Loading...
HomeMy WebLinkAboutWWP273062L-'A6-a3 -aZ, 7 9Qe v/ «-,/ dCc 4 CITY OF RENTON WWP-27-3062 Kennydale Lakefront Sewer Improvement CALL FOR BIDS Sealed bids will be received until 2:30 p.m. May 28, 2003 at the City Clerk's office, 71' floor, and will be opened and publicly read in conference room 511 on the 5t' floor, Renton City Hall, 1055 South Grady Way. The work to be performed within one hundred (100) working days from the date of commencement under this contract shall include, but not be limited to: Providing and installing three new precast concrete underwater manholes in the Kennydale Lakefront Sewer System for maintenance access and cleaning and closed circuit television inspection of the existing sewer system, and various repairs of the submerged piping system. The Kennydale Lakefront Sewer System is located in Lake Washington in the City of Renton and serves approximately 52 lakefront homes and the Kennydale Beach Park. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $55.15 plus $4.85 Tax (Total $60.00) for each set. No mail orders or telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way, Renton, WA 98055 or (425) 430-7279. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall apply. Published: Bonnie I. Walton, City Clerk Daily Journal of Commerce May 6, 2003 Daily Journal of Commerce May 13, 2003 Bidca114-29-03.doc\ CITY OF RENTON WWP-27-3062 Kennydale Lakefront Sewer Improvement CALL FOR BIDS Sealed bids will be received until 2:30 p.m. May 20, 2003 at the City Clerk's office, 7`, floor, and will be opened and publicly read in conference room 521 on the 5a' floor, Renton City Hall, 1055 South Grady Way. The work to be performed within one hundred (100) working days from the date of commencement under this contract shall include, but not be limited to: Providing and installing three new precast concrete underwater manholes in the Kennydale Lakefront Sewer System for maintenance access and cleaning and closed circuit television inspection of the existing sewer system, and various repairs of the submerged piping system. The Kennydale Lakefront Sewer System is located in Lake Washington in the City of Renton and serves approximately 52 lakefront homes and the Kennydale Beach Park. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $55.15 plus $4.85 Tax (Total $60.00) for each set. No mail orders or telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way, Renton, WA 98055 or (425) 430-7279. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall apply. J Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce May 6, 2003 Daily Journal of Commerce May 13, 2003 Bidca114-29-03\ CITY OF RENTON BID TABULATION SHEET PROJECT: Kennydale Lakefront Sewer Improvement; CAG-03-067 DATE: May 28, 2003 BIDDER SACKOAiU-2- Balckwater Marine, LLC 12019 76th P1. NE Kirkland, WA 98034 Frank Coluccio Construction Company 9600 M.L. King Jr. Way S. Seattle, WA 98118 Quigg Bros., Inc. PO Box 1707 Aberdeen, WA 98520-0281 RL. Alia Company 9215 M.L. King Jr. Way S. Seattle, WA 98118 ENGINEER'S ESTIMATE FORMS Bid Combined Proposal/ Bond Triple Form A t.- I BID Includes 8.8% Sales Tax 354 470 . 40 4-o - 44, SC. od co TOTAL: LEGEND: Forms: Triple Form: Non -Collusion Affidavit, Anti -Trust Claims, Minitnum Wage Page 1 1 CITY OF RENTON 1055 S. GRADY WAY gR+ , RENTON, WA 98055 VENDOR:072200 DAILY JOURNAL OF COMMERCE PO BOX 11050 SEATTLE, WA 98111 FOB Point: Terms: net temp Req. Del. Date: Special Inst: DATE PO NUMBER 5/20/03 18/0000304 SHIP TO: ®P J Req. No.: If Dept.: PLNG/BLDG/PUB WKS UTILITY SYS Contact: FERKINGSTAD, LINDA Pre -Assigned PO#?: NO Quantity I Unit Description Unit Price Ext. Price Bid Call Kennydale Lakefront Sewer, 244.80 #3141452,,�� „riff, SUBTOTAL BILL TO: TAX FREIGHT TOTAL 244.80 0.00 0.00 244.80 I Account Number I Work Order Function Number Amount I E 421.000400.018.5960.0035.65.045000 5190/5200 244.80 Authorized Signature' Authorized igna ure /4p�l;f\ BOX 11050, SEATTLE, WA 98111 206-622-8272 FAX 206-622-8416 Federal I.D. #91-0193790 ADVERTISING STATEMENT BILLING PERIOD ADVERTISE CLIENT NAME 5/13/03 - 05/13/03 ity of Renton TOTAL AMOUNT DUE INVOICE NO. TERMS OF PAYMENT 13141452 244.80 Net 30 CURRENT NET AMOUNT DUE30 DAYS 60 DAYS 90 DAYS BILLED ACCOUNT NAME AND ADDRESS PAGE# BILLING DATE City of Renton 1 05/13/03 Office of City Clerk BILLED ACCOUNT NUMBER 1055 S GRADY WAY Renton WA 98055 3027 ADVERTISE CLIENT NUMBER CITY OF RENTI ON1 rA R`=CciVr�, 'Y Ct ERKSR OFFICE PLEASE DETACH AND RETURN UPPER PORTION WITH YOUR REMITTANCE DATE NEWSPAPER REFERENCE DESCRIPTION -OTHER COMMENTS/CHARGES SAU SIZE BILLED UNITS 2 TIMES RUN 13 RATE GROSS AMOUNT NET AMOUNT 05/06 158036 BC:WWP273062/KENNYDALE 1x72L 1 122.40 05/06 LAKEFRONT SEWER IMPROVEMN 72L 1.70 WWP-27-3062 BONNIE WALTON 05/13 158036 BC:WWP273062/KENNYDALE 1x72L 1 122.40 05/13 LAKEFRONT SEWER IMPROVEMN 72L 1.70 WWP-27-3062 BONNIE WALTON V'672-200 RECEIVED MAY 15 2003 ,ITY OF RENTO3N UTILITY SYSTEMS I iA V DA',-. . t W O -4:r A r_ 19 STATEMENT OF ACCOUNT AGING OF PAST DUE AMOUNTS CURRENT NET AMOUNT DUE 30 DAYS 60 DAYS OVER 90 DAYS -UNAPPLIED AMOUNT TOTAL AMOUNT DUE 244.80 Seattle. Daily Journal of Commerce PO BOX 11050, SEATTLE, WA 98111 *UNAPPLIED AMOUNTS ARE INCLUDED IN TOTAL AMOUNT DUE ADVERTISER INFORMATION BILLING PERIOD 5/13/03 - 05/13/03 BILLED ACCOUNT NUMBER ADVERTISER/CLIENT NUMBER ADVERTISER/CUENT NAME 3027 City of Renton CITY OF RENTON CITY CLERK'S OFFICE MEMORANDUM RECEIVED DATE: May 15, 2003 MAY 15 2003 CITY OF RENTON TO: John Hobson, Utilities Division UTILITY SYSTEMS FROM: Michele Neumann No Deputy City Clerk SUBJECT: Legal Publication, Daily Journal of Commerce The attached billing for the call for bids ad for Kennydale Lakefront Sewer Improvement, 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. enc. 158036 IMPROVEMN City of Renton STATE OF WASHINGTON - KING COUNTY --ss. Affidavit of Publication No. LAKEFRONT SEWER 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`s 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 B C: W WP273062/KENNYDALE was published on 05/06/03 05/13/03 4) . C;' il Subscribed and sworn to before me on \����tllllll//���� 5/13/2003 ��� p, M . P Notary public for the Stak of Washington, _ pTAR residing in Seattle = �_ Y Affidavit of Publication _ __ 21 State of Washington, King County City of Renton Sewer Improvement Bid Date: May 20 W WP-27-3062 Kennydale Lakefront Sewer Improvement CALL FOR BIDS Sealed bids will be received until 2:30 p.m. May 20, 2003 at the City Clerk's office, 7th floor, and will be opened and publicly read in conference room 521 on the. 5th floor, Renton City Hall, 1055: South Grady Way. ' The work to be performed with) in one hundred (100) working days from the date of commencement under this contract shall include, but not be limited to: Providing and installing three new precast concrete underwater manholes in the Kennydale Lakefront Sewer System for main• tenance access and cleaning and closed circuit television Inspectiori of the existing sewer system, and various repairs of the submerged Piping system. The nnydale Lakefront Sewer System es located in Lake Washington in the City of Renton and serves approximately 52 lakefront homes and the Kennydale Beach Park. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans.and specifica- tions and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South — Grady Way, Renton, WA 98055. There is a non-refundable fee of $55.15 plus. $4.85 Tax (Total $60.00) for each set. No mail orders or telephone orders will be accepted. Questions for bidsor the plan holders regardingthis lists should be directed to the Public .Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding.the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way, Renton, WA 98055 or (425) 430-7279. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accom- pany each bid. The City's Fair Practices, Non - Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton, City Clerk Dates of publication in the Seattle Daily Journal of Commerce, May 6 and 13; 2003. 5/13(158036) CITY OF RENTON MEMORANDUM DATE: July 11, 2003 TO: Bonnie Walton FROM: John Hobson SUBJECT: Bond for Blackwater Marine, LLC for CAG-03-067 I called Julie Glover of Fidelity and Guaranty Insurance Company at 11:45 AM on Friday, July 11, 2003 and she confirmed that their company issued a Bond to the City of Renton for CAG-03- 067. W:\WWP-27-3062 Kennydale Lake Line Rehab\Bond confirmation.doc CITY OF RENTON HUMAN RESOURCES & RISK MANAGEMENT e DEPARTMENT MEMORANDUM DATE: July 9, 2003 TO: Joh Hobson, Utility Systems FROM: R. Webby, HR&RM Administrator SUBJECT: Insurance Review/ Blackwater Marine, LLC CAG-03-067 I have reviewed the certificate of insurance for the above -mentioned contract. The insurance coverage, provided for this contract, meets the City's risk management requirements. �i CITY OF R-ENTON ROffice of the City Attorney Jesse Tanner, Mayor Lawrence J. Warren g ECgV,D MEMORANDUM JUL 1003 C/Ty OF RErON UTILITY SYS7EtiPsm Tq. John Hobson, PBPW From: Lawrence J. Warren, City Attorney Date: July 8, 2003 Subject: CAG-03-067; Contract Review of Kenn_ydale Lakefront Sewer Improvement The contract is approved as to legal form. Lawrence J. W rren LJW:tmj cc: Jay Covington Gregg A. Zimmerman, PE Post Office Box 626 - Renton, Washington 98057 - (425) 255-8678 / FAX (425) 255-5474 ® This paper contains 50 % recycled material, 30 % post consumer RENTON AHEAD OF THE CURVE IN JUN. 3.2003 10:OOAM OSI SEATTLE NO.710 P.1/9 Blackwater Marine, LLC .. &is NIKISC, AK — SEATTLE, WA Fax, BLACKWATER MARINE, LLC 12019 76 Place NE N IGr{dand, Wa 98034 425.828-6434 office N 425-827-2105 fax P 0 Box 8505 - Nikisid, AK 99635 907-776-5551 office N 907-77"836 fax To: John Hobson From: George Wham Fax: 425-430-7241 Pages: 8 Phone: Re: Date: 06/03/03 M ❑ Urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle Have a safe day, George CC: Jeff Lykken JUN. 3.2003 10:01AM OSI SEATTLE NO.710 P.2/9 Blackwater Marine, LLC NIKISKI, AK - SZATrLt, WA June 2, 2003 Jeffrey W. Lykken' Tetra Tech/KSM, Inc. 1917 First Avenue Seattle, WA 98101-1027 BLACKWATER MARINE, LLC 12019 76 PIM NE N Kirkland, Wa 98034 425.828.6434 office N 425.827.2205 fax P O Box 8505 —. Nlklsld, AK 99635 907-776-5551 of(1ee — 907-776-8836 fax Re: Kennydale Lakefront Sewer Improvement Qualifications Information Dear Jed It is Blackwater Marine's intention to install new precast manholes by the use of divers and cof -er dams. The shallower manholes will be placed using a coffer dam and the deeper manholes will be done wet. Our main support vessel is a 70' self-propelled crane barge. This will be supported with several smaller barges for materials, etc. Our intention is to mobilize equipment and personnel from the Barbee Mill location adjacent to the project site. We then intend to use a utilities contractor (Ramm Ex) for connections and manhole installation. The cleaning and CCTV will be performed by Gary's Tele-Scan Service. The repairs will be done in water. The project superintendent both in the field and at the office will be George Lulha L George has 15+ years as a commercial diver and project superintendent versed in all manners of sewer systems and also gas and oil pipeline construction and repair throughout the country. Following is a list of a few of the jobs demonstrating our expertise and experience in dealing with the installation of underwater structures, pipelines and appurtenances: JUN. 3.2003 10:01AM OSI SEATTLE NO.710 P.3i9 Port of Everett Conference Center Location: North Marina, Everett, WA Owner: Port of Everett, Everett, WA Contact: Charlotte Walther (425) 259-3164 Completion: February, 2003 Superintendent: George Lulham Description of Work Performed: Used steel pipe to encompass damaged timber piling; attach valves to pump in concrete; pump concrete Marine Fluid Systems Location.: Ballard, WA Owner: Dana Bostick Contact: Dana Bostick (206)-706-0858 Completion: Still in Progress Superintendent: George Lulham Description of Work Performed: Repair and realign marine railway system Toad. Hurlen Salvage Location: Seattle, WA Owner: Thomas Hurlen Contact. Thomas Hurlen (206)-762-3535 Completion: January, 2003 Superintendent: George Lulham