Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutWWP273588PUBLIC WORKS DEPARTMENT City of
C�� 00� 8,&R-,.
M E M O R A N D U M
DATE: September 21, 2011
TO: Bonnie Walton, City Clerk
FROM: Michael Benoit, Wastewater Utility, x7206
SUBJECT: Bid Award for Cascade Interceptor Rehabilitation
The Public Works Department has reviewed the bids submitted for the Cascade
Interceptor Rehabilitation project and recommends that the bid be awarded to Suncoast
Environmental NW. We are requesting that an agenda bill be prepared for the
September 26, 2011, Council Meeting.
The bid opening was on Tuesday, July 26, 2011. There were 3 bids received. One bid
did not include all of the required submittals but it was the high bid so it did not affect
the order.
The low bidder is Suncoast Environmental NW, with a bid of $148,256.43. The
engineer's estimate was $136,482.99.
The City has $125,000 budgeted (426.465498) for the Renton portion of this project.
Based upon the Interlocal Agreement (CAG-64-764 Add #1-11), Soos Creek Water and
Sewer District is responsible for 80% of Schedule A or approximately $80,000 that will
be directly reimbursed to Renton upon completion of the project. The low bid is within
the amount budgeted (combined Renton and Soos Creek) of $205,000 for this project.
The project will use "no -dig" technology to rehabilitate failing portions of the Cascade
Sewer Interceptor.
Attachments
cc: Gregg Zimmerman, PW Administrator
Lys Hornsby, Utility Systems Director
Dave Christensen, Wastewater Utility Supervisor
H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Award-Clerk-Cascade Intercptr
Rehab.doc\MABtp
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Bid Opening on 7/26/2011 for CAG-11-127,
Cascade Interceptor Rehabilitation
Meeting:
Regular Council - 26 Sep 2011
Exhibits:
Submitting Data: Dept/Div/Board:
Staff Recommendation
Executive
Bid Tabulation Sheet (three bids)
Staff Contact:
Addendum #1 to CAG-64-764
Bonnie Walton, City Clerk ext. 6502
Recommended Action:
Council Concur
Fiscal Impact:
Expenditure Required: $ 148,256.43 Transfer Amendment: $
Amount Budgeted: $ Revenue Generated: $
Total Project Budget: $ 205,000 City Share Total Project: $
SUMMARY OF ACTION:
Engineer's Estimate: $136,482.99
In accordance with Council procedure bids submitted at the subject bid opening met the following three
criteria: There was more than one bid, there were no significant irregularities with the low bid, and the
low bid was within project budget ($205,000 total project budget - $125,000 from the City, and
$80,000 from Soos Creek Water & Sewer District per Addendum No. 1 to interlocal agreement CAG-64-
764). Therefore, staff recommends awarding the contract to the low bidder, Suncoast Environmental
NW, in the amount of $148.256.43.
STAFF RECOMMENDATION:
Award the contract to the low bidder, Suncoast Environmental NW, in the amount of $148,256.43.
M E M O R A N D U M
DATE: September 21, 2011
TO: Bonnie Walton, City Clerk
FROM: Michael Benoit, Wastewater Utility, x7206qu<1
SUBJECT: Bid Award for Cascade Interceptor Rehabilitation
The Public Works Department has reviewed the bids submitted for the Cascade
Interceptor Rehabilitation project and recommends that the bid be awarded to Suncoast
Environmental NW. We are requesting that an agenda bill be prepared for the
September 26, 2011, Council Meeting.
The bid opening was on Tuesday, July 26, 2011. There were 3 bids received. One bid
did not include all of the required submittals but it was the high bid so it did not affect
the order.
The low bidder is Suncoast Environmental NW, with a bid of $148,256.43. The
engineer's estimate was $136,482.99.
The City has $125,000 budgeted (426.465498) for the Renton portion of this project.
Based upon the Interlocal Agreement (CAG-64-764 Add #1-11), Soos Creek Water and
Sewer District is responsible for 80% of Schedule A or approximately $80,000 that will
be directly reimbursed to Renton upon completion of the project. The low bid is within
the amount budgeted (combined Renton and Soos Creek) of $205,000 for this project.
The project will use "no -dig" technology to rehabilitate failing portions of the Cascade
Sewer Interceptor.
Attachments
cc: Gregg Zimmerman, PW Administrator
Lys Hornsby, Utility Systems Director
Dave Christensen, Wastewater Utility Supervisor
H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Award-Clerk-Cascade Intercptr
Rehab.doc\MABtp
Project Titl(Cascade Interceptor Rehabilitation
BID DATE: DATE
E Item
No.
Description
Unit
Est,
Quantit
A01
Mobilization & Demobilization Schedule A
Lump Sum
1
A02
Traffic Control Schedule A
Lump Sum
1
A03
Pre -Installation Cleaning and Inspection
Linear Foot
929
A04
Install 14" Cured In Place Pipe
Linear Foot
135
A05
Install 18" Cured In Place Pipe
Linear Foot
794
A06
Post Installation Inspection
Linear Foot
929
A07
Sewer Manhole Rehabilitation 0 to 12' deep
Each
3
A08
Sewer Manhole Rehabilitation 13 to 19' deep
Each
2
A09
Sewer Manhole Rehabilitation 20 to 25' deep
Each
1
Schedule B
B01
Mobilization & Demobilization Schedule B
Lump Sum
1
B02
Traffic Control Schedule B
Lump Sum
1
B03
Pre -Installation Cleaning and Inspection
Linear Foot
611
B04
Install 8" Cured In Place Pipe
Linear Foot
611
B06
Reinstate Side Sewer Laterals
Each
14
B06
Post Installation Inspection
Linear Foot
611
B07
Sewer Manhole Rehabilitation 0 to 12' deep
Each
3
BOB
Sewer Manhole Rehabilitation 13 to 19' deep
Each
1
City of Renton Suntd6st;:Ebvjecnnik alAVlf t1l.J,
Engineers Estimate
Unit Bid Unit B- ,
Price Amount P..rice,''r;:; _i r'' Amount-:': <�
Michels Corporation
Unit Bid
Price Amount
8,000.00
8,000.00 ir: ...:;,5,500.04
1•
14,460.00
14,460.00
7,000.00
7,000.00 3,900 04 ;3,900 00;
600.00
600.00
3.00
2,787.00 i`t;3;.994;:7;0
4.00
3,716.00
50.00
6,750.00 41':00 ; 5 535 OO.
44.00
5,940.00
70.00
55,580.00 56 00 ; ,.; : ,>y • 46;$46' OQ+
95.00
75,430.00
1.00
929.00 J 2 30 2 .. 70
1.20
1,114.80
1,000.00
3,00000 , 2 980 00 I 8 94Q 00'�
2,760.00
8,280.00
1,200.00
2,400.00 3;783:00 ` ';:`:;' t::a{ 7 566 bol
5,125.00
10,250.00
1,600.00
1,600.00 ; .4;460.00.; :';-` ,`;..`c:,S 4;460..0%
7,160.00
7,160.00
Subtotal A
88,046 00 88,878 40"
126,950.80
Tax 9.5%
8,364.37 " " y'"''
8 443 45i
12,060.33
Total A
96,410 37 97 321 8.5i
:i
139,011.13
3,300.00
3,300 00 5 000.00 5 000 00';
1.10
1.10
5,000.00
6,000.00 '3;90D.0.0 ;.;;.-:.;': '3"900i100�
250.00
250.00
3.00
1,833.00 - 4.30. .,-..,.2`,627,30 :.:.',.. i:;`,.,.........,,:�,.,,
2.05
1,252.55
32.00
19,552.00 <28.00::," :`=::;17;108;;00�
34.00
20,774.00
150.00
2,100.00.!.:';'..268.00.::.`';``f>,3752,00
136.00
1,904.00
1.00
611 OD1405'30!
1.00
611.00
1,000.00
3,000 00
2,850.00
8,550.00
1,200.00
1,200.00 ;;. :3;783.:00'::`j'` >; `'T3781
4,760.00
4,760.00
Subtotal B
$36,596.00 Subtotal $46 615.60'
Subtotal
$38,102.65
Tax9.5%
$3,476.62 Tax $4418:.98`+
Tax
$3,619.75
Total B
$40,072.62 50 93459'+
$ I,
$41,722.40
Total
$136,482.99 Total { . $198 2.56.43!A
Total
$180,733.53
Project TitleCascade Interdeptor Rehabilitation
BID DATE: DATE
E Item
IS No. Description
A01
Mobilization & Demobilization. Schedule A
A02
Traffic Control Schedule A
A03
Pre -Installation Cleaning and Inspection
A04
Install 14" Cured In Place Pipe
A05
Install 18" Cured In Place Pipe
A06
Post Installation Inspection
A07
Sewer Manhole Rehabilitation 0 to 12' deep
A08
Sewer Manhole Rehabilitation 13 to 19' deep
A09
Sewer Manhole Rehabilitation 20 to 25' deep
Unit
Lump Sum
Lump Sum
Linear Foot
Linear Foot
Linear Foot
Linear Foot
Each
Each
Each
Est.
Quantit
1
1
929
135
794
929
3
2
1
Schedule B
B01
Mobilization & Demobilization Schedule B
Lump Sum
1
B02
Traffic Control Schedule B
Lump Sum
1
B03
Pre -Installation Cleaning and Inspection
Linear Foot
611
B04
Install 8" Cured In Place Pipe
Linear Foot
611
B05
Reinstate Side Sewer Laterals
Each
14
B06
Post Installation Inspection
Linear Foot
611
B07
Sewer Manhole Rehabilitation 0 to 12' deep
Each
3
B08
Sewer Manhole Rehabilitation 13 to 19' deep
Each
1
Insituform Technologies, Inc.
Unit
Price
3,500.00
800.00
1.80
85.00
146.00
1.80
3,165.00
4,000.00
4,750.00
Average Bid
Bid
Unit
Bid
Amount
Price
Amount
3,500.00
7,820.00
7,820.00
800.00
.1,766.67
1,766.67
1,672.20
3.37
3,127.63
11,475.00
56.67
7,650.00
115,130.00
99.67
79,135.33
1,672.20
1.77
1,641.23
9.495.00
2,968,33
8,905.00
8,000.00
4,302.67
8,605.33
4,750.00
5,456.67
5,456.67
156,494.40
$124,107.87
14,866.97
$11,790.25
171,361.37
135, 898.11
3,187.00
3,187.00
2,729.37
2,729.37
1,660.00
1,660.00
1,936.67
1,936.67
1.60
977.60
2.65
1,619.15
24.00
14, 664.00
28.67
17, 515.33
65.00
910.00
156.33
2,188.67
0.50
305.50
1.27
773.93
3,165.00
9.495.00
2,998.33
8,99&00
4,000.00
4.000.00
4,181.00
4,181.00
Subtotal $35,199.10
Tax $3,343.92
$38,543.02
Total $209,904.38
Subtotal $39,939.12
$3,794.22
43,733.33
Total $179,631.45
CITY OF RENTON
BID TABULATION SHEET
PROJECT: Cascade Interceptor Rehabilitation Page 1 of 1
CAG-11-127
DATE: Julv 26, 2011
FORMS
BID
BIDDER
Proposal/
L&I
Bid
Sched.
"Includes Sales Tax
Triple Form
Cert.
Bond
of Prices
Insituform Technologies, Inc.
17988 Edison Ave.
Chesterfield, MO 63005
x
$209,904.39
Michels Corporation
1715 16th St. SE
Salem, OR 97302
x
x
x
x
$180,733.53
Kelly O'Dell
Suncoast Environmental NW
Missing
1449 S. Reservoir St. #11
Pg.
Pumona, CA 91766
1
x
x
x
t7AO�
Jim Atchison
x
$148,256.43
ENGINEER'S ESTIMATE $136,482.99
LEGEND:
Forms: Triple Form: Non -Collusion Affidavit, Anti -Trust Claims, Minimum Wage
CAG-64-765, Adden #1-11.
CITY OF RENTON & SOOS CREEK WATER AND SEWER DISTRICT
ADDENDUM TO THE MARCH 27, 1964 CASCADE INTERCEPTOR AGREEMENT
SUBJECT: REHABILITATION AND MAINTENANCE OF THE CASCADE INTERCEPTOR
THIS ADDENDUM! is entered into this 5th day of January, 2011, by and between SODS
CREEK WATER AND SEWER DISTRICT, a Washington municipal corporation, hereinafter referred
to as "SODS CREEK", and the CITY OF RENTON, a Washington municipal corporation,
hereinafter referred to as "RENTON", both being duly organized and existing under and by
virtue of the laws of the State of Washington,
W ITN ESSETH:
WHEREAS, RENTON and SOOS CREEK (operating as Cascade Sewer District) entered into
an agreement March 27, 1964 pertaining to the construction, operation and maintenance of a
certain interceptor sewer line, hereinafter referred to as "Cascade Interceptor"; and
WHEREAS, Some parts of the Cascade Interceptor are in need of immediate
rehabilitation while other parts will potentially need rehabilitation in the near future; and
WHEREAS, It is in the best interest of RENTON and SOOS CREEK to rehabilitate those
portions of the Cascade Interceptor in immediate need and to perform additional maintenance
and inspection on the Cascade Interceptor in order to extend the useful life of those portions
not in immediate need of rehabilitation; now, therefore,
IT IS HEREBY AGREED by and between the parties hereto as follows:
1. Rehabilitation of Portions of the Cascade Interceptor. RENTON will design, permit, bid
and manage a project to rehabilitate the structures and sewer mains between manhole
5321-009 and 5321-015, as shown on "Exhibit A", an approximate distance of twelve
hundred lineal feet. Rehabilitation will exclude that portion of the sewer main replaced
during the emergency repair in 2010.
The total cost of the rehabilitation (including design, construction, etc) is
estimated at $200,000. The total cost shall be divided such that RENTON will pay
twenty percent (20%) of the cost and SOOS CREEK will pay eighty percent (80%) of the
cost. RENTON will invoice SOOS CREEK, at the conclusion of the project, eighty, percent
(80%) of the actual costs incurred by RENTON for the construction contract, staff costs
for design and construction management.
It is understood that RENTON may rehabilitate some sewer mains and / or
manholes adjacent to the Cascade Interceptor. If done as part of the same project, the
additional work will be identified as a separate schedule in the project and SODS CREEK
will not be responsible for participation in this work.
2. Additional Maintenance to Extend the Life of the Cascade Interceptor. Recognizing that
hydrogen sulfide (H2S) is a problem within this system and is accelerating the
degradation of the Cascade Interceptor, SOOS CREEK will introduce a chemical
treatment at their Lift Station #5. The treatment will involve the use of BIOXIDE
solution from Siemens. Alternate treatment product(s) may be utilized under
agreement of both parties.
SOOS CREEK will occasionally access the Cascade Interceptor, utilizing proper
maintenance and safety procedures, at RENTON manhole 5321-013, 5321-014, or 5321-
015 to monitor H2S levels in the system to ensure proper dosing is occurring.
The estimated cost of chemical for treatment is estimated to be $60,000 (2010 dollars)
per year. RENTON will pay twenty-two percent (22%) of the invoiced cost of the
chemical as RENTON's share of all costs incurred by SOOS CREEK. SOOS CREEK will
invoice RENTON every six months.
3. Monitoring the condition of the Cascade Interceptor. RENTON will perform television
inspection of the Cascade Interceptor approximately every two years. SOOS CREEK will
pay eighty percent (80%) of the cost of the television inspection including the use of
RENTON's television inspection equipment, staff, and any required equipment or
methodology for reducing flow in the interceptor to allow proper visual inspection.
RENTON will invoice SOOS CREEK at the conclusion of the inspection.
4. Obligations Intact. Nothing herein shall be construed to alter the rights, responsibilities,
liabilities, or obligations of either RENTON or SOOS CREEK regarding provisions of
sanitary sewer services to their customers pursuant to any agreements previously
executed by the parties, except as specifically set forth herein.
DATED this lgday of , 20_1L,
Authorized by Resolution No. VOV'A of the City Council of the City of Renton,
Washington, at its regular meeting held on /y'day of 20
CITY OF E ON
Denis Law, Mayor Date
ATTEST:
Bonnie I. Walton, City Clerk Date
APPROOD AS TO LEGAL FORM
s,
Lawrence J. Warren, City Attorney
• 3 �
t
Approved by Resolution No. 3271-S of the Board of Commissioners of SOOS CREEK
WATER AND SEWER DISTRICT of King County, Washington, adopted at its regular
meeting held on the 5th day of January, 2011.
SODS CREEK WATER AND SEWER DISTRICT
� if &q
Ron Speer, Dis r' Manger
5321
010 5321
.�
009
O
20• 5321
008
s 5321 4 32 2 5321
20o o1 z
,. 218 6321
011 5321 a - ._....:. 217 5321
321
18
` 6321 5321 '206 ` fl :._ :,......... 6-
�. 203
5 21 321
0ls 017
3
1� 6321
0221
0121 215
2041 �n 2101 s�~One Cff SE O
32 Q5321 .. 532105321
213
532
(s
2D5 ( 211
�
o-� 5321
6'5321 53210214
53 ,
32
01 4 0 212
532
2�
"
721
321
1
1
6321
072
5321
5g21 32
029L 02
026
5 1 0 3
026 P21
21 21 532 8
74 7�
C>
53
D
532
S
1r
53
29 53631
321 4
341
52(
2
321 21 t 6p21
61 5 1 65 8
035
125
53 1 532 58
D 2 53 53 1 532 5
0
263
32
0 53 fi 31 0 1
Sri
6
53,71
065
` 6 078 321
80 S
532
1
1
64
6 53,21 32
60
0521
j t
5321 � 5` 2 s� 3 1
115 5321 I- fi C�
532
9
10
5321 067
114 a 53 21 532
6
632 521
Oe,21 069 0 10
6
17
5
C 6321 1
113 532
O 1 53�1
88
p�jg �
10
00
P
6
L 321
S 11 21
O
53 112 09 5321
82
66 5 821
321
1
3
048
53� 51
21
810
E 9
1 5321 321
5321 050 116 5 1 532
,32112
532 1 9 120
11
5
4221
J
S
�h�
5321 % t
117
r
5, 24+
5321
118 23
Legend
PORTION OF INTERCEPTOR .
TO BE REHABILITATED
PUBLIC WORKS DEPARTMENT City of Le<,
.6 00� --
M E M O R A N D U M
DATE: July 27, 2011,
TO: Mark Barber, Senior Assistant City Attorney
FROM: Mike Benoit, Wastewater, x72060" '
SUBJECT: Cascade Interceptor Rehabilitation Project, WWP-27-3588
Potential Bid Irregularity
The bid opening for the Cascade Interceptor Rehabilitation Project, WWP-27-3588, was
held on July 26, 2011, at 2:30 p.m. Three bids were received.
