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