Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutWWP273062L-'A6-a3 -aZ, 7
9Qe v/ «-,/ dCc 4
CITY OF RENTON
WWP-27-3062
Kennydale Lakefront Sewer Improvement
CALL FOR BIDS
Sealed bids will be received until 2:30 p.m. May 28, 2003 at the City Clerk's office, 71' floor, and will
be opened and publicly read in conference room 511 on the 5t' floor, Renton City Hall, 1055 South
Grady Way.
The work to be performed within one hundred (100) working days from the date of commencement
under this contract shall include, but not be limited to:
Providing and installing three new precast concrete underwater manholes in the Kennydale Lakefront
Sewer System for maintenance access and cleaning and closed circuit television inspection of the
existing sewer system, and various repairs of the submerged piping system. The Kennydale Lakefront
Sewer System is located in Lake Washington in the City of Renton and serves approximately 52
lakefront homes and the Kennydale Beach Park.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans and specifications and contract forms may be obtained from the City of Renton,
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South
Grady Way, Renton, WA 98055. There is a non-refundable fee of $55.15 plus $4.85 Tax (Total
$60.00) for each set. No mail orders or telephone orders will be accepted.
Questions regarding this call for bids or the plan holders lists should be directed to the Public Works
Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions
regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way,
Renton, WA 98055 or (425) 430-7279.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall
apply.
Published:
Bonnie I. Walton, City Clerk
Daily Journal of Commerce May 6, 2003
Daily Journal of Commerce May 13, 2003
Bidca114-29-03.doc\
CITY OF RENTON
WWP-27-3062
Kennydale Lakefront Sewer Improvement
CALL FOR BIDS
Sealed bids will be received until 2:30 p.m. May 20, 2003 at the City Clerk's office, 7`, floor, and will
be opened and publicly read in conference room 521 on the 5a' floor, Renton City Hall, 1055 South
Grady Way.
The work to be performed within one hundred (100) working days from the date of commencement
under this contract shall include, but not be limited to:
Providing and installing three new precast concrete underwater manholes in the Kennydale Lakefront
Sewer System for maintenance access and cleaning and closed circuit television inspection of the
existing sewer system, and various repairs of the submerged piping system. The Kennydale Lakefront
Sewer System is located in Lake Washington in the City of Renton and serves approximately 52
lakefront homes and the Kennydale Beach Park.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans and specifications and contract forms may be obtained from the City of Renton,
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South
Grady Way, Renton, WA 98055. There is a non-refundable fee of $55.15 plus $4.85 Tax (Total
$60.00) for each set. No mail orders or telephone orders will be accepted.
Questions regarding this call for bids or the plan holders lists should be directed to the Public Works
Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions
regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way,
Renton, WA 98055 or (425) 430-7279.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall
apply. J
Bonnie I. Walton, City Clerk
Published:
Daily Journal of Commerce May 6, 2003
Daily Journal of Commerce May 13, 2003
Bidca114-29-03\
CITY OF RENTON
BID TABULATION SHEET
PROJECT: Kennydale Lakefront Sewer Improvement; CAG-03-067
DATE: May 28, 2003
BIDDER
SACKOAiU-2-
Balckwater Marine, LLC
12019 76th P1. NE
Kirkland, WA 98034
Frank Coluccio Construction Company
9600 M.L. King Jr. Way S.
Seattle, WA 98118
Quigg Bros., Inc.
PO Box 1707
Aberdeen, WA 98520-0281
RL. Alia Company
9215 M.L. King Jr. Way S.
Seattle, WA 98118
ENGINEER'S ESTIMATE
FORMS
Bid Combined Proposal/
Bond Triple Form A
t.- I
BID
Includes 8.8% Sales Tax
354 470 . 40
4-o
- 44, SC. od
co
TOTAL:
LEGEND:
Forms: Triple Form: Non -Collusion Affidavit, Anti -Trust Claims, Minitnum Wage
Page 1 1
CITY OF RENTON
1055 S. GRADY WAY
gR+
, RENTON, WA 98055
VENDOR:072200
DAILY JOURNAL OF COMMERCE
PO BOX 11050
SEATTLE, WA 98111
FOB Point:
Terms: net temp
Req. Del. Date:
Special Inst:
DATE PO NUMBER
5/20/03 18/0000304
SHIP TO:
®P J
Req. No.: If
Dept.: PLNG/BLDG/PUB WKS UTILITY SYS
Contact: FERKINGSTAD, LINDA
Pre -Assigned PO#?: NO
Quantity I Unit Description Unit Price Ext. Price
Bid Call Kennydale Lakefront Sewer, 244.80
#3141452,,�� „riff,
SUBTOTAL
BILL TO: TAX
FREIGHT
TOTAL
244.80
0.00
0.00
244.80
I Account Number I Work Order Function Number Amount
I E 421.000400.018.5960.0035.65.045000 5190/5200 244.80
Authorized Signature' Authorized igna ure
/4p�l;f\
BOX 11050, SEATTLE, WA 98111
206-622-8272 FAX 206-622-8416
Federal I.D. #91-0193790 ADVERTISING STATEMENT
BILLING PERIOD
ADVERTISE CLIENT NAME
5/13/03 - 05/13/03
ity of Renton
TOTAL AMOUNT DUE
INVOICE NO. TERMS OF PAYMENT
13141452
244.80
Net 30
CURRENT NET AMOUNT DUE30
DAYS 60 DAYS
90 DAYS
BILLED ACCOUNT NAME AND ADDRESS
PAGE#
BILLING DATE
City of Renton
1
05/13/03
Office of City Clerk
BILLED ACCOUNT NUMBER
1055 S GRADY WAY
Renton WA 98055
3027
ADVERTISE CLIENT NUMBER
CITY OF RENTI ON1
rA
R`=CciVr�,
'Y Ct ERKSR OFFICE
PLEASE DETACH AND RETURN UPPER PORTION WITH YOUR REMITTANCE
DATE
NEWSPAPER REFERENCE
DESCRIPTION -OTHER COMMENTS/CHARGES
SAU SIZE
BILLED UNITS
2 TIMES RUN
13 RATE
GROSS AMOUNT NET AMOUNT
05/06
158036
BC:WWP273062/KENNYDALE
1x72L
1
122.40
05/06
LAKEFRONT SEWER IMPROVEMN
72L
1.70
WWP-27-3062
BONNIE WALTON
05/13
158036
BC:WWP273062/KENNYDALE
1x72L
1
122.40
05/13
LAKEFRONT SEWER IMPROVEMN
72L
1.70
WWP-27-3062
BONNIE WALTON
V'672-200
RECEIVED
MAY 15 2003
,ITY OF RENTO3N
UTILITY SYSTEMS
I iA V DA',-. .
t
W O -4:r A r_ 19
STATEMENT OF ACCOUNT AGING OF PAST DUE AMOUNTS
CURRENT NET AMOUNT DUE 30 DAYS 60 DAYS OVER 90 DAYS -UNAPPLIED AMOUNT TOTAL AMOUNT DUE
244.80
Seattle. Daily Journal of Commerce
PO BOX 11050, SEATTLE, WA 98111 *UNAPPLIED AMOUNTS ARE INCLUDED IN TOTAL AMOUNT DUE
ADVERTISER INFORMATION
BILLING PERIOD
5/13/03 - 05/13/03
BILLED ACCOUNT NUMBER
ADVERTISER/CLIENT NUMBER
ADVERTISER/CUENT NAME
3027
City of Renton
CITY OF RENTON
CITY CLERK'S OFFICE
MEMORANDUM
RECEIVED
DATE: May 15, 2003 MAY 15 2003
CITY OF RENTON
TO: John Hobson, Utilities Division UTILITY SYSTEMS
FROM: Michele Neumann No
Deputy City Clerk
SUBJECT: Legal Publication, Daily Journal of Commerce
The attached billing for the call for bids ad for Kennydale Lakefront Sewer Improvement,
published in the Daily Journal of Commerce, is being forwarded to you for payment.
If you have any questions, please call me at ext. 6504. Thank you.
enc.
158036
IMPROVEMN
City of Renton
STATE OF WASHINGTON - KING COUNTY
--ss.
Affidavit of Publication
No. LAKEFRONT SEWER
The undersigned, on oath states that he is an authorized representative of The Daily Journal of
Commerce, a daily newspaper, which newspaper is a legal newspaper of general circulation and it is now
and has been for more than six months prior to the date of publication hereinafter referred to, published in
the English language continuously as a daily newspaper in Seattle, King County, Washington, and it is now
and during all of said time was printed in an office maintained at the aforesaid place of publication of this
newspaper. The Daily Journal of Commerce was on the 12`s day of June, 1941, approved as a legal
newspaper by the Superior Court of King County.
The notice in the exact form annexed, was published in regular issues of The Daily
Journal of Commerce, which was regularly distributed to its subscribers during the below stated period.
The annexed notice, a
B C: W WP273062/KENNYDALE
was published on
05/06/03 05/13/03
4) . C;'
il Subscribed and sworn to before me on
\����tllllll//����
5/13/2003 ��� p, M . P
Notary public for the Stak of Washington, _ pTAR
residing in Seattle = �_ Y
Affidavit of Publication _ __
21
State of Washington, King County
City of Renton
Sewer Improvement
Bid Date: May 20
W WP-27-3062
Kennydale Lakefront Sewer
Improvement
CALL FOR BIDS
Sealed bids will be received
until 2:30 p.m. May 20, 2003 at
the City Clerk's office, 7th floor,
and will be opened and publicly
read in conference room 521 on the.
5th floor, Renton City Hall, 1055:
South Grady Way. '
The work to be performed with)
in one hundred (100) working days
from the date of commencement
under this contract shall include,
but not be limited to:
Providing and installing three
new precast concrete underwater
manholes in the Kennydale
Lakefront Sewer System for main•
tenance access and cleaning and
closed circuit television Inspectiori
of the existing sewer system, and
various repairs of the submerged
Piping system. The nnydale
Lakefront Sewer System es located
in Lake Washington in the City of
Renton and serves approximately
52 lakefront homes and the
Kennydale Beach Park.
The City reserves the right to
reject any and/or all bids and to
waive any and/or all informalities.
Approved plans.and specifica-
tions and contract forms may be
obtained from the City of Renton,
Planning/Building/Public Works
Department, sixth floor Customer
Service Counter, 1055 South —
Grady Way, Renton, WA 98055.
There is a non-refundable fee of
$55.15 plus. $4.85 Tax (Total
$60.00) for each set. No mail
orders or telephone orders will be
accepted.
Questions
for bidsor the plan holders regardingthis
lists
should be directed to the Public
.Works Customer Service Counter
at the above address or at (425)
430-7200. If a bidder has any
questions regarding.the project,
please contact the Project
Manager, John Hobson, at 1055
South Grady Way, Renton, WA
98055 or (425) 430-7279.
A certified check or bid bond in
the amount of five percent (5%) of
the total of each bid must accom-
pany each bid.
The City's Fair Practices, Non -
Discrimination, and Americans
with Disability Act Policies shall
apply.
Bonnie I. Walton, City Clerk
Dates of publication in the
Seattle Daily Journal of
Commerce, May 6 and 13; 2003.
5/13(158036)
CITY OF RENTON
MEMORANDUM
DATE:
July 11, 2003
TO:
Bonnie Walton
FROM:
John Hobson
SUBJECT:
Bond for Blackwater Marine, LLC for CAG-03-067
I called Julie Glover of Fidelity and Guaranty Insurance Company at 11:45 AM on Friday, July
11, 2003 and she confirmed that their company issued a Bond to the City of Renton for CAG-03-
067.
W:\WWP-27-3062 Kennydale Lake Line Rehab\Bond confirmation.doc
CITY OF RENTON
HUMAN RESOURCES & RISK MANAGEMENT
e
DEPARTMENT
MEMORANDUM
DATE: July 9, 2003
TO: Joh Hobson, Utility Systems
FROM: R. Webby, HR&RM Administrator
SUBJECT: Insurance Review/ Blackwater Marine, LLC
CAG-03-067
I have reviewed the certificate of insurance for the above -mentioned contract. The insurance
coverage, provided for this contract, meets the City's risk management requirements.
�i CITY OF R-ENTON
ROffice of the City Attorney
Jesse Tanner, Mayor Lawrence J. Warren
g
ECgV,D
MEMORANDUM JUL 1003
C/Ty OF RErON
UTILITY SYS7EtiPsm
Tq. John Hobson, PBPW
From: Lawrence J. Warren, City Attorney
Date: July 8, 2003
Subject: CAG-03-067; Contract Review of Kenn_ydale Lakefront Sewer
Improvement
The contract is approved as to legal form.
Lawrence J. W rren
LJW:tmj
cc: Jay Covington
Gregg A. Zimmerman, PE
Post Office Box 626 - Renton, Washington 98057 - (425) 255-8678 / FAX (425) 255-5474
® This paper contains 50 % recycled material, 30 % post consumer
RENTON
AHEAD OF THE CURVE
IN
JUN. 3.2003 10:OOAM OSI SEATTLE
NO.710 P.1/9
Blackwater Marine, LLC
.. &is
NIKISC, AK — SEATTLE, WA
Fax,
BLACKWATER MARINE, LLC
12019 76 Place NE N IGr{dand, Wa 98034
425.828-6434 office N 425-827-2105 fax
P 0 Box 8505 - Nikisid, AK 99635
907-776-5551 office N 907-77"836 fax
To:
John Hobson
From:
George Wham
Fax:
425-430-7241
Pages:
8
Phone:
Re:
Date: 06/03/03
M
❑ Urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle
Have a safe day,
George
CC: Jeff Lykken
JUN. 3.2003 10:01AM OSI SEATTLE
NO.710 P.2/9
Blackwater Marine, LLC
NIKISKI, AK - SZATrLt, WA
June 2, 2003
Jeffrey W. Lykken'
Tetra Tech/KSM, Inc.
1917 First Avenue
Seattle, WA 98101-1027
BLACKWATER MARINE, LLC
12019 76 PIM NE N Kirkland, Wa 98034
425.828.6434 office N 425.827.2205 fax
P O Box 8505 —. Nlklsld, AK 99635
907-776-5551 of(1ee — 907-776-8836 fax
Re: Kennydale Lakefront Sewer Improvement Qualifications Information
Dear Jed
It is Blackwater Marine's intention to install new precast manholes by the use of divers
and cof -er dams. The shallower manholes will be placed using a coffer dam and the
deeper manholes will be done wet.
Our main support vessel is a 70' self-propelled crane barge. This will be supported with
several smaller barges for materials, etc. Our intention is to mobilize equipment and
personnel from the Barbee Mill location adjacent to the project site.
We then intend to use a utilities contractor (Ramm Ex) for connections and manhole
installation. The cleaning and CCTV will be performed by Gary's Tele-Scan Service.
