Loading...
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