Loading...
HomeMy WebLinkAboutActive Construction, Inc. 0'.-00,v' (9/14lzs P )- Cmof RENTON OCl 14 2025 A C j ACTIVE INC RECE0EDDFFICE ACTIVE CONSTRUCTION crTY CLERKS P.O. BOX 430 • PUYALLUP, WA 98371 SEALED BID - DO NOT OPEN MAPLEWOOD SIDEWALK REHABILITATION BID DATE: OCTOBER 14, 2025 @ 11:00 AM CITY OF RENTON 1055 SOUTH GRADY WAY RENTON, WA 98057 AC-TI-VC-I-164JL Contract Provisions Award Amount:_ Award Date: Award To: Maplewood Sidewalk Rehabilitation City Project # TED4004265 Contract # CAG-25-290 Volume 1 of 2 General Bid Information: Builders Exchange of Washington,Inc. (425)258-1303 City Contact: d•w:; . Josef Hamden,(425)430-7225 Bob Hanson,(425)430-7223 A: % Consultant Contact: Idie4*E Laura Bartenhagen,(253)838-6113 09/19/2025 Approv for Bid Prepared by: `ity of Renton Daile SS' Approved for Construction ESM Consulting Engineers, LLC 32001 32'd Avenue South,Suite 200 Federal Way,WA 98001 City of Renton Date Public Works Department Transportation Systems Division n-O 1055 South Grady Way,Renton,Washington 98057 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Renton CAG-25-290 Maplewood Sidewalk Rehabilitation CALL FOR BIDS Sealed bids will be received until 11:00 AM on October 14,2025, at the lobby of Renton City Hall, 1055 South Grady Way, Renton, WA 98057. All supplemental documents, that are allowed to be submitted after this date and time,shall be received at the lobby of Renton City Hall.The bids will be opened and publicly read via Zoom video-conferencing web application at October 16',: 2025.Any bids received after the published bid submittal time cannot be considered nd will not be accepted. /Pm • The bid opening meeting can be accessed by clicking the following link to join the Zoom meeting: httts://us06web.zoom.us/j/81198951280?pwd=NZXgEfwa IgDQ6exdB5YLRKnano2h6e.1 • Using the Zoom app: Meeting ID: 811 9895 1280; Password: 563829; • Via telephone by dialing: 253-205-0468; • Zoom is free to use and is available at https://zoom.us/. Approved plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. The City of Renton,in accordance with the provisions Title VI of the Civil Rights Act of 1964, (78 Stat.252,42 U.S.C.2000d to 2000d-4)and the Regulations,hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color, national origin,or sex in consideration for an award. The improvement for which bids will be received is described below: This Contract provides for curb, gutter, and sidewalk replacement, pavement overlay, relocation of a storm water line, and the addition of a raised intersection at SE 5ti,and SE 6th streets with bulb out corners in the Maplewood Glen neighborhood, and other work, all in accordance with the attached Contract Plans,these Contract Provisions, and the Standard Specifications. / ',it,,,ki Jason A. Seth, City Clerk Published: Daily Journal of Commerce-September 30,2025 and October 7,2025 Seattle Times-September 30,2025 and October 7,2025 Maplewood Sidewalk Rehabilitation Project Call for Bids TED4004265 Page 1 of 1 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 Maplewood Sidewalk Rehabilitation II. INSTRUCTIONS AND CHECKLIST FOR BIDDERS Contract Documents Page 4 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal INSTRUCTIONS AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Wages. This project includes federal funding. The State Prevailing Wages and Federal Wage Rates in effect at time of Advertisement are provided in Appendix A. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations. interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: a. Submit questions via e-mail to: Josef Harnden Zharndenff rentonwa.gov. The subject line should include "Maplewood Sidewalk Rehabilitation". b. No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City may request further information on particular points. The bidder shall. upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. Payment for this work will be made in cash warrants. 