The repairs will be done in water.
The project superintendent both in the field and at the office will be George Lulha L
George has 15+ years as a commercial diver and project superintendent versed in all
manners of sewer systems and also gas and oil pipeline construction and repair
throughout the country.
Following is a list of a few of the jobs demonstrating our expertise and experience in
dealing with the installation of underwater structures, pipelines and appurtenances:
JUN. 3.2003 10:01AM OSI SEATTLE NO.710 P.3i9
Port of Everett Conference Center
Location: North Marina, Everett, WA
Owner: Port of Everett, Everett, WA
Contact: Charlotte Walther (425) 259-3164
Completion: February, 2003
Superintendent: George Lulham
Description of Work Performed: Used steel pipe to encompass damaged timber
piling; attach valves to pump in concrete; pump concrete
Marine Fluid Systems
Location.: Ballard, WA
Owner: Dana Bostick
Contact: Dana Bostick (206)-706-0858
Completion: Still in Progress
Superintendent: George Lulham
Description of Work Performed: Repair and realign marine railway system
Toad. Hurlen Salvage
Location: Seattle, WA
Owner: Thomas Hurlen
Contact. Thomas Hurlen (206)-762-3535
Completion: January, 2003
Superintendent: George Lulham
Description of Work Performed: Fabricate and install air piping and suction
piping for salvage of sunken barge
Sea & Shore Bulkhead Repair
Location: Lake Washington, WA
Owner: Richard Seaborn
Contact: Richard Seaborn (206) 227-3699
Completion: February, 2003
Superintendent. George Lulham
Description of Work Performed: Repair steel bulkhead underwater and pump
void with concrete.
JUN. 3.E003 10:01AM OSI SEATTLE
NO.710 P.4/9
Following is a list of five of our most recent projectsr
P.T.I. Dock (new)
Dutch Harbor, Ak
Offshore Systems, Inc. Present
Kirkland, WA 98034
Project Manager: Ferrol Henson
Contact: Gary Hammond (425) 828-6434
$500,000+
Fax: (425) 827-2105
Muldlteo Public Dock Repair
Mukilteo Ferry Landing
Mukilteo, WA 3-03 to3-03 $ 85,512.00
Project Manager:. George Lulham (Prime)
Owner. Port of Everett
Contact: Charlotte Walther (425) 259.3164 Fax (425) 252-7366
Conference Center Pile Wrap
North Marina
Everettt, WA 1-03 to 2-03 $ 78,126.90
Project Manager: George Lulham (Prime)
Owner: Port of Everett
Contact: Charlotte Walther (425) 259-3164 Fax; (425)252-7366
Replace Piling, Dolphins
Port of Anacortes
1st and Commercial 11-02 to 12-02 S 104,792.64
Anacortes, WA
Project Manager: George Lulham (Prime)
Owner: Port of A.nacortes
Contact: Becky Darden (360) 293.3134 Fax (360) 293-9608
Wharf Repair
U.S. Navy
Naval Station Everett, WA 11-02 $ 8,413.00
Project Manager: George Lulham (Prime)
Owner: US.Navy
Contact: Gabe Fisher (425) 304-3665 Fax: (425) 304-3663
Inspect and Repair Dock
Shaw Island, WA 11-02 S 19,533.48
Project Manager. George Lulham (Prime)
Owner: Fred Ellis
Contact: Fred Ellis (360) 468-2968 Fax; (360) 468-3968
JUN. 3.2003 10:01AM OSI SEATTLE
NO.710 P.5/9
Marine Fluid Systems
Sea & Shore Construction
1100 NW Leary Way
Seattle, WA 98107 3/30/01
Project Manager: Joey Willis
Contact Bill Rissel (206) 227-3699
$109,875.71
Fax: (206) 784-3436
If you should have any further questions, please feel free to contact me at the above
phone number; or you can reach me via my cell phone (206) 818-1609 or my e-mail
address glulham _ offshoresystemsinc.com.
Have a Safe Day!
4Geore
Operations Manager
Attachments: Rarnm Ex Qualifacations, Gary's Tele-Scan Qualifications
JUN. 9.2009 10:02AM OSI SEATTLE NO.710 P.6i9
13300-Bothell Everett Hwy #634
Mill Creek,Wa 98012
Fax
425-741-0562
425-741-0594
We have over 40 years of experience in dirt & utilities, from simple Water, Sewer
including force mains, and Storm to band Development of plats, Landscape walls up to
4' in height.
Projects in progress 10 unit town home with sewer, storm, and water, 6 unit town
home with sewer, water, and storm.
Past projects 2,800 feet of 8" sewer line replacement in Discovery Park: contact
&L,Hancock with City Of Seattle Public Utilities,
4,859 ft of 12" water line replacement wile keeping old line in service; contact Allen
Newbill now with the city of Clyde Hill
References;
Dave Waud-Millinnuim Ex 206-793-8563
Dave Dalton -Glover Homes 206-510-1261
Molly Stone- Stone Trucking 425-754-6792
Tom Church- Alpine DevI 206-255-9011
Roger Dick- RD Trucking 425-508-9180
Kelly Sword- Familian NW 425-483-8800
Please visit our web site at Rammex-corn
Thanks
Larry Rammage
Estimator
JUN. 3.2003 10:02AM OSI SEATTLE
NO.710 P.7/9
PROVAC / GA.RY' S TELE-SCAN
George Lulham
Blackwater Marine, LLC
12019 761' Place NE
Kirkland, WA 98034
Subject; Kennydale Lakefront Sewer improvement
Dear George:
As requested
1, Type of equipment for sewer cleaning and CCTV inspection.
Sewer cleaning .VACCON Eductortrucks Overall length; 40' 45' with hose reel out
1 operator Overall width: 9'
Overall draft: 12.5
CCTV inspection CUES inspection Overall length: 24.6
1 operator Overall width.: 8' 9' with doors open
Overall draft: 11.5
2. Sewer cleaning process
The VACCON eductor trucks use a combination of high pressure jetting and vacuum to
move debris to a structure and remove from system. Our VACCON carry 500/1f of jetting
Dose and 50' of down (vacuum) tube.
3. CCTV inspection
The CUES inspeeticm van has 1000/1f of inspection cord to power a remote controlled
transporter 6"-24" or 24" to 200" and a night owl camera.
NightOwl 460 lines horizontal, 350 lines vertical (NTSC)
3 lux illumination sensitivity
360 x 275 scanning
Remote focus and iris
4. ALDERWOOD WATER & WASTE WATER DIST
2001 & 2002 SMALLWORKS VIDEO INSPECTION 75,000'+EXISTING SEWER
C.HRIS KREIG 425-787-0250
CITY OF DUVALL
2003 SMALL WORKS 2003-08 21,000'+ ENISTING SEWER
MIICE 206-255-1.372
CITY OF TACOMA
G 228-02 CLEAN and TV 132,000' 6"-24" EXISTING SEWER
KRIS McCOLEMAN 206-606-5468
CITY,' OF PUYALLUP
02535 Gray & Osborne CIZAN and TV 8600' 24" EXISMG SEWER
f1M PATTON 206-283-3206
CITY OF NORTH ;BEND
Gray & Osborne
W
JUN. 3.2003 10:02AN OSI SEATTLE
NO.710 P.8/9
Blackwater Marine, LLC
MIMIC[, AK » SEATME, WA
BLACKWATER MARINE, LLC
12019 76 Place NE N Kirkland, Wa 98034
425-828-6434 office N 425-827-2105 fax
P O Box 8505 N Nikiaki, AK 99635
907-776-5551 office N 907-776-8836 fax
To: Contracting or Estimating Agent
From George Lulham, Operations Manager
Blackwater Marine is an underwater construction, inspection and repair contractor
serving the needs of the military, government and private sectors,
We offer a. wide variety of services as a specialty contractor. We offer, but are not
limited to, the following services:
* New construction
* GPS plotting
* Wharf and piling maintenance * Remote operated vehicles
* Vessel maintenance and repair
* Pipeline maintenance and repair
* Outfall and cable installation, repair and inspection
* Salvage of equipment and vessels
* Non-destructive testing of wood, steel and concrete
* Underwater photography and video
* Side scan Sonar and Imaging
Blackwater Marine is also associated with various contractors and able to provide barges,
cranes and. boats.when needed to support an operation. Our containerized equipment
allows us to mobilize to any location quickly and efficiently.
JUN. 9.2009 10:02AN OSI SEATTLE NO.710 P.9i9
Blackwater Marine's personnel have worked worldwide on virtually all types of projects
from the harsh environments of Alaska and the North Sea to pulp mills, sewage treatment
plants and nuclear reactors. We perceive no project as too big or too small - we can do it
all
We are available as consultants to any prebid questions or concerns and we want to be
your diving contractor.
Sincerely,
George Lulham
Operations Manager
Slackwater Marine, LLC
NIKISKI, AK N SEATTLE, WA
BLACKWATER MARINE, LLC
12019 76 Place NE — Kirkland, Wa 98034
425-828-6434 office — 425-827-2105 fax
P O Box 8505 — Nikiski, AK 99635
907-776-5551 office N 907-776-8836 fax
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
Blackwater Marine Pre -Bid Schedule
It would be Blackwater Marine's intent to have shop drawings for manholes and specs on
hardware (flanges, clamps, etc.) submitted and redefined, if necessary, in the month of
June. Once shop drawings are approved, we would then have the manholes constructed
and available for inspection.
Blackwater Marine would then verify all existing flush components and locations.
The date of delivery for all materials is August 18, allowing ample time for a thorough
inspection of all components necessary for this project.
On August 28, 2003 all necessary components will be mobilized into the facility that we
have arranged for near the Quindell Log Yard; i.e., crane barge, contaminated
environment commercial dive spread, dredging equipment and materials necessary to
complete the project.
Week of September 2, 2003-Work to be performed this week
• Verify conditions and locations of pipe in the field
• Perform repair to pipeline
• Install silt curtain and coffer dam on Site No. 2
G Perform any necessary dredging associated with site
Week of September 8, 2003-Work to be performed this week
• Bypass sewer on Site No. 2
• Install manhole on Site No. 2
• Perform reconnection on Site No. 2
• Remove coffer dam on Site No. 2
0 Install silt curtain and coffer dam on Site No. 3
Week of September 15, 2003-Work to be performed this week
• Install manhole on Site No. 3
• Perform reconnection on Site No. 3
• Remove coffer dam on Site No. 3
• Install silt curtain
• Determine whether Site No. 1 is to be done in the wet or with a coffer dam
Week of September 22, 2003-Work to be performed this week
• Bypass sewer on Site No. 1
• Install manhole on Site No. 1
• Spawning gravel placement
• Begin cleaning and video process
CITY OF RENTON
MEMORANDUM
DATE: July 7, 2003
TO: Larry Warren
FROM: John Hobson !�
SUBJECT: CAG-03-067; Contract Review
Please review the attached contract document for legal form.
Thank you.
W:\WWP-27-3062 Kennydale Lake Line Rehab\Contract\legal-review.doc\cor
CITY OF RENTON
MEMORANDUM
DATE: July 7, 2003
TO: Mike Webby
FROM: John Hobson9v#
SUBJECT: CAG-03-067; Contract Review
Please review the attached contract document for risk management purposes.
Thank you.
WAWWP-27-3062 Kennydale Lake Line Rehab\Contract\risk-review.doc\cor
John Hobson - Mailing Address for Ed Cox Page 1
From: "Lykken, Jeffrey W. -- TtKCM" <Jeffrey. Lykken @tetratech.com >
To: "John Hobson (E-mail)" <jhobson@ci.renton.wa.us>
Date: 4/17/03 10:40AM
Subject: Mailing Address for Ed Cox
John:
Mailing address for Ed Cox is as follows:
201 South Jackson Street
MS KCS-NR-0509
Seattle, WA 98104-3855 2,0+0 (OV 4 I Zgz-
Jeff Lykken
E-mail: jeffrey.lykken@tetratech.com
Phone: (206) 443-3591
Fax: (206) 443-5372
TETRA TECH/KCM, INC.
1917 First Avenue, Seattle, WA 98101-1027
(206) 443-5300 • FAX (206) 443-5372
May 30, 2003
George Lulham
Blackwater Marine, LLC
12019 76th Place NE
Kirkland, WA 98034
RScEIVED
�NOIF N S SNEMS
Subject: Kennydale Lakefront Sewer Improvement
Quaiifications Information
Dear George:
As discussed yesterday by phone, we are requesting qualifications information for review
per Section 1.12 of the Special Provisions. The information will be used to determine
whether Blackwater Marine is a responsive bidder. As noted in the Section 1.12 and
Addendum No. 1, please provide the following information:
1. Specific information on the type(s) of barge equipment that will be employed for precast
manhole installation, sewer cleaning and CCTV inspection including overall length,
width and draft; crew size and auxiliary equipment. Also provide information on how
and where equipment and materials will be loaded and unloaded from the barge.
2. A detailed explanation of the sewer cleaning process including proposed work plan, a
description of cleaning and flushing equipment, demonstration of the ability to clean the
continuous lengths indicated in these specifications, and method of solids and liquids
disposal.
3. A detailed explanation of the proposed CCTV inspection process including proposed
work plan, a description of CCTV equipment, and demonstration of the ability to CCTV
inspect the continuous lengths indicated in these specifications.
4. A progress schedule indicating at a minimum:
a. Verification of 8-inch flush main location at manhole locations.
b. Preparation and submittal of precast manhole shop drawings.
C. Manhole fabrication.
d. Flush main repair.
e. Manhole installation
f. Spawning gravel installation
g. Sewer cleaning
h. CCTV inspection.
5. Submit a detailed description of a minimum of three separate previous projects that
demonstrate expertise and experience with the installation of underwater structures,
Mr. George Lulham
May 30, 2003
Page 2
pipelines and appurtenances. Submit for each project, in the same order, the following
information:
a. Full name of project.
b. Project location.
c. Owner's name.
d. Owner's address.
e. Owner's contact person and telephone number.
f. Date of project completion.
g. Contractor's employees in charge of the work at both the site and at the head
office.
h. Description of the underwater work performed.
Additionally, please provide reference information for a minimum of five of your most
recent projects for both the company and your proposed project superintendent per Section
1-02.1 of the City of Renton Supplemental Specifications. The information should include
the project name and location; owner's name, address, contact person and telephone
number; date of completion; and description of work.
Please provide the requested information as early as possible, but no later than end of the
day June 3, 2003. The information can be faxed to me at 206-443-5372, and followed with
an original copy by mail. Thanks for your help.
Sincerely,
Tet Tec Inc.
effrey W. Lykken, P.E.
