Loading...
HomeMy WebLinkAboutWWP2703590_2Project Title Sanitary Sewer Repairs 2011 BID DATE: August 24, 2010 E Item � No. Description 1 Mobilization & Demobilization 2 Trench Excavation Safety Systems 3 Construction Surveying and As-Builts 4 Traffic Control 5 Television Inspection of New Sanitary Sewer 6 Television Inspection of Sewer Repair 7 8-Inch Diam. PVC Sewer Pipe 8 8-Inch Diam. Ductile Iron Sewer Pipe 9 Ductile Iron Tee Connection 10 48-Inch Diam. Sanitary Sewer Manhole 11 48-Inch Diam. Sanitary Sewer Manhole with Outside Drop 12 Inside Sewer Drop Connection 13 Removal and Replacement of Unsuitable Foundation Material 14 Select Imported Trench Backfill 15 Asphalt Concrete Patch including CSTC 16 2-Inch Deep Asphalt Overlay 17 Asphalt Grinding for Overlay 18 Replace Pavement Markings and Traffic Buttons Unit LUMP Sum Lump Sum Lump Sum Lump Sum Linear Foot Each Linear Foot Linear Foot Each Each Each Each Ton Ton Square Yard Square Yard Square Yard Lump Sum Est. Quantit 1 1 1 1 159 10 165 4 10 3 1 1 50 600 250 465 465 1 City of Renton Engineers Estimate Unit Bid Price Amount $25,000.00 25,000.00 $8,000.00 8,000.00 $5,000.00 5,000.00 $15,000.00 15,000.00 $2.00 318.00 $110.00 1,100.00 $100.00 16,500.00 $100.00 400.00 $1,000.00 10,000.00 $6,500.00 19,500.00 $8,000.00 8,000.00 $1, 500.00 1,500.00 $20.00 1,000.00 $20.00 12,000.00 $35.00 8,750.00 $35.00 16,275.00 $20.00 9,300.00 $5,000.00 5,000.00 Subtotal $162,643.00 Tax 9.5% $15,451.09 Total $178,094.09 Shoreline Construction Unit Bid Price Amount 10, 000.00 15, 000.00 2,500.00 14,000.00 10.00 170.00 120.00 600.00 2,900.00 6,000.00 7,200.00 700.00 0.10 1.00 26.00 19.00 10.00 1,900.00 Subtotal Tax 9.5% Total 10,000.00 15, 000.00 2,500.00 14,000.00 1,590.00 1,700.00 19, 800.00 2,400.00 29,000.00 18, 000.00 7,200.00 700.00 5.00 600.00 6,500.00 8,835.00 4,650.00 1,900.00 $13,716.10 Project Title:Sanitary Sewer Repairs 2011 BID DATE: August 24, 2010 E Item Unit P No. Description 1 Mobilization & Demobilization Lump Sum 2 Trench Excavation Safety Systems Lump Sum 3 Construction Surveying and As-Builts Lump Sum 4 Traffic Control Lump Sum 5 Television Inspection of New Sanitary Sewer Linear Foot 6 Television Inspection of Sewer Repair Each 7 8-Inch Diam. PVC Sewer Pipe Linear Foot 8 8-Inch Diam. Ductile Iron Sewer Pipe Linear Foot 9 Ductile Iron Tee Connection Each 10 48-Inch Diam. Sanitary Sewer Manhole Each 11 48-Inch Diam. Sanitary Sewer Manhole with Outside Drop Each 12 Inside Sewer Drop Connection Each 13 Removal and Replacement of Unsuitable Foundation Material Ton 14 Select Imported Trench Backfill Ton 15 Asphalt Concrete Patch including CSTC Square Yard 16 2-Inch Deep Asphalt Overlay Square Yard 17 Asphalt Grinding for Overlay Square Yard 18 Replace Pavement Markings and Traffic Buttons Lump Sum Est. Quanti 1 1 1 1 159 10 165 4 10 3 1 1 50 600 250 465 465 1 King Construction Unit Bid Price Amount 9,100.00 9,100.00 100.00 100.00 2,180.00 2,180.00 2,100.00 2,100.00 2.00 318.00 200.00 2,000.00 112.00 18,480.00 13.00 52.00 4,620.00 46,200.00 3,500.00 10, 500.00 5,000.00 5,000.00 3,040.00 3,040.00 10.00 500.00 11.00 6,600.00 154.00 38,500.00 19.00 8,835.00 17.00 7,905.00 2,100.00 2,100.00 Subtotal $163,510.00 Tax 9.5% $15,533.45 Total $179,043.45 KC Equipment Unit Bid Price Amount 20,000.00 20,000.00 5,000.00 5,000.00 5,000.00 5,000.00 20,000.00 20,000.00 