HomeMy WebLinkAboutWTR2703198u
I
I
1
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
TALBOT HILL WATER MAIN REPLACEMENT PHASE 11
(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.
014. 10
Each
015. 37
Cubic yard
016. 20
Ton
017. 500
Ton
018. 700
Ton
019. 480
Ton
020. 200
Sq. Yard
021. - 1
Lump Sum
022. 1
Lump Sum
023. 155
Linear Foot
024.
4
Each
$ onn tioq_to Exist V�Cat a'
I'X
A_�' 4 3, A
per Each ( ds) gures
Concrete Thrust Blgcks & Dead- an Blo
per Cubic Yard (words) figures
Removal & Replacement U_i� uitable Foundation Material ! v�
$
per Ton words) figures
Select I ported Trench BaRkfill avel Borrow)
per Ton (words) o figures
Crus ='ILI
cing To Cou s & Crushed Rock Backfill
$
per Ton (words) figures
$sphalt Patch �I.as B
L
per Ton (woro fiqures
Remov & Replace Concrete Sidewalk & Driveway
$ 1�.,,. is
per Square Yard (words) fiqures
Rem ve Restore Lawn, Landscaping R tora n
per Lurrip Sum (words)
ao'Cb
/6,Soo.,
7, 7U I
CIO oo
ur5 es
Removal of ExistiW Fire Hydrants, V Ive $ xe
- 0(
per Lump (words) figures
8-Inch D* . CPEP Storm Pip C-o
$if
per Li ear Foot words) figures
Type 1, atch Basin �Q
$ - 00
per Each (words) `" figures
Subtotal
8.8% Sales Tax
Total
�6D
CAO
Page 2
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
TALBOT HILL WATER MAIN REPLACEMENT PHASE If
(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.
001. 1 Mobilization & De ilization to 66,6001
Co
Lump Sum $ j' �DOW
per Lump SVm (words) fi ures
002. 1 Trench Excavation Safety Systems
Lump Sum $
per Lump Sum (words) figures
003. P Construction Surveying, Stakingr & As -
Lump
Lum Sum $ a_n.� to �-•1� K`1�Q �1 at �� 1 000
/
per Lump Sum (words) gures
004. 1 Tempo Erosion/Se i mentation C trols(
Lump Sum $ �((
per Lump Sum (words) figures
005. 1 Traffic Control ^ co C
Lump Sum $ �C; 0000
per Lump Sum ords) fi ures '
006. 87 3/4" Water Service Connecti ( (�
Each $ ) K f; / 60 C> 60
per Lump Sum (words) figures
007. 4 3/4" Water Service Connection / no m terGa� �
Each $ ,��p ( Y—. hX�a� 7 (ICJ
per Each (words) figures
008. 5,103 8-Inch UIP, Cl. 52 & Fittings (PolMm-om�
L,% Linear Foot $ / 6 0�
per Linear Fo (words) figures
009. 10 6-Inch DIP CI. 52 & Fittin (PoJyyvrapped) w W �� CD
$
Linear Foot � , ,
per Linear Foot ords) figures
010. 78 4-Inch 1 2 & F ngs Polywrapped) / Ll
Linear Foot $ � '3Q, C)
per Linear F (words) figures
011. 20 8-Inch r,.%pte Valve Asse bly
Each $
per Each (words) figures
012. 4 4-Inch Ga V4Ive �,L�}.� �sembd� CC3
i Each $ r " 000
per Ea (words) figures
j 013. 14 Fire Hbl
ydtA
` Each $ ` 1) 60 t iqGt ,
per Each or ) igur—es
Page 1
LIST OF RESPONSIBLE PARTIES
JAMES ADDRESS PHONE NUMBERS
since Mazzaferro
Pred Mazzaferro
Mark Stevens
Jeannine Mazzaferro
Patty Aker Nelson
12409 230th PINE
Redmond, Wa 98053
23331 NE 15th St.
Sammamish, Wa 98074
14917 283rd Pl.