Description of Work Performed: Fabricate and install air piping and suction piping for salvage of sunken barge Sea & Shore Bulkhead Repair Location: Lake Washington, WA Owner: Richard Seaborn Contact: Richard Seaborn (206) 227-3699 Completion: February, 2003 Superintendent. George Lulham Description of Work Performed: Repair steel bulkhead underwater and pump void with concrete. JUN. 3.E003 10:01AM OSI SEATTLE NO.710 P.4/9 Following is a list of five of our most recent projectsr P.T.I. Dock (new) Dutch Harbor, Ak Offshore Systems, Inc. Present Kirkland, WA 98034 Project Manager: Ferrol Henson Contact: Gary Hammond (425) 828-6434 $500,000+ Fax: (425) 827-2105 Muldlteo Public Dock Repair Mukilteo Ferry Landing Mukilteo, WA 3-03 to3-03 $ 85,512.00 Project Manager:. George Lulham (Prime) Owner. Port of Everett Contact: Charlotte Walther (425) 259.3164 Fax (425) 252-7366 Conference Center Pile Wrap North Marina Everettt, WA 1-03 to 2-03 $ 78,126.90 Project Manager: George Lulham (Prime) Owner: Port of Everett Contact: Charlotte Walther (425) 259-3164 Fax; (425)252-7366 Replace Piling, Dolphins Port of Anacortes 1st and Commercial 11-02 to 12-02 S 104,792.64 Anacortes, WA Project Manager: George Lulham (Prime) Owner: Port of A.nacortes Contact: Becky Darden (360) 293.3134 Fax (360) 293-9608 Wharf Repair U.S. Navy Naval Station Everett, WA 11-02 $ 8,413.00 Project Manager: George Lulham (Prime) Owner: US.Navy Contact: Gabe Fisher (425) 304-3665 Fax: (425) 304-3663 Inspect and Repair Dock Shaw Island, WA 11-02 S 19,533.48 Project Manager. George Lulham (Prime) Owner: Fred Ellis Contact: Fred Ellis (360) 468-2968 Fax; (360) 468-3968 JUN. 3.2003 10:01AM OSI SEATTLE NO.710 P.5/9 Marine Fluid Systems Sea & Shore Construction 1100 NW Leary Way Seattle, WA 98107 3/30/01 Project Manager: Joey Willis Contact Bill Rissel (206) 227-3699 $109,875.71 Fax: (206) 784-3436 If you should have any further questions, please feel free to contact me at the above phone number; or you can reach me via my cell phone (206) 818-1609 or my e-mail address glulham _ offshoresystemsinc.com. Have a Safe Day! 4Geore Operations Manager Attachments: Rarnm Ex Qualifacations, Gary's Tele-Scan Qualifications JUN. 9.2009 10:02AM OSI SEATTLE NO.710 P.6i9 13300-Bothell Everett Hwy #634 Mill Creek,Wa 98012 Fax 425-741-0562 425-741-0594 We have over 40 years of experience in dirt & utilities, from simple Water, Sewer including force mains, and Storm to band Development of plats, Landscape walls up to 4' in height. Projects in progress 10 unit town home with sewer, storm, and water, 6 unit town home with sewer, water, and storm. Past projects 2,800 feet of 8" sewer line replacement in Discovery Park: contact &L,Hancock with City Of Seattle Public Utilities, 4,859 ft of 12" water line replacement wile keeping old line in service; contact Allen Newbill now with the city of Clyde Hill References; Dave Waud-Millinnuim Ex 206-793-8563 Dave Dalton -Glover Homes 206-510-1261 Molly Stone- Stone Trucking 425-754-6792 Tom Church- Alpine DevI 206-255-9011 Roger Dick- RD Trucking 425-508-9180 Kelly Sword- Familian NW 425-483-8800 Please visit our web site at Rammex-corn Thanks Larry Rammage Estimator JUN. 3.2003 10:02AM OSI SEATTLE NO.710 P.7/9 PROVAC / GA.RY' S TELE-SCAN George Lulham Blackwater Marine, LLC 12019 761' Place NE Kirkland, WA 98034 Subject; Kennydale Lakefront Sewer improvement Dear George: As requested 1, Type of equipment for sewer cleaning and CCTV inspection. Sewer cleaning .VACCON Eductortrucks Overall length; 40' 45' with hose reel out 1 operator Overall width: 9' Overall draft: 12.5 CCTV inspection CUES inspection Overall length: 24.6 1 operator Overall width.: 8' 9' with doors open Overall draft: 11.5 2. Sewer cleaning process The VACCON eductor trucks use a combination of high pressure jetting and vacuum to move debris to a structure and remove from system. Our VACCON carry 500/1f of jetting Dose and 50' of down (vacuum) tube. 3. CCTV inspection The CUES inspeeticm van has 1000/1f of inspection cord to power a remote controlled transporter 6"-24" or 24" to 200" and a night owl camera. NightOwl 460 lines horizontal, 350 lines vertical (NTSC) 3 lux illumination sensitivity 360 x 275 scanning Remote focus and iris 4. ALDERWOOD WATER & WASTE WATER DIST 2001 & 2002 SMALLWORKS VIDEO INSPECTION 75,000'+EXISTING SEWER C.HRIS KREIG 425-787-0250 CITY OF DUVALL 2003 SMALL WORKS 2003-08 21,000'+ ENISTING SEWER MIICE 206-255-1.372 CITY OF TACOMA G 228-02 CLEAN and TV 132,000' 6"-24" EXISTING SEWER KRIS McCOLEMAN 206-606-5468 CITY,' OF PUYALLUP 02535 Gray & Osborne CIZAN and TV 8600' 24" EXISMG SEWER f1M PATTON 206-283-3206 CITY OF NORTH ;BEND Gray & Osborne W JUN. 3.2003 10:02AN OSI SEATTLE NO.710 P.8/9 Blackwater Marine, LLC MIMIC[, AK » SEATME, WA BLACKWATER MARINE, LLC 12019 76 Place NE N Kirkland, Wa 98034 425-828-6434 office N 425-827-2105 fax P O Box 8505 N Nikiaki, AK 99635 907-776-5551 office N 907-776-8836 fax To: Contracting or Estimating Agent From George Lulham, Operations Manager Blackwater Marine is an underwater construction, inspection and repair contractor serving the needs of the military, government and private sectors, We offer a. wide variety of services as a specialty contractor. We offer, but are not limited to, the following services: * New construction * GPS plotting * Wharf and piling maintenance * Remote operated vehicles * Vessel maintenance and repair * Pipeline maintenance and repair * Outfall and cable installation, repair and inspection * Salvage of equipment and vessels * Non-destructive testing of wood, steel and concrete * Underwater photography and video * Side scan Sonar and Imaging Blackwater Marine is also associated with various contractors and able to provide barges, cranes and. boats.when needed to support an operation. Our containerized equipment allows us to mobilize to any location quickly and efficiently. JUN. 9.2009 10:02AN OSI SEATTLE NO.710 P.9i9 Blackwater Marine's personnel have worked worldwide on virtually all types of projects from the harsh environments of Alaska and the North Sea to pulp mills, sewage treatment plants and nuclear reactors. We perceive no project as too big or too small - we can do it all We are available as consultants to any prebid questions or concerns and we want to be your diving contractor. Sincerely, George Lulham Operations Manager Slackwater Marine, LLC NIKISKI, AK N SEATTLE, WA BLACKWATER MARINE, LLC 12019 76 Place NE — Kirkland, Wa 98034 425-828-6434 office — 425-827-2105 fax P O Box 8505 — Nikiski, AK 99635 907-776-5551 office N 907-776-8836 fax KENNYDALE LAKEFRONT SEWER IMPROVEMENT Blackwater Marine Pre -Bid Schedule It would be Blackwater Marine's intent to have shop drawings for manholes and specs on hardware (flanges, clamps, etc.) submitted and redefined, if necessary, in the month of June. Once shop drawings are approved, we would then have the manholes constructed and available for inspection. Blackwater Marine would then verify all existing flush components and locations. The date of delivery for all materials is August 18, allowing ample time for a thorough inspection of all components necessary for this project. On August 28, 2003 all necessary components will be mobilized into the facility that we have arranged for near the Quindell Log Yard; i.e., crane barge, contaminated environment commercial dive spread, dredging equipment and materials necessary to complete the project. Week of September 2, 2003-Work to be performed this week • Verify conditions and locations of pipe in the field • Perform repair to pipeline • Install silt curtain and coffer dam on Site No. 2 G Perform any necessary dredging associated with site Week of September 8, 2003-Work to be performed this week • Bypass sewer on Site No. 2 • Install manhole on Site No. 2 • Perform reconnection on Site No. 2 • Remove coffer dam on Site No. 2 0 Install silt curtain and coffer dam on Site No. 3 Week of September 15, 2003-Work to be performed this week • Install manhole on Site No. 3 • Perform reconnection on Site No. 3 • Remove coffer dam on Site No. 3 • Install silt curtain • Determine whether Site No. 1 is to be done in the wet or with a coffer dam Week of September 22, 2003-Work to be performed this week • Bypass sewer on Site No. 1 • Install manhole on Site No. 1 • Spawning gravel placement • Begin cleaning and video process CITY OF RENTON MEMORANDUM DATE: July 7, 2003 TO: Larry Warren FROM: John Hobson !� SUBJECT: CAG-03-067; Contract Review Please review the attached contract document for legal form. Thank you. W:\WWP-27-3062 Kennydale Lake Line Rehab\Contract\legal-review.doc\cor CITY OF RENTON MEMORANDUM DATE: July 7, 2003 TO: Mike Webby FROM: John Hobson9v# SUBJECT: CAG-03-067; Contract Review Please review the attached contract document for risk management purposes. Thank you. WAWWP-27-3062 Kennydale Lake Line Rehab\Contract\risk-review.doc\cor John Hobson - Mailing Address for Ed Cox Page 1 From: "Lykken, Jeffrey W. -- TtKCM" <Jeffrey. Lykken @tetratech.com > To: "John Hobson (E-mail)" <jhobson@ci.renton.wa.us> Date: 4/17/03 10:40AM Subject: Mailing Address for Ed Cox John: Mailing address for Ed Cox is as follows: 201 South Jackson Street MS KCS-NR-0509 Seattle, WA 98104-3855 2,0+0 (OV 4 I Zgz- Jeff Lykken E-mail: jeffrey.lykken@tetratech.com Phone: (206) 443-3591 Fax: (206) 443-5372 TETRA TECH/KCM, INC. 1917 First Avenue, Seattle, WA 98101-1027 (206) 443-5300 • FAX (206) 443-5372 May 30, 2003 George Lulham Blackwater Marine, LLC 12019 76th Place NE Kirkland, WA 98034 RScEIVED �NOIF N S SNEMS Subject: Kennydale Lakefront Sewer Improvement Quaiifications Information Dear George: As discussed yesterday by phone, we are requesting qualifications information for review per Section 1.12 of the Special Provisions. The information will be used to determine whether Blackwater Marine is a responsive bidder. As noted in the Section 1.12 and Addendum No. 1, please provide the following information: 1. Specific information on the type(s) of barge equipment that will be employed for precast manhole installation, sewer cleaning and CCTV inspection including overall length, width and draft; crew size and auxiliary equipment. Also provide information on how and where equipment and materials will be loaded and unloaded from the barge. 2. A detailed explanation of the sewer cleaning process including proposed work plan, a description of cleaning and flushing equipment, demonstration of the ability to clean the continuous lengths indicated in these specifications, and method of solids and liquids disposal. 3. A detailed explanation of the proposed CCTV inspection process including proposed work plan, a description of CCTV equipment, and demonstration of the ability to CCTV inspect the continuous lengths indicated in these specifications. 4. A progress schedule indicating at a minimum: a. Verification of 8-inch flush main location at manhole locations. b. Preparation and submittal of precast manhole shop drawings. C. Manhole fabrication. d. Flush main repair. e. Manhole installation f. Spawning gravel installation g. Sewer cleaning h. CCTV inspection. 