10.00 1,590.00 700.00 7,000.00 100.00 16,500.00 200.00 800.00 1,000.00 10, 000.00 6,000.00 18,000.00 5,000.00 5,000.00 3,000.00 3,000.00 50.00 2,500.00 30.00 18, 000.00 45.00 11,250.00 25.00 11,625.00 15.00 6,975.00 2,000.00 2,000.00 Subtotal $164,240.00 Tax 9.5% $15,602.80 Total $179,842.80 Project Title:Sanitary Sewer Repairs 2011 BID DATE: August 24, 2010 E Item Unit Est. N No. Description Quan 1 Mobilization & Demobilization Lump Sum 1 2 Trench Excavation Safety Systems Lump Sum 1 3 Construction Surveying and As-Builts Lump Sum 1 4 Traffic Control Lump Sum 1 5 Television Inspection of New Sanitary Sewer Linear Foot 159 6 Television Inspection of Sewer Repair Each 10 7 8-Inch Diam. PVC Sewer Pipe Linear Foot 165 8 8-Inch Diam. Ductile Iron Sewer Pipe Linear Foot 4 9 Ductile Iron Tee Connection Each 10 10 48-Inch Diam. Sanitary Sewer Manhole Each 3 11 48-Inch Diam. Sanitary Sewer Manhole with Outside Drop Each 1 12 Inside Sewer Drop Connection Each 1 13 Removal and Replacement of Unsuitable Foundation Material Ton 50 14 Select Imported Trench Backfill Ton 600 15 Asphalt Concrete Patch including CSTC Square Yard 250 16 2-Inch Deep Asphalt Overlay Square Yard 465 17 Asphalt Grinding for Overlay Square Yard 465 18 Replace Pavement Markings and Traffic Buttons Lump Sum 1 Reed Trucking & Excavating R.L. Alia Unit Price Bid Amount Unit Price Bid Amount 16, 000.00 16, 000.00 10, 000.00 10, 000.00 10,000.00 10,000.00 3,000.00 3,000.00 3,500.00 3,500.00 500.00 500.00 10,000.00 10,000.00 5,000.00 5,000.00 2.50 397.50 5.00 795.00 250.00 2,500.00 400.00 4,000.00 85.00 14,025.00 59.00 9,735.00 100.00 400.00 200.00 800.00 5,000.00 50,000.00 8,000.00 80,000.00 3,000.00 9,000.00 4,000.00 12,000.00 5,000.00 5,000.00 5,000.00 5,000.00 3,000.00 3,000.00 700.00 700.00 60.00 3,000.00 4.00 200.00 20.00 12,000.00 20.00 12,000.00 70.00 17,500.00 20.00 5,000.00 20.00 9,300.00 20.00 9,300.00 10.00 4,650.00 15.00 6,975.00 3,000.00 3,000.00 15,000.00 15,000.00 Subtotal $173,272.50 Tax 9.5% $16,460.89 Total $189,733.39 Subtotal $180,005.00 Tax 9.5% $17,100.48 Total $197,105.48 Project Title:Sanitary Sewer Repairs 2011 BID DATE: August 24, 2010 E Item IN No. Description Unit Est. Quantity 1 Mobilization & Demobilization Lump Sum 1 2 Trench Excavation Safety Systems Lump Sum 1 3 Construction Surveying and As-Builts Lump Sum 1 4 Traffic Control Lump Sum 1 5 Television Inspection of New Sanitary Sewer Linear Foot 159 6 Television Inspection of Sewer Repair Each 10 7 8-Inch Diam. PVC Sewer Pipe Linear Foot 165 8 8-Inch Diam. Ductile Iron Sewer Pipe Linear Foot 4 9 Ductile Iron Tee Connection Each 10 10 48-Inch Diam. Sanitary Sewer Manhole Each 3 11 48-Inch Diam. Sanitary Sewer Manhole with Outside Drop Each 1 12 Inside Sewer Drop Connection Each 1 13 Removal and Replacement of Unsuitable Foundation Material Ton 50 14 Select Imported Trench Backfill Ton 600 15 Asphalt Concrete Patch including CSTC Square Yard 250 16 2-Inch Deep Asphalt Overlay Square Yard 465 17 Asphalt Grinding for Overlay Square Yard 465 18 Replace Pavement Markings and Traffic Buttons Lump Sum 1 Garcia -Tucker Associates Nor Tec Construction Unit Bid Unit Bid Price Amount Price Amount 18, 922.00 18, 922.00 16, 000.00 16, 000.00 5,484.00 5,484.00 5,000.00 5,000.00 3,000.00 3,000.00 5,000.00 5,000.00 7,002.00 7,002.00 10,000.00 10,000.00 11.00 1,749.00 5.00 