Loading...
HomeMy WebLinkAboutWTR270307840 CITY OF RENTON ••LL Planning/Building/PublicWorks Department Jesse Tanner, Mayor Gregg Zimmerman P.E., Administrator September 15, 2003 Attn: Donna FN W 8528 S. 222nd Street Kent, WA 98031 SUBJECT: Dear Donna: COPY WTR-27-3078, EAST KENNYDALE SANITARY SEWER INFILL & WATER MAIN REPLACEMENT, PHASE II Submittal Reply We have received on September 12, 2003 your submittals for a portion of the materials to be used on the City's water main replacement portion of the above project. Our review comments are: DESCRIPTION Specifications No. STATUS 1 McDonald brass fittings: 9-30.6 Approved with Corporation Stop Series 4701 Q condition install per Straight Coupling Series 4754Q Renton Standard Detail B 106. End connections types must conform to Renton Standard details for water service installation, and meter setter ends. Sincerely, Rick Moreno, Project Manager Water Utility rmoreno(a,ci.renton.wa.us Phone:425-430-7208 CC: John Hobson Waster Water Utility Abdoul Gafour, Water Utility Supervisor Ray Sled, Water maintenance Supervisor H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3078 - East Kennydale Water P Sanitary\Subm ittals.doc\RMtp 1055 South Grady Way - Renton, Washington 98055 R E N T O N This paper contains 50 % recycled material, 30%post consumer AHEAD OF THE CURVE v. ROBISON CONSTRUCTION, INC. (RCI) CITY OF RENTON WWP-27-3078 & WTR-27-3078 (Project Number) EAST KENNYDALE SANITARY SEWER INFILL & WATER MAIN REPLACEMENT PHASE H (Project Name) 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 both in writing and in figures.) The undersigned certifys 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 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 H:f6rms/envrmta1/envirpoVbh ROBISON CONSPRUCPION, INC. (RCI) 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 Robison Construction, Inc. (RCI) Name of Bidder's Firm Printed N in Dennis L. Irick, Vice President - Estimating Signature Address: 121 140th Avenue Ct. E., Slimmer, KA 98390 Addenda Received: -0- Names of Members of Partnership: N/A OR Name of President of Corporation Andrew C. Albrecht Name of Secretary of Corporation Andrew C. Albrecht Corporation Organized under the laws of Kasbington With Main Office in State of Washington at 1216 140th Avenue Ct. East, Sumner, HA 98390 Subscribed and sworn to before me on this 29th day of July 2003 10Hgtisiy� F `� tMY f. Notary Public in and for the St to of Washington �,r.• o = Notary (Print) eenT . ` r My appointment expires: 0 P � JlOj H:forms/envrmtal/envirpol/bh WAIVER OF NOTICE AND CONSENT TO ACTIONS IN LIEU OF SPECIAL COMBINED MEETING OF SHAREHOLDER/DIRECTOR OF ROBISON CONSTRUCTION, INC. The undersigned, being the sole voting Shareholder and Director of Robison Construction, Inc. (the "Corporation"), hereby waives notice and attendance of a Special Combined Meeting of the voting Shareholder and Director, and further consents to the actions described and adoption of the resolutions set forth below. This Waiver and Consent shall have the same effect as a unanimous vote, as if a duly convened meeting of the Shareholder