Duvall, Wa 98019
12409 230th PI.NE
Redmond, Wa 98053
225 108th Ave NE
Bellevue, Wa 98004
425-941-3231(cell)
425-868-9066(home)
425-941-3120(cell)
425-836-5401(home)
206-799-1444(cell)
425-246-7338(cell)
425-868-9066
425-586-1012
TITLES
President
Head of Operations
Foreman
Secretary
Bookkeeper
Bonding Agent
YG�o�S Sure �nn� �,r►c�en�n
E
CITY OF RENTON COUNCIL AGENDA BILL
SUBMITTING DATA:
Dept/Div/Board... City Clerk
Staff Contact...... Bonnie Walton
SUBJECT:
Bid opening on 6/30/2005 for CAG-05-085,
Talbot Hill Water Main Replacement Phase 11 Project
EXHIBITS:
Staff Recommendation
Bid Tabulation Sheet (seven bids)
FOR AGENDA OF: July 11, 2005
AGENDA STATUS:
Consent......... X
Public Hearing..
Correspondence..
Ordinance.......
Resolution......
Old Business....
New Business....
Study Session...
Other...........
RECOMMENDED ACTION: APPROVALS:
Legal Dept......
Council concur Finance Dept....
Other.
TSCAL RAPACT:
Expenditure Required... $666,822.14 (2005) Transfer/Amendment.. N/A
Amount Budgeted........ $750,000.00 (2005-for construction) Revenue Generated... N/A
Total Project Budget... $800,000.00 (2005) City Share Total Project... $800,000.00
Account No.
(421.000500.018.5960.0034.65.05517(
SUMMARY OF ACTION:
Engineer's Estimate: $736,287.68
RECOMMENDED ACTION:
In accordance with Council procedure, bids submitted at the subject bid opening met the following three
criteria: There was more than one bid, the low bid was within the project budget, and there were no
irregularities. Therefore, staff recommends acceptance of the low bid submitted by VJM Construction
Co., Inc. in the amount of $666,822.14.
July 11, 2005
Renton City Council Minutes
247
Citizen Comment: Hansen - Frank Hansen, 3329 S. 194th St., SeaTac, 98188, spoke in support of the
Airport Honorary Name, honorary naming of the Renton Municipal Airport as Clayton Scott Field. He
Clayton Scott Field highlighted Mr. Scott's contributions to the aviation industry, and urged
Council's approval of the action. (See page 249 for further discussion on the
matter.)
Citizen Comment: Boswell - Kurt Boswell, 29426 179th Pl. SE, Kent, 98042, referred to consent agenda
Bosair Airport Lease (LAG- item 8.m., the recommendation to deny the addendum to the airport lease with
86-003), AcuWings Operating Bosair, LLC, and the operating permit and agreement with AcuWings, LLC.
Permit and Agreement He explained that the addendum allows the addition of flight training services,
aircraft rental and the sale of pilot supplies, so that AcuWings, as lessee to
Bosair, can lease space and provide those services. Mr. Boswell stated that the
space has been unoccupied for over two years, and he requested that the Bosair
lease addendum and the AcuWings operating permit be approved.
Citizen Comment: Acuner -
Bosair Airport Lease (LAG-
86-003), AcuWings Operating
Permit and Agreement
CONSENT AGENDA
Council Meeting Minutes of
June 27, 2005
Appointment: Library Board
AJLS: Interim Assistant to the
Chief Administrative Officer
Hire at Step E
City Clerk: 2005 Renton
Population
CAG: 05-085, Talbot Hill
Water Main Replacement
Phase 11, VJM Construction
Mayor Keolker-Wheeler noted that this item is listed for referral to the
Transportation (Aviation) Committee.
Baha Acuner, 14130 SE 171st Way, Renton, 98058, spoke on the subject of
consent agenda item 8.m., the recommendation to deny the addendum to the
airport lease with Bosair, LLC, and the operating permit and agreement with
AcuWings, LLC. Mr. Acuner stated that AcuWings wants to engage in flight
training, aviation education and a pilot supplies business, and he was surprised
at the recommendation for denial. He noted the driving -time convenience of
having a flight school at the Renton Airport, the limited amount of flight
training availability at the Airport, and the different services AcuWings plans to
offer. Mr. Acuner requested that the recommendation to deny this action be
reconsidered.