795.00 275.00 2,750.00 100.00 1,000.00 137.00 22,605.00 313.79 51,775.35 50.00 200.00 1.00 4.00 486.30 4,863.00 5,490.00 54,900.00 4,000.00 12,000.00 1,500.00 4,500.00 2,900.00 2,900.00 2,000.00 2,000.00 2,089.00 2,089.00 1,000.00 1,000.00 18.50 925.00 32.00 1,600.00 18.50 11,100.00 18.00 10,800.00 114.42 28,605.00 100.00 25,000.00 24.00 11,160.00 20.00 9,300.00 8.60 3,999.00 6.45 2,999.25 1,500.00 1,500.00 1,500.00 1,500.00 Subtotal $140,853.00 Tax 9.5% $13,381.04 Total $154,234.04 Subtotal $203,173.60 Tax 9.5% $19,301.49 Total $222,475.09 Note: Garcia -Tucker's Schedule of Prices had a Bid Amount for item 9 of $48,630.00 and a Unit Price of $486.00. This changed their overall Total (incl. tax) from $202,161.09 to $154,234.04. This made them the low bidder. A phone call to Bill Garcia of Garcia -Tucker confirmed that the unit price shown in their bid for item 9 ($486.30) was in error and that the intended total amount shown for bid item 9 was correct ($48,630.00). Project Title:Sanitary Sewer Repairs 2011 BID DATE: August 24, 2010 E Item No. Description 1 Mobilization & Demobilization 2 Trench Excavation Safety Systems 3 Construction Surveying and As-Builts 4 Traffic Control 5 Television Inspection of New Sanitary Sewer 6 Television Inspection of Sewer Repair 7 8-Inch Diam. PVC Sewer Pipe 8 8-Inch Diam. Ductile Iron Sewer Pipe 9 Ductile Iron Tee Connection 10 48-Inch Diam. Sanitary Sewer Manhole 11 48-Inch Diam. Sanitary Sewer Manhole with Outside Drop 12 Inside Sewer Drop Connection 13 Removal and Replacement of Unsuitable Foundation Material 14 Select Imported Trench Backfill 15 Asphalt Concrete Patch including CSTC 16 2-Inch Deep Asphalt Overlay 17 Asphalt Grinding for Overlay 18 Replace Pavement Markings and Traffic Buttons Unit Est. Quan Lump Sum 1 Lump Sum 1 Lump Sum 1 Lump Sum 1 Linear Foot 159 Each 10 Linear Foot 165 Linear Foot 4 Each 10 Each 3 Each 1 Each 1 Ton 50 Ton 600 Square Yard 250 Square Yard 465 Square Yard 465 Lump Sum 1 C.A. Goodman Construction Lazer Underground & Earthworks Unit Bid Unit Bid Price Amount Price Amount 14,100.00 14,100.00 5,302.56 5,302.56 4,949.28 4,949.28 25,200.00 25,200.00 7.55 1,200.45 162.00 1,620.00 82.60 13,629.00 378.66 1,514.64 6,336.96 63,369.60 1,247.76 3,743.28 5,352.60 5,352.60 1,488.96 1,488.96 84.00 4,200.00 44.27 26,562.00 57.87 14,467.50 18.30 8,509.50 14.70 6,835.50 1,800.00 1,800.00 Subtotal $203,844.87 Tax 9.5% $19,365.26 Total $223,210.13 20,000.00 20,000.00 10,000.00 10,000.00 5,000.00 5,000.00 15, 000.00 15, 000.00 10.00 1,590.00 300.00 3,000.00 165.00 27,225.00 400.00 1,600.00 7,000.00 70,000.00 6,500.00 19, 500.00 2,500.00 2,500.00 2,000.00 2,000.00 30.00 1,500.00 22.00 13, 200.00 35.00 8,750.00 20.00 9,300.00 10.00 4,650.00 4,000.00 4,000.00 Subtotal $218,815.00 Tax 9.5% $20,787.43 Total $239,602.43 PUBLIC WORKS DEPARTMENT D City of PRECONSTRUCTION CONFERENCE DATE: October 13, 2011 TIME: 10:00 AM PLACE: City Hall Conference Room #521 Sanitary Sewer Repairs 2011 Project Manager John Hobson I Phone 425-430-7279 Fax 425-430-7241 E-mail: jhobson@rentonwa.gov Contractor Name/Address: Shoreline Construction Co. P.O. Box 358 Woodinville, WA 98072-0358 Phone 425-483-0600 Contact Name Doug Suzuki Phone 425-483-0600 Fax 360-668-5133 E-mail: dsuzuki@sccwa.net Construction Location 150 linear feet of new 8" on NE Sunset Blvd (between Newport Ave NE