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 Contract Documents Page 5 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 fo lowing documents shall be submitted with the bid. g Project Proposal Cover Sheet—The form included in these Bid Documents must be used; no substitute will be accepted. B/Proposal— The form included in these Bid Documents must be used; no substitute will be accepted. Eilft 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. �,� C�3 Non-Collusion Declaration —The form included in these Bid Documents must be used; no substitute will be accepted. VLocal 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. 'Proposal for Incorporating Recycled Materials into the Project - The form included in these Bid Documents must be used; no substitute will be accepted. IEKContractor 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. a/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 un 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. El/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 Contract Documents Page 6 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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. ❑ Retainage— Refer to Standard Specification Section 1-09.9(1), Retainage. Contract Documents Page 7 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race;religion/creed; national origin;ancestry;sex;age over 40;sexual orientation or gender identity;pregnancy;HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status;or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES-The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS- Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of March ,2011 . CITY RENTON ,,I , RENTON CITY COUNCIL Denis Law,Mayor until Pr ident Attest: Bonnie I.Walton,City Clerk SEA 7C rec rrrrnnsr amee a, Contract Documents Page 8 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment,selection,promotion,termination and training shall be conducted in a non- discrinunatory manner. Personnel decisions will be based on individual performance, staffing requirements,and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal arr-ess to City services, activities and programs to all people with disabilities. It'tall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote aeries to services, activities and programs for people with disabilities. Copies of this policy g1s11 be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993 C .RENTON RENTON CITY COUNCIL: Mayor ouncil President Attest. City Clerk Contract Documents Page 9 Maplewood Sidewalk Rehabilitation October 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 Maplewood Sidewalk Rehabilitation III. PROJECT PROPOSAL Contract Documents Page 10 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROJECT PROPOSAL Project: Maplewood Sidewalk Rehabilitation Federal Aid No: N/A City Project Number: TED4004265 City Contract Number: CAG-25-290 Company: fie,-aVE (.:U,`570Ac170,t- 7itx, Address: 1/O t2/U, eo 6 • PqA0MA , OF) 93W3 Phone Number: X3, `"/g• /09/ Fax Number: 2 ils 1092_ Total Bid Amount: $ 73 73� op L � (Total of Bid Schedule) Contract Documents Page 11 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ,IY o PROPOSAL COVER PAGE + + Maplewood Sidewalk Rehabilitation MFNTOa 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) , - 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_j10)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 60 working days. Contract time shall begin on the first working day following the Notice to Proceed date. Contract Documents Page 12 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal city 04, SCHEDULE OF PRICES + + Maplewood