Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Apcon Tech, Inc.
o Epoy -7 .585 �-A 3g0c ( 0-. 1cs.0, 1 /z5 PA CITY OF RENTON OCT 14 2025 lifccidzwood ReileGgiiA -t_cd-hoo RECEIVED CITY CLERK'S OFFICE 02_6' 023 0 I , City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation III. PROJECT PROPOSAL Contract Documents Page 10 Maplewood Sidewalk Rehabilitation October 2025 PROJECT PROPOSAL Project: Maplewood Sidewalk Rehabilitation Federal Aid No: N/A City Project Number: TED4004265 City Contract Number: CAG-25-290 Company: Apcon Tech Inc. Address: PO Box 7385 Bellevue, WA 98008 Phone Number: 425-765-7999 Fax Number: 425-765-7999 Total Bid Amount: $ �9 09i 7 3 co (Total of Bid Schedule) Contract Documents Page 11 Maplewood Sidewalk Rehabilitation October 2025 0 y _-, SCHEDULE OF PRICES .i Maplewood Sidewalk Rehabilitation p ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE:Unit prices for ail 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 SPEC. ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION NO.1 Roadway Surveying 1-05 LS 1 I (v,000,. ck I6)ovo i,s, 2 ADA Features Surveying 1-05 LS 1 3,5-o0. 00 _3i ,SOD, 0 0 3 Record Drawings 1-05SP LS 1 2,oo .00 G,00 0, c c 4 SPCC Plan 1-07.15 LS 1 -it oc'c' oci { vcCa L i.(ii 5 Mobilization 1-09 LS 1 EC,,c'Co.oo 6cif oo .00 6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00 7 Pedestrian Traffic Control 1-10 LS 1 4,00c,oo -4,OoO,oG 8 Flaggers 1-10 HR 10 ((O,oC) .E Ia0„OO 9 Other Traffic Control Labor 1-10 HR 100 //O.,o o //, ovO. 00' 10 Construction Signs Class A 1-10SP SF 1,000 S a a 5;0 of , oo 11 Other Temporary Traffic Control Devices 1-10 LS 1 6,000 oo 6, O°O. a 12 Clearing and Grubbing 2-01 SF 10,145 4 6 0 16, 232_uv 13 Native Growth Protection Fence 2-01 LF 115 6.c a 690,. UC•) 14 Removal of Structures and Obstructions 2-02 LS 1 I S Oo°.off i 3;ooe' -a C) 15 Removal of Portions of Existing Concrete 2-02 SY 279 27. o 0 7 y 3 33,. 00 16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408 27., 00 119,p(6_a e? Gutters 17 Pothole existing utilities 2-03SP EA 10 6d0..oo 6, 000- CEO Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 z„,1,Y D„, SCHEDULE OF PRICES + . a. Maplewood Sidewalk Rehabilitation 7o 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 y0, Oc. 21,97o,00 19 Crushed Surfacing Top Course(Recycled 4.04 TON 1,552 6O0 00 151247,o, a Concrete) 20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 i 5-3, oO f04,499 oo 21 Ductile Iron Pipe,8 in. Diam. 7-04SP LF 25 /OO 00 2,Soo,oa 22 Corrugated Polyethylene Storm Sewer Pipe 7-05 LF 409 ✓D -o O ,36.g/0_00 12 In.Diam. 23 Catch Basin Type 1 7-05 EA 9 2,5 C c o 22,5 ,o-O o 24 Saddle Storm Manhole 48" 7-05 EA 1 fj, F'c'ao 6,$7>0.oo 25 Open Grate Locking Lid 7-05SP EA 1 600,00 Sea., O 0 26 Thru-curb Inlet 7-05SP EA 7 2,,2.e.,cv. c' O /5740 0r 00 27 Adjusted Catch Basin Lid 7-05SP EA 3 ..900.. oto 2,400- 00 28 Adjust Manhole Lid 7-05 EA 5 Joe',0 0 4,Odo. 00 29 Adjust Water Valve Box 7-05SP EA 1 /,Coo..O0 1, SOo_ ct,e, 30 Adjust Utility Lid 7-05SP EA 20 f,o00.00 2,,000- 00 31 Hydrant Assembly 7-14.5 EA 1 /2,ac.,0.,a7 /4000 , 0p 32 Remove Hydrant and Salvage 2-02.3(7) EA 1 ,j 2aa.. .'c 3 2-400 „ o0 33 Erosion Control and Water Pollution 8-01 LS 1 4,500,.0® 4,Soo. 0o Prevention 34 Inlet Protection 8-01 EA 10 IC - , 90 0. o0 Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 SCHEDULE OF PRICES % Maplewood Sidewalk Rehabilitation 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 SPEC NO. ITEM DESCRIPTION SECTION QUANTITY UNIT PRICE* EXTENSION 35 Seeded Lawn Installation 8-02 SY 1,333 7.00 5; 33 I,oo 36 Topsoil,Type A(2"Depth) 8-02SP CY 310 `75: GO 23,2 co_00 37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 38_00 E5;775,00 38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 10 S_00 5,/24_ 0 0 39 Monument Case and Cover(Adjust or 8-13 EA 3 Replace) I,200_oo 3„6cic. 00 40 Monument,Monument Case&cover 8-13 EA 1 f,200- oa /, 200, OO 41 Cement Conc.Sidewalk 4" 8-14 SY 790 74,e© S c,46o_00 42 Cement Conc.Sidewalk 10" 8-14 SY 78 2/6,00 1 6, 546_ 00 43 Detectable Warning Surface 8-14 SF 62 ,j 6. v c' 5,472_ 00 44 Permanent Signs 8-21 EA 3 ( 000.00 , 000- c.)0 TOTAL BID AMOUNT= 90 g, 73 3_ o *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 PROPOSAL COVER PAGE - Maplewood Sidewalk Rehabilitation S 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) 1 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 t:em(iO)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 6.0...wor king 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 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 07l2011 272-0381 EF ,r71 Washington State �I/ Department of Transportation Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name Maplewood Sidewalk Rehabilitation 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 (and License Number if required) Work to be performed Ail/A Subcontractor Name (and License Number if required) Work to be performed Subcontractor Name (and License Number if required) Work to be performed Subcontractor Name (and License Number if required) Work to be performed Subcontractor Name (and License Number if required) Work to be performed *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• s -77.7M 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: 5% 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: Apcon Tech Inc.Signature of Authorized Official: V()VA/0446(11J(_ Date: 10/14/2025 AIM W; Washington State A17 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: Apcon Tech Inc. Name of Contractor/Bidder-Print full legal entity name of firm )C/1/ Lyudmila Vorontsova Signature of authorized person Print Name of person making certifications for firm Title: President Place: Bellevue. WA Title of person signing certificate Print city and state where signed Date: 10/14/2025 Form 272-009 08/2017 Y 0 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 October 3. 2025 4 2 October 9, 2025 5 3 Addendum No.2 Plans 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. Apcon Tech Inc. [Sign ure of Authorized Official]' [Business Name] Lyudmila Vorontsova PO Box 7385 [Printed Name] [Address Line 1] President Bellevue, WA 98008 [Title] [Address Line 2] 10/14/2025 425-765-7999 [Date] [Telephone Number] "NQ.te�.Ev_idence of thc.signatory s_au.thQritylo sign..the_Pccp.cfat an be_llalko.f_.the.bu5ine1s..entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non- responsive and the Bid will be 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.) Corporation State of Incorporation, or State where business entitywas formed: Washington State Contract Documents Page 18 Maplewood Sidewalk Rehabilitation October 2025 WA State Contractor's Registration # APCONTI896NH UBI# 603 097 425 Industrial Insurance Account# 002,346-02 Employment Security Department# 449489 007 State Excise Tax Registration# 603 097 425 DUNS# n/a The Surety Company which will furnish the required Contract Bond is: Brunswick Insurance Agency, Inc. 5309 Transporation Blvd. [Surety] [Address Line 1] 330-864-8800 Cleveland, OH 44125 [Telephone Number] [Address Line 2] Contract Documents Page 19 Maplewood Sidewalk Rehabilitation October 2025 co Y �, PROPOSAL BID BOND TO THE CITY OF RENTON rit KNOW ALL MEN BY THESE PRESENTS,That we, [Bidder] Apcon Tech, Inc. of[address] P.O.Box 7385,Bellevue,WA 98008 as Principal,and[Surety] Old Republic Surety Company a corporation organized and existing under the laws of the State of Wisconsin 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 bythese 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: Maplewood Sidewalk Rehabilitation said bid and proposal,by reference thereto, being made apart 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 bythe 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 13th day of, October 20 25 Contract Documents Page 20 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PRINCIPAL SURETY Apcon Tech, Inc. Old Republic Surety Company [PRINCIP ] [SUR .�1 • / t� l pia p F41 s r{ L.L..