Items on the consent agenda are adopted by one motion which follows the
listing. At the request of Councilman Corman, item 8.n. was removed for
separate consideration
Approval of Council meeting minutes of June 27, 2005. Council concur.
Mayor Keolker-Wheeler appointed John G. DuBois, 1608 Davis Ave. S.,
Renton, 98055, to the Library Board for a five-year term expiring 6/1/2009.
Refer to Community Services Committee.
Administrative, Judicial and Legal Services Department requested authorization
to hire Linda Herzog as Interim Assistant to the Chief Administrative Officer at
Step E of the salary range through the end of 2005. Council concur.
City Clerk reported the official population for the City of Renton as of April 1,
2005, to be 56,840 as calculated by the State of Washington Office of Financial
Management. Information.
City Clerk reported bid opening on 6/30/2005 for CAG-05-085, Talbot Hill
Water Main Replacement Phase 11; seven bids; engineer's estimate
$736,287.68; and submitted staff recommendation to award the contract to the
low bidder, VJM Construction Co., Inc., in the amount of $666,822.14.
Council concur.
cc . TRACT CHECKLIST (revised March 2,
STAFF NAME & EXTENSION NUMBER: �e 7 7_08
DIVISION/DEPARTMENT: /G /) //VG W d4X
CITY OF R ENTQN
CONTRACT NUMBER: (Assigned by City Clerk Division.) G G - 0 S U ,�
TASK ORDER NUMBER: (If applicable.)
�IAUG a 4 2005
RECEIVED
CONTRACTOR: C<JMPAV y /WTI CLERK'S OFFICE
PURPOSE OF CONTRACT: M,i I NE pGA r M� ry/h!
1. LEGAL REVIEW: (Attach memo from City Attorney.)
Q� 2. RISK MANAGEMENT REVIEW FOR INSURANCE: (Attach memo from HRRM Administrator.)
[]� 3. RESPONSE TO LEGAL OR RISK MGMT CONCERNS: (Explain in writing how concerns have been met.)
C D,V70—V —I GGA7 K'I&'0 t4/ G , --,/ R-7--o e✓I' 7J7"
❑ 4. INSURANCE CERTIFICATE AND/OR POLICY: (Attach original.) .7
[ 5. CITY BUSINESS LICENSE NUMBER: 2 7 � iG (Call Finance Department.)
6. ACCOUNTS PAYABLE W-9 VENDOR FORM: (If not already on file with the Finance Department, make
sure the contractor completes the form and submits it to the Finance Department.)
7. �?c
ERFONOR//MVVNCE BOND VERIFICATION IF PUBLIC WORK CONTRACT: (Attach memo.)
8. MEMO TO MAYOR IF COUNCIL APPROVAL NOT REQUIRED: (Explain contract purpose, budget
source, work program fit, and scope of work.)
9. CHECK FEDERAL EXCLUDED PARTIES LIST (DEBARRED BIDDERS): (Access web site through
\ RentonNet-Useful Links -Excluded Parties List System - Attach printout of search results; debarred
contractors cannot be used.)
10. ATTACHED CONTRACTS ARE SIGNED BY CONTRACTOR/CONSULTANT: (If not, provide explanation.)
11. FISCAL IMPACT: (see 12.B.)
A. AMOUNT BUDGETED: (LINE ITEM) "Oo o, Oo D, D D (¢2 /,
B. EXPENDITURE REQUIRED: l &6, e 22 . / 4,1
12. COUNCIL APPROVAL REQUIRED IF: (Prepare Agenda Bill; see Policy & Procedure 250-02.)
A. CONTRACT OR TASK ORDER IS $50,000 OR OVER. (Refer to Council committee for initial contract approval;
place subsequent task orders on Council agenda for concurrence.)
B. FUND TRANSFER REQUIRED IF CONTRACT EXPENDITURE EXCEEDS AMOUNT BUDGETED.
(Refer to Council committee.)