There is a form required as part of the bid entitled, "Proposal and Combined Affidavit
and Certificate Form". The form is a two page form. The contractor submitted as part
of the bid, only the second page which includes the signature and all information that
the contractor needs to complete. The first page contains the standard language for the
form and does not require any filling out or execution on the part of the contractor.
All other paperwork for the bid appears to be in order.
Please review and advise if this constitutes an irregularity in the bid documents.
Please contact me, if you have any questions.
Attachment
cc: Gregg Zimmerman, Public Works Administrator
Lys Hornsby, Utility Systems Division Director
Dave Christensen, Wastewater Utility Supervisor
H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Memo to Legal Ol.doc\MABtp
City of
Cascade Interceptor Rehabilitation
WWP-27-3588
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
*Proposal & Combined Affidavit & Certificate Form:
Noh-Collusion
La
AntkTrust Claims
Minimum Wage Form
*Dept. of Labor and Industies Certificate of Registration
*Bid Bond Form
*Schedule of Prices
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement (Contracts other than Federal - Aid FHWA)
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages -
Affidavit of Prevailing Wages Paid
Special Provisions
Maps and Project Information
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must
be signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
Submit at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
TU �S V0 C, `t
S •� T - r�.7 c J � 'T. 1 --
CITY OF RENTON
Cascade Interceptor Rehabilitation
WWP-27-3588
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen: .
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement, and the method by which payment will be made for said work, and hereby propose
to undertake and complete the work embraced in this improvement, or as much thereof as can be
completed with the money available, in accordance with the said plans, specifications and contract and
the following schedule of rates and prices:
(Note:. Unit prices for all items, all extensions, and
total amount of bid should be shown. Show unit
prices in figures.)
The undersigned certifies and agrees to the following provisions:
NON -COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing
proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on
- behalf of any person not therein named, and further, that the deponent has not directly induced or
I. solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person
or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to
secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
I CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any
and all claims for such over -charges as to goods and materials purchased in connection with this order
or contract, except as to overcharges resulting from anti-trust violations commencing after the date of
the bid, quotation, or other event establishing the price under this order or contract. In addition,
vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all
such claims to purchaser, subject to the aforementioned exception.
AND
r J 10
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of such. work; not less than the prevailing -rate of wage or not less than
the minimum rate of wages as specified in the principal contract: that I have read the above and
foregoing statement and certificate, know the contents thereof and the substance as set forth therein is
true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
Name of Bidder's Firm
Printed Name
Signature
Address:
Names of Members of Partnership:.
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
Subscribed and sworn to before me on this day of 20_
Notary Public in and for the State of Washington -
Notary (Print)
My appointment expires:
Project TitleCascade Interceptor Rehabilitation
BID DATE:•DATE
E Item
� No.. _
Description
Unit
Est.
Quantity!
•A01'
% Mobilization & Demobilization,Schedule'A
i_'Lump_Sum
1
.A02 �
Traffic Control Schedule A �
Lump Sum
1
A03
Pre -Installation -Cleaning and Inspection
Linear Foot
929
A04
Install 14 ,Cured In Place -Pipe
Linear Foot
135
A05
Install 18" Cured In Place Pipe
Linear Foot
794
A06
Post Installation Inspection
Linear Foot
929
A07
Sewer ManholeiRehabilitation 0 to 12' deep
Each
3
A08
Sewer Man hole;Rehabilitation 13 to 19' deep
Each
2
A09
Sewer Manhole. Rehabilitation 20-to 25' deep
Each
1
Schedule B
B01
Mobilization & Demobilization Schedule B
Lump Sum
1
B02
Traffic*Control Schedule,B, .
Lump Sum
1
B03
Pre-[ nstallation;Cleaning and Inspection
Linear Foot
611
B04
InstalF8'•Cured In Place Pipe
Linear Foot
611
B05
Reinstate Side Sewer Laterals
Each
14
B06
Post_Installation Inspection,
Linear Foot
611
B07
Sewer Manhole, ,Rehabilitation 0 to 12' deep
Each
3
B08 „
Sewer Manhole Rehabilitation 13 to19' deep
Each
1
Insituform Technologies, Inc. Average Bid
Unit
Bid
Unit
Bid
Price
Amount
Price
Amount
•3,500.00
3,500.00
7,820.00
7,820.00 _
800.00
800.00
•1?766.67
1,766.67
1.80
1,672.20
3.37
3,127.63
85.00
11,475.00
56.67
7,650.00
145.00
'115,130.00
99.67
79,135.33
1.80
1,672.20
1.77
1,641:23
3,165.00
9,495.00
2,968.33
8,905�00
4,000.00
8,000.00
4,302.67 •
8;605i33:
4,750.00
4,750.00
5,456.67
5;456.67 -
156,494.40
$124,107.87
14, 866.97
$11, 790.25
171, 361.37
135, 898.11
3,187.00
3,187.00
2,729.37
2,729.37
1,660.00-
1,660.00
1,936.67
1,936167
1.60
977.60
2.65
1;619.15
24.00
14,664.00
28.67
17,515:33
65.00
910.00
156.33
2,188.67
0.50
305.50
1.27
773.93
3,165.00
9,495.00
2,998.33
8,995.00
4,000.00
4,000.00
4,181.00
:4,181.00
Subtotal $35,199.10
Tax $3,343.92
$38, 543.02
Total $209,904.38
Subtotal $39,939.12
$3,794.22
43,733.33
Total $179,631.45
Project Titl(Cascade Interceptor Rehabilitation
BID DATE: DATE
E Item
P No. Description
Unit Est.
Quantit
A01
Mobilization & Dem"obilization ScheduWA
'Lump Sum,
^" 1
A02
Traffic Control Schedule A
Lump Sum
1
A03
Pre -Installation Cleaning and Inspection
Linear Foot,
929
A04
Install 14" Cured In Place Pipe
Linear Foot
135
A05
Install 18" Cured In Place Pipe
Linear Foote
794
A06
Post Installation Inspection
Linear Foot
929
A07
Sewer Manhole Rehabilitation 0 to:12' deep
Each
3
A08
Sewer Manhole Rehabilitation 13 to 19%deep
Each
2
A09
Sewer Manhole Rehabilitation 20 to 25' deep
Each
1
Schedule B
B01
Mobilization & Demobilization Schedule B
Lump Sum
1
B02
Traffic Control Schedule B
Lump Sum
1
B03
Pre -Installation -Cleaning and Inspection
Linear Foot •
611
B04
Install 8" Cured In Place Pipe
Linear Foot
611
B05
Reinstate Side Sewer Laterals
Each
14
B06
Post Installation Inspection
Linear Foot
611
B07
Sewer Manhole Rehabilitation 0 to 12' deep
Each
3
B08
Sewer Manhole Rehabilitation 13 to 19' deep
Each
1
Cityof Renton ` Suncooas Environmental}NW ` Michels ;Cor oration
Engineers Estimate �.t1�F#y�'IV� a Coro
oration
Bid nid ` Unit Bid
Price -Amount x_�Prlcet �,KArgount Price Amount
8,000.00 8,000.00� ` 'Sr500'00� w�r5d500'00' 14,460.00 14460.00
7,000.00 7,000.00 E .4y -3"900 00j �4 �s 3 900 00 600.00 600.00
3.00 2,787.00 ,•yt��4t`4 30� ryiti ' j"3Y9�94' 70 4.00 3,716.00
50.00 6,750.00 4 aid` 431, 00r w°5 535 00 44.00 5,940.00
70.00 55,580.00 �� 593007nos 1,,
� 8°46* 95.00 75,430.00
"1t'
1.00 929.00 'k 2'30z e �' r2 136�70 1.20 1,114.80
1,000.00 3,000 00 4 "y2 980 00 : �1tV8-940'0_0 2,760.00 8,280.00
r -•'mod' •,.. ifh
1,200.00 2,40000 ;378300- # 56t). u0 5,125.00 10,250.00
1,600.00 1,600.00 4"'461001 r.° k r Y4r'460?00 7,160.00 7,160.00
14N
Subtotal A 88,046.00r1~ kiR 88'i878y40 126,950.80
di L dyv ycF� k'
Tax 9.5% 8,364.37 �r8�443'F4'S. 12,060.33
.s- rl•w'
Total A 96,410.37 F ": M � �7 32111P85 139,011.13
'y
d
3,300.00 3,300.0000� 1.10 1.10
5,000.00 '5,000.00y13;90000 eVljff 250.00 250.00
3.00 ' 1-,833.004 30 +�., �i�27 30� 2.05 1;252.55
32.00 19,552.00� Jp i28�00k� 'r 1hr167108100 34.00 20,774.00
�l^7)pjLjP At9a r.'�.iiti `.'18Pi'Jr
150.00 2,100.00 II. 1'S�4 268 003�#1,r 1 3 �52/O 136.00 1,904.00
1.00 611.00 t;7y y 7,1, 2 30ir+ Y" 405 30 1.00 611.00
1,000.00 3,000.00 '�rm�p2`980f00�+s'� a*`8 940t�00� 2,850.00 8,550.00
1,200.00 1,200.00;fj.3�1783 001e r;�3�783'00 4,760.00 4,760.00
Subtotal B $36,596.00 Subtotal♦ 41,1$467541'5160 Subtotal $38,102.65
Tax 9.5% $3,476.62 { , i k " +Taz� ° y$.4 418,994 Tax $3,619.75
Total B $40,072.62 ,��rz4r y •' ` J$50!�9�y3y4458 $41,722.40
Total $136,482.99� `,��16ta$,1`48 25643" Total $180,733.53
DeMayoLaw City OfAL
Too.
City Clerk -Bonnie I. Walton
September 27, 2011
Jim Atchison
Suncoast Environmental NW
1449 S. Reservoir St., #11
Pumona, CA 91766
RE Cascade Interceptor Rehabilitation; CAG-11-127
To Whom It May Concern:
RECEIVED
SEP2 3 201*1
CITY OF RENTON '
UTILITY SYSTEMS_
At its regular meeting of September 26, 2011, the Renton City Council accepted your bid for
the above -referenced project in the total amount of $148,256.43.
Please contact Michael Benoit, Project Manager, for submission of required documents to
complete the contract. These may include proof of City and State business licenses,
performance bond, and insurance certificates.
Sincerely,
Jason A. Seth
Deputy City Clerk
cc: Michael Benoit, Project Manager
Linda Weldon, Accounting Assistant
Tracy Schuld, Accounting Supervisor
1055 South Grady Way • Renton, Washington 98057 • (425) 430-6510 / Fax (425) 430-6516 • rentonwa.gov
fl
SunCoast Environmental NW Inc.
Page 1 of 1
SUN
COAST
SunCoast Environmental NW Inc.
ff W gogo
800-58 5-91331360-883-1724
Quality I Integrity I Experience
SunCoast Environmental, Quality, Integrity and Experience to meet the most complex
rehabilitation scenarios. When it comes to Sanitary Sewer we understand that solutions are in
many forms! Cementitous, Cured in Place Liners, and Epoxy Coatings all have their functionality. A
multitude of products all working together completely compatible; working together.
Our experienced staff is on hand to help municipalities of any size population, with a workable
trenchless solution! Manhole rehabilitation, house service connection rehabilitation, the quality of
our work is in the integrity of our staff and crews.
We have installed over 15,000 vertical feet of manhole lining
Since 1997
• Rehabilitation
• Sewer Rehab
is Top hat
• Top seal
• Cured in place sewer rehab
• Manhole Rehab
• Manhole Lining
• Culvert lining of Rehab
QCopyright 2009 SunCoast Environmental NW Inc. All Rights Reserved Northeast Consulting, Inc. (L)Site Design 2009
http://suncoastnw.com/index.html 07/26/2011
PUBLIC WORKS DEPARTMENT City of
M E M O R A N D U M
DATE: September 21, 2011
TO: Bonnie Walton, City Clerk
FROM: Michael Benoit, Wastewater Utility, x7206n`�3
SUBJECT: Bid Award for Cascade Interceptor Rehabilitation
The Public Works Department has reviewed the bids submitted for the Cascade
Interceptor Rehabilitation project and recommends that the bid be awarded to Suncoast
Environmental NW. We are requesting that an agenda bill be prepared for the
September 26, 2011, Council Meeting.
The bid opening was on Tuesday, July 26, 2011. There were 3 bids received. One bid
did not include all of the required submittals but it was the high bid so it did not affect
the order.
The low bidder is Suncoast Environmental NW, with a bid of $148,256.43. The
engineer's estimate was $136,482.99.
The City has $125,000 budgeted (426.465498) for the Renton portion of this project.
Based upon the Interlocal Agreement (CAG-64-764 Add #1-11), Soos Creek Water and
Sewer District is responsible for 80% of Schedule A or approximately $80,000 that will
be directly reimbursed to Renton upon completion of the project. The low bid is within
the amount budgeted (combined Renton and Soos Creek) of $205,000 for this project.
The project will use "no -dig" technology to rehabilitate failing portions of the Cascade
Sewer Interceptor.
Attachments
cc: Gregg Zimmerman, PW Administrator
Lys Hornsby, Utility Systems Director
Dave Christensen, Wastewater Utility Supervisor
H:\File Sys\WWP - WasteWatef\WWP-27-3588 Cascade Interceptor Rehabilitation\Award-Clerk-Cascade Intercptr
Rehab.doc\MABtp
Denis Law — -
Mayor Cl Y
Of ,'� �Y G
Public Works Department - Gregg Zimmerman P. E., Administrator
September 15, 2011
Mr. Jim Atchison
SunCoast Environmental NW, Inc.
14413 SE 8th Street
Vancouver, WA 98683
RE: CASCADE INTERCEPTOR REHABILITATION PROJECT, WWP-27-3588
CONTRACTOR QUALIFICATIONS
Dear Mr. Atchison:
As.the apparent low bidder on Renton's Cascade Interceptor Rehabilitation project, the City has
been reviewing your bid to determine if SunCoast Environmental NW meets minimum
requirements to allow us to award the project to you.
The remaining issue to resolve is the "Contractor Qualifications" for the installation of the
Ultraliner pipeliner. To continue our review, the City needs to have the following verifiable
experience information provided to us to determine if SunCoast meets the minimum
requirements set forth in Special Provision Section 7-21.1(3):
1. Documentation that the "contractor" has a minimum of five successfully completed
Ultraliner projects totaling a minimum of 50,000 lineal feet.
It is our understanding that SunCoast, as a company, has not installed the Ultraliner
previously. We would consider SunCoast meeting the minimum requirement under one
of the two following conditions:
• SunCoast employs a subcontractor who meets the minimum qualifications.
• SunCoast directly employs a person or persons who have direct and substantial
experience with Ultraliner installation projects meeting the above minimums.
Said experience shall mean significant responsibility for the projects including
work as project superintendent, active participation in the cleaning and
evaluation of the existing sewers, coordination with the supplier to obtain the
appropriate liners, and successful installation of the liners.
Documentation shall be in the form of the name of the Subcontractor or person -
employed by SunCoast with a list of projects that meet the total minimum requirements
listed and for each project include the name of the jurisdiction, contact name, contact
phone number, name of the project, and dates of the project.
2. Identification of the project superintendent who will "be on the project for the duration
of the project and be available at all times during the Ultraliner rehabilitation" and
Renton City Hall • 1055 South Grady Way • Renton, Washington 98057 • rentonwa.gov
Mr. Atchison
Page 2 of 2
September 15, 2011
documentation that they have a minimum of three successfully completed Ultraliner
projects totaling a minimum of 25,000 lineal feet.
Documentation shall be in the form of the name of the employee with a list of projects
that meet the total minimum requirements listed and for each project include the name
of the jurisdiction, contact name, contact phone number, name of the project, and dates
of the project.
Identification of the person or persons on the installation crew who shall "be on the
project site at all times" and documentation that they have a minimum of one year
experience of installation of the Ultraliner.
Documentation shall be in the form of the name of the employee(s) with a list of projects
that they have worked on and for each project include the name of the jurisdiction,
contact name, contact phone number, name of the project, and dates of the project.
4. Identification of the person or persons on the installation crew who "has the minimum
one year experience reinstating laterals" and documentation that they have a minimum
of one year experience of reinstating laterals.
Documentation shall be in the form of the name of the employee(s) with a list of projects
that they have worked on and for each project include the name of the jurisdiction,
contact name, contact phone number, name of the project, and dates of the project.
The City needs to receive the above requested verifiable experience references within five (5)
working days of the date of this letter. If, by 5: PM on the deadline date, the City does not
receive the above requested information that shows SunCoast fully meets Special Provision
Section 7-21.1(3), SunCoast will be disqualified as non -responsible and non -responsive and the
bid rejected under Special Provision 1-02.14(2)c, "The bidder, in the opinion of the Contracting
Agency, is not qualified for the work..." and the City will proceed to the next responsive low
bidder.
If you have any questions, please contact me at (425) 430-7206 or by email at
mbenoit.rentonwa.gov.
Sincerely,
Michael A. Benoit
Wastewater Utility
cc: Mr. Gary Lienberger
Lienberger & Associates
1449 S, Reservoir St. # 1
Pamona, CA 91766
H:\File Sys\WWP - Waste Water\WWP-27-3588 Cascade Interceptor Rehabilitation\SunCoast 02.doc/MABah
CITY OF RENTON
BID TABULATION SHEET
PROJECT: Cascade Interceptor Rehabilitation
CAG-11-127
DATE: July 26, 2011
Page 1 of 1
FORMS
BID
BIDDER
Proposal/
L&I
Bid
Sched.
"Includes Sales Tax
Triple Form
Cert.
Bond
of Prices
Insituform Technologies, Inc.
17988 Edison Ave.
Chesterfield, MO 63005
Michels Corporation
171S 16th St. SE
Salem, OR 97302
Suncoast Environmental NW
PkI
1449 S. Reservoir St. #11
Pumona, CA 91766
ENGINEER'S ESTIMATE
LEGEND:
Forms: Triple Form: Non -Collusion Affidavit, Anti -Trust Claims, Minimum Wage
1
Denis Law . City Of,, , �Y o
Mayor
Public Works Department - Gregg Zimmerman, P. E.; Administrator
July 27, 2011
Mr. Jim Atchison
SunCoast Environmental NW, Inc.
14413 SE 8th Street
Vancouver, WA 98683
RE: CASCADE INTERCEPTOR REHABILITATION PROJECT, WWP-27-3588
Dear Mr. Atchison:
SunCoast Environmental NW, Inc. is the apparent low bidder on the City of Renton
Cascade Interceptor Rehabilitation project. As the City is reviewing the bid and
preparing our recommendation for bid award, we are requesting that SunCoast provide
the following information:
Manhole Rehabilitation:
• Manufacturer's name and product name.
