Loading...
HomeMy WebLinkAboutWWP273588PUBLIC WORKS DEPARTMENT City of C�� 00� 8,&R-,. M E M O R A N D U M DATE: September 21, 2011 TO: Bonnie Walton, City Clerk FROM: Michael Benoit, Wastewater Utility, x7206 SUBJECT: Bid Award for Cascade Interceptor Rehabilitation The Public Works Department has reviewed the bids submitted for the Cascade Interceptor Rehabilitation project and recommends that the bid be awarded to Suncoast Environmental NW. We are requesting that an agenda bill be prepared for the September 26, 2011, Council Meeting. The bid opening was on Tuesday, July 26, 2011. There were 3 bids received. One bid did not include all of the required submittals but it was the high bid so it did not affect the order. The low bidder is Suncoast Environmental NW, with a bid of $148,256.43. The engineer's estimate was $136,482.99. The City has $125,000 budgeted (426.465498) for the Renton portion of this project. Based upon the Interlocal Agreement (CAG-64-764 Add #1-11), Soos Creek Water and Sewer District is responsible for 80% of Schedule A or approximately $80,000 that will be directly reimbursed to Renton upon completion of the project. The low bid is within the amount budgeted (combined Renton and Soos Creek) of $205,000 for this project. The project will use "no -dig" technology to rehabilitate failing portions of the Cascade Sewer Interceptor. Attachments cc: Gregg Zimmerman, PW Administrator Lys Hornsby, Utility Systems Director Dave Christensen, Wastewater Utility Supervisor H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Award-Clerk-Cascade Intercptr Rehab.doc\MABtp CITY OF RENTON COUNCIL AGENDA BILL Subject/Title: Bid Opening on 7/26/2011 for CAG-11-127, Cascade Interceptor Rehabilitation Meeting: Regular Council - 26 Sep 2011 Exhibits: Submitting Data: Dept/Div/Board: Staff Recommendation Executive Bid Tabulation Sheet (three bids) Staff Contact: Addendum #1 to CAG-64-764 Bonnie Walton, City Clerk ext. 6502 Recommended Action: Council Concur Fiscal Impact: Expenditure Required: $ 148,256.43 Transfer Amendment: $ Amount Budgeted: $ Revenue Generated: $ Total Project Budget: $ 205,000 City Share Total Project: $ SUMMARY OF ACTION: Engineer's Estimate: $136,482.99 In accordance with Council procedure bids submitted at the subject bid opening met the following three criteria: There was more than one bid, there were no significant irregularities with the low bid, and the low bid was within project budget ($205,000 total project budget - $125,000 from the City, and $80,000 from Soos Creek Water & Sewer District per Addendum No. 1 to interlocal agreement CAG-64- 764). Therefore, staff recommends awarding the contract to the low bidder, Suncoast Environmental NW, in the amount of $148.256.43. STAFF RECOMMENDATION: Award the contract to the low bidder, Suncoast Environmental NW, in the amount of $148,256.43. M E M O R A N D U M DATE: September 21, 2011 TO: Bonnie Walton, City Clerk FROM: Michael Benoit, Wastewater Utility, x7206qu<1 SUBJECT: Bid Award for Cascade Interceptor Rehabilitation The Public Works Department has reviewed the bids submitted for the Cascade Interceptor Rehabilitation project and recommends that the bid be awarded to Suncoast Environmental NW. We are requesting that an agenda bill be prepared for the September 26, 2011, Council Meeting. The bid opening was on Tuesday, July 26, 2011. There were 3 bids received. One bid did not include all of the required submittals but it was the high bid so it did not affect the order. The low bidder is Suncoast Environmental NW, with a bid of $148,256.43. The engineer's estimate was $136,482.99. The City has $125,000 budgeted (426.465498) for the Renton portion of this project. Based upon the Interlocal Agreement (CAG-64-764 Add #1-11), Soos Creek Water and Sewer District is responsible for 80% of Schedule A or approximately $80,000 that will be directly reimbursed to Renton upon completion of the project. The low bid is within the amount budgeted (combined Renton and Soos Creek) of $205,000 for this project. The project will use "no -dig" technology to rehabilitate failing portions of the Cascade Sewer Interceptor. Attachments cc: Gregg Zimmerman, PW Administrator Lys Hornsby, Utility Systems Director Dave Christensen, Wastewater Utility Supervisor H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Award-Clerk-Cascade Intercptr Rehab.doc\MABtp Project Titl(Cascade Interceptor Rehabilitation BID DATE: DATE E Item No. Description Unit Est, Quantit A01 Mobilization & Demobilization Schedule A Lump Sum 1 A02 Traffic Control Schedule A Lump Sum 1 A03 Pre -Installation Cleaning and Inspection Linear Foot 929 A04 Install 14" Cured In Place Pipe Linear Foot 135 A05 Install 18" Cured In Place Pipe Linear Foot 794 A06 Post Installation Inspection Linear Foot 929 A07 Sewer Manhole Rehabilitation 0 to 12' deep Each 3 A08 Sewer Manhole Rehabilitation 13 to 19' deep Each 2 A09 Sewer Manhole Rehabilitation 20 to 25' deep Each 1 Schedule B B01 Mobilization & Demobilization Schedule B Lump Sum 1 B02 Traffic Control Schedule B Lump Sum 1 B03 Pre -Installation Cleaning and Inspection Linear Foot 611 B04 Install 8" Cured In Place Pipe Linear Foot 611 B06 Reinstate Side Sewer Laterals Each 14 B06 Post Installation Inspection Linear Foot 611 B07 Sewer Manhole Rehabilitation 0 to 12' deep Each 3 BOB Sewer Manhole Rehabilitation 13 to 19' deep Each 1 City of Renton Suntd6st;:Ebvjecnnik alAVlf t1l.J, Engineers Estimate Unit Bid Unit B- , Price Amount P..rice,''r;:; _i r'' Amount-:': <� Michels Corporation Unit Bid Price Amount 8,000.00 8,000.00 ir: ...:;,5,500.04 1• 14,460.00 14,460.00 7,000.00 7,000.00 3,900 04 ;3,900 00; 600.00 600.00 3.00 2,787.00 i`t;3;.994;:7;0 4.00 3,716.00 50.00 6,750.00 41':00 ; 5 535 OO. 44.00 5,940.00 70.00 55,580.00 56 00 ; ,.; : ,>y • 46;$46' OQ+ 95.00 75,430.00 1.00 929.00 J 2 30 2 .. 70 1.20 1,114.80 1,000.00 3,00000 , 2 980 00 I 8 94Q 00'� 2,760.00 8,280.00 1,200.00 2,400.00 3;783:00 ` ';:`:;' t::a{ 7 566 bol 5,125.00 10,250.00 1,600.00 1,600.00 ; .4;460.00.; :';-` ,`;..`c:,S 4;460..0% 7,160.00 7,160.00 Subtotal A 88,046 00 88,878 40" 126,950.80 Tax 9.5% 8,364.37 " " y'"'' 8 443 45i 12,060.33 Total A 96,410 37 97 321 8.5i :i 139,011.13 3,300.00 3,300 00 5 000.00 5 000 00'; 1.10 1.10 5,000.00 6,000.00 '3;90D.0.0 ;.;;.-:.;': '3"900i100� 250.00 250.00 3.00 1,833.00 - 4.30. .,-..,.2`,627,30 :.:.',.. i:;`,.,.........,,:�,.,, 2.05 1,252.55 32.00 19,552.00 <28.00::," :`=::;17;108;;00� 34.00 20,774.00 150.00 2,100.00.!.:';'..268.00.::.`';``f>,3752,00 136.00 1,904.00 1.00 611 OD1405'30! 1.00 611.00 1,000.00 3,000 00 2,850.00 8,550.00 1,200.00 1,200.00 ;;. :3;783.:00'::`j'` >; `'T3781 4,760.00 4,760.00 Subtotal B $36,596.00 Subtotal $46 615.60' Subtotal $38,102.65 Tax9.5% $3,476.62 Tax $4418:.98`+ Tax $3,619.75 Total B $40,072.62 50 93459'+ $ I, $41,722.40 Total $136,482.99 Total { . $198 2.56.43!A Total $180,733.53 Project TitleCascade Interdeptor Rehabilitation BID DATE: DATE E Item IS No. Description A01 Mobilization & Demobilization. Schedule A A02 Traffic Control Schedule A A03 Pre -Installation Cleaning and Inspection A04 Install 14" Cured In Place Pipe A05 Install 18" Cured In Place Pipe A06 Post Installation Inspection A07 Sewer Manhole Rehabilitation 0 to 12' deep A08 Sewer Manhole Rehabilitation 13 to 19' deep A09 Sewer Manhole Rehabilitation 20 to 25' deep Unit Lump Sum Lump Sum Linear Foot Linear Foot Linear Foot Linear Foot Each Each Each Est. Quantit 1 1 929 135 794 929 3 2 1 Schedule B B01 Mobilization & Demobilization Schedule B Lump Sum 1 B02 Traffic Control Schedule B Lump Sum 1 B03 Pre -Installation Cleaning and Inspection Linear Foot 611 B04 Install 8" Cured In Place Pipe Linear Foot 611 B05 Reinstate Side Sewer Laterals Each 14 B06 Post Installation Inspection Linear Foot 611 B07 Sewer Manhole Rehabilitation 0 to 12' deep Each 3 B08 Sewer Manhole Rehabilitation 13 to 19' deep Each 1 Insituform Technologies, Inc. Unit Price 3,500.00 800.00 1.80 85.00 146.00 1.80 3,165.00 4,000.00 4,750.00 Average Bid Bid Unit Bid Amount Price Amount 3,500.00 7,820.00 7,820.00 800.00 .1,766.67 1,766.67 1,672.20 3.37 3,127.63 11,475.00 56.67 7,650.00 115,130.00 99.67 79,135.33 1,672.20 1.77 1,641.23 9.495.00 2,968,33 8,905.00 8,000.00 4,302.67 8,605.33 4,750.00 5,456.67 5,456.67 156,494.40 $124,107.87 14,866.97 $11,790.25 171,361.37 135, 898.11 3,187.00 3,187.00 2,729.37 2,729.37 1,660.00 1,660.00 1,936.67 1,936.67 1.60 977.60 2.65 1,619.15 24.00 14, 664.00 28.67 17, 515.33 65.00 910.00 156.33 2,188.67 0.50 305.50 1.27 773.93 3,165.00 9.495.00 2,998.33 8,99&00 4,000.00 4.000.00 4,181.00 4,181.00 Subtotal $35,199.10 Tax $3,343.92 $38,543.02 Total $209,904.38 Subtotal $39,939.12 $3,794.22 43,733.33 Total $179,631.45 CITY OF RENTON BID TABULATION SHEET PROJECT: Cascade Interceptor Rehabilitation Page 1 of 1 CAG-11-127 DATE: Julv 26, 2011 FORMS BID BIDDER Proposal/ L&I Bid Sched. "Includes Sales Tax Triple Form Cert. Bond of Prices Insituform Technologies, Inc. 17988 Edison Ave. Chesterfield, MO 63005 x $209,904.39 Michels Corporation 1715 16th St. SE Salem, OR 97302 x x x x $180,733.53 Kelly O'Dell Suncoast Environmental NW Missing 1449 S. Reservoir St. #11 Pg. Pumona, CA 91766 1 x x x t7AO� Jim Atchison x $148,256.43 ENGINEER'S ESTIMATE $136,482.99 LEGEND: Forms: Triple Form: Non -Collusion Affidavit, Anti -Trust Claims, Minimum Wage CAG-64-765, Adden #1-11. CITY OF RENTON & SOOS CREEK WATER AND SEWER DISTRICT ADDENDUM TO THE MARCH 27, 1964 CASCADE INTERCEPTOR AGREEMENT SUBJECT: REHABILITATION AND MAINTENANCE OF THE CASCADE INTERCEPTOR THIS ADDENDUM! is entered into this 5th day of January, 2011, by and between SODS CREEK WATER AND SEWER DISTRICT, a Washington municipal corporation, hereinafter referred to as "SODS CREEK", and the CITY OF RENTON, a Washington municipal corporation, hereinafter referred to as "RENTON", both being duly organized and existing under and by virtue of the laws of the State of Washington, W ITN ESSETH: WHEREAS, RENTON and SOOS CREEK (operating as Cascade Sewer District) entered into an agreement March 27, 1964 pertaining to the construction, operation and maintenance of a certain interceptor sewer line, hereinafter referred to as "Cascade Interceptor"; and WHEREAS, Some parts of the Cascade Interceptor are in need of immediate rehabilitation while other parts will potentially need rehabilitation in the near future; and WHEREAS, It is in the best interest of RENTON and SOOS CREEK to rehabilitate those portions of the Cascade Interceptor in immediate need and to perform additional maintenance and inspection on the Cascade Interceptor in order to extend the useful life of those portions not in immediate need of rehabilitation; now, therefore, IT IS HEREBY AGREED by and between the parties hereto as follows: 1. Rehabilitation of Portions of the Cascade Interceptor. RENTON will design, permit, bid and manage a project to rehabilitate the structures and sewer mains between manhole 5321-009 and 5321-015, as shown on "Exhibit A", an approximate distance of twelve hundred lineal feet. Rehabilitation will exclude that portion of the sewer main replaced during the emergency repair in 2010. The total cost of the rehabilitation (including design, construction, etc) is estimated at $200,000. The total cost shall be divided such that RENTON will pay twenty percent (20%) of the cost and SOOS CREEK will pay eighty percent (80%) of the cost. RENTON will invoice SOOS CREEK, at the conclusion of the project, eighty, percent (80%) of the actual costs incurred by RENTON for the construction contract, staff costs for design and construction management. It is understood that RENTON may rehabilitate some sewer mains and / or manholes adjacent to the Cascade Interceptor. If done as part of the same project, the additional work will be identified as a separate schedule in the project and SODS CREEK will not be responsible for participation in this work. 2. Additional Maintenance to Extend the Life of the Cascade Interceptor. Recognizing that hydrogen sulfide (H2S) is a problem within this system and is accelerating the degradation of the Cascade Interceptor, SOOS CREEK will introduce a chemical treatment at their Lift Station #5. The treatment will involve the use of BIOXIDE solution from Siemens. Alternate treatment product(s) may be utilized under agreement of both parties. SOOS CREEK will occasionally access the Cascade Interceptor, utilizing proper maintenance and safety procedures, at RENTON manhole 5321-013, 5321-014, or 5321- 015 to monitor H2S levels in the system to ensure proper dosing is occurring. The estimated cost of chemical for treatment is estimated to be $60,000 (2010 dollars) per year. RENTON will pay twenty-two percent (22%) of the invoiced cost of the chemical as RENTON's share of all costs incurred by SOOS CREEK. SOOS CREEK will invoice RENTON every six months. 3. Monitoring the condition of the Cascade Interceptor. RENTON will perform television inspection of the Cascade Interceptor approximately every two years. SOOS CREEK will pay eighty percent (80%) of the cost of the television inspection including the use of RENTON's television inspection equipment, staff, and any required equipment or methodology for reducing flow in the interceptor to allow proper visual inspection. RENTON will invoice SOOS CREEK at the conclusion of the inspection. 4. Obligations Intact. Nothing herein shall be construed to alter the rights, responsibilities, liabilities, or obligations of either RENTON or SOOS CREEK regarding provisions of sanitary sewer services to their customers pursuant to any agreements previously executed by the parties, except as specifically set forth herein. DATED this lgday of , 20_1L, Authorized by Resolution No. VOV'A of the City Council of the City of Renton, Washington, at its regular meeting held on /y'day of 20 CITY OF E ON Denis Law, Mayor Date ATTEST: Bonnie I. Walton, City Clerk Date APPROOD AS TO LEGAL FORM s, Lawrence J. Warren, City Attorney • 3 � t Approved by Resolution No. 3271-S of the Board of Commissioners of SOOS CREEK WATER AND SEWER DISTRICT of King County, Washington, adopted at its regular meeting held on the 5th day of January, 2011. SODS CREEK WATER AND SEWER DISTRICT � if &q Ron Speer, Dis r' Manger 5321 010 5321 .� 009 O 20• 5321 008 s 5321 4 32 2 5321 20o o1 z ,. 218 6321 011 5321 a - ._....:. 217 5321 321 18 ` 6321 5321 '206 ` fl :._ :,......... 6- �. 203 5 21 321 0ls 017 3 1� 6321 0221 0121 215 2041 �n 2101 s�~One Cff SE O 32 Q5321 .. 532105321 213 532 (s 2D5 ( 211 � o-� 5321 6'5321 53210214 53 , 32 01 4 0 212 532 2� " 721 321 1 1 6321 072 5321 5g21 32 029L 02 026 5 1 0 3 026 P21 21 21 532 8 74 7� C> 53 D 532 S 1r 53 29 53631 321 4 341 52( 2 321 21 t 6p21 61 5 1 65 8 035 125 53 1 532 58 D 2 53 53 1 532 5 0 263 32 0 53 fi 31 0 1 Sri 6 53,71 065 ` 6 078 321 80 S 532 1 1 64 6 53,21 32 60 0521 j t 5321 � 5` 2 s� 3 1 115 5321 I- fi C� 532 9 10 5321 067 114 a 53 21 532 6 632 521 Oe,21 069 0 10 6 17 5 C 6321 1 113 532 O 1 53�1 88 p�jg � 10 00 P 6 L 321 S 11 21 O 53 112 09 5321 82 66 5 821 321 1 3 048 53� 51 21 810 E 9 1 5321 321 5321 050 116 5 1 532 ,32112 532 1 9 120 11 5 4221 J S �h� 5321 % t 117 r 5, 24+ 5321 118 23 Legend PORTION OF INTERCEPTOR . TO BE REHABILITATED PUBLIC WORKS DEPARTMENT City of Le<, .6 00� -- M E M O R A N D U M DATE: July 27, 2011, TO: Mark Barber, Senior Assistant City Attorney FROM: Mike Benoit, Wastewater, x72060" ' SUBJECT: Cascade Interceptor Rehabilitation Project, WWP-27-3588 Potential Bid Irregularity The bid opening for the Cascade Interceptor Rehabilitation Project, WWP-27-3588, was held on July 26, 2011, at 2:30 p.m. Three bids were received. There is a form required as part of the bid entitled, "Proposal and Combined Affidavit and Certificate Form". The form is a two page form. The contractor submitted as part of the bid, only the second page which includes the signature and all information that the contractor needs to complete. The first page contains the standard language for the form and does not require any filling out or execution on the part of the contractor. All other paperwork for the bid appears to be in order. Please review and advise if this constitutes an irregularity in the bid documents. Please contact me, if you have any questions. Attachment cc: Gregg Zimmerman, Public Works Administrator Lys Hornsby, Utility Systems Division Director Dave Christensen, Wastewater Utility Supervisor H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Memo to Legal Ol.doc\MABtp City of Cascade Interceptor Rehabilitation WWP-27-3588 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal & Combined Affidavit & Certificate Form: Noh-Collusion La AntkTrust Claims Minimum Wage Form *Dept. of Labor and Industies Certificate of Registration *Bid Bond Form *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal - Aid FHWA) Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages - Affidavit of Prevailing Wages Paid Special Provisions Maps and Project Information Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 TU �S V0 C, `t S •� T - r�.7 c J � 'T. 1 -- CITY OF RENTON Cascade Interceptor Rehabilitation WWP-27-3588 PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: . The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note:. Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices in figures.) The undersigned certifies and agrees to the following provisions: NON -COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on - behalf of any person not therein named, and further, that the deponent has not directly induced or I. solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND I CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over -charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND r J 10 MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such. work; not less than the prevailing -rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Printed Name Signature Address: Names of Members of Partnership:. OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this day of 20_ Notary Public in and for the State of Washington - Notary (Print) My appointment expires: Project TitleCascade Interceptor Rehabilitation BID DATE:•DATE E Item � No.. _ Description Unit Est. Quantity! •A01' % Mobilization & Demobilization,Schedule'A i_'Lump_Sum 1 .A02 � Traffic Control Schedule A � Lump Sum 1 A03 Pre -Installation -Cleaning and Inspection Linear Foot 929 A04 Install 14 ,Cured In Place -Pipe Linear Foot 135 A05 Install 18" Cured In Place Pipe Linear Foot 794 A06 Post Installation Inspection Linear Foot 929 A07 Sewer ManholeiRehabilitation 0 to 12' deep Each 3 A08 Sewer Man hole;Rehabilitation 13 to 19' deep Each 2 A09 Sewer Manhole. Rehabilitation 20-to 25' deep Each 1 Schedule B B01 Mobilization & Demobilization Schedule B Lump Sum 1 B02 Traffic*Control Schedule,B, . Lump Sum 1 B03 Pre-[ nstallation;Cleaning and Inspection Linear Foot 611 B04 InstalF8'•Cured In Place Pipe Linear Foot 611 B05 Reinstate Side Sewer Laterals Each 14 B06 Post_Installation Inspection, Linear Foot 611 B07 Sewer Manhole, ,Rehabilitation 0 to 12' deep Each 3 B08 „ Sewer Manhole Rehabilitation 13 to19' deep Each 1 Insituform Technologies, Inc. Average Bid Unit Bid Unit Bid Price Amount Price Amount •3,500.00 3,500.00 7,820.00 7,820.00 _ 800.00 800.00 •1?766.67 1,766.67 1.80 1,672.20 3.37 3,127.63 85.00­ 11,475.00 56.67 7,650.00 145.00 '115,130.00 99.67 79,135.33 1.80 1,672.20 1.77 1,641:23 3,165.00 9,495.00 2,968.33 8,905�00 4,000.00 8,000.00 4,302.67 • 8;605i33: 4,750.00 4,750.00 5,456.67 5;456.67 - 156,494.40 $124,107.87 14, 866.97 $11, 790.25 171, 361.37 135, 898.11 3,187.00 3,187.00 2,729.37 2,729.37 1,660.00- 1,660.00 1,936.67 1,936167 1.60 977.60 2.65 1;619.15 24.00 14,664.00 28.67 17,515:33 65.00 910.00 156.33 2,188.67 0.50 305.50 1.27 773.93 3,165.00 9,495.00 2,998.33 8,995.00 4,000.00 4,000.00 4,181.00 :4,181.00 Subtotal $35,199.10 Tax $3,343.92 $38, 543.02 Total $209,904.38 Subtotal $39,939.12 $3,794.22 43,733.33 Total $179,631.45 Project Titl(Cascade Interceptor Rehabilitation BID DATE: DATE E Item P No. Description Unit Est. Quantit A01 Mobilization & Dem"obilization ScheduWA 'Lump Sum, ^" 1 A02 Traffic Control Schedule A Lump Sum 1 A03 Pre -Installation Cleaning and Inspection Linear Foot, 929 A04 Install 14" Cured In Place Pipe Linear Foot 135 A05 Install 18" Cured In Place Pipe Linear Foote 794 A06 Post Installation Inspection Linear Foot 929 A07 Sewer Manhole Rehabilitation 0 to:12' deep Each 3 A08 Sewer Manhole Rehabilitation 13 to 19%deep Each 2 A09 Sewer Manhole Rehabilitation 20 to 25' deep Each 1 Schedule B B01 Mobilization & Demobilization Schedule B Lump Sum 1 B02 Traffic Control Schedule B Lump Sum 1 B03 Pre -Installation -Cleaning and Inspection Linear Foot • 611 B04 Install 8" Cured In Place Pipe Linear Foot 611 B05 Reinstate Side Sewer Laterals Each 14 B06 Post Installation Inspection Linear Foot 611 B07 Sewer Manhole Rehabilitation 0 to 12' deep Each 3 B08 Sewer Manhole Rehabilitation 13 to 19' deep Each 1 Cityof Renton ` Suncooas Environmental}NW ` Michels ;Cor oration Engineers Estimate �.t1�F#y�'IV� a Coro oration Bid nid ` Unit Bid Price -Amount x_�Prlcet �,KArgount Price Amount 8,000.00 8,000.00� ` 'Sr500'00� w�r5d500'00' 14,460.00 14460.00 7,000.00 7,000.00 E .4y -3"900 00j �4 �s 3 900 00 600.00 600.00 3.00 2,787.00 ,•yt��4t`4 30� ryiti ' j"3Y9�94' 70 4.00 3,716.00 50.00 6,750.00 4 aid` 431, 00r w°5 535 00 44.00 5,940.00 70.00 55,580.00 �� 593007nos 1,, � 8°46* 95.00 75,430.00 "1t' 1.00 929.00 'k 2'30z e �' r2 136�70 1.20 1,114.80 1,000.00 3,000 00 4 "y2 980 00 : �1tV8-940'0_0 2,760.00 8,280.00 r -•'mod' •,.. ifh 1,200.00 2,40000 ;378300- # 56t). u0 5,125.00 10,250.00 1,600.00 1,600.00 4"'461001 r.° k r Y4r'460?00 7,160.00 7,160.00 14N Subtotal A 88,046.00r1~ kiR 88'i878y40 126,950.80 di L dyv ycF� k' Tax 9.5% 8,364.37 �r8�443'F4'S. 12,060.33 .s- rl•w' Total A 96,410.37 F ": M � �7 32111P85 139,011.13 'y d 3,300.00 3,300.0000� 1.10 1.10 5,000.00 '5,000.00y13;90000 eVljff 250.00 250.00 3.00 ' 1-,833.004 30 +�., �i�27 30� 2.05 1;252.55 32.00 19,552.00� Jp i28�00k� 'r 1hr167108100 34.00 20,774.00 �l^7)pjLjP At9a r.'�.iiti `.'18Pi'Jr 150.00 2,100.00 II. 1'S�4 268 003�#1,r 1 3 �52/O 136.00 1,904.00 1.00 611.00 t;7y y 7,1, 2 30ir+ Y" 405 30 1.00 611.00 1,000.00 3,000.00 '�rm�p2`980f00�+s'� a*`8 940t�00� 2,850.00 8,550.00 1,200.00 1,200.00;fj.3�1783 001e r;�3�783'00 4,760.00 4,760.00 Subtotal B $36,596.00 Subtotal♦ 41,1$467541'5160 Subtotal $38,102.65 Tax 9.5% $3,476.62 { , i k " +Taz� ° y$.4 418,994 Tax $3,619.75 Total B $40,072.62 ,��rz4r y •' ` J$50!�9�y3y4458 $41,722.40 Total $136,482.99� `,��16ta$,1`48 25643" Total $180,733.53 DeMayoLaw City OfAL Too. City Clerk -Bonnie I. Walton September 27, 2011 Jim Atchison Suncoast Environmental NW 1449 S. Reservoir St., #11 Pumona, CA 91766 RE Cascade Interceptor Rehabilitation; CAG-11-127 To Whom It May Concern: RECEIVED SEP2 3 201*1 CITY OF RENTON ' UTILITY SYSTEMS_ At its regular meeting of September 26, 2011, the Renton City Council accepted your bid for the above -referenced project in the total amount of $148,256.43. Please contact Michael Benoit, Project Manager, for submission of required documents to complete the contract. These may include proof of City and State business licenses, performance bond, and insurance certificates. Sincerely, Jason A. Seth Deputy City Clerk cc: Michael Benoit, Project Manager Linda Weldon, Accounting Assistant Tracy Schuld, Accounting Supervisor 1055 South Grady Way • Renton, Washington 98057 • (425) 430-6510 / Fax (425) 430-6516 • rentonwa.gov fl SunCoast Environmental NW Inc. Page 1 of 1 SUN COAST SunCoast Environmental NW Inc. ff W gogo 800-58 5-91331360-883-1724 Quality I Integrity I Experience SunCoast Environmental, Quality, Integrity and Experience to meet the most complex rehabilitation scenarios. When it comes to Sanitary Sewer we understand that solutions are in many forms! Cementitous, Cured in Place Liners, and Epoxy Coatings all have their functionality. A multitude of products all working together completely compatible; working together. Our experienced staff is on hand to help municipalities of any size population, with a workable trenchless solution! Manhole rehabilitation, house service connection rehabilitation, the quality of our work is in the integrity of our staff and crews. We have installed over 15,000 vertical feet of manhole lining Since 1997 • Rehabilitation • Sewer Rehab is Top hat • Top seal • Cured in place sewer rehab • Manhole Rehab • Manhole Lining • Culvert lining of Rehab QCopyright 2009 SunCoast Environmental NW Inc. All Rights Reserved Northeast Consulting, Inc. (L)Site Design 2009 http://suncoastnw.com/index.html 07/26/2011 PUBLIC WORKS DEPARTMENT City of M E M O R A N D U M DATE: September 21, 2011 TO: Bonnie Walton, City Clerk FROM: Michael Benoit, Wastewater Utility, x7206n`�3 SUBJECT: Bid Award for Cascade Interceptor Rehabilitation The Public Works Department has reviewed the bids submitted for the Cascade Interceptor Rehabilitation project and recommends that the bid be awarded to Suncoast Environmental NW. We are requesting that an agenda bill be prepared for the September 26, 2011, Council Meeting. The bid opening was on Tuesday, July 26, 2011. There were 3 bids received. One bid did not include all of the required submittals but it was the high bid so it did not affect the order. The low bidder is Suncoast Environmental NW, with a bid of $148,256.43. The engineer's estimate was $136,482.99. The City has $125,000 budgeted (426.465498) for the Renton portion of this project. Based upon the Interlocal Agreement (CAG-64-764 Add #1-11), Soos Creek Water and Sewer District is responsible for 80% of Schedule A or approximately $80,000 that will be directly reimbursed to Renton upon completion of the project. The low bid is within the amount budgeted (combined Renton and Soos Creek) of $205,000 for this project. The project will use "no -dig" technology to rehabilitate failing portions of the Cascade Sewer Interceptor. Attachments cc: Gregg Zimmerman, PW Administrator Lys Hornsby, Utility Systems Director Dave Christensen, Wastewater Utility Supervisor H:\File Sys\WWP - WasteWatef\WWP-27-3588 Cascade Interceptor Rehabilitation\Award-Clerk-Cascade Intercptr Rehab.doc\MABtp Denis Law — - Mayor Cl Y Of ,'� �Y G Public Works Department - Gregg Zimmerman P. E., Administrator September 15, 2011 Mr. Jim Atchison SunCoast Environmental NW, Inc. 14413 SE 8th Street Vancouver, WA 98683 RE: CASCADE INTERCEPTOR REHABILITATION PROJECT, WWP-27-3588 CONTRACTOR QUALIFICATIONS Dear Mr. Atchison: As.the apparent low bidder on Renton's Cascade Interceptor Rehabilitation project, the City has been reviewing your bid to determine if SunCoast Environmental NW meets minimum requirements to allow us to award the project to you. The remaining issue to resolve is the "Contractor Qualifications" for the installation of the Ultraliner pipeliner. To continue our review, the City needs to have the following verifiable experience information provided to us to determine if SunCoast meets the minimum requirements set forth in Special Provision Section 7-21.1(3): 1. Documentation that the "contractor" has a minimum of five successfully completed Ultraliner projects totaling a minimum of 50,000 lineal feet. It is our understanding that SunCoast, as a company, has not installed the Ultraliner previously. We would consider SunCoast meeting the minimum requirement under one of the two following conditions: • SunCoast employs a subcontractor who meets the minimum qualifications. • SunCoast directly employs a person or persons who have direct and substantial experience with Ultraliner installation projects meeting the above minimums. Said experience shall mean significant responsibility for the projects including work as project superintendent, active participation in the cleaning and evaluation of the existing sewers, coordination with the supplier to obtain the appropriate liners, and successful installation of the liners. Documentation shall be in the form of the name of the Subcontractor or person - employed by SunCoast with a list of projects that meet the total minimum requirements listed and for each project include the name of the jurisdiction, contact name, contact phone number, name of the project, and dates of the project. 2. Identification of the project superintendent who will "be on the project for the duration of the project and be available at all times during the Ultraliner rehabilitation" and Renton City Hall • 1055 South Grady Way • Renton, Washington 98057 • rentonwa.gov Mr. Atchison Page 2 of 2 September 15, 2011 documentation that they have a minimum of three successfully completed Ultraliner projects totaling a minimum of 25,000 lineal feet. Documentation shall be in the form of the name of the employee with a list of projects that meet the total minimum requirements listed and for each project include the name of the jurisdiction, contact name, contact phone number, name of the project, and dates of the project. Identification of the person or persons on the installation crew who shall "be on the project site at all times" and documentation that they have a minimum of one year experience of installation of the Ultraliner. Documentation shall be in the form of the name of the employee(s) with a list of projects that they have worked on and for each project include the name of the jurisdiction, contact name, contact phone number, name of the project, and dates of the project. 4. Identification of the person or persons on the installation crew who "has the minimum one year experience reinstating laterals" and documentation that they have a minimum of one year experience of reinstating laterals. Documentation shall be in the form of the name of the employee(s) with a list of projects that they have worked on and for each project include the name of the jurisdiction, contact name, contact phone number, name of the project, and dates of the project. The City needs to receive the above requested verifiable experience references within five (5) working days of the date of this letter. If, by 5: PM on the deadline date, the City does not receive the above requested information that shows SunCoast fully meets Special Provision Section 7-21.1(3), SunCoast will be disqualified as non -responsible and non -responsive and the bid rejected under Special Provision 1-02.14(2)c, "The bidder, in the opinion of the Contracting Agency, is not qualified for the work..." and the City will proceed to the next responsive low bidder. If you have any questions, please contact me at (425) 430-7206 or by email at mbenoit.rentonwa.gov. Sincerely, Michael A. Benoit Wastewater Utility cc: Mr. Gary Lienberger Lienberger & Associates 1449 S, Reservoir St. # 1 Pamona, CA 91766 H:\File Sys\WWP - Waste Water\WWP-27-3588 Cascade Interceptor Rehabilitation\SunCoast 02.doc/MABah CITY OF RENTON BID TABULATION SHEET PROJECT: Cascade Interceptor Rehabilitation CAG-11-127 DATE: July 26, 2011 Page 1 of 1 FORMS BID BIDDER Proposal/ L&I Bid Sched. "Includes Sales Tax Triple Form Cert. Bond of Prices Insituform Technologies, Inc. 17988 Edison Ave. Chesterfield, MO 63005 Michels Corporation 171S 16th St. SE Salem, OR 97302 Suncoast Environmental NW PkI 1449 S. Reservoir St. #11 Pumona, CA 91766 ENGINEER'S ESTIMATE LEGEND: Forms: Triple Form: Non -Collusion Affidavit, Anti -Trust Claims, Minimum Wage 1 Denis Law . City Of,, , �Y o Mayor Public Works Department - Gregg Zimmerman, P. E.; Administrator July 27, 2011 Mr. Jim Atchison SunCoast Environmental NW, Inc. 14413 SE 8th Street Vancouver, WA 98683 RE: CASCADE INTERCEPTOR REHABILITATION PROJECT, WWP-27-3588 Dear Mr. Atchison: SunCoast Environmental NW, Inc. is the apparent low bidder on the City of Renton Cascade Interceptor Rehabilitation project. As the City is reviewing the bid and preparing our recommendation for bid award, we are requesting that SunCoast provide the following information: Manhole Rehabilitation: • Manufacturer's name and product name. • Manufacturer's certificate(s) indicating that the supplied lining materials meet the requirements of the Specifications, ASTM standards and a certificate of compliance from an independent third party lab. Manufacturer's using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. • Manufacturer Qualifications: Submit list of a minimum of 10 manhole rehabilitation projects (at least 500 manholes) completed during the past five years. • Applicator Qualifications: Submit certification stating applicator is factory trained and approved by manufacturer in application of specified product. Provide list of recently completed manhole rehabilitation projects, including project name and location, names of owner and engineer, and description of products used, substrates, and application procedures. Renton City Hall • 1055 South Grady Way • Renton, Washington 98057 • rentonwa.gov Mr. Atchison Page 2 of 2 July 27, 2011 Sewer Main Rehabilitation: • Manufacturer's name and product name. Manufacturer's certificate(s) indicating that the supplied lining materials meet the requirements of the Specifications, ASTM standards and a certificate of