Sidewalk Rehabilitation AFroTo÷ 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 ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION NO.1 Roadway Surveying 1-05 LS 1 II soo p0 H') 500- " 2 ADA Features Surveying 1-05 LS 1 2100,oo 2700 OG' 3 Record Drawings 1-05SP LS 1 22-0o. OD 2 0 0 4 SPCC Plan 1-07.15 LS 1 FOO' bD 5-00 a o 5 Mobilization 1-09 LS 1 66 0IQ.S3' Co o1I.S3' 6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00 7 Pedestrian Traffic Control 1-10 LS 1 75'00,00 7 s-c5b.cm I if 8 Flaggers 1-10 HR 10 U p•00 If a o ' 9 Other Traffic Control Labor 1-10 HR 100 73 po 00 10 Construction Signs Class A 1-10SP SF 1,000 (% Yd Do i O p0' 00 11 Other Temporary Traffic Control Devices 1-10 LS 1 415-00, pp [,®�0 OC 12 Clearing and Grubbing 2-01 SF 10,145 O. 4O 99 $/. DO 13 Native Growth Protection Fence 2-01 LF 115 /) S0 /207 S- 14 Removal of Structures and Obstructions 2-02 LS 1 3boo,00 3600 pp 15 Removal of Portions of Existing Concrete 2-02 SY 279 211,SO L. 3�' 16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408 42,00 52 e96a DO Gutters I O_l 17 Pothole existing utilities 2-03SP EA 10 ;,-7o, OC 6700. OO Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 */ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal di SCHEDULE OF PRICES Maplewood Sidewalk Rehabilitation FNTo+ 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. SPEC. ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 18 Roadway Excavation incl. Haul 2-03 CY 333 C9 0. 00 !3,6s-3,OD 19 Crushed Surfacing Top Course(Recycled 4-04 TON 1,552 31•op 6D S--QD. pO Concrete 20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 /5-0. AD / j 41/C. DO 21 Ductile Iron Pipe,8 In.Diam. 7-04SP LF 25 / Corrugated Polyethylene Storm Sewer Pipe 7 05 LF 409 �D pp 00 22 12 In.Diam. ��t On• 23 Catch Basin Type 1 7-05 EA 9 pfifi ' . • '1 Z, cv • 24 Saddle Storm Manhole 48" 7-05 EA 1 0!1-75V,OO //7so 00 25 Open Grate Locking Lid 7-05SP EA 1 fi/31•pp I732.00 26 Thru-curb Inlet 7-05SP EA 7 /0/_w DO 7o92• 00 27 Adjusted Catch Basin Lid 7-05SP EA 3 a .% •00 2 g21• Om 28 Adjust Manhole Lid 7-05 EA 5 Qen•40 4/01957 QID 29 Adjust Water Valve Box 7-O5SP EA 1 t)q 62. Oc -• a 30 Adjust Utility Lid 7-05SP EA 20 ‘,S• Q7 - 60• qp 31 Hydrant Assembly 7-14.5 EA 1 / 32 Remove Hydrant and Salvage 2-02.3(7) EA 1 g3 .Ay Q�'.3S• pc Erosion Control and Water Pollution � 33 8-01 LS 1 Prevention 2;5/•Do Z2.57• Or, 34 Inlet Protection 8-01 EA 10 S? jb ?la c Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal GOY 04 SCHEDULE OF PRICES 111111+ Maplewood Sidewalk Rehabilitation 4F N To+ 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 ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 35 Seeded Lawn Installation 8-02 SY 1,333 ", • Z00 1C 36 Topsoil,Type A(2"Depth) 8-02SP CY 310 6� 00 2o,1 SD• pO 37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 7, p° �i//91/'7 38 Cement Conc. Driveway Entrance 6" 8-06SP SY 603 108.00 ‘s /Zei Do Monument nt Case and Cover(Adjust or 39 8_13 EA 3 •36 C. Q do Replace) D 9s• 40 Monument,Monument Case&cover 8-13 EA 1 672.,m 672.(b 41 Cement Conc.Sidewalk 4" 8-14 SY 790 Qq. Sb 7o,70c DO 42 Cement Conc.Sidewalk 10" 8-14 SY 78 39 51) 2B,0 L// O 43 Detectable Warning Surface 8-14 SF 62 i/q qp 3030. ire 44 Permanent Signs 8-21 EA 3 607m 20 I.QO TOTAL BID AMOUNT= 75Q' ?3 - ()el *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. Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices / CAG-25-290 Page 16 October 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 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. SR DOT Form 272-0361 EF 07/2011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 411111 • Washington State WI Department of Transportation Subcontractor List Prepared in compliance with RCW 39.30.060 as amended /�, To Be Submitted with the Bid Proposal Project Name M4f'1,6 wo� 5lor pam Pif,/,q,6j/L/7rf(1,1 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 g,IJ Y 6pF T 5(6M rL- _kIESrCe58g2.8 6- (and License Number if requred) Work to be performed e Subcontractor Name R61 -SELF ¢�D,eric (and License Number if required) Work to be performed So li STEEL_ Subcontractor Name Aci — SELF &jFoi2/Yt (and License Number if required) Work to be performed tera5iefie Subcontractor Name -17 f& eern-teppwl - eitra# Lir 7?7 rn,' (and License Number if required) Work to be performed 6140 jll6r- Subcontractor Name 410Lmebeir co, - I{ptfyl&G-3i Q(,(o/yle (and License Number if required) Work to be performed 006 *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 Atigiiiii s�•�-.—•,•- 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: 0 2- 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: A-0TIVE 1. 704G770-K- Signature of Authorized Official: Date: /o//i/ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Washington State W� 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 ROW 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: 4 7 VE V1?5 t�77011- TAX-.. Name of Contractor/Bidder-Print full legal entity name of firm 7 /i [?EGA9n7/ Signature of authorized person Print Name of person making certifications for firm Title: fi t,ert--f Place: 746O,ri 1 /.tom • Title of person signing certificate Print city and state where signed Date: /404/2C-' Form 272-009 08f2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal G\tY o . PROPOSAL SIGNATURE PAGE „M a FNTo 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 /D/3/;c 4 2 io/9/.2-1 5 3 6 Note:a Proposal may be considered irregular and may be 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. [Signature of Authorized Official)* [Business Name] WO OFZeArITI 67/0 Leiv, eVe• [Printed Name] [Address Line 1] i=leesiovrvr- - Gorri4 £AiA1 . �IByy_3 [Title] [Address Line 2] 14/15- 26g. NY. /O: 1 [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- responsive and th_eBId will be rejected. R77 ,/E!9 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.) State of Incorporation. or State where business entity was formed: Contract Documents Page 18 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal WA State Contractor's Registration # 46-TI-VU -/1o'j UBI# Zi3—OD/ Industrial Insurance Account# 20o, q3.3-DO Employment Security Department# 32iqis--00-O State Excise Tax Registration# 27300/933 DUNS# 021.3/9SbS The Surety Company which will furnish the required Contract Bond is: r/24 i°et— 0194-0-441106 120/ Ps/`/ live. 5m/DAD [Surety] [Address Line 1] 20.75/.Z7 o 771 io , t. 985`6Z- [Telephone Number] [Address Line 2] Contract Documents Page 19 Maplewood Sidewalk Rehabilitation, October 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 BYTH ESE PRESENTS,That we, [Bidder] Active Construction Inc. of[address] P. O. Box 430, Puyallup, WA 98371 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 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 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: Meplow_mcl Sidewalk Rehabilitation 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 14th day of, October 20 25 Contract Documents Page 20 Maplewood Sidewalk Rehabilitation October 2025 PRINCIPAL SURETY Active Construction, Inc. Liberty Mutual Insurance Company [PRINCIPAL] [SUR [Signature of Authorized Official] [Signature of Authorize ff" ' al] Q, 'it2 e.,C G/_ vz-7I Holli Lagerquist [Printed Name] [Printed Name] fiie s V -7— Attorney-in-Fact [Title] [Title] October 14, 2025 October 14, 2025 [Date] [Date] Name and address of local office of Propel Insurance Agent and/or SUREfYCompany: 1201 Pacific Ave., Suite 1000 Tacoma, WA 98402 Telephone: 253-759-2200 Surety WAOIC# 733 Surety NAIC # 23043 Contract Documents Page 21 Maplewood Sidewalk Rehabilitation October 2025 i.......J wi...i .... n..:1A n....t._.,...... ..F t,% T..... '!..... .,---. r..