HomeMy WebLinkAboutReed Trucking & Excavating Inc.City of Renton
Contract Provisions for
SW 43rd Street, W C/L to SR 167 Ramps Project
111111. PROJECT PROPOSAL
PROJECT PROPOSAL BID SUMMARY
Project Name:
SW 43rd Street, W C/L to SR 167 Ramps Project
City Project Number:
TED4004096
City Contract Number:
CAG-25-004
TIB Funding Number:
8-1-102(039)-1
--. Trucking
Address: 11616 24th Ave E Tacoma, WA 98445
Telephone Number:
E-mail Address
Total Bid Amount:
253-841-4837
dwrightereedtruckina.com
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL COVER PAGE
SW 43RD STREET, W C/LTO SR 167 RAMPS PROJECT
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned (Bidder) hereby certify that the Bidder has examined the location and
construction details of the proposed work, has read and thoroughly understands the Contract
Documents governing the work, and the nature of the work, and the method by which
payment will be made for said work. Bidder hereby proposes to undertake and complete the
work detailed in and in accordance with these Contract Documents, for the Total Bid Amount
shown on the attached Schedule of Prices.
The Bidder understands that the quantities mentioned herein are approximate only and are
subject to increase or decrease, and hereby proposes to perform all quantities of work as either
increased or decreased in accordance with the Contract Documents.
As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the
form of (check one) Ed bid bond, or ❑ cashier's check (made payable to the City of Renton), or
❑ postal money order (made payable to the City of Renton), in an amount equal to five percent
(5%) of the Total Bid Amount, is attached hereto.
If a bid bond is signed by an attorney -in -fact, Bidder agrees that the power of attorney authorizing
such execution must be current and enforceable, be properly executed by the Surety in
accordance with the Surety's by-laws or other applicable rules and resolutions, and include all
necessary corporate seals, signatures, and notaries.
Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after
the opening of bids, as specified in Section 1-03.2 of the Special Provisions.
Bidder further understands that should Bidder fail to enter into this contract in accordance with
his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which
he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be
forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352
Bidder hereby agrees to complete the Physical Work in all respects within 135 working days.
Contract time shall begin on the first working day following the Notice to Proceed date.
SW 43rd Street, W C/L to SR 167 Ramps Project Proposal Cover Page
TED4004096 Page 1 of 1 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
SW 43rd Street, W C/L to SR 167 Ramps
PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS)
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in
dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total
amount specked for any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
OM
ITEM DESCRIPTION
SECTION SPEC
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
BID SCHEDULE A - ROADWAY IMPROVEMENTS
A01
Minor Change
1-04
EST
1
$ 40,000.00
$40,000.00
A02
Roadway Surveying
1-05
LS
1
LUMP SUM
$ 35,000.00
A03
ADA Features Surveying
1-05
LS
1
LUMP SUM
$10,000.00
A04
Change Tracking
1-05
LS
1
LUMP SUM
$1,000.00
A05
Apprenticeship Utilization
1-07
HR
2800
$ 5.00
$14,000.00
A06
Apprenticeship Incentive
1-07
CALC
1
$ 500.00
$500.00
A07
Apprenticeship Penalty
1-07
CALC
1
$ (500.00)
$-500.00
A08
SPCC Plan
1-07
LS
1
LUMP SUM
$ 1,000.00
A09
Type A Progress Schedule (Minimum Bid $2,500)
1-08
LS
1
LUMP SUM
$ 2,500.00
A10
Mobilization
1-09
LS
1
LUMP SUM
$350,000.00
All
Project Temporary Traffic Control
1-10
LS
1
LUMP SUM
$45,000.00
Al2
Business Access Signs
1-10
EA
26
$200.00
$ 5,200.00
A13
Traffic Control Supervisor
1-10
LS
1
LUMP SUM
$100,000.00
A14
Flaggers
1-10
HR
4760
$75.00
$357,000.00
A15
Other Traffic Control Labor
1-10
HR
540
$90.00
$48,600.00
A16
Sequential Arrow Sign
1-10
HR
12960
$ 2.00
$ 25,920.00
A17
Portable Changeable Message Sign
1-10
HR
3240
$3.00
$9,720.00
A18
Construction Signs, Class B
1-10
SF
700
$15.00
$10,500.00
A19
Off -Duty Uniformed Police Officer
1-10
HR
620
$170.00
$105,400.00
A20
Roadside Cleanup
2-01
EST
1
$ 50,000.00
$50,000.00
SW 43rd Street, W C/L to SR 167 Ramps
TED4004096
Page 1 of 5
Schedule of Prices
Addendum No. 5
July 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
o� SW 43rd Street, W C/L to SR 167 Ramps
b PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS)
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in
dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total
amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
OM
ITEM DESCRIPTION
SECTION SPEC
UNIT
QUANTITY
UNIT PRICE'
EXTENSION
A21
Clearing and Grubbing
2-01
SF
3500
$2.00
$7,000.00
A22
Tree Protection
2-02
EA
11
$250.00
$ 2,750.00
A23
Removal of Structures and Obstructions
2-02
LS
1
LUMP SUM
$10,000.00
A24
Roadway Excavation Incl. Haul
2-03
CY
6200
$42.00
$260,400.00
A25
Unsuitable Foundation Excavation Incl. Haul
2-03
CY
170
$100.00
$17,000.00
A26
Crushed Surfacing Base Course
4-04
TON
1700
$ 60.00
$102,000.00
A27
HMA Joint Seal at Bridge End
5-03
LF
100
$ 10.00
$ 1,000.00
A28
Planing Bituminous Pavement
5-04
SY
40000
$8 50
$340,000.00
A29
HMA Cl. 1/2" PG 58-22H for Pavement Repair
5-04
TON
400
$ 200.00
$ 80,000.00
A30
HMA Cl. 1/2" PG 58-22H for Pavement Repair With
Geotextile
5-04
TON
1000
$ 250.00
$ 250,000.00
A31
HMA Cl. 1/2" PG 58-22H for Overlay
5-04
TON
8600
$135.00
$1,161,000.00
A32
Job Mix Compliance Price Adjustment
5-04
CALC
1
$ 40,200.00
$40,200.00
A33
Compaction Price Adjustment
5-04
CALC
1
$ 66,900.00
$ 66,900.00
A34
Adjust Utility Structure to Grade
5-04
EA
9
$ 750.00
$6,750.00
A35
Adjust Monitoring Well Case and Cover to Grade
5-04
EA
2
$500.00
$1,000.00
A36
Adjust Gas Valve Case and Cover to Grade
5-04
EA
7
$ 500.00
$ 3,500.00
A37
Adjust Storm Drainage Structure to Grade
7-05
EA
17
$ 750.00
$12,750.00
A38
Adjust Sanitary Sewer Manhole to Grade
7-05
EA
1
$750.00
$ 750.00
A39
Install Non -Skid Cover and Adjust Structure to Grade
7-05
EA
2
$ 1,000.00
$ 2,000.00
A40
Adjust KC Metro Concrete Maintenance Hole to Grade
7-06
EA
8
$750.00
$ 6,000.00
A41
Adjust Water Valve Box to Grade
7-12 j
EA j
40 j
$ 500.00
$ 20,000.00
SW 43rd Street, W C/Lto SR 167 Ramps
TED4004096
Page 2 of 5
Schedule of Prices
Addendum No. 5
July 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
SW 43rd Street, W C/L to SR 167 Ramps
PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS)
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in
dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total
amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
OM
ITEM DESCRIPTION
SECTION SPEC
UNIT
QUANTITY
UNIT PRICE"
EXTENSION
A42
Install Water Valve Cover in Place of Manhole
7-12
EA
2
$750.00
$ 1,500.00
A43
Erosion Control and Water Pollution Prevention
8-01
LS
1
LUMPSUM
$5,000.00
A44
Inlet Protection
8-01
EA
79
$75.00
$5,925.00
A45
Topsoil Type A
8-02
CY
40
$ 70.00
$ 2,800.00
A46
Property Restoration
8-02
EST
1
$ 10,000.00
$10,000.00
A47
Seeded Lawn Installation
8-02
SY
310
$ 20.00
$ 6,200.00
A48
Bark or Wood Chip Mulch
8-02
CY
10
$ 70.00
$700.00
A49
Cement Conc. Traffic Curb and Gutter
8-04
LF
320
$45.00
$14,400.00
A50
High -Strength Cement Cons Traffic Curb and Gutter
8-04
LF
500
$42.00
$ 21,000.00
A51
Monolithic Cement Conc. Curb
8-04
LF
270
$ 49.00
$13,230.00
A52
High -Strength Monolithic Cement Conc. Curb
8-04
LF
190
$ 52.00
$ 9,880.00
A53
Precast Cement Conc. Traffic Curb
8-04
LF
210
$ 75.00
$ 15,750.00
A54
Mountable Cement Conc. Traffic Curb
8-04
LF
480
$ 40.00
$19,200.00
A55
Raised Pavement Marker Type 2
8-09
HUND
4
$1,650.00
$ 6,600.00
A56
Adjust Monument Case and Cover to Grade
8-13
EA
3
$ 4,500.00
$13,500.00
A57
Cement Conc. Sidewalk
8-14
SY
460
$ 81.00
$37,260.00
A58
High -Strength Cement Conc. Sidewalk
8-14
SY
11
$ 162.00
$1,782.00
A59
Cement Conc. Curb Ramp, Type Perpendicular A
8-14
SY
30
$280.00
$ 8,400.00
A60
Cement Conc. Curb Ramp, Type Perpendicular B
8-14
SY
60
$ 210.00
$ 12,600.00
A61
Cement Conc. Curb Ramp, Type Parallel A
8-14
SY
80
$155.00
$ 12,400.00
A62
High -Strength Cement Cons Curb Ramp, Type Parallel A
8-14
SY
80
$155.00
$ 12,400.00
SW 43rd Street, W C/Lto SR 167 Ramps
TED4004096
Page 3 of 5
Schedule of Prices
Addendum No. 5
July 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal
SCHEDULE OF PRICES
SW 43rd Street, W C/L to SR 167 Ramps
PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS)
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in
dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total
amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
ITEM
NO.
REM DESCRIPTION
SECTION SPEC
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
A63
Cement Conc. Curb Ramp, Type Parallel B
8-14
SY
10
$280.00
$ 2,800.00
A64
High -Strength Cement Conc. Curb Ramp, Type Parallel B
8-14
SY
10
$550.00
$ 5,500.00
A65
Cement Conc. Curb Ramp, Type Single Direction A
8-14
SY
10
$280.00
$2,800.00
A66
High -Strength Cement Conc. Curb Ramp, Type
Combination
8-14
SY
170
$155.00
$ 26,350.00
A67
Cement Conc. Curb Ramp, Type Combination
8-14
SY
160
$ 113.00
$18,080.00
A68
Vehicular Bollard
8-19
EA
7
$6,300.00
$44,100.00
A69
Modification of Existing Traffic Signal at SW 43rd Street
& Oakesdale Avenue SW Intersection, Complete
8 20
LS
1
LUMP SUM
$ 155,000.00
A70
Modification of Existing Traffic Signal at SW 43rd Street
& Lind Avenue SW Intersection, Complete
8-20
LS
1
LUMP SUM
$ 160,000.00
A71
Modification of Existing Traffic Signal at SW 43rd Street
& E Valley Highway Intersection, Complete
8 20
LS
1
LUMP SUM
$ 165,000.00
A72
Modification of Existing Traffic Signal at SW 43rd Street
& SR 167 Ramps Intersection, Complete
8-20
LS
1
LUMP SUM
$ 105,000.00
A73
Permanent Signing
8-21
LS
1
LUMP SUM
$ 9,500.00
A74
MMA Plastic Stop Line
8-22
LF
520
$15.50
$ 8,060.00
A75
MMA Plastic Crosswalk Line
B-22
SF
1490
$12.25
$18,252.50
A76
MMA Plastic Traffic Arrow
8-22
EA
41
$ 330.00
$13,530.00
A77
MMA Plastic Traffic Letter
8-22
EA
4
$ 300.00
$1,200.00
A78
Profiled MMA Plastic Line
8-22
LF
22000
$ 3.60
$ 79,200.00
A79
Paint Line, 6 In.
8-22
LF
460
$2.75
$1,265.00
A80
Removing Existing Pavement Markings
8-22
LS
1
LUMP SUM
$7,000.00
A81
Temporary Pavement Marking
8-23
LS
1
LUMP SUM
$ 5,745.50
A82
Detection Strip
8-26
LF
40
$ 70.00
$ 2,800.00
BID SCHEDULE B - DRAINAGE IMPROVEMENTS
Bl
Crushed Surfacing Top Course
4-04
TON
190
$70.00
$ 13,300.00
SW 43rd Street, W C/Lto SR 167 Ramps
TED4004096
Page 4 of 5
Schedule of Prices
Addendum No. 5
July 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
SW 43rd Street, W C/L to SR 167 Ramps
y PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS)
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in
dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total
amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
NO.
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT*
EXTENSION
B2
Polypropylene Storm Sewer Pipe 12 In. Diam.
7-04
LF
340
$ 250.00
$ 85,000.00
B3
Ductile Iron Storm Sewer Pipe 12 In. Diam.
7-04
LF
290
$ 300.00
$87,000.00
B4
Connect Proposed Pipe to Existing Drainage Pipe
7-04
EA
7
$2,000.00
$ 14,000.00
B5
Catch Basin Type 1 w/Open Curb Face Frame & Grate
7-05
EA
12
$2,500.00
$ 30,000.00
B6
Catch Basin Type 2-48 In. Diam w/Open Curb Face
Frame & Grate
7-05
EA
5
$ 6,000.00
$ 30,000.00
B7
Connect Proposed Structure to Existing Pipe
7-05
EA
1
$ 1,000.00
$1,000.00
B8
Structure Excavation Class B Incl. Haul
7-08
CY
350
$ 75.00
$ 26,250.00
B9
Shoring or Extra Excavation Class B
7-08
SF
5900
$ 1.00
$ 5,900.00
B10
Bank Run Gravel for Trench Backfill
7-08
TON
210
$ 50.00
$10,500.00
Bll
Gravel Backfill for Pipe Zone Bedding
7-08
TON
170
$ 50.00
$8,500.00
Total Schedule A (Roadway Improvements) $ 4,663,550.00
Total Schedule B (Drainage Improvements) $ 31 1,450.00
TOTALBIDAMOUNT= $ 4,975,000.00
*NOTE: All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1) and WAC 458-20-171.
SW 43rd Street, W C/Lto SR 167 Ramps
TED4004096
Page 5 of 5
Schedule of Prices
Addendum No. 5
July 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Failure to return this Declaration as part of the bid proposal package
will make the bid nonresponsive and ineligible for award.
NON -COLLUSION DECLARATION
1, by signing the proposal, hereby declare, under penalty of
pedury under the laws of the United States that the following
statements are true and correct:
1 That the undersigned person(s), firm association or corporation has
(have) not, either directly or indirectly, entered into any agreement,
participated In any collusion or otherwise taken any action in restraint of
free competitive bidding in connection with the project for which this
proposal is submitted
2. That by signing the signature page of this proposal, I am
deemed to have signed and to have agreed to the provisions
of this declaration.
To report rigging act vities cal
1-800-424-9071
The U S Department of Transportation (USDOT) operates the above toll -free
"hotline" Monday though Friday. 8:00 a m to 5 00 p m , eastern time Anyone
with knowledge of possible bid rigging, bidder collusion, or other fraudulent
activities should use the "hotline" to report such activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate
highway construction contract fraud and abuse and is operated under the
direction of the USDOT Inspector General. All information will be treated
confidentially and caller anonymity will be respected.
SR
SW 43rd Street, W C/L to SR 167 Ramps Project
TED4004096 Page 1 of 1
DOT F— 272-0761 EF
77Q011
Non -Collusion Declaration
2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Local Agency Name City of Renton
Local Agency Address
1055 South Grady Way Local Agency Subcontractor List
Renton, WA 98057
Prepared in compflance wffh RCW 39 30 060 as amended
To Be Submitted with the Bid Proposal
Project Name SW 43rd Street. W C/L to SR 167
Failure to ist subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the
work of structural steel installation, rebar installation heating, ventilation and air conditioning, plumbing, as described in
Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the same work will result In your bid being non-mponsive and therefore void.
Subcontractor s) w th whom the bidder will directly subcontract tha are proposed to perform he work of str d[ural stee insta Winn
-ebar installation testing, ventilation and air conditioning plumbing as described in Chapter 18 106 RCW, and electrical as
des-ribed in Chapter 19 28 RCW must be fisted below The work to be performed is to be listed be ow the subcontractors) name
To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is
,fisted below to perform such work, the bidder certifies that the work will either (i) be performed by the bidder itself, or (i) be
performed by a lower tier subcontractor who will not contract directly wrth the bidder
Subcontractor Name
Reed Trucking & Excavating, Inc.
Work to be performed
Rebar Installation
Subcontractor Name
Reed Trucking & Excavating, Inc.
Work to be perrormed
Structural Steel
Subcontractor Name
s a ,
Work to be performed
Electrical
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Bidder's are notified that it is the op nion of the enforoemenl agency that PVC o, metal candun, junction boxes, etc, are considered
e ectrica equipment and therefore considered part of electraal wank, even if the installation is for future use and no wiring or electrical
current is connected during the project.
DOT Form 271-015A
Ramsed 062020
SW 43rd Street, W C/L to SR 167 Ramps Project
TED4004096 Page 1 of 1
Local Agency Subcontractor List
2025
Provided to Bu_lders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
+.�.. APWA-WA Division 1 Committee
Proposal for Incorporating Recycled Materials into the Project
rev. 5/13/2022
In compliance with RCW 70A 205 700. the Bidder shall propose below, the total percent of
construction aggregate and concrete materials to be incorporated into the Project that are
recycled materials Calculated percentages must be within the amounts allowed in Section
9-03 21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the
Standard Specifications
Proposed total percentage
0%
percent.
Note Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03 1 of the Special
Provisions Regardless, the Bidder's stated proposed percentages writ become a goal the
Contractor should do its best to accomplish Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06 6 of the Special Provisions
Bidder R d Trucking & Excavating. Inc
Signature of Authorized Official,
Date August 5, 2025
SW 43rd Street, W C/Lto SR 167 Ramps Project Proposal For Incorporating Recycled Materials
TED4004096 Page 1 of 1 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•Ti
Contractor Certification
Wage Law Compliance - Responsibility Criteria
Washington State Public Works Contracts
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL
MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
I hereby certify under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has jM been determined by a final
and binding citation and notice of assessment issued by the Washington State Department of Labor and
Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully
violated, as defined in RCW 49.48,082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three
(3) years prior to the date of the Cal for Bids.
Bidder Name: Reed Trucking 8 Excavating, Inc.
Name of contractor/Bidder- Pnnt full legal entity name of fine
By: �� Dustin Wright
Signature of authorized person Print Name of person making certifications for firm
Title: Vice President
Tide of person signing certificate
Date: August 5, 2025
Form 272-009
0e120r 7
Place: Tacoma, WA
Pnnt city and state where signed
SW 43rd Street, W C/L to SR 167 Ramps Project Contractor Certification, Wage Law Compliance
TED40D4096 Page 1 of 1 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
";! PROPOSAL SIGNATURE PAGE
0.
SW 43RD STREET, W C/L TO SR 167 RAMPS PROJECT
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to
the Bid Documents:
Addendum No.
1
Date of Receipt
July 7, 2025
Addendum No.
N
Date of Receipt
July 28. 2025
2 July 22, 2025 4 July 29, 2025
5 July 30, 2025
NOTE: A Proposal maybe considered irregular and maybe rejected if the receipt of Addenda is not acknowledged.
The bidder is hereby advised that by signature of this proposal he/she is deemed to have
acknowledged all requirements and signed all certificates contained herein.
S;:�� August 5.2025Reed Trucking & Excavating Inc.
[Signature of Authorized Official] • [Business Name]
Dustin Wright
[Printed Name]
Vice President
[Title]
August 5, 2025
[Date]
11616 24th Ave E Tacoma, WA 98445
[Address Line 1]
[Address Line 2]
360-701-0997
[Telephone Number]
' NOTE: Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shall be
submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non -responsive
and the Bid may be rejected.
NOTE: The address and phone number listed above will be used for all communications regarding this proposal.
Type of business entity (e.g. corporation, partnership, etc.):
Corporation
State of Incorporation, or State where business entity was formed:
Washington
SW 43rd Street, W C/L to SR 167 Ramps Project
TED4004096 Page 1 of 2
Proposal Signature Page
2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
WA State Contractor's Registration # REEDTE1016JW
U BI # 601-915-034
Industrial Insurance Account # 983,104-00
Employment Security Department # 093121-0-04
State Excise Tax Registration # 601-915-034
DUNS # N/A
The Surety Company which will furnish the required Contract Bond is
Endurance Assurance Company 12890 Lebanon Road, Mount Juliet, TN 37122
[Surety] [Address Line 1]
615-553-9500
[Telephone Number] [Address Line 2]
SW 43rd Street, W C/L to SR 167 Ramps Project
TED4004096 Page 2 of 2
Proposal Signature Page
2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
J
L
'S PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] Reed Trucking & Excavating. Inc.
of [address] 11616 24th Ave E, Tacoma, WA 98445 as Principal, and
[Surety] Endurance Assurance Corporation a corporation organized and existing
under the laws of the State of Delaware as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with
municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City
of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said
Principal forthe work hereinafter described, for the payment of which, well and trulyto be made,
we bind ourselves and our heirs, executors, administrators and assigns, and successors and
assigns, jointly and severally, firmly by these presents.
The condition of the bond is such, that whereas the Principal herein is herewith submitting
his/her or its sealed proposal for the following public works construction project, to wit:
SW 43RD STREET, W Ch TO SR 167 RAMPS PROJECT
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be
awarded to said Principal, and if said Principal shall duly make and enter into and execute said
contract and shall furnish contract bond as required by the City of Renton within a period of ten
(10) days from and after said award, exclusive of the day of such award, then this obligation shall
be null and void, otherwise it shall remain and be in full force and effect.
IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of
Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or
Sureties approved by the City of Renton within ten (10) days from and after said award, then
Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and
forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200
and RCW 35.23.352.
This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington,
and venue shall be in King County, Washington.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this 5th day of August , 20 25
SW 43rd Street, W G/L to SR 167 Ramps Project Proposal Bid Bond to the City of Renton
TED4004096 Page 1 of 2 2025
PRINCIPAL
SURETY
Reed Trucking & Excavating, Inc. Endurance Assurance Corporation
[Principal] [Surety]
[Signature of Authorized Official]
0 LA:!N ksne' (.)r14 kil�
[Printed Name]
v «-,-- [Title]
8/05/2025
[Date]
Name and address of local office of
Agent and/or Surety Company:
Surety WAOIC #
Surety NAIC #
[Si nature of Authorized Official]
Julie A. Craker
[Printed Name]
Attorney -in -Fact
[Title]
8/05/2025
[Date]
Propel Insurance
1201 Pacific Avenue, Suite 1000
Tacoma, WA 98402-4321
Telephone: (253) 759-2200
500129
11551
SW 43rd Street, W C/L to SR 167 Ramps Project Proposal Bid Bond to the City of Renton
TED4004096 Page 2 of 2 2025
50MPOINTERNATIONAL POWER OF ATTORNEY
KNOW ALL BY THESE PRESENTS, that Endurance Assurance Corporation, a Delaware corporation ("EAC"), Endurance American Insurance Company, a Delaware
corporation ("EAIC"), Lexon Insurance Company, a Texas corporation ("LIC"), and/or Bond Safeguard Insurance Company, a South Dakota corporation ("BSIC"), each,
a "Company" and collectively, "Sompo International," do hereby constitute and appoint: Aliceon A. Keltner, Eric A. Zimmerman, James B. Binder, Brandon K. Bush,
Jacob T. Haddock, Jamie L. Marques, Carley Espiritu, Christopher Kinyon, Brent E. Heilesen, Anneltes M. Richie, Holli Lagerquist, Michael S. Mansfield, Donald
Percell Shanklin Jr., Karl Michelle Motley, Bryan Richard Ludwick, Tamara A. Ringeisen, Amelia G. Burrill, Katharine J. Snider, Justin Dean Price, Sherri W.
Hill, Lindsey Elaine Jorgensen, Alexa Manley, Lois F. Weathers, Terris L. Conard, Sarah Whitaker, Lori J. Kelly, Marian C. Newman, Wesley V. Dasher, Jr., Cherie
M. Boadle, Julie A. Craker, Travis J. Robles as true and lawful Attomey(s)-In-Fact to make, execute, seal, and deliver for, and on its behalf as surety or co -surety; bonds
and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations
relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Company for any portion of
the penal sum thereof in excess of the sum of One Hundred Million Dollars ($100,000,000.00).
Such bonds and undertakings for said purposes, when duly executed by said attomey(s)-in-fact, shall be binding upon the Company as fully and to the same extent as if
signed by the President of the Company under its corporate seal attested by its Corporate Secretary.
This appointment is made under and by authority of certain resolutions adopted by the board of directors of each Company by unanimous written consent effective the 30s'
day of March, 2023 for BSIC and LIC and the 17th day of May, 2023 for EAC and EAIC, a copy of which appears below under the heading entitled "Certificate".
This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the board of directors of each Company by
unanimous written consent effective the 30'h day of March, 2023 for BSIC and LIC and the 171h day of May, 2023 for EAC and EAIC and said resolution has not since
been revoked, amended or repealed:
RESOLVED, that the signature of an individual named above and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto
by facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect
to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, each Company has caused this instrument to be signed by the following officers, and its corporate seal to be affixed this 25th day of
May, 2023.
Endurance Assurance Corporatio Endurance American Lexon Insurance Company Bond uraSafeguard
%% dam^) /1 WInsuracpany„� �cpa�By: l J/f./G.f`('tA�_.`'•By:`/'L�� By: By:
Richard Appall; or Counsel Richard Appe�1�;,SNP�,Senior Counsel Ric and Appel; Senlrunsel Ric and AppeIi,SVP,• 8�enir
$Suran ,� can Ins 4�1NSt,
ce er 4. Rgtiy
-:4p 0EtPOT C�0'z ;���.QRPOI�•4j.•d,) ? f C9J•' A
i C, G 0 ••,G % i y G �'• N k0gam a �U • SOUTH : C
MAI, ; ° SEAL' `C) SEAL DAKOTA ; C
v t 2002 m : m • 1996 ' ° O ; INSURANCE C
:DELAWARE ° %j DELAWARE 'a3 0 ♦ ,mod p ' Z' COMPANY.............
OMPANY .
„..,,,,o...el '''�"„u„ °��ACKNOWLEDGEMENT ,re OF
On this 25th day of May, 2023, before me, personally came the above signatories known to me, who being duly swom, did depose and say that he/tlay't'�1o�icer of each
of the Companies; and that he executed said Instrument on behalf of each Company by authority of his ,fl,unnderth
ws of each Companyr `� �? Y • •. Qv
sur:
ac
By:
Amy TaylorMy Commisskn Expire 3/9%27;
CERTIFICATE ��tvyfi;
I, the undersigned Officer of each Company, DO HEREBY CERTIFY that: .,,,,,,.
1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of each Company and has not since been revoked, amended or modified,
that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of
attorney and of the whole thereof;
2. The following are resolutions which were adopted by the board of directors of each Company by unanimous written consent effective 3ffh day of March, 2023 for BSIC
and LIC and the 17'h day of May, 2023 for EAC and EAIC and said resolutions have not since been revoked, amended or modified:
"RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Company any and all bonds,
undertakings or obligations in surety or co -surety with others: RICHARD M. APPEL, MATTHEW E. CURRAN, MARGARET HYLAND, SHARON L. SIMS,
CHRISTOPHER L. SPARRO,
and be it further
RESOLVED, that each of the individuals named above is authorized to appoint attomeys-in-fact for the purpose of making, executing, sealing and delivering bonds,
undertakings or obligations in surety or co -surety for and on behalf of the Company."
3. The undersigned further certifies that the above resolutions are true and correct copies of the resolutions a r r d and a whole thereof.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 5th day of u ust 20 25
By:
Dante S. rie, a etary
No coverage is provided by this Notice nor can it be construed to replace any provisions of any surety bond or other surety coverage provided. This Notice provides information concerning
possible impact on your surety coverage due to directives issued by OFAC. Please read this Notice carefully.
The Office of Foreign Assets Control (OFAC) administers and enforces sanctions policy, based on Presidential declarations of "national emergency'. OFAC has identified and listed
numerous foreign agents, front organizations, terrorists, terrorist organizations, and narcotics traffickers as "Specially Designated Nationals and Blocked Persons". This list can be located
on the United States Treasury's websfte — httos.//www.treasury,goy/resource-center/sanctions/SDN-List.
In accordance with OFAC regulations, if it is determined that you or any other person or entity claiming the benefits of any coverage has violated U.S. sanctions law or is a Specially
Designated National and Blocked Person, as identified by OFAC, any coverage will be considered a blocked or frozen contract and all provisions of any coverage provided are immediately
subject to OFAC. When a surety bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premium refunds may be made without
authorization from OFAC. Other limitations on the premiums and payments may also apply.
Any reproductions are void.
Surety Claims Submission: LexonCiaimAdministration0somoo-inti.com
Telephone: 615-553-9500 Mailing Address: Sompo International; 12890 Lebanon Road; Mount Juliet, TN 37122-2870
CONSENT OF DIRECTORS
OF
REED TRUCKING & EXCAVATING, INC.
IN LIEU OF ANNUAL MEETING
Pursuant to the provisions of RCW 23B.07.040, the undersigned, being the sole member of the Board of
Directors of REED TRUCKING & EXCAVATING, INC., a Washington corporation, acting by unanimous
written consent to the taking of the action set forth therein.
RESOLVED: That the following named elected to all the offices of the corporation for the coming year, or
until their successors are elected and qualified: /
President: Shawn J. Reed��
Vice President: Dustin Wright Cam'
Secretary: Connie L. Gordon
RESOLVED: That all actions by officers of the corporation since the last meeting of the Board of Directors
are hereby ratified and confirmed.
RESOLVED: That the Corporation shall continue to create a budget and forecast for the coming year and
review spending and equipment paid off in 2021.
The execution of the Consent, which may be accomplished in counterparts, shall constitute a written
waiver of any notice required by the Washington Business Corporation Act or Corporation's Articles of
Incorporation and Bylaws.
DATED the 29`h of March, 2022.
haven J. Reed Pr /icTent
Dustin Wright, Vice President
Connie L. Gordon, Secretary