• Manufacturer's certificate(s) indicating that the supplied lining materials
meet the requirements of the Specifications, ASTM standards and a
certificate of compliance from an independent third party lab.
Manufacturer's using standards other than those listed in these
specifications shall demonstrate to the satisfaction of the Owner that the
standards followed produce a product that is, at a minimum, equal to the
quality of product developed using the listed standards.
• Manufacturer Qualifications: Submit list of a minimum of 10 manhole
rehabilitation projects (at least 500 manholes) completed during the past
five years.
• Applicator Qualifications: Submit certification stating applicator is factory
trained and approved by manufacturer in application of specified product.
Provide list of recently completed manhole rehabilitation projects, including
project name and location, names of owner and engineer, and description
of products used, substrates, and application procedures.
Renton City Hall • 1055 South Grady Way • Renton, Washington 98057 • rentonwa.gov
Mr. Atchison
Page 2 of 2
July 27, 2011
Sewer Main Rehabilitation:
• Manufacturer's name and product name.
Manufacturer's certificate(s) indicating that the supplied lining materials
meet the requirements of the Specifications, ASTM standards and a
certificate of compliance from an independent third party lab.
Manufacturer's using standards other than those listed in these
specifications shall demonstrate to the satisfaction of the Owner that the
standards followed produce a product that is, at a minimum, equal to the
quality of product developed using the listed standards.
• Manufacturer Qualifications: Submit list of references documenting that
the manufacturer of the CIPP (proposed) liner shall have a minimum of
200,000 linear feet of CIPP (the proposed liner) successfully installed in
accordance with these specifications.
Applicator Qualifications: Submit list of references documenting that the
CIPP (proposed) lining Contractor shall have a minimum of five (5)
successfully completed projects totaling a minimum of 50,000 lineal feet
using the proposed rehabilitation technology. In addition, the Contractor's
project superintendent shall have a minimum of three (3) successfully
completed projects totaling a minimum of 25,000 lineal feet using the
proposed rehabilitation technology. The Contractor's identified project
superintendent shall be on the project for the duration of the project and
shall be available at all times during the rehabilitation. At least one person
on the Contractor's installation crew shall have a minimum of one (1) year
of installation experience with the proposed liner and shall be on the
project site at all times. The Contractor's identified Lateral Cutting
Technician shall have a minimum of one (1) year of experience reinstating
laterals.
If you have any questions, please contact me at (425) 430-7206 or by email at
mbenoit.rentonwa.gov.
Sincerely,
-
Michael A. Benoit
Wastewater Utility
H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\SunCoast Ol.doc\MABtp
PUBLIC WORKS DEPARTMENT city of
M E M O R A N D U M
DATE: July 27, 2011
TO: Mark Barber, Senior Assistant City Attorney
FROM: Mike Benoit, Wastewater, x7206 e0
SUBJECT: Cascade Interceptor Rehabilitation Project, WWP-27-3588
Potential Bid Irregularity
The bid opening for the Cascade Interceptor Rehabilitation Project, WWP-27-3588, was
held on July 26, 2011, at 2:30 p.m. Three bids were received.
There is a.form required as part of the bid entitled, "Proposal and Combined Affidavit
and Certificate Form". The form is a two page form. The apparent low bidder as part of
their bid submitted only the second page, which includes the signature and all
information that the contractor needs to complete. The first page contains the standard
language for the form and does not require any filling out or execution on the part of
the contractor.
All other paperwork for the bid appears to be in order.
Please review and advise if this constitutes an irregularity in the bid documents.
Please contact me, if you have any questions.
Attachment
cc: Gregg Zimmerman, Public Works Administrator
Lys Hornsby, Utility Systems Division Director
Dave Christensen, Wastewater Utility Supervisor
H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Memo to Legal Ol.doc\MABtp
Cascade Interceptor Rehabilitation
WWP-27-3588
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
*Proposal & Combined Affidavit & Certificate Form:
Non -Collusion
Anti -Trust Claims
Minimum Wage Form
*Dept. of Labor and Industies Certificate of Registration
*Bid Bond Form
*Schedule of Prices
❖Bond to the City of Renton
•:•Fair Practices Policy Affidavit of Compliance
•:•Contract Agreement (Contracts other than Federal - Aid FHWA)
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Special Provisions
Maps and Project Information
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must
be signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
Submit at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
PUBLIC WORKS DEPARTMENT City of
6 00� g�R-
1415
ME M O R A N D U M
DATE: July 27, 2011
TO: Mark Barber, Senior Assistant City Attorney
FROM: Mike Benoit, Wastewater, x7206 ^'
SUBJECT: Cascade Interceptor Rehabilitation Project, WWP-27-3588
Potential Bid Irregularity
The bid opening for the Cascade Interceptor Rehabilitation Project, WWP-27-3588, was
held on July 26, 2011, at 2:30 p.m. Three bids were received.
There is a form required as part of the bid entitled, "Proposal and Combined Affidavit
and Certificate Form". The form is a two page form. The apparent low bidder as part of
their bid submitted only the second page, which includes the signature and all
information that the contractor needs to complete. The first page contains the standard
language for the form and does not require any filling out or execution on the part of
the contractor.
All other paperwork for the bid appears to be in order.
Please review and advise if this constitutes an irregularity in the bid documents.
Please contact me, if you have any questions.
Attachment
cc: Gregg Zimmerman, Public Works Administrator
Lys Hornsby, Utility Systems Division Director
Dave Christensen, Wastewater Utility Supervisor
H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Memo to Legal 01.doc\MABtp
city of
71
Cascade Interceptor Rehabilitation
WWP-27-3588
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
*Proposal & Combined Affidavit & Certificate Form:
Non -Collusion
Anti -Trust Claims
Minimum Wage Form
*Dept. of Labor and Industies Certificate of Registration
*Bid Bond Form
*Schedule of Prices
❖Bond to the City of Renton
•:•Fair Practices Policy Affidavit of Compliance
•:•Contract Agreement (Contracts other than Federal - Aid FHWA)
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Special Provisions
Maps and Project Information
Documents marked as follows must be submitted at the time noted and must be executed by the
IContractor, President and Vice President or Secretary if corporation by-laws permit. All pages must
be signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
❖ Submit at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
1
1
To,s r°2c,
CITY OF RENTON
Cascade Interceptor Rehabilitation
WWP-27-3588
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement, and the method by which payment will be made for said work, and hereby propose
to undertake and complete the work embraced in this improvement, or as much thereof as can be
completed with the money available, in accordance with the said plans, specifications and contract and
the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions, and
total amount of bid should be shown. Show unit
prices in figures.)
The undersigned certifies and agrees to the following provisions:
NON -COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing
proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, that the deponent has not directly induced or
solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person
or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to
secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any
and all claims for such over -charges as to goods and materials purchased in connection with this order
or contract, except as to overcharges resulting from anti-trust violations commencing after the date of
the bid, quotation, or other event establishing the price under this order or contract. In addition,
vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all
such claims to purchaser, subject to the aforementioned exception.
AND
Nk -rH 15 P,� 1�XCC�/Tf Q
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing rate of wage or not less than
the minimum rate of wages as specified in the principal contract: that I have read the above and
foregoing statement and certificate, know the contents thereof and the substance as set forth therein is
true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
Name of Bidder's Firm
Printed Name
Signature
Address:
Names of Members of Partnership:
M
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
Subscribed and sworn to before me on this day of 20_
Notary Public in and for the State of Washington
Notary (Print)
My appointment expires:
10/20/2011 22:35 FAX 6222678
Z 001 /016
Fax Sheet
To, -AQ'
Fax # , JCr3o,
Pag
From
Fax Q��{_ o22 20
10/20/2011 22:35 FAX 6222678 002/018
4�'�I k+i'r �:�i�i.' '?� 4' F;iJ•i:'at����„ �j�4 u+ ?.;'" ib�i )r-„� �. �
n, : �t. {,:, •��� �'.;sa;;;,,:N;;,.<<;'�;.,,, R.i�;,,,.r.
., - „.:
Transmittal Form
Company Name_ Scx,,
c nt &S t~. �� Jam„ u,l�irs��_
u w . Date:
Z I
Address
Com an :
City, State, Zip ac
Attention:
T Q— �( .
Phone Number I
L-q_ S k- J
From:
.
Project name:
- 3.1-3 gg.
Subject:
LL,,U � � h I -
We are sending you:
Attached
Via:
�Us Mail
❑ Hand Delivery
For your. -
El Records
Use and information
Approval
Review and comment
Use and distribution
Signed:
WMARKETING
d Under separate cover
❑ Express Mail
N' FAX
❑ FEDEX ❑ UPS
❑ Other
Memo: 4r T `G
0AteCA
Submittals -doe
10/20/2011 22:35 FAX G222678
A22�,,3co 5/2-0/i' L I '.4YLt A-i
0 003/016
Columbia Pumping & Construction, Inc.
Environmental Services Division
1005 S, Maitland Avenue -- Pasco, WA 99301
(509) 547-4841 (800) 510--1103 Fax (509) 547-7381
September 7, 2011
To: Lien berger & Associates
Re: Emall from Gary Lien berger to Frank Long and Terry Vojta dated Sept. 7, 2011
AC n: Gary Lienberger
Gary:
Below is the Information you requested.
1. Crew member names
' Paul Correa
— 6zequiel Manzano
Marco Mendoza
Mlchael Salancy L-�i L LEocT
Jeremy Smith
CV Ste; c Lr•x• Terry Vojta
V ��•- » OVs -r Vf)Tja
2. Client names — see attached Statement of Qualifications
3. Length of lines installed — see attached Statement of Qualifications
4. Lateral Cuts-i
5. Company Information
Columbia Pumping & Construction, Inc.
1006 5 Maitland Ave
Pasco, WA 99301
COLUMPC162K1
601-247.586
5. Company chain of command and titles
Terry Vojta — President
Jordan Vojta — VP/Sec/Tress
7. Ultraliner Copy of Certification — see attached
Columbia Pumping & Construction, Inc.
environment Service JRYvision
Frank Long
Project Coordinator
e at t �,-'U,zs ,
10/20/2011 22:35 FAX 6222678
©9 @T"2011 10.54 50954773B1
[A 004/016
PAGE 03/12
r
ULTRALINEA
1
July 2, 199S
To Whom It Llay Concct•rl:
Liceiwg, er,ifienri,r
This 1r ctr is to cc,7iF• ti a; Columbia purnping Construcr�on, Inc. i; a licensed installer of Ulcralincr PVC AJloyt" Pipcliner. Each oFUltraliner, Inc.'s licensed installers receives
tra1ning from Pn Putho;ized of Ulcralin:r, 1n:. to promo;; Competency and mutual
con6cIcnec in the ins't,-Utr's ability to mal:c propz,- installation decision;,
Sincc,—,:
L. Grant «%Wttic.
'ice Pre,idant
STATE OF ALBOA-NIA
C "�L H 0 UNL COUN T'
The undcrsi_plcd notary public in 8nd for said Counc- and Statc h:reby cerifics that
L. Grant NN'hirrlc, %,:hosa r.:tme Es Vi:e Pr_;iden: orUl„a!iner, a co,-poratioo, sigJted the
fo,ceoin� docurnent, zr,d %,:ho i; 6z,,own to mt. eclmowledpd before on this day that, bring
i,fo mc; of the contents oftne d��;umrnt l e, a; an ofti:er and wic, fell zuthono,-, executed
same voluntarily for and as tht acc of said corporaicn•
Given und:r r-.t� ha'Id this ?`' day. o.`JuA- 1993'
n
`"A' Uri& E. Obccholttcr, i\•o.- P�lic
1'; Co,. lksia:, ExP;r_s: S-23-99
P.O. Drawer 3630, Ox`ord, 35203 Phor,;� 205.83 1.33 13 Fax 20.5.831.557.5
Statement of Qualifications
9f712D11
Uitra Lining Customers. Ultra Lining Contractor Information
Name
address Phone
Pro ect Na a
Contact
Cleanin
VidAoin ft
FOLD & FORM
1s9a
Al l Pro Construction
2at8 Rd 44
Pasco WA 99301 509-946-7632
Jack
5847
A0 Box 39
Ceccanti Inc. U98D3 Spanaway WA 986B7 253-537-2990 Dave 387 7741
PO Box 217
City of Gardiner, Or. Gardiner, OR 97441 Larry Kamer 478 3735
City of Afl i non Box 1159
Freewater, OR LaG►ande, OR:97::�]�5413-7096 Cabe 3420.8
City of Stanfield PO Box 369
U9812 SanteitdOR 97875 541-449-3831 Jess Greenough 5747 6000.5
Drake & Dunn
387
3735
Const. Co. U9812 TO Box 1290 urnati9a OR 541-922-9621 Dariene Kendall 400 3750
PO Box 1196 North Bend
Fury Construction WA 98445 1425-888-1596 -" 3320 3320
NAkictC C8rT5tRICtIOr1 5524 N. JUFa St sAokene
Inc. WA 992t4 509487-1041 CJ 556 555
16gp
Panoramic Ridge
Const/Dev.
Tr State Const.
U9806
2400 Stevens Dr. Suite B
RicNandwA 99352 509-375-6003
320 1Nth Ave, N.E.
vuBellee WA 99M 206-604-0184
Dave Gatterson
Doug 4600
Jim Esters 7214
Ken Payne 840
Rich 16316.
1938,2
20895
1999
Apollo, Inc
Cenex Harvest
States U9819
City of Eugene
U9902
PO Box 7805
Kennewick WA 993M 509-586-1104
Po Box 2754
Pasoo WA 99301 509-547-2980
224 Fast Broadway
Eugene OR 97401 541-682-5560 #3721
7214
340
840
32632
790
30
16316
15
City of Heppner
Po
Ci of LaCrosse Lacrosse,
PO Box 758
Heppner, OR 97836 541-676-9618
Box 207
WA 99t43
Dave
Jim Crowder
Cade
790
15
103
CRY Of Mesa U2028
FrankFn St Mesa,
WA 09343 5D9-265-4252
592.9
572.9
562.5
2607
Darlene Kendall KenneWck
West Deschutes
WA 99336 509-783-5594 I
IDarlene
562.5
Statement of Qualifications
9/7/2011
Ultra Lining Customers-
Ultra Lining
Contractor Information
2
ame address Phone
Proaect Name Contact
Cleanin Videoin
ft
FOLD 8 FORM
erlino CDnst_
rKelch
9125S. 101hAve Seattle
U9905
WA 98108.206-762-9125
1300
Construction PO Box 203E Pasoo WA
2600
1300
U9903
2000
99301
509-547-9504
John
3287
3287
3 Rivers Properties PO BOX2333
U2037
Walla Walla WA 99362
509-570-0505
Doug
PO BOX 73W
3013.7
Apollo Inc U2035
Kennev&k WA 99336
509586-1104
Jeff
7912.2
79122
PO BOX 7305
.
7912.2
APolto Inc U2024
KennevAck WA 99336
509-586-1104
Jeff
PO BOX 7305
1500
1500
Apollo Inc U2M
KemeWck WA 99336
-5D9-586-1104
Jeff
350
1631 W, Clearwater
Badger Inc U2019
'I KemeWck WA 99336
1509-582-3437
Bob
City of Astoria
1095 Duana S1.
Astoria OR 97103
503�25-5821
Michael Caocava ' 224
448
224
City of Grand
po Box 180
Coulee U2034
City of Kenriewick
Grand Coulee WA 99133
509-633-1105
L"o RELINING Rich Heil
554
1108
544
U9909
Po Box 610a
Kemewick WA 99336
509-585-4283
Tony
17931.7 265 25000 530
17931.7 265
2 North Ash Street Po
City of Omak
Box 72 Omak
WA 98841
City of The Dalles
Michael Becker
75
150
.
313 Court Si.
U2041
D&H Construction
Danes, OR 97058
541-296-5481
Dale McCabe
1729
3458
1729
U20C31
PO BOX a353
East Columbia Irr_
Yakima WA 96906
509-952-9347 Keene Rd. Douglas
various
C2034
pO Box E
OEhedo WA 99344
509�489-9671
Craig
738,8
Facilities Services-
1295 Frw Min Blvd.
738.8
369.4
U of O U2005
Frontier Farms
Eugene OR 97403
541-686-8478 U of 0 Ed Verksit
1900
2500
1382
U2022
502 Cedar Rd„Peaoo WA
9MI
509-265-4498
Mike Eilson
various
Great Wall Buffet
2400 North Cd, CW Blvd
Ksnmwick WA
5D9-735.1316
Herke Rode COnst,
Chip Graeber
375
U2040
19320 Ahtanum Rd.
vakkm WA
509-966-7625
fKarmit Hazen
various
Statement of Qualifications
Ultra Lining Customers. Ultra Lining Contractor Information
9/712011
3
Name
i Mdress77] Phone
Pro'ect Name Contact Cleanin
Videoin ft FOLD & FORM
Rada
rJohn
2501 E. Lewis Pasco WA
vation
9eao1 509-547�509
1201
Randy Hayden
679.8
2810 W Clearwater suite
Engineering
Kennewick WA
U2004
s9a3s 509-783-2144
Alan Crawford
2170
2170•
Port of Morrow PO BOX 200 Boardman
U2017 . OR 97818 541-481-7467
, Sill Hunt
700
• 1400 700
Town Of Coulee 300 LincoM Coulee Dam
Dam U2030 WA 99116 509 633-0160
Jerald Rea
3900
7800i 3900
Watts Construction 5321 West I
U2048 Kennewick WA 99336 509-735-7969
Mark Brain
1459
PO Box 33697
Centennial
Fort LBWIS,WA 98433•
Yakima Training
Contractors U2018 os97 253-912-1910
Center
La 3050
3050
3050
Centennial PO Box 33697
Fort Lewis, WA 98433-
Contractors U2016 0697 253-912-1910
Fort Lewis
La 3050
3050
3050
13256 Northup Way #jo
Hartford Contracting Beuewe, lNA 98005 •425.643-8580
Olympic Parks Ron 6510
6510
651 D
2001
PO BOX 7305
A Ilo Inc U2101 Kennewick WA 99336
5D9-506-11 D4
Jeff various
PO SOX 9
City of Echo U2016 Echo OR 97B26
541-376-8411
Patrick Munyon
various
City of Issaquah PO BOX 1307
U2122 Issaquah WA 9aW
425-837-3400
201002
Dave Winters 8662
19046
6712
Jerry Herman Exc. &
620 N. 131h Waua
Paving U2026
walla
WA 99362
509-525-4208
Jerry
745.7
Wicker Construction
PO BOX 449 Verdale,
U2115
WA. 99307
509-990-3414
Gordan Wicker
300
20D2
All Pro Constniction 2016
Rd"
U2228 Pawo
WA 9M1
509-948-7632
Jack
111100
Statement of Qualifications
9/7/2011
Ultra Lining Customers:
Ultra Lining Contractor Information
4
me
Perry &
Address
Phone Project Name Contact
Cleaning
Videoin ft FOLD & FORM
tsol N, Ave.