«aJ♦J..-.- w........ ----- ...... L...._. .._..., w1..-.. - tt,. -:!'.. .....1 wo r • °V. i, Liberty POWER OF ATTORNEY /" ` Mutual. 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.Bturilt;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;I.indsey 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 , tNSUR �t( INS& e4 \NSUR The Ohio Casualty Insurance Company ,,, cp POR4r'9yc yJP(OnPOR4r eqy OP oOaPOR4r1yP West American Insurance Company -. 3 Fa rn Q 3 Fo o 3 t to I. 1912 ylo 0 1919 t 1991 a7 us Y 94, S'� Sa S ZF` P� Q 3� u O cu d,. 3 S a ���hAMPS�4b, �(lmANIP ,fib B • 1 c- U 4CPU d C Ry) r >� yl f� Rf1 + 1� Y z cri co Nathan J.Zangerle,Assistant Secretary Cr c State of PENNSYLVANIA - a) o,County of MONTGOMERY SS o >, , n 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 v co o m 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 m > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >g N▪ m 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. a0 CL P al O N <4'P F r't�? Commonwealth or Pennsylvania-Notary Seal >,_ L ti�, Q<Z 7 Teresa Pastella,Notary Public a7-rp h v�F By �P Commission number 1126044 N L sp Member.Pennsylvania Association of Notaries ± asla,Notary Public Q `o c� q,qy tom` ° This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authonzations of The Ohio Casualty Insurance Company, Liberty Mutual 3 co E.S Insurance Company.and West American Insurance Company which resolutions are now in full force and effect reading as follows • a ARTICLE IV-OFFICERS:Section 12.Power of Attorney. `o 0 o @ 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 13 • T 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_ U • 2any 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 -a 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 o 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 co 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 Li 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 foregoing is a full,true 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 14th day of October , 2025 INSUR ��V INsU , iNSU1 ,Jp`Oaeorr4,,946 cJP`ov•POR4T�•9y cY,o,'POR,r 46 F3 Fa 2 Fo Fa F 1912 4 0 1919 ) g 1991 ., �G.lty`.- : o a rd els4cnu8�'�.db yo k*AMP*,TO •es, 'Noix14 ,�a$ By.Renee C.Llewellyn,Assistant Secretary k i• y1 # t,O ',tf . tsk LMS-12873 LMIC OCIC WAIC Multi Co 02124 - ? "g1 lu"fr 'mom, !74yi'ia atl ',r iy r .. '.'. "r I 0 i�., �0 ± FfC o- '..r V i . • r ,.' iy.S a J`".4'u + .. s� k f . r :... 4 rt i - . * ) 1i.41„ `ltP r 'a btblril rra 1k4i11� R $ i,- r :1Nr� I�S yA..f *��7i' yr t"e i'e"lS �+i l f ' \i ":''� r I {�� +z �s+17'3-4 - ; st :`i }, r,. d'9y 1. rl R•"..} � r.1.E4' 'Y �.7.r�}�C •sR. Itr ,,,s,:>w ,, ,t 1: ..g' r'+ •! ' -,. le' ,, 3y4t°v.1, +� ▪ Y t r' i' ,,r 1 —0,.= : s V H f t j& ' . rg' :. r Gr •, S .t„'ihr.lrN4tLYi*i y;- 4 2 .R'FF"11 1 �J F ki r''4 t „,,„, d b4Y r hStN 'r ? p}*r , 4 Lr E 2+.0.:. i t :fir l;~r e 1 'f+.' .� ., :.4f .L4'4 d.. .k, ^z-,,,t• t .;�11+ I t^dl�Y�r :x. rt7 4 '�' 1 Nw...-..•t4�" t�. -5.-. rf ;':t#f+41 .rtY :.i'7♦t t..k7A,yr 'e r 4 Y l '0„y o-t;t; "2:,: ,StiV4.cS'al ie,A,, fi ,4�f+t `,•,,, 7 w'� .1,3 ..:: t# t .r `.eyy nd;•a 3 IF1',.41A4 u'!t r ls. • .uf4...r'S• r ii i ;.,i i t., l t.:.i"11.b 4rl L.;'.1 a i7• 't tEJ ▪ '!.;r..=,r.? ea '1 �;"4 ..tts*....,', yt '�yi'.rot'fi :W.?x-s• f re -'t- 7 r 91]71t.41• ♦ i.H. *7•,.?sUt 141.rf 4 76 ; ! , a:. . 'f k7R I #' I"t -It;.5 4 f4, J .." 4• tki •.q „ a^'•d. .. .' : .µ ;. . M oXP W' 4 k_' fpea dttr r � ,♦af E� h 1 ' ` , t} 4 ��- 1.. �"� 0'* a ♦.-•Z ��- *tx' �e I A • lM 1w !Sfp tiIrtok,Aso t r 1�- 1^.sn 1',. w.,.