C. SOLE SOURCE CONTRACT IS $20,000 OR OVER. (Refer to Council committee.)
D. INTERLOCAL AGREEMENT. (Requires resolution.)
13. DATE OF COUNCIL APPROVAL: (If applicable.) J u (y
14. RESOLUTION NUMBER: (If applicable.)
15. KEY WORDS FOR CITY CLERK'S ELECTRONIC INDEX:
DC/forms/city/contracts/cklist.doc/CoR Rev:3/05
BOND #575505P
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned VJM Construction Co., Inc.
as principal, and D ey e 1 o o e r s Surety and * corporation organized and existing under the laws
of the State of I owa as a surety corporation, and qualified under the laws of the State of
Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of 1666 B22 0D ** for the pay-
ment of which sum on demand we bind ourselves and our successors, heirs, administrators or person
representatives, as the case may be. * Indemnity Company
** Six Hundred Sixty-six Thousand Eight Hundred Twenty-two and No/100 Dollars **
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City
of Renton.
Dated at Bel 1 eyue , Washington, this 14th day of _ Jul v , 2005.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-05-85 providing for construction
of Talbot Hill Water Main Replacement Phase II
(Project name)
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work
therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner
and within the time therein set forth, or within such extensions of time as may be granted under said contract, and
shall pay all laborers, mechanics, subcontractors and material handling men, and all persons who shall supply
said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said
City of Renton harmless from any loss or damage occasioned to any person or property by reason of any
carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and
shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of
performance as specified in the contract or from defects appearing or developing in the material or workmanship
provided or performed under the contract within a period of one year after its acceptance thereof by the City of
Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and
effect.
VJM Construction Co., Inc.
Princi al
Signature nce*Ic,,,cf...e
President
Title
Developers Surety and Indemnity Company
Surety
Signature atty Akers Nelson
Attorney -in -Fact
Title
Approved by Larry Warren 2/14/92
H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 15
CONTRACTS OTHER THAN FEDERAL -AID FHWA
THIS AGREEMENT, made and entered into this _ day of 1J,11QdZat, 20Z5_ by and between
THE CITY OF RENTON, Washington, a municipal corporation of the Statf of Washington, hereinafter referred
to as CITY and VJM Constructi on Co., hereinafter referred to as "CONTRACTOR."
*Inc.
WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within (60) sixty workingdays from date of
commencement hereof as required by the Contract, of which this agreement is a comp part) art) perform
all the work and services required to be performed, and provide and furnish all of the labor, materials,
appliances, machines, tools, equipment, utility and transportation services necessary to perform the
Contract, and shall complete the construction and installation work in a workmanlike manner, in connection
with the City's Project identified as CAG-05-85 for improvement by construction and installation of:
Talbot Hill Water Main Replacement Phase II.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict
conformity with the plans and specifications, including any and all addenda issued by the City and all other
documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and
regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is
further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and
services shall be furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans, specifications
and all requirements of or arising under the Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractors bid and signing of this agreement,
consists of the following documents, all of which are component parts of said Contract and as fully a part
thereof as if herein set out in full, and if not attached, as if hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specAtalbot hill
bidpak.DOC\RLM\tb
Page 17
I 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with
th such diligence as will insure
its completion within the time specified in this Contract, or any extension in writing thereof, or fails to
complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make
a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the
Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this
Contract, the City may then serve written notice upon him and his surety of its intention to terminate the
Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance
of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every
respect. In the event of any such termination, the City shall immediately serve written notice thereof upon
the surety and the Contractor and the surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of
termination does not perform the Contract or does not commence performance thereof within thirty (30)
days from the date of serving such notice, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or
other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for
so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances,
equipment, plants and other properties belonging to the Contractor as may be on site of the project and
useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to
the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and
employees harmless and to promptly indemnify same from and against any and all claims, actions,
damages, liability of every type and nature including all costs and legal expenses incurred by reason of any
work arising under or in connection with the Contract to be performed hereunder, including loss of life,
personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon,
on or about the premises worked upon or in any way relating to this Contract. This hold harmless and
indemnification provision shall likewise apply for or on account of any patented or unpatented invention,
process, article or appliance manufactured for use in the performance of the Contract, including its use by
the City, unless otherwise specifically provided for in this Contract.
