Westside Sewer Interceptor project to Sandry Construction
in the amount of $2,985,000.00, contingent upon funding agency concurrence.
FISCAL EFFECTS:
This project will be funded by a loan through the State Revolving Fund (SRF), the Sewer Fund,
(5310-454-430630-959) and the Water Fund (5210-447-430550-962 and 5210-447-430550-963).
ALTERNATIVES:
As suggested and approved by the City Council.