HomeMy WebLinkAboutMiles Resources, LLC. BIDDER
Miles Resources, LLC 0I,q `ry
400 Valley Ave. NE ` (.� 5 o �- c f L--'
Puyallup, WA 98372
Ph: 253-383-3585 r
/ _
Lic.: MI.LESRL897RK
i RENTON
OCT 142025
RECEIVED
CITY CLERKS OFFICE
.----
PROJECT
-�
City of Renton Public Works Department •
Oakesdale Ave SW Pavement Preservation
Contract No. STBGUL-1277(022)
Project No. CAG-25-278
Bid Date: October 14, 2025
Bid Time: 11:00 AM
SEALED BID ENCLOSED
City of Renton Public Works Dept.
City Clerk's Office. 7'1' Floor, City Hall
1055 South Grady Way
Renton, WA 98057
_ A
8. Bidders are not required to be in possession of a current City of Renton business license
in order to bid on City projects. However, Contractors and all subcontractors of all tiers
must be in possession of a current City business license while conducting work in the
City.
9. Bidding Checklist
Each bid must be submitted in a sealed envelope bearing on the outside the name and
address of the Bidder, and the name and number of the project for which the bid is
submitted. It is the responsibility of each bidder to ascertain if all the documents listed
below and in the Table of Contents are included in their copy of the Contract Provisions.
If documents are missing, it is the sole responsibility of the Bidder to contact the City of
Renton to obtain the missing documents prior to the date and time bids are due.
The following documents shall be submitted with the bid.
d Project Proposal Cover Sheet—The form included in these Bid Documents must
be used; no substitute will be accepted.
IY Proposal—The form included in these Bid Documents must be used; no
substitute will be accepted.
Er Schedule of Prices —The form(s) included in these Bid Documents must be used;
no substitute will be accepted. Bidders must bid on all schedules and items
shown on the Schedule of Prices. If any unit price is left blank, it will be
considered no charge for that bid item, regardless of what has been placed in the
extension column.
If( Local Agency Certification for Federal-Aid Contracts.
ENon-Collusion Declaration —The form included in these Bid Documents must be
used; no substitute will be accepted.
37 Local Agency Subcontractor List—This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and
complete the form to include with Bid. The DOT form, DOT Form Number and
revision date must match the form included in these Bid Documents, otherwise
the Bid will be considered irregular and non-responsive and the Bid will be
rejected.
Q/Proposal for Incorporating Recycled Materials into the Project—The form
included in these Bid Documents must be used; no substitute will be accepted.
12/Contractor Certification, Wage Law Compliance — Responsibility Criteria,
Washington State Public Works Contracts—This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete,
print, and sign the form to include with Bid. The DOT form, DOT Form Number
and revision date must match the form included in these Bid Documents,
otherwise the Bid will be considered irregular and non-responsive and the Bid will
be rejected.
ll DBE Utilization Form—This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid
Documents must be used; no substitute will be accepted.
Contract Documents Page 6
Oakesdale Ave SW Pavement Preservation September 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
® DBE Written Confirmation Form—This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid
Documents must be used; no substitute will be accepted. 14 45 l,..rS
C2/DBE Trucking Credit Form—This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid
Documents must be used; no substitute will be accepted.
El DBE Bid Item Breakdown Form—This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid
/Documents must be used; no substitute will be accepted.q i (A4.3
Q Proposal Signature Page - The form included in these Bid Documents must be
used; no substitute will be accepted. Evidence of 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 will be rejected.
G)/Proposal Bid Bond —The form included in these Bid Documents must be used;
no substitute will be accepted. If an attorney-in-fact signs bond, 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.
10. Contract Checklist
The following forms are to be executed by the successful Bidder after the Contract is
awarded.
❑ Agreement—The form included in these Bid Documents must be used; no
substitute will be accepted. Two originals shall be executed by the successful
Bidder.
❑ Contract Bond—The form included in these Bid Documents must be used; no
substitute will be accepted. Two originals shall be executed by the successful
Bidder and its surety company. This bond covers successful completion of all
work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-
fact signs bond, 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.
❑ Fair Practices Policy Affidavit of Compliance - The form included in these Bid
Documents must be used; no substitute will be accepted.
❑ Certificates of Insurance —To be executed by an insurance company acceptable
to the Owner, on ACORD Forms. Required coverages are listed in Section 1-
07.18 of the Special Provisions. The City of Renton shall be named as
"Additional Insureds" on the insurance policies as well as the entities listed in
Section 1-07.18(2) of the Special Provisions.
Contract Documents Page 7
Oakesdale Ave SW Pavement Preservation September 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
City of Renton
Contract Provisions for
Oakesdale Ave SW Pavement Preservation
III. PROJECT PROPOSAL
Contract Documents Page 10
Oakesdale Ave SW Pavement Preservation September 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROJECT PROPOSAL
Project: Oakesdale Ave SW Pavement Preservation
Federal Aid No: STBGUL-1277(002)
City Contract Number: CAG-25-278
Company: Miles Resources, LLC
Address: 400 Valley Ave NE
Puyallup, WA 98372
Phone Number: 253-383-3585
Fax Number: None
Total Bid Amount: $ a , I a 31 69-• 50
(Total of Bid Schedule)
Contract Documents Page 11
Oakesdale Ave SW Pavement Preservation September 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL
Oakesdale Ave SW Pavement Preservation
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 and 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)
ll/ 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 Price, 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 Standard Specifications.
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 80 working days.
Contract time shall begin on the first working day following the Notice to Proceed date.