Principal
c_ John Hobson, City ofRen ton
Central Files (2-2)
#2030051
;ypl;
CITY OF R ENTON
94 Planninouilding/PublicWorks Department
Jesse Tanner, Mayor Gregg Zimmerman P.E., Administrator
June 6, 2003
George Lulham
Blackwater Marine, LLC
12019 76" PI. NE
Kirkland, WA 98034
SUBJECT: KENNYDALE LAKEFRONT SEWER IMPROVEMENT: CAG-03-067
CONTRACT DOCUMENTS
Dear Mr. Lulham:
At its meeting on June 9, 2003, 1 anticipate that the Renton City Council will award the subject
construction contract to your company in the total amount of $326,160.64.
In order to get a headstart on the preparation of the contract documents, I am requesting that you
provide the following documents to me as soon as possible:
• A list of names, addresses, phone numbers and emergency phone numbers for: Responsible
officer, Job Foreman, and Bonding Agent.
• A Corporation Letter of Resolution giving the names of those authorized to sign contracts
and a sample of their signatures.
• A photocopy of your current State Contractor's License (not Master License).
• Two Contract Bonds, on City of Renton Forms (enclosed), UNDATED. The date will be
filled in at the time the mayor signs the contract.
• Two signed Contracts (enclosed) also UNDATED.
• Two certificates of Insurance for 2002, naming the City of Renton as additional insured.
Samples of certificates of insurance and information forms are enclosed for reference only.
Tile City has some requirements that are not a part of the standard "ACORD" forms that are
issued by insurance companies. These changes must be made to the "ACORD" forms prior
to the contract receiving risk management approval. My experience has been that the number
one delay is caused by the insurance company not making the required modifications to this
form.
• One City insurance information form (enclosed).
• One City endorsement form (enclosed).
• One Original of the Fair Practices Policy Affidavit of Compliance (enclosed)
Please return all of the above documents and the signed and undated contracts to me. After our
review of the documents, the contract will be executed and an original returned to you for your
records.
Sincerely,
r f
Joh Hobson, Project Manager
Wastewater Utility
1055 South Grady Way - Renton, Washington 98055 1 E 1�! 1 lr\
® This paper contains 50 % recycled material, 30 % post consumer AHEAD OF THE CURVE
TETRA TECH/KCM,INC.
1917 First Avenue, Seattle, WA 98101-1027
(206) 443-5300 • FAX (206) 443-5372
June 11, 2003
George Lulham
Blackwater Marine, LLC
12019 761h Place NE
Kirkland, WA 98034
Subject: Kennydale Lakefront Sewer Improvement
Qualifications Review Meeting
Dear George:
4ece/V'Cp
�'U'V 12 2003
U7'/L Ty SOF RSTE4.
We appreciated the opportunity to meet with you and your subcontractors last week to
discuss your teams qualifications for performing work on the subject project. It was
informative to hear Blackwater's approach to completing the project, and provided all of us
an opportunity to clarify and address several issues and questions related to your work
plan. As a recap, I have listed the main issues we discussed at the meeting and during our
subsequent phone conversation the same day, and the results of our discussions:
Issue 1
Blackwater declared their intention to install the Site 2 and Site 3 manholes in the
dry by constructing cofferdams at the two manhole locations. The deeper Site 1
manhole will be installed in the wet using divers to assist in setting the manhole. The
cofferdams would be constructed using 20- to 25-foot long sheet piles. The sheet piles
would be installed using a vibratory hammer. Each cofferdam would take roughly 4
hours to construct, and each would remain in place for about one week.
Agreed Resolution to Issue
The City and the design team do not necessarily oppose this approach, howevcr the
Corps of Engineers permit and Hydraulic Project Approval issued by the Washington
Department of Fish and Wildlife do not specifically provide approval for the
installation of the sheet piles. Also, there is no geotechnical information available
from the City on which the Contractor can base their design of the cofferdams. The
City will discuss the sheet pile installation with the two agencies to determine if they
can facilitate acceptance to this work plan. If either agency has reservations about the
work plan and will not accept installation of the sheet piles, Blackwater has agreed to
install the Site 2 and Site 3 manholes in the wet similar to the Site 1 manhole with no
change to the Contract price. If the two agencies allow installation of the sheet pile
cofferdams, the City will require an engineering design for the two structures in
conformance with Paragraph 2.6 of the Special Provisions. The design shall be
stamped by a civil engineer registered in the state of Washington.
Mr. George Lulham
June 11, 2003
Page 2
Issue 2
Pro -Vac will be providing services for cleaning the sewer line. They are currently
planning on using one combination cleaning truck with jetting and vacuum capability.
The truck is equipped with sufficient jetting hose to clean the longitudinal distance
between the new manholes. The Contractor understands the structure of the pay item
for cleaning where the per hour price will only be paid for those periods where the
sewer line is being actively cleaned. The per hour cleaning cost will not apply for
mobilization and demobilization of equipment, time for accessing the sewer line at the
new manhole locations, and the time required for removal and disposal of solids and
liquids from the cleaning truck.
Agreed Resolution to Issue
Pro -Vac has additional combination cleaning trucks available if the need arises to
mobilize more than one truck.
Issue 3
Blackwater and Ramm Ex are using a small precast concrete plant in Woodinville to
manufacture the manholes. It will take approximately 6 weeks to manufacture and
test the three manholes.
Agreed Resolution to Issue
Blackwater will begin work on precast manhole shop drawings immediately following
award of the contract so that shop drawing approval and manufacture of the manholes
can begin at the end of June.
The City and Tt/KCM look forward to beginning work with you and your team on this
challenging project. If you have any questions please give me a call at 206-443-5372.
Sincerely,
C. John Hobson, City ofRenton
Central Files (2-2)
#2030051
CITY OF RENTON
City Clerk
Bonnie I. Walton
Jesse Tanner, Mayor
June 10, 2003
RECEIVED
George Lulham JUN 10 2003
Blackwater Marine, LLC CITY OF RENTON
12019 76th Pl. NE UTILITY SYSTEMS
Kirkland, WA 98034
RE: Kennydale Lakefront Sewer Improvement Project; CAG-03-067
Dear Mr. Lulham:
At its regular meeting of June 9, 2003, the Renton City Council accepted your bid for the above -
referenced project in the amount of $326,160.64.
Please contact John Hobson, Project Manager, for submission of required documents to complete
the contract. These may include proof of City and State business licenses, undated performance
bond, and insurance certificates.
Sincerely,
Michele Neumann
Deputy City Clerk
/mn
cc: John Hobson, Project Manager
Margie Schwarz, Business License Accountant
1055 South Grady Way - Renton, Washington 98055 - (425) 430-6510 / FAX (425) 430-6516
® This paper contains 50 % recycled material, 30 % post consumer
RENTON
AHEAD OF THE CURVE
CITY OF RENTON
City Clerk
J e Tanner, Mayor Bonnie I. Walton
June 10, 2003
Frank Coluccio
Frank Coluccio Const. Co.
9600 ML King Jr. Way S.
Seattle, WA 98118
RE: Kerinydale Lakefront. Sewer Improvement Project; CAG-03-067
Dear Mr. Coluccio:
At its regular meeting on June 9, 2003, the Renton ` City Council accepted the bid
submitted by Blackwater Marine, LI C for :the above -referenced project, in the amount of
$326,160.64.
Thank you for your interest and your .bid:
Sincerely,
Michele Neumann
Deputy City Clerk
cc: John Hobson - Project Manager
1055 South Grady Way - Renton, Washington 98055 - (425) 430-6510 / FAX (425) 430-6516 R E N T O N
®This paper contains 50%recycled material, 30%post consumer AHEAD OF THE CURVE
;y CITY OF RENTON
..LL City Clerk
Jesse Tanner, Mayor Bonnie L Walton
June M, 2003
Michael Quigg
Quigg Bros;, Inc.
PO Box 1707
Aberdeen, WA 98520-0281
RE: Kennydale Lakefront Sewer Improvement Project; CAG-03-067
Dear Mr. Quigg:
At its regular meeting one June . 9, 2003, . the Renton City Council accepted the bid
submitted by Blackwater Marine`, LLC for the aboye-referenced project, in the amount of
$3261160.64.
Thank you for your interest and; your bid.-.
Sincerely,
Tu "
Michele Neumann
Deputy City Clerk
cc: John Hobson - Project Manager
1055 South Grady Way Renton, Washington 98055 - (425) 430-6510 / FAX (425) 430-6516 R E N T O N
® This paper contains 50 % recycled material, 30 % post consumer AHEAD OF THE C U RV E
CITY OF RENTON
City Clerk
J e Tanner, Mayor Bonnie I. Walton
June 10, 2003
Richard L. Alia
R.L. Alia Company
9215 ML King Jr. Way S.
Seattle, WA 98118
RE: Kennydale Lakefront Sewer Improvement`Project; CAG-03-067
Dear Mr. Alia:
At its regular meeting .on Jurie.� 9, 2003'the Renton City Council accepted the bid
submitted by Blackwater Marine; LL'C for,the above-referenced'project; in the amount of
$326,160.64.
Thank you for your inteiest`an&your bid.;'
Sincerely,
Michele Neumann
Deputy City Clerk
cc: John Hobson - Project Manager
1055 South Grady Way -Renton, Washington 98055 - (425) 430-6510 / FAX (425) 430-6516 R E N T O N
9 This paper contains 50 % recycled material, 30 % post consumer AHEAD OF THE CURVE
ti�Y o City of Renton
1055 South Grady Way
Renton, WA 98055
TO: George Lulham .
Blackwater Marine, LLC
Phone: (425) 828-6463
Fax Phone: (425) 827-2105
Date: 06/10/2003
FROM: John Hobson
Phone: (425) 430-7279
Fax Phone: (425) 430-7241
SUBJECT. Kennydale Lakefront Sewer I Number of pages including cover sheet 4
I REMARKS: ElOriginal to ❑ Urgent ❑ Reply ❑ Please [ For your
be mailed ASAP Comment review
These are the sample pages of the insurance ACORD form that I forgot to include in my previous letter.
Make sure that your insurance provider makes the edits to the standard form as shown in the lower right
hand corner of the sample. They must also include the endorsement pages as well.
Call me if you, or your insurance provider, have any questions.
RENTON
AHEAD OF THE CURVE
ACORa. CERTIFICATE OF LIABILITY
INSURANCE
DATE(MWD m)
PRODUCER
PARKER, SMITH & FEEK, INC.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
2233 112th Avenue N.E.
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
Bellevue, Washington 98004
AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
Phone: 425-709-3600 Fax: 425-709-7460
INSURED
INSURER A ZURICH AMERICAN INSURANCE COMPANY
FRANK COLUCCIO CONSTRUCTION COMPANY
9600 Martin Luther King Way South
Seattle, Washington 98118-5693
INSURER B ZURICH AMERICAN.INSURANCE COMPANY
INSURER C: ROYAL INSURANCE COMPANY OF AMERICA
INSURER D: ZURICH AMERICAN INSURANCE COMPANY
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE (MWDD/YY
LIMBS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE IX OCCUR
FIRE DAMAGE (Any one fire)
$ 100,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 1,000,000
A
GL0369651900
07/01/2002
07/01/2003
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OP AGG
$ 2,000,000
POLICY X PRO-
O- LOC
AUTOMOBILE
X
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
B
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
BAP369652000
RECEIVED
07/01/2002
07/01/2003
BODILY INJURY
(Per person)
$
X
BODILY INJURY
(Per accident)
$
X
PROPERTY DAMAGE
(Per accident)
$
AGE LIABILITY
AUTO ONLY — EA ACCIDENT
$
ANY AUTO
I
CITY OF RENTOr
OTHER THAN EA ACC
$
UTILITY SYSTEMS
AUTO ONLY: AGG
$
EXCESS LIABILITY
X OCCUR [—] CLAIMS MADE
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
C
P2HN206699
07/01/2002
07/01/2003
$
$
X1DEDUCTIBLE
RETENTION $ 10,000
$
EMPLOYERS' LIABILITY
TORY LIMITS
X
O ERR
E.L. EACH ACCIDENT
$ 1,000,000
D
WASHINGTON STOP GAP
GL0369651900
07/01/2002
07/01/2003
E.L. DISEASE — EACH EMPLOYEE
$ 1,000,000
E.L. DISEASE —POLICY LIMIT
$ 1,000,000
OTHER
Is
$
L
S
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
East Kennydale Sanitary Sewer Infill and Water Main Replacement. The City of Renton, its officers, officials, agents, employees and
volunteers are included as Additional insured and coverage is primary and non-contributory per Endorsement 801418, Edition Date 03196
attached. Waiver of Subrogation applies to General Liability per Endorsement CG2404, Edition Date 10/93 attached. Severability of Interest
clause included.
CITY OF RENTON
Planning/Building/Public Works Dept.
1055 South Grady Way
Renton, WA 98055
V fi1Yl.CLLA 11V114 Iv ways 1vr nvn-Payment V1 Premwm
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL
SAIDEAVOR TO MAIL 45' DAYS WRITTEN NOTICE TO THE CERTIFICATE
HOLDER NAMED TO THE LEFT,
OR RrmPRX2Sl6NTATAWW"
,.
AUTHORIZED REPRESENTATIVE
M%'%jnv 4o-0 knui)
FRANCOLU%CERT02(M2)
U ACORD CORPORATION 1988
CERT 866
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate holder in
lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the
issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively
or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
POLICY NUMBER: GL0369651900 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (PRIMARY INSURANCE)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
"AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT"
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable
to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but
only with respect to liability arising out of your ongoing operations performed for that insured.
The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance
available to the person or organization shown in the Schedule unless the other insurance is provided by a contractor other than
you for the same operation and job location. Then we will share with that other insurance by the method described in
paragraph 4.c. of COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV).
Paragraph 2.f. of WHO IS AN INSURED (Section II) does not apply to the person or organization shown in the Schedule.
NAMED INSURED: FRANK COLUCCIO CONSTRUCTION COMPANY
801418 Ed. 3-96
Includes copyrighted material of the Insurance Services Office, Inc., with its permission
FRANCOLU\CERT02(E01) CERT 4«Cert» - Revised
POLICY NUMBER: GL0369651900 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
"AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT"
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable
to this endorsement.)
We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments
we make for injury or damage arising out of "your work" done under a contract with that person or organization. The waiver
applies only to the person or organization shown in the Schedule.