In the event the City shall, without fault on its part, be made a party to any litigation commenced by or
against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation.
Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from
claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided
further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's
agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered
by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent
negligence shall be valid and enforceable only to the extent of the Contractors negligence or the negligence
of the Contractor's agents or employees.
6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and
signed by the party giving such notice or by its duly authorized representative of such party. Any such
notice as heretofore specified shall be given by personal delivery thereof or by depositing de ositin same in the
United States mail, postage prepaid, certified or registered mail.
H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM1tb
Page 18
I
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract
final execution, and shall complete the full performance of the Contract not later than sixty [60] working
days from the date of commencement. For each and every working day of delay after the established day of
completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be
the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for
each such day, which shall be paid by the Contractor to the City.
S j Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any
installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties
or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy
any defects in the work and pay for any damage to other work resulting therefrom, which shall appear
within the period of one (1) year from the date of final acceptance of the work, unless a longer period is
specified. The City will give notice of observed defects as heretofore specified with reasonable promptness
after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any
such defect, fault or breach at the sole cost and expense of Contractor.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and
costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the
Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract,
including the payment of all persons and firms performing labor on the construction project under this
Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the
Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly
rlicensed as a surety in the State of Washington.
H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 19
11) The total amount of this contract is the sum of $666,822.00
numbers
Six Hundred Sixty-six Thousand Eight Hundred Twenty-two and No/100 Dollars
written words
which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the
"General Requirements" and this Contract Document.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City
Clerk and the Contractor has hereunto set his hand and seal the day and year first above -written.
VJM Construction Co., Inc.
CONTRACTOR
Presidentfj#6mw4olli ncent J . Mazzaferro
SdsketaryDeannine F. MazzafVYW
WX VJM Construction Co.. Inc
Firm Name
CITY OF RENTO'N 1
GtJ
Kathy Ke er-Wheeler, Mayor
ATTEST
&7-t� d
Bonnie I. Walton, City Clerk
Check one
13 Individual 13 Partnership XU Corporation Incorporated in Washington
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President and
Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws
shall be furnished to the City and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)
and firm or trade name; any one partner may sign the contract.
If business is an INDNIDUAL PROPRIETORSHIP, the name of the owner should appear followed by dfb/a and
name of the company.
H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 20
CITY OF RENTON
CITY CLERK DIVISION
MEMORANDUM
DATE: June 16, 2005
TO: Rick Moreno, Engineer Specialist
FROM: MN Michele Neumann, Deputy City Clerk
SUBJECT: Legal Publication, Daily Journal of Commerce
RECEIVED
JUN 1 6 2005
CITY OF RENTON
UTILITY SYSTEMS
The attached billing for the call for bids advertisement for the Talbot Hill water main
replacement project, published in the Daily Journal of Commerce, is being forwarded to
you for payment.
If you have any questions, please call me at ext. 6504. Thank you.
Attachment
DEWILY JOvRNA�fJTCOMMERCE
PO BOX 11050, SEATTLE, WA 98111
206-622-8272 FAX 206-622-8416
Federal I.D. #91-0193790 ADVERTISING INVOICE
BILLING PERIOD
ADVERTISER/CLIENT NAME
6/12/05 - 06/13/05
City of Renton
TOTAL AMOUNT DUE
INVOICE NO.
