Loading...
HomeMy WebLinkAboutEarthwork Solutions, LLC. 41, CETYZ FC guma Earthwork Solutions LLC 8629 156th St NE Arlington, WA 98223 t0 OS a to/ice J z CITY OF RENTON OCT 14 2025 RECEIVED CITY CLERK'S OFFICE Renton City Hall- Lobby 1055 South Grady Way Renton WA, 98057 Project: Maplewood Sidewalk Rehabilitation Bid Date &Time: 10/14/2025 ©11:00AM 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 jh=. .a,", re fi1tnnwa.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 submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time bids are due. The following documents shall be submitted with the bid. ® 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. El 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. El Non-Collusion Declaration —The form included in these Bid Documents must be used; no substitute will be accepted. El 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. El Proposal for Incorporating Recycled Materials into the Project - The form included in these Bid Documents must be used; no substitute will be accepted. El 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. El 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. ® 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 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 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 RENTON CITY COUNCIL Denis Law, Mayor uncil Pr ident Attest: L) LJV O'i�. 'Atri-#1.‘"; /Z)a.J —% G` 'L Bonnie I. Walton,City Clerk SEAL `. /t= TEGet." r�t Contract Documents Page 8 Maplewood Sidewalk Rehabilitation October 2025 CITY OF RENTON SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYMSOLU77ONNO. 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 chill 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- discriminatory 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 access to City services, activities and programs to all people with disabilities. It shall 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 access to services, activities and programs for people with disabilities. 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 174I by the City Council of the City of Renton. Washington, this 4th day of Ocsober 1993_ CITY RENTON RENTON CITY COUNCIL: Mayor •L, resident City Clerk Contract Documents Page 9 Maplewood Sidewalk Rehabilitation October 2025 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 Ad No: N/A City Project Number: TED4004265 City Contract Number: CAG-25-290 Company: Earthwork Solutions, LLC Address: 8629 156th St NE Arlington WA, 98223 Phone Number: 425-553-2784 Fax Number: 425-296-1107 Total Bid Amount: $ 788,484.47 (Total of Bid Schedule) Contract Documents Page 11 Maplewood Sidewalk Rehabilitation October 2025 PROPOSAL COVER PAGE Maplewood Sidewalk Rehabilitation 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) tgl 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(10Jdays 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 01Y o SCHEDULE OF PRICES + + Maplewood Sidewalk Rehabilitation AFNTO? 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 UNIT QUANTITY UNIT PRICE* EXTENSION 1 Roadway Surveying 1-05 LS 1 $13,817.25 $13,817.25 2 ADAFeaturesSurveying 1-05 LS 1 $4,025.00 $4,025.00 3 Record Drawings 1-05SP LS 1 $1 ,897.50 $1 ,897.50 4 SPCC Plan 1-07.15 LS 1 $747.50 $747.50 5 Mobilization 1-09 LS 1 $73,350.00 $73,350.00 6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00 7 Pedestrian Traffic Control 1-10 LS 1 $1 ,150.00 $1 ,150.00 8 Flaggers 1-10 HR 10 $71 .30 $713.00 9 Other Traffic Control Labor 1-10 HR 100 $90.85 $9,085.00 10 Construction Signs Class A 1-1OSP SF 1,000 $2.30 $2,300.00 11 Other Temporary Traffic Control Devices 1-10 LS 1 $1 ,150.00 $1 ,150.00 12 Clearing and Grubbing 2-01 SF 10,145 $4.83 $49,000.35 13 Native Growth Protection Fence 2-01 LF 115 $52.90 $6,083.50 14 Removal of Structures and Obstructions 2-02 LS 1 $3,956.00 $3,956.00 15 Removal of Portions of Existing Concrete 2-02 SY 279 $1 4.52 $4,051 .08 16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408 $6.43 $28,343.44 Gutters 17 Pothole existing utilities 2-03SP EA 10 $1 ,265.00 $12,650.00 Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 c\iY 0,,, SCHEDULE OF PRICES + o Maplewood Sidewalk Rehabilitation 'faro' 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.18 Roadway Excavation incl. Haul 2-03 CY 333 $43.55 $14,502.1 5 19 Crushed Surfacing Top Course(Recycled 4-04 TON 1,552 Concrete) $37.06 $57,517.12 20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 $162.36 $1 10,891 .88 21 Ductile Iron Pipe,8 In.Diam. 7-04SP LF 25 $157.23 $3,930.75 22 Corrugated Polyethylene Storm Sewer Pipe 7-05 LF 409 $61 .1 2 $24,998.08 12 In.Diam. 23 Catch Basin Type 1 7-05 EA 9 $1 ,305.25 $1 1 ,747.25 24 Saddle Storm Manhole 48" 7-05 EA 1 $4,003.15 $4,003.15 25 Open Grate Locking Lid 7-05SP EA 1 $363.40 $363.40 26 Thru-curb Inlet 7-05SP EA 7 $1 ,055.70 $7,389.90 27 Adjusted Catch Basin Lid 7-05SP EA 3 $1 ,322.50 $3,967.50 28 Adjust Manhole Lid 7-05 EA 5 $672.75 $3,363.75 29 Adjust Water Valve Box 7-05SP EA 1 $1 ,1 50.00 $1 ,1 50.00 30 Adjust Utility Lid 7-055P EA 20 $603.75 $12,075.00 31 Hydrant Assembly 7-14.5 EA 1 $15,641.15 $15,641 .15 32 Remove Hydrant and Salvage 2-02.3(7) EA 1 $1 ,351 .25 $1 ,351 .25 33 Erosion Control and Water Pollution 8-01 LS 1 $1 ,725.00 $1 ,725.00 Prevention 34 Inlet Protection 8-01 EA 10 $460.00 $4,600.00 Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 Gfit"o,, SCHEDULE OF PRICES + + Maplewood Sidewalk Rehabilitation 4eNT0+ 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 35 Seeded Lawn Installation 8-02 SY 1,333 $5.75 $7,664.75 36 Topsoil,Type A(2"Depth) 8-02SP CY 310 $80.12 $24,837.20 37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 $50.83 $87,986.73 38 Cement Conc. Driveway Entrance 6" 8-06SP SY 603 $96.60 $58,249.80 39 Monument Case and Cover(Adjust or 8-13 EA 3 $862.50 $2,587.50 Replace) 40 Monument,Monument Case&cover 8-13 EA 1 $3,645.50 $3,645.50 41 Cement Conc.Sidewalk 4" 8-14 SY 790 $81 .19 $64,140.10 42 Cement Conc.Sidewalk 10" 8-14 SY 78 $188.03 $1 4,666.34 43 Detectable Warning Surface 8-14 SF 62 $82.80 $5,1 33.60 44 Permanent Signs 8-21 EA 3 $1 ,01 2.00 $3,036.00 TOTAL BID AMOUNT= $788.484.47 *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 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 07l201 272-03611 EF 17Washington State 1 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 ROW, 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 Not in Contract (and License Number if required) Work to be performed HVAC Subcontractor Name Not in Contract (and License Number if required) Work to be performed Plumbing Subcontractor Name Not in Contract (and License Number if required) Work to be performed Electrical Subcontractor Name Earthwork Solutions to self preform. (and License Number if required) Work to be performed Structural Steel Subcontractor Name Earthwork Solutions to self preform. (and License Number if required) Work to be performed Rebar Installation *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. 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: • 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: Earthwor o °rs-,-CCC. - Signature of Authorized Official: sh Fr'' zr zell, overnor Date: 1 /2025 Washington State 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: Earthwork Solutions, LLC. me of dder-Print full legal entity name of firm By: / Josh Frizzell Signa e authorized n Print Name of person making certifications for firm Title: Governor Place: Arlington WA Title of person signing certificate Print city and state where signed Date: 10/14/2025 Form 272-009 08/2017 PROPOSAL SIGNATURE PAGE By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 10/03/2025 4 2 10/09/2025 5 3 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 r irements and signed all certificates contained herein. Earthwork Solutions, LLC. [Signat f Author. [Business Name] Josh Frizzell 8629 156th St NE [Printed Name] [Address Line 1] Governor Arlington WA, 98223 [Title] [Address Line 2] 10/14/2025 425-553-2784 [Date] [Telephone Number] *Note:Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shale submitted with the Bid.Qtherw _e,the submitted Bid will be considered irregular and non- responsive_and the Bid wide 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.) Partnership State of Incorporation, or State where business entity was formed: Washington Contract Documents Page 18 Maplewood Sidewalk Rehabilitation October 2025 WA State Contractor's Registration # EARTHSL8300K UBI# 604-131-773 Industrial Insurance Account# 685,357-00 Employment Security Department# 000-804758-00-8 State Excise Tax Registration# A40052227 DUNS# 08697281 The Surety Company which will furnish the required Contract Bond is: United Fire and Casualty Company PO BOX 73909 [Surety] [Address Line 1] 800-553-7937 Cedar Rapids, IA 54207-3909 [Telephone Number] [Address Line 2] Contract Documents Page 19 Maplewood Sidewalk Rehabilitation October 2025 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY TH ESE PRESENTS,That we, [Bidder] Earthwork Solutions, LLC of[address] 8629 156th St NE, Arlington, WA 98223 as Principal,and[Surety] United Fire &Casualty Company a corporation organized and existing under the laws of the State of Iowa 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: Maplewood 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PRINCIPAL SURETY cAsu,y' Earthwork S. tionsss+'_ United��� Fire&Casualt Com an `Tye (PRINCIP ' [`"/'1'" '] 2O CORPORATE SEAL C37- r / I .—- <_-_ i/�� r/ January 2.7916 / Andirr 07 Sin. .re of Aut zed O cial [Signature of Authorized Official] �a P; 0511 Fi i zZej! Elizabeth R. Hahn [Printed Name] [Printed Name] Gov-tour Attorney-in-Fact [Title] [Title] 10/14/2025 10/14/2025 [Date] [Date] Name and address of local office of IMA Financial Group, Inc. Agent and/or SURETYCompany: 10400 NE 4th Street, Suite 900 Bellevue, WA 98004 Telephone: (425) 709-3600 Surety WAOIC# 1356 Surety NAIC# 13021 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 Y- O R UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department 11 • UNI"I'ED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,LOS ANGELES,CA Cedar Rapids,iA 52401 NSURANG= CERTIFIED COPY OF POWER OF ATTORNEY - (original on file at Home Office of Company—See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint NICHOLAS FREDRICKSON, ANDREW KERSLAKE, GUY P. ARMFIELD, ROGER KALTENBACH, ELIZABETH R. HAHN, SCOTT MCGILVRAY, ALEC GUMPFER, GREG LAGREID, DEANNA M. FRENCH, JANA M. ROY, KATELYN COOPER, RONALD J. LANGE, SCOTT FISHER, SCOTT GARCIA, SUSAN B. LARSON, MINDEE L. RANKIN, REBECCA SARMIENTO, CHRIS LARSON, KYLE DOZIER, ABBIE A. BONNEY, SANDY L. BOSWELL, JANIE MA, SHARON POPE, BRENDA S. NOLIN, JANTEANE BLYTON, ALEX GIANNINI, WILLIAM M. SMITH, GREGORY C. RYERSON, EACH INDIVIDUALLY their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire&Casualty Company,United Fire& indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI-Surety Bonds and Undertakings" Section 2,Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may,from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its u ,��E a nsoq1/4 vice president and its corporate seal to be hereto affixed this 1st day of Apr 1 1 , 2024 27$ CORPORATE i% 2 CORPORATE ; :2 fFp(+� __ UNITED FIRE&CASUALTY COMPANY :: ,aL� UNITED FIRE&INDEMNITY COMPANY ` vE �7 SEAL �� SEAL ? %s., 996 :a. "'�•,;�� so°;,•' '-•,�rPB �y O OP��'<2,° FINANCIAL PACIFIC INSURANCE COMPANY r BY: �' w.a—/4 State of Iowa,County of Linn,ss: Vice President On 1st day of April , 2024, before me personally came Kyanna M. Saylor to me known,who being by me duly sworn,did depose and say;that she resides in Cedar Rapids,State of Iowa;that she is a Vice President of United Fire&Casualty Company,a Vice President of United Fire&Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. Judith A.Jones Iowa Notarial Seal Commission number 173041 ?)4)--"-A-4Notary Public A My owy Commission Expires 04/23/2027 My commission expires:04/23/2027 I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. - -In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations - this 14th day of October ,20 25 . 1�hGA�j`Q�''' CORPORATE �yy= QRPORATE ;� 5: 1ULy 27 . _ ) Bioafru a. 19Bfi �' SEAL ;y e IF `� Assistant Secretary, 5F ''�4q RAPi9�t .,;pry 1100` '�111111III\\I"`""` UF&C&OF&I&FPIC hS" ),nl\\\tt ` BPOAO0491217