NAMED INSURED: FRANK COLUCCIO CONSTRUCTION COMPANY
CG 24 04 11 85 Copyright, Insurance Services Office, Inc. 1984
FRANCOMCERT02(E01)
CERT t«Cert» - Revised
$ 55.15
Tax: 4.85
$ 60.00
CITY OF Renton
PLANNING/BUILDING/PUBLIC WORKS
PUBLIC WORKS DIVISION
PLAN HOLDERS LIST
Project Name: Kennydale Lakefront Sewer Improvement
Project Manager: John Hobson Telephone: (425) 430-7279
- Bid-Date:-May-28, 2003-Bid Time: 2:30-PM-Bid-Place:-5th-Floor.-Conf. Rm. 521, City Hall--- -
Consultant: N/A Telephone: N/A
Engineer's Estimate: $275,0004300,000
.� �
Name: S Signature: 1
Mailing Addre s: '855 fo` Date Reed:
Street Address i O - f
City/State/Zip Code K-- $ 5,( Z
Telephone No.: 3(o0 - ` -4 Fax No.:
Name: la signature: 0!!!!2' 4�
Mailing Address: / A/ sE fti Date Read: — I
Street Address P ILeV E , WA
City/State/Zip Code: 9 8 Dos
Telephone No.: I/ 2 - 7-f to - -7 -7 10 Fax No.:
Mailing Address: cUpcav ma- IL_jt. triwu<%Date Redd:
Street Address
City/State/Zip Code: S tij u RqbctV
Telephone No.: 7-c--co-7z7--s3dc, Fax No.: �-S-4Z1y
Name: L
Signature:
Mailing Address:
01 a 1 5 rn L 4: a�, w -hy
Date Redd:
Street Address
S�
-
City/State/Zip Code: se
p�
Telephone No.:
-z. o to
7 7- z , tO aO
Fax No.: %-0 b i 'Z-L -L 1 S:
0
9
Name:
u
►'?UA -TKC-
Signature:
/
Mailing Address:
Street Address
/ oX 1 i b-%
Date Redd: 5 -
`i
City/State/Zip Code:
c- h W A-
Telephone No.:
(36v)
Fax No.:
E74i4PPAA1w7Sianature:0:91,- A) 11-3350-1t-
Mailing Address: Date Re 'd: 5 /Z O
r� Street Address 'L Z?�Z D ssE . ►' i/ o
City/State/Zip Code:
Telephone No.: N S <i Fax No.: S - 7
H:
U
$ 55.15
Tax: 4.85
60.00
CITY OF Renton
PLANNING/BUILDING/PUBLIC WORKS
PUBLIC WORKS DIVISION
PLAN HOLDERS LIST
Project Name: Kennydale Lakefront Sewer Improvement
Project Manager: John Hobson Telephone: (425) 430-7279
-Bid-Date: May-26 2003--BidTime:2.30-PM-Bid-Place: 5th floor, Conf..- Rm:-521-City-Hall------
Consultant: N/A Telephone: N/A
Engineer's Estimate: $275,0004300,000
Mailing Address: -71 V I --,Ne tc 4-r:�n Kd Date Redd:
Street Address 5noha,n,6t,
City/State/Zip Code: ohos►, s k tJii 98L`y a
Telephone No.: 426 -335- S57 7 Fax No.: -i Lo 87 t43
Mailing Address:
Street Address
City/State/Zip Code:
Telephone No.: (
Name: k,2PO,�
Mailing Address:'_ff
Street Address
City/State/Zip Code:
Telephone No.:
Name: Lyot` 140 o
Mailing Address: I
Street Address le
City/State/Zip Code:
Telephone No.:
Name: !y/ac/<Ge,
Mailing Address: /
Street Address
City/State/Zip Code:
Telephone No.: 54
cV �l Yw�,)FFy Y Il i '�-4Si4nature:
Date Rec'd:
r
S I k.c W 9 9 yoz
SOq S 33 — (o 5-6O Fax N
KIF aL- n�v rw} Signature: 14-
)2— i, 10 Date Rec'd• .1 ,
Name: Signature:
Mailing Address: Date Redd:
Street Address
City/State/Zip Code:
Telephone No.: Fax No.:
Q E( : Z43 3&4-S
H:
CITY OF RENTON
MEMORANDUM
DATE: June 4, 2003
TO: Renton City Council
VIA: Bonnie Walton
FROM: John Hobson (x-7279) 90
� \�
SUBJECT: Bid Opening for Kennydale Lakefront Sewer Improvement
The Planning/Building/Public Works Department recommends that the bid be awarded to
Blackwater Marine, LLC and that it be done as a "Council Concur".
This project will install 3 manholes over the existing sanitary sewer line located in Lake
Washington between the north end of Gene Coulon Park and the south end of the Barbee Mill
property. The purpose is to provide access to this sewer line for cleaning and inspecting.
The bid opening was on Wednesday, May 28, 2003. There were 4 bids received. The low bidder
is Blackwater Marine, LLC with a bid of $326,160.64. The average bid was $431,998.56. The
engineer's estimate was $286,800.00.
The project budget amount is $400,000. The low bid is within the existing budget.
The low bid has a minor irregularity in that the unit cost for mobilization is 23.6% of the total bid
price. The project special provisions state that the cost for mobilization may not exceed 20% of
the total bid price. The City Attorney has indicated that this is a minor irregularity and may be
waived if it is advantageous to the City. A pre -award meeting has been held with the contractor
to assess their qualifications and their proposed methods for construction. The
Planning/Building/Public Works Department is confident that the contractor is qualified and
therefore is of the opinion that waiving the minor irregularity in the bid is advantageous to the
City.
WAWWP-27-3062 Kennydale Lake Line Rehab\Contract\Award-Clerk.doc
Date: May 16, 2003
To
Fax No
From: City of Renton Public Works
Tel: (425) 430-7279
FAX: (425) 430-7241
ADDENDUM NO. 1 to the
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
FOR THE CITY OF RENTON
Revised Bid Opening: May 28, 2003
This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated May,
2003, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided
below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid
non -responsive and may cause its rejection:
Addendum No. 1 accepted by:
Title:
This Addendum consists of fourteen (14) pages, including this page.
BID DATE REVISION: The Bid Date for this project has been revised to May 28, 2003 and will take place in
Room 511 at 2:30 P.M.
SEE ATTACHED PAGES FOR ADDITIONAL CONDITIONS OF THIS ADDENDUM
Sincerely,
John Hobson
Project Manager
W:\WWP-27-3062 Kennydale Lake Line Rehab\Contract\ADDENI.DOC
Addendum No.1
CITY OF RENTON WASTEWATER UTILITY
1055 South Grady Way
Renton, WA 98055
Kennydale Lakefront Sewer Improvement
Project No. WWP-27-3062
May 2003
W.
WA
kU �zsoas u �
�s I ANAL �G��
S/1(oI p3
EXPIRES 06/03/ p S-
CITY OF RENTON
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
PROJECT NO. WWP-27-3062
CAG-03-067
ADDENDUM NO. 1
Prospective bidders are hereby notified that the bidding documents of said Contract have been
amended as hereinafter set forth:
gLocation
ofPageor�t�.
S�s$"
is4 'i'13'�'�h.'. Y''r"� �.
��'_�'.�•�-�``.°—v�
vY����S'6�+�e"�1' �
h���r�'.hik`'v't"`�
:Ref � �
Changes
�Drawing�
.�w�. .9..-,}n"iFF i�
Location and�D_es�cription of Change, �� ��'�"����
. ��� �
�°� �,
BIDDING REQUIREMENTS, CITY OF RENTON FORMS,
CONTRACT FORMS, CONDITIONS OF THE CONTRACT,
PLANS AND SPECIFICATIONS
1.1
City of Renton
Schedule
DELETE the Schedule Of Prices in its entirety and REPLACE with
Forms
of Prices
the attached Schedule of Prices.
1.2
City of Renton
SP-10
Section 1-07.18(2) Coverages (RC), under the paragraph heading
Supplemental
"Coverage shall include:" ADD new subparagraph:
Specifications
°7. All applicable state and federal insurance for marine work,
1-07.18(2)
including but not limited to U.S. Longshoreman and Harbor
Workers Coverage; Protection and Indemnity (Jones Act); Pollution
Liability (OPA, CERCLA); and Hull and Machinery coverage.
1.3
Special
1-8
Division 1, Section 1.11 Work Sequence, Constraints and
Provisions
Milestones, DELETE subparagraph 2.b and REPLACE with:
1.11
"b. Precast manhole installation shall not begin before August 15,
2003 and all in -lake construction shall be completed by October 1,
2003.
1.4
Special
1-9
Division 1, Section 1.12, DELETE the title "Qualifications
Provisions
Information" and REPLACE with "Supplemental Qualifications".
1.12
1.5
Special
1-9
Division 1, Section 1.12 Supplemental Qualifications, ADD new
Provisions
first paragraph:
1.12
The Contractor shall have expertise and experience in the
construction and installation of underwater structures, pipelines
and appurtenances, and shall have completed a minimum of three
previous marine projects of this type of work.
Addendum No. 1
1.6
Special
1-9
Division 1, Section 1.12 Supplemental Qualifications, ADD new
Provisions
subparagraph:
1.12
"5. Prior to Award of the Contract, the low bidder shall submit a
detailed description of a minimum of three separate previous
projects that demonstrate expertise and experience with the
installation of underwater structures, pipelines and appurtenances.
Submit for each project, in the same order, the following
information:
a. Full name of project.
b. Project location.
c. Owner's name.
d. Owner's address.
e. Owner's contact person and telephone number.
f. Date of project completion.
g. Contractor's employees in charge of the work at
both the site and at the head office.
h. Description of the underwater work performed.
1.7
Special
2-2
Division 2, Section 2.2 Submittals, ADD new subparagraph:
Provisions 2.2
11. Submit a detailed plan of temporary piping and
appurtenances that will be used for access of the existing flush
main for sewer cleaning at 2807 Mountain View Blvd. N.
1.8
Special
18-1
Bid Item No. 2 — Site 1 Precast Concrete Manhole, DELETE the
Provisions
bid item description and REPLACE with:
18.2
Lump sum price shown shall include, but not be limited to the
complete cost of providing all labor, materials and equipment
necessary for the Site 1 precast concrete manhole as shown on
the Plans and specified herein. Work includes, but is not limited to:
locating flush main pipeline at manhole locations; sedimentation
control; barge access; removal and disposal of debris and lake
bottom sediments at manhole locations; sewer bypassing; piping
and fittings, upstream and downstream pipe restraints,
manufacture, testing and installation of precast concrete manhole
including steel support piling and backfill material. Payment shall
be lump sum.
Addendum No. 1
1.9
Special
Provisions
18.3
18-2
Bid Item No. 3 —Site 2 Precast Concrete Manhole, DELETE the
bid item description and REPLACE with:
Lump sum price shown shall include, but not be limited to the
complete cost of providing all labor, materials and equipment
necessary for the Site 2 precast concrete manhole as shown on
the Plans and specified herein. Work includes, but is not limited to:
locating flush main pipeline at manhole locations; sedimentation
control; barge access; removal and disposal of debris and lake
bottom sediments at manhole locations; sewer bypassing; piping
and fittings, upstream and downstream pipe restraints,
manufacture, testing and installation of precast concrete manhole
including steel support piling and backfill material. Payment shall
be lump sum.
1.10
Special
18-2
Bid Item No. 4 —Site 3 Precast Concrete Manhole, DELETE the
Provisions
bid item description and REPLACE with:
18.4
Lump sum price shown shall include, but not be limited to the
complete cost of providing all labor, materials and equipment
necessary for the Site 3 precast concrete manhole as shown on
the Plans and specified herein. Work includes, but is not limited to:
locating flush main pipeline at manhole locations; sedimentation
control; barge access; removal and disposal of debris and lake
bottom sediments at manhole locations; sewer bypassing; piping
and fittings, upstream and downstream pipe restraints,
manufacture, testing and installation of precast concrete manhole
including steel support piling and backfill material. Payment shall
be lump sum.
1.11
Special
18-2
Bid Item No. 5 —Sewer Cleaning, DELETE the bid item
Provisions
description and REPLACE with:
18.5
Per hour price shown shall include, but not be limited to the
complete cost of cleaning the 8-inch flush main pipeline as shown
on the Plans and specified herein. Work includes, but is not limited
to: pipeline access at the lift station and at the new in -lake manhole
locations; cleaning and removal of all sediment, debris, roots,
scale, encrustations, and grease accumulations from the flush
main; collection of all sediment, debris and flushing water from the
cleaning operation and disposal of liquids and flushing water. The
per -hour cost shall be paid for the time during each working day
that sewer cleaning is being performed.
The per hour price for sewer cleaning will only be paid for those
periods where the sewer line is being actively cleaned using
hydraulically powered equipment, high velocity jet cleaners, or
mechanically powered equipment. The per hour cleaning cost will
not apply for mobilization and demobilization of equipment, time for
accessing the sewer line at the new manhole locations, and the
time required for removal and disposal of solids and liquids from
the cleaning truck.
Bid Item 5 is a Contingent Item of Work. "
Addendum No. 1
1.12
Special
18-3
Bid Item No. 9 — Flush Main Repair, DELETE the bid item
Provisions
description and REPLACE with:
18.9
Per each price shown shall cover the complete cost of providing all
labor, materials and equipment necessary to replace short pipeline
segments as detailed on the Plans and specified herein. Work
includes, but is not limited to: locating existing hole in flush main
near property address 3825 Lake Washington Boulevard;
sedimentation control; barge access; sewer bypassing; removal
and disposal of debris and lake bottom sediments at repair
locations; pipe repair as detailed on the Plans. Flush Main Repairs
are currently required at one location as shown on the Plans. The
Contractor shall assume that up to three (3) additional repairs will
be required at other locations based on the results of the television
inspection. Contractor shall assume that the existing flush main
has up to two feet of cover over the top of the pipe at the additional
three repair locations.
Bid Item 9 is a Contingent Item of Work.
1.13
Special
18-4
ADD new bid item 18.12 to read as follows:
Provisions
18.12
18.12 Bid Item 12 - Disposal of Sediment and Debris from
Sewer Cleaning Operations
Per ton price shown shall include, but not be limited to the
complete cost of hauling and disposing of solids collected from
cleaning of the flush main pipeline. Work includes, but is not limited
to: hauling, dewatering, and disposal of all sediment, debris, roots,
scale, encrustations, and grease accumulations from the flush
main at an approved disposal site.
Bid Item 12 is a Contingent Item of Work. "
1.14
Plans
C4
REPLACE "Site 1 Manhole Section" 1 with Figure 1, attached.
Figure 1 adds requirements for restraining the existing pipe joints
upstream and downstream from the new piping connection.
1.15
Plans
C4
REPLACE "Site 2 Manhole Section" 3 with Figure 2, attached.
Figure 2 adds requirements for restraining the existing pipe joints
upstream and downstream from the new piping connection.
1.16
Plans
C4
REPLACE "Site 3 Manhole Plan" 5 with Figure 3, attached. Figure
3 adds requirements for restraining the existing pipe joints
upstream and downstream from the new piping connection.
1.17
Plans
C5
REPLACE "Flush Main Repair Detail' 2 with Figure 4, attached.