224
Dallas
rTh
LaGrande OR 97850
509-529-9260
Eric Zitterkopt
3200e
313 Court St
9
Dadlas, OR 970M
541-296-5481 Brewery Grade
Scott Morris
267 534itsbur
267
P
Po Box 35 Waltsburg, WA. 99361
�509-337-6371 ,
Gary White
2781
2781
City of Walla Walla 55 East A9owe
U2206
WaYa Walla, Wa. 99362
509.527-4363
.Alan Crawford
I 513
Columbia Basin
PO BOX 382 B156
Construct ion U2226 Pendleton, OR 97801
541-266-2055
Bob
Potholes Golf
7037 HWY2B2 E Othello,
18rian
900
Resort U2208
WA. 99344
5D9,346-Mi
Rim Rock Cove
31476 Madre Rd. NE
10000
U2204
302 Coulee City. WA.
199115
509-632-5200
=Mike Delp
610 610
610
Scotts Excavation
PO BOX 871028
Vancouver, WA. 98687
509-727A107
Calvin
Wubben Brothers
721 S. 28 Street Pasoo,
1400
1400
U2235
WA 99301
509.547-4441
Jerry
1000 100D
2003
Anderson Perry &
214 East Birch
Assoo. U2301
Walla Walla WA 99362
509-529-926fl
An
PO BOX 7305
2617.4
Apollo Inc U2303
Kemewick WA 99336
509 586-1104
Jeff
5144
PO Box 7305
10288
5144
ollo Inc U2327
Kennewick UVA 99336
509-586-1104
]Mark
10000
Bart& Laser
PO8ox4
Leveling inc. U2034
Hermiston OR 97838
541-564-9830 Rd 36 & 44
I Jim
300
300
Barton Laser
PO sox 4
Leveling Inc. U2312
HermleLon OR 97838
541,64-9830 Rd 44
Bert
Lump Sum
City of Burlington
900 E. FaWmw Ave.
U2333
Budh&n, WA. %M3
360-755-9715 181, Storm
Rod
85
170
85
City of Meroer
9911 SE 36th St Mercer
island U2305 116I0nd,VVA
98040 .
206-236,3612
Do
837
8371
837
Statement of Qualifications
W1712011
Ultra Lining Customers:
Ultra Lining
Contractor Information
5
Name dress
City of Olympia
Phone
Praeect Name Contact Cieanin Videoing Ift1
-
FOLD &FORM
PO Box 1967
U2309
i
Olympia, wA_ 90507
City of Pilot Rock284
360-753-8740
Jay284
284
Po Box 130
U2334 Pilot Rock, OR 97868 541-443-2811
City
Steve Lump Sum Lump Sum
of Richland - po Box 190
U2352 Richland, wA 993b2
509-942-7331
City of Waitsbur 9 Po Box 3s
Jackie 237.2
237.2,
237.2
U2349 Waitsbu►g, WA 99361
509-337-0371
Dan & Jake 559.2
559.2
City of West 3801 W. VanGiesen
559.2
West Richland, WA.
Richland U2341 99353
509-531-0234
City of Yakima
Dan
150
2301 Fru?lvele Bhrd.
U2361
Yakima WA 98901
509-575-6196
Alvioe 320
640
320
CSS Excavating, Inc po Box 297
U2314 Post Falls, la 83654
509-765-0238
Rd 68 Calvin � Lump sum
CYS Excavating, Inc Po Box 297
(Post
<
U2319 Falls, ID 83854
509-765-0238
Rd 68 Lump sum Lump Sum
CJ'S Excavating, Inc Pp Box 297
U2326 I Post Falls, la 83654
11925
509-765-0238
Rd 68 Lump Sum Lump Sum
W. Hampton RD.
Dig-4U, Inc. U2345 otheim, wA. 99344
509-488-9903
Ron
Franklin County 4320 RD 111 Pasco, WA
1000
2Duu
Irrigation U2335 993mi
509-727-0168
John
1000
1231 N. Dayton RD
Gerald Li ps U2356 Ebpia. wA
509-266-4341
Gerald
Inlyne - The Dalles st `tAb
435
t! rudder
street Abbotsford, BC
U2354
VZT 683
604-504-0014
Ken
Neches Seiah Irr. 620 Guinan RD. Selah,
2098 .
Dist. U2358 WA.
5OM97-4177
Roy
2000
Oregon Dept of Fish 3406 Cherry
Ave. N.E.
& Wildlife U2357 satem,oR. 97303
503-947-6217
John
200
Pegram
PO BOX 41 a Ot} A6
Construction U2338 I wA. 99344-0418
509-488-2246 1
Dou r 1200
2400;
Statement of Qualifications
917/2011
Ultra Lining Customers: Ultra Lining Contractor Information
Name Address
Phone
Pro'ect Name
Contact
CleaningYldeoing (ft1
FOLD 8 FO
Port of Sunnyside pp gpX 329 Sunnyside,
<
U2310 WA.9894a
509-839-3187
Robert Ferrell
1040
1040
1040
Rod Anderson 45 SE 3rd St.
Const, U2347 1 Pendleton,Or. 97801
541-276-4104
Rod
800.
321 W. State Aberdeen,
Rognlin's Inc U234B wA. 98520
360-532-5220
Jim
180
360
180
Roy L. Houck 4444 22nd Ave NE
_
U2339 Salem, OR. 97303
503463-7177
Roy
1052
2104
1052
Roy L. Houck 4444 Z2nd Ave NE
U2341 Salem, OR. 97303
503463-7177
Roy
41
82
41
Santos �Ieos7 N. Rd64Pasco, WA
U232101
509-544-9504
Santos
850
!
Scotts Excavating PO Box 871028
Inc. Vancouver, WA. 9%87
509-727A107
Calvin
2300`
2300
ScottsExcavating PO BOX 871028
Inc. U2338 Vancouver, WA. 98587
509-727-4107 `
Calvin
6000
6000
Skone and Connors po Box 276
Produce U2320 Warden,Wa. 98951
509-349-2391
Lump Sum
THG Construction 114 wellsian way
Co .U2316 Richland, WA. 99M2
509453-4833
Lawrence
215 437
201
Wubben Brothers 72118. 28 street Masco,
U2336 WA. 99301
509-547-4441
Jerry
3300
Wubben Brothers 721 S. 28 Street Pasco,
U2353 wA, 99301
509-5474441
,ferry
2000
4000
Wubben Brothers 721 S. 28 Street Pasco,
t
U2362 WA- 99301
509-547-4441
Jerry i
347.2
2004
Johnson Rock 62157 HWY 101
Products U2418 Coos Bay, OR 97420
541-269-2000
IqP
3408
3408
2924
1901 N. FirAnderson Perry & La Graandee, , OR 9785t1-
Associates U2433 m8
541-963-8309
Troy
22077
22077
Municipal Service 407 E. 371h s7
Co. Inc, U2464 Bolsa, ID 83114
205-562-8128
Janiell Lee
Statement of Qualifications
W7l2011
Ultra Lining Customers: Ultra Lining Contractor Information
Name
Address
Phone
Proiiect Name
Contact Cleantn
I Videoi ft FOLD & FORM
THG Construction
1969E. NevpoA Avenue
Co.U2468'
HeFmislm, OR 97838
541-567-5141
Denny 9208
9208
H-K Contractors,
PO Box51450 Idaho
_ ^
Inc. U2476
Falls, ID 83405
208-523-6600
;
Kent
173
173
173
2005
t
Wilder Construction
1525 E Marfne Vrrew Drive
Kelley or Ray
Company U2535
Everett, WA 98201
425-551-3100
Peterson
427
427
427
Town of Coulee
300 Lincoln Ave
,
Dam U2539
CoLAee Dam, WA 99116
509-633-0320
Parry Peacock
1675
1875
1875
City of West.
3801 W. VanGaesen
West Richland, M.
Richland U2555
99353
509-967-7128
Heath
26001
2600
2600
City of Grand
Ro Box 1eo
Coulee U2580
Grand Coulee WA 99133
' 509.633-1550
Dennis
160
1601
160
2006
1
Oregon Excavating
Ic25conger, SpW7
U2621
Eugene, OR 97402
1021
102
102
Clean and line
,
Storm Drains at
Phillips Services
625 South 32nd Street
GE Energy
Various lengths of 4",
U2635
Washougal, WA 98671
503-702-6548 Center
6" and 8"
2007
Acme Concrete -
U2739
Clean 900' of
4124 E Broadway
;trench
at
Spokane, WA 99M
509-939-9588
Clean
Pasco Airport
All Pro Construction
4514 W 9tn Ave
U2702
KenrwMrk, WA 99336
544-0696
Clean Manholes
Einar
manholes
All Pro Construction
4514 W 9M Ave
3009 of new
3000' of new
U2712
Kennewtck, WA 99336
544-0696
Clean & Video
Einar
sewer line Isewer
line
4514 W ft Ave
Vactor 2 storm
vactor 2 storm
All Pro - U2721
Ke'wMck WA 99336
544-06%
drain
Einar
drains
Statement of Qualifications
Ultra Lining Customers: Ultra Lining Contractor Information
9/712011
Name
Add,essI
Phone
Pro act Name Contact Cleanin
Videoin ft
FOLD & FORM
AMEC - Portland -
7375 gw Durham Road
U2729
Porlfand, oR 97224
50c) nn
,Subcontr 88479
Kasey Hersey
132' of 18"1iner
132' of 18" liner
Anderson -Perry -
21 hrs of videoing
U2738
PO Box 1107 La
lines in Dayton,
Grande, OR 978504938
541-%3-8309
CherrySt Video
Troy Baker
IWA
Anderson -Perry -
PO Box 1107 La
—
U2740
Grande, OR 97850-Me
541-963-8309 Cherry St Video
Troy Baker
Vdeo lines
City of Benton City -
Po Box 70
U2725
Benton city, WA 99320
366-6801 Video inspect
Ron
20tY outfail pipe
City of Echo -
PO Box 9
Clean one wet
U2749
Echo, OR 97M
541-376-8411 Vactor & Clean
Amle
well
City of Electric City -
Po Box 130
Line with
Video 1500' of
U2714
Electric city, WA 99123
509-633-1510 Ultraliner
Ken Dexter
sewer line
City of Electric City -
Po sox 130
Line with
259.4' of 8",
272.5' of 10",
259.4' of 8", 272.5' of
U2727
Elednc city, WA 99123
509-633-1510 Ultraliner
Ken Dexter
1239.9
of 10"
10", 239.6' of 10"
City of Grand PO SOX 180 410' of 10', 130' 410' of 10', ,130' of
Coulee - U2736
. Grand Coulee WA 99133 509-633-1550 Ultraliner Project Dennis Francis of 6, 61,
Conner
Construction - 4822 W Union sewer line @ sewer line
U2710 Kennewick, WA 99338 509-735-2482 Clean &Video •Steve Connor Thermo King Thermo King
East Columbia
Irrigation Dist - Po Box E Video 30"
U2721 Othello, WA 99344 509-488-9671 Video inspect . Craig Simpson imgation line
East Columbia
krigation Dist - Po Box E Video various '
U2750 Othello, WA 99344 509488-9671 Video inspect Craig Simpson irrigation lines
2006 Sanitary
Sewer
EC (City of 505 swift Blvd
Richland) - U2701 Richland, WA
Trenchless
2867.75' of V
2867.75' of 6" 2370'
99352
509-943-7390
Rehabilitation
Sarah or Dan
2370' of 8"
of 8"
Fowler Construction 1820 Terminal Drive
One
- U2718 Mchland, WA 99352 509-943-2643
Hanford Site
telephone
Chad Wheeler
hole
Statement of Qualifications
9/7/2011
Ultra reining Customers; Ultra Lining Contractor Information
Name ,: A>idres's
Phone
I Project Name
ConWO'
Cleanin
Videoina (ft1 FOLD & FORM
I
Pegram Po BOX418
120 LF 16" water
Construction U2734 othdo; WA 9934"415
509-248-4426
Video at Quicy
Doug Pegram
fine
Po Box 290
900' of 12"
Rotschy - U2722
YaoM, WA 98675
360-686-31072
Shane Korpela
,
storm line
i
Video 1000'
new sewer
PO Box2W
line at Ochoa
Rotsch - U2741
Yacoll, WA 98675-
360-686-3072
Shane Korpela
School
Idaho
Transportation
Valley Paving &
Pp Box 30B
Dept - ST3260
Clean 200'
Video 200' 18"
Asphalt - U2716
Cottonwood, ID 83522
208-962-3314
(12)
18" Line
Line
Place 200' 18" Liner
Hydraulically
Yakima Training Ctr
Building eta
clean various
U2751
Yakima,.WA 98901
j509-833-8050
Iculverls
2008
City of Benton City -
PO Box 70
Video various
U2801
Benton City, wA 99320
366-6801
,lion
lines - mostly 8"
Video inspect
City of Benton City -
Po Box 70
400' of active
U2820
Benton C4, WA 99320
509-366-6419 .
Ron
sewer line
Street Department
I
City of Burlington -
951. Section Street
Budinglon, WA 98233-
U2745
19114 ,360-757-4214
Jerry Windsor
89 of 12" PVC Liner
236' of 8" PVC Iirter;
107' of 6" PVC liner;
316 of 10" PC liner;
4 reinstatement of
side services; heavy
City of Grand
PO Box 180 1
2008 Sewer
Video, all lines
cleaning and root
Coulee - U2821 11 'Grand
Coulee WA 99133
509-633-1550
Relining
Dave Francis
when complete
removal
C-More - (01130T)
9350 Riciffeall Rd
U2752
Rlckreell, OR 97371
503-623-1319 IODOT
Rick Stroud
516 of 8" PVC liner
Simplot at
C-More - (Prineville) 935D Rldveal Rd
Independence,
U2743 ; Rlcinal, OR 97371 503-623-1319
OR
Rick Stroud
22{7 of 32" 1irTer
Ultra Lining Customers:
Statement of Qualifications
Ultra Lining Contractor Information
Name _
Address
f Phone Project Name
S&C Ranching -
Pp Box 33s
U2913
Warden, WA 98857
509-349-2391
2010
- -
— -
City of Benton City
- Po Box 70
U3010 _
Benton City, WA 99320
509-366-6419
City of Benton City
- PO Box 70
U3018
Menton City. WA 99320
509_366-6419
_
City of Grand Po Box 180 Sewer
Coulee _U2921 GrandCoWeaWA99133 509-633-1550120D9
Rehabilitation
)1024 Cleveland Ave
Po Box 809 2010 Sanitary
City of Mount Mount Vemon, WA Sewer Lining
Vernon - A3010 98273 360-336-6204 Pro 10-3
Contact
!Hydraulically ;
clean beneath
air floors on 4
onion storage
Steve Conner bldgs
W12011
11
(Video one sewer
Ron
line
302' of U' Ultraliner;
1552' of 10"
Video inspect
Ultraliner; 15 internal
various sewer
reinstatement of side
Ron
(lines
services
145'of6"PVC
'Iiner,209'
of 8" PVC
liner, heavy cleaning,
root removal; one 8'
long 8" point repair;
Video when
one B' long 6" point
Dennis Francis
complete
repair _
Install 489.7' of 6",
4079.2' of 8' ; 92.8" of
10', 436' of 12"; Four
18" point repairs,
1
One B" point repair,
remove 32
obstructions; 61
service iine
reconnections and
Video when
grouting; 18 bypass
Al Steele
'complete
sewer
Statement of Qualifications
Ultra Lining Customers: Ultra Lining Contractor Information
9/7/2011
12
Name Address Phone Jill Protect Narne Contact Cleaning
Videoi ft
FOLD &FORM
City of Waitsburg - .Poaox35 2010 Sewer
U3015
630' of 10" Ultraliner
PVC, 1209 of fi"
'Ultraliner PVC; root
waia,r9,wA. ssasl 509�29-9260 Rehabilitation Dan Kastel
removal; laterals
City of
McMinnville - SE
C-More -Port Po BOX 69 10th and SE Clean sewer
Orchard - U3041 MckTeall, OR 97371 503-623-1319 lEdwards Mike lines
302' of 8" Ultraliner;
1552' of 10"
C-More -Port
'Ultraliner, 15 internal
Orchard - U3041
Po Box s9
Rickreall, OR 97371
503-623-1319
Mike
reinstatement of side
services
i
Contractors
Vector service
Equipment - U3017
2312 S Ely at customers
Kennewick, WA 99337 509-5214261 Hanford Site Dennis Gegg design
Kennewick Irrigation
` Video inspect
12 W KennewiakAve
District - U3020
39' irrigation
Kennewick, WA 9933x 509-586-9111 lines
National Park
Glean approx
Video inspect
Service - U3011
1008 Crest Die
Coulee Dam, VVA 99116
509-633-9441
600 LF sewer
approx 600 LF of
Wayne Owens
line
sewer line
Video inspect
National Park
Glean approx
Service - U3013
1008 Crest Drive
Coulee Dam, UUA 99116
509-633-9441
Wayne Owens `line
1000 ft sewer
approx 1000 LF of
sewer line
National Park
Service - U3016
1008 Crest Drive
PO
Video when 210' of 4" Ultraliner
Coulee Dam, WA 9911s
50"33-9441
#P9260100045
Wayne Owens
corn late PVC
Hydraulically
S & C Ranching -
PO Box 339
clean 3 potato
Clean 3
U3021
warden, WA 98857
509-349-2391
sheds
Steve Conners_potato
sheds
3117' of 6' , 528' of
Town of Coulee
300 Lincoln Ave
20D9 Sewer .