and Queen Ave NE) and various spot repairs on other streets (see attached map) PLEASE CHECK DEPARTMENTS TO BE NOTIFIED AND SPECIFY PERSON TO ATTEND: PUBLIC WORKS DEPARTMENT ❑ Utility Plan Review Kayren Kittrick ❑ Water Utility Abdoul Gafour ® Wastewater Utility David Christensen ❑ Surface Water Utility Ron Straka ® Transportation Systems Chris Barnes, Jun Aesquivel ® Maintenance Services Division Mike Stenhouse ® Customer Services Holly Graber ® Construction Services Mark Wetherbee ® FIRE PREVENTION Corey Thomas ® POLICE DEPARTMENT Kent Curry ❑ PARK DEPARTMENT Leslie Betlach ❑ BUILDING DEPARTMENT Larry Meckling ❑ OTHER OUTSIDE DEPARTMENTS: [ X ] City Project Manager To Notify ❑ ALL SUBCONTRACTORS" Phone# Fax# ❑ Olympic Pipe Line Company - Holly Williamson 425-235-7767 425-271-5320 ® Qwest Communications —Tiffany Kuhn 253-372-5445 253-372-5176 ® Puget Sound Energy — Kathy Johnson 425-462-3381 425-462-3355 ® Comcast - Bill Walker, Cell 206-255-6975 253-288-7538 253-288-7500 ❑ King County Transportation Div. - Steve Wilson 206-296-8144 206-296-8198 ❑ King County Utilities —Jerry Giri 206-296-8122 206-205-7092 ® Electric Lightwave/Integra Telecom — Bob Robertson 206-812-3300 206-812-3213 ® METRO - Bus Routes - Richard Garcia 206-684-2732 206-684-2686 ® Renton School District —Transportation Department 425-204-4455 425-204-4465 ® Waste Management Rainier - Steve Aiton 206-505-9171 206-695-6109 Lewis Carver 425-864-5283; Scott Barden 206-391-9078 ❑ Allied Republic —Todd Richardson (cell — 425-864-0709) 206-652-8851 253-239-8859 Christopher Jones ❑ Other: cc: 6" floor Customer Service "Please call 425-430-7234 with updates. April Alexander/Lobby Mailing Addresses: EXECUTIVE DEPARTMENT p 711110q,of M E M O R A N D U M DATE: October 3, 2011 TO: John Hobson, PW —Utility Systems FROM: Cindy Moya, Records Management Specialist SUBJECT: CAG-11-148 — Shoreline Construction, Co. RECEIVED OCT 0 4 2011 CITY OF RENTON UTILITY SYSTEMS The attached original documents have been fully executed and are being returned to you. Please transmit the original to the contractor and retain a copy for your file. The City Clerk has retained an original for the file. Thank you! hAcityclerk\records special i st\correspondence & memos - cindy\fully executed contract memo.doc PUBLIC WORKS DEPARTMENT City of Qm��Qln�e PRECONSTRUCTION CONFERENCE DATE: October 13, 2011 TIME: 10:00 AM PLACE: City Hall Conference Room #521 Sanitary Sewer Repairs 2011 Project Manager John Hobson I Phone 425-430-7279 Fax 425-430-7241 E-mail: jhobson@rentonwa.gov Contractor Name/Address: Shoreline Construction Co. P.O. Box 358 Woodinville, WA 98072-0358 Phone 425-483-0600 Contact Name Doug Suzuki Phone 425-483-0600 Fax 360-668-5133 E-mail: dsuzuki@sccwa.net Construction Location 150 linear feet of new 8" on NE Sunset Blvd (between Newport Ave NE and Queen Ave NE) and various spot repairs on other streets (see attached map) PLEASE CHECK DEPARTMENTS TO BE NOTIFIED AND SPECIFY PERSON TO ATTEND: PUBLIC WORKS DEPARTMENT ❑ Utility Plan Review Kayren Kittrick ❑ Water Utility Abdoul Gafour ® Wastewater Utility David Christensen ❑ Surface Water Utility Ron Straka ® Transportation Systems Chris Barnes, Jun Aesquivel ® Maintenance Services Division Mike Stenhouse ® Customer Services Holly Graber ® Construction Services Mark Wetherbee ® FIRE PREVENTION Corey Thomas ® POLICE DEPARTMENT Kent Curry ❑ PARK DEPARTMENT Leslie Betlach ❑ BUILDING DEPARTMENT Larry Meckling ❑ OTHER OUTSIDE DEPARTMENTS: [ X ] City Project Manager To Notify ❑ ALL SUBCONTRACTORS** Phone# Fax# ❑ Olympic Pipe Line Company - Holly Williamson 425-235-7767 425-271-5320 ® Qwest Communications —Tiffany Kuhn 253-372-5445 253-372-5176 ® Puget Sound Energy— Kathy Johnson 425-462-3381 425-462-3355 ® Comcast - Bill Walker, Cell 206-255-6975 253-288-7538 253-288-7500 ❑ King County Transportation Div. - Steve Wilson 206-296-8144 206-296-8198 ❑ King County Utilities —Jerry Giri 206-296-8122 206-205-7092 ® Electric Lightwave/Integra Telecom — Bob Robertson 206-812-3300 206-812-3213 ® METRO - Bus Routes - Richard Garcia 206-684-2732 206-684-2686 ® Renton School District —Transportation Department 425-204-4455 425-204-4465 ® Waste Management Rainier - Steve Aiton 206-505-9171 206-695-6109 Lewis Carver 425-864-5283; Scott Barden 206-391-9078 ❑ Allied Republic —Todd Richardson (cell — 425-864-0709) 206-652-8851 253-239-8859 Christopher Jones ❑ Other: cc: 6`hfloor Customer Service "Please call 425-430-7234 with updates. April Alexander/Lobby Mailing Addresses: i o re I iv.e Construction Co. GENERAL CONTRACTORS Letter of Transmittal #1 To: City of Renton 1055 South Grady Way Renton, WA 98055 Ladies/Gentlemen: We Are Sending You Date: 09/25/11 Job: 1145 Attn.: John Hobson Re: Sanitary Sewer Repairs 2011. Copies Date No. Description 2 Bond 2 Signed Contracts 1 Signed Fair practice Affidavit 1 Copy of Active Business License 1 Copy of WA Master License 1 Certificate of Insurance These Are Transmitted For Remarks: Signed: P.O. Box 358 e Woodinville, Washington 98072 • Phone: (425) 483-0600 • Fax: (360) 668-5133 Denis Law City Of Mayor 000000, Public Works Department -Gregg Zimmerman, P. E., Administrator September 13, 2011 Mr. Douglas Suzuki Shoreline Construction Co. PO Box 358 Woodinville, WA 98072-0358 RE: Bid Award — Sanitary Sewer Repairs 2011 Dear Mr. Suzuki: At the Renton City Council meeting on September 12, 2011, the Council accepted Shoreline Construction's bid of $158,096.10, for the Sanitary Sewer Repairs 2011 project. You should be receiving a letter from the City Clerk with the official bid award. For execution of the contract, please submit the following information as soon as possible so we can prepare the contract documents for review and signature by the Mayor: 1. A list of names, addresses, phone numbers, and emergency phone numbers for: Responsible Officer, Job Foreman, and Bonding Agent. 2. Corporation letter or Resolution giving names of those authorized to sign the contract and samples of their signatures. 3. Photocopy of your current State Contractor's License (not master license). 4. Photocopy of your current City of Renton Business License. (To activate your City Business license, please contact Linda Weldon at 425-430-6851.) 5. Two signed contract bonds on City of Renton forms (enclosed), UNDATED. The date will be filled in when signed by the Mayor. 6. One City of Renton Fair Practices Affidavit of Compliance (enclosed). 7. Two signed contracts, also UNDATED (enclosed). 8. One Certificate of Insurance for 2011 in accordance with Section 1-07.18 of the Special Provisions. Please add the City of Renton as additional insured. In the Cancellation section of the standard ACORD Certificate of Insurance form the Renton City Hall • 1055 South Grady Way • Renton, Washington 98057 • rentonwa.gov Mr. Suzuki Page 2 of 3 September 13, 2011 "...Failure to Mail Such Notice..." section must be struck out. The ACORD Form shall be modified per Section 1-07.18(4) of the Special Provisions (see attached example form and Special Provisions Section 1-07.18). 9. The insurance policy declaration pages of all required insurance policies obtained from the insurance carrier. After the contract information is submitted, we will need the following information to review and approve before construction can start. We would like to have most of it before we schedule a pre -construction conference. If you intend to use private property for material storage or staging you will need the approval of our Development Services Department. In some instances this may include the need for a Temporary Use Permit. This does not apply to storage and staging areas within City rights -of -way. 1. Provide material submittals as required for the work involved with this job. This will include, but not be limited to, information on the proposed source and specifications of all materials that will be used in the project (e.g.; pipe, manholes, crushed surfacing rock, bank run gravel, gravel borrow, asphalt, etc.), showing that the proposed material meets the project specifications, per Standard Specifications and Special Provisions Section 1-06.1. Provide any shop drawings and submittals needed for the project per Standard Specifications and Special Provisions Section 1-06. 2. Work Plan. Include the following items: Proposed construction sequencing and schedule for the project. 2. Mobilization Plan. 3. Temporary Erosion and Sediment Control Plan. 4. Traffic Control Plan. Street Cleaning and Sweeping Plan. 6. Trench Excavation Safety Systems Plan. Disposal Site. 3. Construction Surveying. Identify the surveying firm/surveyor and a letter showing that the surveyor is licensed in the State of Washington. 4. Traffic Control Plan. The form is included with this letter. If you have questions on traffic control requirements, please call Jun Aesquivel at 425-430-7301. The plan can be reviewed and final adjustments made at the pre -construction conference. H:\File Sys\WWP - WasteWater\WWP-27-3590 Sanitary Sewer Repairs 2011\Bid Info\Shoreline Award Letter - Sanitary Sewer Repairs 2011.doc\JDHtp Mr. Suzuki Page 3 of 3 September 13, 2011 Please let me know when you would like to have the pre -construction conference. We will need to notify the private utilities and City Inspector, so there should be a lead-time of at least one week before the conference. Please contact me at 425-430-7279 or Ihobson@rentonwa.gov, if you have any questions. Sincerely, Jo Hobson Wastewater Utility Enclosures H:\File Sys\WWP - WasteWater\WWP-27-3590 Sanitary Sewer Repairs 2011\Bid Info\Shoreline Award Letter - Sanitary Sewer Repairs 2011.doc\JDHtp GARCIA-TUCKER ASSOCIATES, LLC August 30, 2011 Mr. John Hobson Wastewater Utility Project Manager Public Works Department City of Renton 1055 South Grady Way Renton WA 98057-3232 RE: SANITARY SEWER REPAIRS 2011 PROJECT BID Dear Mr. Hobson, Please accept this request for bid withdrawal due to the error I made in the unit pricing of bid Item 9 on the above referenced project. I was down to hours before submittal of the sealed bid for