Figure 4 revises the pipe repair procedure from a new section of
pipe to a repair clamp.
1.18
Plans
C5
Typical Marker Buoy Detail 3, DELETE callout of"1/16" SST WIRE
ROPE" and REPLACE with "3/8" SST WIRE ROPE".
1.19
Plans
C5
Maintenance Access Improvement Plan 4, DELETE the title
"Maintenance Access Improvement Plan" and REPLACE with
"Sewer Cleaning Access Plan".
Addendum No. 1
1.20
Plans
S1
REPLACE "Section" 5 with Figure 5, attached. Figure 5 revises the
welded pile connection to a pinned connection.
1.21
Plans
S1
ADD general note to the drawing as follows:
"All welds shown shall be a minimum of W fillet unless noted
otherwise.
Attached To This Addendum
1. Schedule of Prices
2. Figure 1
3. Figure 2
4. Figure 3
5. Figure 4
6. Figure 5
This Addendum shall be attached to and form a part of the Contract Documents.
Addendum No. 1
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
(Note: Unit pricer for all items, all extensions, and total amount of bid must be shown. Show unit pricer in both words and figurer and where
conflict occurs the written or typed words sball prevail.)
Item
No.
Approx.
Quantity
Item with Unit Price Bid
nit Prices to be Written in Words)
Unit Price
Dollars Cts
Amount
Dollars Cts
001.
1
Lump Sum
Mobilization, Demobilization and Cleanup
$
per Lump Sum (words)
figures
002.
1
Lump Sum
Site 1 Precast Concrete Manhole
$
per Lump Sum (words)
figures
003.
1
Lump Sum
Site 2 Precast Concrete Manhole
$
per Lump Sum (words)
figures
004.
1
Lump Sum
Site 3 Precast Concrete Manhole
$
per Lump Sum (Words)
figures
005.
40
Hour
Sewer Cleaning*
$
per Hour (words)
figures
006.
5
Day
Barge Access for Sewer Cleaning*
$
per Da (Words)
figures
007.
24
Hour
CCTV Inspection*
$
per Hour words)
figures
008.
3
Day
Barge Access for CCTV Inspection*
$
er Day (Words)
figures
009.
4
Each
Flush Main Repair*
$
per Each (words)
figures
*Contingent Item of Work
Item
No.
Approx.
Quantity
Item with Unit Price Bid
nit Prices to be Written in Words
Unit Price
Dollars Cts
Amount
Dollars Cts
010.
900
Square Foot
Spawning Gravel
$
er S uare Foot words
figures
011.
1
Lump Sum
As -Constructed Information
$Four Thousand and 00/100
$4,000.00
$4,000.00
per Lump Sum (Words)
figures
012.
90
Ton
Disposal of Sediment and Debris from Sewer
Cleaning Operations*
$
figures
er Ton((Words)
Subtotal
8.8% Sales Tax
Total
*Contingent Item of Work
LAKE WASHINGTON EL
VARIES 16.8 TO 18.8
(NAVD 88)
PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING
PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW
PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER
OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS —�
PRECAST CONCRETE
MANHOLE, SEE
S1
FLEX COUPLING,
TYP
LAKE BOTTOM 8"DUCTILE
BEYOND, EL IRON
3.0±
� Q
g loboS
0%lb Qm� QQ m8'�bW..�°gg��5'"—.� ..��
GRAVEL BEDDING EXISTING 8" CAST IRON
z PIPE PARTIALLY EXPOSED
AfYND BACKFILL, ALONG LAKE BOTTOM
SITE 1 MANHOLE
SECTION 1 . .
SCALE: NONE C2
CITY OF CITY OF RENTON MAY 2003
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
RENTON FIGURE
Planning/Building/Public works Dept. SITE 1 MANHOLE - ADDENDUM NO. 1 1
PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING
PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW
PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER
OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS
LAKE WASHINGTON EL
VARIES 16.8 TO 18.8
(NAVD 88)
LAKE BOTTOM
BEYOND, EL 14.0±
w
>
cV O
U
8
o%0
°0�Oi
_
co� Z
o„
PRECAST CONCRETE
MANHOLE, SEE 1
FLEX COUPLING, S1
TYP
8"DUCTILE IRON
o�O g o
� �O g
°°o0 0°0000 �$$QO
SITE 2 MANHOLE_
SECTION
3
SCALE: NONE
—
GRAVEL BEDDING
AND BACKFILL,
TYP
CITY OF CITY OF RENTON MAY 2003
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
.� RENTON FIGURE
Planning/Building/Public works Dept. SITE 2 MANHOLE - ADDENDUM NO. 1 2
2
O
O O
PRECAST CONCRETE
MANHOLE
8" DUCTILE IRON
8"WYE
EXISTING 8" CAST
IRON FLUSH MAIN
EXISTING 8" CAST
IRON FLUSH MAIN (-- --�
I j
FLEX COUPLING,
TYP
8" DUCTILE IRON
PROVIDE ROMAC 611 SERIES PIPE RESTRAINT
SYSTEM ON EXISTING PIPE JOINTS IMMEDIATELY
UPSTREAM AND DOWN STREAM OF NEW PIPING
CONNECTION. CONTRACTOR TO VERIFY OUTSIDE
DIAMETER OF EXISTING PIPE PRIOR TO
ORDERING PIPE RESTRAINTS
SITE 3 MANHOLE
PLAN 5
SCALE: 3/8"=1'-0" C3
CITY OF CITY OF RENTON MAY 2003
'3 '} KENNYDALE LAKEFRONT SEWER IMPROVEMENT
.� RENTON FIGURE
Plonning/Building/Public works Dept. SITE 3 MANHOLE - ADDENDUM NO. 1 3
BOTTOM ELEVATION
BEYOND. EXISTING
PIPE PARTIALLY
EXPOSED --\
ROMAC SS1 REPAIR CLAMP
CENTERED OVER HOLE IN PIPE.
CONTRACTOR TO VERIFY OUTSIDE
DIAMETER OF EXISTING PIPE PRIOR
TO ORDERING OF REPAIR CLAMP
2'-0"
r,
GRAVEL
BEDDING
1'-0"
MIN, TYP
FLUSH MAIN REPAIR
DETAIL 2
SCALE: NONE -.
CITY OF CITY OF RENTON MAY 2003
'" '} KENNYDALE LAKEFRONT SEWER IMPROVEMENT FIGURE
� RENTON
Planning/Building/Public works Dept. FLUSH MAIN REPAIR - ADDENDUM NO. 1 4
Putts J\2030051 Kemyd&tw\AD \ADD100Fdrp Plot dates May 1% 2003-He2- San CAD User- Jeffmcke.
Xref FAcwtv I
m
Or
z-
� r
I -
D�
0
0 c
m r
C
Z -
O c
r
�n
>o
i -n
m
I
'0
�z
PRECAST MANHOLE
6"DIA GALV STEEL
PIPE PILE, SCH 40
z
--------
8"DIA SCH 40
PIPE SLEEVE —�
SHEAR PI-3/8
3/4"DIA GALV THRU BOLTS ON q
PILE±. PROVIDE OVERSIZE DRILLED
HOLES IN 8"DIA PIPE SLEEVE TO ACT
AS GUIDE FOR SUBMERGED. DRILLING
AFTER INSTALLATION OF PILES.
BENT PL3/8x 1
MATCH MH
RADIUS 4
#5©12 EW T&B
3-1 /2"DIAx6 WHS
SECTION 5
SCALE: 1 1/2"=1'-0" —
$ 55.15
Tax: 4.85
$ 60.00
CITY OF Renton
PLANNING/BUILDING/PUBLIC WORKS
PUBLIC WORKS DIVISION
PLAN HOLDERS LIST
Project Name: Kennydale Lakefront Sewer Improvement
Project Manager: John Hobson Telephone: (425) 430-7279
Bid Date: May 26, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall
Consultant: N/A Telephone: N/A
Engineer's Estimate: $275,000-$300,000
Name: � r f Signature: A +
Mailing Addre s: '(-C3i"( PJ Date Rec'd �l
1 Street Address iO - I
City/State/Zip Code: ._LJ
Telephone No.: 5 ;,n - `3`i Fax No.:
Name: l c DlyE2 S Signature: 4
Mailing Address: / o/ .5 y h Date Rec'd:
Street Address a_L[ E Vi.IE , WA
City/State/Zip Code: 9 S Dos
Teleph
Name:
Ma il ing Address: 1k Gcc, Mn L.. 11A.,c- lijhj-SDateRedd:
Street Address
City/State/Zip Code: Sy-wnLt- ,k( m Raft P-3
Telephone No.: Z � 7 z z_- s Fax No.:
Name:
Signature:
Mailing Address: ct a 1 5
L 4 : h- " Date Rec'd:
Street Address S0ftn— -e
City/State/Zip Code:
Telephone No.: ze b 7 22+t9ac= Fax No.:
-7 z"Z -L/ 1 5"3
p
�n�X �zz Jlya
Name:
Signature:
Mailing Address .'O
1-lc 7 Date Rec'd: —
Street Address
City/State/Zip C160)
r n+ L) A,
Telephone No.: S'3
S - IS 3v Fax No.:
41 �KI
��
0
Jo "I 335
Name:
i w�tw�si ature:
- -4,
Mailing Address:
Date Rec'd:
Street Address 2
City/State/Zip Code:
q q8u z I
Telephone No.: q
b �-,jyjqFax No.:
H.
$ 55.15
Tax: 4.85
$ 60.00
CITY OF Renton
PLANNING/BUILDING/PUBLIC WORKS
PUBLIC WORKS DIVISION
PLAN HOLDERS LIST
Project Name: Kennydale Lakefront Sewer Improvement
Project Manager: John Hobson Telephone: (425) 430-7279
Bid Date: May 26, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall
Consultant: N/A
Telephone: N/A
Engineer's Estimate: $2175,000-$300,000
Name: 1 II"
.L Signature:
Mailing Address: if D `�X
Date Rec'd:
Street Address Snowis
City/State/Zip Code: Srchcwr, s k
t✓ri 98Z.It
C,
Telephone No.: NZS —335 - S 57
7
Fax No.: ti t:o - s
c.d —' 7 43
l U
V
fS
L
GX : �60 3 1[w -S
Name: ol- e
VS ti +�-6Si nature:
tit
Mailing Address:
Date Rec'd:
3 3 o-
�( Street Address S q 0 1 _
l
v-'
�U City/State/Zip Code: i►.,t
11J 49 U—
Telephone No.: So`i 5 33 -- (;
S bo
Fax No.: SDI 533
— SO_�
cl),
Av,". J
INS --
Name: tJr�r�-
Mailing Address:' I
Street Address
City/State/Zip Code:
Telephone No.:
Name: L'vnr 1400
Mailing Address: I
Street Address
City/State/ZiD Code:
Teleph
Name
Mailinc
Street Address -5
City/State/Zip Code: J�,-�k 14.,el
Telephone No.: Fax No.: fy Z 5� gI 77
D41
Date Redd:
Name: Signature:
Mailing Address: Date Rec'd:
Street Address
7� City/State/Zip Code:
Telephone No.: Fax No.:
H.
BID -TAB
Page 1
Project Title:
BID DATE: 5/28/03 2:30 PDT
Item Description
No.
001 Mobilization, Demobilization and Cleanup
002 Site 1 Precast Concrete Manhole
003 Site 2 Precast Concrete Manhole
004 Site 3 Precast Concrete Manhole
005 Sewer Cleaning
006 Barge Access for Sewer Cleaning
007 CCTV Inspection
008 Barge Access for CCTV Inspection
009 Flush Main Repair
010 Spawning Gravel
011 As -Constructed
012 Disposal of Sed. & Debris
Kennydale Lakefront Sewer Improvement
Unit
Lump Sum
Lump Sum
Lump Sum
Lump Sum
Hour
Day
Hour
Day
Each
Sq. Foot
Lump Sum
Ton
Est.
1
1
1
1
40
5
24
3
4
900
1
90
City of Renton
Engineers Estimate
Unit
Bid
Price
Amount
$59,415.94
$59,415.94
$42,260.00
$42,260.00
$42,260.00
$42,260.00
$42,260.00
$42,260.00
$375.00
$15,000.00
$5,000.00
$25,000.00
$250.00
$6,000.00
$4,000.00
$12,000.00
$2,000.00
$8,000.00
$3.23
$2,907.00
$4,000.00
$4,000.00
$50.00
$4,500.00
Subtotal
$263,602.94
Tax
$23,197.06
Total
$286,800.00
05/29/2003
BID -TAB
Page 2
Project Title:
BID DATE: 5/28/03
Item
No.
2:30 PDT
Description
001 Mobilization, Demobilization and Cleanup
002 Site 1 Precast Concrete Manhole
003 Site 2 Precast Concrete Manhole
004 Site 3 Precast Concrete Manhole
005 Sewer Cleaning
006 Barge Access for Sewer Cleaning
007 CCTV Inspection
008 Barge Access for CCTV Inspection
009 Flush Main Repair
010 Spawning Gravel
011 As -Constructed
012 Disposal of Sed. & Debris
Kennydale Lakefront Sewer Improveme Frank Coluccio Constuction Co
Unit Est.
Quantit
Unit Bid
Price Amount
Lump Sum
1
$65,000.00 $65,000.00
Lump Sum
1
$61,000.00 $61,000.00
Lump Sum
1
$61,000.00 $61,000.00
Lump Sum
1
$61,000.00 $61,000.00
Hour
40
$300.00 $12,000.00
Day
5
$5,500.00 $27,500.00
Hour
24
$350.00 $8,400.00
Day
3
$1,000.00 $3,000.00
Each
4
$100.00 $400.00
Sq. Foot
900
$15.00 $13,500.00
Lump Sum
1
$4,000.00 $4,000.00
Ton
90
$100.00 $9,000.00
Subtotal
$325,800.00
Tax
$28,670.40
Total
$354,470.40
R.L. Alia
Unit Bid
Price Amount
$99,000.00
$84,230.00
$77,400.00
$128, 320.00
$500.00
$2,000.00
$400.00
$600.00
$5,000.00
$5.00
$4,000.00
$300.00
Subtotal
Tax
Total
$99,000.00
$84,230.00
$77,400.00
$128,320.00
$20,000.00
$10,000.00
$9,600.00
$1, 800.00
$20,000.00
$4,500.00
$4,000.00
$27,000.00
$485,850.00
05/29/2003
Project Title:
BID DATE: 5/28/03 2:30 PDT
Item Description
No.
001 Mobilization, Demobilization and Cleanup
002 Site 1 Precast Concrete Manhole
003 Site 2 Precast Concrete Manhole
004 Site 3 Precast Concrete Manhole
005 Sewer Cleaning
006 Barge Access for Sewer Cleaning
007 CCTV Inspection
008 Barge Access for CCTV Inspection
009 Flush Main Repair
010 Spawning Gravel
011 As -Constructed
012 Disposal of Sed. & Debris
BID-TAE
Kennydale Lakefront Sewer Improveme
Unit Est.