Video when tap;
8"; one protruding
70 sewer
Dam - U2918
Coulas Dam, WA 99118 1.5OM33-0320
Rehabilitation jBarry
Peacock I
loomplete
reinstatements
LA
h
Statement of Qualifications
Ultra Lining Customers: Ultra Lining Contractor information
917/2011
13
Name
&i4cs
Phone Project Name
Contact
q[qAqLng Videoina tft) FOLD & FORM
Bureau of Reciamabon
i
,EPH 2810
Video inspect one
US Dept of the
Po Box 815
15" concrete
Interior - U3022
Ephrata, WA 9SM-0815
509-488-9671
- —
Craig Simpson
irrigation line
-
1432' 0f-24"; 15 -
2011
service line
reconnections;remov
2011 Folded
'e 4
Po Box 809
PVC Sanitary
obstructions; repair 1
City of Mount Mount Vemw, WA
Sewer Lining
broken lateral; 6
Vernon - U3116 f98273
36D-336-6204 Project No. 11-2
Al Steele
_ bypass sewer
Cut-off and brush 3
Hal me Construction
38103 Hahne Dr E
+ protruding taps;
U3050 _
Davenporl, WA 99122
509-725 4000
—
Jason Halme
-
f clean and video
-
Sewer Line
�,.,
«k_2 ptcec
Rehabilitation
lido
1488' of 12"; 4
Port of Sunnyside -
Po Box 329
i Using Ultrahner
y (Sc
s3S-��7b internal
U3119
Sunnyside,VVA 98944
509-839-3187 PVC Alloy Liner
Dame Hester T
reinstatements
I
T 2r2 y
V G t
e: J— "-- � rz —
i
- -- -� ��.� -rv2
C�•� 22r_�''�
�P2u TCc j —4-5
-- — —
I
i
Michael A Benoit
From: Gary Lienberger [glienberger@earthlink.net]
Sent: Monday, August 22, 2011 11:48 AM
To: Michael A Benoit
Subject: Re: Work plan @ site
Importance: High
I will provide you this information
from crew we are putting together
We will have a combined crew that has installed 100,000 linear feet in Oregon and Washington
I need two copies of full plans and specifications sent to
Suncoast Environmental N.W.
14413 S.E. 8th Street
Vancouver, WA 98683
Attention: Jim
Gary Lienberger
Lienberger & Associates
cell: 818.519.9060
fax: 909.622.2678
glienberger@earthlink.net
From: Michael A Benoit
Sent: Monday, August 22, 2011 11:13 AM
To: 'Gary Lienberger'
Subject: RE: Work plan @ site
Mr. Lienberger,
Your submittal is still not providing the clarity we are seeking.
It would appear, based upon this submittal, that Ray Stover is being presented as "the contractor" as related to the
requirement that the contractor have a minimum of five successfully completed Ultraliner projects totaling a minimum
of 50,000"lineal feet. Please provide a list of successful projects that Mr. Stover has had significant responsibility for the
installation of the Ultraliner that we can perform reference checks on. The list should meet the total minimum
requirements listed and for each project include the name of the jurisdiction, contact name, contact phone number,
name of the project, and dates of the project.
If Mr. Stover will also be considered the project superintendent and "be on the project for the duration of the project
and be available at all times during the Ultraliner rehabilitation", this list will suffice. If Mr. Stover will not be considered
the project superintendent, please identify that person and provide a list of successful projects that person has had
responsibility for with a minimum of three projects and 25,000 lineal feet. The list should meet the total minimum
requirements listed and for each project include the name of the jurisdiction, contact name, contact phone number,
name of the project, and dates of the project.
Please identify the member(s) of the installation crew that have a minimum of one year experience of installation of the
Ultraliner who "shall be on the project site at all times" during the pipe rehabilitation portion of the project. If other
than Mr. Stover or the project superintendent, please provide a list of projects that person has worked on as an installer.
The list should meet the total minimum requirements listed and for each project include the name of the jurisdiction,
contact name, contact phone number, name of the project, and dates of the project.
It would appear that Marty Lienberger is identified as the Lateral Cutting Technician. Please provide a list of projects
showing he has the minimum one year experience reinstating laterals. The list should meet the total minimum
requirements listed and for each project include the name of the jurisdiction, contact name, contact phone number,
name of the project, and dates of the project.
If you have any questions, please let me know.
Thank you.
Project Manager
Wastewater Utility
City of Renton
(425) 430-7206
From: Gary Lienberger[mailto:glienberger@earthlink.net]
Sent: Wednesday, August 10, 2011 7:38 AM
To: Michael A Benoit
Cc: Jim Atchison
Subject: Re: Work plan @ site
Importance: High
Ray Stover- an employee of Ultraliner since 2002
Ray will be on site as the trainer of the Suncoast crew
Ray has at least put 700,000 linear feet of PVC Alloy pipeliner in place
Ray will train and operate himself the boiler and the installation equipment
Ray is confined space trained
Marty Lienberger- an employee of Lienberger & Associates
who will be put on the payroll of Suncoast during this project
for project manager and overseer of the field operations.
Marty experience is with cleaning, lateral cutting, by pass
The placement and the supply of equipment and the person
for the City of Renton to have as one single contact on the project
Confined space certified, certified with railroad projects throughout the US and Canada
18 years in the trenchless business
Gary Lienberger-will be on site as the Ultraliner rep for support of the crew
training support with Ray for the paper work and documentation required for report
steam, and daily reports, payroll, etc. The administration of the daily paper functions of the
project. Confined space trained, first aid trained, certified with railroads throughout the US and Canada
26 years experience in the trenchless business
Worked 6 years as a direct employee of Ultraliner throughout the US Canada and Mexico
Site inspector for many engineering firms and cities
The manhole crew listing is for Suncoast experience crew that has been used on the jobs that we
supplied references too. All Suncoast people are confined space trained Many 1,000's of feet of Ultraliner has
been previously installed in your state
by Columbia Pumping from Richland WA near the tri-cities.
We have 100% confidence that with our experience and class A equipment and a superior product we will
perform in a timely manner and the City of
Renton will be completely satisfied with the end results for years to come.
Gary Lienberger
Lienberger & Associates
cell: 818.519.9060
fax: 909.622.2678
glienberger@earthlink.net
{ Co?lal ct Us Page 1 of 2
Lienberger & Associates
Consultants, Estimators, E Rail Certified Contractor, CSLB # 913181, Confined Space Trained, DUNS 832998723, C.A.G.E. # 5U9J1, Sanitary
Sewer Contractors
Home Page Our Services Contact Us Staff Bios
Contact Us
http://www.lienbergerandassociates.com/Contact_Us.html 08/08/2011
` CoIIt ct Us Page 2 of 2
Info(a)Lienbercierandassociates.com Looking for a way to market your product, grow your business or
be a more sucessful bidder when it comes to public works
Gary's Cell: 818-519-9060 projects? Give us a call or send us an email, we will be happy to
supply you and your company with a quote based upon your
GLienberoer(a)earthlink.net need.
Jamie's Cell: 386-846-9719 With the dawning of a new year and a new decade, we'd like to
welcome to the Staff, Mandi Malena, Mandi is just getting her feet
sau;Dhtale(@.vahoo.com wet in the water/wastewater industry. She's already attended a
WEFTEC, recently in Orlando, FL. Mandi can be reached at
Mandi@Lienbergerandassociates.com
Copyright 2007-2011. Lienberger and Associates. All rights reserved.
Go Daddy
http://wwwAienbergerandassociates.com/Contact_Us.html 08/08/2011
Page 1 Page 1 of 1
Lienberger & Associates
Consultants, Estimators, E Rail Certified Contractor, CSLB # 913181, Confined Space Trained, DUNS
832998723, C.A.G.E. # 5U9J1, Sanitary Sewer Contractors
Home Page Our Services Contact Us Staff Bios
About Us
With over 30 years combined experience, Lienberger & Associates, has been serving our clients around
the globe for 7 years. Lienberger and Associates is a multifaceted company with knowledgeable staff
dedicated to helping our clients succeed. Lienberger and Associates is a WBE that is registered with
CCR and has attained it DUNS #. From private projects on a small scale to municipal projects designed
to service many, Lienberger and Associates has the knowledge and know how to complete any project!
Give us a call today!
We are highly skilled, dedicated and passionate
about what we do and what we do for our
clients. WE have helped our clients receive
funding from their banks and creditors, we have
helped non client municipalities receive funding
for everything from a firetruck to a baseball field
- including brand new sanitary sewer
infrastructure. No job is too small or too large!
Copyright 2007-2011. Lienberger and Associates. All rights reserved.
Go Daddy
http://www.lienbergerandassociates.com/ 08/08/2011
Ou'r Services
Page 1 of 2
hienberger & Associates
Consultants, Estimators, E Rail Certified Contractor, CSLB # 913181, Confined Space Trained, DUNS 832998723, C.A.G.E. # 5U9J1,
Sanitary Sewer Contractors
Home Page Our Services Contact Us Staff Bios
Our Services
http://www.lienbergerandassociates.com/Our—Services.html 08/08/2011
Odr Services
Page 2 of 2
Gary Lienberger, Vice President
Consultant, Estimator, ERail Certified, Specification writing, Job
walks, pre bid meetings, Product Approval process, CSLB #
913181 speaker/presenter at Trade Shows, CCRs
Mobile Notary and Signing Agent, Member NNA since 1993,
Wills, Trusts and Estate Planning
Cathy Lienberger, President
Day to day operations, job searching, office support, involved in
submittal process
Jamie L. Quick, Senior Partner
Consultant, Project Manager, Specification writing,Job
walks, pre bid meetings, pre construction meetings, Submittals,
Product Approval/Acceptance process, CSLB # 913181,
Webinars, ERail Certified, CCRs speaker/presenter at Trade
Shows, Mobile Notary, member NNA since 2006,
Copyright 2007-2011. Lienberger and Associates. All rights reserved.
Go Daddy
http://www.lienbergerandassociates.com/Our_Services.html 08/08/2011
Michael A Benoit
From: Gary Lienberger [giienberger@earthlink.net]
Sent: Wednesday, August 10, 2011 7:39 AM
To: Michael A Benoit
Cc: Jim Atchison
Subject: Re: Work plan @ site
Importance: High
Ray Stover- an employee of Ultraliner since 2002
Ray will be on site as the trainer of the Suncoast crew
Ray has at least put 700,000 linear feet of PVC Alloy pipeliner in place
Ray will train and operate himself the boiler and the installation equipment
Ray is confined space trained
Marty Lienberger- an employee of Lienberger & Associates
who will be put on the payroll of Suncoast during this project
for project manager and overseer of the field operations.
Marty experience is with cleaning, lateral cutting, by pass
The placement and the supply of equipment and the person
for the City of Renton to have as one single contact on the project
Confined space certified, certified with railroad projects throughout the US and Canada
18 years in the trenchless business
Gary Lienberger-will be on site as the Ultraliner rep for support of the crew
training support with Ray for the paper work and documentation required for report
steam, and daily reports, payroll, etc. The administration of the daily paper functions of the
project. Confined space trained, first aid trained, certified with railroads throughout the US and Canada
26 years experience in the trenchless business
Worked 6 years as a direct employee of Ultraliner throughout the US Canada and Mexico
Site inspector for many engineering firms and cities
The manhole crew listing is for Suncoast experience crew that has been used on the jobs that we
supplied references too. All Suncoast people are confined space trained Many 1,000's of feet of Ultraliner has
been previously installed in your state
by Columbia Pumping from Richland WA near the tri-cities.
We have 100% confidence that with our experience and class A equipment and a superior product we will
perform in a timely manner and the City of
Renton will be completely satisfied with the end results for years to come.
Gary Lienberger
Lienberger & Associates
cell: 818.519.9060 '
fax: 909.622.2678
glienberger@earthlink.net
From: Michael A Benoit
Sent: Tuesday, August 09, 2011 3:56 PM
To: mailto:GLienberger(&earthlink. net
Subject: City Of Renton - Cascade Interceptor rehabilitation
Gary,
Dropping you this email following our phone conversation so you have my email address if you want to send the
requested information electronically.
P✓1irI�r el A. T,Ev�,0%t
Project Manager
Wastewater Utility
City of Renton
(425) 430-7206
4
162J ,Du C-r-
Tv
o .t} A4 4
T Y
T"+ ,
la f- ,f cu
2's
'.1y©
s
Page 1 of 2
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Statement of Intent to Pay Prevailing Wage
Document Received Date: Intent ID: Affidavit ID: Status: Approved On
5/5/2011 454385 5/10/2011
Company Details
Company Name:
Address:
Contractor Registration No.
WA UBI Number
Phone Number
Industrial Insurance Account ID
Email Address
Filed By
Prime Contractor
Company Name
Contractor Registration No.
WA UBI Number
Phone Number
Project Information
Awarding Agency
Awarding Agency Contact
Awarding Agency Contact Phone Number
Contract Number
Project Name
Contract Amount
Bid due date
Award Date
COLUMBIA PUMPING Et CONST INC
1005 S MAITLAND ST
PASCO, WA, 99301
COLUMPC162K1
601247586
509-547-4841
464,320-01
cbarton@charterinternet.com
Barton, Charlotte
COLUMBIA PUMPING Et CONST INC
COLUMPC162K1
601247586
509-547-4841
MOUNT VERNON, CITY OF
PO BOX 809 MOUNT VERNON, WA - 98273
Alllen Steele Iq,
360-336-6204 0r1AU � )k
11/2/2011
2011 Folded PVC Sanitary Sewer Lining
Project
$249,942.00
4/11/2011
4/13/2011
https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx
08/11/2011
Page 2 of 2
Project Site Address or Directions
Payment Details
Check Number:
Transaction Id:
Intent Details
Expected project start date: (MM-DD-YYYY)
In what county (or counties) will the work be
performed?
In what city (or nearest city) will the work be
performed?
What is the estimated contract amount? OR is this a
time and materials estimate?
Will this project utilize American Recovery and
Reinvestment Act (ARRA) funds?
Specifically, will this project utilize any
weatherization or energy efficiency upgrade funds
(ARRA or otherwise)?
Does your company intend to hire ANY
subcontractors?
Does your company intend to hire subcontractors to
perform ALL work?
Will your company have employees perform work on
this project?
Do you intend to use any apprentices? (Apprentices
are considered employees.)
How many owner/operators performing work on the
project own 30% or more of the company?
Journey Level Wages
Line approx 1430 LF of 24" diameter
sanitary sewer pipe
103122918
7/12/2011
Skagit
Mount Vernon
$249,942.00
No
No
Yes
No
Yes
No
1
County
Trade
Occupation
Wage
Fringe
#
Workers
Skagit
Laborers - Underground Sewer Et
General Laborer Et Topman
$40.03
$0.00
5
Water
Public Notes
o Show/Hide Existing Notes
No note exists
https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 08/11 /2011
Page 1 of 2
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Affidavit of Wages Paid
Document 1 /11 /2011 Intent 295933 Affidavit 307195 Affidavit Approved on
Received Date Id Id Status 1 /11 /2011
Your Company Information
Name
Address
WA UBI no.
Contractor Registration no.
Industrial Insurance Account Id
Email Address
Filed By
Project Information
Awarding agency:
Awarding agency contact:
Awarding agency contact phone number:
Project Details
Project name
County where work was performed
City where work was performed
Job site address/directions:
Prime contractor name
Prime contractor registration no.
Contract no.
Prime contractor Phone Number
Prime contractor Intent form Id# for this
project
Dollar amount of your contract:
Bid due date
COLUMBIA PUMPING >t CONST INC
1005 S MAITLAND ST
PASCO,WA,99301
601247586
COLUMPC1621<1
464,320-01
cbarton@charterinternet.com
Charlotte Barton
MOUNT VERNON, CITY OF
PO BOX 809 MOUNT VERNON, WA 98273
Alan Steele
360-336-6204
2010 Sanitary Sewer Lining Project 10-3
Skagit
Mount Vernon
various locations within City
COLUMBIA PUMPING Et CONST INC
COLUMPC162K1
10-3
509-547-4841
$ 170,820.75
5/27/2010
https://fortress.wa.gov/lni/wagelookup/AffidavitDetaits.aspx . 08/11/2011
Page 2 of 2
Contract award date
Intent filed date
Job start date:MM-DD-YYYY
Date work completed:MM-DD-YYYY
Project Completion
Did your subcontractors perform all work
on this project?
6/9/2010
6/23/2010
7/26/2010
10/26/2010
No
Did your company hire any subcontractors? Yes
Did your company have employees perform Yes
work on this project?
Did this project utilize American Recovery No
and Reinvestment Act (ARRA) funds?
Specifically, did this project utilize any No
weatherization or energy efficiency
upgrade funds (ARRA or otherwise)?
Company Owner Information
How many owner/operators performed 1
work on the project that own 30% or more
of the company?
No company owner added.
Affidavit Subcontractor(s)
Company Name UBI License#
C-MORE PIPE SERVICES CO 601854387 CMOREPS023CZ
Journeylevel Wages
#
#
County
Trade
Occupation
Wages
Fringes
I
Workers
Hours
Skagit
LABORERS-
GENERAL LABORER
40.0300
0.0000
5
1092.50
UNDERGROUND
8:TOPMAN
SEWER a WATER
Apprentice Wages
Public Notes
Show/Hide Existing Notes
No note exists
https://fortress.wa.gov/lni/wagelookup/AffidavitDetalls.aspx 08/11 /2011
................... ................... ............... ............. ......................... ...................
............ ......... ................... ......................
.......... ......... ....... ................... ................ .... .... .... ...................
.......................... . ..... .... . . ... .. . ....... a - ----------- .... . ............................. . . .. . ................................... ................ . .. . ................
................... ................... ....................................... ..................
. . . . . . . . . . .
IC �j
................... ...................
rd 4f G
.... .. . .. ................... ................... ................... .............. ...................
. . . . . . . . . . . . . . . . . . .
............................. ...................
................ .....................................................................
C
.......... A- L
................... ................... ................... ................... ...................
............... ...
. . . . . . . . . .
j Cr
................... .............. ................... ................... ........................
. . . . . . . . . . . . .
....................................... ....................................... ....................................... ....................................... ......... ......... ......................................
............... .... .................... ...................
........................
.............. ................... ..............
............... .... ... ............... ...........
....................................... ....................................... ....................................... ............................. ......... ...................
j�e
................... .............. .............. ................... ...................
.................... .... .............. ................... ...................
. . . . . . . . . . . . . . . .
.................. ................... .............. ................... ..............
....................................... ....................................... ....................................... ....................................... ......... .............................
................... ................... ................... ...................
................
................... ................... ................... ................... .... ....
..............
............... .......... ................... ................... ..............
....................................... ....................................... ....................................... .............. . . .. . . .......... ......... ......... ......... ......... .............................
................ ................... ................... ................... ..............
................... ................... ................... ................... ..............
................... ................... .............. ................... ..............
. . . . . . . . . . . . . . . . . . . . . . . . . . .
Page 1 of 2
State of Washington
Department of Labor & Industries
Prevailing Wage Section -Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Affidavit of Wages Paid
Document 12/22/2008 Intent Affidavit 202647 Affidavit Approved on
Received Date Id Id Status 12/22/2008
Your Company Information
Name
Address
WA UBI no.
Contractor Registration no.
Industrial Insurance Account Id
Email Address
Filed By
Project Information
Awarding agency:
Awarding agency contact:
Awarding agency contact phone number:
Project Details
Project name
County where work was performed
City where work was performed
Job site address/directions:
Prime contractor name
Prime contractor registration no.
Contract no.