Contract Documents Page 12
Oakesdale Ave SW Pavement Preservation September 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL (BID SCHEDULE-Oakesdale Ave SW, SW 34th St to SW 16th St)
Oakesdale Ave SW Pavement Preservation
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, i.e. to two (2) decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be
rejected as unresponsive. 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 Spec. Description Quantity Unit Unit Price* Amount
No. Section
1. 1-05 Roadway Surveying 1 LS $ I(i,IU0.00 $((e,11,0.00
2. 1-05 ADA Feature Surveying 1 LS $ 3,c610.00 $ 3,870.66
3. 1-07.15 SPCC Plan 1 LS $ a 5o,00 $ A56,60
4. 1-09 Mobilization 1 LS $ 1 a,DOd.00 $-LZ 600.06
5. 1-10 Work Zone Safety Contingency 1 FA $11,000 $11,000 6. 1-10 Pedestrian Traffic Control 1 LS $ 1,b50,QO $ '7,656.06
7. 1-10 Traffic Control Supervisor 603 HR $ I a 10 $-N,5gl•66
8. 1-10 Flagger 48 HR $ 7LJ .00 $ 3,55a.00
9. 1-10 Other Traffic Control Labor 1205 HR $ 53.06 $`O0,015.00
10. 1-10 Construction Signs Class A 126 SF $ A 6.06 $ 3,1SD.06
11. 1-10 Other Temporary Traffic Control Devices 1 LS $ %OM ,00 $ 3 D0b,00
12. 1-10 Sequential Arrow Board 1315 HR $ () .66 $g,547.5O
13. 2-01 SP Clearing and Grubbing 1 LS $505.00 $ 56rj.O0
14. 2-02 GSP Removal of Structures and Obstructions 1 LS $3g,b00,00 $3g,000.06
15. 4-04 Crushed Surfacing Top Course 315 TON $ 171.00 $53,$G5.0O
16. 5-04 Planing Bituminous Pavement 41500 SY $ (y_ 10 $Q53, 15b.66
17. 5-04 SP HMA CL 1/2" , PG 64-22" 4866 TON $ I Aa-00 $13,ta5A.00
18. 7-05 SP Adjust and Replace Utility Lid 4 EA $ (, /R0,0O $tf,(fS0.00
19. 8-01 Erosion Control and Water Pollution Prevention 1 LS $ 506,d0 $ 5b0, 00
20. 8-01 Inlet Protection 64 EA $ f3a.06 $(,,5a8.0b
21 8-02 Seeded Lawn Installation 19 SY $ Lj-a,0 d $ 7.1g.00
Contract Documents-Addendum#2 Page 13
Oakesdale Ave SW Pavement Preservation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL (BID SCHEDULE-Oakesdale Ave SW,SW 34th St to SW 16th St)
Oakesdale Ave SW Pavement Preservation
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, i.e. to two (2)decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be
rejected as unresponsive. 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 Spec. Description Quantity Unit Unit Price* Amount
No. Section
22. 8-02 SP Topsoil,Type A(8"Depth) 5 CY $ I,0,?(Q.QO $ 136• 06
23. 8-33 SP Synthetic Turf,Complete 1660 SF $ lb• 0 b $((e, (Pb6.06
24. 8-22 SP Plastic Crosswalk Treatment 9979 SF $ $ab(,%•-q.00
25. 8-04 Cement Conc.Traffic Curb and Gutter 159 LF $(pLt. 60 $ lb, (7(P•o0
26. 8-04 Extruded Curb 4256 LF $ a a•00 $ 3r 1�3a o0
27. 8-04 Cement Conc.Pedestrian Curb 121 LF $ (pA.00 $ 7,50a•Q9
28. 8-09 Raised Pavement Marker Type 2 6 HUND $ 95a.00 $ 6,71o?,00
29. 8-10 SP Traffic Separator with Flexible Delineator 59 EA $?1q'_60 $ (g,t ZI.00
30. 8-14 Cement Conc.Sidewalk 65 SY $ 101 .00 $14 51_6.06
31. 8-14 Cement Conc.Curb Ramp Type Combination 2 EA $a I84-00 $9,3(eg,00
32. 8-14 Cement Conc.Curb Ramp Type Perpendicular 7 EA $ (, r(04.00 $13,3 a8.06
33. 8-14 Cement Conc.Curb Ramp Type Parallel 1 EA $ 3 Ia0.d0 $3,I a0.00
34. 8-14 Cement Conc.Curb Ramp Type Bike 4 EA $ 420. $1, w0-00
35. 8-20 SP Traffic Signal System Modification- 1 LS $ $ n
.00
Oakesdale Ave SW&SW 27th St
36. 8-20 SP Traffic Signal System Modification- 1 LS $q6,1900.d0 $40, 10DO,oO
Oakesdale Ave SW&SW 20th St
37. 8-20 SP Traffic Signal System Modification- 1 15 $31,000.00 $Oakesdale Ave SW&SW 16th St 31 000 n()
38. 8-21 Permanent Signing 1 LS $a5,a06.00 $a 5,a00-60
39. 8-22 Remove Pavement Markings 1 LS $3,V0,00 $ 00
40. 8-23 Temporary Pavement Markings 1 LS $13 DOO.00 $13,006.O0
41. 8-22 Plastic Bicycle Lane Symbol 40 EA $ Ma.00 $I5,to -0.60
42. 8-22 Plastic Traffic Arrow 38 EA $ 3'1 a.00O $ � gq(e.0�
Contract Documents-Addendum#2 Page 14
Oakesdale Ave SW Pavement Preservation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL (BID SCHEDULE—Oakesdale Ave SW, SW 34th St to SW 16th St)
Oakesdale Ave SW Pavement Preservation
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, i.e. to two (2)decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be
rejected as unresponsive. 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 Spec. Description Quantity Unit Unit Price* Amount
No. Section
43. 8-22 Plastic Traffic Letter 14 EA $ /f a .00 $/,5(06-00
44. 8-22 Plastic Stop Line 330 LF $ / ?. 6 $4, ago.00
45. 8-22 Plastic Crosswalk Line 1100 SF $ /a .Db $13,a00•00
46. 8-22 SP Plastic Shared Lane Marking 2 EA $ 3C1'a.06 $ 7 L1.Od
47. 8-22 SP MMA Profiled Embossed Line 42000 LF $ L.' DO $110g,000•Ob
48. 8-22 SP MMA Crosshatch Marking 6000 LF $ 7.3O $- 9,'b0.b0
49. 8-22 SP MMA Crosswalk Line(Green) 1300 SF $ LI .06 $a-7I 36O.00
50. 8-22 SP MMA Transit Box(Red) 980 SF $ 2-! . 66 $Q0,50.00
51. 8-22 SP KCM Red and Yellow Curb Paint 90 LF $ , .CIO $ 5 L10, 66
Total Schedule (Oakesdale Ave SW, SW 34th St to SW 16th St)* $ 02, /a 3, V34.56
*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.
Contract Documents—Addendum#2 Page 15
Oakesdale Ave SW Pavement Preservation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Local Agency Certification for Federal-Aid Contracts
The prospective participant certifies by signing and submitting
this bid or proposal, to the best of his or her knowledge and
belief, that:
(1 ) No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract. the making of any
Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement. and the extension, continuation, renewal, amendment.
or modification of any Federal contract, grant, loan or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for making or entering into this transaction imposed
by Section 1352, Title 31. U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than S 10.000 and not
more than $100.000 for each failure.
The prospective participant also agrees by submitting his or her bid or proposal
that he or she shall require that the language of this certification be included in
all lower tier subcontracts, which exceed S100,000 and that all such
subrecipients shall certify and disclose accordingly.
DOT -A-1- 61UA_r
U, D11
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
I, by signing the proposal, hereby declare, under penalty of
perjury 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.
NOTICE TO ALL BIDDERS
To report rigging activities call:
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free
"hotline" Monday through 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.
sH
DOT Form 2/2-0361 EF
nnznii
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Washington State
IV Department of Transportation Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name Oakesdale Avenue SW Pavement Preservation - SW 34th St. to SW 16th St.
Failure to list 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-responsive and therefore void.
Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform 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 must be listed below.The work to be performed is to be listed below the subcontractor(s)name.
If RCW 39.30.060 requires a proof of license,the license number of that Subcontractor is required.To the extent the Project
includes one or more categories of work referenced in RCW 39.30.060,and no subcontractor is listed below to perform such
work,the bidder certifies that the work will either(i)be performed by the bidder itself,or(ii) be performed by a lower tier
subcontractor who will not contract directly with the bidder.
Subcontractor Name N/A
(and License Number if required)
Work to be performed Structural Steel Installation
Subcontractor Name Specialized Pavement Marking, LLC
(and License Number if required)
Work to be performed Rebar Installation
Subcontractor Name N/A
(and License Number if required)
Work to be performed HVAC
Subcontractor Name N/A
(and License Number if required)
Work to be performed Plumbing
Subcontractor Name West Coast Signal License #WESTCCS8928G
(and License Number if required)
Work to be performed Electrical
*Bidder's are notified that it is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered
electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical
current is connected during the project.
DOT Form 271-015 Revised 06/2025
•Previous Versions Obsolete•
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
APWA-WA Division 1 Committee rev. 5/13/2022
Proposal for Incorporating Recycled Materials into the Project
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: 1 (one) 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 will 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: Miles Resourc , C
Signature of Authorized Official:
Date: 10.14.20
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Washington State
WAllIk
� Department of Transportation
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 NOT 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 Call for Bids.
Bidder Name: Miles Resources, LLC
ame o ontractor/Bidder-Print full legal entity name of firm
7-
By: Joseph Harrison
Sign r o rized person Print Name of person making certifications for firm
Title: General Manager Place: Puyallup, WA
Title of person signing certificate Print city and state where signed
Date: 10.14.2025
Form 272-009
08/2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
OaWashington State g
Disadvantaged Business
Department of Transportation
Enterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal,
a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non-
responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly
demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the
proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected.An
example form has been provided on Page 3.The successful Bidder's DBE Utilization Certification shall be deemed a
part of the resulting Contract.
Box 1: Miles Resources, LLC certifies that the DBE firms listed below have been contacted
regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall
assure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.)
Box 2: Oakesdale Avenue SW Pavement Preservation - SW 34th St. to SW 16th St.
Column 1 Column 2 Column 3 Column 4 Column 5
Name of DBE Project Role Description of Work Dollar Amount Dollar Amount
(See instructions) (See instructions) (See instructions) Subcontracted to be Applied
to DBE Towards Goal
(See instructions) (See instructions)
N/A
Disadvantaged Business Enterprise 0% Total DBE Commitment Dollar Amount $0.00
Condition of Award Contract Goal Box 3 Box 4
5 Q By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet
the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with
Section 1-02.9 of the Contract
DOT Form 272-056 C
Revised 03/2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Instructions for Disadvantaged Business
Enterprise Utilization Certification Form
Box 1: Name of Bidder (Proposal holder) submitting Bid.
Box 2: Name of the Project.
Column 1: Name of the Disadvantaged Business Enterprise (DBE). DBE firms can be found using the Diversity
Management and Compliance System web page: httas I/wsdot diversitycompliance corn Repeat the name of
the DBE for each Project Role that will be performed.
Column 2:The Project Role that the DBE will be performing as follows;
• Prime Contractor
• Subcontractor
• Subcontractor (Force Account)
• Work sublet as Force Account must be listed separately.
• Manufacturer
• Regular Dealer
• Work sublet to a Regular Dealer must be listed separately.
• Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity,
Washington State Department of Transportation, on each Contract.
• Broker
• Work sublet to a Broker must be listed separately.
List each project role to be performed by a single DBE individually on a separate row. The role is used to
determine what portion of the amount to be subcontracted (Column 4) may be applied toward meeting the goal
(column 5).
Column 3: Provide a description of work to be performed by the DBE. The work to be performed must be consistent with
the Certified Business Description of the DBE provided at the Diversity Management and Compliance System
web page https.iiwsdot.diversitycompliance corn
• A Bidder subletting a portion of a bid item shall state"Partial"and describe the Work that is included.
• For example; "Electrical (Partial) —Trenching".
• "Mobilization"will not be accepted as a description of Work.
Column 4: List the total amount to be subcontracted to each DBE for each Project Role they are performing.
Column 5:This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting
the COA Contract goal. It may be that only a portion of the amount subcontracted to a DBE in Column 4 is
eligible to be credited toward meeting the goal See Note 1, Note 2, Note 3.The Contracting Agency will utilize
the sum of this column (Box 4)to determine whether or not the bidder has met the goal. In the event of an
arithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in column
four, See Note 1, Note 2, Note 3, then the mathematics will be corrected and the total (Box 4)will be revised
accordingly.
Note 1: For Work sublet as Force Account the bidder may only claim 50%of the amount subcontracted (Column 4)
towards meeting the goal (Column 5). This information will be used to demonstrate that the DBE contract goal
is met at the time that the bidder submits their bid. For example; amount sublet as force account= $100,000
(Column 4) equates to ($100,000 X 50%) = $50,000 (Column 5)to be applied towards the goal.
Note 2: For Work sublet to a Regular Dealer the bidder may only claim 60%of the cost of the materials or supplies
(Column 4)towards meeting the goal (Column 5). For example; Material cost= $100,000 (Column 4) equates
to ($100,000 X 60%) = $60,000 (Column 5)to be applied towards the goal
Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting the
goal (Column 4). For example; amount sublet to a broker= $100,000 (Column 4) equates to ($100,000 X
reasonable fee %) = $ (Column 5)to be applied towards the goal.
Box 3: Box 3 is the COA Contract goal which is the minimum required DBE participation. The goal stated in the
Contract will be in terms of a dollar amount or a percentage in the Contract. When expressed as a percentage
you must multiply the percentage times the sum total of all bid items as submitted in the Bidder's Proposal to
determine the dollar goal and write it in Box 3. In the event of an error in this box, the Contracting Agency will
revise the amount accordingly.
Box 4: Box 4 is the sum of the values in column 5. This value must equal or exceed the COA Contract goal
amount written in Box 3 or;
Box 5: Check Box 5 if insufficient DBE Participation has been achieved and a good faith effort is required. Refer to the
subsection titled, Selection of Successful Bidder/Good Faith Efforts(GFE) in the Contract.
See the Disadvantaged Business Enterprise Participation specification in the Contract for more
information.
DOT Form 272-056
Revised 03/2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
ANIL
*j Washington State Disadvantaged Business
Department of Transportation Enterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal,
a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non-
responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly
demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the
proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected.An
example form has been provided on Page 3.The successful Bidder's DBE Utilization Certification shall be deemed a
part of the resulting Contract.
Box 1: A Plus Construction Company certifies that the DBE firms listed below have been contacted
regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall
assure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.)
Box 2: US 395, Spokane City Limits to Stevens County Line - Paving and Safety
Cdumn 1 Column 2 Cdumn 3 Cdumn 4 Cdumn 5
Name of DBE Project Role Description of Work Dollar Amount Dollar Amount
See instructions) See instructions) See instructions) Subcontracted to be Applied
to DBE Towards Goal
See instructions) See instructions)
A Plus Construction Prime Asphalt and concrete paving,asphalt milling,prelevelmg Iv.� 900,000
Company and pavement repair
In the Line Services,Inc. Subcontractor(Force Crack sealing 20,000 10,000
Account)
In the Line Services,Inc. Subcontractor Guideposts.Joint seal,pavement markers,temporary 200,000 200,000
signage.construction sign installation
The Regular Dealer Rental and sales of highway construction and related 100.000 60,000
Everything Guys,LLC equipment and materials
Optimta Prune Trucking, Subcontractor Dump Trucking 50,000 50,000
Inc.
Metalheads,Inc. Manufacturer Dowel Bars
75,000 75,000
Erosion Under Control Broker Erosion control blankets,straw hales and waffles,sand bags 15,000 250
Co.
Disadvantaged Business Enterprise 356,968.16 Total DBE Commitment Dollar Amount 1,295,250
Condition of Award Contract Goal Box 3 Box 4
5[By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet
the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with
Section 1-02.9 of the Contract
DOT Form 272-056
Revised 03/2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Enterprise Disadvantaged Business (DBE)
fa
Washington State g
Department of Transportation Written Confirmation Document
See Contract Provisions: DBE Document Submittal Requirements
Disadvantaged Business Enterprise Participation
THIS FORM SHALL ONLY BE SUBMI fl ED TO A DBE THAT IS LISTED ON THE CONTRACTOR'S
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE.
PART A: To be completed by the bidder
The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise
Utilization Certification. Failure to do so will result in Bid rejection.
Contract Title: Oakesdale Avenue SW Pavement Preservation - SW 34th St. to SW 16th St.
Bidder's Business Name: Miles Resources, LLC
DBE's Business Name:
Description of DBE's Work: N/A
Dollar Amount to be Applied Towards DBE Goal:
Dollar Amount to be Subcontracted to DBE*:
'Optional Field
PART B: To be completed by the Disadvantaged Business Enterprise
As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been
contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described
above. If the Bidder is awarded the Contract,we will enter into an agreement with the Bidder to participate in
the project consistent with the information provided in Part A of this form.
Name (printed):
Signature:
Title:
Address: Date:
DOT Form 422-031
Revised 07/2016
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Washington State Disadvantaged Business Enterprise
�1 Department of Transportation (DBE) Bid Item Breakdown Form
1 Contract Number 2 Contract Name
CAG-25-278,Fed Aid STBGUL-1277(002) Oakesdale Avenue SW Pavement Preservation -SW 34th St. to SW 16th St.
3 Prime Contractor 4. Prime Contractor Representative Name
Miles Resources, LLC Joseph Harrison
5 Prime Contractor Representative Phone Number 6 Prime Contractor Representative Email
253-383-3585 Joe.Harrison@milesresources.com
Column 7 Column 8
Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Total UnitDollar Amount
Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied
(See Instructions) (See Instructions) (See iostructons) (See Instructions) (See Instructions) (See Instructions) Towards Goal
(See Iretrrcticns)
(See Instructions)
N/A
Subtotal: s o 0o soon
Total Unit Dollar Amount
Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied
Towards Goal
Subtotal: $0 00 $0 00
Total Unit Dollar Amount
Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied
Towards Goal
Subtotal: s o 00 $o 00
Total Unit Dollar Amount
Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied
Towards Goal
Subtotal: $o0o $0.00
TOTAL UDBE Dollar Amount: $0.00 $0 00
DOT Form 272-054
Revised 09/2020
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Instructions for Disadvantaged Business Enterprise(DBE) Bid Item Breakdown Form
Box 1: Provide the Contract Number as stated in the project information webpage.
Box 2: Provide the Name of the project as stated in the project information webpage.
Box 3: Provide the Name of the bidder (Proposal holder) submitting Bid.
Box 4: Provide the name of the prime contractor's representative available to contact regarding this form.
Box 5: Provide the phone number of the prime contractor's representative available to contact regarding this form.
Box 6: Provide the email of the prime contractor's representative available to contact regarding this form.
Column 1: Provide the Name of the Disadvantaged Business Enterprise (DBE) Firm. DBE Firms can be found using the
search tools under the Firm Certification section of the Diversity Management and Compliance System
(DMCS)webpage https://wsdot.diversitycompliance.corn.
Column 2: Provide the Bid Item Number(as it appears in the engineer's estimate bid check report) available on the project
information webpage.
Column 3: If the DBE is performing only part of the bid item, mark"Partial". If the DBE is performing the entire bid item,
mark"Complete".
Column 4: Provide the estimated quantity for the specific bid item. For trucking firms, use hour or another unit of measure.
Column 5: Provide a description of the work to be performed by the DBE.
Column 6: Provide the price per unit and specify the type of unit used. For trucking firms, use hour or another unit of
measure.
Column 7: Provide the estimated total unit cost amount per bid item.
Column 8: Provide the amount of the bid item being used to fulfil the DBE goal. The work to be performed must
be consistent with the Certified Business Description of the DBE provided in the DMCS webpage https://wsdot.
diversitycompliance.com. Mobilization up to 10% is acceptable. If mobilization is more than 10% additional information
and/or justification may be requested. The total amount shown for each DBE shall match the amount shown on the DBE
Utilization Certification Form.
Use Additional Sheets if necessary.
DOT Form 272-054
Revised 09/2020
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Washington State
Disadvantaged Business Enterprise
WF Department of Transportation (DBE)Trucking Credit Form
PART A: TO BE COMPLETED BY THE BIDDER
This form is in support of the trucking commitment identified on the DBE Utilization Certification Form submitted with the proposal.
Please note that DBE's must be certified prior to time of submittal.
Federal Aid# Contract# Project Name
STBGUL-1277(002) CAG-25-278 Oakesdale Avenue SW Pavement Preservation
If listing items by hours or by lump sum amounts, please provide calculations to substantiate the quantities listed.
Bid Item Item Description
N/A
Use additional sheets as necessary.
Bidder Name/Title(please print)
Miles Resources, LLC Joseph Harrison/Gene I Manager
Phone Fax Signature
253 383-3585 N/A
Address
400 Valley Ave NE
Puyallup, WA 98372 I certify that bove ormation is complete and accurate.
Email Date
Joe.Harrison@milesresources.com 10/14/2025
PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM
Note: DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the
materials being hauled unless the trucking firm is also recognized as a supplier of the materials used on the project and approved
for this project as a regular dealer.
1.Type of Material expected to be
hauled?
2. Number of fully operational trucks Tractor/trailers: Dump trucks:
expected to be used on this project?
3. Number of trucks and trailers owned by Tractor/trailers: Dump trucks:
the DBE that will be used on this
project?
4. Number of trucks and trailers leased by Tractor/trailers: Dump trucks:
the DBE that will be used on this
project?
DBE Firm Name Name/Title(please print)
None used
Certification Number
Phone Fax Signature
Address
I certify that the above information is complete and accurate.
Email Date
DOT Form 272-058
Revised 09/2020
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Submit this form to in accordance with section 1-02.9 of the Contract.
Instruction to Bidder:The Bidder shall complete and submit the Disadvantaged Business Enterprise (DBE)Trucking Credit
Form in accordance with Section 1-02.9 of the Contract.
INSTRUCTIONS
Please note—All Fields are required
PART A: TO BE COMPLETED BY THE BIDDER
Federal Aid: Include the project federal-aid number.
County: Specify the County where the project will take place.
Contract#: Specify the Project Contract Number which can be found in the Engineer's estimate bid check report.
Bid Item: Provide the Bid Item Number (as it appears in the engineer's estimate bid check report)for which trucking
services will be utilized.
Item Description: Provide description of the bid item (as it appears in the engineer's estimate bid check report)for which
trucking will be utilized.
Bidder: In this section, provide the bidder's legal name, title, Business address, Phone and email.
The bidder's representative signature is required in addition to the date the form was signed.
PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM
Question 1: Specify type of material that will be hauled (i.e. Sand, HMA, gravel)
Question 2: Specify the total number of operational trucks that will be used on the project.
Question 3: Specify the total number of operational trucks and trailers owned by the DBE that will be used on the project.
Question 4: Specify the total number of operational trucks and trailers leased by the DBE that will be used on the project.
DBE Firm: In this section, provide the DBE Firm's legal name, DBE Firm's representative legal name and title, certification
Number(Found in the firm's OMWBE Profile page in the OMWBE directory), Business address, Phone, fax and email.
The DBE Firm's representative signature is required in addition to the date the form was signed.
DOT Form 272-058
Revised 09/2020
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Ails
Washington State
�1 Department of Transportation Bidder Questionnaire
Agency Name Federal Aid Number
City of Renton STBGUL-1277(002)
Prime Contractor Name Contract Number
Miles Resources, LLC CAG-25-278
Contract Name
Oakesdale Avenue SW Pavement Preservation-SW 34th St.to SW 16th St.
Firm/ Address DYi NAICS
Subcontractor Race Gender Scope of Work Firm Age Firm Gross Receipts '
Name (incl.Zipcode► Status Codes
Eugene William 3008 Bad Ct SE 424720
Asphalt LLC Salem.OR 97317 DBE Black American Male 484220 Aspnpn oil supply 3 Years $6-10 MM
Net-Compliance 2112 E 281h St Vancouver, Asian-
Environmental Service« WA 98661 DBE Pacific American s 562910 Slab Saw Asphalt 22 Years 61-3 MM
O'Bunco 33650 6th Ave S Suite
Engineering 102,Federal Way,WA DBE African American Male 5413701 Surveying 27 Years $6-10 MM
International 98003
Gorounstrnductio Up n In Roadc. 1107 140 CT E
Sumner,WA98390 140f1-0BE White Male 237310 Asphalt Milling 34 Years $10.20 MM
C
The Bag Lady Inc. 11124 Vevey Ave E DBE White Female 516730 Erosion Control 33 Yvan $1-3 MM
Puyallup.WA 98372 Installation
Nor811lne Surveying 1580 Port Dr Burlington, Non.DBE White Male 541370 Roadray Surveying 6 Years $1-2 MM
WA 98233
The VanDeveer Corp. PO Box 1582 Woodinville Synthetic Turf Material
DBA Synthetic Turf WA 98072 Nan-DBE White Male 238990 Suplies&Installation 29 Years 510.30 MM
Northwest
r
AAA ContrsCors Inc. 24816 Pacific Hwy S Asian- 237310 Retain Walls.Dump 72 Years $3-8 MM
Kent,WA 96032 DBE Pacific American Male Trucking.Excavating
18044 SE 224th Kent
G8G Inc WA98042 DBE Hispanic American Female 238210 Electrical 32 Years 56-10 MM
Specialized 11095 SW Industrial Nan-DBE White Pavement Marks 27 Years Greater than
Pavement Marking Way Tualatin OR 987062 Made 237310 Remove Pavement 530.72 MM
1 l
!f you have addd,onal or Subcontractors that submitted Bids please complete additional forms.
General Manaal?r 10.14.25
t
Rite Contra• pie a Title Date
DOT Form 2 e 4
•P ns Obsolete•
sided to Builders Exchange of WA, Inc. For usage Conditions Agreement nee www.bxwa.curt: Always Verify Scat
i■M.
Washington State
W� Department of Transportation Bidder Questionnaire
I Agency Name Federal Aid Number
ICityof Renton STBGUL-1277(002)
Prime Contractor Name Contract Number
Miles Resources, LLC CAG-25-278
Contract Name
Oakesdale Avenue SW Pavement Preservation-SW 34th St. to SW 16th St.
Firm/ j
Subcontractor Address DBE Race Gender NAILS Scope of Work Firm Age Firm Gross Receipts
Name (Incl.Zipcode) Status Codes
Salinas 7804 40th Ave W Wukiteo. DBE Hispanic American Mee 237310 Concrete network 46 Years 120-30.72 MM
Construction Inc WA 98275
Sebastian GC Inc 3310 250th PI Kent. Non-DBE Hispanic American Male 237310 Concrete Flatwork
WA 98032 3 Years 51-3 MM
ASH Roadwurx 26819 173rd ST E Buckley, White
WA 90321 OBE Female 237310 Asphalt Paving 2 Yeas Less Than$1 MM
Lee's Demolition 10202 Pacific Ave S
LLC Tacoma WA 98444 DBE Black American Male 237310 A4ust of iron 4 Years $1-3 MM
-
Wilson Concrete j Pp Box 275 Enumclaw,
Construction Inc WA 98022 Non-DBE White Male 237310 Concrete-Curb/ 23 Years =10-20 MM
Sidewalk..Ect.Ect. Gutter
Transportation 6917 166th Ave E Sumner,
Systems Inc. WA 98390 Non-OBE White Male 236210 Electrical 17 Years sit MM
West Coast 20111 208th Ave SE Renton.
I Signal Inc. WA 980� Non-OBE White Male 238210 Electrical 13 Years $3-6 MM
If you have addition* irr,s or Subc ctors that submitted Bids please complete additional forms
General Manager 10.14.25
P lyre Cone: a we Date
DOT Form 2 ' 2 Revi 9/2024
•Previous dons Ob leto•
.ided to Builders Bxchange of WA, Inc. For usage Conditions Agreement see www.bxwa.car. - Always Verify Scal
Form Instructions
The following information on each firm that submitted a bid is required as part of part of 49 CFR 26.11(c)(2)
Firm/Subcontractor Name:Enter the name of each firm or subcontractor who submitted a quote or a bid on the contract
Address:Enter the date the main address of the firm/subcontractor.Include the zip code
DBE Status:Enter the DBE status.Options are DBE and Non-DBE
Race:Enter the race of the majority Owner Options are"Black American", "Hispanic American", "Native American","Asian-Paci is American","Subcontinent Asian
American".and"White".N/A should only be used if there is not a majority owner such as when the Firm is a corporation.
Gender:Enter the gender of the majority Owner Options are"Female"and"Male" N/A should only be used if there is not a majority owner such as when the Firm is a
corporation.
NAICS Codes:Enter the appropriate NAICS Codes for the work the bid was submitted.
Scope of Work:Enter the scope of the work the bid was submitted for.
Firm Age:Enter the age of the Firm.
Firm Gross Receipts:Enter the annual gross receipts.Options are"Less than$1 million". "$1-$3 million","$3-$6 million", "$6-$10 million","$10-$20 million","$20-
$30 72 million". "Greater than$30.72 million"
Prime Contractor Representative:The name of the person who filled out the form.
DOT Form 272-022 Revised 09/2024
•Previous Versions Obsolete•
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL SIGNATURE PAGE
•
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum No. Date of Receipt Addendum No. Date of Receipt
1 10/2/2025 4
2 10/3/2025 5
3 10/8/2025 6
Note:a Proposal may be 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.
Miles Resources, LLC
[Signat o orized Official]* [Business Name]
Joseph Harrison 400 Valley Ave NE
[Printed Name] [Address Line 1]
General Manager Puyallup, WA 98372
[Title] [Address Line 2]
10/14/2025 253-383-3585
[Date] [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-
resp4nsive ans!the_Bisl willbe rejected.
Note:The address and phone number listed will be used for all communications regarding this Proposal.
Type of business entity(e.g.corporation, partnership, etc.)
LLC (S-Corp)
State of Incorporation,or State where business entity was formed:
Washington
Contract Documents Page 31
Oakesdale Ave SW Pavement Preservation September 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
WA State Contractor's Registration# MILESRL897RK
UBI# 602 870 349
Industrial Insurance Account# 183,696-00
Employment Security Department# 596637000
State Excise Tax Registration# 602 870 349
DUNS# 961678013
The Surety Company which will furnish the required Contract Bond is:
Liberty Mutual Insurance Company, 1001 4th Ave Suite 3700
[Surety] [Address Line 1]
253-254-7015 (Agent) Seattle, WA 98154
[Telephone Number] [Address Line 2]
Contract Documents Page 32
Oakesdale Ave SW Pavement Preservation September 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS,That we, [Bidder] Miles Resources, LLC
of[address] 400 Valley Ave NE. Puyallup. WA 98372
as Principal, and [Surety] Liberty Mutual Insurance Company
a corporation organized and existing under the laws of the State of Massachusetts
as a surety corporation, and qualified under the taws 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 amount of the
proposal of said Principal for the work hereinafter described,for the payment of which,well and truly
to 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 this 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:
Oakesdale Ave SW Pavement Preservation
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 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 7th day of, October 20 25
Contract Documents Page 33
Oakesdale Ave SW Pavement Preservation September 2025
s
PRINCIPAL SURETY
Miles Resources, LLC Liberty Mutual Insurance Company
[PRINCIPAL] [SURETY]
[Signature u zed Official] [SIM ure of Authorized Official]
•
05 t a✓ i Jamie L. Marques _
[Printed Name] [Printed Name]
&.eh cruel go J!i 1,K Attorney-in-Fact
[Title] [Title]
10/07/2025 10/07/2025
[Date] [Date]
Name and address of local office of Propel Insurance
Agent and/or SURETY Company: 1201 Pacific Ave, Suite 1000
Tacoma, WA 98402
Telephone: (253) 759-2200
Surety WAO I C# 733
Surety NAIC# 23043
Contract Documents Page 34
Oakesdale Ave SW Pavement Preservation September 2025
•
:',..'",,'"?':-..,;.:.::. • ,
.4-. ,",. t'' e' •y ' 1 Y"1�� `� t _ ;5t 4 t5'6 '4; � s'sF".
` V Y{
;� v• > lfrf„ t ;r' J f - • 'r„ 4 .. , � ay.
1 N,,� � —�+�.�. �v;3" to\Fy �r Y + 'f, .rtw.5 3 * ��(,•_ a6 * . 99 t's;,.•-rt W r,,
., , —tp '' N • S $ :, r • 7' '! ‘' sal rm, + t �.tea' �`=
-.� 4`
1}G _ cY 0,,i rpi
•
•
•
: ::: :n eso ..; txr ir
".0.tr rN .• : Y : ., _74. G ,, „ -; ., • d - , � t r tsr`r: ` r -' ;'s'°�'y i ,. t 4 y Sa•a � ,[ X �`..,'.. -. maxY p " f.`-Y"` „V, t -ram .� ,•r. J Ha. - fr 3 ,. 2< . ; r ' ; .. y ' " "yx $ r + dw `q !, ^ i
• ••
r_ } ', : n4t5 "36r,u3� : . : '. , ;. " �j:;_ '{ ,Si'� *c -;r
Irt:
L.
�cP,,..s"�•tzv'xy fi�:aw-+a-' s?". -. 'i 1�Y F a..:',`.•�`k''�'''�X'r&`�-`?•-. ry`y
b• ,aqYkI'".3,a
•
'y�V'•t K i,t, J.. •
ttiE e
i}r"
•
Ai.
•
sa' y �„ a"h.•, �• lt. "fit T-. K '� ""iiry ,� e.� 'L.. qcamfy . E ^ -firh f S - ' i s' �l - . 44,# f kt ' 4P'r - 'p5•;{�•i t,'71. S ` t i �} 'YX r Kun ; t tr S 'ErX
x ' 5 n E 6 f "-r, tS•' ,''': ''" a r r a e _ f
•
•
•
•
•
i.
•
et
•
•
.rR L . ,`1.;rr h., a °e v", a a �, - r.' ,. t :.,cJys ' ''d°.s bk `. d "� ...' : _s r . 7 ,.' ;xw o ,t l� ;1 r- yet y-• ' £ d a� y }'''~� ;'�' s r � 'q IraF Si -;4. �Z T k r .y'f - 4• c x (Y-ilx Ly ' � �`�'�"L g y .�1- :F axtx Mj .�y , ! It > -t a e ` r. r• � r+ v ,,v t. 1 � .' fii ^ir .'FK ' "' �C d af ', i w .. - <
4 p� � > _ w t + 'w
•
•
v• .
C - � -.7•� ; --'' ! - X ; � a 42s„ om ;A_-„ t or"ry7J :- d'' '..q• i �-r ` - e P•' -. w 4Z Z u L{ sq _�ry 1,3 ` 1-. -. ' 2 -Yi 't ' ' a # '.F1 ,"t _'...
Y 'E.. ty . < ! {*s " � :r. 5 ""• . tnY ti,.fi w i ,. ,t' r ''" s , t i5,�.� ai v - 4_ i'T w,m< . -; N,• ) , ` y s: I
•
•
+ Rt
+s it �x+ .".."k tl
wr
,i k �� LibertyPOWER OF ATTORNEY
0Mutual® Liberty Mutual Insurance Company Certificate No: 8214732-023049
SURETY The Ohio Casualty Insurance Company
West American Insurance Company
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aliceon A.
Keltner;Amelia G.Burrill;Annelies M.Richie;Brandon K.Bush;Brent E.Heilsen;Carley Espiritu;Charla M.Boadle;Christopher Kinyon;Donald Percell Shanklin,
Jr.;Edward Sims;Eric A.Zimmerman;Holli Lagerquist;Jacob T.Haddock;James B.Binder;Jamie L.Marques;Julie A.Craker;Justin Dean Price;Kari Michelle
Motley;Katharine J.Snider;Lindsey Elaine Jorgensen;Lois F.Weathers;Michael Mansfield;Sarah Whitaker;Tamara A.Ringeisen;Thomas Buell;Travis J.Robles
all of the city of Tacoma state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make,
execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 9th day of September , 2025 .
Liberty Mutual Insurance Company
, 1NSU, POSY INS/ a \NSU�pq The Ohio Casualty Insurance Company
sr 2ooaPotra4' eo=o°a°°R4,-`ty� `0•2G°aP°N). 4'' West American Insurance Company
ui iss
)- ; 1912y o 0 1919 111 f 1991 la,#/
/y 4, 0 6O uit
N ~dV19o..CHU5�.aa SO NAMPS��Q L� ! 'oiewP D* O O
9j7 * *XX dy1 * 0.4 s''M * *Xd By: .�U
03
co Nathan J.Zangerle,Assistant Secretary c
�' c`o State of PENNSYLVANIA
2 a) •
County of MONTGOMERY SS o >,.
o = On this 9th day of September , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0
as Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes
2' therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >0
ca IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O
c0 P pq� -'_
O L Q��MpNwF TFC Commonwealth of Pennsylvania-Notary Seal �`
.22 a O 4ty o- "0,.o (y Teresa Pastella,Notary Public CO.El
O Montgomery county E
O 22 OF My commission expires March 28,2029 By: O E
T7
O qo,.y,_ OP Commission number 1126044 V ,_
O.,-•� 4,t "�'S'Oi so Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public Q O
rnN 4RYPt0 po
cm
4? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3°No
0• Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: li N
M
L.a ARTICLE IV—OFFICERS:Section 12.Power of Attorney. L co
o as Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the v o
32 President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety o fD
co c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall-o 3
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such o a)
z instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the m
provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. a
ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation—The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such
attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and
other surety obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do
hereby certify that the original power of attorney of which the forgoing is a full,tale and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 7th day of October ,2025 •
P,1NSURq\ 1.01 INSG d 1NSU,44
4 4oaPof?, 4.� (Jr`,:Poryq,z, y� =ooaPoR446
= it
1912 0 0 1919 l' 1991
tl+ ►�-
sy:y y a By•dj5s ° a olAMPS 'es ° N" .4. Renee C.Llewellyn,Assistant S ecretarye�* ' *
LMS-12873 LMIC OCIC WAIC Multi Co 02/24
•
tt * ;
4]^fit d
t H �,,� • •
"��' `t t ,t�xti+ti' �,s '5 r : 4 .. M t ; f9c
�'"7? V
� i �yg,,t_#1 ya} ,,rt A� - -.,w + ',-Iky-"
x i - t",.y*,.,. „�,, , X. r x., - tS 'sr v yr +i ire s f ` ;
i'k ''.., t ri "Zi'ai rr{= i s _ .7'. '31'•7"a� t-.�,,y :' -ilf;,�sk.{
T.
�^..x s :"fir r.r' fri .•� R � •v .„ s � N i a
k.' 4 . '"v^a ' -'x X" 'kx'r.3 k •,i?: 'L fin, - ••; ,r .h. •�
,tag 't ..+ ri • [ .:p , l s 1
.. 1'eXS xti .. r A}ia4", ..: ''%1 {'-
v� ,.a
.. r�,�"a H�� + � 9 �of ; N • .II1y. p,
'�•' w 1�y��g r sr '''+„
s � � i;.7, iI� ''° t'F`. �4.3 � 'T ry ""R ri +'rtr-�." tea' ,..a'r'e.:'
y"� - r £ i N,�`hU , . _ • - *...t .4 .i. s• , •. ;'�".R - R fi : `
r:' �' I ti"Idy1k4 g'• - 1 •F s - F ,•-9 1 '
lw: " a } k � : astir. i,h'. P m' s t- r 3 3 _ ,' ,+.
,} ,.+r ,,r,1 '.S� - i�'' , }f. ti y '^"rzw. iY a ''lw F ((3
d tt `hP f ` - � �` � YrS j F1 ' 7 j r• ,fie " -."aa "I •c.5 ,& iu't n ,.'� x/ 9" '_: +
xF a �� ,r@M BA r .r7 • sf ✓S r a 'i `3.{ r-j i �`1,.
x { ••• 3 t'
-yP 1 S-�' n�fw;r x� ta,M1 3 t.�a l -r J.'- • • - K + R { ,-T.� -.'F;,:
1�° �f� t -Y, • y t-
y wvf S 4 rf C "` - - v • hr� �" �- c .
'Fls`,,y '' .+,Y., :t ,4 4yis1 �,.Th1C. t x y Y � s?a i'
•
Syr x • •c '* Y`'t''�,i.�`" .b,-.,y`•a-`t"ha t �j. N: as itf z t" r .5•" 4 d.:
°at f - fir, a ..-•Y it t ,� .Q ''„ .
F C- - r'i✓ ttt: •• r''3�,j' r t w� t�M � l
r, y 3� ' • ems r �,
, '''-Pr''': :yF k y. q•44 ;,.yy{i �. -. tom - .:- T••
f. .LS ' 'V�
T �Fs kA - + N��.. rt ""Rk�t� - f • '4�. �`. _ f Tr,'xT"' hi ' ' 'r yt.h5'-•
ar i.r r y,:1, ' ''{ k'.'. ' t :+�-
rr �gs`i xL + • iq� "n: r s fr d e
��, � � =le ¢ .!"i -1 G^.� r t•" t L a L"S • :r` -rY' i
"v,Pry�.. +p �.. ..,'<• rf 5r F �1 F. y, .W " 'st`•fn a s a b ��-ir�� s���'' .
b k k .r L .. r �� t iL # _ yea l
d ' � r • "F nt."i.yt•WU '�7• ,' SF Y. {(,'M '�' ��+, f ,3'
� $nK..L J:' xilife ts+ g71tid • _ % rC '�y'� ylt�' fr+i. ,
•
5 r{�1 :y S� .t �' '�,'. 7 _ - �F•.li,.q • Via. +Y.', r� .' '-•'-�' rt .,..,
,r '>{ ,Yj,,4 i," a `',• �^#`4: .t --•,` j�):*"'-_vsv - ;,/. ,4y�_�} -v•` ,.'-F.y,t J ''1 a '` ,, k '�' 1F
' s 1•€�=-`ee'sr in:-y"rF'�u"p2'�s 7,.�, ,j•,q�~ `s':� ,l_3�;/,sd�2 —_.r—am _. 1+ y
r. ' f
Crr-
-
,y f
p.t
•
.r Y ,!°'� cJF04 4 -t �s` Ka ' ` l$ t ,. :,-'koQ _ . 77 �Fi Y ` s� .7,r � 'f� r ` r i 'y„�°, I J�7a. ";yn� - - v•t e}1.c6 � � t ,+4� s1 'I sa . `" 4 � i ` 'a , �, 454 'i . y':• . + ' ..': ' ai t� •
•
•
•
•
•
•
•
•
." . •'o A. YkY " tr ,i : � i c_ ` ' C{ k5 N r LtT� �' ai °i 4 ?'• A04 ,y'� " � � t!f'^ er s� C :. :i+ y ' k 4. v Fa aya �'� . ; w is yR - ( t . �iN�' x� hw ` , 1 F ) t I , � : '2,,, re ^i a 5- :,.r rt R -,„. PvSN�L . x ' . i ,; ` Y'�� A;f : �� ^Fn rr': '�{-Y$ yR": 1 •? }KY a .. T ; �7 'e � t 8 � ( aa 3 d-9ri i „Y7 Ct y.. n' *`�,� - r ' V7 \ ss f'1 .y- ,., .t•x . �wr i ,P ya t'' _;: . • -/+ ��4 f i' , Y".y -!.Ik-i r^- , +; { 1 >s' .,./. ., � ' ! �* 1 . ,Yr. g;''� ^t+p. .6 'tA r ° *, p, r - n �, 4 'f' i4m]iR :, '�pr "Ht !S '„4. N 9 a!"� 'oiyy- 03
Pti .. . rr:: - Ah -� " � � -Y�'r' '. r:r + .L f l ik'+4, - F a fo *f 4ya yi - nato,r. ..� 4µa tie 4Si'ya, w fi z .[f tyx � 71 ». q� '1 } '� . M ssa .__ T= -a fr.ku._u.f.,.
•• ••
AUTHORIZATION TO ACT ON BEHALF OF
MILES RESOURCES, LLC
A WASHINGTON LIMITED LIABILITY COMPANY
WHEREAS,Miles Resources, LLC(the"Company")is a Washington limited liability company
organized for purposes of(among other things)managing and operating business assets used in connection
with the Company's construction,paving and related activities;
WHEREAS,all authority to operate the business and affairs of the Company is vested in one or
more mangers,and the managers of the company are Walt Miles, Lisa Kittilsby,and Tim Kittilsby
(hereinafter the"Managers");
WHEREAS,the Mangers of the company intend to delegate certain authority relating to the day-
to-day operations of the company to the individuals identified below;
NOW THEREFORE,be it resolved as follows:
RESOLVED,that the Managers hereby delegate a portion of their authority to the"Operations
Managers: of the Company named below;
RESOLVED,that each of the Operations Managers,acting individually,shall have the power and
authority to manage the day-to-day business of the company. Without limiting the generality of the
foregoing,the Operations Managers shall have the power and authority to negotiate and enter into contracts
on behalf of the Company,sign documents relating to such contracts,and to engage in any other acts
related to the Company's day-to-day operations;
For the purpose of execution of the Authorization,a facsimile or electronically scanned signature
shall have the same force and effect as an original signature. This Agreement may be executed in one or
more counterparts,all of which shall be considered one and the same Agreement.
SIGNED and EFFECTIVE this IS' day of June,2023
MILES RESOURCES, LLC OPERATIONS MANAGERS
`6°.° l
By: Walt Miles Joseph arrison
Its: Manager and Member Gen I Manage
''
By: gla Kittilsby Cheryl Rat d "/".71 :27)
Its: Manager and M er Controll Operations Man
1.......‘,(7Z
By: Tim Kittilsby ---\
Its: Manager
Department of Labor and Industries MILES RESOURCES LLC
PO Box 44450
Olympia, WA 98504-4450 Reg: CC MILESRL897RK
UBI: 602-870-349
Registered as provided by Law as:
Construction Contractor
(CC01)- GENERAL
.2tt
MILES RESOURCES LLC Effective Date: 12/12/2011
400 VALLEY AVE NE Expiration Date: 12/12/2025
PUYALLUP WA 98372
Department of Labor and Industries WEST COAST SIGNAL INC
PO Box 44450
Olympia,WA 98504-4450 Reg: CC WESTCCS892QG
UBI: 603-149-602
Registered as provided by Law as:
Construction Contractor
(CC01)-GENERAL
279
WEST COAST SIGNAL INC Effective Date: 11/7/2011
20111 208TH AVE SE Expiration Date: 11/7/2025
RENTON WA 98058
Department of Labor and Industries WEST COAST SIGNAL INC
PO Box 44460
Olympia, WA 98504-4460 Lic: EC WESTCCS8928G
UBI: 603-149-602
Licensed as provided by Law as:
Electrical Contractor
(EC01)-GENERAL
520
WEST COAST SIGNAL INC Effective Date: 11/21/2011
20111 208TH AVE SE Expiration Date: 11/21/2025
RENTON WA 98058