Quantit
Lump Sum
1
Lump Sum
1
Lump Sum
1
Lump Sum
1
Hour
40
Day
5
Hour
24
Day
3
Each
4
Sq. Foot
900
Lump Sum
1
Ton
90
Quigg Bros., Inc. Average Bid
Unit Bid Unit Bid
Price Amount Price Amount
$125,000.00
$125,000.00
$65,000.00
$65,000.00
$65,000.00
$65,000.00
$65,000.00
$65,000.00
$800.00
$32,000.00
$5,600.00
$28,000.00
$750.00
$18,000.00
$5,600.00
$16,800.00
$10,000.00
$40,000.00
$20.00
$18,000.00
$4,000.00
$4,000.00
$0.00
Subtotal
$476,800.00
Tax
$41,958.40
Total
$518,758.40
Quigg did not use the
revised schd
of prices
from addendum
No. 1
$91,495.00
$91,495.00
$65,057.50
$65,057.50
$63,350.00
$63,350.00
$76,080.00
$76,080.00
$450.00
$18,000.00
$3,525.00
$17,625.00
$425.00
$10,200.00
$2,050.00
$6,150.00
$4,525.00
$18,100.00
$17.50
$15,750.00
$4,000.00
$4,000.00
$166.67
$15,000.00
Subtotal
$400,807.50
Tax
$35,271.06
Total
$436,078.56
Page 3
05/29/2003
BID -TAB
Page 4
Project Title:
BID DATE: 5/28/03
Item
No.
2:30 PDT
Description
001 Mobilization, Demobilization and Cleanup
002 Site 1 Precast Concrete Manhole
003 Site 2 Precast Concrete Manhole
004 Site 3 Precast Concrete Manhole
005 Sewer Cleaning
006 Barge Access for Sewer Cleaning
007 CCTV Inspection
008 Barge Access for CCTV Inspection
009 Flush Main Repair
010 Spawning Gravel
011 As -Constructed
012 Disposal of Sed. & Debris
Kennydale Lakefront Sewer Improveme
Unit
Lump Sum
Lump Sum
Lump Sum
Lump Sum
Hour
Day
Hour
Day
Each
Sq. Foot
Lump Sum
Ton
Est.
Quantity
1
1
1
1
40
5
24
3
4
900
1
90
Low Bid Compared
to Engineers Estimate
% of % of
Average Estimate
84.14%
129.56%
76.86%
118.32%
78.93%
118.32%
65.72%
118.32%
44.44%
53.33%
28.37%
20.00%
47.06%
80.00%
48.78%
25.00%
66.30%
150.00%
171.43%
928.79%
100.00%
100.00%
60.00%
200.00%
74.79% 113.72%
74.79% 113.72%
74.79% 113.72%
05/29/2003
ESTIMATE OF CONSTRUCTION COSTS
City of Renton
Kennydale Lakefront Sewer Improvements
Tt/KCM JOB NO.: 2030051
PROJ. ENG.: JWL
05/09/2003
Work Item Description
Qty.
Units
Unit Price
Total Price
Mobilization, Demobilization & Cleanup
L.S.
L.S.
L.S.
See Below
Precast Concrete Manholes
Precast Manholes and Testing
3
Each
$8,500
$25,500
Barge, Crane and Dive Crew
10
Day
$8,000
$80,000
Sedimentation Curtain
L.S.
L.S.
L.S.
$6,000
Misc. Piping and Connections
L.S.
L.S.
L.S.
$4,000
Driven Pin Piles
12
Each
$400
$4,800
Sediment Disposal
30
C.Y.
$180
$5,400
Granular Bedding
30
C.Y.
$36
$1,080
Sewer Cleaning
Barge and Crew
5
Day
$5,000
$25,000
Cleaning
5
Day
$3,000
$15,000
Television Inspection
Barge and Crew
3
Day
$4,000
$12,000
CCTV Inspection
3
Day
$2,000
$6,000
Flush Main Re airs
Barge and Dive Crew
2
Day
$3,000
$6,000
Misc. Piping and Connections
L.S.
L.S.
L.S.
$2,000
Spawning Gravel
Barge and Crew
0.5
Day
$3,000
$1,500
Spawning Gravel
40
C.Y
$35
$1,400
As -Built Drawings
L.S.
L.S.
L.S.
$4,000
SUB TOTAL
$199,700
►95,6,90
MOBILIZATION (20%)
$39,900
SUBTOTAL
$239,600
Z29
CONTINGENCY (10%)
$24,000
SUBTOTAL
$263,600
TAX (8.8%)
$23,200
ESTIMATED CONSTRUCTION COST
$286,800
0c,
Y o� City of Renton
+ +
1055 South Grady Way
Renton, WA 98055
TO: George Lulham
Blackwater Marine, LLC
Phone: (425) 828-6434
Fax Phone: (425) 827-2105
ISUBJECT: Kennydale Lakefront Sewer
Date: 05/20/2003
FROM: John Hobson
Phone: (425) 430-7279
Fax Phone: (425) 430-7241
INumber of pages including cover sheet 1
REMARKS: ❑ Original to ❑ Urgent ❑ Reply ❑ Please ❑ For your
be mailed ASAP Comment review
The City expects that all bidders should bid the project to include the costs of meeting all federal, state and
local laws concerning work within a wastewater environment.
ONRENT
D TCURVE
5-20-03; c:iiAN;
;J
Blackwater Marine, LLC
NI IQBIQ, AK - SEAT RE, WA
Fax
BLACKWATER MARINE, LLC
12019 78 Place NE A+ Klridand, WO 93034
425-826-6434 office - 425-827-1105 fax
PO Box 8303 - Nlkk;d, AK 99696
907-776-5551 offka N 907-776-8836 fax
To: John Hobson From: George Lulham
rail 425-430-7241 Pageei 1
Phone: 425-430-7241 Date: 05/20/03
Rei Kennydale Lakefront sewer CCI
❑ Urilent ❑ For Review x Please Comment x Please Reply ❑ Please Recycle
1. After the sewer line has been flushed the pipe is going to still be contaminated, if this is correct than
special haz mat procedures will have to be followed by. the workers handling the installation weather
the project Is done dry or wet. My concern Is weather or not the cost assoclated with this Is over and
above the bid or part of the bid?
Have a safe day,
George
Date: May 16, 2003
To
Fax No
From: Qity of Renton Public Works
Tel: (425) 430-7279
FAX: L4251430-7241
ADDENDUM NO. 1 to the
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
FOR THE CITY OF RENTON
Revised Bid Opening: May 28, 2003
This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated May.
2003, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided
below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid
non -responsive and may cause its rejection: /
Addendum No. 1 accepted by: G`L
/1
Title: (Dr,�, c,,V �" Akic,N -er_ Q 4,,
This Addendum consists of fourteen (14) pages, including this page. D
BID DATE REVISION: The Bid Date for this project has been revised to May 28, 2003 and will take place in
Room 511 at 2:30 P.M.
SEE ATTACHED PAGES FOR ADDITIONAL. CONDITIONS OF THIS ADDENDUM
Sincerely,
John Hobson
Project Manager
4V:\`NWP•27-3062 Kennrdale Lake Line Rehab\Contra,-A'ADDENI.DOC
TO/TO 39Cd 9NI sons 99Irlt✓. 6bbE-Z6S-O9E 6b:ZT EOOZ/TT/SO
Date: May 16, 2003
To
Fax No
From: City of Renton Public Works
Tel: (425) 430-7279
FAX: (425) 430-7241
ADDENDUM NO. 1 to the
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
FOR THE CITY OF RENTON
Revised Bid Opening: May 28, 2003
This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated May,
2003, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided
below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid
non -responsive and may cause its rejection:
Addendum No. 1 accepted by:
Title:
This Addendum consists of fourteen (14) pages, including this page.
BID DATE REVISION: The Bid Date for this project has been revised to May 28, 2003 and will take place in
Room 511 at 2:30 P.M.
SEE ATTACHED PAGES FOR ADDITIONAL CONDITIONS OF THIS ADDENDUM
Sincerely,
John Hobson
Project Manager
W:1WWP-27-3062 Kennydale Lake Line Rehab\ContractWDDENI.DOC
Date: May 16, 2003
To
Fax No
From: City of Renton Public Works
Tel: (425) 430-7279
FAX: (425) 430-7241
ADDENDUM NO. 1 to the
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
FOR THE CITY OF RENTON
Revised Bid Opening: May 28, 2003
This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated May,
2003, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided
below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid
non -responsive and may cause its rejection:
Addendum No. 1 accepted by:
Title:
This Addendum consists of fourteen (14) pages, including this page.
BID DATE REVISION: The Bid Date for this project has been revised to May 28, 2003 and will take place in
Room 511 at 2:30 P.M.
SEE ATTACHED PAGES FOR ADDITIONAL CONDITIONS OF THIS ADDENDUM
Sincerely,
John Hobson
Project Manager
W:\WWP-27-3062 Kennydale Lake Line Rehab\ContracNADD EN 1. DOC
Addendum No. 1
CITY OF RENTON WASTEWATER UTILITY
1055 South Grady Way
Renton, WA 98055
Kennydale Lakefront Sewer Improvement
Project No. WWP-27-3062
May 2003
of WA L
I�
29088 O w4
�� ��GISTEg�
EXPIRES 06/03/0SS
CITY OF RENTON
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
PROJECT NO. WWP-27-3062
CAG-03-067
ADDENDUM NO. 1
Prospective bidders are hereby notified that the bidding documents of said Contract have been
amended as hereinafter set forth:
v!
'3Locationof
Page or
��
RefChange
wD
fCange oasrr
BIDDING REQUIREMENTS, CITY OF RENTON FORMS,
CONTRACT FORMS, CONDITIONS OF THE CONTRACT,
PLANS AND SPECIFICATIONS
1.1
City of Renton
Schedule
DELETE the Schedule Of Prices in its entirety and REPLACE with
Forms
of Prices
the attached Schedule of Prices.
1.2
City of Renton
SP-10
Section 1-07.18(2) Coverages (RC), under the paragraph heading
Supplemental
"Coverage shall include:" ADD new subparagraph:
Specifications
1-07.18(2)
7. All applicable state and federal insurance for marine work,
including but not limited to U.S. Longshoreman and Harbor
Workers Coverage; Protection and Indemnity (Jones Act); Pollution
Liability (OPA, CERCLA); and Hull and Machinery coverage.
1.3
Special
1-8
Division 1, Section 1.11 Work Sequence, Constraints and
Provisions
Milestones, DELETE subparagraph 2.b and REPLACE with:
1.11
"b. Precast manhole installation shall not begin before August 15,
2003 and all in -lake construction shall be completed by October 1,
2003.
1.4
Special
1-9
Division 1, Section 1.12, DELETE the title "Qualifications
Provisions
Information" and REPLACE with "Supplemental Qualifications".
1.12
1.5
Special
1-9
Division 1, Section 1.12 Supplemental Qualifications, ADD new
Provisions
first paragraph:
1.12
The Contractor shall have expertise and experience in the
construction and installation of underwater structures, pipelines
and appurtenances, and shall have completed a minimum of three
previous marine projects of this type of work.
Addendum No. 1
1.6
Special
1-9
Division 1, Section 1.12 Supplemental Qualifications, ADD new
Provisions
subparagraph:
1.12
"5. Prior to Award of the Contract, the low bidder shall submit a
detailed description of a minimum of three separate previous
projects that demonstrate expertise and experience with the
installation of underwater structures, pipelines and appurtenances.
Submit for each project, in the same order, the following
information:
a. Full name of project.
b. Project location.
c. Owner's name.
d. Owner's address.
e. Owner's contact person and telephone number.
f. Date of project completion.
g. Contractor's employees in charge of the work at
both the site and at the head office.
h. Description of the underwater work performed.
1.7
Special
2-2
Division 2, Section 2.2 Submittals, ADD new subparagraph:
Provisions 2.2
11. Submit a detailed plan of temporary piping and
appurtenances that will be used for access of the existing flush
main for sewer cleaning at 2807 Mountain View Blvd. N.
1.8
Special
18-1
Bid Item No. 2 — Site 1 Precast Concrete Manhole, DELETE the
Provisions
bid item description and REPLACE with:
18.2
Lump sum price shown shall include, but not be limited to the
complete cost of providing all labor, materials and equipment
necessary for the Site 1 precast concrete manhole as shown on
the Plans and specified herein. Work includes, but is not limited to:
locating flush main pipeline at manhole locations; sedimentation
control; barge access; removal and disposal of debris and lake
bottom sediments at manhole locations; sewer bypassing; piping
and fittings, upstream and downstream pipe restraints,
manufacture, testing and installation of precast concrete manhole
including steel support piling and backfill material. Payment shall
be lump sum.
Addendum No. 1
1.9
Special
Provisions
18.3
18-2
Bid Item No. 3 —Site 2 Precast Concrete Manhole, DELETE the
bid item description and REPLACE with:
Lump sum price shown shall include, but not be limited to the
complete cost of providing all labor, materials and equipment
necessary for the Site 2 precast concrete manhole as shown on
the Plans and specified herein. Work includes, but is not limited to:
locating flush main pipeline at manhole locations; sedimentation
control; barge access; removal and disposal of debris and lake
bottom sediments at manhole locations; sewer bypassing; piping
and fittings, upstream and downstream pipe restraints,
manufacture, testing and installation of precast concrete manhole
including steel support piling and backfill material. Payment shall
be lump sum.
1.10
Special
18-2
Bid Item No. 4 —Site 3 Precast Concrete Manhole, DELETE the
Provisions
bid item description and REPLACE with:
18.4
Lump sum price shown shall include, but not be limited to the
complete cost of providing all labor, materials and equipment
necessary for the Site 3 precast concrete manhole as shown on
the Plans and specified herein. Work includes, but is not limited to:
locating flush main pipeline at manhole locations; sedimentation
control; barge access; removal and disposal of debris and lake
bottom sediments at manhole locations; sewer bypassing; piping
and fittings, upstream and downstream pipe restraints,
manufacture, testing and installation of precast concrete manhole
including steel support piling and backfill material. Payment shall
be lump sum.
1.11
Special
18-2
Bid Item No. 5 — Sewer Cleaning, DELETE the bid item
Provisions
description and REPLACE with:
18.5
Per hour price shown shall include, but not be limited to the
complete cost of cleaning the 8-inch flush main pipeline as shown
on the Plans and specified herein. Work includes, but is not limited
to: pipeline access at the lift station and at the new in -lake manhole
locations; cleaning and removal of all sediment, debris, roots,
scale, encrustations, and grease accumulations from the flush
main; collection of all sediment, debris and flushing water from the
cleaning operation and disposal of liquids and flushing water. The
per -hour cost shall be paid for the time during each working day
that sewer cleaning is being performed.