compliance from an independent third party lab. Manufacturer's using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. • Manufacturer Qualifications: Submit list of references documenting that the manufacturer of the CIPP (proposed) liner shall have a minimum of 200,000 linear feet of CIPP (the proposed liner) successfully installed in accordance with these specifications. Applicator Qualifications: Submit list of references documenting that the CIPP (proposed) lining Contractor shall have a minimum of five (5) successfully completed projects totaling a minimum of 50,000 lineal feet using the proposed rehabilitation technology. In addition, the Contractor's project superintendent shall have a minimum of three (3) successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed rehabilitation technology. The Contractor's identified project superintendent shall be on the project for the duration of the project and shall be available at all times during the rehabilitation. At least one person on the Contractor's installation crew shall have a minimum of one (1) year of installation experience with the proposed liner and shall be on the project site at all times. The Contractor's identified Lateral Cutting Technician shall have a minimum of one (1) year of experience reinstating laterals. If you have any questions, please contact me at (425) 430-7206 or by email at mbenoit.rentonwa.gov. Sincerely, - Michael A. Benoit Wastewater Utility H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\SunCoast Ol.doc\MABtp PUBLIC WORKS DEPARTMENT city of M E M O R A N D U M DATE: July 27, 2011 TO: Mark Barber, Senior Assistant City Attorney FROM: Mike Benoit, Wastewater, x7206 e0 SUBJECT: Cascade Interceptor Rehabilitation Project, WWP-27-3588 Potential Bid Irregularity The bid opening for the Cascade Interceptor Rehabilitation Project, WWP-27-3588, was held on July 26, 2011, at 2:30 p.m. Three bids were received. There is a.form required as part of the bid entitled, "Proposal and Combined Affidavit and Certificate Form". The form is a two page form. The apparent low bidder as part of their bid submitted only the second page, which includes the signature and all information that the contractor needs to complete. The first page contains the standard language for the form and does not require any filling out or execution on the part of the contractor. All other paperwork for the bid appears to be in order. Please review and advise if this constitutes an irregularity in the bid documents. Please contact me, if you have any questions. Attachment cc: Gregg Zimmerman, Public Works Administrator Lys Hornsby, Utility Systems Division Director Dave Christensen, Wastewater Utility Supervisor H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Memo to Legal Ol.doc\MABtp Cascade Interceptor Rehabilitation WWP-27-3588 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal & Combined Affidavit & Certificate Form: Non -Collusion Anti -Trust Claims Minimum Wage Form *Dept. of Labor and Industies Certificate of Registration *Bid Bond Form *Schedule of Prices ❖Bond to the City of Renton •:•Fair Practices Policy Affidavit of Compliance •:•Contract Agreement (Contracts other than Federal - Aid FHWA) Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Special Provisions Maps and Project Information Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 PUBLIC WORKS DEPARTMENT City of 6 00� g�R- 1415 ME M O R A N D U M DATE: July 27, 2011 TO: Mark Barber, Senior Assistant City Attorney FROM: Mike Benoit, Wastewater, x7206 ^' SUBJECT: Cascade Interceptor Rehabilitation Project, WWP-27-3588 Potential Bid Irregularity The bid opening for the Cascade Interceptor Rehabilitation Project, WWP-27-3588, was held on July 26, 2011, at 2:30 p.m. Three bids were received. There is a form required as part of the bid entitled, "Proposal and Combined Affidavit and Certificate Form". The form is a two page form. The apparent low bidder as part of their bid submitted only the second page, which includes the signature and all information that the contractor needs to complete. The first page contains the standard language for the form and does not require any filling out or execution on the part of the contractor. All other paperwork for the bid appears to be in order. Please review and advise if this constitutes an irregularity in the bid documents. Please contact me, if you have any questions. Attachment cc: Gregg Zimmerman, Public Works Administrator Lys Hornsby, Utility Systems Division Director Dave Christensen, Wastewater Utility Supervisor H:\File Sys\WWP - WasteWater\WWP-27-3588 Cascade Interceptor Rehabilitation\Memo to Legal 01.doc\MABtp city of 71 Cascade Interceptor Rehabilitation WWP-27-3588 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal & Combined Affidavit & Certificate Form: Non -Collusion Anti -Trust Claims Minimum Wage Form *Dept. of Labor and Industies Certificate of Registration *Bid Bond Form *Schedule of Prices ❖Bond to the City of Renton •:•Fair Practices Policy Affidavit of Compliance •:•Contract Agreement (Contracts other than Federal - Aid FHWA) Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Special Provisions Maps and Project Information Documents marked as follows must be submitted at the time noted and must be executed by the IContractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ❖ Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 1 1 To,s r°2c, CITY OF RENTON Cascade Interceptor Rehabilitation WWP-27-3588 PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices in figures.) The undersigned certifies and agrees to the following provisions: NON -COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over -charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND Nk -rH 15 P,� 1�XCC�/Tf Q MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Printed Name Signature Address: Names of Members of Partnership: M Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this day of 20_ Notary Public in and for the State of Washington Notary (Print) My appointment expires: 10/20/2011 22:35 FAX 6222678 Z 001 /016 Fax Sheet To, -AQ' Fax # , JCr3o, Pag From Fax Q��{_ o22 20 10/20/2011 22:35 FAX 6222678 002/018 4�'�I k+i'r �:�i�i.' '?� 4' F;iJ•i:'at����„ �j�4 u+ ?.;'" ib�i )r-„� �. � n, : �t. {,:, •��� �'.;sa;;;,,:N;;,.<<;'�;.,,, R.i�;,,,.r. ., - „.: Transmittal Form Company Name_ Scx,, c nt &S t~. �� Jam„ u,l�irs��_ u w . Date: Z I Address Com an : City, State, Zip ac Attention: T Q— �( . Phone Number I L-q_ S k- J From: . Project name: - 3.1-3 gg. Subject: LL,,U � � h I - We are sending you: Attached Via: �Us Mail ❑ Hand Delivery For your. - El Records Use and information Approval Review and comment Use and distribution Signed: WMARKETING d Under separate cover ❑ Express Mail N' FAX ❑ FEDEX ❑ UPS ❑ Other Memo: 4r T `G 0AteCA Submittals -doe 10/20/2011 22:35 FAX G222678 A22�,,3co 5/2-0/i' L I '.4YLt A-i 0 003/016 Columbia Pumping & Construction, Inc. Environmental Services Division 1005 S, Maitland Avenue -- Pasco, WA 99301 (509) 547-4841 (800) 510--1103 Fax (509) 547-7381 September 7, 2011 To: Lien berger & Associates Re: Emall from Gary Lien berger to Frank Long and Terry Vojta dated Sept. 7, 2011 AC n: Gary Lienberger Gary: Below is the Information you requested. 1. Crew member names ' Paul Correa — 6zequiel Manzano Marco Mendoza Mlchael Salancy L-�i L LEocT Jeremy Smith CV Ste; c Lr•x• Terry Vojta V ��•- » OVs -r Vf)Tja 2. Client names — see attached Statement of Qualifications 3. Length of lines installed — see attached Statement of Qualifications 4. Lateral Cuts-i 5. Company Information Columbia Pumping & Construction, Inc. 1006 5 Maitland Ave Pasco, WA 99301 COLUMPC162K1 601-247.586 5. Company chain of command and titles Terry Vojta — President Jordan Vojta — VP/Sec/Tress 7. Ultraliner Copy of Certification — see attached Columbia Pumping & Construction, Inc. environment Service JRYvision Frank Long Project Coordinator e at t �,-'U,zs , 10/20/2011 22:35 FAX 6222678 ©9 @T"2011 10.54 50954773B1 [A 004/016 PAGE 03/12 r ULTRALINEA 1 July 2, 199S To Whom It Llay Concct•rl: Liceiwg, er,ifienri,r This 1r ctr is to cc,7iF• ti a; Columbia purnping Construcr�on, Inc. i; a licensed installer of Ulcralincr PVC AJloyt" Pipcliner. Each oFUltraliner, Inc.'s licensed installers receives tra1ning from Pn Putho;ized of Ulcralin:r, 1n:. to promo;; Competency and mutual con6cIcnec in the ins't,-Utr's ability to mal:c propz,- installation decision;, Sincc,—,: L. Grant «%Wttic. 'ice Pre,idant STATE OF ALBOA-NIA C "�L H 0 UNL COUN T' The undcrsi_plcd notary public in 8nd for said Counc- and Statc h:reby cerifics that L. Grant NN'hirrlc, %,:hosa r.:tme Es Vi:e Pr_;iden: orUl„a!iner, a co,-poratioo, sigJted the fo,ceoin� docurnent, zr,d %,:ho i; 6z,,own to mt. eclmowledpd before on this day that, bring i,fo mc; of the contents oftne d��;umrnt l e, a; an ofti:er and wic, fell zuthono,-, executed same voluntarily for and as tht acc of said corporaicn• Given und:r r-.t� ha'Id this ?`' day. o.`JuA- 1993' n `"A' Uri& E. Obccholttcr, i\•o.- P�lic 1'; Co,. lksia:, ExP;r_s: S-23-99 P.O. Drawer 3630, Ox`ord, 35203 Phor,;� 205.83 1.33 13 Fax 20.5.831.557.5 Statement of Qualifications 9f712D11 Uitra Lining Customers. Ultra Lining Contractor Information Name address Phone Pro ect Na a Contact Cleanin VidAoin ft FOLD & FORM 1s9a Al l Pro Construction 2at8 Rd 44 Pasco WA 99301 509-946-7632 Jack 5847 A0 Box 39 Ceccanti Inc. U98D3 Spanaway WA 986B7 253-537-2990 Dave 387 7741 PO Box 217 City of Gardiner, Or. Gardiner, OR 97441 Larry Kamer 478 3735 City of Afl i non Box 1159 Freewater, OR LaG►ande, OR:97::�]�5413-7096 Cabe 3420.8 City of Stanfield PO Box 369 U9812 SanteitdOR 97875 541-449-3831 Jess Greenough 5747 6000.5 Drake & Dunn 387 3735 Const. Co. U9812 TO Box 1290 urnati9a OR 541-922-9621 Dariene Kendall 400 3750 PO Box 1196 North Bend Fury Construction WA 98445 1425-888-1596 -" 3320 3320 NAkictC C8rT5tRICtIOr1 5524 N. JUFa St sAokene Inc. WA 992t4 509487-1041 CJ 556 555 16gp Panoramic Ridge Const/Dev. Tr State Const. U9806 2400 Stevens Dr. Suite B RicNandwA 99352 509-375-6003 320 1Nth Ave, N.E. vuBellee WA 99M 206-604-0184 Dave Gatterson Doug 4600 Jim Esters 7214 Ken Payne 840 Rich 16316. 1938,2 20895 1999 Apollo, Inc Cenex Harvest States U9819 City of Eugene U9902 PO Box 7805 Kennewick WA 993M 509-586-1104 Po Box 2754 Pasoo WA 99301 509-547-2980 224 Fast Broadway Eugene OR 97401 541-682-5560 #3721 7214 340 840 32632 790 30 16316 15 City of Heppner Po Ci of LaCrosse Lacrosse, PO Box 758 Heppner, OR 97836 541-676-9618 Box 207 WA 99t43 Dave Jim Crowder Cade 790 15 103 CRY Of Mesa U2028 FrankFn St Mesa, WA 09343 5D9-265-4252 592.9 572.9 562.5 2607 Darlene Kendall KenneWck West Deschutes WA 99336 509-783-5594 I IDarlene 562.5 Statement of Qualifications 9/7/2011 Ultra Lining Customers- Ultra Lining Contractor Information 2 ame address Phone Proaect Name Contact Cleanin Videoin ft FOLD 8 FORM erlino CDnst_ rKelch 9125S. 101hAve Seattle U9905 WA 98108.206-762-9125 1300 Construction PO Box 203E Pasoo WA 2600 1300 U9903 2000 99301 509-547-9504 John 3287 3287 3 Rivers Properties PO BOX2333 U2037 Walla Walla WA 99362 509-570-0505 Doug PO BOX 73W 3013.7 Apollo Inc U2035 Kennev&k WA 99336 509586-1104 Jeff 7912.2 79122 PO BOX 7305 . 7912.2 APolto Inc U2024 KennevAck WA 99336 509-586-1104 Jeff PO BOX 7305 1500 1500 Apollo Inc U2M KemeWck WA 99336 -5D9-586-1104 Jeff 350 1631 W, Clearwater Badger Inc U2019 'I KemeWck WA 99336 1509-582-3437 Bob City of Astoria 1095 Duana S1. Astoria OR 97103 503�25-5821 Michael Caocava ' 224 448 224 City of Grand po Box 180 Coulee U2034 City of Kenriewick Grand Coulee WA 99133 509-633-1105 L"o RELINING Rich Heil 554 1108 544 U9909 Po Box 610a Kemewick WA 99336 509-585-4283 Tony 17931.7 265 25000 530 17931.7 265 2 North Ash Street Po City of Omak Box 72 Omak WA 98841 City of The Dalles Michael Becker 75 150 . 313 Court Si. U2041 D&H Construction Danes, OR 97058 541-296-5481 Dale McCabe 1729 3458 1729 U20C31 PO BOX a353 East Columbia Irr_ Yakima WA 96906 509-952-9347 Keene Rd. Douglas various C2034 pO Box E OEhedo WA 99344 509�489-9671 Craig 738,8 Facilities Services- 1295 Frw Min Blvd. 738.8 369.4 U of O U2005 Frontier Farms Eugene OR 97403 541-686-8478 U of 0 Ed Verksit 1900 2500 1382 U2022 502 Cedar Rd„Peaoo WA 9MI 509-265-4498 Mike Eilson various Great Wall Buffet 2400 North Cd, CW Blvd Ksnmwick WA 5D9-735.1316 Herke Rode COnst, Chip Graeber 375 U2040 19320 Ahtanum Rd. vakkm WA 509-966-7625 fKarmit Hazen various Statement of Qualifications Ultra Lining Customers. Ultra Lining Contractor Information 9/712011 3 Name i Mdress77] Phone Pro'ect Name Contact Cleanin Videoin ft FOLD & FORM Rada rJohn 2501 E. Lewis Pasco WA vation 9eao1 509-547�509 1201 Randy Hayden 679.8 2810 W Clearwater suite Engineering Kennewick WA U2004 s9a3s 509-783-2144 Alan Crawford 2170 2170• Port of Morrow PO BOX 200 Boardman U2017 . OR 97818 541-481-7467 , Sill Hunt 700 • 1400 700 Town Of Coulee 300 LincoM Coulee Dam Dam U2030 WA 99116 509 633-0160 Jerald Rea 3900 7800i 3900 Watts Construction 5321 West I U2048 Kennewick WA 99336 509-735-7969 Mark Brain 1459 PO Box 33697 Centennial Fort LBWIS,WA 98433• Yakima Training Contractors U2018 os97 253-912-1910 Center La 3050 3050 3050 Centennial PO Box 33697 Fort Lewis, WA 98433- Contractors U2016 0697 253-912-1910 Fort Lewis La 3050 3050 3050 13256 Northup Way #jo Hartford Contracting Beuewe, lNA 98005 •425.643-8580 Olympic Parks Ron 6510 6510 651 D 2001 PO BOX 7305 A Ilo Inc U2101 Kennewick WA 99336 5D9-506-11 D4 Jeff various PO SOX 9 City of Echo U2016 Echo OR 97B26 541-376-8411 Patrick Munyon various City of Issaquah PO BOX 1307 U2122 Issaquah WA 9aW 425-837-3400 201002 Dave Winters 8662 19046 6712 Jerry Herman Exc. & 620 N. 131h Waua Paving U2026 walla WA 99362 509-525-4208 Jerry 745.7 Wicker Construction PO BOX 449 Verdale, U2115 WA. 99307 509-990-3414 Gordan Wicker 300 20D2 All Pro Constniction 2016 Rd" U2228 Pawo WA 9M1 509-948-7632 Jack 111100 Statement of Qualifications 9/7/2011 Ultra Lining Customers: Ultra Lining Contractor Information 4 me Perry & Address Phone Project Name Contact Cleaning Videoin ft FOLD & FORM tsol N, Ave. 224 Dallas rTh LaGrande OR 97850 509-529-9260 Eric Zitterkopt 3200e 313 Court St 9 Dadlas, OR 970M 541-296-5481 Brewery Grade Scott Morris 267 534itsbur 267 P Po Box 35 Waltsburg, WA. 99361 �509-337-6371 , Gary White 2781 2781 City of Walla Walla 55 East A9owe U2206 WaYa Walla, Wa. 99362 509.527-4363 .Alan Crawford I 513 Columbia Basin PO BOX 382 B156 Construct ion U2226 Pendleton, OR 97801 541-266-2055 Bob Potholes Golf 7037 HWY2B2 E Othello, 18rian 900 Resort U2208 WA. 99344 5D9,346-Mi Rim Rock Cove 31476 Madre Rd. NE 10000 U2204 302 Coulee City. WA. 199115 509-632-5200 =Mike Delp 610 610 610 Scotts Excavation PO BOX 871028 Vancouver, WA. 98687 509-727A107 Calvin Wubben Brothers 721 S. 28 Street Pasoo, 1400 1400 U2235 WA 99301 509.547-4441 Jerry 1000 100D 2003 Anderson Perry & 214 East Birch Assoo. U2301 Walla Walla WA 99362 509-529-926fl An PO BOX 7305 2617.4 Apollo Inc U2303 Kemewick WA 99336 509 586-1104 Jeff 5144 PO Box 7305 10288 5144 ollo Inc U2327 Kennewick UVA 99336 509-586-1104 ]Mark 10000 Bart& Laser PO8ox4 Leveling inc. U2034 Hermiston OR 97838 541-564-9830 Rd 36 & 44 I Jim 300 300 Barton Laser PO sox 4 Leveling Inc. U2312 HermleLon OR 97838 541,64-9830 Rd 44 Bert Lump Sum City of Burlington 900 E. FaWmw Ave. U2333 Budh&n, WA. %M3 360-755-9715 181, Storm Rod 85 170 85 City of Meroer 9911 SE 36th St Mercer island U2305 116I0nd,VVA 98040 . 206-236,3612 Do 837 8371 837 Statement of Qualifications W1712011 Ultra Lining Customers: Ultra Lining Contractor Information 5 Name dress City of Olympia Phone Praeect Name Contact Cieanin Videoing Ift1 - FOLD &FORM PO Box 1967 U2309 i Olympia, wA_ 90507 City of Pilot Rock284 360-753-8740 Jay284 284 Po Box 130 U2334 Pilot Rock, OR 97868 541-443-2811 City Steve Lump Sum Lump Sum of Richland - po Box 190 U2352 Richland, wA 993b2 509-942-7331 City of Waitsbur 9 Po Box 3s Jackie 237.2 237.2, 237.2 U2349 Waitsbu►g, WA 99361 509-337-0371 Dan & Jake 559.2 559.2 City of West 3801 W. VanGiesen 559.2 West Richland, WA. Richland U2341 99353 509-531-0234 City of Yakima Dan 150 2301 Fru?lvele Bhrd. U2361 Yakima WA 98901 509-575-6196 Alvioe 320 640 320 CSS Excavating, Inc po Box 297 U2314 Post Falls, la 83654 509-765-0238 Rd 68 Calvin � Lump sum CYS Excavating, Inc Po Box 297 (Post < U2319 Falls, ID 83854 509-765-0238 Rd 68 Lump sum Lump Sum CJ'S Excavating, Inc Pp Box 297 U2326 I Post Falls, la 83654 11925 509-765-0238 Rd 68 Lump Sum Lump Sum W. Hampton RD. Dig-4U, Inc. U2345 otheim, wA. 99344 509-488-9903 Ron Franklin County 4320 RD 111 Pasco, WA 1000 2Duu Irrigation U2335 993mi 509-727-0168 John 1000 1231 N. Dayton RD Gerald Li ps U2356 Ebpia. wA 509-266-4341 Gerald Inlyne - The Dalles st `tAb 435 t! rudder street Abbotsford, BC U2354 VZT 683 604-504-0014 Ken Neches Seiah Irr. 620 Guinan RD. Selah, 2098 . Dist. U2358 WA. 5OM97-4177 Roy 2000 Oregon Dept of Fish 3406 Cherry Ave. N.E. & Wildlife U2357 satem,oR. 97303 503-947-6217 John 200 Pegram PO BOX 41 a Ot} A6 Construction U2338 I wA. 99344-0418 509-488-2246 1 Dou r 1200 2400; Statement of Qualifications 917/2011 Ultra Lining Customers: Ultra Lining Contractor Information Name Address Phone Pro'ect Name Contact CleaningYldeoing (ft1 FOLD 8 FO Port of Sunnyside pp gpX 329 Sunnyside, < U2310 WA.9894a 509-839-3187 Robert Ferrell 1040 1040 1040 Rod Anderson 45 SE 3rd St. Const, U2347 1 Pendleton,Or. 97801 541-276-4104 Rod 800. 321 W. State Aberdeen, Rognlin's Inc U234B wA. 98520 360-532-5220 Jim 180 360 180 Roy L. Houck 4444 22nd Ave NE _ U2339 Salem, OR. 97303 503463-7177 Roy 1052 2104 1052 Roy L. Houck 4444 Z2nd Ave NE U2341 Salem, OR. 97303 503463-7177 Roy 41 82 41 Santos �Ieos7 N. Rd64Pasco, WA U232101 509-544-9504 Santos 850 ! Scotts Excavating PO Box 871028 Inc. Vancouver, WA. 9%87 509-727A107 Calvin 2300` 2300 ScottsExcavating PO BOX 871028 Inc. U2338 Vancouver, WA. 98587 509-727-4107 ` Calvin 6000 6000 Skone and Connors po Box 276 Produce U2320 Warden,Wa. 98951 509-349-2391 Lump Sum THG Construction 114 wellsian way Co .U2316 Richland, WA. 99M2 509453-4833 Lawrence 215 437 201 Wubben Brothers 72118. 28 street Masco, U2336 WA. 99301 509-547-4441 Jerry 3300 Wubben Brothers 721 S. 28 Street Pasco, U2353 wA, 99301 509-5474441 ,ferry 2000 4000 Wubben Brothers 721 S. 28 Street Pasco, t U2362 WA- 99301 509-547-4441 Jerry i 347.2 2004 Johnson Rock 62157 HWY 101 Products U2418 Coos Bay, OR 97420 541-269-2000 IqP 3408 3408 2924 1901 N. FirAnderson Perry & La Graandee, , OR 9785t1- Associates U2433 m8 541-963-8309 Troy 22077 22077 Municipal Service 407 E. 371h s7 Co. Inc, U2464 Bolsa, ID 83114 205-562-8128 Janiell Lee Statement of Qualifications W7l2011 Ultra Lining Customers: Ultra Lining Contractor Information Name Address Phone Proiiect Name Contact Cleantn I Videoi ft FOLD & FORM THG Construction 1969E. NevpoA Avenue Co.U2468' HeFmislm, OR 97838 541-567-5141 Denny 9208 9208 H-K Contractors, PO Box51450 Idaho _ ^ Inc. U2476 Falls, ID 83405 208-523-6600 ; Kent 173 173 173 2005 t Wilder Construction 1525 E Marfne Vrrew Drive Kelley or Ray Company U2535 Everett, WA 98201 425-551-3100 Peterson 427 427 427 Town of Coulee 300 Lincoln Ave , Dam U2539 CoLAee Dam, WA 99116 509-633-0320 Parry Peacock 1675 1875 1875 City of West. 3801 W. VanGaesen West Richland, M. Richland U2555 99353 509-967-7128 Heath 26001 2600 2600 City of Grand Ro Box 1eo Coulee U2580 Grand Coulee WA 99133 ' 509.633-1550 Dennis 160 1601 160 2006 1 Oregon Excavating Ic25conger, SpW7 U2621 Eugene, OR 97402 1021 102 102 Clean and line , Storm Drains at Phillips Services 625 South 32nd Street GE Energy Various lengths of 4", U2635 Washougal, WA 98671 503-702-6548 Center 6" and 8" 2007 Acme Concrete - U2739 Clean 900' of 4124 E Broadway ;trench at Spokane, WA 99M 509-939-9588 Clean Pasco Airport All Pro Construction 4514 W 9tn Ave U2702 KenrwMrk, WA 99336 544-0696 Clean Manholes Einar manholes All Pro Construction 4514 W 9M Ave 3009 of new 3000' of new U2712 Kennewtck, WA 99336 544-0696 Clean & Video Einar sewer line Isewer line 4514 W ft Ave Vactor 2 storm vactor 2 storm All Pro - U2721 Ke'wMck WA 99336 544-06% drain Einar drains Statement of Qualifications Ultra Lining Customers: Ultra Lining Contractor Information 9/712011 Name Add,essI Phone Pro act Name Contact Cleanin Videoin ft FOLD & FORM AMEC - Portland - 7375 gw Durham Road U2729 Porlfand, oR 97224 50c) nn ,Subcontr 88479 Kasey Hersey 132' of 18"1iner 132' of 18" liner Anderson -Perry - 21 hrs of videoing U2738 PO Box 1107 La lines in Dayton, Grande, OR 978504938 541-%3-8309 CherrySt Video Troy Baker IWA Anderson -Perry - PO Box 1107 La — U2740 Grande, OR 97850-Me 541-963-8309 Cherry St Video Troy Baker Vdeo lines City of Benton City - Po Box 70 U2725 Benton city, WA 99320 366-6801 Video inspect Ron 20tY outfail pipe City of Echo - PO Box 9 Clean one wet U2749 Echo, OR 97M 541-376-8411 Vactor & Clean Amle well City of Electric City - Po Box 130 Line with Video 1500' of U2714 Electric city, WA 99123 509-633-1510 Ultraliner Ken Dexter sewer line City of Electric City - Po sox 130 Line with 259.4' of 8", 272.5' of 10", 259.4' of 8", 272.5' of U2727 Elednc city, WA 99123 509-633-1510 Ultraliner Ken Dexter 1239.9 of 10" 10", 239.6' of 10" City of Grand PO SOX 180 410' of 10', 130' 410' of 10', ,130' of Coulee - U2736 . Grand Coulee WA 99133 509-633-1550 Ultraliner Project Dennis Francis of 6, 61, Conner Construction - 4822 W Union sewer line @ sewer line U2710 Kennewick, WA 99338 509-735-2482 Clean &Video •Steve Connor Thermo King Thermo King East Columbia Irrigation Dist - Po Box E Video 30" U2721 Othello, WA 99344 509-488-9671 Video inspect . Craig Simpson imgation line East Columbia krigation Dist - Po Box E Video various ' U2750 Othello, WA 99344 509488-9671 Video inspect Craig Simpson irrigation lines 2006 Sanitary Sewer EC (City of 505 swift Blvd Richland) - U2701 Richland, WA Trenchless 2867.75' of V 2867.75' of 6" 2370' 99352 509-943-7390 Rehabilitation Sarah or Dan 2370' of 8" of 8" Fowler Construction 1820 Terminal Drive One - U2718 Mchland, WA 99352 509-943-2643 Hanford Site telephone Chad Wheeler hole Statement of Qualifications 9/7/2011 Ultra reining Customers; Ultra Lining Contractor Information Name ,: A>idres's Phone I Project Name ConWO' Cleanin Videoina (ft1 FOLD & FORM I Pegram Po BOX418 120 LF 16" water Construction U2734 othdo; WA 9934"415 509-248-4426 Video at Quicy Doug Pegram fine Po Box 290 900' of 12" Rotschy - U2722 YaoM, WA 98675 360-686-31072 Shane Korpela , storm line i Video 1000' new sewer PO Box2W line at Ochoa Rotsch - U2741 Yacoll, WA 98675- 360-686-3072 Shane Korpela School Idaho Transportation Valley Paving & Pp Box 30B Dept - ST3260 Clean 200' Video 200' 18" Asphalt - U2716 Cottonwood, ID 83522 208-962-3314 (12) 18" Line Line Place 200' 18" Liner Hydraulically Yakima Training Ctr Building eta clean various U2751 Yakima,.WA 98901 j509-833-8050 Iculverls 2008 City of Benton City - PO Box 70 Video various U2801 Benton City, wA 99320 366-6801 ,lion lines - mostly 8" Video inspect City of Benton City - Po Box 70 400' of active U2820 Benton C4, WA 99320 509-366-6419 . Ron sewer line Street Department I City of Burlington - 951. Section Street Budinglon, WA 98233- U2745 19114 ,360-757-4214 Jerry Windsor 89 of 12" PVC Liner 236' of 8" PVC Iirter; 107' of 6" PVC liner; 316 of 10" PC liner; 4 reinstatement of side services; heavy City of Grand PO Box 180 1 2008 Sewer Video, all lines cleaning and root Coulee - U2821 11 'Grand Coulee WA 99133 509-633-1550 Relining Dave Francis when complete removal C-More - (01130T) 9350 Riciffeall Rd U2752 Rlckreell, OR 97371 503-623-1319 IODOT Rick Stroud 516 of 8" PVC liner Simplot at C-More - (Prineville) 935D Rldveal Rd Independence, U2743 ; Rlcinal, OR 97371 503-623-1319 OR Rick Stroud 22{7 of 32" 1irTer Ultra Lining Customers: Statement of Qualifications Ultra Lining Contractor Information Name _ Address f Phone Project Name S&C Ranching - Pp Box 33s U2913 Warden, WA 98857 509-349-2391 2010 - - — - City of Benton City - Po Box 70 U3010 _ Benton City, WA 99320 509-366-6419 City of Benton City - PO Box 70 U3018 Menton City. WA 99320 509_366-6419 _ City of Grand Po Box 180 Sewer Coulee _U2921 GrandCoWeaWA99133 509-633-1550120D9 Rehabilitation )1024 Cleveland Ave Po Box 809 2010 Sanitary City of Mount Mount Vemon, WA Sewer Lining Vernon - A3010 98273 360-336-6204 Pro 10-3 Contact !Hydraulically ; clean beneath air floors on 4 onion storage Steve Conner bldgs W12011 11 (Video one sewer Ron line 302' of U' Ultraliner; 1552' of 10" Video inspect Ultraliner; 15 internal various sewer reinstatement of side Ron (lines services 145'of6"PVC 'Iiner,209' of 8" PVC liner, heavy cleaning, root removal; one 8' long 8" point repair; Video when one B' long 6" point Dennis Francis complete repair _ Install 489.7' of 6", 4079.2' of 8' ; 92.8" of 10', 436' of 12"; Four 18" point repairs, 1 One B" point repair, remove 32 obstructions; 61 service iine reconnections and Video when grouting; 18 bypass Al Steele 'complete sewer Statement of Qualifications Ultra Lining Customers: Ultra Lining Contractor Information 9/7/2011 12 Name Address Phone Jill Protect Narne Contact Cleaning Videoi ft FOLD &FORM City of Waitsburg - .Poaox35 2010 Sewer U3015 630' of 10" Ultraliner PVC, 1209 of fi" 'Ultraliner PVC; root waia,r9,wA. ssasl 509�29-9260 Rehabilitation Dan Kastel removal; laterals City of McMinnville - SE C-More -Port Po BOX 69 10th and SE Clean sewer Orchard - U3041 MckTeall, OR 97371 503-623-1319 lEdwards Mike lines 302' of 8" Ultraliner; 1552' of 10" C-More -Port 'Ultraliner, 15 internal Orchard - U3041 Po Box s9 Rickreall, OR 97371 503-623-1319 Mike reinstatement of side services i Contractors Vector service Equipment - U3017 2312 S Ely at customers Kennewick, WA 99337 509-5214261 Hanford Site Dennis Gegg design Kennewick Irrigation ` Video inspect 12 W KennewiakAve District - U3020 39' irrigation Kennewick, WA 9933x 509-586-9111 lines National Park Glean approx Video inspect Service - U3011 1008 Crest Die Coulee Dam, VVA 99116 509-633-9441 600 LF sewer approx 600 LF of Wayne Owens line sewer line Video inspect National Park Glean approx Service - U3013 1008 Crest Drive Coulee Dam, UUA 99116 509-633-9441 Wayne Owens `line 1000 ft sewer approx 1000 LF of sewer line National Park Service - U3016 1008 Crest Drive PO Video when 210' of 4" Ultraliner Coulee Dam, WA 9911s 50"33-9441 #P9260100045 Wayne Owens corn late PVC Hydraulically S & C Ranching - PO Box 339 clean 3 potato Clean 3 U3021 warden, WA 98857 509-349-2391 sheds Steve Conners_potato sheds 3117' of 6' , 528' of Town of Coulee 300 Lincoln Ave 20D9 Sewer . Video when tap; 8"; one protruding 70 sewer Dam - U2918 Coulas Dam, WA 99118 1.5OM33-0320 Rehabilitation jBarry Peacock I loomplete reinstatements LA h Statement of Qualifications Ultra Lining Customers: Ultra Lining Contractor information 917/2011 13 Name &i4cs Phone Project Name Contact q[qAqLng Videoina tft) FOLD & FORM Bureau of Reciamabon i ,EPH 2810 Video inspect one US Dept of the Po Box 815 15" concrete Interior - U3022 Ephrata, WA 9SM-0815 509-488-9671 - — Craig Simpson irrigation line - 1432' 0f-24"; 15 - 2011 service line reconnections;remov 2011 Folded 'e 4 Po Box 809 PVC Sanitary obstructions; repair 1 City of Mount Mount Vemw, WA Sewer Lining broken lateral; 6 Vernon - U3116 f98273 36D-336-6204 Project No. 11-2 Al Steele _ bypass sewer Cut-off and brush 3 Hal me Construction 38103 Hahne Dr E + protruding taps; U3050 _ Davenporl, WA 99122 509-725 4000 — Jason Halme - f clean and video - Sewer Line �,., «k_2 ptcec Rehabilitation lido 1488' of 12"; 4 Port of Sunnyside - Po Box 329 i Using Ultrahner y (Sc s3S-��7b internal U3119 Sunnyside,VVA 98944 509-839-3187 PVC Alloy Liner Dame Hester T reinstatements I T 2r2 y V G t e: J— "-- � rz — i - -- -� ��.� -rv2 C�•� 22r_�''� �P2u TCc j —4-5 -- — — I i Michael A Benoit From: Gary Lienberger [glienberger@earthlink.net] Sent: Monday, August 22, 2011 11:48 AM To: Michael A Benoit Subject: Re: Work plan @ site Importance: High I will provide you this information from crew we are putting together We will have a combined crew that has installed 100,000 linear feet in Oregon and Washington I need two copies of full plans and specifications sent to Suncoast Environmental N.W. 14413 S.E. 8th Street Vancouver, WA 98683 Attention: Jim Gary Lienberger Lienberger & Associates cell: 818.519.9060 fax: 909.622.2678 glienberger@earthlink.net From: Michael A Benoit Sent: Monday, August 22, 2011 11:13 AM To: 'Gary Lienberger' Subject: RE: Work plan @ site Mr. Lienberger, Your submittal is still not providing the clarity we are seeking. It would appear, based upon this submittal, that Ray Stover is being presented as "the contractor" as related to the requirement that the contractor have a minimum of five successfully completed Ultraliner projects totaling a minimum of 50,000"lineal feet. Please provide a list of successful projects that Mr. Stover has had significant responsibility for the installation of the Ultraliner that we can perform reference checks on. The list should meet the total minimum requirements listed and for each project include the name of the jurisdiction, contact name, contact phone number, name of the project, and dates of the project. If Mr. Stover will also be considered the project superintendent and "be on the project for the duration of the project and be available at all times during the Ultraliner rehabilitation", this list will suffice. If Mr. Stover will not be considered the project superintendent, please identify that person and provide a list of successful projects that person has had responsibility for with a minimum of three projects and 25,000 lineal feet. The list should meet the total minimum requirements listed and for each project include the name of the jurisdiction, contact name, contact phone number, name of the project, and dates of the project. Please identify the member(s) of the installation crew that have a minimum of one year experience of installation of the Ultraliner who "shall be on the project site at all times" during the pipe rehabilitation portion of the project. If other than Mr. Stover or the project superintendent, please provide a list of projects that person has worked on as an installer. The list should meet the total minimum requirements listed and for each project include the name of the jurisdiction, contact name, contact phone number, name of the project, and dates of the project. It would appear that Marty Lienberger is identified as the Lateral Cutting Technician. Please provide a list of projects showing he has the minimum one year experience reinstating laterals. The list should meet the total minimum requirements listed and for each project include the name of the jurisdiction, contact name, contact phone number, name of the project, and dates of the project. If you have any questions, please let me know. Thank you. Project Manager Wastewater Utility City of Renton (425) 430-7206 From: Gary Lienberger[mailto:glienberger@earthlink.net] Sent: Wednesday, August 10, 2011 7:38 AM To: Michael A Benoit Cc: Jim Atchison Subject: Re: Work plan @ site Importance: High Ray Stover- an employee of Ultraliner since 2002 Ray will be on site as the trainer of the Suncoast crew Ray has at least put 700,000 linear feet of PVC Alloy pipeliner in place Ray will train and operate himself the boiler and the installation equipment Ray is confined space trained Marty Lienberger- an employee of Lienberger & Associates who will be put on the payroll of Suncoast during this project for project manager and overseer of the field operations. Marty experience is with cleaning, lateral cutting, by pass The placement and the supply of equipment and the person for the City of Renton to have as one single contact on the project Confined space certified, certified with railroad projects throughout the US and Canada 18 years in the trenchless business Gary Lienberger-will be on site as the Ultraliner rep for support of the crew training support with Ray for the paper work and documentation required for report steam, and daily reports, payroll, etc. The administration of the daily paper functions of the project. Confined space trained, first aid trained, certified with railroads throughout the US and Canada 26 years experience in the trenchless business Worked 6 years as a direct employee of Ultraliner throughout the US Canada and Mexico Site inspector for many engineering firms and cities The manhole crew listing is for Suncoast experience crew that has been used on the jobs that we supplied references too. All Suncoast people are confined space trained Many 1,000's of feet of Ultraliner has been previously installed in your state by Columbia Pumping from Richland WA near the tri-cities. We have 100% confidence that with our experience and class A equipment and a superior product we will perform in a timely manner and the City of Renton will be completely satisfied with the end results for years to come. Gary Lienberger Lienberger & Associates cell: 818.519.9060 fax: 909.622.2678 glienberger@earthlink.net { Co?lal ct Us Page 1 of 2 Lienberger & Associates Consultants, Estimators, E Rail Certified Contractor, CSLB # 913181, Confined Space Trained, DUNS 832998723, C.A.G.E. # 5U9J1, Sanitary Sewer Contractors Home Page Our Services Contact Us Staff Bios Contact Us http://www.lienbergerandassociates.com/Contact_Us.html 08/08/2011 ` CoIIt ct Us Page 2 of 2 Info(a)Lienbercierandassociates.com Looking for a way to market your product, grow your business or be a more sucessful bidder when it comes to public works Gary's Cell: 818-519-9060 projects? Give us a call or send us an email, we will be happy to supply you and your company with a quote based upon your GLienberoer(a)earthlink.net need. Jamie's Cell: 386-846-9719 With the dawning of a new year and a new decade, we'd like to welcome to the Staff, Mandi Malena, Mandi is just getting her feet sau;Dhtale(@.vahoo.com wet in the water/wastewater industry. She's already attended a WEFTEC, recently in Orlando, FL. Mandi can be reached at Mandi@Lienbergerandassociates.com Copyright 2007-2011. Lienberger and Associates. All rights reserved. Go Daddy http://wwwAienbergerandassociates.com/Contact_Us.html 08/08/2011 Page 1 Page 1 of 1 Lienberger & Associates Consultants, Estimators, E Rail Certified Contractor, CSLB # 913181, Confined Space Trained, DUNS 832998723, C.A.G.E. # 5U9J1, Sanitary Sewer Contractors Home Page Our Services Contact Us Staff Bios About Us With over 30 years combined experience, Lienberger & Associates, has been serving our clients around the globe for 7 years. Lienberger and Associates is a multifaceted company with knowledgeable staff dedicated to helping our clients succeed. Lienberger and Associates is a WBE that is registered with CCR and has attained it DUNS #. From private projects on a small scale to municipal projects designed to service many, Lienberger and Associates has the knowledge and know how to complete any project! Give us a call today! We are highly skilled, dedicated and passionate about what we do and what we do for our clients. WE have helped our clients receive funding from their banks and creditors, we have helped non client municipalities receive funding for everything from a firetruck to a baseball field - including brand new sanitary sewer infrastructure. No job is too small or too large! Copyright 2007-2011. Lienberger and Associates. All rights reserved. Go Daddy http://www.lienbergerandassociates.com/ 08/08/2011 Ou'r Services Page 1 of 2 hienberger & Associates Consultants, Estimators, E Rail Certified Contractor, CSLB # 913181, Confined Space Trained, DUNS 832998723, C.A.G.E. # 5U9J1, Sanitary Sewer Contractors Home Page Our Services Contact Us Staff Bios Our Services http://www.lienbergerandassociates.com/Our—Services.html 08/08/2011 Odr Services Page 2 of 2 Gary Lienberger, Vice President Consultant, Estimator, ERail Certified, Specification writing, Job walks, pre bid meetings, Product Approval process, CSLB # 913181 speaker/presenter at Trade Shows, CCRs Mobile Notary and Signing Agent, Member NNA since 1993, Wills, Trusts and Estate Planning Cathy Lienberger, President Day to day operations, job searching, office support, involved in submittal process Jamie L. Quick, Senior Partner Consultant, Project Manager, Specification writing,Job walks, pre bid meetings, pre construction meetings, Submittals, Product Approval/Acceptance process, CSLB # 913181, Webinars, ERail Certified, CCRs speaker/presenter at Trade Shows, Mobile Notary, member NNA since 2006, Copyright 2007-2011. Lienberger and Associates. All rights reserved. Go Daddy http://www.lienbergerandassociates.com/Our_Services.html 08/08/2011 Michael A Benoit From: Gary Lienberger [giienberger@earthlink.net] Sent: Wednesday, August 10, 2011 7:39 AM To: Michael A Benoit Cc: Jim Atchison Subject: Re: Work plan @ site Importance: High Ray Stover- an employee of Ultraliner since 2002 Ray will be on site as the trainer of the Suncoast crew Ray has at least put 700,000 linear feet of PVC Alloy pipeliner in place Ray will train and operate himself the boiler and the installation equipment Ray is confined space trained Marty Lienberger- an employee of Lienberger & Associates who will be put on the payroll of Suncoast during this project for project manager and overseer of the field operations. Marty experience is with cleaning, lateral cutting, by pass The placement and the supply of equipment and the person for the City of Renton to have as one single contact on the project Confined space certified, certified with railroad projects throughout the US and Canada 18 years in the trenchless business Gary Lienberger-will be on site as the Ultraliner rep for support of the crew training support with Ray for the paper work and documentation required for report steam, and daily reports, payroll, etc. The administration of the daily paper functions of the project. Confined space trained, first aid trained, certified with railroads throughout the US and Canada 26 years experience in the trenchless business Worked 6 years as a direct employee of Ultraliner throughout the US Canada and Mexico Site inspector for many engineering firms and cities The manhole crew listing is for Suncoast experience crew that has been used on the jobs that we supplied references too. All Suncoast people are confined space trained Many 1,000's of feet of Ultraliner has been previously installed in your state by Columbia Pumping from Richland WA near the tri-cities. We have 100% confidence that with our experience and class A equipment and a superior product we will perform in a timely manner and the City of Renton will be completely satisfied with the end results for years to come. Gary Lienberger Lienberger & Associates cell: 818.519.9060 ' fax: 909.622.2678 glienberger@earthlink.net From: Michael A Benoit Sent: Tuesday, August 09, 2011 3:56 PM To: mailto:GLienberger(&earthlink. net Subject: City Of Renton - Cascade Interceptor rehabilitation Gary, Dropping you this email following our phone conversation so you have my email address if you want to send the requested information electronically. P✓1irI�r el A. T,Ev�,0%t Project Manager Wastewater Utility City of Renton (425) 430-7206 4 162J ,Du C-r- Tv o .t} A4 4 T Y T"+ , la f- ,f cu 2's '.1y© s Page 1 of 2 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Document Received Date: Intent ID: Affidavit ID: Status: Approved On 5/5/2011 454385 5/10/2011 Company Details Company Name: Address: Contractor Registration No. WA UBI Number Phone Number Industrial Insurance Account ID Email Address Filed By Prime Contractor Company Name Contractor Registration No. WA UBI Number Phone Number Project Information Awarding Agency Awarding Agency Contact Awarding Agency Contact Phone Number Contract Number Project Name Contract Amount Bid due date Award Date COLUMBIA PUMPING Et CONST INC 1005 S MAITLAND ST PASCO, WA, 99301 COLUMPC162K1 601247586 509-547-4841 464,320-01 cbarton@charterinternet.com Barton, Charlotte COLUMBIA PUMPING Et CONST INC COLUMPC162K1 601247586 509-547-4841 MOUNT VERNON, CITY OF PO BOX 809 MOUNT VERNON, WA - 98273 Alllen Steele Iq, 360-336-6204 0r1AU � )k 11/2/2011 2011 Folded PVC Sanitary Sewer Lining Project $249,942.00 4/11/2011 4/13/2011 https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 08/11/2011 Page 2 of 2 Project Site Address or Directions Payment Details Check Number: Transaction Id: Intent Details Expected project start date: (MM-DD-YYYY) In what county (or counties) will the work be performed? In what city (or nearest city) will the work be performed? What is the estimated contract amount? OR is this a time and materials estimate? Will this project utilize American Recovery and Reinvestment Act (ARRA) funds? Specifically, will this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Does your company intend to hire ANY subcontractors? Does your company intend to hire subcontractors to perform ALL work? Will your company have employees perform work on this project? Do you intend to use any apprentices? (Apprentices are considered employees.) How many owner/operators performing work on the project own 30% or more of the company? Journey Level Wages Line approx 1430 LF of 24" diameter sanitary sewer pipe 103122918 7/12/2011 Skagit Mount Vernon $249,942.00 No No Yes No Yes No 1 County Trade Occupation Wage Fringe # Workers Skagit Laborers - Underground Sewer Et General Laborer Et Topman $40.03 $0.00 5 Water Public Notes o Show/Hide Existing Notes No note exists https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 08/11 /2011 Page 1 of 2 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Affidavit of Wages Paid Document 1 /11 /2011 Intent 295933 Affidavit 307195 Affidavit Approved on Received Date Id Id Status 1 /11 /2011 Your Company Information Name Address WA UBI no. Contractor Registration no. Industrial Insurance Account Id Email Address Filed By Project Information Awarding agency: Awarding agency contact: Awarding agency contact phone number: Project Details Project name County where work was performed City where work was performed Job site address/directions: Prime contractor name Prime contractor registration no. Contract no. Prime contractor Phone Number Prime contractor Intent form Id# for this project Dollar amount of your contract: Bid due date COLUMBIA PUMPING >t CONST INC 1005 S MAITLAND ST PASCO,WA,99301 601247586 COLUMPC1621<1 464,320-01 cbarton@charterinternet.com Charlotte Barton MOUNT VERNON, CITY OF PO BOX 809 MOUNT VERNON, WA 98273 Alan Steele 360-336-6204 2010 Sanitary Sewer Lining Project 10-3 Skagit Mount Vernon various locations within City COLUMBIA PUMPING Et CONST INC COLUMPC162K1 10-3 509-547-4841 $ 170,820.75 5/27/2010 https://fortress.wa.gov/lni/wagelookup/AffidavitDetaits.aspx . 08/11/2011 Page 2 of 2 Contract award date Intent filed date Job start date:MM-DD-YYYY Date work completed:MM-DD-YYYY Project Completion Did your subcontractors perform all work on this project? 6/9/2010 6/23/2010 7/26/2010 10/26/2010 No Did your company hire any subcontractors? Yes Did your company have employees perform Yes work on this project? Did this project utilize American Recovery No and Reinvestment Act (ARRA) funds? Specifically, did this project utilize any No weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Company Owner Information How many owner/operators performed 1 work on the project that own 30% or more of the company? No company owner added. Affidavit Subcontractor(s) Company Name UBI License# C-MORE PIPE SERVICES CO 601854387 CMOREPS023CZ Journeylevel Wages # # County Trade Occupation Wages Fringes I Workers Hours Skagit LABORERS- GENERAL LABORER 40.0300 0.0000 5 1092.50 UNDERGROUND 8:TOPMAN SEWER a WATER Apprentice Wages Public Notes Show/Hide Existing Notes No note exists https://fortress.wa.gov/lni/wagelookup/AffidavitDetalls.aspx 08/11 /2011 ................... ................... ............... ............. ......................... ................... ............ ......... ................... ...................... .......... ......... ....... ................... ................ .... .... .... ................... .......................... . ..... .... . . ... .. . ....... a - ----------- .... . ............................. . . .. . ................................... ................ . .. . ................ ................... ................... ....................................... .................. . . . . . . . . . . . IC �j ................... ................... rd 4f G .... .. . .. ................... ................... ................... .............. ................... . . . . . . . . . . . . . . . . . . . ............................. ................... ................ ..................................................................... C .......... A- L ................... ................... ................... ................... ................... ............... ... . . . . . . . . . . j Cr ................... .............. ................... ................... ........................ . . . . . . . . . . . . . ....................................... ....................................... ....................................... ....................................... ......... ......... ...................................... ............... .... .................... ................... ........................ .............. ................... .............. ............... .... ... ............... ........... ....................................... ....................................... ....................................... ............................. ......... ................... j�e ................... .............. .............. ................... ................... .................... .... .............. ................... ................... . . . . . . . . . . . . . . . . .................. ................... .............. ................... .............. ....................................... ....................................... ....................................... ....................................... ......... ............................. ................... ................... ................... ................... ................ ................... ................... ................... ................... .... .... .............. ............... .......... ................... ................... .............. ....................................... ....................................... ....................................... .............. . . .. . . .......... ......... ......... ......... ......... ............................. ................ ................... ................... ................... .............. ................... ................... ................... ................... .............. ................... ................... .............. ................... .............. . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 1 of 2 State of Washington Department of Labor & Industries Prevailing Wage Section -Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Affidavit of Wages Paid Document 12/22/2008 Intent Affidavit 202647 Affidavit Approved on Received Date Id Id Status 12/22/2008 Your Company Information Name Address WA UBI no. Contractor Registration no. Industrial Insurance Account Id Email Address Filed By Project Information Awarding agency: Awarding agency contact: Awarding agency contact phone number: Project Details Project name County where work was performed City where work was performed Job site address/directions: Prime contractor name Prime contractor registration no. Contract no. Prime contractor Phone Number Prime contractor Intent form Id# for this project Dollar amount of your contract: COLUMBIA PUMPING Et CONST INC 1005 S MAITLAND ST PASCO, WA, 99301 601247586 COLUMPC162K1 464,320-01 cbarton@charterinternet.com Charlotte Barton MERCER ISLAND, CITY OF 9611 SE 36TH STREET MERCER ISLAND, WA 98040 Terry Smith 206-236-3612 Sanitary Sewer Main Repair Project King Mercer Island COLUMBIA PUMPING Et CONST INC COLUMPC162K1 509-547-4841 $ 60,512.13 https:Hfortress.wa.gov/lni/wagelookup/AffidavitDetails.aspx 08/11/2011 C . A Page 2 of 2 Bid due date 11 / 13 /2008 Contract award date 11 /14/2008 Intent filed date 12/18/2008 Job start date:MM-DD-YYYY 12/11 /2008 Date work completed:MM-DD-YYYY 12/18/2008 Project Completion Did your subcontractors perform all work No on this project? Did your company hire any subcontractors? No Did your company have employees perform Yes work on this project? Did this project utilize American Recovery and Reinvestment Act (ARRA) funds? Specifically, did this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Company Owner Information How many owner/operators performed 1 work on the project that own 30% or more of the company? No company owner added. Affidavit Subcontractor(s) j No subcontractor is selected for this affidavit. Journeylevel Wages # # County Trade Occupation Wages Fringes Workers Hours King LABORERS - GENERAL LABORER 38.0600 0.0000 5 336.50 UNDERGROUND SEWER Ft WATER Apprentice Wages Public Notes 0 Show/Hide Existing Notes No note exists https://fortress.wa.gov/lni/wagelookup/AffidavitDetails.,aspx 08/11/2011 Page 1 of 2 State of Washington. Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Affidavit of Wages Paid Document 2/17/2010 Intent 276511 Affidavit 263155 Affidavit Approved on Received Date Id Id Status 2/17/2010 Your Company Information Name Address WA UBI no. Contractor Registration no. Industrial Insurance Account Id Email Address Filed By Project Information Awarding agency: Awarding agency contact: Awarding agency contact phone number: Project Details Project name County where work was performed City where work was performed Job site address/directions: Prime contractor name Prime contractor registration no. Contract no. Prime contractor Phone Number Prime contractor Intent form Id# for this project Dollar amount of your contract: COLUMBIA PUMPING Et CONST INC 1005 S MAITLAND ST PASCO, WA, 99301 601247586 COLUMPC1621(1 464,320-01 cbarton@charterinternet.com Charlotte Barton MERCER ISLAND, CITY OF 9611 SE 36TH STREET MERCER ISLAND, WA 98040 Terry Smith 206-275-7812 2009 Cured in Place lining and Spot Repair King Mercer Island COLUMBIA PUMPING Et CONST INC COLUMPC162K1 509-547-4841 $ 112081.00 https://fortress.wa.gov/lni/wagelookup/AffidavitDetails.aspx 08/11/2011 Page 2 of 2 Bid due date 8/24/2009 Contract award date 9/14/2009 Intent filed date 2/11 /2010 Job start date:MM-DD-YYYY 12/15/2009 Date work completed:MM-DD-YYYY 1 /8/2010 Project Completion Did your subcontractors perform all work No on this project? Did your company hire any subcontractors? Yes Did your company have employees perform Yes work on this project? Did this project utilize American Recovery No and Reinvestment Act (ARRA) funds? Specifically, did this project utilize any No weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Company Owner Information How many owner/operators performed 1 work on the project that own 30% or more of the company? 1 No company owner added.��Y� Affidavit Subcontractor(s) rCompany Name UBI License# TRAFFIC CONTROL SERVICES 1601477384 1 TRAFFCS013M6 Journeylevel Wages i # # County Trade Occupation Wages Fringes Workers Hours King LABORERS- GENERAL LABORER 40.0300 0.0000 5 714.00 UNDERGROUND SEWER Et WATER Apprentice Wages Public Notes o Show/Hide Existing Notes No note exists https:Hfortress.wa.gov/lni/wagelookup/AffidavitDetails.aspx 08/11/2011 Michael A Benoit From: Gary Lienberger [giienberger@earthlink.net] Sent: Wednesday, August 10, 2011 7:20 AM To: Michael A Benoit Subject: Re: References for suncoast Importance: High References: Stacy Witbeck 403 S.E. Caruthers Portland Or 97214 503. 231.5300 Contact: Rick Marina MS 10,000 City of Portland Engineering department Emergency call out projects Tim Bowers 503.823.7638 Tim. BowersC@portlandoreeon.eov MS 10,000 City of Baker Montana a sub to SuperTec Infrastructure Jim Swain suoertecl@rexforddsl.net Kalispell, MT 59903 MS 10,000 El Paso Water Utilities Public Board 4100 Delta Street El Paso, TX 79961 asierra@epwu.org Alfonso Sierra City of Pullman Washington 325 S.E, Paradise Street Pullman, WA Mark Workman director of public works 509.338.3222 MS 10,000 { 3 Gary Lienberger Lienberger & Associates cell: 818.519.9060 fax: 909.622.2678 glienberger@earthlink.net From: Michael A Benoit Sent: Tuesday, August 09, 2011 3:56 PM To: mailto:GLienbergerCabearthlink. net Subject: City Of Renton - Cascade Interceptor rehabilitation Gary, Dropping you this email following our phone conversation so you have my email address if you want to send the requested information electronically. MiChOeL A. -MV0LL Project Manager Wastewater Utility City of Renton (425) 430-7206 Michael A Benoit From: Gary Lienberger [giienberger@earthlink.net] Sent: Wednesday, August 10, 2011 11:26 AM To: Michael A Benoit Subject: re: CR 9000 Calcium Aluminate Attachments: CR-9000.pdf; Attachment A -City Specs .pdf Importance: High This is some data on the CR 9.000 with calcium aluminate It is still in my opinion MS 10,000 with con -shield with or with epoxy is still the best for your project thanks Gary Lienberger Lienberger & Associates cell: 818.519.9060 fax: 909.622.2678 glienberger@earthlink.net I i I I W I a � A a Q I 1 � 'r t 1 C � I' J Ll lb a rl } a f C.) ry 1 0 fi b i i Soarch Prevailing Wage Intents and Affidavits Pagel of 3 Washington State Department of Labor & Industries Search Prevailing Wage Intents and Affidavits Intent Id: Get Intent Affidavit Id: Get Affidavit Enter your search criteria in one or more values below Form Type: Affidavits all Unified Business Identifier (UBI): 601247586 Contractor Registration Number: Contract Number: County: Select County Trade: Select Journey Level Trade s� r� Bid Due Date: From: - To: Contract Award Date: From: - To: Document Received Date: From: [, - To: Company Name: Begins With Public Agency Name: Begins With Project Name: _ Begins With Prime Contractor Name: Begins With`T' Sort By Field: Affidavit Id* Search I Download Data I Reset Form Form Form Id Company Name A Agency Name Project Name Contract $ Type Affidavit 344571 COLUMBIA PUMPING Et CONST BELLEVUE, CITY OF/ PUBLIC Sanitary Sewer Repairs (2011) $7,533.00 INC WORKS Phase 2 Affidavit 344152 COLUMBIA PUMPING Et CONST PASCO, CITY OF #5 CHIP Rehabilitation $502.38 INC !Affidavit 344132 COLUMBIA PUMPING Et CONST BELLEVUE, CITY OF/ PUBLIC Sanitary Sewer Repairs (2011) $7,533.00 INC WORKS Phase 2 :Affidavit 342159 COLUMBIA PUMPING Et CONST BELLEVUE, CITY OF/UTIL DEPT Yarrow -NE 29th Street $10,290.00 i INC Emergency Affidavit 329070 COLUMBIA PUMPING Et CONST PIERCE COUNTY PUBLIC WORKS Olympic Sunset Vista Confeyance $6,613.00 ( INC AND UTILITIES System Rehabilitation 'Affidavit 326121 COLUMBIA PUMPING Et CONST BURIEN, CITY OF 2010/2011 Overlay Program $38,710.00 ' INC Affidavit 323824 COLUMBIA PUMPING Et CONST PASCO, PORT OF Argent Road Sewr Line Extension $185.00 INC Affidavit 317570 COLUMBIA PUMPING Et CONST PORT ORCHARD, CITY OF Annual Sewer TV and Lining $71,555.00 INC Maintenance Affidavit 314624 COLUMBIA PUMPING Et CONST WEST RICHLAND, CITY OF 2010 Sewer Reline Project $19,634.79 j INC https://fortress.wa.gov/lni/wagelookup/searchforms.aspx 09/21 /2011 Search Prevailing Wage Intents and Affidavits Page ?-of 3 Affidavit 311870 COLUMBIA PUMPING Et CONST PASCO, PORT OF Argent Road Sewr Line Extension $185.00 INC Affidavit 307195 COLUMBIA PUMPING Et CONST MOUNT VERNON, CITY OF 2010 Sanitary Sewer Lining $170,820.75I INC Project 10-3 300918 COLUMBIA PUMPING Et CONST WAITSBURG, CITY OF 2010 Sewer and Storm Drain $90,000.00 (Affidavit INC Rehabilitation I Affidavit 298878 COLUMBIA PUMPING Et CONST BLAINE, CITY OF B, 2nd, 4th and 9th Streets $9,070.00 INC Roadway Reconstruction (Affidavit 295331 COLUMBIA PUMPING Et CONST BLAINE, CITY OF B, 2nd, 4th and 9th Streets $9,070.00 I INC Roadway Reconstruction Affidavit 289071 COLUMBIA PUMPING Et CONST BENTON COUNTY PUBLIC WORKS Wiser Parkway at BNSF Railroad $3,600.00 INC Affidavit 283496 COLUMBIA PUMPING Et CONST COULEE DAM, TOWN OF Sewer Lining Project $148,886.23� INC !Affidavit 282523 COLUMBIA PUMPING Et CONST QUINCY-COLUMBIA BASIN Evergreen Pumping Plant $109,490.00 INC IRRIGATION DIS Discharge Manifold Relining I Project !Affidavit 276298 COLUMBIA PUMPING Et CONST GRAND COULEE, CITY OF 2010 Trenchless Sewer $18,000.00 I j INC Rehabilitation Project Affidavit 272734 COLUMBIA PUMPING Et CONST NORTHSHORE SCHOOL DISTRICT Kenmore Jr. High School Addition $14,938.80 I INC #i417 Phase 2 !Affidavit 272705 COLUMBIA PUMPING Et CONST MODEL IRRIGATION DISTRICT 12" Potable Water Line $3,750.00 I INC ##18 Rehabilitation I IAffidavit 270183 COLUMBIA PUMPING Et CONST KENNEWICK, CITY OF Kennewick Keewaydin Park $6,872.72 I I INC Restroom Sewer Line Repair IAffidavit 269240 COLUMBIA PUMPING Et CONST GENERAL ADMINISTRATION, Pleasant Lane Sewer Repair $26,047.00 I INC WASH STATE DEPT OF ;Affidavit 265786 COLUMBIA PUMPING Et CONST YAKIMA, CITY OF 2009 Sanitary Sewer System $38,037.70 INC Repair Affidavit 263155 COLUMBIA PUMPING Et CONST MERCER ISLAND, CITY OF 2009 Cured in Place lining and $112,181.00 INC Spot Repair jAffidavit 249169 COLUMBIA PUMPING Et CONST WAITSBURG, CITY OF 2009 Sewer Rehabilitation $101,216.98I I INC Affidavit 249116 COLUMBIA PUMPING Et CONST MOUNT VERNON, CITY OF 2009 Sanitary Sewer Restoration $195,058.79I INC Project `Affidavit 242318 COLUMBIA PUMPING Et CONST RICHLAND, CITY OF/WATER Installation of sewer main lining $4,060.06 I INC SEWER UTIL on Torbett St. Affidavit 227901 COLUMBIA PUMPING Et CONST BELLEVUE, CITY OF/UTIL DEPT Trenchless Storm Drain $21,065.87 INC Rehabilitation IAffidavit 227327 COLUMBIA PUMPING Et CONST BELLEVUE, CITY OF/UTIL DEPT Open Ditch Stub $2,571.50 INC Affidavit 227326 COLUMBIA PUMPING Et CONST BELLEVUE, CITY OF/UTIL DEPT Storm Pipe Internal Repair $3,247.75 s INC Affidavit 222115 COLUMBIA PUMPING Et CONST PASCO, PORT OF T-131 Sewer Line Replacement $2,130.00 i INC I IAffidavit 219468 COLUMBIA PUMPING Et CONST RICHLAND, CITY OF Leslie Road Improvements Phase $4,496.25 I E INC 1 Affidavit 211538 COLUMBIA PUMPING Et CONST BELLEVUE, CITY OF Emergency Piling Removal $11,532.73 INC Affidavit 209925 COLUMBIA PUMPING Et CONST RICHLAND, CITY OF Leslie Road Improvements Phase $2,310.00 INC 1 I IAffidavit 209089 COLUMBIA PUMPING Et CONST YAKIMA, CITY OF General 308 Irrigation System $3,537.00 INC Phase 3 / Stage 2 Improvements I Affidavit 202647 COLUMBIA PUMPING Et CONST MERCER ISLAND, CITY OF Sanitary Sewer Main Repair $60,512.13 INC Project I Affidavit 202551 COLUMBIA PUMPING Et CONST ELECTRIC CITY, TOWN OF 2008 Sewer Relining $117,461.28 I INC Affidavit 202537 COLUMBIA PUMPING Et CONST YAKIMA, CITY OF N Hillcrest, Hillcrest Et Buena $9,397.40 INC Vista Irrigation System Improvements Affidavit 202242 COLUMBIA PUMPING Et CONST GRAND COULEE, CITY OF 2008 Trenchless Sewer $24,115.33 INC I Rehabilitation Project Affidavit 200459 COLUMBIA PUMPING Et CONST WEST RICHLAND, CITY OF 2008 Sewer Spot Repairs $14,360.58 I INC https://fortress.wa.gov/lni/wagelookup/searchforrns.aspx 09/21 /2011 Search Prevailing Wage Intents and Affidavits Page 3 of 3 Affidavit 195658 COLUMBIA PUMPING Et CONST BELLEVUE, CITY OF Internal Point Repairs $66,770.00 INC Affidavit 186709 COLUMBIA PUMPING Et CONST OLYMPIA, CITY OF Union Avenue Sewer Pipe $62,746.45 INC Rehabilitation Affidavit 184404 COLUMBIA PUMPING Et CONST OLYMPIA, CITY OF Lilly Road, Percival Street 8 $148,804.81 1 INC Upper Grass Lake Sanitary Sewer Rehabilitation Affidavit 180501 COLUMBIA PUMPING Et CONST RENTON, CITY OF 2008 Sanitary Sewer Repairs $28,954.00 INC Affidavit 180083 COLUMBIA PUMPING Et CONST KING COUNTY WASTEWATER Brightwater Treatment Plant $4,750.00 i INC TREATMENT DIVISION 9Affidavit 179121 COLUMBIA PUMPING Et CONST PASCO, CITY OF Court Street Windening $4,200.00 INC Affidavit 171822 COLUMBIA PUMPING Et CONST PASCO, CITY OF Rd 84/Argent Sewer Et Water $8,325.00 INC Improvements Affidavit 167929 COLUMBIA PUMPING Et CONST BENTON CITY, CITY OF 1-82 Area Water Et Sewer Project $1,837.50 INC Affidavit 162631 COLUMBIA PUMPING Et CONST BURLINGTON, CITY OF 12 $25,365.13 INC Affidavit 161397 COLUMBIA PUMPING Et CONST OLYMPIA, CITY OF Madison Ave Sewer Trestle Slope $19,280.00 1 INC Stabilization Project A aces © Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. I%ashingtonCD 4,--t li .Wf i�-wrnmtnt Wib,!alte https://fortress.wa.gov/lni/wagelookup/searchforms.aspx 09/21 /2011 Search Prevailing Wage Intents and Affidavits Page 1 of 1 Washington State Department of Labor & industries Search Prevailing Wage Intents and Affidavits Intent Id: Get Intent E. Affidavit Id: Get Affidavit Enter your search criteria in one or more values below Form Type: Affidavits Unified Business Identifier (UBI): 601 247S86 �! I Contractor Registration Number: Contract Number: County: Select County hr-:1 Trade: Select Journey Level Trade Bid Due Date: From: Q, - To:i Contract Award Date: From:, - To: 4i Document Received Date: From: ! - To: Company Name: Begins With Public Agency Name: Begins With _ �i Project Name: Begins Witht Prime Contractor Name: I Begins With J� Sort By Field: Affidavit Id Search Download Data , Reset Form Form Form Id Company Name Agency Name Project Name Type iAffidavit 153584 COLUMBIA PUMPING Et CONST ELECTRIC CITY, TOWN OF 2007 Sewer Lining Project $47,919.83 ( INC Affidavit 153573 COLUMBIA PUMPING Et CONST GRAND COULEE, CITY OF Trenchless Sewer Rehabilitation $31,617.94 INC Project )Affidavit 147459 COLUMBIA PUMPING Et CONST YAKIMA, CITY OF Yakima Railroad Grade $25,890.99 1 INC Separations Phase 1 ;Affidavit 147196 COLUMBIA PUMPING Et CONST MOXEE, CITY OF SR24 Wastewater Conveyance $24,582.50 INC Facilities i Affidavit 143587 COLUMBIA PUMPING Et CONST RICHLAND, CITY OF Tapeteal 1 Zone Bridge Waterline $17,066.72 INC lAffidavit 138712 COLUMBIA PUMPING Et CONST RICHLAND, CITY OF 2006 Sanitary Sewer $207,323.21 1 INC Rehabilitation Project t Affidavit 137019 COLUMBIA PUMPING Et CONST RICHLAND, CITY OF/WATER Judson/Johnston/Woodbury $900.00 i INC SEWER UTIL Water Et Storm Improvements Affidavit 134407 COLUMBIA PUMPING Et CONST OTHELLO, CITY OF Cunningham Rd Sanitary Sewer $1,176.00 INC Project Affidavit 134381 COLUMBIA PUMPING Et CONST TACOMA, CITY OF Green River WTR Ozonation $198,967.00 INC Facility https://fortress.wa.gov/lni/wagelookup/searchfonns.aspx 09/21 /2011 New Concrete Pipe And Manholes Concrete pipe is used more often than any other type of product in city sewer systems. COASh%e/d keeps it from corroding for just a fraction of the cost of plastic liners or coatings. There is no special fabricating, welding or testing required at the plant or in the field with CO/)" since it is precisely metered into the mix at the plant. Shotcrete Pipelines and tunnels that have already suffered from corrosion can be rehabilitated in place. C017 is easily added to the mix water for both dry and wet shotcrete hand -spraying. COO is also incorporated into special mixes for centrifugally lining corroded pipe interiors for structural reinforcement and protection in one application. See Centrifugally Cast Concrete Pipe (CCCP) at www.permaform.net Poured -in -Place Structures COIF is an excellent choice for both new and rebuilt wet wells, lift stations, WWTP head works, clarifiers and similar concrete structures subjected to highly concentrated sulfide conditions. Metered into the mix at the ready -mix plant, COnI is delivered as an integral part of the concrete when it is delivered to the job site. No spark testing, welding or adhesion tests are needed. Rehabilitation COd has performed successfully since its introduction in 1996 for the rehabilitation of heavily corroded manholes. C0/7` ; eliminates bacterial growth while calcium aluminate cements can only slow bacterial growth. COA-SNOW is far less expensive than coatings and COB"S/tie1011' will not delaminate, pinhole, peel or wash off. Structural reinforcement and corrosion protection is complete in one application. COIFO' prevents the colonization and growth of acid -producing bacteria on concrete in sanitary sewers. Once COB' is incorporated into the mix, the bacteria cannot develop an immunity because bacteria are physically destroyed. Since COO is fully incorporated into the concrete mix and is molecularly bonded to its ingredients, it lasts as long as the concrete. COn is not a surface treatment; it is throughout the entire thickness of the pipe, manhole or structural lining. COB does not require spark testing, seam welding or adhesion tests. COO costs less to install than coatings or linings since it is precision metered into the mix. Expensive field applications, testing and repairs are eliminated. Since its first commercial use in concrete in 1995, COBShie/d has provided long-term MIC corrosion protection to more than one -million square feet of concrete throughout the World. Coll is provided through certified users who demonstrate their accurate and consistent procedures for mixing, processing and record verification. Each design mix is certified by COB Technologies Inc. e through certified precast concrete pipe and manhole producers, ready -mix suppliers, and rehabilitation specialists throughout the World. biotech arnzoi^ /br conci-e,'e 541 Tenth Street NW 4233 Atlanta, IISA 30318 PH +877.543.2094 • FAX +404.420.2160 www.conshield.com c 0 Conshield Technologies, b10t rem„ rW COR+ROCTM STRUCTURAL POLYMER LINING IN ONE-STEP PRECISION APPLICATION.` 1 & I BARRIER AP/M PERMAFORM° offers the widest selection of proven solutions from our PRODUCT LIST PLASTIC CHIMNEY LINER technology toolbox. Installed by our world-wide network of certified applicators to ensure the highest quality products and services available in the market tod_a . ,. ,... the'hole solutionSM� Cap n' Seal Inflow Protect Permacast Road Patch—� I & I Barrier Corrosion , Protection with Cor+Gard° t, A Repair Mortar Joints and Offsets with MS-10,000 I MS-10,000 Structural Liner j MIC Protection with Conm Shield® Patch Holes and Leaks with Permacast Plug Chemical Grout for Active Leaks l Bench Repairs Using Permacast Plug or Patch Internal Chimney Seals R Cor+Seal, Cor+Flex & TopSeal Cor+Gard Epoxy Protective Coating Seal Concrete Joints with Cor+Gard Flex -Joint Patch Spalls With Permacast Patch Protect Channel with Cor+Gard Channel Line i, CEMENTITIOUS LINERS PERMACASTs MS-10,000 MS-10,000 with CON"" SHIELDO PERMACAST® MS-10,000 UL PERMACASTO CR-9,000 PERMACASTO CR-9,000QS PERMACAST@ ST-12,000 PERMACAST@ SR-18,000 PERMACAST@ WATERPROOF CENTRIPIPETM PL-8,000 & PL-12,000 RAPID SET REPAIR MORTARS PERMACAST@ PATCH PERMACAST® PLUG PERMACASTO ROAD PATCH PERMACASTO RSR CHEMICAL GROUTS SPECIALTY SEALERS CS Identifier 1315 Sealer PERMACASTe ER FLEX COAT PROTECTIVE COATINGS COR+GARD9 COR+GARD@II COR+GARD@301 COR+GARD® 501 COR+GARDO CHANNEL LINE COR+ROC@ COR+GARD@EPM COR+GARD@ UW ADHESIVES AND SEALANTS COR+GARW FLEX -JOINT SPECIALTY PRODUCTS COR+FLEX and COR+SEALS CHIMNEY SEALS Top Seal CIPP Chimney Seal I & I BARRIER CHIMNEY LINER Cap n'Seal ...and more AP/M PE RMRFQRM -gig The trenchless solutions company fM AP/M PERMAFORM P.O. Box 555 Johnston, la 50131 515-276-9610 800-662-6465 Fax 515-276.1274 www.permaform.net "Using Permacast for our I&I Reduction program saved us over $100,000" - City of Hampton, VA IMMMOK M&,----'Atws_& 501S l�N I ---- W X0:shl00ill ildM�3'- -N�'a���10'HNtl�W "We do twice as many manholes every day since we switched to Permacast." ANNNNK t4 '/6 04"Wen IMENEW - Terra Engineering Madison, WI I & I BAFiNItFi NO -ENTRY APPLICATION Permacast Road Patch to Repair Saw Cut Manhole Frame & Cover & I Barrier '.::.. Internal Chimney Seals Cor+Seal, Cor+Flex & TopSeal Corrosion Protection with Cor+Gard Repair Mortar Joints and Offsets with MS-10000 UL i Reinforce and Seal with MS-10,000 MIC Protection with Con° `Shield® Patch Holes and Leaks with Permacast Plug Chemical Grout for Active Leaks Bench Repairs Using Permacast Plug or Patch MANHOLE Cor+Gard Epoxy Protective Coating Seal Concrete Joints with Cor+Gard Flex -Joint ---Bi-Directional Spin Caster ° ' Patch Spalls With Permacast Patch Protect Channel with Cor+Gard // \\ _ •:{ Channel Line 19 30 years successfully helping citi4% en, and contractors solve manhole probl ISM HYPER -BLAST SPINWASHER AiPORE AFTER NO -DIG RFPI ArFMFNI STRUCTURAL LINER s WHAT'S IN YOUR TOOLBOX? Contact us to evaluate whether the Permacast System is right for you. 1-800-662-6465 www.permaform.net Register online to win! contest.permaform.net/register Our manholes number ❑ less than 100 YES, PLEASE SEND MORE ❑ 100 to 1000 ❑1000 plus INFORMATION AND REGISTER ME We have a manhole program ❑ in process ❑ in planning FOR A CHANCE TO WIN A MECHANICS ❑not yet TOOL CHEST. ❑ We do rehab ourselves COMPANY ❑ We contract this work to others NAME ❑ We engineer this work TITLE We are most familiar with ❑ cement liners ❑ coatings TELEPHONE ADDRESS Most of our manholes are ❑brick ❑precast CITY Our most common problem is ❑ I&I ❑age ❑corrosion STATE ❑ other ZIP We typically require chimney seals ❑ yes ❑ no E-MAIL You may register online at contest.permaform.net/register Or mail or Fax 515.276.1274 this form for immediate response I" HYDROGEN SULFI GAS THIOBACILLUS BACTERIA . CREATES SULFURIC ACID HYDROGEN SULFID GAS /SER tl CORRODERODE D CONCRETE COn1, Is a proven technology for the economical and effective long term prevention of bacterial corrosion of concrete in _ highly corrosive (MIC) sanitary sewer environments. Cod Is used in new concrete pipe and manholes by precasters; in wet wells, clarifiers and similar cast -in -place structures by ready -mix producers and in repair mortars by certified contractors. Con Is a liquid additive precisely dosed during the mixing phase to perform consistently, safely and effectively in each specific mix design by certified precasters, ready mix producers and shotcrete contractors. Other design properties are unaffected by adding COn' No Bacteria No Acid No Corrosion Unlike coatings and plastic liners, COOShield cannot chip, peel, delaminate, pinhole or wash off since it molecularly bonds throughout the entire thickness. You never run out of protection! Since the bacteria are destroyed by an electro-physical mechanism, they cannot develop immunity from repeated contact and COO potency is not diminished. BACTERIA + SULFIDE GAS = SULFURIC ACID O, H2S THIOBACILLUS BACTERIA H504 UNPROTECTED CONCRETE elC = NO CORROSION KS 4 Specimen Preparation Inoculated with bacteria 5 hours after incubation Even today, almost 60 years after the 1945 discovery of Microbial Induced Corrosion (MIC) by C.D. Parker, concrete corrosion in sanitary sewers is still commonly referred to as a sulfide (1­12S) gas problem. The primary problem for concrete in the sewer environment is Thiobacillus thiooxidans (concretivorous) - Latin for "concrete -eating". National Association of Corrosion Engineers (NACE) lists Thiobacillus as the most common sulfur -oxidizing bacteria. Thiobacillus is the most common sulfur -oxidizing bacteria. Thiobacillus bacteria oxidize sulfur and sulfide gas to produce sulfuric acid which quickly dissolves concrete. Corrosion is caused by the sulfuric acid. NACE TPC Publication 3, September, 1990 Pages 22 and 23. Double Blind Clinical Testing Program COn treated concrete has been vigorously tested at independent labs since 1997. These ongoing tests continue to validate the long term effectiveness of the product. "The testing protocol which closely follows ASTM D-4783 requires unidentified treated and non -treated specimens to be innoculated with live bacteria and incubated at 25 degrees Celcius. With each repeated test, within just 24 hours 99.9% of bacteria were destroyed on the COn Shield treated speci- mens." Dr. Clarence Baugh, Custom Biological Laboratories. COO is not a new product. It has been successfully used in North America for rehabilitation of severely deteriorated manholes, lift stations, pipe and for new concrete pipe and manholes since its introduction in 1996. "There is simply no easier or less expensive way to provide a 100 year design life against MIC'. References, case studies, specifications and test reports are 24 hours after incubation available upon request. 99.9% of bacteria destroyed to collect," said Brittain. "It flows out and the pipe stays clean. The old pipe used to clog with silt and debris and take hours to clean out." Another important factor in planning the District One project was the envi- ronment. The northeast region of Georgia has beautiful, pristine trout rivers. It was essential that GDOT con- sider any potential environmental impact that would potentially harm the trout. "There is no evidence that the materials used would leach out into the streams," said Ken Reed, district bridge maintenance manager for GDOT. "There is nothing in Ultralin- er that would impact the trout or the environment." Reed also noted that cost and traf- fic control were big factors in select- ing the system for this particular job. "On a shallow line the Ultraliner might seem to be a little more expen- sive, but -when you consider traffic con- trol, excavation equipment, asphalt, backfill, and everything, you find that the Ultraliner is very cost-effective," Reed explained. "And for deep exca- vation projects, you have to have trench boxes and additional materi- als for erosion control and traffic con- trol. The deeper you go, the more money you save with Ultraliner." GDOT's District One job was rela- th,ely large and complex, with 88 cul- verts to reline in a mountainous area. Some other repair methods would have taken months and caused enor- mous traffic problems. It also would have put more GDOT personnel at risk on curving mountain roads. The GDOT engineers worked closely with the manufacturer's team to develop a work plan that proceed- ed smoothly and kept traffic flowing. We began by talking with the Ultra - liner people about the project and all the factors that were involved," said Brittain. "They helped us come up with a schedule based on how long it would take todo thework and the loca- tion of the pipes. Everything worked out just great." "I've been very pleased with Ultra - liner. We've actually added more jobs to the 88 pipes we originally contract- ed for repair. I think that proves we're pleased with it," said Larry Gregory, district maintenance engineer for GDOT's District One. In fact, the project in District One went so well that GDOT awarded the company an even larger contract for pipe repair work in neighboring Dis- trict Six. Chances are, more work will follow in months to come. T' relined drainage pipes in northeast Georgia will last for decades, so a costly and time-consuming job has been eliminated for an entire generation. 'W Blake Bridwell, Project Manager, MSD, Buncombe County (Asheville), NC "We've lined a lot of sanitary sewers in Asheville recently using different technologies, and I have become a fan of Ultraliner. It's less expensive than the other processes, it goes in faster and easier, there's no field chemistry or manu- facturing, and the finished product looks great. It's smooth, fits tight, and doesn't have wrinkles. In fact, we've never had to reject an Ultraliner installation. I can't say that about any other lining process. I plan to use it a lot in the future." Contaa us for literature or for more information ULTRRLINER 201 SNOW STREET, P.O. DRAWER 3630, OXFORD, AL 36203 TELEPHONE: 256-831-5515 - FAX: 256-831-5575 Website: www.ultraliner.com . E-mail: info@ultraliner.com by I ffQrO I ft4�S�P�n� Inneduct I Oil rltT Lll �' �ti Ll L a _._ ontrary to popular belief. the state of Georgia is not cov- ered In peanut farms and peach orchards. The Appalachian Mountain range dips down into the northern part of the state to provide some of the most beautiful vis- tas anywhere, and the many two-lane highways that trans- verse the area are popular with motorists, sight -seers. and outdoorsmen. Keeping traffic flowing through the region is the responsibility of the Geor- gia Department of Transportation. A common and troublesome mainte- nance issue in this part of the state is the repair of corrugated drainage pipes that are buried deep beneath the roads. Winter road salt, moisture, and age combine to deteriorate the bottom of the pipes to the point of complete disintegration. This creates erosion problems that can undermine highway foundations and could lead to sinkholes or washouts. N Replacing or repairing damaged drainage pipes has long been a diffi- cult, costly, and time-consuming job for GDOT, at least until recently. Almost three years ago the depart- ment tested and approved a new tech- nology for storm and sanitary sewer pipe repair. The technology, Ultralin- er (Oxford, Alabama), was recently used in Georgia's mountainous Dis- trict One to repair 88 corrugated drain pipes. The project went off with ' I hitch and everyone involved with project had glowing reviews. 1. A winch is used to pull folded liner through a damaged pipe. 2. Pressurized steam expands the liner, pressing it firmly against the walls of the damaged pipe. 3.Once the liner expands and hardens, the ends are cut off, and the job is com- plete. The benefits most often cited by GDOT personnel are speed and ease of installation, Iess traffic disruption, cost savings, and the quality of the new pipe. "It's the best pipe replace- __It technology I've seen," com- d Robbie Brittain, GDOT's construction project manager. "I don't know exactly how much money we saved, but it was quite a bit. And the new lines will last 50-plus years." INSTALLATION WAMOUT DISRUPTION Brittain noted that the average length of the drainage pipes was about 50 ft, however, some exceeded 200 ft. The diameters varied from 15 to 24 in. In the old days there was no alternative to excavation and pipe replacement. This meant closing the highway and detouring traffic for miles while crews cut deep trenches to access damaged lines. The Ultraliner technology requires only two trucks, a small work crew, and causes little traffic disruption. In most cases, only a single lane of traffic was blocked for three to four hours. "We could repair three to four pioes on a good day," noted Brittain, oversaw the work on all the pipes in -District One. "We probably aver- aged two per day." The PVC: alloy pipe arrives folded and rolled on spools. The pipe is steam heated to make it more flexible, then pulled through the damaged line. The folded pipe has a slick surface and high abrasion resistance, so it can eas- ily be pulled through tight bends, off- set joints, or changes in elevation. Once in place, each end of the line is plugged, and the pipe is expanded with steam pressure. As the pipe expands it pushes out- ward and contours to the shape of the host pipe, mechanically locking the liner in place. There is no post -instal- lation shrinkage so the liner remains tightly in place for as long as it is in ser- vice and essentially creates a compos- ite. In the case of the GDOT project, the new liner walls were from 0.35 to 0.55 in. thick, depending on the appli- cation. The tensile strength of the fin- ished liner is 4,100 psi while the structural strength is rated at 155,000 psi. Additionally, the old pipe is now sealed against infiltration, exfiltration, and root intrusion with a liner that will not degrade. The new liner also great- ly improves flow characteristics. "The new pipe speeds up the flow of water so that silt doesn't have time REPRINTED FROM FEBRUARY 2009 1 T E C H N LO ULTRRLINER PVC ALLOY PIPELINER TM 201 SNOW STREET, P.O. DRAWER 3630, OXFORD, AL 36203 • TELEPHONE: 256-831-5515 • FAX: 256-831-5575 WEBSITE: www.ultraliner.com • E-MAIL: info@ultraliner.com rom a Turkish perspective, the concept of aging sewer systems is relative. In Turkey, the basic con- cepts of modern sanitation, including indoor toilets and sewer pipe systems, date back to at least 764 BCE as evidenced in castles of the Urartu Kingdom.Almost 1,000 years later when Constantine founded Constantinople, the city was engineered with Roman cisterns and sewers thereby laying the foundation for one of the greatest cities of the world. The sanitation systems of Constantinople enabled it to become the largest and wealthiest city of Europe throughout the Middle Ages. Today, Istanbul has become the third largest city in the world with a population of more than 11 million. Like any major global metropolis, Istanbul relies upon its sanitation infrastructure to permit such population concentrations. With a focus on sustainability and cost control, the Istanbul Water and Sewer Department (ISKI) commenced a master plan in 1992 to direct Istanbul's water and wastewater investment efforts through 2040. No matter how well engineered, when sewer systems age, eventually joints fail, pipes crack, roots intrude and systems must be rehabilitated or replaced to ensure continued service. However, when pipes are buried under centuries of dense urban development, access becomes more difficult than most engineers could even imagine. Such challenges are the norm in Istanbul. Whereas trenchless technology is routinely considered a valuable tool in most major cities of the world, trenchless pipe rehabilitation was recognized as absolutely invaluable to Istanbul. The entirety of Old Town Istanbul is registered as a World Heritage Site.The very idea of tearing up centuries - old cobblestone streets seems blasphemous. Furthermore, the prospective economic impact of disrupting traffic and business operations in this center of tourism cannot be understated. ISKI was faced with tough choices and few solutions. It needed to stop the continuing degradation of its ancient sewer system, which was threatening the survival of numerous historical sites in addition to being a sanitation concern. But simultaneously, it absolutely couldn't tear up the historical sites to fix the problems. An excellent example of the kind of dilemma regularly faced by ISKI is the Binbirdirek Cistern, which was built in AD 330 as Constantinople was being founded.As centuries passed, the infrastructure above this 224-column cistern grew and changed. Today, restaurants and hotels line a cobblestone street above the cistern; inconveniently, the sewer pipe servicing this street began leaking and exfiltrating into the cistern below. To exhume and replace the old sewer line would close businesses, disrupt traffic in the heart of the historical tourism district and most probably destroy the cistern below. To do nothing would be to allow the continued decay and disuse of the cistern. In searching the world for solutions to problems such as this, ISKI identified trenchless pipe lining as a viable solution and realized that such technologies needed to be routinely available in Turkey. Any country desiring entry into the European Union (EU) is required to meet infrastructure quality standards, and ISKI clearly understood that complying with those standards becomes more affordable with access to trenchless technology. Periodic access to such technology via international construction firms was not sufficient for its extensive needs. Rather than just accept the lack of local availability, ISKI began proactively developing a trenchless technology market in Turkey. Turkish contractor Mehmet Kurtbay, PE., MBA, saw not only a business opportunity in the pipe rehabilitaV projects being released by ISKI, but also a means to sc the needs of his city and nation. Kurtbay began searching the world for technologies uniquely suited to the Turkish market. Whereas trenchless rehabilitation in Turkey was primarily only available through construction firms based in the EU, Kurtbay wanted to establish a Turkish pipe rehabilitation company. As a result, he established AOL Istanbul with his two partners on April 1, 2005. Most pipelining technologies require extensive experience to avoid costly and disruptive failures. But the critical pipe rehabilitation projects in the historic peninsula of Istanbul absolutely could not afford any disruption caused by a contractor's learning period. Exhumation simply was not and is not an option. Not surprising, few construction firms are interested in training their future competitors. As a result, Kurtbay wanted to find a technology that local labor could consistently perform with a minimum amount of training. He also wanted a technology where errors could be corrected at lower cost and with less disruption. After extensively researching trenchless pipe rehabilitation technologies used around the world, Kurtbay believed Ultraliner PVC Alloy Pipeliner from Ultraliner Inc. of Oxford, Ala., was the technology solution. The big problem: At the time, it was only being used in North America and its advantages were not widely knowr recognized in Europe. Ultraliner president Luke Whittle explains, At that time, we were not convinced that international expansion was a smart use of our resources. Ultraliner continues to grow rapidly across North America, routinely adding new licensees and crews to provide additional coverage. We '-Plieved that our resources should be focused upon ,ntinuing our successful domestic expansion" But Kurtbay and his partners were convinced that Turkey needed a product like Ultraliner PVCAlloy Pipeliner and they persisted. Ultraliner vice president Grant Whittle states,"He kept after us and wouldn't relent. As we got to know Mehmet better, we were impressed with his business acumen and his engineering understanding. He is an exceptionally well-educated and savvy contractor. He has a civil engineering degree from the highly regarded Istanbul Technical University and also completed an MBA in the United States. His background makes it easy to work with him. Quite honestly, any concerns we initially had about the ability to support a licensee on the other side of the world were ultimately allayed by our confidence in Mehmet. As it turns out, that confidence has been well placed" AOL Istanbul garnered enough confidence within ISKI that it awarded its first Ultraliner pipe rehabilitation project within the sensitive historic peninsula. Because Ultraliner PVC Alloy Pipeliner is shelf ,.ble, a single bulk -- ipment was able to be exported from the United States to Turkey, thereby greatly simplifying project logistics. After AOL Istanbul acquired the requisite equipment, Ultraliner sent Sam McLean, its construction operations manager and most senior trainer, to Istanbul for 16 days. During the first week, McLean helped make final checks and adjustments to the installation equipment and oversaw aboveground field trials for preliminary training. The following week, he assisted the AOL Istanbul crews to install pipeliner for ISKI.The first three lines selected were in a less sensitive neighborhood where the capability of the AOL Istanbul crews could be assessed. These installations went so well, that with McLean's oversight, the AOL Istanbul crews then lined two of the critical sewer lines above the Binbirdirek Cistern. The sewer pipes above the cistern were lined at night to prevent disrupting the nearby Magnaura historic site and the numerous hotels, restaurants, shops and tourist traffic. th the pipe ends accessible through the manholes, no excavation was required and no evidence was left of the project upon completion. The next morning, the cafes all A leaky sewer pipe above the Binbirderek Cistern was cause for concern. placed their tables on the cobblestone streets above the lined sewer pipe and life went on without interniption. Lining the pipes with Ultraliner PVC Alloy Pipeliner is expected to provide a renewed 100-year, fully structural performance life for the sewer pipes, while controlling root intrusion, infiltration and exfiltration. With the sewer exfiltration stopped by the ISKI pipe rehabilitation project, the historic Binbirdirek Cistern has subsequently been refurbished, currently houses a new restaurant and is open to the public for tours, as well as hosting exhibitions and concerts.A 1,700-year-old historic treasure has been preserved, and an exhibition featuring scale models of Istanbul's Byzantine architecture is currently being hosted in the cistern. After AOL Istanbul installed only five lines under his supervision, McLean returned to the United States and the local crews thereafter were able to prove their capabilities on their own. One of the key advantages of Ultraliner PVC Alloy Pipeliner is that it is a pre -manufactured pipe. All of the design properties that ensure specification compliance and ultimate performance life are factory quality -controlled and essentially unaffected by decisions of the crews during field installation. With fewer variables to influence a quality installation, less experience is required. Installation defects occurring after a crew has 20,000 if of experience are rare.When mistakes or defects do occur, correction is relatively non -disruptive. If things go wrong, such as an equipment breakdown, the installation process can be stopped at any time and re -started as necessary. If a complete pipeliner installation failure ever occurs, the pipeliner can generally be removed without excavation. Such advantages make Ultraliner especially suited for use by local contractors in emerging pipe rehabilitation markets where experienced personnel are not available for hire. Over the past three years, AOL Istanbul has lined close to 25 miles of sewer pipes in Istanbul, including the majority of sewer lines rehabilitated within Old Town.The company was recently awarded two additional projects by ISKI and currently operates three lining crews. Of particular note is the rehabilitation of sewer pipes around Hagia Sophia (one of the new seven Wonders of the Ancient World) and the equally impressive Sultan Ahmet Mosque. © 2009 Benjamin Media, Inc. Reprinted with permission from Trenchless Technology. All rights reserved. For more information about reprints from Trenchless Technology, contact Wright's Reprints at 877-652-5295 61182 Ultraliner PVC Alloy pipeliner has been proven by scientific tests and years of service Pipeliner inserted through manhole Installation does not close streets Ultraliner is manufactured and tested according to the following ASTM specifications: D-256: Test Methods for Determining the Pendulum Impact Resistance of Notched Specimens of Plastics D-638: Test Method for Tensile Properties of Plastics D-790: Test Method for Flexural Properties of Unreinforced and reinforced Plastics D-790: Modulus of Elasticity D-1784: Specification for PVC Compounds D-2122: Specification for Determining Dimensions of Thermoplastic Pipe D-2152: Test Method for Degree of Fusion of Extruded PVC by Acetone Immersion D-2444: Test Method for Impact Resistance of Thermoplastic Pipe F-1057: Test Method for Extrusion Quality using Heat Reversion Pipeliner expanded to fit tightly Service laterals are re -opened Ultraliner PVC Alloy pipeliner is manufactured from virgin PVC homopolymer resin modified with special additives to enhance performance as a pipeliner. Our products may be designed to meet a wide range of material specifications, including existing ASTM specifications for PVC fold and form pipeliners. The characteristics below are for our most frequently specified product.* (Note: Ultraliner manufactures products with a range of flexural moduli from 145,000 psi to 280,000 psi) Combustibility: Self -Extinguishing Flexural Modulus: 145,000 psi @ 73'F Flexural Strength: 4,100 psi @ 737 Izod Impact: 15 ft-lb/in Chemical Resistance: All chemicals at concentrations typically found in sanitary sewer systems Size Range: 4" through 24"* * Contact Ultraliner licensed installer or sales representative to discuss your application needs. ULTRRLINEF What a difference an alloy makes in fold & form P e Can Accommodate Size Changes Extremely Tight Fit No Significant Post -Installation Shrinkage Dimples at Laterals \ A Locks into Open Joints Tight, Smooth Bends Actual Photo [I - PVC ALLOY PIPELINER" 201 SNOW STREET, P.O. DRAWER 3630, OXFORD, AL 36203 • TELEPHONE: 256-831-5515 • FAX: 256-831-5575 WEBSITE: www.ultraliner.com • E-MAIL: info@ultraliner.com The perfect pipeline rehabi)lit,ation for gravity and pressure wastewater or storm- sewers and culverts I F___1 GENERAL PRODUCT INFORMATION PVC Alloy is a term used to describe Ultraliner's uniquely enhanced PVC material which has been specifically engineered for use in trenchless applica- tions. Not only does the Ultraliner PVC Alloy have sufficient material stiffness to provide full, independent structural integrity, but it also has extremely high impact strength, a high degree of dimen- sional stability, and can relieve high levels of stress without structurally compro- mising the material. The Ultraliner PVC Alloy material is an extremely tough material. The PVC Alloy material can be "thermo-formed" at steam temperatures, enabling Ultraliner PVC Alloy Pipeliner to mold almost exactly to the shape of the interior of a host pipe, even corru- gated pipe. The PVC Alloy Pipeliner will conform to size transitions, tight bends, offset joints, and other irregularities. Cut -away of corrugated pipe which has been lined with Ultraliner PVC Alloy Pipeliner. In addition to its strength, flexibility, ductility (lack of brittleness), and tight fit, Ultraliner PVC Alloy Pipeliner is extremely resistant to chemicals and abrasion. In fact, years of laboratory tests and experience in actual installations indicate our product will not degrade in a typical sewer environment. NO POST -INSTALLATION SHRINKAGE An important characteristic of Ultra - liner PVC Alloy Pipeliner is that, due to Ultraliner's unique material and install- ation process, there is no significant shrinkage, neither radially nor longitudi- nally, after it has been installed. Therefore, it maintains its tight fit and its ability to control groundwater migration for the design life of the material. Ordinary thermoplastics have a "memory" of their original, manufactured size and shape. If that "memory" is not altered or disrupted, thermoplastic pipes have a tendency to shrink back toward their original size and shape after they have been expanded. However, Ultraliner's unique PVC Alloy compound and our special install- ation procedure allow the "memory" of Ultraliner PVC Alloy Pipeliner to be reset to a new, expanded shape and size. As a result, once an Ultraliner PVC Alloy Pipeliner has been properly installed, it will not shrink away from the host pipe. FACTORY MANUFACTURING ASSURES CONSISTENT QUALITY Ultraliner PVC Alloy Pipeliner is manufac- tured in a highly controlled environment. When you specify Ultraliner PVC Alloy Pipeliner, you will always get the same high -quality product. Since the pipeliner is manufactured in a tightly controlled factory environment, you are assured that every foot of your new pipe - liner will meet your specifications and all applicable industry standards. In fact, the only variations from one Ultraliner installation to the next are the ones you specify. CAREFULLY CONTROLLED INSTALL- ATION ASSURES PERMANENT FIT The smaller diameter (12" and smaller) PVC Alloy Pipeliners are folded in the field prior to insertion, whereas the larger diameter pipeliners (15" and larger) may be deflected to a small, profile at the manufacturing facility.�s reduces the cross -sectional area of the pipe by almost half without disrupting the ability to effectively mold the pipe - liner into its new memory configuration. The reduced size, the high abrasion resistance, and the very slick surface allow Ultraliner PVC Alloy Pipeliner to be pulled into a pipeline through an existing access point, such as a manhole, without trauma to either the Ultraliner PVC Alloy Pipe - liner or the host pipe. Because the pipe - liner is pulled along the invert without contacting the crown of the pipe, Ultra - liner PVC Alloy Pipeliner is routinely used to line extremely deteriorated pipe with minimal risk of generating a collapse. Normally, Ultraliner PVC Alloy Pipeliner is installed in sections of about 300 feet - from one manhole to the next - although installations of 8" and 10" pipeliners exceeding 1,000 feet, and installations of 21" and 24" pipeliners exceeding 500 feet, have been successfully accomplished. Typical installations y require four to five hours to pull a process the pipeliner, with additional time required to fully reinstate the service connections. Short lengths of culvert pipe, which lack service connections, are c`i completed in two to three hours. Once inserted, the pipeliner is heated sufficiently to allow the material to relax and to reset the PVC Alloy's "memory" to the new size and shape it has assumed. Ultraliner PVC Alloy Pipeliner's tight fit against the irregular shape of the host pipe mechanically locks the liner in place throughout its service life and thereby controls the leakage of groundwater between the host pipe and the pipeliner. A 24"-diameter installation in Virginia. After the pipeliner has properly cooled, pressure is relieved and the ends Ultraliner PVC Alloy pipeliner is pulled into a prepared host pipe. The Ultraliner PVC Alloy pipeliner is plugged and expanded with steam and air pressure. The Ultraliner PVC Alloy pipeliner forms a are trimmed at least 3 inches from the manhole walls. Lateral service lines are located and reopened using remote - controlled devices. The unique Ultraliner PVC Alloy material is more ductile and relieves stresses more readily than typical PVC compounds, thereby avoiding cracking or shattering of the pipeliner when the services are reestablished. THE RESULTS Because Ultraliner can be installed tight -fitting new pipe. quickly through existing access points, there is very little or no disruption to the community. Most residents are amazed when they later learn that construction took place and that pipes have been renewed. 1 The original pipeline will be sealed, thereby controlling infiltration, exfiltra- tion, and root intrusion, with a jointless, smooth pip eliner which will not degrade. The pipe ill also have a renewed service life expect d to exceed 50 years. NEW"MANHOLE WITHIN A MANH REINFORCED, SEALED & NO ENTRY SPINCAST Coif Shield' biotech armor for concrete Since 1996 °REVENTS icrobiologically nduced orroosion www.conshield.com riIOBACILLU. / BACTERIA �( CREATES SULFURIC AC Ir HYDROGEN SULF11 GAS JfC BACTERIA + SULFIDE GAS = SULFURIC ACID 02 H2S HIOBACILLUS BACTERIA •t4 UNPROTECTED CONCRETE w., BACTERIA + Con ,;hieiaf= NO CORROSION 02 H2S Con PROTECT "EPA Registered" Con Shield additive effectively destoys acid creating bacteria "NO BACTERIA=NO ACID=NO CORROSION" E C STORM PIPES &AVNITAftla NTRIPE x, C1PE V�PI`PE CENTRIFUGALLY CAST CONCRETE PIPE LINING �ENTRIFUGALLYCAST LINING 71renchless Renewal for Sanitary & Storm Pipe Before . 36"and larger Permanently Sealed Full Length Seamless No Excavation Corrosion Protected Precision Placement at Design Thickness Double the Life for Half the Cost www.centripipe.com wo SANITARY SEWERS Public Works Department, Wastewater Utility, Engineering Division, D. Ellis 05/21/09 City of F5 -16 T23N R5E W 1/2 11J — '"0 1 lrJl \ V 1 i/ it RY SEWERS Department, 0 200 400 tility, 21 rrivision, Feet 1:4,800 D Cityjof H5 - 28 T23N R5E E 1/2 0 200 400 Feet 1:4,800 G5 21 T23N R5E E 1/2 5321 121