;3168954
TERMS OF PAYMENT
346.80
Net 30
BILLED ACCOUNT NAME AND ADDRESS
PAGE#
FMBILLING DATE
1
06/13/05
BILLED ACCOUNT NUMBER
3027
ADVERTISER/CLIENT NUMBER
City of Renton
CITY OF RENTON
Office of City Clerk
1055 S GRADY WAY
Renton WA 98055
JUN 15 2005
RECEIVED
CITY CLERK'S OFFICE
PLEASE DETACH AND RETURN UPPER PORTION WITH YOUR REMITTANCE
DATE
NEWSPAPER REFERENCE
DESCRIPTION -OTHER COMMENTS/CHARGES
SAU SIZE
BILLED UNITS
TIMES RUN
RATE
GROSS AMOUNT NET AMOUNT
06/06
186388
BC:TALBOT HILL WATER MAIN
1 x102L
1
173.40
06/06
WTR-27-3198
102L
1.70
JASON SETH
06/13
186388
BC:TALBOT HILL WATER MAIN
ix102L
1
173.40
06/13
WTR-27-3198
102L
1.70
JASON SETH
CONCURRENCE ® g
DA
E:
NAME
lNITIAUDATE
Daily Journal of Commerce
INVOICE NUMBER
BILLED ACCOUNT NUMBER
ADVERTISER/CLIENT NAME
TOTAL AMOUNT DUE
3168954
3027
City of Renton
346.80
PO BOX 11050, SEATTLE, WA 98111
r
STATE OF WASHINGTON — KING COUNTY
--ss.
186388 No. WTR-27-3198
City of Renton
Affidavit of Publication
The undersigned, on oath states that he is an authorized representative of The Daily Journal of
Commerce, a daily newspaper, which newspaper is a legal newspaper of general circulation and it is now
and has been for more than six months prior to the date of publication hereinafter referred to, published in
the English language continuously as a daily newspaper in Seattle, King County, Washington, and it is now
and during all of said time was printed in an office maintained at the aforesaid place of publication of this
newspaper. The Daily Journal of Commerce was on the 12'h day of June, 1941, approved as a legal
newspaper by the Superior Court of King County.
The notice in the exact form annexed, was published in regular issues of The Daily Journal of
Commerce, which was regularly distributed to its subscribers during the below stated period. The annexed
notice, a
BC:TALBOT HILL WATER MAIN
was published on
06/06/05 06/13/05
The amount of the fee charged for the foregoing publication is the sum of $ 346.80, which amount
has been paid in full.
x!!lltttIItfill.
�
",r�'W
firfi ; tcjf Pali"
`f 4 f *F t t0tl�'
Subscribed and s/orn )o before me on
06/13/05
Notary publilr for the State of Washington,
residing in Seattle
State of Washington, King County
City of Renton
Talbot Hill Water Main
Replacement Ph II
Bid Date: June 21
CALL FOR BIDS
Talbot Hill Water Main
Replacement Project
Phase Il
WTR-27-3198
Sealed bids will be received
until 2:30 p.m., Tuesday, June 21,
2005,. at the City Clerk's office,
7th Floor, and will be opened and
publicly read in the 5th Floor
Conference Room #521, Renton
City Hall, 1055 South Grady Way
Renton, Washington 98055, for
the referenced project.
The work to be performed with-
in sixty(60) working days from
the date of commencement under
this contract shall include, but not
.be limited to:
Furnish and install approxi-
mately 5,100 linear feet of 8-inch
diameter Class 52 ductile iron pipe
and fittings with polywrap, 91 '/.-
inch copper water services and
reconnections; 14 fire hydrants,
10 connections to existing water
mains. The work also includes
the removal and replacement of
asphalt pavement, erosion control,
traffic control and restoration of
public and private properties.
Any contractor connected with
this project shall comply with all
Federal, State, County, and City
codes and regulations applica-
ble to such work and perform the
work in accordance with the plans —
and specifications of this contract
document.
The City reserves the right to
reject any and/or all bids and to
waive any and/or all informali-
ties.
Approved plans and specifi-
cations will l,e
.n APPLICATION FOR CITY OF RENTON BUSINESS LICENSE
=i 'COMMERCIAL
Business CANNOT operate until the application has been approved
GENERAL BUSINESS LICENSE Required: Every business enterprise, including those with a temporary or portable
sales location, shall first obtain from the Finance Director a general business license for the current calendar year or
unexpired portion thereof. A Business License is required for each physical location where jobs occur. The license shall be
nontransferable. Reference Renton Municipal Code Title S Chapter .i.