Sanitary Sewer Repairs 2011 Project Bid and did not completely review the proposal. Bid Item 9 unit pricing should have been $4,863.00 not $486.30. As previously stated the $202,161.09 was the correct total amount for the bid. I am requesting relief from the responsibilities of the Award since the loss of a $47,927.05 margin would not be in our best interests and would have a critical impact on my company. Please find attached the work sheet for Item number 9 for the referenced project for your review and records. I swear under penalty of perjury that the attached worksheet information unit price total ($4,863.00) was the intended amount for unit pricing on the referenced proposal. Sincer ly, William P. Garcia Managing Member Garcia -Tucker Associates, LLC 4900 270th Ave NE Redmond, WA 98053 Cell phone 206.719.7416 1tk�i��� MO R-. �_ Sworn before me this `����; \SstioN�FkA., ,9 \ day of wy 2011 ' " ZG X X .. (9 27 •'� Ot� 1�� OF (Not Public) C� ���- My commission expires —L-2-L 2011 . ALTG-28-2011 06:57 FROM:SPIN60LA HOMES INC 2534324213 TO:14258688372 P.1%1 l� , L �t dR 4 -�- Denis Law w City Of Mayor i [ V r /n a r ♦ � I f iV Public Works Department - Gregg Zimmerman, P. E., Administrator August 24, 2011 Mr. William Garcia Garcia -Tucker Associates, LLC 4900 - 270th Ave NE Redmond, WA 98053 RE: SANITARY SEWER REPAIRS 2011 PROJECT BID Dear Mr. Garcia: The City of Renton publicly opened bids for the Sanitary Sewer Repairs 2011 construction project on August 23, 2011. Your apparent bid of $202,161.09 was ranked sixth out of a total of nine bids. Upon review of all of the submitted bids, an error was found in your bid with respect to bid item 9. The unit price shown in your bid for bid item 9 was $486.30 per each for "Ductile Iron Tee Connection". This unit price times the estimate quantity of 10 tee connections would equal a total amount for the bid item of $4,863.00. The total amount for bid item 9 as shown on your bid is $48,630.00. According to the contract documents, "In the event of errors or where conflicts occur, the unit price shall govern" (shown at the top of the schedule of prices pages). Therefore, your original total bid of $202,161.09 (including sales tax) would be revised to $154,234.04 which would make it the low bid for the project. Per our telephone conversation on August 24, 2011, you stated that the unit price of $486.30 for bid item 9 (as shown on your schedule of prices) is in error and should have been $4,863.00. You also stated that the total amount of $48,630.00 for bid item 9 (as shown on your schedule of prices) is correct. In order to withdraw your bid, you will need to "submit a notarized affidavit or declaration under penalty of perjury signed by the Bidder and accompanied by the worksheets used in the preparation of the Bid, requesting relief from the responsibilities of the Award" as outlined in Section 1-03.1 of the bid specifications (WSDOT Standard Specification 2010). If you have any questans, Rlease contact me at 425-430-7279 or by email at ihobson(@reWonwa.Ro*-­, Sir)cerely, i JaKn Hobson Wastewater Utility Project Manager cc: Bonnie Walton, City Clerk Lys Hornsby, Utility Systems Director H:\File Sys\WWP - WasteWater\WWP-27-3590 Sanitary Sewer Repairs 2011\Garcia-Tucker Bid.doc\JDHtp Renton City Hall • 1055 South Grady Way • Renton, Washington 98057 • rentonwa.gov