* If [Signature of Authorized Official] [Signature o Authorized Official] 1 A JO K2V(V l S O VA Todd A.Stein Printed ame] [Printed Name] f2St dEA.TT-- Attomey-In-Fact [Title] [Title] I 0 ' / 102,5 October 13,2025 [Date] [Date] Name and address of local office of Brunswick Companies Agent and/or SURETYCompany: 5309 Transporation Blvd. Cleveland,OH 44125 Telephone: $oo-e86-8o80 Surety WAOIC# 1820 Surety NAIC# 40444 Contract Documents Page 21 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal **** * * OLD REPUBLIC SURETY COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and appoint: Todd A.Stein its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than ball bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds),as follows: ALL WRITTEN INSTRUMENTS Principal: Apcon Tech, Inc. Obligee: City of Renton and to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attorneys-in-Fact, pursuant to these presents,are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18,1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 20th day of September 2022 , OLD REPUBLIC SURETY COMPANY Quta ` SEAL '->= `y \ 4 Assistant Secreta,q • President STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS On this 20th day of September , 2022 ,personally came before me, Alan Pavlic and Karen J Haffner ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument,and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say:that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. :'�: �� 11 i 1 r,/w' vovt- pOat. Notary Public My Commission Expires: September 28, 2026 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I,the undersigned,assistant secretary of the OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney,are now in force. pNW nugq suq`40 4!�°"'°"'TM�c° 13th October 2025 ' SEAL s Signed and sealed at the City of Brookfield,WI this '�(ddayof 9• ORSC 22262 3-0& 444n, cNnND°` I ) Assistant SacrEta,y INS313 N° 1820 Certificate of Authority STATE OF WASHINGTON INSURANCE COMMISSIONER OLYMPIA THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of Washington, OLD REPUBLIC SURETY COMPANY of Brookfield_,..._Wisconsin _ _ , organized under the laws of Wisconsin , having presented satisfactory evidence of compliance, this Certificate of Authority is hereby granted, authorizing the company to transact the following classes of insurance: Surety - RCW 48.11.080 subject to all provisions of this Certificate as such classes are now or may hereafter be defined in the Insurance Laws of the State of Washington. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of Washington as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 20th day of. March ,19 91 ,I have hereunto set my hand - and caused my official seal to be affixed this 25th day of ..~---• . __Nish _..__...., 19...91.... • Rich., d G. 'D'c ' Ma uardt I ura C missioner nor 'avid H. Ro..lers C eJ D ty OLD REPUBLIC SURETY COMPANY OF BROOKFIELD,WISCONSIN STATUTORY FINANCIAL STATEMENT AS OF DECEMBER 31,2024 ADMITTED ASSETS Bonds $128,642,598 Common stocks 36,890,850 Cash and cash equivalents 13,384,730 Receivable for securities 0 Premiums and agents'balances in course of collection(not over 90 days) 10,323,943 Amounts recoverable from reinsurers 1,061,982 Net deferred tax asset 2,385,509 Investment income due and accrued 1,431,056 Current federal and foreign Income tax recoverable and interest 328,617 Receivables from parent,subsidiaries and affiliates 1,848,207 TOTAL ADMITTED ASSETS $196,297,492 LIABILITIES AND SURPLUS Losses $15,964,269 Loss adjustment expenses 7,332,664 Commissions payable,contingent commissions and other similar charges 4,212,285 Other expenses(excluding taxes,licenses and fees) 8,204,937 Taxes,licenses and fees(excluding federal income taxes) 828,608 Unearned premiums 74,763,828 Advance premium 562,399 Ceded reinsurance premiums payable(net of ceding commissions) 3,101,621 Amounts withheld or retained by company for account of others 50,999 Drafts outstanding 2,339,791 Payable to parent,subsidiaries and affiliates 30,680 Other liabilities 42,838 TOTAL LIABILITIES $117,434,919 Common capital stock 2,900,000 Gross paid in and contributed surplus 16,534,036 Unassigned funds(surplus) 59,428,537 SURPLUS AS REGARDS POLICYHOLDERS $78,862,573 TOTAL LIABILITIES AND SURPLUS $196,297,492 Securities carried at$3,754,404 are deposited with States or Other Authorities as required by law. STATE OF WISCONSIN ) )SS COUNTY OF WAUKESHA) Alan P.Pavlic,President,and Kevin J.Abitz,SVP Finance of Old Republic Surety Company of Brookfield,Wisconsin being duly sworn, each for himself,deposes and says that they are the above described officers of the said company,and that on the 31st day of December, 2024, the company was actually possessed of the assets set forth in the foregoing statement and that such assets were available for the payment o osses and claims and held for the protection of its policyholders and creditors,except as here-in-before indicated,and that the fore. g st en c act exhibit of such assets and liabilities of the said company on the 31st day of December,2024, actor.°. to st a nfor ration,knowledge and belief,respectively. 7a Al•n P.Pavlesident ` 0111111 i do ��\'.OKUP/y�`I,,� K ' J.Abitz, Finan. ``NZ ,!�� l¢`$ a Sworn to and subscribed before me this 12th day of March,2025. Z.er 4 f l - Notary-iblic,State of Wisconsin �{ w � - ( .` My Commission expires: August 23,2028 �'',%.4);,*•.�.,y ,yaN7 ova Addendum No. 1 Maplewood Sidewalk Rehabilitation 1xi 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 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. 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 j ( 4a/iv' — Ro-ert .`Han n, P.E. Transportation Design Manager Maplewood Sidewalk Rehabilitation Page 1 of 1 ADDENDUM NO. 1 October 3,2025 Addendum No. 2 ^ � Maplewood Sidewalk Rehabilitation .. - [AG'26'290 Date of Issue: Uctobec9' 2025 Bid Due Date: QctoberD4, 2O2S (NO[H4m6E)' Date of Bid Opening: October%7^ 2O3S(CHANGED FROM DATE |N CALL FOR BIDS) ATTENTION:ALL BIDDERS AND PLAN HOLDERS: The Bid Documents for the above-named project are modified asdescribed 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 Documeno, and shall acknowledge receipt of this Addendum on the Proposal Signature Page. AProposa| may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. 4 Proposal will be considered irrepu|ar and will be rejected if the Schedule ofPrices included in this Addendum is not completed and submitted with the Proposal. THE CONTRACT DOCUMENTS ARE MODIFIED ASFOLLOWS: 1. VOLUME|| 'PLANS Sheet DM-01 has been revised to show the 8"diameter storm drainage pipe removed per SP 7-08.3(2) ] and to show the remaining pipes to be abandoned perSP 9-03.22. %. SPECIAL PROVISIONS Section 2-02.4 has been revised to match Sheet Dk8'01 for installing a plug on existing valve and removing the existing valve box. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN|mEFFECT. ENTON -__�- fRR'o6ert M. Hanson, P. Transportation Design Manager Maplewood Sidewalk Rehabilitation Page Iv,z ADDENDUM NO.2 October 9'zO26 2'02'4 Mmmmun*rnoot Section 2'02.4io supplemented with the following: Measurementfor"Sawcutting"shalt be bythe horizontal length of the cut multiplied by the depth in inches. Unit of measurement ukaU be each"Remove Hydrant and SokmQe^ Payment shall be made for costs related to removal of hydrant fittings back to the water main, and installing o plug onoxisbn8va(ve and removing the existing valve box. At[items noted for removal, abandonment, relocation,or salvage to which other Bid items do not apply shalt be considered included, but not limited to, the items shown on the Plans and those specified herein.Saw cutting,demolition,haul,and d is posa Usalvage of materials to which this Bid item applies shall also bn considered incidental. Remove Hydrant and Salvage will ba measured by Lump sum. 2'02'6Paymment Section 2'03.5 io supplemented with the following: Puynnoot for"Sawcutting" shall be by the Contract unit bid price per inch-foot, which payment shalt be considered full compensation for all toots, equipment,labor,materials, and incidentals required to complete this work asspecified herein. This bid item pertains to the aoxvouttin8of asphalt and concrete povonnentoY all depths. "Remove Hydrant and Sak/agu"' each. 2'O3 ROADWAY EXCAVATION AND EMBANKMENT 2'03.1Deonription Section 2'O3] ioauppiementeU with the IuUuvvin8: This work shalt also consist of potholing existing underground udUboo as designated by the Engineer and shown on the Plans, regardless of size. The Contractor shalt perform exploratory excavations as required to collect as-built utility information. Pothoiing includes all work necessary to determine the position of the underground utility including pavement rennuvoL excavation and bankfiK if appropriate. This work is considered incidental to the bid item for ^Pcthnia Existing Utility". The Contractor ohoK verity the depth and location of existing underground utilities.The Contractor shalt allow the Engineer one week toaKnwfurrninordeoign modifications when needed. Upon completion of excavation, existing backfiit material can be used for temporary restoration. Pothoting shalt be performed by a Vactor Truck, hand toots,or small excavator. 47 ,"vix=u to Builders oxcxaoue of WA, inc. For uoaoe Conditions Aorpemeut see °°°.bx°a.com - Always vezifv ocaz t.,•�•'*, WASHINGTON _ Filed _ Secretary of State Secretary of State 1. h. ''';�• ' Corporations&Charities Division State of Washington Date Filed:02/13/2025 Effective Date: 02/13/2025 UBI#: 603 097 425 EXPRESS ANNUAL REPORT WITH CHANGES BUSINESS INFORMATION Business Name: APCON TECH INC. UBI Number: 603 097 425 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 4 164TH AVE NE,BELLEVUE,WA,98008-4419,UNITED STATES Principal Office Mailing Address: PO BOX 7385,PO BOX 7385,BELLEVUE,WA,98008-1385,UNITED STATES Expiration Date: 03/31/2026 Jurisdiction: UNITED STATES,WASHINGTON Formation/Registration Date: _ 03/21/2011 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT RCW 23.95.410 Registered Agent Name Street Address Mailing Address LYUDMILA 4 164TH AVE NE,BELLEVUE,WA,98008-0000, PO BOX 7385,BELLEVUE,WA,98008-0000, VORONTSOVA UNITED STATES UNITED STATES PRINCIPAL OFFICE Phone: 4255052256 Email: LUDA@APCON-TECH.COM This document is a public record.For more information visit www.sos.wa.Spv/corporations Work Order#:2025021300120282-1 Received Date:02/13/2025 Amount Received:S70.00 w Street Address: 4 164TH AVE NE,BELLEVUE,WA,98008-4419,USA Mailing Address: PO BOX 7385,PO BOX 7385,BELLEVUE,WA,98008-1385,USA GOVERNORS Title Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL LYUDMILA VORONTSOVA GOVERNOR INDIVIDUAL YURY PALATNIKOV NATURE OF BUSINESS • CONSTRUCTION EFFECTIVE DATE Effective Date: 02/13/2025 CONTROLLING INTEREST 1. Does this entity own(hold title)real property in Washington,such as land or buildings,including leasehold improvements? -No 2. In the past 12 months,has there been a transfer of at least 16-2/3 percent of the ownership,stock,or other financial interest in the entity? -No a. If"Yes",in the past 36 months,has there been a transfer of controlling interest(50 percent or greater)of the ownership,stock,or other financial interest in the entity? -No 3. If you answered"Yes"to question 2a,has a controlling interest transfer return been filed with the Department of Revenue? -No You must submit a Controlling Interest Transfer Return form if you answered"yes"to questions 1 and 2a. Failure to report a Controlling Interest Transfer is subject to penalty provisions of RCW 82.45.220. For more information on Controlling Interest,visit www.dor.wa.gov/REET. RETURN ADDRESS FOR THIS FILING Attention: LYUDMILA VORONTSOVA Email: LUDA@APCON-TECH.COM Address: PO BOX 7385,BELLEVUE,1385,98008,CIU AUTHORIZED PERSON Person Type: INDIVIDUAL First Name: LYUDMILA Last Name: VORONTSOVA Title: PRESIDENT This document is a public record.For more information visit www.sos.wa,gpv/coroorations Work Order#:2025021300120282-1 Received Date:02/13/2025 Amount Received:S70.00 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 f9ilowing documents shall be submitted with the bid. Project Proposal Cover Sheet—The form included in these Bid Documents must be used; no substitute will be accepted. Proposal — The form included in these Bid Documents must be used; no substitute will be accepted. IJ/ 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. Non-Collusion Declaration —The form included in these Bid Documents must be used; no substitute will be accepted. 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. LI/ Proposal for Incorporating Recycled Materials into the Project - The form included in these Bid Documents must be used; no substitute will be accepted. C� 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. d 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. ®J 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