5. Submit a detailed description of a minimum of three separate previous projects that demonstrate expertise and experience with the installation of underwater structures, Mr. George Lulham May 30, 2003 Page 2 pipelines and appurtenances. Submit for each project, in the same order, the following information: a. Full name of project. b. Project location. c. Owner's name. d. Owner's address. e. Owner's contact person and telephone number. f. Date of project completion. g. Contractor's employees in charge of the work at both the site and at the head office. h. Description of the underwater work performed. Additionally, please provide reference information for a minimum of five of your most recent projects for both the company and your proposed project superintendent per Section 1-02.1 of the City of Renton Supplemental Specifications. The information should include the project name and location; owner's name, address, contact person and telephone number; date of completion; and description of work. Please provide the requested information as early as possible, but no later than end of the day June 3, 2003. The information can be faxed to me at 206-443-5372, and followed with an original copy by mail. Thanks for your help. Sincerely, Tet Tec Inc. effrey W. Lykken, P.E. Principal c_ John Hobson, City ofRen ton Central Files (2-2) #2030051 ;ypl; CITY OF R ENTON 94 Planninouilding/PublicWorks Department Jesse Tanner, Mayor Gregg Zimmerman P.E., Administrator June 6, 2003 George Lulham Blackwater Marine, LLC 12019 76" PI. NE Kirkland, WA 98034 SUBJECT: KENNYDALE LAKEFRONT SEWER IMPROVEMENT: CAG-03-067 CONTRACT DOCUMENTS Dear Mr. Lulham: At its meeting on June 9, 2003, 1 anticipate that the Renton City Council will award the subject construction contract to your company in the total amount of $326,160.64. In order to get a headstart on the preparation of the contract documents, I am requesting that you provide the following documents to me as soon as possible: • A list of names, addresses, phone numbers and emergency phone numbers for: Responsible officer, Job Foreman, and Bonding Agent. • A Corporation Letter of Resolution giving the names of those authorized to sign contracts and a sample of their signatures. • A photocopy of your current State Contractor's License (not Master License). • Two Contract Bonds, on City of Renton Forms (enclosed), UNDATED. The date will be filled in at the time the mayor signs the contract. • Two signed Contracts (enclosed) also UNDATED. • Two certificates of Insurance for 2002, naming the City of Renton as additional insured. Samples of certificates of insurance and information forms are enclosed for reference only. Tile City has some requirements that are not a part of the standard "ACORD" forms that are issued by insurance companies. These changes must be made to the "ACORD" forms prior to the contract receiving risk management approval. My experience has been that the number one delay is caused by the insurance company not making the required modifications to this form. • One City insurance information form (enclosed). • One City endorsement form (enclosed). • One Original of the Fair Practices Policy Affidavit of Compliance (enclosed) Please return all of the above documents and the signed and undated contracts to me. After our review of the documents, the contract will be executed and an original returned to you for your records. Sincerely, r f Joh Hobson, Project Manager Wastewater Utility 1055 South Grady Way - Renton, Washington 98055 1 E 1�! 1 lr\ ® This paper contains 50 % recycled material, 30 % post consumer AHEAD OF THE CURVE TETRA TECH/KCM,INC. 1917 First Avenue, Seattle, WA 98101-1027 (206) 443-5300 • FAX (206) 443-5372 June 11, 2003 George Lulham Blackwater Marine, LLC 12019 761h Place NE Kirkland, WA 98034 Subject: Kennydale Lakefront Sewer Improvement Qualifications Review Meeting Dear George: 4ece/V'Cp �'U'V 12 2003 U7'/L Ty SOF RSTE4. We appreciated the opportunity to meet with you and your subcontractors last week to discuss your teams qualifications for performing work on the subject project. It was informative to hear Blackwater's approach to completing the project, and provided all of us an opportunity to clarify and address several issues and questions related to your work plan. As a recap, I have listed the main issues we discussed at the meeting and during our subsequent phone conversation the same day, and the results of our discussions: Issue 1 Blackwater declared their intention to install the Site 2 and Site 3 manholes in the dry by constructing cofferdams at the two manhole locations. The deeper Site 1 manhole will be installed in the wet using divers to assist in setting the manhole. The cofferdams would be constructed using 20- to 25-foot long sheet piles. The sheet piles would be installed using a vibratory hammer. Each cofferdam would take roughly 4 hours to construct, and each would remain in place for about one week. Agreed Resolution to Issue The City and the design team do not necessarily oppose this approach, howevcr the Corps of Engineers permit and Hydraulic Project Approval issued by the Washington Department of Fish and Wildlife do not specifically provide approval for the installation of the sheet piles. Also, there is no geotechnical information available from the City on which the Contractor can base their design of the cofferdams. The City will discuss the sheet pile installation with the two agencies to determine if they can facilitate acceptance to this work plan. If either agency has reservations about the work plan and will not accept installation of the sheet piles, Blackwater has agreed to install the Site 2 and Site 3 manholes in the wet similar to the Site 1 manhole with no change to the Contract price. If the two agencies allow installation of the sheet pile cofferdams, the City will require an engineering design for the two structures in conformance with Paragraph 2.6 of the Special Provisions. The design shall be stamped by a civil engineer registered in the state of Washington. Mr. George Lulham June 11, 2003 Page 2 Issue 2 Pro -Vac will be providing services for cleaning the sewer line. They are currently planning on using one combination cleaning truck with jetting and vacuum capability. The truck is equipped with sufficient jetting hose to clean the longitudinal distance between the new manholes. The Contractor understands the structure of the pay item for cleaning where the per hour price will only be paid for those periods where the sewer line is being actively cleaned. The per hour cleaning cost will not apply for mobilization and demobilization of equipment, time for accessing the sewer line at the new manhole locations, and the time required for removal and disposal of solids and liquids from the cleaning truck. Agreed Resolution to Issue Pro -Vac has additional combination cleaning trucks available if the need arises to mobilize more than one truck. Issue 3 Blackwater and Ramm Ex are using a small precast concrete plant in Woodinville to manufacture the manholes. It will take approximately 6 weeks to manufacture and test the three manholes. Agreed Resolution to Issue Blackwater will begin work on precast manhole shop drawings immediately following award of the contract so that shop drawing approval and manufacture of the manholes can begin at the end of June. The City and Tt/KCM look forward to beginning work with you and your team on this challenging project. If you have any questions please give me a call at 206-443-5372. Sincerely, C. John Hobson, City ofRenton Central Files (2-2) #2030051 CITY OF RENTON City Clerk Bonnie I. Walton Jesse Tanner, Mayor June 10, 2003 RECEIVED George Lulham JUN 10 2003 Blackwater Marine, LLC CITY OF RENTON 12019 76th Pl. NE UTILITY SYSTEMS Kirkland, WA 98034 RE: Kennydale Lakefront Sewer Improvement Project; CAG-03-067 Dear Mr. Lulham: At its regular meeting of June 9, 2003, the Renton City Council accepted your bid for the above - referenced project in the amount of $326,160.64. Please contact John Hobson, Project Manager, for submission of required documents to complete the contract. These may include proof of City and State business licenses, undated performance bond, and insurance certificates. Sincerely, Michele Neumann Deputy City Clerk /mn cc: John Hobson, Project Manager Margie Schwarz, Business License Accountant 1055 South Grady Way - Renton, Washington 98055 - (425) 430-6510 / FAX (425) 430-6516 ® This paper contains 50 % recycled material, 30 % post consumer RENTON AHEAD OF THE CURVE CITY OF RENTON City Clerk J e Tanner, Mayor Bonnie I. Walton June 10, 2003 Frank Coluccio Frank Coluccio Const. Co. 9600 ML King Jr. Way S. Seattle, WA 98118 RE: Kerinydale Lakefront. Sewer Improvement Project; CAG-03-067 Dear Mr. Coluccio: At its regular meeting on June 9, 2003, the Renton ` City Council accepted the bid submitted by Blackwater Marine, LI C for :the above -referenced project, in the amount of $326,160.64. Thank you for your interest and your .bid: Sincerely, Michele Neumann Deputy City Clerk cc: John Hobson - Project Manager 1055 South Grady Way - Renton, Washington 98055 - (425) 430-6510 / FAX (425) 430-6516 R E N T O N ®This paper contains 50%recycled material, 30%post consumer AHEAD OF THE CURVE ;y CITY OF RENTON ..LL City Clerk Jesse Tanner, Mayor Bonnie L Walton June M, 2003 Michael Quigg Quigg Bros;, Inc. PO Box 1707 Aberdeen, WA 98520-0281 RE: Kennydale Lakefront Sewer Improvement Project; CAG-03-067 Dear Mr. Quigg: At its regular meeting one June . 9, 2003, . the Renton City Council accepted the bid submitted by Blackwater Marine`, LLC for the aboye-referenced project, in the amount of $3261160.64. Thank you for your interest and; your bid.-. Sincerely, Tu " Michele Neumann Deputy City Clerk cc: John Hobson - Project Manager 1055 South Grady Way Renton, Washington 98055 - (425) 430-6510 / FAX (425) 430-6516 R E N T O N ® This paper contains 50 % recycled material, 30 % post consumer AHEAD OF THE C U RV E CITY OF RENTON City Clerk J e Tanner, Mayor Bonnie I. Walton June 10, 2003 Richard L. Alia R.L. Alia Company 9215 ML King Jr. Way S. Seattle, WA 98118 RE: Kennydale Lakefront Sewer Improvement`Project; CAG-03-067 Dear Mr. Alia: At its regular meeting .on Jurie.� 9, 2003'the Renton City Council accepted the bid submitted by Blackwater Marine; LL'C for,the above-referenced'project; in the amount of $326,160.64. Thank you for your inteiest`an&your bid.;' Sincerely, Michele Neumann Deputy City Clerk cc: John Hobson - Project Manager 1055 South Grady Way -Renton, Washington 98055 - (425) 430-6510 / FAX (425) 430-6516 R E N T O N 9 This paper contains 50 % recycled material, 30 % post consumer AHEAD OF THE CURVE ti�Y o City of Renton 1055 South Grady Way Renton, WA 98055 TO: George Lulham . Blackwater Marine, LLC Phone: (425) 828-6463 Fax Phone: (425) 827-2105 Date: 06/10/2003 FROM: John Hobson Phone: (425) 430-7279 Fax Phone: (425) 430-7241 SUBJECT. Kennydale Lakefront Sewer I Number of pages including cover sheet 4 I REMARKS: ElOriginal to ❑ Urgent ❑ Reply ❑ Please [ For your be mailed ASAP Comment review These are the sample pages of the insurance ACORD form that I forgot to include in my previous letter. Make sure that your insurance provider makes the edits to the standard form as shown in the lower right hand corner of the sample. They must also include the endorsement pages as well. Call me if you, or your insurance provider, have any questions. RENTON AHEAD OF THE CURVE ACORa. CERTIFICATE OF LIABILITY INSURANCE DATE(MWD m) PRODUCER PARKER, SMITH & FEEK, INC. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 2233 112th Avenue N.E. CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE Bellevue, Washington 98004 AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE Phone: 425-709-3600 Fax: 425-709-7460 INSURED INSURER A ZURICH AMERICAN INSURANCE COMPANY FRANK COLUCCIO CONSTRUCTION COMPANY 9600 Martin Luther King Way South Seattle, Washington 98118-5693 INSURER B ZURICH AMERICAN.INSURANCE COMPANY INSURER C: ROYAL INSURANCE COMPANY OF AMERICA INSURER D: ZURICH AMERICAN INSURANCE COMPANY INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MWDD/YY LIMBS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE IX OCCUR FIRE DAMAGE (Any one fire) $ 100,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 A GL0369651900 07/01/2002 07/01/2003 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO- O- LOC AUTOMOBILE X LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 B ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAP369652000 RECEIVED 07/01/2002 07/01/2003 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ AGE LIABILITY AUTO ONLY — EA ACCIDENT $ ANY AUTO I CITY OF RENTOr OTHER THAN EA ACC $ UTILITY SYSTEMS AUTO ONLY: AGG $ EXCESS LIABILITY X OCCUR [—] CLAIMS MADE EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 C P2HN206699 07/01/2002 07/01/2003 $ $ X1DEDUCTIBLE RETENTION $ 10,000 $ EMPLOYERS' LIABILITY TORY LIMITS X O ERR E.L. EACH ACCIDENT $ 1,000,000 D WASHINGTON STOP GAP GL0369651900 07/01/2002 07/01/2003 E.L. DISEASE — EACH EMPLOYEE $ 1,000,000 E.L. DISEASE —POLICY LIMIT $ 1,000,000 OTHER Is $ L S DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS East Kennydale Sanitary Sewer Infill and Water Main Replacement. The City of Renton, its officers, officials, agents, employees and volunteers are included as Additional insured and coverage is primary and non-contributory per Endorsement 801418, Edition Date 03196 attached. Waiver of Subrogation applies to General Liability per Endorsement CG2404, Edition Date 10/93 attached. Severability of Interest clause included. CITY OF RENTON Planning/Building/Public Works Dept. 1055 South Grady Way Renton, WA 98055 V fi1Yl.CLLA 11V114 Iv ways 1vr nvn-Payment V1 Premwm SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL SAIDEAVOR TO MAIL 45' DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, OR RrmPRX2Sl6NTATAWW" ,. AUTHORIZED REPRESENTATIVE M%'%jnv 4o-0 knui) FRANCOLU%CERT02(M2) U ACORD CORPORATION 1988 CERT 866 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. POLICY NUMBER: GL0369651900 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (PRIMARY INSURANCE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: "AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT" (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to the person or organization shown in the Schedule unless the other insurance is provided by a contractor other than you for the same operation and job location. Then we will share with that other insurance by the method described in paragraph 4.c. of COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV). Paragraph 2.f. of WHO IS AN INSURED (Section II) does not apply to the person or organization shown in the Schedule. NAMED INSURED: FRANK COLUCCIO CONSTRUCTION COMPANY 801418 Ed. 3-96 Includes copyrighted material of the Insurance Services Office, Inc., with its permission FRANCOLU\CERT02(E01) CERT 4«Cert» - Revised POLICY NUMBER: GL0369651900 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: "AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT" (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of "your work" done under a contract with that person or organization. The waiver applies only to the person or organization shown in the Schedule. NAMED INSURED: FRANK COLUCCIO CONSTRUCTION COMPANY CG 24 04 11 85 Copyright, Insurance Services Office, Inc. 1984 FRANCOMCERT02(E01) CERT t«Cert» - Revised $ 55.15 Tax: 4.85 $ 60.00 CITY OF Renton PLANNING/BUILDING/PUBLIC WORKS PUBLIC WORKS DIVISION PLAN HOLDERS LIST Project Name: Kennydale Lakefront Sewer Improvement Project Manager: John Hobson Telephone: (425) 430-7279 - Bid-Date:-May-28, 2003-Bid Time: 2:30-PM-Bid-Place:-5th-Floor.-Conf. Rm. 521, City Hall--- - Consultant: N/A Telephone: N/A Engineer's Estimate: $275,0004300,000 .� � Name: S Signature: 1 Mailing Addre s: '855 fo` Date Reed: Street Address i O - f City/State/Zip Code K-- $ 5,( Z Telephone No.: 3(o0 - ` -4 Fax No.: Name: la signature: 0!!!!2' 4� Mailing Address: / A/ sE fti Date Read: — I Street Address P ILeV E , WA City/State/Zip Code: 9 8 Dos Telephone No.: I/ 2 - 7-f to - -7 -7 10 Fax No.: Mailing Address: cUpcav ma- IL_jt. triwu<%Date Redd: Street Address City/State/Zip Code: S tij u RqbctV Telephone No.: 7-c--co-7z7--s3dc, Fax No.: �-S-4Z1y Name: L Signature: Mailing Address: 01 a 1 5 rn L 4: a�, w -hy Date Redd: Street Address S� - City/State/Zip Code: se p� Telephone No.: -z. o to 7 7- z , tO aO Fax No.: %-0 b i 'Z-L -L 1 S: 0 9 Name: u ►'?UA -TKC- Signature: / Mailing Address: Street Address / oX 1 i b-% Date Redd: 5 - `i City/State/Zip Code: c- h W A- Telephone No.: (36v) Fax No.: E74i4PPAA1w7Sianature:0:91,- A) 11-3350-1t- Mailing Address: Date Re 'd: 5 /Z O r� Street Address 'L Z?�Z D ssE . ►' i/ o City/State/Zip Code: Telephone No.: N S <i Fax No.: S - 7 H: U $ 55.15 Tax: 4.85 60.00 CITY OF Renton PLANNING/BUILDING/PUBLIC WORKS PUBLIC WORKS DIVISION PLAN HOLDERS LIST Project Name: Kennydale Lakefront Sewer Improvement Project Manager: John Hobson Telephone: (425) 430-7279 -Bid-Date: May-26 2003--BidTime:2.30-PM-Bid-Place: 5th floor, Conf..- Rm:-521-City-Hall------ Consultant: N/A Telephone: N/A Engineer's Estimate: $275,0004300,000 Mailing Address: -71 V I --,Ne tc 4-r:�n Kd Date Redd: Street Address 5noha,n,6t, City/State/Zip Code: ohos►, s k tJii 98L`y a Telephone No.: 426 -335- S57 7 Fax No.: -i Lo 87 t43 Mailing Address: Street Address City/State/Zip Code: Telephone No.: ( Name: k,2PO,� Mailing Address:'_ff Street Address City/State/Zip Code: Telephone No.: Name: Lyot` 140 o Mailing Address: I Street Address le City/State/Zip Code: Telephone No.: Name: !y/ac/<Ge, Mailing Address: / Street Address City/State/Zip Code: Telephone No.: 54 cV �l Yw�,)FFy Y Il i '�-4Si4nature: Date Rec'd: r S I k.c W 9 9 yoz SOq S 33 — (o 5-6O Fax N KIF aL- n�v rw} Signature: 14- )2— i, 10 Date Rec'd• .1 , Name: Signature: Mailing Address: Date Redd: Street Address City/State/Zip Code: Telephone No.: Fax No.: Q E( : Z43 3&4-S H: CITY OF RENTON MEMORANDUM DATE: June 4, 2003 TO: Renton City Council VIA: Bonnie Walton FROM: John Hobson (x-7279) 90 � \� SUBJECT: Bid Opening for Kennydale Lakefront Sewer Improvement The Planning/Building/Public Works Department recommends that the bid be awarded to Blackwater Marine, LLC and that it be done as a "Council Concur". This project will install 3 manholes over the existing sanitary sewer line located in Lake Washington between the north end of Gene Coulon Park and the south end of the Barbee Mill property. The purpose is to provide access to this sewer line for cleaning and inspecting. The bid opening was on Wednesday, May 28, 2003. There were 4 bids received. The low bidder is Blackwater Marine, LLC with a bid of $326,160.64. The average bid was $431,998.56. The engineer's estimate was $286,800.00. The project budget amount is $400,000. The low bid is within the existing budget. The low bid has a minor irregularity in that the unit cost for mobilization is 23.6% of the total bid price. The project special provisions state that the cost for mobilization may not exceed 20% of the total bid price. The City Attorney has indicated that this is a minor irregularity and may be waived if it is advantageous to the City. A pre -award meeting has been held with the contractor to assess their qualifications and their proposed methods for construction. The Planning/Building/Public Works Department is confident that the contractor is qualified and therefore is of the opinion that waiving the minor irregularity in the bid is advantageous to the City. WAWWP-27-3062 Kennydale Lake Line Rehab\Contract\Award-Clerk.doc Date: May 16, 2003 To Fax No From: City of Renton Public Works Tel: (425) 430-7279 FAX: (425) 430-7241 ADDENDUM NO. 1 to the KENNYDALE LAKEFRONT SEWER IMPROVEMENT FOR THE CITY OF RENTON Revised Bid Opening: May 28, 2003 This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated May, 2003, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid non -responsive and may cause its rejection: Addendum No. 1 accepted by: Title: This Addendum consists of fourteen (14) pages, including this page. BID DATE REVISION: The Bid Date for this project has been revised to May 28, 2003 and will take place in Room 511 at 2:30 P.M. SEE ATTACHED PAGES FOR ADDITIONAL CONDITIONS OF THIS ADDENDUM Sincerely, John Hobson Project Manager W:\WWP-27-3062 Kennydale Lake Line Rehab\Contract\ADDENI.DOC Addendum No.1 CITY OF RENTON WASTEWATER UTILITY 1055 South Grady Way Renton, WA 98055 Kennydale Lakefront Sewer Improvement Project No. WWP-27-3062 May 2003 W. WA kU �zsoas u � �s I ANAL �G�� S/1(oI p3 EXPIRES 06/03/ p S- CITY OF RENTON KENNYDALE LAKEFRONT SEWER IMPROVEMENT PROJECT NO. WWP-27-3062 CAG-03-067 ADDENDUM NO. 1 Prospective bidders are hereby notified that the bidding documents of said Contract have been amended as hereinafter set forth: gLocation ofPageor�t�. S�s$" is4 'i'13'�'�h.'. Y''r"� �. ��'_�'.�•�-�``.°—v� vY����S'6�+�e"�1' � h���r�'.hik`'v't"`� :Ref � � Changes �Drawing� .�w�. .9..-,}n"iFF i� Location and�D_es�cription of Change, �� ��'�"���� . ��� � �°� �, BIDDING REQUIREMENTS, CITY OF RENTON FORMS, CONTRACT FORMS, CONDITIONS OF THE CONTRACT, PLANS AND SPECIFICATIONS 1.1 City of Renton Schedule DELETE the Schedule Of Prices in its entirety and REPLACE with Forms of Prices the attached Schedule of Prices. 1.2 City of Renton SP-10 Section 1-07.18(2) Coverages (RC), under the paragraph heading Supplemental "Coverage shall include:" ADD new subparagraph: Specifications °7. All applicable state and federal insurance for marine work, 1-07.18(2) including but not limited to U.S. Longshoreman and Harbor Workers Coverage; Protection and Indemnity (Jones Act); Pollution Liability (OPA, CERCLA); and Hull and Machinery coverage. 1.3 Special 1-8 Division 1, Section 1.11 Work Sequence, Constraints and Provisions Milestones, DELETE subparagraph 2.b and REPLACE with: 1.11 "b. Precast manhole installation shall not begin before August 15, 2003 and all in -lake construction shall be completed by October 1, 2003. 1.4 Special 1-9 Division 1, Section 1.12, DELETE the title "Qualifications Provisions Information" and REPLACE with "Supplemental Qualifications". 1.12 1.5 Special 1-9 Division 1, Section 1.12 Supplemental Qualifications, ADD new Provisions first paragraph: 1.12 The Contractor shall have expertise and experience in the construction and installation of underwater structures, pipelines and appurtenances, and shall have completed a minimum of three previous marine projects of this type of work. Addendum No. 1 1.6 Special 1-9 Division 1, Section 1.12 Supplemental Qualifications, ADD new Provisions subparagraph: 1.12 "5. Prior to Award of the Contract, the low bidder shall submit a detailed description of a minimum of three separate previous projects that demonstrate expertise and experience with the installation of underwater structures, pipelines and appurtenances. Submit for each project, in the same order, the following information: a. Full name of project. b. Project location. c. Owner's name. d. Owner's address. e. Owner's contact person and telephone number. f. Date of project completion. g. Contractor's employees in charge of the work at both the site and at the head office. h. Description of the underwater work performed. 1.7 Special 2-2 Division 2, Section 2.2 Submittals, ADD new subparagraph: Provisions 2.2 11. Submit a detailed plan of temporary piping and appurtenances that will be used for access of the existing flush main for sewer cleaning at 2807 Mountain View Blvd. N. 1.8 Special 18-1 Bid Item No. 2 — Site 1 Precast Concrete Manhole, DELETE the Provisions bid item description and REPLACE with: 18.2 Lump sum price shown shall include, but not be limited to the complete cost of providing all labor, materials and equipment necessary for the Site 1 precast concrete manhole as shown on the Plans and specified herein. Work includes, but is not limited to: locating flush main pipeline at manhole locations; sedimentation control; barge access; removal and disposal of debris and lake bottom sediments at manhole locations; sewer bypassing; piping and fittings, upstream and downstream pipe restraints, manufacture, testing and installation of precast concrete manhole including steel support piling and backfill material. Payment shall be lump sum. Addendum No. 1 1.9 Special Provisions 18.3 18-2 Bid Item No. 3 —Site 2 Precast Concrete Manhole, DELETE the bid item description and REPLACE with: Lump sum price shown shall include, but not be limited to the complete cost of providing all labor, materials and equipment necessary for the Site 2 precast concrete manhole as shown on the Plans and specified herein. Work includes, but is not limited to: locating flush main pipeline at manhole locations; sedimentation control; barge access; removal and disposal of debris and lake bottom sediments at manhole locations; sewer bypassing; piping and fittings, upstream and downstream pipe restraints, manufacture, testing and installation of precast concrete manhole including steel support piling and backfill material. Payment shall be lump sum. 1.10 Special 18-2 Bid Item No. 4 —Site 3 Precast Concrete Manhole, DELETE the Provisions bid item description and REPLACE with: 18.4 Lump sum price shown shall include, but not be limited to the complete cost of providing all labor, materials and equipment necessary for the Site 3 precast concrete manhole as shown on the Plans and specified herein. Work includes, but is not limited to: locating flush main pipeline at manhole locations; sedimentation control; barge access; removal and disposal of debris and lake bottom sediments at manhole locations; sewer bypassing; piping and fittings, upstream and downstream pipe restraints, manufacture, testing and installation of precast concrete manhole including steel support piling and backfill material. Payment shall be lump sum. 1.11 Special 18-2 Bid Item No. 5 —Sewer Cleaning, DELETE the bid item Provisions description and REPLACE with: 18.5 Per hour price shown shall include, but not be limited to the complete cost of cleaning the 8-inch flush main pipeline as shown on the Plans and specified herein. Work includes, but is not limited to: pipeline access at the lift station and at the new in -lake manhole locations; cleaning and removal of all sediment, debris, roots, scale, encrustations, and grease accumulations from the flush main; collection of all sediment, debris and flushing water from the cleaning operation and disposal of liquids and flushing water. The per -hour cost shall be paid for the time during each working day that sewer cleaning is being performed. The per hour price for sewer cleaning will only be paid for those periods where the sewer line is being actively cleaned using hydraulically powered equipment, high velocity jet cleaners, or mechanically powered equipment. The per hour cleaning cost will not apply for mobilization and demobilization of equipment, time for accessing the sewer line at the new manhole locations, and the time required for removal and disposal of solids and liquids from the cleaning truck. Bid Item 5 is a Contingent Item of Work. " Addendum No. 1 1.12 Special 18-3 Bid Item No. 9 — Flush Main Repair, DELETE the bid item Provisions description and REPLACE with: 18.9 Per each price shown shall cover the complete cost of providing all labor, materials and equipment necessary to replace short pipeline segments as detailed on the Plans and specified herein. Work includes, but is not limited to: locating existing hole in flush main near property address 3825 Lake Washington Boulevard; sedimentation control; barge access; sewer bypassing; removal and disposal of debris and lake bottom sediments at repair locations; pipe repair as detailed on the Plans. Flush Main Repairs are currently required at one location as shown on the Plans. The Contractor shall assume that up to three (3) additional repairs will be required at other locations based on the results of the television inspection. Contractor shall assume that the existing flush main has up to two feet of cover over the top of the pipe at the additional three repair locations. Bid Item 9 is a Contingent Item of Work. 1.13 Special 18-4 ADD new bid item 18.12 to read as follows: Provisions 18.12 18.12 Bid Item 12 - Disposal of Sediment and Debris from Sewer Cleaning Operations Per ton price shown shall include, but not be limited to the complete cost of hauling and disposing of solids collected from cleaning of the flush main pipeline. Work includes, but is not limited to: hauling, dewatering, and disposal of all sediment, debris, roots, scale, encrustations, and grease accumulations from the flush main at an approved disposal site. Bid Item 12 is a Contingent Item of Work. " 1.14 Plans C4 REPLACE "Site 1 Manhole Section" 1 with Figure 1, attached. Figure 1 adds requirements for restraining the existing pipe joints upstream and downstream from the new piping connection. 1.15 Plans C4 REPLACE "Site 2 Manhole Section" 3 with Figure 2, attached. Figure 2 adds requirements for restraining the existing pipe joints upstream and downstream from the new piping connection. 1.16 Plans C4 REPLACE "Site 3 Manhole Plan" 5 with Figure 3, attached. Figure 3 adds requirements for restraining the existing pipe joints upstream and downstream from the new piping connection. 1.17 Plans C5 REPLACE "Flush Main Repair Detail' 2 with Figure 4, attached. Figure 4 revises the pipe repair procedure from a new section of pipe to a repair clamp. 1.18 Plans C5 Typical Marker Buoy Detail 3, DELETE callout of"1/16" SST WIRE ROPE" and REPLACE with "3/8" SST WIRE ROPE". 1.19 Plans C5 Maintenance Access Improvement Plan 4, DELETE the title "Maintenance Access Improvement Plan" and REPLACE with "Sewer Cleaning Access Plan". Addendum No. 1 1.20 Plans S1 REPLACE "Section" 5 with Figure 5, attached. Figure 5 revises the welded pile connection to a pinned connection. 1.21 Plans S1 ADD general note to the drawing as follows: "All welds shown shall be a minimum of W fillet unless noted otherwise. Attached To This Addendum 1. Schedule of Prices 2. Figure 1 3. Figure 2 4. Figure 3 5. Figure 4 6. Figure 5 This Addendum shall be attached to and form a part of the Contract Documents. Addendum No. 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES KENNYDALE LAKEFRONT SEWER IMPROVEMENT (Note: Unit pricer for all items, all extensions, and total amount of bid must be shown. Show unit pricer in both words and figurer and where conflict occurs the written or typed words sball prevail.) Item No. Approx. Quantity Item with Unit Price Bid nit Prices to be Written in Words) Unit Price Dollars Cts Amount Dollars Cts 001. 1 Lump Sum Mobilization, Demobilization and Cleanup $ per Lump Sum (words) figures 002. 1 Lump Sum Site 1 Precast Concrete Manhole $ per Lump Sum (words) figures 003. 1 Lump Sum Site 2 Precast Concrete Manhole $ per Lump Sum (words) figures 004. 1 Lump Sum Site 3 Precast Concrete Manhole $ per Lump Sum (Words) figures 005. 40 Hour Sewer Cleaning* $ per Hour (words) figures 006. 5 Day Barge Access for Sewer Cleaning* $ per Da (Words) figures 007. 24 Hour CCTV Inspection* $ per Hour words) figures 008. 3 Day Barge Access for CCTV Inspection* $ er Day (Words) figures 009. 4 Each Flush Main Repair* $ per Each (words) figures *Contingent Item of Work Item No. Approx. Quantity Item with Unit Price Bid nit Prices to be Written in Words Unit Price Dollars Cts Amount Dollars Cts 010. 900 Square Foot Spawning Gravel $ er S uare Foot words figures 011. 1 Lump Sum As -Constructed Information $Four Thousand and 00/100 $4,000.00 $4,000.00 per Lump Sum (Words) figures 012. 90 Ton Disposal of Sediment and Debris from Sewer Cleaning Operations* $ figures er Ton((Words) Subtotal 8.8% Sales Tax Total *Contingent Item of Work LAKE WASHINGTON EL VARIES 16.8 TO 18.8 (NAVD 88) PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS —� PRECAST CONCRETE MANHOLE, SEE S1 FLEX COUPLING, TYP LAKE BOTTOM 8"DUCTILE BEYOND, EL IRON 3.0± � Q g loboS 0%lb Qm� QQ m8'�bW..�°gg��5'"—.� ..�� GRAVEL BEDDING EXISTING 8" CAST IRON z PIPE PARTIALLY EXPOSED AfYND BACKFILL, ALONG LAKE BOTTOM SITE 1 MANHOLE SECTION 1 . . SCALE: NONE C2 CITY OF CITY OF RENTON MAY 2003 KENNYDALE LAKEFRONT SEWER IMPROVEMENT RENTON FIGURE Planning/Building/Public works Dept. SITE 1 MANHOLE - ADDENDUM NO. 1 1 PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS LAKE WASHINGTON EL VARIES 16.8 TO 18.8 (NAVD 88) LAKE BOTTOM BEYOND, EL 14.0± w > cV O U 8 o%0 °0�Oi _ co� Z o„ PRECAST CONCRETE MANHOLE, SEE 1 FLEX COUPLING, S1 TYP 8"DUCTILE IRON o�O g o � �O g °°o0 0°0000 �$$QO SITE 2 MANHOLE_ SECTION 3 SCALE: NONE — GRAVEL BEDDING AND BACKFILL, TYP CITY OF CITY OF RENTON MAY 2003 KENNYDALE LAKEFRONT SEWER IMPROVEMENT .� RENTON FIGURE Planning/Building/Public works Dept. SITE 2 MANHOLE - ADDENDUM NO. 1 2 2 O O O PRECAST CONCRETE MANHOLE 8" DUCTILE IRON 8"WYE EXISTING 8" CAST IRON FLUSH MAIN EXISTING 8" CAST IRON FLUSH MAIN (-- --� I j FLEX COUPLING, TYP 8" DUCTILE IRON PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS SITE 3 MANHOLE PLAN 5 SCALE: 3/8"=1'-0" C3 CITY OF CITY OF RENTON MAY 2003 '3 '} KENNYDALE LAKEFRONT SEWER IMPROVEMENT .� RENTON FIGURE Plonning/Building/Public works Dept. SITE 3 MANHOLE - ADDENDUM NO. 1 3 BOTTOM ELEVATION BEYOND. EXISTING PIPE PARTIALLY EXPOSED --\ ROMAC SS1 REPAIR CLAMP CENTERED OVER HOLE IN PIPE. CONTRACTOR TO VERIFY OUTSIDE DIAMETER OF EXISTING PIPE PRIOR TO ORDERING OF REPAIR CLAMP 2'-0" r, GRAVEL BEDDING 1'-0" MIN, TYP FLUSH MAIN REPAIR DETAIL 2 SCALE: NONE -. CITY OF CITY OF RENTON MAY 2003 '" '} KENNYDALE LAKEFRONT SEWER IMPROVEMENT FIGURE � RENTON Planning/Building/Public works Dept. FLUSH MAIN REPAIR - ADDENDUM NO. 1 4 Putts J\2030051 Kemyd&tw\AD \ADD100Fdrp Plot dates May 1% 2003-He2- San CAD User- Jeffmcke. Xref FAcwtv I m Or z- � r I - D� 0 0 c m r C Z - O c r �n >o i -n m I '0 �z PRECAST MANHOLE 6"DIA GALV STEEL PIPE PILE, SCH 40 z -------- 8"DIA SCH 40 PIPE SLEEVE —� SHEAR PI-3/8 3/4"DIA GALV THRU BOLTS ON q PILE±. PROVIDE OVERSIZE DRILLED HOLES IN 8"DIA PIPE SLEEVE TO ACT AS GUIDE FOR SUBMERGED. DRILLING AFTER INSTALLATION OF PILES. BENT PL3/8x 1 MATCH MH RADIUS 4 #5©12 EW T&B 3-1 /2"DIAx6 WHS SECTION 5 SCALE: 1 1/2"=1'-0" — $ 55.15 Tax: 4.85 $ 60.00 CITY OF Renton PLANNING/BUILDING/PUBLIC WORKS PUBLIC WORKS DIVISION PLAN HOLDERS LIST Project Name: Kennydale Lakefront Sewer Improvement Project Manager: John Hobson Telephone: (425) 430-7279 Bid Date: May 26, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall Consultant: N/A Telephone: N/A Engineer's Estimate: $275,000-$300,000 Name: � r f Signature: A + Mailing Addre s: '(-C3i"( PJ Date Rec'd �l 1 Street Address iO - I City/State/Zip Code: ._LJ Telephone No.: 5 ;,n - `3`i Fax No.: Name: l c DlyE2 S Signature: 4 Mailing Address: / o/ .5 y h Date Rec'd: Street Address a_L[ E Vi.IE , WA City/State/Zip Code: 9 S Dos Teleph Name: Ma il ing Address: 1k Gcc, Mn L.. 11A.,c- lijhj-SDateRedd: Street Address City/State/Zip Code: Sy-wnLt- ,k( m Raft P-3 Telephone No.: Z � 7 z z_- s Fax No.: Name: Signature: Mailing Address: ct a 1 5 L 4 : h- " Date Rec'd: Street Address S0ftn— -e City/State/Zip Code: Telephone No.: ze b 7 22+t9ac= Fax No.: -7 z"Z -L/ 1 5"3 p �n�X �zz Jlya Name: Signature: Mailing Address .'O 1-lc 7 Date Rec'd: — Street Address City/State/Zip C160) r n+ L) A, Telephone No.: S'3 S - IS 3v Fax No.: 41 �KI �� 0 Jo "I 335 Name: i w�tw�si ature: - -4, Mailing Address: Date Rec'd: Street Address 2 City/State/Zip Code: q q8u z I Telephone No.: q b �-,jyjqFax No.: H. $ 55.15 Tax: 4.85 $ 60.00 CITY OF Renton PLANNING/BUILDING/PUBLIC WORKS PUBLIC WORKS DIVISION PLAN HOLDERS LIST Project Name: Kennydale Lakefront Sewer Improvement Project Manager: John Hobson Telephone: (425) 430-7279 Bid Date: May 26, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall Consultant: N/A Telephone: N/A Engineer's Estimate: $2175,000-$300,000 Name: 1 II" .L Signature: Mailing Address: if D `�X Date Rec'd: Street Address Snowis City/State/Zip Code: Srchcwr, s k t✓ri 98Z.It C, Telephone No.: NZS —335 - S 57 7 Fax No.: ti t:o - s c.d —' 7 43 l U V fS L GX : �60 3 1[w -S Name: ol- e VS ti +�-6Si nature: tit Mailing Address: Date Rec'd: 3 3 o- �( Street Address S q 0 1 _ l v-' �U City/State/Zip Code: i►.,t 11J 49 U— Telephone No.: So`i 5 33 -- (; S bo Fax No.: SDI 533 — SO_� cl), Av,". J INS -- Name: tJr�r�- Mailing Address:' I Street Address City/State/Zip Code: Telephone No.: Name: L'vnr 1400 Mailing Address: I Street Address City/State/ZiD Code: Teleph Name Mailinc Street Address -5 City/State/Zip Code: J�,-�k 14.,el Telephone No.: Fax No.: fy Z 5� gI 77 D41 Date Redd: Name: Signature: Mailing Address: Date Rec'd: Street Address 7� City/State/Zip Code: Telephone No.: Fax No.: H. BID -TAB Page 1 Project Title: BID DATE: 5/28/03 2:30 PDT Item Description No. 001 Mobilization, Demobilization and Cleanup 002 Site 1 Precast Concrete Manhole 003 Site 2 Precast Concrete Manhole 004 Site 3 Precast Concrete Manhole 005 Sewer Cleaning 006 Barge Access for Sewer Cleaning 007 CCTV Inspection 008 Barge Access for CCTV Inspection 009 Flush Main Repair 010 Spawning Gravel 011 As -Constructed 012 Disposal of Sed. & Debris Kennydale Lakefront Sewer Improvement Unit Lump Sum Lump Sum Lump Sum Lump Sum Hour Day Hour Day Each Sq. Foot Lump Sum Ton Est. 1 1 1 1 40 5 24 3 4 900 1 90 City of Renton Engineers Estimate Unit Bid Price Amount $59,415.94 $59,415.94 $42,260.00 $42,260.00 $42,260.00 $42,260.00 $42,260.00 $42,260.00 $375.00 $15,000.00 $5,000.00 $25,000.00 $250.00 $6,000.00 $4,000.00 $12,000.00 $2,000.00 $8,000.00 $3.23 $2,907.00 $4,000.00 $4,000.00 $50.00 $4,500.00 Subtotal $263,602.94 Tax $23,197.06 Total $286,800.00 05/29/2003 BID -TAB Page 2 Project Title: BID DATE: 5/28/03 Item No. 2:30 PDT Description 001 Mobilization, Demobilization and Cleanup 002 Site 1 Precast Concrete Manhole 003 Site 2 Precast Concrete Manhole 004 Site 3 Precast Concrete Manhole 005 Sewer Cleaning 006 Barge Access for Sewer Cleaning 007 CCTV Inspection 008 Barge Access for CCTV Inspection 009 Flush Main Repair 010 Spawning Gravel 011 As -Constructed 012 Disposal of Sed. & Debris Kennydale Lakefront Sewer Improveme Frank Coluccio Constuction Co Unit Est. Quantit Unit Bid Price Amount Lump Sum 1 $65,000.00 $65,000.00 Lump Sum 1 $61,000.00 $61,000.00 Lump Sum 1 $61,000.00 $61,000.00 Lump Sum 1 $61,000.00 $61,000.00 Hour 40 $300.00 $12,000.00 Day 5 $5,500.00 $27,500.00 Hour 24 $350.00 $8,400.00 Day 3 $1,000.00 $3,000.00 Each 4 $100.00 $400.00 Sq. Foot 900 $15.00 $13,500.00 Lump Sum 1 $4,000.00 $4,000.00 Ton 90 $100.00 $9,000.00 Subtotal $325,800.00 Tax $28,670.40 Total $354,470.40 R.L. Alia Unit Bid Price Amount $99,000.00 $84,230.00 $77,400.00 $128, 320.00 $500.00 $2,000.00 $400.00 $600.00 $5,000.00 $5.00 $4,000.00 $300.00 Subtotal Tax Total $99,000.00 $84,230.00 $77,400.00 $128,320.00 $20,000.00 $10,000.00 $9,600.00 $1, 800.00 $20,000.00 $4,500.00 $4,000.00 $27,000.00 $485,850.00 05/29/2003 Project Title: BID DATE: 5/28/03 2:30 PDT Item Description No. 001 Mobilization, Demobilization and Cleanup 002 Site 1 Precast Concrete Manhole 003 Site 2 Precast Concrete Manhole 004 Site 3 Precast Concrete Manhole 005 Sewer Cleaning 006 Barge Access for Sewer Cleaning 007 CCTV Inspection 008 Barge Access for CCTV Inspection 009 Flush Main Repair 010 Spawning Gravel 011 As -Constructed 012 Disposal of Sed. & Debris BID-TAE Kennydale Lakefront Sewer Improveme Unit Est. Quantit Lump Sum 1 Lump Sum 1 Lump Sum 1 Lump Sum 1 Hour 40 Day 5 Hour 24 Day 3 Each 4 Sq. Foot 900 Lump Sum 1 Ton 90 Quigg Bros., Inc. Average Bid Unit Bid Unit Bid Price Amount Price Amount $125,000.00 $125,000.00 $65,000.00 $65,000.00 $65,000.00 $65,000.00 $65,000.00 $65,000.00 $800.00 $32,000.00 $5,600.00 $28,000.00 $750.00 $18,000.00 $5,600.00 $16,800.00 $10,000.00 $40,000.00 $20.00 $18,000.00 $4,000.00 $4,000.00 $0.00 Subtotal $476,800.00 Tax $41,958.40 Total $518,758.40 Quigg did not use the revised schd of prices from addendum No. 1 $91,495.00 $91,495.00 $65,057.50 $65,057.50 $63,350.00 $63,350.00 $76,080.00 $76,080.00 $450.00 $18,000.00 $3,525.00 $17,625.00 $425.00 $10,200.00 $2,050.00 $6,150.00 $4,525.00 $18,100.00 $17.50 $15,750.00 $4,000.00 $4,000.00 $166.67 $15,000.00 Subtotal $400,807.50 Tax $35,271.06 Total $436,078.56 Page 3 05/29/2003 BID -TAB Page 4 Project Title: BID DATE: 5/28/03 Item No. 2:30 PDT Description 001 Mobilization, Demobilization and Cleanup 002 Site 1 Precast Concrete Manhole 003 Site 2 Precast Concrete Manhole 004 Site 3 Precast Concrete Manhole 005 Sewer Cleaning 006 Barge Access for Sewer Cleaning 007 CCTV Inspection 008 Barge Access for CCTV Inspection 009 Flush Main Repair 010 Spawning Gravel 011 As -Constructed 012 Disposal of Sed. & Debris Kennydale Lakefront Sewer Improveme Unit Lump Sum Lump Sum Lump Sum Lump Sum Hour Day Hour Day Each Sq. Foot Lump Sum Ton Est. Quantity 1 1 1 1 40 5 24 3 4 900 1 90 Low Bid Compared to Engineers Estimate % of % of Average Estimate 84.14% 129.56% 76.86% 118.32% 78.93% 118.32% 65.72% 118.32% 44.44% 53.33% 28.37% 20.00% 47.06% 80.00% 48.78% 25.00% 66.30% 150.00% 171.43% 928.79% 100.00% 100.00% 60.00% 200.00% 74.79% 113.72% 74.79% 113.72% 74.79% 113.72% 05/29/2003 ESTIMATE OF CONSTRUCTION COSTS City of Renton Kennydale Lakefront Sewer Improvements Tt/KCM JOB NO.: 2030051 PROJ. ENG.: JWL 05/09/2003 Work Item Description Qty. Units Unit Price Total Price Mobilization, Demobilization & Cleanup L.S. L.S. L.S. See Below Precast Concrete Manholes Precast Manholes and Testing 3 Each $8,500 $25,500 Barge, Crane and Dive Crew 10 Day $8,000 $80,000 Sedimentation Curtain L.S. L.S. L.S. $6,000 Misc. Piping and Connections L.S. L.S. L.S. $4,000 Driven Pin Piles 12 Each $400 $4,800 Sediment Disposal 30 C.Y. $180 $5,400 Granular Bedding 30 C.Y. $36 $1,080 Sewer Cleaning Barge and Crew 5 Day $5,000 $25,000 Cleaning 5 Day $3,000 $15,000 Television Inspection Barge and Crew 3 Day $4,000 $12,000 CCTV Inspection 3 Day $2,000 $6,000 Flush Main Re airs Barge and Dive Crew 2 Day $3,000 $6,000 Misc. Piping and Connections L.S. L.S. L.S. $2,000 Spawning Gravel Barge and Crew 0.5 Day $3,000 $1,500 Spawning Gravel 40 C.Y $35 $1,400 As -Built Drawings L.S. L.S. L.S. $4,000 SUB TOTAL $199,700 ►95,6,90 MOBILIZATION (20%) $39,900 SUBTOTAL $239,600 Z29 CONTINGENCY (10%) $24,000 SUBTOTAL $263,600 TAX (8.8%) $23,200 ESTIMATED CONSTRUCTION COST $286,800 0c, Y o� City of Renton + + 1055 South Grady Way Renton, WA 98055 TO: George Lulham Blackwater Marine, LLC Phone: (425) 828-6434 Fax Phone: (425) 827-2105 ISUBJECT: Kennydale Lakefront Sewer Date: 05/20/2003 FROM: John Hobson Phone: (425) 430-7279 Fax Phone: (425) 430-7241 INumber of pages including cover sheet 1 REMARKS: ❑ Original to ❑ Urgent ❑ Reply ❑ Please ❑ For your be mailed ASAP Comment review The City expects that all bidders should bid the project to include the costs of meeting all federal, state and local laws concerning work within a wastewater environment. ONRENT D TCURVE 5-20-03; c:iiAN; ;J Blackwater Marine, LLC NI IQBIQ, AK - SEAT RE, WA Fax BLACKWATER MARINE, LLC 12019 78 Place NE A+ Klridand, WO 93034 425-826-6434 office - 425-827-1105 fax PO Box 8303 - Nlkk;d, AK 99696 907-776-5551 offka N 907-776-8836 fax To: John Hobson From: George Lulham rail 425-430-7241 Pageei 1 Phone: 425-430-7241 Date: 05/20/03 Rei Kennydale Lakefront sewer CCI ❑ Urilent ❑ For Review x Please Comment x Please Reply ❑ Please Recycle 1. After the sewer line has been flushed the pipe is going to still be contaminated, if this is correct than special haz mat procedures will have to be followed by. the workers handling the installation weather the project Is done dry or wet. My concern Is weather or not the cost assoclated with this Is over and above the bid or part of the bid? Have a safe day, George Date: May 16, 2003 To Fax No From: Qity of Renton Public Works Tel: (425) 430-7279 FAX: L4251430-7241 ADDENDUM NO. 1 to the KENNYDALE LAKEFRONT SEWER IMPROVEMENT FOR THE CITY OF RENTON Revised Bid Opening: May 28, 2003 This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated May. 2003, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid non -responsive and may cause its rejection: / Addendum No. 1 accepted by: G`L /1 Title: (Dr,�, c,,V �" Akic,N -er_ Q 4,, This Addendum consists of fourteen (14) pages, including this page. D BID DATE REVISION: The Bid Date for this project has been revised to May 28, 2003 and will take place in Room 511 at 2:30 P.M. SEE ATTACHED PAGES FOR ADDITIONAL. CONDITIONS OF THIS ADDENDUM Sincerely, John Hobson Project Manager 4V:\`NWP•27-3062 Kennrdale Lake Line Rehab\Contra,-A'ADDENI.DOC TO/TO 39Cd 9NI sons 99Irlt✓. 6bbE-Z6S-O9E 6b:ZT EOOZ/TT/SO Date: May 16, 2003 To Fax No From: City of Renton Public Works Tel: (425) 430-7279 FAX: (425) 430-7241 ADDENDUM NO. 1 to the KENNYDALE LAKEFRONT SEWER IMPROVEMENT FOR THE CITY OF RENTON Revised Bid Opening: May 28, 2003 This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated May, 2003, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid non -responsive and may cause its rejection: Addendum No. 1 accepted by: Title: This Addendum consists of fourteen (14) pages, including this page. BID DATE REVISION: The Bid Date for this project has been revised to May 28, 2003 and will take place in Room 511 at 2:30 P.M. SEE ATTACHED PAGES FOR ADDITIONAL CONDITIONS OF THIS ADDENDUM Sincerely, John Hobson Project Manager W:1WWP-27-3062 Kennydale Lake Line Rehab\ContractWDDENI.DOC Date: May 16, 2003 To Fax No From: City of Renton Public Works Tel: (425) 430-7279 FAX: (425) 430-7241 ADDENDUM NO. 1 to the KENNYDALE LAKEFRONT SEWER IMPROVEMENT FOR THE CITY OF RENTON Revised Bid Opening: May 28, 2003 This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated May, 2003, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid non -responsive and may cause its rejection: Addendum No. 1 accepted by: Title: This Addendum consists of fourteen (14) pages, including this page. BID DATE REVISION: The Bid Date for this project has been revised to May 28, 2003 and will take place in Room 511 at 2:30 P.M. SEE ATTACHED PAGES FOR ADDITIONAL CONDITIONS OF THIS ADDENDUM Sincerely, John Hobson Project Manager W:\WWP-27-3062 Kennydale Lake Line Rehab\ContracNADD EN 1. DOC Addendum No. 1 CITY OF RENTON WASTEWATER UTILITY 1055 South Grady Way Renton, WA 98055 Kennydale Lakefront Sewer Improvement Project No. WWP-27-3062 May 2003 of WA L I� 29088 O w4 �� ��GISTEg� EXPIRES 06/03/0SS CITY OF RENTON KENNYDALE LAKEFRONT SEWER IMPROVEMENT PROJECT NO. WWP-27-3062 CAG-03-067 ADDENDUM NO. 1 Prospective bidders are hereby notified that the bidding documents of said Contract have been amended as hereinafter set forth: v! '3Locationof Page or �� RefChange wD fCange oasrr BIDDING REQUIREMENTS, CITY OF RENTON FORMS, CONTRACT FORMS, CONDITIONS OF THE CONTRACT, PLANS AND SPECIFICATIONS 1.1 City of Renton Schedule DELETE the Schedule Of Prices in its entirety and REPLACE with Forms of Prices the attached Schedule of Prices. 1.2 City of Renton SP-10 Section 1-07.18(2) Coverages (RC), under the paragraph heading Supplemental "Coverage shall include:" ADD new subparagraph: Specifications 1-07.18(2) 7. All applicable state and federal insurance for marine work, including but not limited to U.S. Longshoreman and Harbor Workers Coverage; Protection and Indemnity (Jones Act); Pollution Liability (OPA, CERCLA); and Hull and Machinery coverage. 1.3 Special 1-8 Division 1, Section 1.11 Work Sequence, Constraints and Provisions Milestones, DELETE subparagraph 2.b and REPLACE with: 1.11 "b. Precast manhole installation shall not begin before August 15, 2003 and all in -lake construction shall be completed by October 1, 2003. 1.4 Special 1-9 Division 1, Section 1.12, DELETE the title "Qualifications Provisions Information" and REPLACE with "Supplemental Qualifications". 1.12 1.5 Special 1-9 Division 1, Section 1.12 Supplemental Qualifications, ADD new Provisions first paragraph: 1.12 The Contractor shall have expertise and experience in the construction and installation of underwater structures, pipelines and appurtenances, and shall have completed a minimum of three previous marine projects of this type of work. Addendum No. 1 1.6 Special 1-9 Division 1, Section 1.12 Supplemental Qualifications, ADD new Provisions subparagraph: 1.12 "5. Prior to Award of the Contract, the low bidder shall submit a detailed description of a minimum of three separate previous projects that demonstrate expertise and experience with the installation of underwater structures, pipelines and appurtenances. Submit for each project, in the same order, the following information: a. Full name of project. b. Project location. c. Owner's name. d. Owner's address. e. Owner's contact person and telephone number. f. Date of project completion. g. Contractor's employees in charge of the work at both the site and at the head office. h. Description of the underwater work performed. 1.7 Special 2-2 Division 2, Section 2.2 Submittals, ADD new subparagraph: Provisions 2.2 11. Submit a detailed plan of temporary piping and appurtenances that will be used for access of the existing flush main for sewer cleaning at 2807 Mountain View Blvd. N. 1.8 Special 18-1 Bid Item No. 2 — Site 1 Precast Concrete Manhole, DELETE the Provisions bid item description and REPLACE with: 18.2 Lump sum price shown shall include, but not be limited to the complete cost of providing all labor, materials and equipment necessary for the Site 1 precast concrete manhole as shown on the Plans and specified herein. Work includes, but is not limited to: locating flush main pipeline at manhole locations; sedimentation control; barge access; removal and disposal of debris and lake bottom sediments at manhole locations; sewer bypassing; piping and fittings, upstream and downstream pipe restraints, manufacture, testing and installation of precast concrete manhole including steel support piling and backfill material. Payment shall be lump sum. Addendum No. 1 1.9 Special Provisions 18.3 18-2 Bid Item No. 3 —Site 2 Precast Concrete Manhole, DELETE the bid item description and REPLACE with: Lump sum price shown shall include, but not be limited to the complete cost of providing all labor, materials and equipment necessary for the Site 2 precast concrete manhole as shown on the Plans and specified herein. Work includes, but is not limited to: locating flush main pipeline at manhole locations; sedimentation control; barge access; removal and disposal of debris and lake bottom sediments at manhole locations; sewer bypassing; piping and fittings, upstream and downstream pipe restraints, manufacture, testing and installation of precast concrete manhole including steel support piling and backfill material. Payment shall be lump sum. 1.10 Special 18-2 Bid Item No. 4 —Site 3 Precast Concrete Manhole, DELETE the Provisions bid item description and REPLACE with: 18.4 Lump sum price shown shall include, but not be limited to the complete cost of providing all labor, materials and equipment necessary for the Site 3 precast concrete manhole as shown on the Plans and specified herein. Work includes, but is not limited to: locating flush main pipeline at manhole locations; sedimentation control; barge access; removal and disposal of debris and lake bottom sediments at manhole locations; sewer bypassing; piping and fittings, upstream and downstream pipe restraints, manufacture, testing and installation of precast concrete manhole including steel support piling and backfill material. Payment shall be lump sum. 1.11 Special 18-2 Bid Item No. 5 — Sewer Cleaning, DELETE the bid item Provisions description and REPLACE with: 18.5 Per hour price shown shall include, but not be limited to the complete cost of cleaning the 8-inch flush main pipeline as shown on the Plans and specified herein. Work includes, but is not limited to: pipeline access at the lift station and at the new in -lake manhole locations; cleaning and removal of all sediment, debris, roots, scale, encrustations, and grease accumulations from the flush main; collection of all sediment, debris and flushing water from the cleaning operation and disposal of liquids and flushing water. The per -hour cost shall be paid for the time during each working day that sewer cleaning is being performed. The per hour price for sewer cleaning will only be paid for those periods where the sewer line is being actively cleaned using hydraulically powered equipment, high velocity jet cleaners, or mechanically powered equipment. The per hour cleaning cost will not apply for mobilization and demobilization of equipment, time for accessing the sewer line at the new manhole locations, and the time required for removal and disposal of solids and liquids from the cleaning truck. Bid Item 5 is a Contingent Item of Work. " Addendum No. 1 1.12 Special 18-3 Bid Item No. 9 — Flush Main Repair, DELETE the bid item Provisions description and REPLACE with: 18.9 Per each price shown shall cover the complete cost of providing all labor, materials and equipment necessary to replace short pipeline segments as detailed on the Plans and specified herein. Work includes, but is not limited to: locating existing hole in flush main near property address 3825 Lake Washington Boulevard; sedimentation control; barge access; sewer bypassing; removal and disposal of debris and lake bottom sediments at repair locations; pipe repair as detailed on the Plans. Flush Main Repairs are currently required at one location as shown on the Plans. The Contractor shall assume that up to three (3) additional repairs will be required at other locations based on the results of the television inspection. Contractor shall assume that the existing flush main has up to two feet of cover over the top of the pipe at the additional three repair locations. Bid Item 9 is a Contingent Item of Work. 1.13 Special 18-4 ADD new bid item 18.12 to read as follows: Provisions 18.12 A 8.12 Bid Item 12 - Disposal of Sediment and Debris from Sewer Cleaning Operations Per ton price shown shall include, but not be limited to the complete cost of hauling and disposing of solids collected from cleaning of the flush main pipeline. Work includes, but is not limited to: hauling, dewatering, and disposal of all sediment, debris, roots, scale, encrustations, and grease accumulations from the flush main at an approved disposal site. Bid Item 12 is a Contingent Item of Work. " 1.14 Plans C4 REPLACE "Site 1 Manhole Section" 1 with Figure 1, attached. Figure 1 adds requirements for restraining the existing pipe joints upstream and downstream from the new piping connection. 1.15 Plans C4 REPLACE "Site 2 Manhole Section" 3 with Figure 2, attached. Figure 2 adds requirements for restraining the existing pipe joints upstream and downstream from the new piping connection. 1.16 Plans C4 REPLACE "Site 3 Manhole Plan" 5 with Figure 3, attached. Figure 3 adds requirements for restraining the existing pipe joints upstream and downstream from the new piping connection. 1.17 Plans C5 REPLACE "Flush Main Repair Detail" 2 with Figure 4, attached. Figure 4 revises the pipe repair procedure from a new section of pipe to a repair clamp. 1.18 Plans C5 Typical Marker Buoy Detail 3, DELETE callout of"1/16" SST WIRE ROPE" and REPLACE with "3/8" SST WIRE ROPE". 1.19 Plans C5 Maintenance Access Improvement Plan 4, DELETE the title "Maintenance Access Improvement Plan" and REPLACE with "Sewer Cleaning Access Plan". Addendum No. 1 1.20 Plans S1 REPLACE "Section" 5 with Figure 5, attached. Figure 5 revises the welded pile connection to a pinned connection. 1.21 Plans S1 ADD general note to the drawing as follows: "All welds shown shall be a minimum of W fillet unless noted otherwise. Attached To This Addendum 1. Schedule of Prices 2. Figure 1 3. Figure 2 4. Figure 3 5. Figure 4 6. Figure 5 This Addendum shall be attached to and form a part of the Contract Documents. Addendum No. 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES KENNYDALE LAKEFRONT SEWER IMPROVEMENT (Note: Unit pricer for all items, all extensions, and total amount of ' bid must be shown. Show unit prices in both words and figurer and inhere conflict occurs the written or ed words shallprevail.) Item No. Approx. Quantity Item with Unit Price Bid nit Prices to be Written in Words) Unit Price Dollars Cts Amount Dollars Cts 001. 1 Lump Sum Mobilization, Demobilization and Cleanup $ per Lump Sum (words) figures 002. 1 Lump Sum Site 1 Precast Concrete Manhole $ per Lump Sum words) figures 003. 1 Lump Sum Site 2 Precast Concrete Manhole $ per Lump Sum (words) figures 004. 1 Lump Sum Site 3 Precast Concrete Manhole $ per Lump Sum (Words) figures 005. 40 Hour Sewer Cleaning* $ per Hour (words) figures 006. 5 Day Barge Access for Sewer Cleaning* $ per Da (words) figures 007. 24 Hour CCTV Inspection* $ per Hour (Words) figures 008. 3 Day Barge Access for CCTV Inspection* $ per Da (words) figures 009. 4 Each Flush Main Repair* $ per Each (words) figures *Contingent Item of Work Item No. Approx. Quantity Item with Unit Price Bid (Umit Prices to be Written in Words Unit Price Dollars Cts Amount Dollars Cts 010. 900 Square Foot Spawning Gravel $ per Square Foot words figures 011. 1 Lump Sum As -Constructed Information $Four Thousand and 00/100 $4,000.00 $4,000.00 pet Lump Sum (words) figures 012. 90 Ton Disposal of Sediment and Debris from Sewer Cleaning Operations* $ figures per Ton (words) Subtotal 8.8% Sales Tax Total *Contingent Item of Work LAKE WASHINGTON EL VARIES 16.8 TO 18.8 (NAVD 88) LAKE BOTTOM BEYOND, EL 3.Ot-\ PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS PRECAST CONCRETE MANHOLE, SEE e S1 FLEX COUPLING, TYP 8"DUCTILE IRON g600 B°0o8.0% (90% (90%.o8%ncgma'o 00 lb GRAVEL BEDDING EXISTING 8" CAST IRON D BACKFILL, PIPE PARTIALLY EXPOSED AND ALONG LAKE BOTTOMTYP SITE 1 MANHOLE SECTION 1 SCALE: NONE C2 CITY OF CITY OF RENTON MAY 2003 '1 '} KENNYDALE LAKEFRONT SEWER IMPROVEMENT .� RENTON FIGURE Planning/Building/Public works Dept. SITE 1 MANHOLE - ADDENDUM NO. 1 1 PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS LAKE WASHINGTON EL VARIES 16.8 TO 18.8 (NAVD 88) LAKE BOTTOM PRECAST CONCRETE BEYOND, EL 14.0± MANHOLE, SEE 1 w FLEX COUPLING, S1 N p TYP 8"DUCTILE IRON z % a0 g € ° See C49°o Q[lo o (4b QB o $o d ° 00 8$0 0 0n0 0 0o o n 900 00$0°0 [�®o (�0 GRAVEL BEDDING SITE 2 MANHOLE TYP BAGKFILL, SECTION 3 SCALE: NONE - CITY OF CITY OF RENTON MAY 2003 KENNYDALE LAKEFRONT SEWER IMPROVEMENT .� RENTON FIGURE Planning/Building/Public works Dept. SITE 2 MANHOLE - ADDENDUM NO. 1 2 2 O O O PRECAST CONCRETE MANHOLE 8" DUCTILE IRON 8"WYE EXISTING 8" CAST IRON FLUSH MAIN EXISTING 8" CAST IRON FLUSH MAIN \ FLEX COUPLING. TYP 8" DUCTILE IRON PROVIDE ROMAC 611 SERIES PIPE RESTRAINT SYSTEM ON EXISTING PIPE JOINTS IMMEDIATELY UPSTREAM AND DOWN STREAM OF NEW PIPING CONNECTION. CONTRACTOR TO VERIFY OUTSIDE DIAMETER OF EXISTING PIPE PRIOR TO ORDERING PIPE RESTRAINTS SITE 3 MANHOLE PLAN SCALE:3/8"=1'—O" C3 CITY OF CITY OF RENTON MAY 2003 RENTON KENNYDALE LAKEFRONT SEWER IMPROVEMENT FIGURE Planning/Building/Public works Dept. SITE 3 MANHOLE - ADDENDUM NO. 1 3 ROMAC SS1 REPAIR CLAMP CENTERED OVER HOLE IN PIPE. CONTRACTOR TO VERIFY OUTSIDE DIAMETER OF EXISTING PIPE PRIOR BOTTOM ELEVATION TO ORDERING OF REPAIR CLAMP BEYOND. EXISTING PIPE PARTIALLY 2'-0" EXPOSED 0 GRAVEL BEDDING 1'-0" MIN, TYP FLUSH MAIN REPAIR D ETAI L 2 SCALE: NONE - >, CITY OF CITY OF RENTON MAY 2003 RENTON KENNYDALE LAKEFRONT SEWER IMPROVEMENT FIGURE Planning/Building/Public works Dept. FLUSH MAIN REPAIR - ADDENDUM NO. 1 4 Path J\2030051 Kemy"&\A])M\ADD100Fdep Plot data May 15, 2003-UeM3an CAD Use jeffmcke. %ref F0.enarw I cn m n r O� Z Ul - D� p p c M r Z p r C Z O < r PRECAST MANHOLE / 6"DIA GALV STEEL PIPE PILE. SCH 40— 3/4"DIA GALV THRU BOLTS ON � PILE±. PROVIDE OVERSIZE DRILLED HOLES IN 8"DIA PIPE SLEEVE TO ACT AS GUIDE FOR SUBMERGED DRILLING AFTER INSTALLATION OF PILES. BENT PL3/8x j� MATCH MH RADIUS 4 #5@12 EW T&B ----\ ? 0 8"DIA SCH 40 i PIPE SLEEVE � m p� iz �z 7 � SHEAR PI-3/8 3-1 /2"DIAx6 WHS SECTION ti�Y o� City of Renton 1055 South Grady Way Renton, WA 98055 Date: 05/20/2003 TO: Plan Centers FROM: John Hobson Phone: ( ) Phone: (425) 430-7279 Fax Phone: ( ) Fax Phone: (425) 430-7241 SUBJECT: Kennydale Lakefront Sewer I Number of pages including cover sheet 2 I REMARKS: ❑ Original to ❑ Urgent ElReply ElPlease ❑ For your be mailed ASAP Comment review Addendum No. 1 Notice. The Bid Date has been revised to Wednesday, May 28, 2003 at 2:30PM in room 511. The entire Addendum will not be faxed to Plan Centers. RENTON DTCURVE PLAN CENTERS Pa-e_1 of 2 110o development services - maintetiance - transportation - utilities Plan Centers List This is a list of organizations that the City's Public Works Department typically sends a copy of the bid package for each project we put out for bid. This allows potential contractors, sub -contractors, and suppliers a chance to look at the project to determine whether they would be interested in purchasing a set. f'L�y.ET C•� � '�� � i HDD�i-�7.;r`1 l_C'�`12- �'�� Construction Market Data Construction Market Data 500 SW 7th Street, Suite 105 10504 NE 37th Circle Renton WA 98057-9002 Kirkland, WA 98033 Phone: 425-277-4645 Phone: 425-822-8937 Fax: 425-277-5036 Fax: 425-822-9666 EMAIL: cmdrenton@cmdg.com Daily Journal of Commerce Valley Plan Center , Plan Center 1819 Central Ave. Suite 83 PO Box 10127 Kent WA 98032 2840 NW 35th Ave Phone: 253-852-1090 Portland, OR 97210 Fax: 253-852-3424 Phone: 503-274-0624 Fax: 503-274-2616 Construction Data Eastside Snohomish County Building i 13010 Northup Way News & Plan Center Bldg C-3, Suite 1 2607 Wetmore Ave Bellevue WA 98009 Everett WA 98201-2926 Phone: 425-881-5071 Phone: 425-743-3244 Fax: 425-881-0644 Fax: 425-259-3832 Construction Data News Construction Data FW Dodge Portland Plan Center 4803 Pacific Hwy E. Suite 3 1200 NW Front Ave. Suite #180 Tacoma WA 98424 Portland OR 97209 Phone: 253-941-9990 Phone: 503-225-0200 Fax: 253-922-3430 Fax: 503-274-4416 FW Dodge Plan Center - ' �.�7Z 800 So Michigan Street Seattle WA 98108 Phone: 206-223-0320 Fax:206-378-4791 GLgc,t,.�,rts oiZ %��aj EMAIL: paulagamble@mcgraw-hill.com [Projects Open for Bid] [Public Works Home Page] r�X http://www.ci.renton.wa.us/pw/devserv/pincentr.htm /19/2003 Transmittal Date: May 16, 2003 To: John Hobson City of Renton Utility Systems 1055 Grady Way South, 5th Floor Renton, WA 98055 C. Central Files (2-2) From: Jeff Lykken Project No.: 2030051-003 Tetra Tech/KCM, Inc. Subject: Kennydale Lakefront Sewer Replacement Project For Your Information For Your Signature For Your Approval I/ For Your Use We are sending you: `1 Attachments Shop Dra-i.g.T I Specifications Prints Copy of letter Other ... No. of Copies Number Description 1 Addendum No. 1 Remarks: Signed.• O Tetra Tech/KCM, Inc. • 1917 First Avenue • Seattle, WA 98101-1027 • Tel 206 443-5300 • Fax 206 443-5372 AC Divers Frank Coloccio Construction RC Alia Company 13601 SE 10th 9600 Martin Luther King Hwy S 9215 Martil Luther King Way S Bellevue WA 98005 Seattle WA 98118 Seattle WA 98118 Quigg Brothers Inc PO Box 1707 Aberdeen WA 98520-0281 Associated Underwater Services 3901 E Terry Spokane WA 99202 Pipe Experts 855 Trosper Rd SW 180-190 Tumwater WA 98512 Whitney Equipment Company Inc 21222 30`h Dr SE Suite 110 Bothell WA 98021 Gary Merlino Construction 9125 101h Ave S Seattle WA 98108 B&L Utility Inc 7101 Sexton Road Snohomish WA 98290 Northern Marine Salvage 1515 Fairview E Seattle WA 98102 ,_ G, CITY OF Renton 55.15 Tax: 4.85 I an nn PLANNING/BUILDING/PUBLIC WORKS PUBLIC WORKS DIVISION � PLAN HOLDERS LIST \� Project Name: Kennydale Lakefront Sewer Improvement Project Manager: John Hobson Telephone: 425 430-7279 Bid Date: May 20, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall Consultant: N/A Telephone: N/A Engineer's Estimate: $275,009=5�300,000 Name: nature: t Mailing Addre s: B55 C6` _C r, Date Rec'd: 1 Street Address iO City/State/Zip Code: 3 S I Z Telephone No.: 3to - 9' - .5 t' Fax No.: Nam 7l/ C is �, Signature: I Mailing Address: /3 O/ S6 f, Date Rec'd: Street Address _Lcc'yLtE WA City/State/Zip Code: `j S oos Telephone No.: IV 2 - 7-1 Co -7 7 / D Fax No.: Name: Ty-wksAy e p, -c: cam, r, Cn�aST- Signature: Mailing Address °t(pcx> m, IL ij(_ i,I,,c to Rec'd: Street Address City/State/Zip Code: S9-�Tmt- w 9 �r t P-) Telephone No.: Fax No.: �Zb�� ?-S -q-7 (c �{ Name: Signature: Mailing Address: I dt i 5 r- L w f`1 Date Rec'd: Street Address S City/State/Zip Code: sew•_ i t Telephone No.: -z- e G 7 ZZ i-il vo Fax No.: ';-d 1- 7 "Z -L Z. 1 5 7 ZZ cw 1 "1� Name: u i ►'US -TKL Signature: JStreet Mailing Address - 0. &X Address 1 "10-7 Date Rec'd: City/State/Zip Co,'-- Telephone No.:60� S3� tS 3v Fax No.: ` / ' W Name: h r f p\e"� T'iX- t,t T iviz i nature: Mailing Address: Date Re 'd: Street Address I- ZZZ 3t� S-E Lr j/ o City/State/Zip Code: 4 1 L(� $UZ Telephone No.: q S 4 io H: . ex $ 55.15 Tax: 4.85 $ 60.00 CITY OF Renton PLANNING/BUILDING/PUBLIC WORKS PUBLIC WORKS DIVISION PLAN HOLDERS LIST Project Name: Kennydale Lakefront Sewer Improvement Project Manager: John Hobson Telephone: (425) 430-7279 Bid Date: May 20, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall Consultant: N/A Telephone: N/A Engineer's Estimate: $275,000-$300,000 Mailing Address: _71 D 41 M Ed Date Reed: UStreet Address 6 n v h City/State/Zip Code: _ S,.pha1h. s k tool 98Z`t o Telephone No.: 425 -335- S57 7 Fax No.: -? (.o - S!-2- 87 qS Mailing Address: / �l Street Address City/State/Zip Code: Telephone No.: Mailing Address:' Street Address 019 City/State/Zip Code: Telephone No.: _ (95 O(Z-1 Mailing Address: I Street Address le City/State/Zip Code: Telephone No.: - Name: P/ac/cGt, Mailing Address: Street Address City/State/Zip Code: Telephone No.: T. �t i/�y 1) CC4 i nature: Date Redd: 3 3 7, 6- I - Ot v 11 a CIZZz 09 5 33 fo Sdo Fax No.: 5bq �r0 fLJ1 Signature: .t3l- Date Redd: c5 Name: Signature: Mailing Address: Date Redd: Street Address City/State/Zip Code: Telephone No.: Fax No.: fU EX : 26D3 3/0E -S H: May 19, 2003 SUBJECT: KENNYDALE LAKEFRONT SEWER IMPROVEMENT: ADDENDUM NO. 1 NOTE: NEW BID OPENING DATE Dear Planholder: Attached is Addendum No. I for the above -referenced project. The addendum has being faxed to you to give extra time to respond to the changes. This addendum will be mailed to via U.S.P.S. Signature Confirmation, which you must sign for and include it in your bid package. A bid will be considered non -responsive if the addendum is not signed and included in the bid package. The bid date, as shown on the addendum, has been revised to Wednesday, May 28, 2003, at 2:30 PM in room 511 of Renton City Hall. If you have any questions, please call me at 425-430-7279. Sinc ly, J M'Im Hobson Project Manager HAFile Sys\WWP - WasteWater\WWP-27-3062 Kennydale Lake Line Rehab\Contract\ADDEN-NOTICE.doc\JDH\tb CITY OF RENTON ..LL Planning/Building/PublicWorks Department J e Tanner, Mayor Gregg Zimmerman P.E., Administrator May 19, 2003 SUBJECT: KENNYDALE LAKEFRONT SEWER IMPROVEMENT: ADDENDUM NO. 1 NOTE: NEW BID OPENING DATE Dear Planholder: Attached is Addendum No. 1 for the above -referenced project. The addendum has being faxed to you to give extra time to respond to the changes. This addendum will be mailed to via U.S.P.S. Signature Confirmation, which you must sign for and include it in your bid package. A bid will be considered non -responsive if the addendum is not signed and included in the bid package. The bid date, as shown on the addendum, has been revised to Wednesday, May 28, 2003, at 2:30 PM in room 511 of Renton City Hall. If you have any questions, please call me at 425-430-7279. Sinc ly, J hn Hobson Project Manager H:\File Sys\WWP - WasteWater\WWP-27-3062 Kennydale Lake Line Rehab\Contract\ADDEN-NOTICE.doc H\tb 1055 South Grady Way - Renton, Washington 98055 E N T O N ® AHEAD OF THE CURVE This paper contains 50 / recycled material, 30 / post consumer Name Kennydale Lakefront Sewer Improvement Project City of Renton Prebid Conference May 13, 2003 10:00 a.m. Company/Agency it / tic Phone # -LD6- 443-3n l Z �J ?v J 1`lrrl: a�,.�c�r Fax # ZZ09-4+3 S37 Z yzs- �y-1- 74,13 3eo- '�y3SSUS :YZS- y.31�-- zzV 47 ti�Y o� City of Renton 1055 South Grady Way Renton, WA 98055 TO: Planholder Phone: ( ) Fax Phone: ( ) ISUBJECT: Kennydale Lakefront Sewer Date: 05/19/2003 FROM: John Hobson Phone: (425) 430-7279 Fax Phone: (425) 430-7241 INumber of pages including cover sheet 16 I REMARKS: Original to ❑ Urgent ElReply ElPlease [ For your be mailed ASAP Comment review I Addendum No. 1 RENTON DT VE May 19, 2003 SUBJECT: KENNYDALE LAKEFRONT SEWER IMPROVEMENT: ADDENDUM NO. 1 NOTE: NEW BID OPENING DATE Dear Planholder: Attached is Addendum No. 1 for the above -referenced project. The addendum has being faxed to you to give extra time to respond to the changes. This addendum will be mailed to via U.S.P.S. Signature Confirmation, which you must sign for and include it in your bid package. A bid will be considered non -responsive if the addendum is not signed and included in the bid package. The bid date, as shown on the addendum, has been revised to Wednesday, May 28, 2003, at 2:30 PM in room 511 of Renton City Hall. If you have any questions, please call me at 425-430-7279. SAhnHobson J Project Manager HAFile Sys\WWP - WasteWater\WWP-27-3062 Kennydale Lake Line Rehab\Contract\ADDEN-NOTICE.docUDI-I\tb $ 55.15 Tax: 4.85 $ 60.00 CITY OF Renton PLANNING/BUILDING/PUBLIC WORKS PUBLIC WORKS DIVISION PLAN HOLDERS LIST Project Name: Kennydale Lakefront Sewer Improvement Project Manager: John Hobson Telephone: (425) 430-7279 Bid Date: May 20, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall Consultant: N/A Telephone: N/A Engineer's Estimate: $275,000-$300,000 Name: 5-1 L (A, 1, 6 TH L Signature: Mailing Address: i 0 ` -)Cd Date Redd: Street Address 0)- City/State/Zip Code: 3r h tJri 9yz-,t G Telephone No.: 42!S -335 S 57 7 Fax No.: .s G.o 8 7 Li-3 Name: 0c Ui v, Yll i�,6si nature: Ex 26�3-31a 041 Mailing Address: Date Rec'd: 3 3 0 Street Address 1 D i rr City/State/Zip Code: We:� 9 9 zvz Telephone No.: i5oq 5 3.5 (;,S'va_ Fax No.: 50y 533 Name: Mailing Address:'_J Street Address City/State/Zip Code: Telephone No.: _ Name: For )ate 0 Mailing Address: Street Address C City/State/Zip Code: Telephone No.: Name: j61qck6v6 ►�c • Mailing Address: /t 13'fl l Street Address -5< City/State/Zip Code: Telephone No.: Fax No.: Z/ 175, ffz 7 Mailing Address: Date Rec'd: Street Address City/State/Zip Code: Telephone No.: Fax No.: _-PC t►oT ►.JwL- _C�- - �,swrw�"czi H: J Lo $ 55.15 Tax: 4.85 $ 60.00 CITY OF Renton PLANNING/BUILDING/PUBLIC WORKS PUBLIC WORKS DIVISION PLAN HOLDERS LIST Project Name: Kennydale Lakefront Sewer Improvement Project Manager: John Hobson Telephone: (425) 430-7279 Bid Date: May 20, 2003 Bid Time: 2:30 PM Bid Place: 5th Floor, Conf. Rm. 521, City Hall Consultant: N/A Telephone: N/A Engineer's Estimate: $275,000-$300,000 Name: r ( v—, xc--,zx+n Signature: �-_ Mailing Addre s: 855 Date Rec'd: �� J Street Address iO - f City/State/Zip Code: Telephone No.: 3("C) - ;;�q ems' / - I Sc 14 Fax No.: 'i 4 , -t5r,-;t<-E-2 Name: lc DiyrkS Signature:__ A � _ — Mailing Address: /3(O0/ 5E -�ti Date Rec'd: t-p— 3 Street Address e-acyLIE , i.yA � i ,n City/State/Zip Code: y 0 oos` 32 �M Telephone No.: y Z - 711co - -7 71 0 Fax No.: ¢4 9S7 74, ) 3 Name: Mailing Address: fi(*uo L- taut i�(kA.<,Date Rec'd: Street Address City/State/Zip Code: _ ,-TrL A" u, g0cc P3 Telephone No.: z Fax No.: ZbC�7 S -tf '7 to V Name: '-�R L fit_ C a Signature: Mailing Address: I a i .5 :o. , Sri Date Rec'd: Street Address S� City/State/Zip Code: Telephone No.: Name: ) u i <a� YDS �i'\L. Mailing Address: U. 9nX I -7C--7 Street Address Fax No.: signature: Date Rec'd: 5 -7 -L-Z z 1 S� �Ex - - umc -lye '?r4 City/State/Zip Code: k6,6Wi, W A 9 fSo - OZ-S- Telephone No.: h, 6a� Fax No.: a 3 Z. Z -4 9 rr 45 ! a T4,c- Name: �k% Q( 01/k3si nature: -3�5 -� Mailing Address: UDate Rec'd: TI2 C J k 11cv r� Street Address 'LI Z`ZZ • D S E r _ !/ o City/State/Zip Code: I W 4 qg�z / ' Telephone No.: qS �o — �7 Fax No.: H: One Source... Many Solutions. www.olyrepro.com O MAIN OFFICE REDMOND EVERETT PLAN WELL P'� 1016 First Avenue South Secttle,_Washincton 98134 2789 152nd Avenue N.E. 2727 Colby Avenue (206) 343.1587 _ (206) 622.6000 Redmond, Washington 98052 Everett, Washington 98201 (206) 343.1596 fox Quality Digital Printing &Imaging Services (206) 622.8400 dispatch (425) 882.0509 (425) 25; 8506 LI 7� `.' F 'Y (206( 622.6712 fax (4251882.1547 fax (425( 252.7715 fox The plans are the project. .T I.-- ,ZI i_., Bill To: 1'L ( :i=; 'T'EDC"H.' I•:::i M 9 ; p..ii:: ,. Pa(•'.f CDR UF' C r_ .�.. �iC.1" ' 1 �_�G r. Ship To: C F Y OF R. TON GRAD" W =i "'; S i_: t :-I `. r i H i= L ('I :_(i-, -, INVOICE Please Remit To Main Office c : - Time Due Due Date Invoice Number Invoice Date .,order,' Date, �. '--Purchase; er_Num er, ;'- ' : Re ueste B t" "' �; S i Via 'Jo Num er• Jo Name OR t > Quash Back f *">T ry �sl Extension (ixa ' ' Co Orl ' inol Size Total S uare Feet brdeied Shi 4.Ordered:' bescri Lion r� Ori Trials ies' _ - `r.-. qq- Biller Subtotal Sales Tax INVOICE TOTAL `-::-,--) ilotifica;ion of descreocncies must be mcde wiihin i 5 cc s ci-etchendise receipt. Wrinen cu;horl--ction must be ob;cinec' for tMinimum S3.50 Chcrge After 30 Days me;chcndise rerurned"or eachcnged. A 15',o res;cclinc charce : mcde on cll rewrns cnd e\change except those due to our error. Fed ID ORDINAL INVOICE NO. CUSTOMER BILLING CODE SHEET DATE PAGE CODES NO. ORIG. COPIES SIZE OPERATOR/COMMENTS Approx S� � ewer �� 101 — Approx Docks io 3401 L o t Existing 14' Deep, 40' from Rocks Dock - — Prop Lin e Drennan 3405 LK TTT7TTT House Wash Proposed Dock Approx 10' Deep \\\ PER ROS 84/282. _ A SET I/2' REBAR W/LS CAP Na 33487. AS SHOW ON THAT RECORD A CALCULATED W7. OF SURVEY FILED IN BOOK 84 O ON PAGE 262. NOT SET. A BOLT SET IN ROCK FOR LANDOWNERS USE BOUNDARY SURVEY PREPARED FOR JERRY BRENNAN KING COUNTY 'SECTION 31, T.24N.,R5& WM WASMNGTON DWN Bi DAiE JOB NO. D WNB Y DA TE JOBNO CHKD BY SCALE SHEET CHKD SCALE S£ of T£