and Director was held at the principal place of business of the Corporation. Execution of Bonds and Bid Proposals on Behalf of the Corporation WHEREAS, the Shareholder and Director reviewed a proposal to allow certain key employees to execute Bid Bonds and Bid Proposals on behalf of the Corporation; now, therefore, it is hereby: RESOLVED that Dennis L. Irick is individually authorized to sign and execute Bonds and Bid Proposals on behalf of the Corporation in the state of Washington and as required in connection with the operation of the Corporation's business. The execution of this Consent will constitute written waiver of any notice required by Washington's Corporate Act and the Corporation's Articles of Incorporation and Bylaws. DATED THIS q fh day of VO VS- 2002. SHAREHOLDER: Mark W. Robison DIRECTOR: Mark W. Robison HISheree/Licenses/Special Resolution ROB" T CONSTRUCTION, INC. (RCI) CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES EAST KENNYDALE SANITARY SEWER INFILL AND WATER MAIN REPLACEMENT PHASE II (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 001. 1 Lump Sum 002. 1 Lump Sum 003. 1 Lump Sum 004. 1 Lump Sum 005. 1 Lump Sum 006. 1 Lump Sum 007. 6 Each 008. 4,316 Linear Foot 009. 4,316 Linear Foot 010. 1,939 Linear Foot 011. 16 Each 012. 5 Each Mobilization & Demobilization $ wENTf- THoUs,/nyrl- Twt,4,o5 per Lump Sum (words) Trench Excavation Safety Systems $ QV6- 7Y,-Vs,9nI/J 7�,-L L9r�S per Lump Sum (words) Surveying, Staking, and As-Builts $ F/I/� T1�aas.¢iy/� �GGr41z_s per Lump Sum (words) Traffic Control $ Five r7joVsljilp yyc�A�s per Lump Sum (words) Temporary Erosion/Sedimentation Controls $ 7w, r»orrsa ti n per Lump Sum (words) Landscape Restoration $_ rwa f71c7/SA�(/i7 �GGLi¢fZS per Lump Sum (words) Re-establish existing Monuments $ TNT yy o"o-r17 f7C'LL.Irpe.s per Each (words) TV Inspection of Sanitary Sewers $ oNE R7 per Linear Foot (words) 8" PVC Sewer Pipe and Cleanouts per Linear Foot (words) 6" PVC Side Sewer Pipe $ Si rrY T'oL6.4r--S per Linear Foot (words) 48" Sanitary Sewer Manhole $ ZW)ZeE AVAI77ZE7 per Each (words) Connect New Sewer to Existing Sewer Facility $ Two 771W51f,1r-- per Each (words) 9,000ao ZO 000, 00 igures /, 0O0, tom' 46100,00 igures Doi MO --S- 000, 00 fiqures .S, OMO, 0& 1 -';- 000. 670 fiqures igures ,cV000 z figures 300. n0 1, figures /. 00 1*4nrc-0 000, d© A _?M. 00 60, X 00 figures so 00 //� 3 y� 00 figures 35S6- 00D. OD figures ures Page 1 ROf I CONSTRUCTION, INC_ (RCI) CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES EAST KENNYDALE SANITARY SEWER INFILL AND WATER MAIN REPLACEMENT PHASE II (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 013. 4,385 Linear Foot 8" ductile iron pipe, Cl 53, Poly Wrapped & Fittings $ CiGTY fit�E T?7 o_( SS. 00 Z7-5, DO per Linear Foot (words) figures 014. 19 Each 8" gate valve assembly $ 'PeitvfrS '500 O0 q per Each (words) figures 015. 8 Each 6" gate valve assembly $ PtiK Hi/ vo/zerr, 100, 00 z n ? 00 per Each (words) figures 016. 14 Each Fire Hydrant Assembly $�E�c TF/yuS�NO �OGLAIZS3 000 Oo y Z 000, 00 per Each (words) figures 017. 