+.r+ J..J"-. , (' ,n►` IY 'f �M ^4E b i¢�" 4f ,n ��, �yt • q la? ; + i Cks a r • C' bt��" 3h J i ♦+ fl tt 4JA r � y 14010r' • , • .,, , • 'u !u '• :`r"' ' 1 t i�,�"� 4 ` � sy . L1 F �sti d4fi" - V.W , } i Q -*- ' •., rn7 y i t ny"1k.' i * . M . • '1 P td ' 1 1.p`lY ir� 1 f . sqq y , • Lr-ev,q k 'k $'y ''�k V.. + ^- j ▪ 'iz� 5.7- } H�r, • . n' , Y ,�F'3"'' .1.1i4 ti , I` r: ,r �"'•ys- 1'! -:''fir^`14 - ♦ ., a' -s' d •s ,�+ ♦ Y r>r 1 4� n x e • T'i ii 1iii: fit a9 r.ih ti F .r ,.,$" '+^ '. " r * t444' r:�k C 4 " '4'', :?t '* • `?,i.e :01. F 'o r _1f.tr,,`C 3 'II - r ' ,, t,:::' 4 1J'" ~�', f 5 •^3 •Fb` ,'s':-a f, 7: ''ht ""...v "r i w S .:r�tW I.r 'H r llF[f11tiA'I. - r i, �y. f��,„ f. :�'.+ . "�'1 $ r '-, �, -,'• *;r,42,'1, 1 �,�i.,.,^�} • #• r yl 'c ' t Q�. 'V c .w . ,--,,_ :tP �- }. ,:, ,1 0t ��'k 3� 4. d• .or5,%-fi off+ 1,')--. '�e - �s o�'i. -�t% � p' "�r+.s, �i s Y f • ', s ' , �',t„ k -Y .,,rd �' } rr.�'.et a'f"pY k-w,. w�'+ .v 1 ,.r rY,♦i,- r � y�- ,� kr ",fit ♦' - .9 �• jl� 'S f '' i '",,,r -I -;ter ,a Y.,4�t � -y rodLy1M° .sc •, �9}r• i.70 . .4 i 1 {�X 14.. :i y'�-'�+•! .,i ' . ' � 4G X y'J• '4 ' I 7t`'!#.. r'- ` - i yK' or R""4r .i+. ° S Q.r: - ,,♦, y' 4 ' - ,, 1i ' ti'y4A-•1., '.` i-rlf:.u.i ,+ ▪ , . ,4,14;uu1.» , T d�.4r1. 1 .x"� W4' T�llz` ' itr ,rr *- . , b� A 1 r 3`"'''TF,X I:^' per! ''T - N r' - 441r "� Y-fia �'c'f � VT;! r.h� di i � •+i Y 4. trW 'A ' '{4 14 Yt f :-,1>;',1� ' ..''.Y , .k r:A1L. 1' i u t r 'i i;•!•,, 5 ' .� 'N�r 1.� i? 9 y zYz��;6`i Mp a 'sJ t4-4. `ills,ii�? e'•ff; -, t*i,•• i.t ; `t,11 k.� . .r ,i1,t { l i 77 ,,d�! _ +s.iixl n" ., _ �` .• t^ :M dltH� �t 3t A '"'r'i' "' y' ! j�rt i,F a ▪ 't•. e �r• , j ▪ r I t 1�'9i�*.,figs: A� :ig �•'r f ;, • Ie^ t:4A14rf0e. MJ: y . I i ?, • n ,ftt• rf rre ti,t ..• . , n n ▪ { d "' c �, .s •• �!� ' -.',p°' " f' s V.. 9 , , iy ;, ' t_>< t .ti. i.%+,ty L' }^.. 3' L .,F' t3!r -t rt.x 1y d : k x • t " ".'.u' ' IN`44'IkL" ' 'te.4 4i.Y A.;' l: 14 1 . ' : .'" �''a..sM.'t r-' I + v _W �Ly, �Ri •r a p i - 1 as{cif fi 't i, !,✓!, "r +e� s r i ih,.r NYI .}e.,- y i:e,r� ,r �"lu ,, X 'x,l 4 t 1... f ' f r .,9434.4$}b 1 .trt •a 4 N. ,y '., RaEYir.! r +.tMr q` �t -''''::'' a ± +--. ttji y: 1 -- '1 fl;+„ -1' + �i ismi1r rt r i, " ',� { •:;.t !hr � ,! w - YYz'"Y 7"lYiWr'>n' urrnt+..: hf"`"' -'e'((,� i xt' a. ° „ :5�, { p ''" ` ' T Y`, 4 • C 1�l -u y . .'t • ly ••n,• * II{ 5,' s Y Y"-'S J Y R''l r.. 1 • V.,:,,,,,' ,.. y� Lr(� CK'1� t N #i • y� caz }t:'_. ! k 1 kit. k 4�:.3'.�:5 .. ti � ', BY+ /7Y"1 ..le i 1 f Y ✓ '� 7'� -- r rS t1�i„`, Y`s1v1 �fr't { Y Z - ,,,.. q°r.' 1 '; A•.'4•+9#"1 $°. ', F ".'.'.: v-1 fl 'iy- f n .•Y'- . .1 # • I,_ i4' � `'?t rJ' t_ , ti R ' !, 5Ur 4 : Y i ', ✓+ -0Api4t�j• `if ' , 1 1, 4 gr� ix!-rrrr #reg! of f �y1r S. h1 • r : r �` '':.i -.~J 'fj-"t r t I -.fo 4B �,. : ,^"� i- d � reti ,; �14 �� . .�♦N te,.: ,,'.rfY4k G',.,,.t� '*ft?y'�,,t�','1y7 r1 :*tydt' rly iN'^t ,l'4'a y !�!r 9.a;" Ih.&'�''1 _ ' s "�G' s 1 +s . iBtt+ Ic�7"�s+ '�i� ty°'..1"� £M��i'�#A ;9t�, '- P y. a-', r .�*REy"n�„Iyu fAi�+rtft)f�f:. K f.:�r`�i� '�A�' !`�.+t ��' '7','i.• �� N,E�� +. -, ,�.y�s� j tomy}� 2 s-- I C'` P. er, �.. + ,i,: +114,.tw' t .„ .r7,"ioi,.„. 1;10 1. �' 04:efk -,,3- *.e.1 � ii,. .., - �.' 31tR` Z?� 4. is j ',1 • s "- i - i+ irvn�'a "6".•7; h*:;-r,r:'t -_ 5 r a ii dflilt'](1* 1'.fY1f.° :i.'uf z...r.Y.gt"11 4, ,:, t+V -.. °y A•",.. ,,,,yt-!� p�.jy� u. is tJ.^k .'t- • •• • ` J L! .:'f'Ir' I• y, •f .R,- it.,f! �` {{..F �wu:,: ' t�'' f k',fi�1` F, p�f"�.i�,-` .. 3 I�Cy YQ cl'E r �- .�r - 9.. 1!}v, f .., tA,_r(;,.♦t l ;-*1k I r 4s i*t Y P r 4 l`,„ V 71 A'P�'$'rl' r "' ,' -1F,rt Y.. .;};•,11f .IF• l'.';-^ '-',,---' ' 'W I'4yf p'I`^ • "17. :w� b'44V '-�'yy.ty!,•Jr_y'4P1b I ,9r r r1 v4•4'°'. 'c+Y!• !•;7 _ Y �.' 1r2'. f ♦ '17i� Ij;' r .. t:'\-i ,� mil';, :li. ' ' . 7- r,1,x . c yr r '.J i,4 0;t 'ii-rx'4 frt'� ''..1t! t4.'.. 0,'4,f! t. S; r �`7n#<u � 'v St.'..,I- I-:?:- I • Ni4'4 Il4if�u,::', ;,.. ,.-,J't„• vst .