Prime contractor Phone Number
Prime contractor Intent form Id# for this
project
Dollar amount of your contract:
COLUMBIA PUMPING Et CONST INC
1005 S MAITLAND ST
PASCO, WA, 99301
601247586
COLUMPC162K1
464,320-01
cbarton@charterinternet.com
Charlotte Barton
MERCER ISLAND, CITY OF
9611 SE 36TH STREET MERCER ISLAND, WA
98040
Terry Smith
206-236-3612
Sanitary Sewer Main Repair Project
King
Mercer Island
COLUMBIA PUMPING Et CONST INC
COLUMPC162K1
509-547-4841
$ 60,512.13
https:Hfortress.wa.gov/lni/wagelookup/AffidavitDetails.aspx 08/11/2011
C . A
Page 2 of 2
Bid due date
11 / 13 /2008
Contract award date
11 /14/2008
Intent filed date
12/18/2008
Job start date:MM-DD-YYYY
12/11 /2008
Date work completed:MM-DD-YYYY
12/18/2008
Project Completion
Did your subcontractors perform all work
No
on this project?
Did your company hire any subcontractors?
No
Did your company have employees perform
Yes
work on this project?
Did this project utilize American Recovery
and Reinvestment Act (ARRA) funds?
Specifically, did this project utilize any
weatherization or energy efficiency
upgrade funds (ARRA or otherwise)?
Company Owner Information
How many owner/operators performed
1
work on the project that own 30% or more
of the company?
No company owner added.
Affidavit Subcontractor(s)
j No subcontractor is selected for this affidavit.
Journeylevel Wages
#
#
County
Trade
Occupation
Wages
Fringes
Workers
Hours
King
LABORERS -
GENERAL LABORER
38.0600
0.0000
5
336.50
UNDERGROUND
SEWER Ft WATER
Apprentice Wages
Public Notes
0 Show/Hide Existing Notes
No note exists
https://fortress.wa.gov/lni/wagelookup/AffidavitDetails.,aspx
08/11/2011
Page 1 of 2
State of Washington.
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Affidavit of Wages Paid
Document 2/17/2010 Intent 276511 Affidavit 263155 Affidavit Approved on
Received Date Id Id Status 2/17/2010
Your Company Information
Name
Address
WA UBI no.
Contractor Registration no.
Industrial Insurance Account Id
Email Address
Filed By
Project Information
Awarding agency:
Awarding agency contact:
Awarding agency contact phone number:
Project Details
Project name
County where work was performed
City where work was performed
Job site address/directions:
Prime contractor name
Prime contractor registration no.
Contract no.
Prime contractor Phone Number
Prime contractor Intent form Id# for this
project
Dollar amount of your contract:
COLUMBIA PUMPING Et CONST INC
1005 S MAITLAND ST
PASCO, WA, 99301
601247586
COLUMPC1621(1
464,320-01
cbarton@charterinternet.com
Charlotte Barton
MERCER ISLAND, CITY OF
9611 SE 36TH STREET MERCER ISLAND, WA
98040
Terry Smith
206-275-7812
2009 Cured in Place lining and Spot Repair
King
Mercer Island
COLUMBIA PUMPING Et CONST INC
COLUMPC162K1
509-547-4841
$ 112081.00
https://fortress.wa.gov/lni/wagelookup/AffidavitDetails.aspx 08/11/2011
Page 2 of 2
Bid due date
8/24/2009
Contract award date
9/14/2009
Intent filed date
2/11 /2010
Job start date:MM-DD-YYYY
12/15/2009
Date work completed:MM-DD-YYYY
1 /8/2010
Project Completion
Did your subcontractors perform all work
No
on this project?
Did your company hire any subcontractors?
Yes
Did your company have employees perform
Yes
work on this project?
Did this project utilize American Recovery
No
and Reinvestment Act (ARRA) funds?
Specifically, did this project utilize any
No
weatherization or energy efficiency
upgrade funds (ARRA or otherwise)?
Company Owner Information
How many owner/operators performed
1
work on the project that own 30% or more
of the company?
1 No company owner added.��Y�
Affidavit Subcontractor(s)
rCompany Name UBI License#
TRAFFIC CONTROL SERVICES 1601477384 1 TRAFFCS013M6
Journeylevel Wages
i
#
#
County
Trade
Occupation
Wages
Fringes
Workers
Hours
King
LABORERS-
GENERAL LABORER
40.0300
0.0000
5
714.00
UNDERGROUND
SEWER Et WATER
Apprentice Wages
Public Notes
o Show/Hide Existing Notes
No note exists
https:Hfortress.wa.gov/lni/wagelookup/AffidavitDetails.aspx 08/11/2011
Michael A Benoit
From: Gary Lienberger [giienberger@earthlink.net]
Sent: Wednesday, August 10, 2011 7:20 AM
To: Michael A Benoit
Subject: Re: References for suncoast
Importance: High
References:
Stacy Witbeck
403 S.E. Caruthers
Portland Or 97214
503. 231.5300
Contact: Rick Marina
MS 10,000
City of Portland
Engineering department
Emergency call out projects
Tim Bowers
503.823.7638
Tim. BowersC@portlandoreeon.eov
MS 10,000
City of Baker Montana
a sub to SuperTec Infrastructure
Jim Swain
suoertecl@rexforddsl.net
Kalispell, MT 59903
MS 10,000
El Paso Water Utilities Public Board
4100 Delta Street
El Paso, TX 79961
asierra@epwu.org
Alfonso Sierra
City of Pullman Washington
325 S.E, Paradise Street
Pullman, WA
Mark Workman director of public works
509.338.3222
MS 10,000
{ 3
Gary Lienberger
Lienberger & Associates
cell: 818.519.9060
fax: 909.622.2678
glienberger@earthlink.net
From: Michael A Benoit
Sent: Tuesday, August 09, 2011 3:56 PM
To: mailto:GLienbergerCabearthlink. net
Subject: City Of Renton - Cascade Interceptor rehabilitation
Gary,
Dropping you this email following our phone conversation so you have my email address if you want to send the
requested information electronically.
MiChOeL A. -MV0LL
Project Manager
Wastewater Utility
City of Renton
(425) 430-7206
Michael A Benoit
From: Gary Lienberger [giienberger@earthlink.net]
Sent: Wednesday, August 10, 2011 11:26 AM
To: Michael A Benoit
Subject: re: CR 9000 Calcium Aluminate
Attachments: CR-9000.pdf; Attachment A -City Specs .pdf
Importance: High
This is some data on the CR 9.000 with calcium aluminate
It is still in my opinion MS 10,000 with con -shield with or with epoxy is still the best for your project
thanks
Gary Lienberger
Lienberger & Associates
cell: 818.519.9060
fax: 909.622.2678
glienberger@earthlink.net
I
i
I
I
W
I
a �
A
a
Q
I
1 �
'r
t
1
C
�
I'
J
Ll
lb
a
rl
}
a
f
C.)
ry
1
0
fi
b
i
i
Soarch Prevailing Wage Intents and Affidavits
Pagel of 3
Washington State Department of
Labor & Industries
Search Prevailing Wage Intents and Affidavits
Intent Id:
Get Intent
Affidavit Id:
Get Affidavit
Enter your search criteria in one or more values below
Form Type:
Affidavits
all
Unified Business Identifier (UBI):
601247586
Contractor Registration Number:
Contract Number:
County:
Select County
Trade:
Select Journey Level Trade
s�
r�
Bid Due Date:
From:
- To:
Contract Award Date:
From:
- To:
Document Received Date:
From:
[, - To:
Company Name:
Begins With
Public Agency Name:
Begins With
Project Name:
_
Begins With
Prime Contractor Name:
Begins With`T'
Sort By Field:
Affidavit Id* Search I Download Data I Reset Form
Form
Form Id
Company Name
A
Agency Name
Project Name
Contract $
Type
Affidavit
344571
COLUMBIA PUMPING Et CONST
BELLEVUE, CITY OF/ PUBLIC
Sanitary Sewer Repairs (2011)
$7,533.00
INC
WORKS
Phase 2
Affidavit
344152
COLUMBIA PUMPING Et CONST
PASCO, CITY OF
#5 CHIP Rehabilitation
$502.38
INC
!Affidavit
344132
COLUMBIA PUMPING Et CONST
BELLEVUE, CITY OF/ PUBLIC
Sanitary Sewer Repairs (2011)
$7,533.00
INC
WORKS
Phase 2
:Affidavit
342159
COLUMBIA PUMPING Et CONST
BELLEVUE, CITY OF/UTIL DEPT
Yarrow -NE 29th Street
$10,290.00
i
INC
Emergency
Affidavit
329070
COLUMBIA PUMPING Et CONST
PIERCE COUNTY PUBLIC WORKS
Olympic Sunset Vista Confeyance
$6,613.00
(
INC
AND UTILITIES
System Rehabilitation
'Affidavit
326121
COLUMBIA PUMPING Et CONST
BURIEN, CITY OF
2010/2011 Overlay Program
$38,710.00
'
INC
Affidavit
323824
COLUMBIA PUMPING Et CONST
PASCO, PORT OF
Argent Road Sewr Line Extension
$185.00
INC
Affidavit
317570
COLUMBIA PUMPING Et CONST
PORT ORCHARD, CITY OF
Annual Sewer TV and Lining
$71,555.00
INC
Maintenance
Affidavit
314624
COLUMBIA PUMPING Et CONST
WEST RICHLAND, CITY OF
2010 Sewer Reline Project
$19,634.79
j
INC
https://fortress.wa.gov/lni/wagelookup/searchforms.aspx 09/21 /2011
Search Prevailing Wage Intents and Affidavits
Page ?-of 3
Affidavit
311870
COLUMBIA PUMPING Et CONST
PASCO, PORT OF
Argent Road Sewr Line Extension
$185.00
INC
Affidavit
307195
COLUMBIA PUMPING Et CONST
MOUNT VERNON, CITY OF
2010 Sanitary Sewer Lining
$170,820.75I
INC
Project 10-3
300918
COLUMBIA PUMPING Et CONST
WAITSBURG, CITY OF
2010 Sewer and Storm Drain
$90,000.00
(Affidavit
INC
Rehabilitation
I
Affidavit
298878
COLUMBIA PUMPING Et CONST
BLAINE, CITY OF
B, 2nd, 4th and 9th Streets
$9,070.00
INC
Roadway Reconstruction
(Affidavit
295331
COLUMBIA PUMPING Et CONST
BLAINE, CITY OF
B, 2nd, 4th and 9th Streets
$9,070.00 I
INC
Roadway Reconstruction
Affidavit
289071
COLUMBIA PUMPING Et CONST
BENTON COUNTY PUBLIC WORKS
Wiser Parkway at BNSF Railroad
$3,600.00
INC
Affidavit
283496
COLUMBIA PUMPING Et CONST
COULEE DAM, TOWN OF
Sewer Lining Project
$148,886.23�
INC
!Affidavit
282523
COLUMBIA PUMPING Et CONST
QUINCY-COLUMBIA BASIN
Evergreen Pumping Plant
$109,490.00
INC
IRRIGATION DIS
Discharge Manifold Relining
I
Project
!Affidavit
276298
COLUMBIA PUMPING Et CONST
GRAND COULEE, CITY OF
2010 Trenchless Sewer
$18,000.00 I
j
INC
Rehabilitation Project
Affidavit
272734
COLUMBIA PUMPING Et CONST
NORTHSHORE SCHOOL DISTRICT
Kenmore Jr. High School Addition
$14,938.80
I
INC
#i417
Phase 2
!Affidavit
272705
COLUMBIA PUMPING Et CONST
MODEL IRRIGATION DISTRICT
12" Potable Water Line
$3,750.00
I
INC
##18
Rehabilitation
I
IAffidavit
270183
COLUMBIA PUMPING Et CONST
KENNEWICK, CITY OF
Kennewick Keewaydin Park
$6,872.72 I
I
INC
Restroom Sewer Line Repair
IAffidavit
269240
COLUMBIA PUMPING Et CONST
GENERAL ADMINISTRATION,
Pleasant Lane Sewer Repair
$26,047.00
I
INC
WASH STATE DEPT OF
;Affidavit
265786
COLUMBIA PUMPING Et CONST
YAKIMA, CITY OF
2009 Sanitary Sewer System
$38,037.70
INC
Repair
Affidavit
263155
COLUMBIA PUMPING Et CONST
MERCER ISLAND, CITY OF
2009 Cured in Place lining and
$112,181.00
INC
Spot Repair
jAffidavit
249169
COLUMBIA PUMPING Et CONST
WAITSBURG, CITY OF
2009 Sewer Rehabilitation
$101,216.98I
I
INC
Affidavit
249116
COLUMBIA PUMPING Et CONST
MOUNT VERNON, CITY OF
2009 Sanitary Sewer Restoration
$195,058.79I
INC
Project
`Affidavit
242318
COLUMBIA PUMPING Et CONST
RICHLAND, CITY OF/WATER
Installation of sewer main lining
$4,060.06 I
INC
SEWER UTIL
on Torbett St.
Affidavit
227901
COLUMBIA PUMPING Et CONST
BELLEVUE, CITY OF/UTIL DEPT
Trenchless Storm Drain
$21,065.87
INC
Rehabilitation
IAffidavit
227327
COLUMBIA PUMPING Et CONST
BELLEVUE, CITY OF/UTIL DEPT
Open Ditch Stub
$2,571.50
INC
Affidavit
227326
COLUMBIA PUMPING Et CONST
BELLEVUE, CITY OF/UTIL DEPT
Storm Pipe Internal Repair
$3,247.75
s
INC
Affidavit
222115
COLUMBIA PUMPING Et CONST
PASCO, PORT OF
T-131 Sewer Line Replacement
$2,130.00
i
INC
I
IAffidavit
219468
COLUMBIA PUMPING Et CONST
RICHLAND, CITY OF
Leslie Road Improvements Phase
$4,496.25 I
E
INC
1
Affidavit
211538
COLUMBIA PUMPING Et CONST
BELLEVUE, CITY OF
Emergency Piling Removal
$11,532.73
INC
Affidavit
209925
COLUMBIA PUMPING Et CONST
RICHLAND, CITY OF
Leslie Road Improvements Phase
$2,310.00
INC
1
I
IAffidavit
209089
COLUMBIA PUMPING Et CONST
YAKIMA, CITY OF
General 308 Irrigation System
$3,537.00
INC
Phase 3 / Stage 2 Improvements
I
Affidavit
202647
COLUMBIA PUMPING Et CONST
MERCER ISLAND, CITY OF
Sanitary Sewer Main Repair
$60,512.13
INC
Project
I
Affidavit
202551
COLUMBIA PUMPING Et CONST
ELECTRIC CITY, TOWN OF
2008 Sewer Relining
$117,461.28
I
INC
Affidavit
202537
COLUMBIA PUMPING Et CONST
YAKIMA, CITY OF
N Hillcrest, Hillcrest Et Buena
$9,397.40
INC
Vista Irrigation System
Improvements
Affidavit
202242
COLUMBIA PUMPING Et CONST
GRAND COULEE, CITY OF
2008 Trenchless Sewer
$24,115.33
INC I
Rehabilitation Project
Affidavit
200459
COLUMBIA PUMPING Et CONST
WEST RICHLAND, CITY OF
2008 Sewer Spot Repairs
$14,360.58 I
INC
https://fortress.wa.gov/lni/wagelookup/searchforrns.aspx 09/21 /2011
Search Prevailing Wage Intents and Affidavits
Page 3 of 3
Affidavit
195658
COLUMBIA PUMPING Et CONST
BELLEVUE, CITY OF
Internal Point Repairs
$66,770.00
INC
Affidavit
186709
COLUMBIA PUMPING Et CONST
OLYMPIA, CITY OF
Union Avenue Sewer Pipe
$62,746.45
INC
Rehabilitation
Affidavit
184404
COLUMBIA PUMPING Et CONST
OLYMPIA, CITY OF
Lilly Road, Percival Street 8
$148,804.81 1
INC
Upper Grass Lake Sanitary Sewer
Rehabilitation
Affidavit
180501
COLUMBIA PUMPING Et CONST
RENTON, CITY OF
2008 Sanitary Sewer Repairs
$28,954.00
INC
Affidavit
180083
COLUMBIA PUMPING Et CONST
KING COUNTY WASTEWATER
Brightwater Treatment Plant
$4,750.00
i
INC
TREATMENT DIVISION
9Affidavit
179121
COLUMBIA PUMPING Et CONST
PASCO, CITY OF
Court Street Windening
$4,200.00
INC
Affidavit
171822
COLUMBIA PUMPING Et CONST
PASCO, CITY OF
Rd 84/Argent Sewer Et Water
$8,325.00
INC
Improvements
Affidavit
167929
COLUMBIA PUMPING Et CONST
BENTON CITY, CITY OF
1-82 Area Water Et Sewer Project
$1,837.50
INC
Affidavit
162631
COLUMBIA PUMPING Et CONST
BURLINGTON, CITY OF
12
$25,365.13
INC
Affidavit
161397
COLUMBIA PUMPING Et CONST
OLYMPIA, CITY OF
Madison Ave Sewer Trestle Slope
$19,280.00
1
INC
Stabilization Project
A aces
© Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. I%ashingtonCD
4,--t li .Wf i�-wrnmtnt Wib,!alte
https://fortress.wa.gov/lni/wagelookup/searchforms.aspx 09/21 /2011
Search Prevailing Wage Intents and Affidavits Page 1 of 1
Washington State Department of
Labor & industries
Search Prevailing Wage Intents and Affidavits
Intent Id:
Get Intent
E.
Affidavit Id:
Get Affidavit
Enter your search criteria in one or more values below
Form Type:
Affidavits
Unified Business Identifier (UBI):
601 247S86
�!
I
Contractor Registration Number:
Contract Number:
County:
Select County
hr-:1
Trade:
Select Journey Level Trade
Bid Due Date:
From:
Q,
- To:i
Contract Award Date:
From:,
- To:
4i
Document Received Date:
From:
!
- To:
Company Name:
Begins With
Public Agency Name:
Begins With
_
�i
Project Name:
Begins Witht
Prime Contractor Name:
I
Begins With
J�
Sort By Field:
Affidavit Id Search Download Data , Reset Form
Form
Form Id
Company Name
Agency Name
Project Name
Type
iAffidavit
153584
COLUMBIA PUMPING Et CONST
ELECTRIC CITY, TOWN OF
2007 Sewer Lining Project
$47,919.83
(
INC
Affidavit
153573
COLUMBIA PUMPING Et CONST
GRAND COULEE, CITY OF
Trenchless Sewer Rehabilitation
$31,617.94
INC
Project
)Affidavit
147459
COLUMBIA PUMPING Et CONST
YAKIMA, CITY OF
Yakima Railroad Grade
$25,890.99
1
INC
Separations Phase 1
;Affidavit
147196
COLUMBIA PUMPING Et CONST
MOXEE, CITY OF
SR24 Wastewater Conveyance
$24,582.50
INC
Facilities
i
Affidavit
143587
COLUMBIA PUMPING Et CONST
RICHLAND, CITY OF
Tapeteal 1 Zone Bridge Waterline
$17,066.72
INC
lAffidavit
138712
COLUMBIA PUMPING Et CONST
RICHLAND, CITY OF
2006 Sanitary Sewer
$207,323.21
1
INC
Rehabilitation Project
t
Affidavit
137019
COLUMBIA PUMPING Et CONST
RICHLAND, CITY OF/WATER
Judson/Johnston/Woodbury
$900.00
i
INC
SEWER UTIL
Water Et Storm Improvements
Affidavit
134407
COLUMBIA PUMPING Et CONST
OTHELLO, CITY OF
Cunningham Rd Sanitary Sewer
$1,176.00
INC
Project
Affidavit
134381
COLUMBIA PUMPING Et CONST
TACOMA, CITY OF
Green River WTR Ozonation
$198,967.00
INC
Facility
https://fortress.wa.gov/lni/wagelookup/searchfonns.aspx 09/21 /2011
New Concrete Pipe And Manholes
Concrete pipe is used more often than any other type of product
in city sewer systems. COASh%e/d keeps it from corroding for
just a fraction of the cost of plastic liners or coatings. There is no
special fabricating, welding or testing required at the plant or in
the field with CO/)" since it is precisely metered into the
mix at the plant.
Shotcrete
Pipelines and tunnels that have already suffered from corrosion
can be rehabilitated in place. C017 is easily added to
the mix water for both dry and wet shotcrete hand -spraying.
COO is also incorporated into special mixes for
centrifugally lining corroded pipe interiors for structural
reinforcement and protection in one application. See
Centrifugally Cast Concrete Pipe (CCCP) at www.permaform.net
Poured -in -Place Structures
COIF is an excellent choice for both new and rebuilt wet
wells, lift stations, WWTP head works, clarifiers and similar
concrete structures subjected to highly concentrated
sulfide conditions. Metered into the mix at the ready -mix plant,
COnI is delivered as an integral part of the concrete
when it is delivered to the job site. No spark testing, welding or
adhesion tests are needed.
Rehabilitation
COd has performed successfully since its introduction
in 1996 for the rehabilitation of heavily corroded manholes.
C0/7` ; eliminates bacterial growth while calcium aluminate
cements can only slow bacterial growth. COA-SNOW is far less
expensive than coatings and COB"S/tie1011' will not delaminate,
pinhole, peel or wash off. Structural reinforcement and corrosion
protection is complete in one application.
COIFO' prevents the colonization and growth of acid -producing bacteria on concrete
in sanitary sewers. Once COB' is incorporated into the mix, the bacteria cannot
develop an immunity because bacteria are physically destroyed.
Since COO is fully incorporated into the concrete mix and is molecularly bonded to
its ingredients, it lasts as long as the concrete. COn is not a surface treatment; it
is throughout the entire thickness of the pipe, manhole or structural lining.
COB does not require spark testing, seam welding or adhesion tests. COO
costs less to install than coatings or linings since it is precision metered into the mix.
Expensive field applications, testing and repairs are eliminated.
Since its first commercial use in concrete in 1995, COBShie/d has provided long-term
MIC corrosion protection to more than one -million square feet of concrete throughout
the World.
Coll is provided through certified users who demonstrate their accurate and
consistent procedures for mixing, processing and record verification. Each design mix is
certified by COB Technologies Inc.
e through certified precast concrete pipe and manhole producers, ready -mix suppliers,
and rehabilitation specialists throughout the World.
biotech arnzoi^ /br conci-e,'e
541 Tenth Street NW 4233 Atlanta, IISA 30318
PH +877.543.2094 • FAX +404.420.2160
www.conshield.com c
0
Conshield Technologies,
b10t
rem„
rW
COR+ROCTM
STRUCTURAL POLYMER LINING IN ONE-STEP
PRECISION APPLICATION.`
1 & I BARRIER AP/M PERMAFORM° offers the widest selection of proven solutions from our PRODUCT LIST
PLASTIC CHIMNEY LINER technology toolbox. Installed by our world-wide network of certified applicators
to ensure the highest quality products and services available in the market tod_a .
,. ,...
the'hole solutionSM�
Cap n' Seal
Inflow Protect
Permacast Road Patch—�
I & I Barrier
Corrosion ,
Protection with
Cor+Gard°
t, A Repair Mortar Joints and
Offsets with MS-10,000
I
MS-10,000 Structural Liner j
MIC Protection with Conm Shield®
Patch Holes
and Leaks with
Permacast Plug
Chemical Grout for
Active Leaks l
Bench Repairs
Using Permacast
Plug or Patch
Internal Chimney Seals
R Cor+Seal, Cor+Flex & TopSeal
Cor+Gard Epoxy
Protective Coating
Seal Concrete Joints
with Cor+Gard
Flex -Joint
Patch Spalls With
Permacast Patch
Protect Channel
with Cor+Gard
Channel Line
i,
CEMENTITIOUS LINERS
PERMACASTs MS-10,000
MS-10,000 with CON"" SHIELDO
PERMACAST® MS-10,000 UL
PERMACASTO CR-9,000
PERMACASTO CR-9,000QS
PERMACAST@ ST-12,000
PERMACAST@ SR-18,000
PERMACAST@ WATERPROOF
CENTRIPIPETM PL-8,000 & PL-12,000
RAPID SET REPAIR MORTARS
PERMACAST@ PATCH
PERMACAST® PLUG
PERMACASTO ROAD PATCH
PERMACASTO RSR
CHEMICAL GROUTS
SPECIALTY SEALERS
CS Identifier
1315 Sealer
PERMACASTe ER
FLEX COAT
PROTECTIVE COATINGS
COR+GARD9
COR+GARD@II
COR+GARD@301
COR+GARD® 501
COR+GARDO CHANNEL LINE
COR+ROC@
COR+GARD@EPM
COR+GARD@ UW
ADHESIVES AND SEALANTS
COR+GARW FLEX -JOINT
SPECIALTY PRODUCTS
COR+FLEX and COR+SEALS CHIMNEY SEALS
Top Seal CIPP Chimney Seal
I & I BARRIER CHIMNEY LINER
Cap n'Seal
...and more
AP/M PE
RMRFQRM -gig
The trenchless solutions company
fM
AP/M PERMAFORM
P.O. Box 555 Johnston, la 50131
515-276-9610
800-662-6465
Fax 515-276.1274
www.permaform.net
"Using Permacast for our I&I
Reduction program saved us
over $100,000"
- City of Hampton, VA
IMMMOK
M&,----'Atws_&
501S l�N
I ---- W
X0:shl00ill
ildM�3'- -N�'a���10'HNtl�W
"We do twice as many manholes
every day since we switched to
Permacast."
ANNNNK
t4 '/6
04"Wen
IMENEW
- Terra Engineering
Madison, WI
I & I BAFiNItFi
NO -ENTRY APPLICATION
Permacast Road Patch to Repair Saw Cut
Manhole Frame
& Cover
& I Barrier '.::..
Internal Chimney Seals
Cor+Seal, Cor+Flex & TopSeal
Corrosion
Protection with
Cor+Gard
Repair Mortar Joints and
Offsets with MS-10000 UL i
Reinforce and Seal
with MS-10,000 MIC
Protection with
Con° `Shield®
Patch Holes
and Leaks with
Permacast Plug
Chemical Grout for
Active Leaks
Bench Repairs
Using Permacast
Plug or Patch
MANHOLE
Cor+Gard Epoxy
Protective Coating
Seal Concrete Joints
with Cor+Gard
Flex -Joint
---Bi-Directional
Spin Caster
°
' Patch Spalls With
Permacast Patch
Protect Channel
with Cor+Gard
// \\ _ •:{ Channel Line
19
30 years successfully helping citi4% en,
and contractors solve manhole probl
ISM
HYPER -BLAST
SPINWASHER
AiPORE
AFTER
NO -DIG RFPI ArFMFNI
STRUCTURAL LINER
s
WHAT'S IN YOUR TOOLBOX?
Contact us to evaluate whether the
Permacast System is right for you.
1-800-662-6465
www.permaform.net
Register online to win! contest.permaform.net/register
Our manholes number
❑ less than 100
YES, PLEASE SEND MORE
❑ 100 to 1000 ❑1000 plus
INFORMATION AND REGISTER ME
We have a manhole program
❑ in process ❑ in planning
FOR A CHANCE TO WIN A MECHANICS
❑not yet
TOOL CHEST.
❑ We do rehab ourselves
COMPANY
❑ We contract this work to others
NAME
❑ We engineer this work
TITLE
We are most familiar with
❑ cement liners ❑ coatings
TELEPHONE
ADDRESS
Most of our manholes are
❑brick ❑precast
CITY
Our most common problem is
❑ I&I ❑age ❑corrosion
STATE
❑ other
ZIP
We typically require chimney seals
❑ yes ❑ no
E-MAIL
You may register online at contest.permaform.net/register
Or mail or Fax 515.276.1274 this form for immediate response
I"
HYDROGEN SULFI
GAS
THIOBACILLUS
BACTERIA .
CREATES
SULFURIC ACID
HYDROGEN SULFID
GAS
/SER
tl CORRODERODE
D
CONCRETE
COn1,
Is a proven technology for the economical and effective
long term prevention of bacterial corrosion of concrete in
_ highly corrosive (MIC) sanitary sewer environments.
Cod
Is used in new concrete pipe and manholes by precasters;
in wet wells, clarifiers and similar cast -in -place structures by
ready -mix producers and in repair mortars by
certified contractors.
Con
Is a liquid additive precisely dosed during the mixing phase
to perform consistently, safely and effectively in each specific
mix design by certified precasters, ready mix producers and
shotcrete contractors. Other design properties are
unaffected by adding COn'
No Bacteria No Acid No Corrosion
Unlike coatings and plastic liners, COOShield cannot
chip, peel, delaminate, pinhole or wash off since it
molecularly bonds throughout the entire thickness.
You never run out of protection!
Since the bacteria are destroyed by an electro-physical
mechanism, they cannot develop immunity from repeated
contact and COO potency is not diminished.
BACTERIA + SULFIDE GAS = SULFURIC ACID
O, H2S
THIOBACILLUS BACTERIA
H504
UNPROTECTED CONCRETE
elC = NO CORROSION
KS
4
Specimen Preparation
Inoculated with bacteria
5 hours after incubation
Even today, almost 60 years after the 1945 discovery of
Microbial Induced Corrosion (MIC) by C.D. Parker, concrete
corrosion in sanitary sewers is still commonly referred to as a
sulfide (112S) gas problem.
The primary problem for concrete in the sewer environment
is Thiobacillus thiooxidans (concretivorous) - Latin for
"concrete -eating".
National Association of Corrosion Engineers (NACE)
lists Thiobacillus as the most common sulfur -oxidizing bacteria.
Thiobacillus is the most common sulfur -oxidizing bacteria.
Thiobacillus bacteria oxidize sulfur and sulfide gas to produce
sulfuric acid which quickly dissolves concrete. Corrosion is
caused by the sulfuric acid.
NACE TPC Publication 3, September, 1990 Pages 22 and 23.
Double Blind Clinical Testing Program
COn treated concrete has been vigorously tested at
independent labs since 1997. These ongoing tests continue to
validate the long term effectiveness of the product.
"The testing protocol which closely follows ASTM D-4783
requires unidentified treated and non -treated specimens to be
innoculated with live bacteria and incubated at 25 degrees
Celcius. With each repeated test, within just 24 hours 99.9%
of bacteria were destroyed on the COn Shield treated speci-
mens." Dr. Clarence Baugh, Custom Biological Laboratories.
COO is not a new product. It has been successfully
used in North America for rehabilitation of severely
deteriorated manholes, lift stations, pipe and for new concrete
pipe and manholes since its introduction in 1996. "There is
simply no easier or less expensive way to provide a 100 year
design life against MIC'.
References, case studies, specifications and test reports are
24 hours after incubation available upon request.
99.9% of bacteria destroyed
to collect," said Brittain. "It flows out
and the pipe stays clean. The old pipe
used to clog with silt and debris and
take hours to clean out."
Another important factor in planning
the District One project was the envi-
ronment. The northeast region of
Georgia has beautiful, pristine trout
rivers. It was essential that GDOT con-
sider any potential environmental
impact that would potentially harm
the trout.
"There is no evidence that the
materials used would leach out into
the streams," said Ken Reed, district
bridge maintenance manager for
GDOT. "There is nothing in Ultralin-
er that would impact the trout or the
environment."
Reed also noted that cost and traf-
fic control were big factors in select-
ing the system for this particular job.
"On a shallow line the Ultraliner
might seem to be a little more expen-
sive, but -when you consider traffic con-
trol, excavation equipment, asphalt,
backfill, and everything, you find that
the Ultraliner is very cost-effective,"
Reed explained. "And for deep exca-
vation projects, you have to have
trench boxes and additional materi-
als for erosion control and traffic con-
trol. The deeper you go, the more
money you save with Ultraliner."
GDOT's District One job was rela-
th,ely large and complex, with 88 cul-
verts to reline in a mountainous area.
Some other repair methods would
have taken months and caused enor-
mous traffic problems. It also would
have put more GDOT personnel at
risk on curving mountain roads.
The GDOT engineers worked
closely with the manufacturer's team
to develop a work plan that proceed-
ed smoothly and kept traffic flowing.
We began by talking with the Ultra -
liner people about the project and all
the factors that were involved," said
Brittain. "They helped us come up
with a schedule based on how long it
would take todo thework and the loca-
tion of the pipes. Everything worked
out just great."
"I've been very pleased with Ultra -
liner. We've actually added more jobs
to the 88 pipes we originally contract-
ed for repair. I think that proves we're
pleased with it," said Larry Gregory,
district maintenance engineer for
GDOT's District One.
In fact, the project in District One
went so well that GDOT awarded the
company an even larger contract for
pipe repair work in neighboring Dis-
trict Six. Chances are, more work will
follow in months to come. T'
relined drainage pipes in northeast
Georgia will last for decades, so a
costly and time-consuming job
has been eliminated for an entire
generation. 'W
Blake Bridwell, Project Manager, MSD, Buncombe County (Asheville), NC
"We've lined a lot of sanitary sewers in Asheville recently
using different technologies, and I have become a fan of
Ultraliner. It's less expensive than the other processes, it
goes in faster and easier, there's no field chemistry or manu-
facturing, and the finished product looks great. It's smooth,
fits tight, and doesn't have wrinkles. In fact, we've never
had to reject an Ultraliner installation. I can't say that about
any other lining process. I plan to use it a lot in the future."
Contaa us for literature or for more information
ULTRRLINER
201 SNOW STREET, P.O. DRAWER 3630, OXFORD, AL 36203
TELEPHONE: 256-831-5515 - FAX: 256-831-5575
Website: www.ultraliner.com . E-mail: info@ultraliner.com
by
I
ffQrO
I
ft4�S�P�n�
Inneduct
I
Oil rltT
Lll
�' �ti Ll
L
a
_._
ontrary to popular
belief. the state of
Georgia is not cov-
ered In peanut farms
and peach orchards. The
Appalachian Mountain range
dips down into the northern
part of the state to provide
some of the most beautiful vis-
tas anywhere, and the many
two-lane highways that trans-
verse the area are popular with
motorists, sight -seers. and
outdoorsmen.
Keeping traffic flowing through the
region is the responsibility of the Geor-
gia Department of Transportation. A
common and troublesome mainte-
nance issue in this part of the state is
the repair of corrugated drainage
pipes that are buried deep beneath
the roads. Winter road salt, moisture,
and age combine to deteriorate the
bottom of the pipes to the point of
complete disintegration. This creates
erosion problems that can undermine
highway foundations and could lead
to sinkholes or washouts.
N
Replacing or repairing damaged
drainage pipes has long been a diffi-
cult, costly, and time-consuming job
for GDOT, at least until recently.
Almost three years ago the depart-
ment tested and approved a new tech-
nology for storm and sanitary sewer
pipe repair. The technology, Ultralin-
er (Oxford, Alabama), was recently
used in Georgia's mountainous Dis-
trict One to repair 88 corrugated drain
pipes. The project went off with ' I
hitch and everyone involved with
project had glowing reviews.
1. A winch is used to pull folded liner
through a damaged pipe.
2. Pressurized steam expands the liner,
pressing it firmly against the walls of
the damaged pipe.
3.Once the liner expands and hardens,
the ends are cut off, and the job is com-
plete.
The benefits most often cited by
GDOT personnel are speed and ease
of installation, Iess traffic disruption,
cost savings, and the quality of the
new pipe. "It's the best pipe replace-
__It technology I've seen," com-
d Robbie Brittain, GDOT's
construction project manager. "I
don't know exactly how much money
we saved, but it was quite a bit. And
the new lines will last 50-plus years."
INSTALLATION WAMOUT
DISRUPTION
Brittain noted that the average length
of the drainage pipes was about 50 ft,
however, some exceeded 200 ft. The
diameters varied from 15 to 24 in. In
the old days there was no alternative
to excavation and pipe replacement.
This meant closing the highway and
detouring traffic for miles while crews
cut deep trenches to access damaged
lines.
The Ultraliner technology requires
only two trucks, a small work crew, and
causes little traffic disruption. In most
cases, only a single lane of traffic was
blocked for three to four hours.
"We could repair three to four
pioes on a good day," noted Brittain,
oversaw the work on all the pipes
in -District One. "We probably aver-
aged two per day."
The PVC: alloy pipe arrives folded
and rolled on spools. The pipe is steam
heated to make it more flexible, then
pulled through the damaged line. The
folded pipe has a slick surface and
high abrasion resistance, so it can eas-
ily be pulled through tight bends, off-
set joints, or changes in elevation.
Once in place, each end of the line is
plugged, and the pipe is expanded
with steam pressure.
As the pipe expands it pushes out-
ward and contours to the shape of the
host pipe, mechanically locking the
liner in place. There is no post -instal-
lation shrinkage so the liner remains
tightly in place for as long as it is in ser-
vice and essentially creates a compos-
ite. In the case of the GDOT project,
the new liner walls were from 0.35 to
0.55 in. thick, depending on the appli-
cation. The tensile strength of the fin-
ished liner is 4,100 psi while the
structural strength is rated at 155,000
psi.
Additionally, the old pipe is now
sealed against infiltration, exfiltration,
and root intrusion with a liner that will
not degrade. The new liner also great-
ly improves flow characteristics.
"The new pipe speeds up the flow
of water so that silt doesn't have time
REPRINTED FROM FEBRUARY 2009
1
T E C H N LO
ULTRRLINER
PVC ALLOY PIPELINER TM
201 SNOW STREET, P.O. DRAWER 3630, OXFORD, AL 36203 • TELEPHONE: 256-831-5515 • FAX: 256-831-5575
WEBSITE: www.ultraliner.com • E-MAIL: info@ultraliner.com
rom a Turkish perspective, the concept of aging
sewer systems is relative. In Turkey, the basic con-
cepts of modern sanitation, including indoor toilets
and sewer pipe systems, date back to at least 764 BCE as
evidenced in castles of the Urartu Kingdom.Almost 1,000
years later when Constantine founded Constantinople, the
city was engineered with Roman cisterns and sewers
thereby laying the foundation for one of the greatest cities
of the world.
The sanitation systems of Constantinople enabled it to
become the largest and wealthiest city of Europe
throughout the Middle Ages. Today, Istanbul has become
the third largest city in the world with a population of
more than 11 million. Like any major global metropolis,
Istanbul relies upon its sanitation infrastructure to permit
such population concentrations.
With a focus on sustainability and cost control, the
Istanbul Water and Sewer Department (ISKI) commenced
a master plan in 1992 to direct Istanbul's water and
wastewater investment efforts through 2040. No matter
how well engineered, when sewer systems age, eventually
joints fail, pipes crack, roots intrude and systems must be
rehabilitated or replaced to ensure continued service.
However, when pipes are buried under centuries of dense
urban development, access becomes more difficult than
most engineers could even imagine. Such challenges are
the norm in Istanbul. Whereas trenchless technology is
routinely considered a valuable tool in most major cities of
the world, trenchless pipe rehabilitation was recognized as
absolutely invaluable to Istanbul.
The entirety of Old Town Istanbul is registered as a
World Heritage Site.The very idea of tearing up centuries -
old cobblestone streets seems blasphemous. Furthermore,
the prospective economic impact of disrupting traffic
and business operations in this center of tourism cannot
be understated. ISKI was faced with tough choices and
few solutions. It needed to stop the continuing
degradation of its ancient sewer system, which was
threatening the survival of numerous historical sites in
addition to being a sanitation concern. But simultaneously,
it absolutely couldn't tear up the historical sites to fix
the problems.
An excellent example of the kind of dilemma regularly
faced by ISKI is the Binbirdirek Cistern, which was built in
AD 330 as Constantinople was being founded.As centuries
passed, the infrastructure above this 224-column cistern
grew and changed. Today, restaurants and hotels line a
cobblestone street above the cistern; inconveniently, the
sewer pipe servicing this street began leaking and
exfiltrating into the cistern below. To exhume and replace
the old sewer line would close businesses, disrupt traffic
in the heart of the historical tourism district and most
probably destroy the cistern below. To do nothing would
be to allow the continued decay and disuse of the cistern.
In searching the world for solutions to problems such as
this, ISKI identified trenchless pipe lining as a viable
solution and realized that such technologies needed to be
routinely available in Turkey. Any country desiring entry
into the European Union (EU) is required to meet
infrastructure quality standards, and ISKI clearly understood
that complying with those standards becomes more
affordable with access to trenchless technology. Periodic
access to such technology via international construction
firms was not sufficient for its extensive needs. Rather than
just accept the lack of local availability, ISKI began
proactively developing a trenchless technology market in
Turkey.
Turkish contractor Mehmet Kurtbay, PE., MBA, saw not
only a business opportunity in the pipe rehabilitaV
projects being released by ISKI, but also a means to sc
the needs of his city and nation. Kurtbay began searching
the world for technologies uniquely suited to the Turkish
market. Whereas trenchless rehabilitation in Turkey was
primarily only available through construction firms based
in the EU, Kurtbay wanted to establish a Turkish pipe
rehabilitation company. As a result, he established AOL
Istanbul with his two partners on April 1, 2005.
Most pipelining technologies require extensive
experience to avoid costly and disruptive failures. But the
critical pipe rehabilitation projects in the historic peninsula
of Istanbul absolutely could not afford any disruption
caused by a contractor's learning period. Exhumation
simply was not and is not an option. Not surprising, few
construction firms are interested in training their future
competitors. As a result, Kurtbay wanted to find a
technology that local labor could consistently perform
with a minimum amount of training. He also wanted a
technology where errors could be corrected at lower cost
and with less disruption.
After extensively researching trenchless pipe
rehabilitation technologies used around the world, Kurtbay
believed Ultraliner PVC Alloy Pipeliner from Ultraliner Inc.
of Oxford, Ala., was the technology solution. The big
problem: At the time, it was only being used in North
America and its advantages were not widely knowr
recognized in Europe.
Ultraliner president Luke Whittle explains, At that time,
we were not convinced that international expansion was
a smart use of our resources. Ultraliner continues to grow
rapidly across North America, routinely adding new
licensees and crews to provide additional coverage. We
'-Plieved that our resources should be focused upon
,ntinuing our successful domestic expansion"
But Kurtbay and his partners were convinced that
Turkey needed a product like Ultraliner PVCAlloy Pipeliner
and they persisted. Ultraliner vice president Grant Whittle
states,"He kept after us and wouldn't relent. As we got to
know Mehmet better, we were impressed with his
business acumen and his engineering understanding. He is
an exceptionally well-educated and savvy contractor. He
has a civil engineering degree from the highly regarded
Istanbul Technical University and also completed an MBA
in the United States. His background makes it easy to work
with him. Quite honestly, any concerns we initially had
about the ability to support a licensee on the other side of
the world were ultimately allayed by our confidence in
Mehmet. As it turns out, that confidence has been well
placed"
AOL Istanbul garnered
enough confidence within
ISKI that it awarded its
first Ultraliner pipe
rehabilitation project
within the sensitive
historic peninsula.
Because Ultraliner PVC
Alloy Pipeliner is shelf
,.ble, a single bulk
-- ipment was able to be
exported from the United
States to Turkey, thereby
greatly simplifying project
logistics. After AOL
Istanbul acquired the
requisite equipment,
Ultraliner sent Sam
McLean, its construction
operations manager and
most senior trainer, to
Istanbul for 16 days.
During the first week, McLean helped make final checks
and adjustments to the installation equipment and oversaw
aboveground field trials for preliminary training. The
following week, he assisted the AOL Istanbul crews to
install pipeliner for ISKI.The first three lines selected were
in a less sensitive neighborhood where the capability of
the AOL Istanbul crews could be assessed. These
installations went so well, that with McLean's oversight,
the AOL Istanbul crews then lined two of the critical
sewer lines above the Binbirdirek Cistern.
The sewer pipes above the cistern were lined at night to
prevent disrupting the nearby Magnaura historic site and
the numerous hotels, restaurants, shops and tourist traffic.
th the pipe ends accessible through the manholes, no
excavation was required and no evidence was left of the
project upon completion. The next morning, the cafes all
A leaky sewer pipe above the Binbirderek Cistern
was cause for concern.
placed their tables on the cobblestone streets above the
lined sewer pipe and life went on without interniption.
Lining the pipes with Ultraliner PVC Alloy Pipeliner is
expected to provide a renewed 100-year, fully structural
performance life for the sewer pipes, while controlling
root intrusion, infiltration and exfiltration. With the sewer
exfiltration stopped by the ISKI pipe rehabilitation
project, the historic Binbirdirek Cistern has subsequently
been refurbished, currently houses a new restaurant and
is open to the public for tours, as well as hosting
exhibitions and concerts.A 1,700-year-old historic treasure
has been preserved, and an exhibition featuring scale
models of Istanbul's Byzantine architecture is currently
being hosted in the cistern.
After AOL Istanbul installed only five lines under his
supervision, McLean returned to the United States and the
local crews thereafter were able to prove their capabilities
on their own. One of the key advantages of Ultraliner PVC
Alloy Pipeliner is that it is a pre -manufactured pipe. All of
the design properties that
ensure specification
compliance and ultimate
performance life are
factory quality -controlled
and essentially unaffected
by decisions of the crews
during field installation.
With fewer variables to
influence a quality
installation, less
experience is required.
Installation defects
occurring after a crew
has 20,000 if of
experience are rare.When
mistakes or defects do
occur, correction is
relatively non -disruptive.
If things go wrong, such
as an equipment
breakdown, the
installation process can
be stopped at any time and re -started as necessary. If a
complete pipeliner installation failure ever occurs, the
pipeliner can generally be removed without excavation.
Such advantages make Ultraliner especially suited for use
by local contractors in emerging pipe rehabilitation
markets where experienced personnel are not available
for hire.
Over the past three years, AOL Istanbul has lined close
to 25 miles of sewer pipes in Istanbul, including the
majority of sewer lines rehabilitated within Old Town.The
company was recently awarded two additional projects
by ISKI and currently operates three lining crews. Of
particular note is the rehabilitation of sewer pipes around
Hagia Sophia (one of the new seven Wonders of the
Ancient World) and the equally impressive Sultan Ahmet
Mosque.
© 2009 Benjamin Media, Inc. Reprinted with permission from Trenchless Technology. All rights reserved.
For more information about reprints from Trenchless Technology, contact Wright's Reprints at 877-652-5295
61182
Ultraliner PVC Alloy pipeliner
has been proven by scientific
tests and years of service
Pipeliner inserted through manhole Installation does not close streets
Ultraliner is manufactured and tested according to the
following ASTM specifications:
D-256: Test Methods for Determining the Pendulum
Impact Resistance of Notched Specimens of
Plastics
D-638: Test Method for Tensile Properties of Plastics
D-790: Test Method for Flexural Properties of
Unreinforced and reinforced Plastics
D-790: Modulus of Elasticity
D-1784: Specification for PVC Compounds
D-2122: Specification for Determining Dimensions of
Thermoplastic Pipe
D-2152: Test Method for Degree of Fusion of Extruded
PVC by Acetone Immersion
D-2444: Test Method for Impact Resistance of
Thermoplastic Pipe
F-1057: Test Method for Extrusion Quality using Heat
Reversion
Pipeliner expanded to fit tightly Service laterals are re -opened
Ultraliner PVC Alloy pipeliner is manufactured from
virgin PVC homopolymer resin modified with special
additives to enhance performance as a pipeliner. Our
products may be designed to meet a wide range of
material specifications, including existing ASTM
specifications for PVC fold and form pipeliners. The
characteristics below are for our most frequently specified
product.*
(Note: Ultraliner manufactures products with a range
of flexural moduli from 145,000 psi to 280,000 psi)
Combustibility: Self -Extinguishing
Flexural Modulus: 145,000 psi @ 73'F
Flexural Strength: 4,100 psi @ 737
Izod Impact: 15 ft-lb/in
Chemical Resistance: All chemicals at
concentrations typically found in sanitary sewer systems
Size Range: 4" through 24"*
* Contact Ultraliner licensed installer or sales representative to
discuss your application needs.
ULTRRLINEF
What a difference
an alloy makes in
fold & form
P e Can Accommodate
Size Changes
Extremely
Tight Fit
No Significant
Post -Installation
Shrinkage
Dimples at Laterals
\ A
Locks into Open Joints
Tight, Smooth Bends
Actual Photo
[I -
PVC ALLOY PIPELINER"
201 SNOW STREET, P.O. DRAWER 3630, OXFORD, AL 36203 • TELEPHONE: 256-831-5515 • FAX: 256-831-5575
WEBSITE: www.ultraliner.com • E-MAIL: info@ultraliner.com
The perfect pipeline rehabi)lit,ation for gravity and pressure
wastewater or storm- sewers and culverts I F___1
GENERAL PRODUCT INFORMATION
PVC Alloy is a term used to describe
Ultraliner's uniquely enhanced PVC
material which has been specifically
engineered for use in trenchless applica-
tions. Not only does the Ultraliner PVC
Alloy have sufficient material stiffness to
provide full, independent structural
integrity, but it also has extremely high
impact strength, a high degree of dimen-
sional stability, and can relieve high levels
of stress without structurally compro-
mising the material. The Ultraliner PVC
Alloy material is an extremely tough
material.
The PVC Alloy material can be
"thermo-formed" at steam temperatures,
enabling Ultraliner PVC Alloy Pipeliner
to mold almost exactly to the shape of
the interior of a host pipe, even corru-
gated pipe. The PVC Alloy Pipeliner will
conform to size transitions, tight bends,
offset joints, and other irregularities.
Cut -away of corrugated pipe which has been
lined with Ultraliner PVC Alloy Pipeliner.
In addition to its strength, flexibility,
ductility (lack of brittleness), and tight
fit, Ultraliner PVC Alloy Pipeliner is
extremely resistant to chemicals and
abrasion. In fact, years of laboratory tests
and experience in actual installations
indicate our product will not degrade in
a typical sewer environment.
NO POST -INSTALLATION SHRINKAGE
An important characteristic of Ultra -
liner PVC Alloy Pipeliner is that, due to
Ultraliner's unique material and install-
ation process, there is no significant
shrinkage, neither radially nor longitudi-
nally, after it has been installed. Therefore,
it maintains its tight fit and its ability to
control groundwater migration for the
design life of the material.
Ordinary thermoplastics have a
"memory" of their original, manufactured
size and shape. If that "memory" is not
altered or disrupted, thermoplastic pipes
have a tendency to shrink back toward
their original size and shape after they
have been expanded.
However, Ultraliner's unique PVC
Alloy compound and our special install-
ation procedure allow the "memory" of
Ultraliner PVC Alloy Pipeliner to be reset
to a new, expanded shape and size. As a
result, once an Ultraliner PVC Alloy
Pipeliner has been properly installed, it
will not shrink away from the host pipe.
FACTORY MANUFACTURING
ASSURES CONSISTENT QUALITY
Ultraliner PVC Alloy Pipeliner is manufac-
tured in a highly controlled environment.
When you specify Ultraliner PVC
Alloy Pipeliner, you will always get the
same high -quality product. Since the
pipeliner is manufactured in a tightly
controlled factory environment, you are
assured that every foot of your new pipe -
liner will meet your specifications and
all applicable industry standards. In fact,
the only variations from one Ultraliner
installation to the next are the ones you
specify.
CAREFULLY CONTROLLED INSTALL-
ATION ASSURES PERMANENT FIT
The smaller diameter (12" and
smaller) PVC Alloy Pipeliners are folded
in the field prior to insertion, whereas
the larger diameter pipeliners (15" and
larger) may be deflected to a small,
profile at the manufacturing facility.�s
reduces the cross -sectional area of the
pipe by almost half without disrupting
the ability to effectively mold the pipe -
liner into its new memory configuration.
The reduced size, the high abrasion
resistance, and the very slick surface allow
Ultraliner PVC Alloy Pipeliner to be pulled
into a pipeline through an existing access
point, such as a manhole, without trauma
to either the Ultraliner PVC Alloy Pipe -
liner or the host pipe. Because the pipe -
liner is pulled along the invert without
contacting the crown of the pipe, Ultra -
liner PVC Alloy Pipeliner is routinely
used to line extremely deteriorated pipe
with minimal risk of generating a
collapse.
Normally, Ultraliner PVC Alloy
Pipeliner is installed in sections of about
300 feet - from one manhole to the next
- although installations of 8" and 10"
pipeliners exceeding 1,000 feet, and
installations of 21" and 24" pipeliners
exceeding 500 feet, have been successfully
accomplished. Typical installations y
require four to five hours to pull a
process the pipeliner, with additional
time required to fully reinstate the service
connections. Short lengths of culvert
pipe, which lack service connections, are
c`i completed in two to three hours.
Once inserted, the pipeliner is heated
sufficiently to allow the material to relax
and to reset the PVC Alloy's "memory"
to the new size and shape it has assumed.
Ultraliner PVC Alloy Pipeliner's tight
fit against the irregular shape of the host
pipe mechanically locks the liner in place
throughout its service life and thereby
controls the leakage of groundwater
between the host pipe and the pipeliner.
A 24"-diameter installation in Virginia.
After the pipeliner has properly
cooled, pressure is relieved and the ends
Ultraliner PVC Alloy pipeliner is pulled into a prepared host pipe.
The Ultraliner PVC Alloy pipeliner is plugged and expanded with steam and air pressure.
The Ultraliner PVC Alloy pipeliner forms a
are trimmed at least 3 inches from the
manhole walls. Lateral service lines are
located and reopened using remote -
controlled devices. The unique Ultraliner
PVC Alloy material is more ductile and
relieves stresses more readily than typical
PVC compounds, thereby avoiding
cracking or shattering of the pipeliner
when the services are reestablished.
THE RESULTS
Because Ultraliner can be installed
tight -fitting new pipe.
quickly through existing access points,
there is very little or no disruption to the
community. Most residents are amazed
when they later learn that construction
took place and that pipes have been
renewed. 1
The original pipeline will be sealed,
thereby controlling infiltration, exfiltra-
tion, and root intrusion, with a jointless,
smooth pip eliner which will not degrade.
The pipe ill also have a renewed service
life expect d to exceed 50 years.
NEW"MANHOLE WITHIN A MANH
REINFORCED, SEALED &
NO ENTRY SPINCAST
Coif Shield'
biotech armor for concrete Since 1996
°REVENTS icrobiologically nduced orroosion
www.conshield.com
riIOBACILLU.
/ BACTERIA
�( CREATES
SULFURIC AC Ir
HYDROGEN SULF11
GAS JfC
BACTERIA + SULFIDE GAS = SULFURIC ACID
02 H2S
HIOBACILLUS BACTERIA •t4
UNPROTECTED CONCRETE
w.,
BACTERIA + Con ,;hieiaf= NO CORROSION
02 H2S
Con
PROTECT
"EPA Registered"
Con Shield additive effectively
destoys acid creating bacteria
"NO BACTERIA=NO ACID=NO CORROSION"
E
C
STORM PIPES &AVNITAftla
NTRIPE x, C1PE V�PI`PE
CENTRIFUGALLY CAST CONCRETE PIPE LINING �ENTRIFUGALLYCAST LINING
71renchless Renewal for
Sanitary & Storm Pipe
Before .
36"and larger
Permanently Sealed
Full Length Seamless
No Excavation
Corrosion Protected
Precision Placement at Design Thickness
Double the Life for Half the Cost
www.centripipe.com
wo
SANITARY SEWERS
Public Works Department,
Wastewater Utility,
Engineering Division,
D. Ellis
05/21/09 City of
F5 -16 T23N R5E W 1/2
11J — '"0 1 lrJl \ V 1 i/ it
RY SEWERS
Department,
0 200 400 tility,
21 rrivision,
Feet
1:4,800 D Cityjof
H5 - 28 T23N R5E E 1/2
0 200 400
Feet
1:4,800
G5
21 T23N R5E E 1/2
5321
121