74 Each 3/4" Water Service Connection $ L?3GG/0zS ? SO, OD 70 300, OD per Each (words) figures 018. 5 Each 3/4" Water Service Connection (no meter) $ N/NF y�/upzEi RG[�1PS �� O D y .BOO DO per Each (words) figures 019. 1 Each 1" Air -Release Valve $ ONE T7iGV_!;,,VP m11-42S / 000, 00 000, 00 per Each (words) figures 020. 1 2" Permanent Blow -off Assembly Each $ OH_ E j7yWSXA/jr7" TWD r re_t j ,C5 I Z 00, 0 figures l 7 00. OO per Each (words) 021. 8 Each Connection to Existing Water Main $ 0"t 7Na15;4y� �/dE e"1?)Z6P J�46.4f0s /sow 00 12,000,00 per Each (words) figures Page 2 RG )N CONSTRUCTION, INC_ (RCI) CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES EAST KENNYDALE SANITARY SEWER INFILL AND WATER MAIN REPLACEMENT PHASE II (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) rN EM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT O. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 022.1 26 Cubic yard 023.1 1 Lump Sum 024, 500 Ton 025. 2,500 Ton 026. 9,400 Sq. Yard 027. 2,820 Sq. Yard 028. 1 Lump Sum 029. 515 Sq. Yard 030. 125 Linear Foot Concrete Thrust Blocks & Dead -man Blocks $ 77r_/«,05 o 00 Z 090 00 per Cubic Yard (words) figures Removal of Existing Fire Hydrants, Valve Boxes & Appurtenances $ 'rives SOO.00 figures 500.00 per Lump Sum (words) Removal and Replacement of Unsuitable Foundation Material $ Tw��vE f�y�c�9�s sirr�-��v� c�vrs 1 Z. 6s figures 6 _TZS, OG per Ton (words) Select Imported Trench Backfill $ i w��I� T7�GG�fz�s / N17 figures 7 per Ton (words) Asphalt Class B (Road Rebuild) Paving Incl. CSTC $ f0f,'EEry XAIP v r` CCNTS figures per Square Yard (words) Asphalt Class B Patch Inc. CSTC $ Fl�7�'-12-11L42s _s-z Oc figures Or per Square Yard (words) Replace Pavement Markings and Traffic Buttons $ Out VYW54AIP PrI s / O00 00 figures /OOD, CAD per Lump Sum (words) Remove and Replace Sidewalk & Driveway z0.00 $ i-W'5;VrP � lO 300. 00 per Square Yard (words) figures Remove and Replace Curb & Gutter $ 701 GAO Z, �O� 00 per Linear Foot (words) figures Subtotal 00 8.8% Sales Tax Q a0 , 37 Total 3 /0 6 Z. 37 Page 3 Robison Construction, Inc. (RCI) CITY OF RENTON CONSTRUCTION OF: EAST KENNYDALE SANITARY SEWER INFILL & WATER MAIN REPLACEMENT, PHASE II PROJECT NO. WWP-27-3078 WTR-27-3078 SUBCONTRACTOR LISTING Subcontractor Name Zb'Y11.1 ( s �b%moo" Ca`rs7�i"uc7'Slst,. �r�/C: ,Ed,3'7�" /ee Work H,5,4 TINE y.QN rit-,I nol/ ff if C014F /T/ol'//Ave; Page 1 of 1 PL 1//G/S /1vG tL tcr/z/c.4t CITY OF RENTON BID TABULATION SHEET PROJECT: East Kennydale Sanitary Sewer Infill & Water Main Replacement Phase II; CAG-03-115 DATE: July 29, 2003 FORMS BID Proposal/ BIDDER Bid Triple Includes 8.8 % Sales Tax Bond Form Frank Coluccio Const. Co. 9600 M.L. King Jr. Way S. Seattle, WA 98118 Gary Merlino Const. Co., Inc. 9125 loth Ave. S. Seattle, WA 98108 RCI Construction Group X ?j j 0) 5 L92 , SJ PO Box 1730 Sumner, WA 98390 Thomco Const., Inc. 303 N. Olympic Ave. Arlington, WA 98223 West Coast Const. Co., Inc. h PO Box 419 Woodinville, WA 98072 ENGINEER'S ESTIMATE TOTAL: $1,285,696.13 LEGEND: Form: Triple Form: Non -Collusion Affidavit, Anti -Trust Claims, Minimum Wage 15D O-L 6 1 -61