usiness Name & ocation
0 3 ) Lam,
elephone �� gG 0 ` 70 t0 6
failing Address
l ,�2 qo 5 �� 3 c� P L. rJ
1zi 0-1 0 to C\ LU(— itjd 5�
mergency Names & Telephone W ;)
V/ fue-cr✓T c� m rtzZ F�✓rQ "K-9066
p�
=EE SCHEDULE
City of Renton Application # Z16- %y
WA State UBI# (,o6-)-;Z.-zl S
Owner Name and Address
�/iNL��T � JLjL7LZf�l`�t'd0
/�qof a30 PL rVE &Joao,, k uvn,-VUS3
Telephone V a s `3 6 8-- 9 0 6 6
Date Business to open in City of Renton 4011 d L o0 5
v
Describe Type of Business: W,4 er M qi,-i C,0/Us_
Contractors, plumbers, electricians, etc. please complete
Contractor's License 6000 -1 S Z.- Z I S
Address where work to be performed$, ) 9 7�� y_
Ake- PrVE •.S ,
Date work starts 2-c-6,
Describe Type of Business
wair MR,"J COW---
1. Total number of personnel working within Renton City limits: 7
2. Total number of hours worked by all personnel within Renton city limits per quarter: Si K
(quarter being 3 months) Jan -March: April -June: July -Sept: Oct -Dec:
3. Multiplied by rate per hour (.029)
4. TOTAL FEE:
Hours worked by all personnel that equal less than 480 hours in a quarter will be subject to 53' .0 Q
the minimum fee of $13.75 for a quarter.
herebv certify that the statements and information furnished by me on this application are true and complete, to the best of my
mowledge. I acknowledge that the statements and information furnished by me on this application are public records and are available
'or public inspection pursuant to State of Washington RCW 42-17-260.
SIGNATURE:
?rint Name: /, Nc e,J r ZZ �e//O Date: �JLN 1
nn 3 2�S
Title: I�"reS .1 es Phone(las)
Return Completed Application with City of Renton License Division
payment to: 1055 South Grady Way
Renton, WA 98055
Phone:425-430-6851 Fax: 425-430-6855
FOR OFFICE USE ONLY
Amount How Paid Date Planning Dept Bldg Dept Fire Dept
Date Date Date
nrirrc>,r nz vinz
Rug 15 05 02:21p Pls Inc
Ziff PLS Inc.
W Professional Land Surveyors
TO:
COMPANY -
FAX NO.:
DA TE:
REFERENCE
SUBJECT:
FROM:
E-MAIL:
425 313-9379
Rick Moreno
City of Renton
(425) 430 - 7241
Monday, August 15, 2005
Talbot Hill Water Main Replacement
Survey Control And Autocad Drawings
Kerrel Bell
kerrelb@plsincsurvey.com
Number of pages including this cover sheet: 2
REMARKS:
Land Surveying
Mapping �'
GPS
Cc: Vincent Mazzaferro - VJM Construction, Inc. 425-868-9074
1045 - 12" Avo. N.W., Suito F-7, Issaquah, Washington 98027
(425) 313-9378 (fax) 313-9379
Aug 15 05 02:21p Pls Inc 425 313-9379 p.2
T0:
NOTIFICATION
Rick Moreno
Name:
City of Renton
Company:
FROM: Kerrel Bell
PITS, Inc,
PROJECT
JOB NO.
DATE
Talbot Hill Water Main
5082
August 15, 2005
DELIVERY VIA: 7 Delivered ❑x Faxed ❑ Mailed F7 Other:
REFERENCE: Talbot Hill AutoCAD Drawing/Survey Control Information
COMMENTS:
As we discussed last week on the telephone, I have received Survey Control Information
from Bush Roed and Hitchings, and AutoCAD drawing titled "Final-Basemap.dwg"
from JD Wilson with the City of Renton.
We intend to utilize this information in our construction surveying efforts on the Talbot Hill
Water Main Replacement Project, unless notified to the contrary.
PLS, Inc. - Professional Land Surveyors
10.45 - 12th Ave. NW, Suite F-7, Issaquah, WA 98027
(425) 313 - 9373 (fax) 313 - 9379 e-mail: benp p1sincsurvey.com