�fIt},9� , 4* '`.gyp . ,.,.,-;t � s41� ,:3•: 1 r''1W uJ:kra F l+ sA{ da, z - -,'+ve r 4lf., Sit r*-41,!fs :!%r Y ert, lit 444 ( >t411414. M u y• T f • .� .y�.-7 ,i a., '' ' ..r-a `'' - ,ylr.- '''"i.i!- ,i.`'- '. ♦i?' ;1 t , A x' x•' Y.+" ••r A r',�,ow 7, ' '` ` W < 1 4 i.y'; - §F `,,. Vr'*' f'`91 Mi.. r��4s^� i �' ';.r. '�'�4w. I';ry` =,. �.. `ey! 57„Yi'H) J Wes !_;f 1 ,..•.z tt5 i .rfE5l' . M��,,y € :♦° Mrt`! „td': a.,. y' 'Tu'IK v- ' s.li lit t 11ts{',;Fx,} t• '1 i14f IA GY#(7.1#1, 1 .I ti 4� 41 ..,�t 1 140.4: ;t s. ;; la e iv :1 ,1. ,a` + f N ( d' u4,11v t 1'i- ! �w.. a'"' l: a.,k f, �ry � "'1+.YF ♦ '' }'cp� r-(lf,Ai y i},g.,�tf4i,.i',"K' .A' , h- u �4 •..rrt Y am.y '• '•' 1 ,040,11,,,...,,::....,1, - -iFvi,y.�_J9+4F. ..',�ci •v'',.r!:'1 ,: ,-�'T , �u�i4F d w.g,kj 'k_}tX:.1dA 'r "' 'f 4h.A i t± '4-. `a - t'F , .,' �..� l r Kf n .:?" 41 p J• STXFS.t m I. x4,1,�- qu1 ' -..it`'+1� ,40 ' ,Yy``t+' R'1t3C.1r j •'� moit;'4%,i m-', Irf'V:,)1r11 ,lfr, -,k,.t' r r°''" w.w; i ? .. •u' :.r A' F• ±f.,rfd {l+1 Ei54.I 1 c'�'." c.r�' '9 K ' r�E'�`: , � •1 `il Mkt 1, "{° Lt '.r�l. alb k:ict ♦. p i " ,7. !�, `A '•�•'-sir +9• ^ _ ,jr' ,,.., •r• jh. <i1 ' d :ill, ' ' V. '�/,�a• y'1`.�C 7� • i'�'t-' 5" rt � *:" vIF" b'rt4 f • ,ti i`' p-. 1 ,� '44.,. i'G / fE A _ leo.:7✓ *• • ^,+ > wM '�,a c 21=its t+1 1 1'1'�' " ♦ ' y i ! ;F•` ►}�1 ✓ �'rj } _ - Bw• . -- �.t> u nC1 µ .ear u ,,q J � � �Sj. 1I' S' , • Q' ; 'a- tPd +rw♦4 P1 . -� r1) v,, u t i '.. �i yy . f , ,. 502..�r > 1 �_ _ .IA 1 l£ j,��,,7i,i# 4 y r `yjJ .e► '' iti.,t:; d„, ,k. it .T r!' . '¢"n�e,'t' .y = 'L''r —i ' "t ! ' f 'r �, -- 'f ra'i,� , f Fi d t'J u,. ;15 V i ,� k 7FG5 p. rt 1t. t tF' IIx F f -I - w •• �..� t R - • , .,51�, *! 7 Y Wd ; �u.. ', a t, '' • <=.- , .,., «y' _ ✓,� .s .-1u+. '#+y -�e11 �P ..' rn ,i,•�' t j ..,J,, tS u4e s - ♦ 4 �r p'k L .}i ',�Y�•. L L� 4 �,y%r•: -- rs^� a :7-,T /.'m„�f,11" i • * I.' d w,' '*1 h R„r •! r -4 p • ?. 'f Y' i• tft.'+, rsi, dt _� r• .f �> T PYF:.,. tw * +, Y'. ,- •r a r f'f` r,i .,.. �r � d :.w.i`- >"6at+ r N i. i' •:+O .F H 11 -K a r, � - Lh 1 dk *' '' „ ':' LL n..,..... .r .r ♦.n __ L •• . .. - ,.,u. .i,p -.yam.. - DocuSign Envelope ID:5DFE0910-8312-4E20-AFBO-39824A50DACA ACTIVE CONSTRUCTION,INC. JOINT CONSENT IN LIEU OF ANNUAL MEETING OF THE SHAREHOLDERS AND BOARD OF DIRECTORS September 15,2023 The undersigned, being all of the shareholders and all of the members of the Board of Directors of Active Construction, Inc., a Washington corporation (the "Corporation"), hereby waive all notices, statutory and otherwise, and, acting pursuant to RCW 23B.08.210 and RCW 23B.08.230,without a meeting,do hereby unanimously adopt the following corporate resolutions, and do hereby unanimously consent to the taking of the actions therein set forth: Election of Directors RESOLVED, that David Ceccanti, Rosemarie A. Garms and Ryan Heathers are hereby elected to serve as the directors of the Board of Directors of the Corporation until their successors shall be duly elected and qualified. Appointment of Officers RESOLVED,that the following persons are hereby appointed to serve as officers of the Corporation until their successors shall be duly appointed and qualified: David Ceccanti President Ryan Heathers Vice President Rosemarie A.Garms Secretary/Treasurer General Authority RESOLVED,that the President is hereby authorized and directed, in the name and on behalf of the Corporation, to take any and all such further action as in his judgment may be desirable or appropriate to carry out the purposes of the foregoing resolutions; RESOLVED FURTHER, that the execution by the President of any paper or document or the doing by him of any act in connection with the foregoing matters shall conclusively establish his authority therefor from the Company and the approval and ratification by the