The per hour price for sewer cleaning will only be paid for those
periods where the sewer line is being actively cleaned using
hydraulically powered equipment, high velocity jet cleaners, or
mechanically powered equipment. The per hour cleaning cost will
not apply for mobilization and demobilization of equipment, time for
accessing the sewer line at the new manhole locations, and the
time required for removal and disposal of solids and liquids from
the cleaning truck.
Bid Item 5 is a Contingent Item of Work. "
Addendum No. 1
1.12
Special
18-3
Bid Item No. 9 — Flush Main Repair, DELETE the bid item
Provisions
description and REPLACE with:
18.9
Per each price shown shall cover the complete cost of providing all
labor, materials and equipment necessary to replace short pipeline
segments as detailed on the Plans and specified herein. Work
includes, but is not limited to: locating existing hole in flush main
near property address 3825 Lake Washington Boulevard;
sedimentation control; barge access; sewer bypassing; removal
and disposal of debris and lake bottom sediments at repair
locations; pipe repair as detailed on the Plans. Flush Main Repairs
are currently required at one location as shown on the Plans. The
Contractor shall assume that up to three (3) additional repairs will
be required at other locations based on the results of the television
inspection. Contractor shall assume that the existing flush main
has up to two feet of cover over the top of the pipe at the additional
three repair locations.
Bid Item 9 is a Contingent Item of Work.
1.13
Special
18-4
ADD new bid item 18.12 to read as follows:
Provisions
18.12
A 8.12 Bid Item 12 - Disposal of Sediment and Debris from
Sewer Cleaning Operations
Per ton price shown shall include, but not be limited to the
complete cost of hauling and disposing of solids collected from
cleaning of the flush main pipeline. Work includes, but is not limited
to: hauling, dewatering, and disposal of all sediment, debris, roots,
scale, encrustations, and grease accumulations from the flush
main at an approved disposal site.
Bid Item 12 is a Contingent Item of Work. "
1.14
Plans
C4
REPLACE "Site 1 Manhole Section" 1 with Figure 1, attached.
Figure 1 adds requirements for restraining the existing pipe joints
upstream and downstream from the new piping connection.
1.15
Plans
C4
REPLACE "Site 2 Manhole Section" 3 with Figure 2, attached.
Figure 2 adds requirements for restraining the existing pipe joints
upstream and downstream from the new piping connection.
1.16
Plans
C4
REPLACE "Site 3 Manhole Plan" 5 with Figure 3, attached. Figure
3 adds requirements for restraining the existing pipe joints
upstream and downstream from the new piping connection.
1.17
Plans
C5
REPLACE "Flush Main Repair Detail" 2 with Figure 4, attached.
Figure 4 revises the pipe repair procedure from a new section of
pipe to a repair clamp.
1.18
Plans
C5
Typical Marker Buoy Detail 3, DELETE callout of"1/16" SST WIRE
ROPE" and REPLACE with "3/8" SST WIRE ROPE".
1.19
Plans
C5
Maintenance Access Improvement Plan 4, DELETE the title
"Maintenance Access Improvement Plan" and REPLACE with
"Sewer Cleaning Access Plan".
Addendum No. 1
1.20
Plans
S1
REPLACE "Section" 5 with Figure 5, attached. Figure 5 revises the
welded pile connection to a pinned connection.
1.21
Plans
S1
ADD general note to the drawing as follows:
"All welds shown shall be a minimum of W fillet unless noted
otherwise.
Attached To This Addendum
1.
Schedule of Prices
2.
Figure 1
3.
Figure 2
4.
Figure 3
5.
Figure 4
6.
Figure 5
This Addendum shall be attached to and form a part of the Contract Documents.
Addendum No. 1
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
(Note: Unit pricer for all items, all extensions, and total amount of ' bid must be shown. Show unit prices in both words and figurer and inhere
conflict occurs the written or ed words shallprevail.)
Item
No.
Approx.
Quantity
Item with Unit Price Bid
nit Prices to be Written in Words)
Unit Price
Dollars Cts
Amount
Dollars Cts
001.
1
Lump Sum
Mobilization, Demobilization and Cleanup
$
per Lump Sum (words)
figures
002.
1
Lump Sum
Site 1 Precast Concrete Manhole
$
per Lump Sum words)
figures
003.
1
Lump Sum
Site 2 Precast Concrete Manhole
$
per Lump Sum (words)
figures
004.
1
Lump Sum
Site 3 Precast Concrete Manhole
$
per Lump Sum (Words)
figures
005.
40
Hour
Sewer Cleaning*
$
per Hour (words)
figures
006.
5
Day
Barge Access for Sewer Cleaning*
$
per Da (words)
figures
007.
24
Hour
CCTV Inspection*
$
per Hour (Words)
figures
008.
3
Day
Barge Access for CCTV Inspection*
$
per Da (words)
figures
009.
4
Each
Flush Main Repair*
$
per Each (words)
figures
*Contingent Item of Work
Item
No.
Approx.
Quantity
Item with Unit Price Bid
(Umit Prices to be Written in Words
Unit Price
Dollars Cts
Amount
Dollars Cts
010.
900
Square Foot
Spawning Gravel
$
per Square Foot words
figures
011.
1
Lump Sum
As -Constructed Information
$Four Thousand and 00/100
$4,000.00
$4,000.00
pet Lump Sum (words)
figures
012.
90
Ton
Disposal of Sediment and Debris from Sewer
Cleaning Operations*
$
figures
per Ton (words)
Subtotal
8.8% Sales Tax
Total
*Contingent Item of Work
LAKE WASHINGTON EL
VARIES 16.8 TO 18.8
(NAVD 88)
LAKE BOTTOM
BEYOND, EL
3.Ot-\
PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING
PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW
PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER
OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS
PRECAST CONCRETE
MANHOLE, SEE
e
S1
FLEX COUPLING,
TYP
8"DUCTILE
IRON
g600 B°0o8.0% (90% (90%.o8%ncgma'o
00 lb
GRAVEL BEDDING EXISTING 8" CAST IRON
D BACKFILL, PIPE PARTIALLY EXPOSED
AND ALONG LAKE BOTTOMTYP
SITE 1 MANHOLE
SECTION 1
SCALE: NONE C2
CITY OF CITY OF RENTON MAY 2003
'1 '} KENNYDALE LAKEFRONT SEWER IMPROVEMENT
.� RENTON FIGURE
Planning/Building/Public works Dept. SITE 1 MANHOLE - ADDENDUM NO. 1 1
PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING
PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW
PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER
OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS
LAKE WASHINGTON EL
VARIES 16.8 TO 18.8
(NAVD 88)
LAKE BOTTOM PRECAST CONCRETE
BEYOND, EL 14.0± MANHOLE, SEE
1
w FLEX COUPLING, S1
N p TYP
8"DUCTILE IRON
z %
a0 g € ° See
C49°o Q[lo
o (4b QB o $o d
° 00 8$0 0 0n0 0 0o o n 900 00$0°0 [�®o (�0
GRAVEL BEDDING
SITE 2 MANHOLE TYP BAGKFILL,
SECTION
3
SCALE: NONE -
CITY OF CITY OF RENTON MAY 2003
KENNYDALE LAKEFRONT SEWER IMPROVEMENT
.� RENTON FIGURE
Planning/Building/Public works Dept. SITE 2 MANHOLE - ADDENDUM NO. 1 2
2
O
O O
PRECAST CONCRETE
MANHOLE
8" DUCTILE IRON
8"WYE
EXISTING 8" CAST
IRON FLUSH MAIN
EXISTING 8" CAST
IRON FLUSH MAIN \
FLEX COUPLING.
TYP
8" DUCTILE IRON
PROVIDE ROMAC 611 SERIES PIPE RESTRAINT
SYSTEM ON EXISTING PIPE JOINTS IMMEDIATELY
UPSTREAM AND DOWN STREAM OF NEW PIPING
CONNECTION. CONTRACTOR TO VERIFY OUTSIDE
DIAMETER OF EXISTING PIPE PRIOR TO
ORDERING PIPE RESTRAINTS
SITE 3 MANHOLE
PLAN
SCALE:3/8"=1'—O" C3
CITY OF CITY OF RENTON MAY 2003
RENTON KENNYDALE LAKEFRONT SEWER IMPROVEMENT FIGURE
Planning/Building/Public works Dept. SITE 3 MANHOLE - ADDENDUM NO. 1 3
ROMAC SS1 REPAIR CLAMP
CENTERED OVER HOLE IN PIPE.
CONTRACTOR TO VERIFY OUTSIDE
DIAMETER OF EXISTING PIPE PRIOR
BOTTOM ELEVATION TO ORDERING OF REPAIR CLAMP
BEYOND. EXISTING
PIPE PARTIALLY 2'-0"
EXPOSED
0
GRAVEL
BEDDING
1'-0"
MIN, TYP
FLUSH MAIN REPAIR
D ETAI L 2
SCALE: NONE -
>, CITY OF CITY OF RENTON MAY 2003
RENTON KENNYDALE LAKEFRONT SEWER IMPROVEMENT FIGURE
Planning/Building/Public works Dept. FLUSH MAIN REPAIR - ADDENDUM NO. 1 4
Path J\2030051 Kemy"&\A])M\ADD100Fdep Plot data May 15, 2003-UeM3an CAD Use jeffmcke.
%ref F0.enarw I
cn
m
n
r
O�
Z
Ul -
D�
p
p c
M r
Z
p r
C
Z
O <
r
PRECAST MANHOLE /
6"DIA GALV STEEL
PIPE PILE. SCH 40—
3/4"DIA GALV THRU BOLTS ON �
PILE±. PROVIDE OVERSIZE DRILLED
HOLES IN 8"DIA PIPE SLEEVE TO ACT
AS GUIDE FOR SUBMERGED DRILLING
AFTER INSTALLATION OF PILES.
BENT PL3/8x j�
MATCH MH
RADIUS 4
#5@12 EW T&B ----\
? 0 8"DIA SCH 40
i PIPE SLEEVE �
m p�
iz
�z
7 �
SHEAR PI-3/8
3-1 /2"DIAx6 WHS
SECTION
ti�Y o� City of Renton
1055 South Grady Way
Renton, WA 98055 Date: 05/20/2003
TO: Plan Centers FROM: John Hobson
Phone: ( ) Phone: (425) 430-7279
Fax Phone: ( ) Fax Phone: (425) 430-7241
SUBJECT: Kennydale Lakefront Sewer I Number of pages including cover sheet 2
I REMARKS: ❑ Original to ❑ Urgent ElReply ElPlease ❑ For your
be mailed ASAP Comment review
Addendum No. 1 Notice.
The Bid Date has been revised to Wednesday, May 28, 2003 at 2:30PM in room 511.
The entire Addendum will not be faxed to Plan Centers.
RENTON
DTCURVE
PLAN CENTERS Pa-e_1 of 2
110o
development services - maintetiance - transportation - utilities
Plan Centers List
This is a list of organizations that the City's Public Works Department typically sends a copy of the bid package for each project
we put out for bid. This allows potential contractors, sub -contractors, and suppliers a chance to look at the project to determine
whether they would be interested in purchasing a set.
f'L�y.ET C•� � '�� � i HDD�i-�7.;r`1 l_C'�`12- �'��
Construction Market Data
Construction Market Data
500 SW 7th Street, Suite 105
10504 NE 37th Circle
Renton WA 98057-9002
Kirkland, WA 98033
Phone: 425-277-4645
Phone: 425-822-8937
Fax: 425-277-5036
Fax: 425-822-9666
EMAIL: cmdrenton@cmdg.com
Daily Journal of Commerce
Valley Plan Center ,
Plan Center
1819 Central Ave. Suite 83
PO Box 10127
Kent WA 98032
2840 NW 35th Ave
Phone: 253-852-1090
Portland, OR 97210
Fax: 253-852-3424
Phone: 503-274-0624
Fax: 503-274-2616
Construction Data Eastside
Snohomish County Building i
13010 Northup Way
News & Plan Center
Bldg C-3, Suite 1
2607 Wetmore Ave
Bellevue WA 98009
Everett WA 98201-2926
Phone: 425-881-5071
Phone: 425-743-3244
Fax: 425-881-0644
Fax: 425-259-3832
Construction Data News
Construction Data
FW Dodge
Portland Plan Center
4803 Pacific Hwy E. Suite 3
1200 NW Front Ave. Suite #180
Tacoma WA 98424
Portland OR 97209
Phone: 253-941-9990
Phone: 503-225-0200
Fax: 253-922-3430
Fax: 503-274-4416
FW Dodge Plan Center - '
�.�7Z
800 So Michigan Street
Seattle WA 98108
Phone: 206-223-0320
Fax:206-378-4791
GLgc,t,.�,rts oiZ %��aj
EMAIL: paulagamble@mcgraw-hill.com
[Projects Open for Bid] [Public Works Home Page]
r�X
http://www.ci.renton.wa.us/pw/devserv/pincentr.htm /19/2003
Transmittal
Date:
May 16, 2003
To:
John Hobson
City of Renton
Utility Systems
1055 Grady Way South, 5th Floor
Renton, WA 98055
C.
Central Files (2-2)
From:
Jeff Lykken
Project No.:
2030051-003
Tetra Tech/KCM, Inc.
Subject: Kennydale Lakefront Sewer Replacement Project
For Your Information For Your Signature For Your Approval I/ For Your Use
We are sending you:
`1
Attachments
Shop Dra-i.g.T
I Specifications
Prints
Copy of letter
Other ...
No. of Copies
Number
Description
1
Addendum No. 1
Remarks:
Signed.•
O
Tetra Tech/KCM, Inc. • 1917 First Avenue • Seattle, WA 98101-1027 • Tel 206 443-5300 • Fax 206 443-5372
AC Divers Frank Coloccio Construction RC Alia Company
13601 SE 10th 9600 Martin Luther King Hwy S 9215 Martil Luther King Way S
Bellevue WA 98005 Seattle WA 98118 Seattle WA 98118
Quigg Brothers Inc
PO Box 1707
Aberdeen WA 98520-0281
Associated Underwater Services
3901 E Terry
Spokane WA 99202
Pipe Experts
855 Trosper Rd SW 180-190
Tumwater WA 98512
Whitney Equipment Company Inc
21222 30`h Dr SE
Suite 110
Bothell WA 98021
Gary Merlino Construction
9125 101h Ave S
Seattle WA 98108
B&L Utility Inc
7101 Sexton Road
Snohomish WA 98290
Northern Marine Salvage
1515 Fairview E
Seattle WA 98102
,_ G,
CITY OF Renton
55.15
Tax: 4.85
I an nn
PLANNING/BUILDING/PUBLIC WORKS
PUBLIC WORKS DIVISION
� PLAN HOLDERS LIST
\� Project Name: Kennydale Lakefront Sewer Improvement
Project Manager: John Hobson Telephone: 425 430-7279
Bid Date: May 20, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall
Consultant: N/A Telephone: N/A
Engineer's Estimate: $275,009=5�300,000
Name: nature: t
Mailing Addre s: B55 C6` _C r, Date Rec'd:
1 Street Address iO
City/State/Zip Code: 3 S I Z
Telephone No.: 3to - 9' - .5 t' Fax No.:
Nam 7l/ C is �, Signature: I
Mailing Address: /3 O/ S6 f, Date Rec'd:
Street Address _Lcc'yLtE WA
City/State/Zip Code: `j S oos
Telephone No.: IV 2 - 7-1 Co -7 7 / D Fax No.:
Name: Ty-wksAy e p, -c: cam, r, Cn�aST- Signature:
Mailing Address °t(pcx> m, IL ij(_ i,I,,c to Rec'd:
Street Address
City/State/Zip Code: S9-�Tmt- w 9 �r t P-)
Telephone No.: Fax No.: �Zb�� ?-S -q-7 (c �{
Name:
Signature:
Mailing Address: I dt i 5 r- L w f`1 Date Rec'd:
Street Address S
City/State/Zip Code: sew•_
i t
Telephone No.: -z- e G 7 ZZ i-il vo Fax No.:
';-d 1- 7 "Z -L Z. 1 5 7
ZZ cw 1 "1�
Name: u i
►'US -TKL Signature:
JStreet
Mailing Address - 0. &X
Address
1 "10-7 Date Rec'd:
City/State/Zip Co,'--
Telephone No.:60� S3�
tS 3v Fax No.:
` / '
W Name: h r f p\e"�
T'iX-
t,t T iviz i nature:
Mailing Address:
Date Re 'd:
Street Address I- ZZZ
3t� S-E Lr j/ o
City/State/Zip Code: 4
1 L(� $UZ
Telephone No.: q S 4
io
H:
. ex
$ 55.15
Tax: 4.85
$ 60.00
CITY OF Renton
PLANNING/BUILDING/PUBLIC WORKS
PUBLIC WORKS DIVISION
PLAN HOLDERS LIST
Project Name: Kennydale Lakefront Sewer Improvement
Project Manager: John Hobson Telephone: (425) 430-7279
Bid Date: May 20, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall
Consultant: N/A Telephone: N/A
Engineer's Estimate: $275,000-$300,000
Mailing Address: _71 D 41
M Ed Date Reed:
UStreet Address 6 n v h
City/State/Zip Code: _ S,.pha1h. s k tool 98Z`t o
Telephone No.: 425 -335- S57 7 Fax No.: -? (.o - S!-2- 87 qS
Mailing Address:
/ �l Street Address
City/State/Zip Code:
Telephone No.:
Mailing Address:'
Street Address
019
City/State/Zip Code:
Telephone No.: _
(95
O(Z-1
Mailing Address: I
Street Address le
City/State/Zip Code:
Telephone No.: -
Name: P/ac/cGt,
Mailing Address:
Street Address
City/State/Zip Code:
Telephone No.:
T.
�t i/�y 1) CC4 i nature:
Date Redd: 3 3 7, 6-
I - Ot v 11
a CIZZz
09 5 33 fo Sdo Fax No.: 5bq
�r0 fLJ1 Signature: .t3l-
Date Redd: c5
Name: Signature:
Mailing Address: Date Redd:
Street Address
City/State/Zip Code:
Telephone No.: Fax No.:
fU EX : 26D3 3/0E -S
H:
May 19, 2003
SUBJECT: KENNYDALE LAKEFRONT SEWER IMPROVEMENT:
ADDENDUM NO. 1
NOTE: NEW BID OPENING DATE
Dear Planholder:
Attached is Addendum No. I for the above -referenced project. The addendum has being faxed to
you to give extra time to respond to the changes. This addendum will be mailed to via U.S.P.S.
Signature Confirmation, which you must sign for and include it in your bid package. A bid will
be considered non -responsive if the addendum is not signed and included in the bid package.
The bid date, as shown on the addendum, has been revised to Wednesday, May 28, 2003, at
2:30 PM in room 511 of Renton City Hall.
If you have any questions, please call me at 425-430-7279.
Sinc ly,
J M'Im
Hobson
Project Manager
HAFile Sys\WWP - WasteWater\WWP-27-3062 Kennydale Lake Line Rehab\Contract\ADDEN-NOTICE.doc\JDH\tb
CITY OF RENTON
..LL Planning/Building/PublicWorks Department
J e Tanner, Mayor Gregg Zimmerman P.E., Administrator
May 19, 2003
SUBJECT: KENNYDALE LAKEFRONT SEWER IMPROVEMENT:
ADDENDUM NO. 1
NOTE: NEW BID OPENING DATE
Dear Planholder:
Attached is Addendum No. 1 for the above -referenced project. The addendum has being faxed to
you to give extra time to respond to the changes. This addendum will be mailed to via U.S.P.S.
Signature Confirmation, which you must sign for and include it in your bid package. A bid will
be considered non -responsive if the addendum is not signed and included in the bid package.
The bid date, as shown on the addendum, has been revised to Wednesday, May 28, 2003, at
2:30 PM in room 511 of Renton City Hall.
If you have any questions, please call me at 425-430-7279.
Sinc ly,
J hn Hobson
Project Manager
H:\File Sys\WWP - WasteWater\WWP-27-3062 Kennydale Lake Line Rehab\Contract\ADDEN-NOTICE.doc H\tb
1055 South Grady Way - Renton, Washington 98055 E N T O N
® AHEAD OF THE CURVE
This paper contains 50 / recycled material, 30 / post consumer
Name
Kennydale Lakefront Sewer Improvement Project
City of Renton
Prebid Conference
May 13, 2003 10:00 a.m.
Company/Agency
it / tic
Phone #
-LD6- 443-3n l
Z �J ?v J
1`lrrl: a�,.�c�r
Fax #
ZZ09-4+3 S37 Z
yzs- �y-1- 74,13
3eo- '�y3SSUS
:YZS- y.31�-- zzV
47
ti�Y o� City of Renton
1055 South Grady Way
Renton, WA 98055
TO: Planholder
Phone: ( )
Fax Phone: ( )
ISUBJECT: Kennydale Lakefront Sewer
Date: 05/19/2003
FROM: John Hobson
Phone: (425) 430-7279
Fax Phone: (425) 430-7241
INumber of pages including cover sheet 16
I REMARKS: Original to ❑ Urgent ElReply ElPlease [ For your
be mailed ASAP Comment review
I Addendum No. 1
RENTON
DT VE
May 19, 2003
SUBJECT: KENNYDALE LAKEFRONT SEWER IMPROVEMENT:
ADDENDUM NO. 1
NOTE: NEW BID OPENING DATE
Dear Planholder:
Attached is Addendum No. 1 for the above -referenced project. The addendum has being faxed to
you to give extra time to respond to the changes. This addendum will be mailed to via U.S.P.S.
Signature Confirmation, which you must sign for and include it in your bid package. A bid will
be considered non -responsive if the addendum is not signed and included in the bid package.
The bid date, as shown on the addendum, has been revised to Wednesday, May 28, 2003, at
2:30 PM in room 511 of Renton City Hall.
If you have any questions, please call me at 425-430-7279.
SAhnHobson
J
Project Manager
HAFile Sys\WWP - WasteWater\WWP-27-3062 Kennydale Lake Line Rehab\Contract\ADDEN-NOTICE.docUDI-I\tb
$ 55.15
Tax: 4.85
$ 60.00
CITY OF Renton
PLANNING/BUILDING/PUBLIC WORKS
PUBLIC WORKS DIVISION
PLAN HOLDERS LIST
Project Name: Kennydale Lakefront Sewer Improvement
Project Manager: John Hobson Telephone: (425) 430-7279
Bid Date: May 20, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall
Consultant: N/A Telephone: N/A
Engineer's Estimate: $275,000-$300,000
Name: 5-1 L (A, 1, 6 TH L Signature:
Mailing Address: i 0 ` -)Cd Date Redd:
Street Address
0)-
City/State/Zip Code: 3r h tJri 9yz-,t G
Telephone No.: 42!S -335 S 57 7 Fax No.: .s G.o 8 7 Li-3
Name: 0c Ui v, Yll i�,6si nature: Ex 26�3-31a
041
Mailing Address: Date Rec'd: 3 3 0
Street Address 1 D i rr
City/State/Zip Code: We:� 9 9 zvz
Telephone No.: i5oq 5 3.5 (;,S'va_ Fax No.: 50y 533
Name:
Mailing Address:'_J
Street Address
City/State/Zip Code:
Telephone No.: _
Name: For )ate 0
Mailing Address:
Street Address C
City/State/Zip Code:
Telephone No.:
Name: j61qck6v6
►�c • Mailing Address: /t
13'fl l Street Address -5<
City/State/Zip Code:
Telephone No.:
Fax No.: Z/ 175, ffz 7
Mailing Address: Date Rec'd:
Street Address
City/State/Zip Code:
Telephone No.: Fax No.:
_-PC t►oT
►.JwL-
_C�-
- �,swrw�"czi
H:
J
Lo
$ 55.15
Tax: 4.85
$ 60.00
CITY OF Renton
PLANNING/BUILDING/PUBLIC WORKS
PUBLIC WORKS DIVISION
PLAN HOLDERS LIST
Project Name: Kennydale Lakefront Sewer Improvement
Project Manager: John Hobson Telephone: (425) 430-7279
Bid Date: May 20, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall
Consultant: N/A Telephone: N/A
Engineer's Estimate: $275,000-$300,000
Name: r ( v—, xc--,zx+n Signature: �-_
Mailing Addre s: 855 Date Rec'd: �� J
Street Address iO - f
City/State/Zip Code:
Telephone No.: 3("C) - ;;�q ems' / - I Sc 14 Fax No.: 'i 4 , -t5r,-;t<-E-2
Name: lc DiyrkS Signature:__ A � _ —
Mailing Address: /3(O0/ 5E -�ti Date Rec'd: t-p— 3
Street Address e-acyLIE , i.yA � i
,n
City/State/Zip Code: y 0 oos` 32 �M
Telephone No.: y Z - 711co - -7 71 0 Fax No.: ¢4 9S7 74, ) 3
Name:
Mailing Address: fi(*uo L- taut i�(kA.<,Date Rec'd:
Street Address
City/State/Zip Code: _ ,-TrL A" u, g0cc P3
Telephone No.: z Fax No.: ZbC�7 S -tf '7 to V
Name: '-�R L fit_ C a
Signature:
Mailing Address: I a i .5 :o. , Sri
Date Rec'd:
Street Address S�
City/State/Zip Code:
Telephone No.:
Name: ) u i <a� YDS �i'\L.
Mailing Address: U. 9nX I -7C--7
Street Address
Fax No.:
signature:
Date Rec'd: 5
-7 -L-Z z 1 S�
�Ex
-
- umc -lye
'?r4
City/State/Zip Code: k6,6Wi, W A
9 fSo - OZ-S-
Telephone No.: h, 6a�
Fax No.:
a 3 Z. Z -4
9 rr
45
! a T4,c-
Name: �k% Q( 01/k3si nature: -3�5 -�
Mailing Address: UDate Rec'd: TI2 C J k 11cv
r� Street Address 'LI Z`ZZ • D S E r _ !/ o
City/State/Zip Code: I W 4 qg�z / '
Telephone No.: qS �o — �7 Fax No.:
H:
One Source... Many Solutions. www.olyrepro.com
O
MAIN OFFICE
REDMOND
EVERETT
PLAN WELL
P'�
1016 First Avenue South
Secttle,_Washincton 98134
2789 152nd Avenue N.E.
2727 Colby Avenue
(206) 343.1587
_
(206) 622.6000
Redmond, Washington 98052
Everett, Washington 98201
(206) 343.1596 fox
Quality Digital Printing &Imaging Services
(206) 622.8400 dispatch
(425) 882.0509
(425) 25; 8506 LI
7� `.' F 'Y
(206( 622.6712 fax
(4251882.1547 fax
(425( 252.7715 fox
The plans are the project.
.T I.-- ,ZI i_.,
Bill To: 1'L ( :i=; 'T'EDC"H.' I•:::i M 9 ; p..ii:: ,.
Pa(•'.f CDR UF'
C r_ .�..
�iC.1" ' 1 �_�G r.
Ship To: C F Y OF R. TON
GRAD" W =i "'; S i_: t :-I `. r i H i= L ('I :_(i-,
-,
INVOICE
Please Remit To Main Office
c : -
Time Due
Due Date
Invoice Number
Invoice Date
.,order,' Date, �.
'--Purchase; er_Num er, ;'- ' :
Re ueste B t" "' �;
S i Via
'Jo Num er• Jo Name
OR
t > Quash Back f *">T
ry
�sl Extension (ixa
' ' Co Orl ' inol Size Total S uare Feet
brdeied Shi 4.Ordered:' bescri Lion r� Ori Trials ies' _
- `r.-. qq-
Biller
Subtotal
Sales Tax
INVOICE
TOTAL `-::-,--)
ilotifica;ion of descreocncies must be mcde wiihin i 5 cc s ci-etchendise receipt. Wrinen cu;horl--ction must be ob;cinec' for tMinimum S3.50 Chcrge After 30 Days
me;chcndise rerurned"or eachcnged. A 15',o res;cclinc charce : mcde on cll rewrns cnd e\change except those due to our error. Fed ID
ORDINAL
INVOICE NO.
CUSTOMER
BILLING CODE SHEET
DATE
PAGE
CODES NO. ORIG. COPIES SIZE OPERATOR/COMMENTS
Approx S� � ewer ��
101
— Approx Docks
io
3401
L o t
Existing
14' Deep,
40' from Rocks
Dock -
— Prop Lin e
Drennan
3405 LK
TTT7TTT
House
Wash
Proposed Dock
Approx 10'
Deep
\\\ PER ROS 84/282. _ A SET I/2' REBAR
W/LS CAP Na 33487.
AS SHOW ON THAT RECORD A CALCULATED W7.
OF SURVEY FILED IN BOOK 84 O
ON PAGE 262. NOT SET.
A BOLT SET IN ROCK
FOR LANDOWNERS USE
BOUNDARY SURVEY
PREPARED FOR
JERRY BRENNAN
KING COUNTY 'SECTION 31, T.24N.,R5& WM WASMNGTON
DWN Bi DAiE JOB NO.
D WNB Y DA TE JOBNO
CHKD BY SCALE SHEET
CHKD SCALE S£ of T£