Board of Directors of the papers and documents so executed and the action so taken; and RESOLVED FURTHER,that any and all actions heretofore or hereafter taken by the President within the terms of the foregoing resolutions be, and they hereby are, ratified and confirmed. DocuSign Envelope ID:5DFE0910-8312-4E20-AFB0-39824A50DACA The undersigned shareholders and directors of Active Construction, Inc. hereby consent to the foregoing resolutions effective as of September 15,2023. SHAREHOLDERS: r—DocuSigne/d/by: O Ul rl `-19RAFF2FAC324FF David Ceccanti ,—DocuSigned by: rust maYit, Q. Antis '-62CFB259B10A403... Rosemarie A. Garms ,—DocuSigned by: ?era, AtiallarS B32CFEDD6B98459... Ryan Heathers DIRECTORS: ,—DocuSigned by: �QUV C U MU 39BAEF2E9C324EF... David Ceccanti DocuSigned by: }°bStAittiit, Q. aleAMS `—62CFB259B10A403... Rosemarie A. Garms DocuSigned by: '`B32CFEDD6B98459... Ryan Heathers Y °� Addendum No. 1 ifRMaplewood Sidewalk Rehabilitation CAG-25-290 Date of Issue: October 3, 2025 Bid Due Date: October 14,2025 (NO CHANGE) Date of Bid Opening: October 17,2025 (CHANGED FROM DATE IN CALL FORBIDS) ATTENTION:ALL BIDDERS AND PLAN HOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt of this Addendum on the Proposal Signature Page. A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. A Proposal will be considered irregular and will be rejected if the Schedule of Prices included in this Addendum is not completed and submitted with the Proposal. THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS: 1. CALL FOR BIDS-BID OPENING DATE Sealed bids will be received until 11:00 AM on October 14,2025,at the lobby of Renton City Hall,1055 South Grady Way, Renton,WA 98057.All supplemental documents,that are allowed to be submitted after this date and time, shall be received at the lobby of Renton City Hall. The bids will be opened and publicly read via Zoom video-conferencing web application at 1:00 PM,October 16,2025 October 17,2025.Any bids received after the published bid submittal time cannot be considered and will not be accepted. 2. SCHEDULE OF PRICES Schedule of Prices Item 6 has been revised to Roadside Cleanup (Standard Specifications Section 2- 01) with a unit price of $25,000. Schedule of Prices Item 14 has been revised to Lump Sum (LS). Schedule of Prices is deleted and replaced with the attached. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. CITY RENTON i i/ 10/$fri— Ro ert . an n, P.E. Transportation Design Manager Maplewood Sidewalk Rehabilitation Page 1 of 1 ADDENDUM NO.1 October 3,2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal -y'rY O . Addendum No. 2 Maplewood Sidewalk Rehabilitation CAG-25-290 Date of Issue: October 9,2025 Bid Due Date: October 14,2025(NO CHANGE) Date of Bid Opening: October 17,2025(CHANGED FROM DATE IN CALL FOR BIDS) ATTENTION:ALL BIDDERS AND PLAN HOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt of this Addendum on the Proposal Signature Page A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. A Proposal will be considered irregular and will be rejected if the Schedule of Prices included in this Addendum is not completed and submitted with the Proposal. THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS: 1. VOLUME II - PLANS Sheet DM-01 has been revised to show the 8"diameter storm drainage pipe removed per SP 7-08.3(2) J and to show the remaining pipes to be abandoned per SP 9-03.22. 2. SPECIAL PROVISIONS Section 2-02.4 has been revised to match Sheet DM-01 for installing a plug on existing valve and removing the existing valve box. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. CITY F RENTON • Robert M. Hanson, P. . Transportation Design Manager Maplewood Sidewalk Rehabilitation Page 1 of 1 ADDENDUM NO.2 October 9,2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal