Loading...
HomeMy WebLinkAboutFury Site Works, Inc. r- v 5 ( vi RKS 118 /goz4.5NnP- 7) I.c�ND10 - c4 (Avvt CITY OF RENTON OCT 4 2025 RE ;EI°:/ED CITY CLERKS OFFICE C lT o F ENTv nl /0 55 So(fry CTRPIPY LC WHO 5 LDE k/r��� �,eG-4 $ 1 Li 1 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: 1 tu?'( S t TF \#1f egKS antc- Address: TD—b®x c 1(8 /.074- i‘3045 Phone Number: GO•S 81525 - l5 ll6, Fax Number: Total Bid Amount: $ 15f1 , 020' 13 (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 PROPOSAL COVER PAGE in Maplewood Sidewalk Rehabilitation TO THE CITYOFRENTON 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 ROW 35.23.352(1),an original Bid Proposal Deposit in the form of(checkone) 10 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 bythe Surety in accordance with the Surety's by-laws or other applicable rules and resolutions,and include all necessary corporate seals, signatures,and notaries. Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton,as set forth in RCW 35A.40.200 and RCW 35,23.352. Bidder hereby agrees to complete the Physical Work in all respects within 60wgrkingdays. Contract time shall begin on the first working dayfollowingthe 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 SCHEDULE OF PRICES I. 1 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 ITEM DESCRIPTION SECTi UNIT QUANTITY UNIT PRICE* EXTENSION 1 Roadway Surveying 1-05 LS 1 2 ADA Features Surveying 1-05 LS 1 2-i6`l LO 2-T61 •ZO 3 Record Drawings 1-05SP LS 1 S'M•(al n ,La 4 SPCC Plan 1-07.15 LS 1 2M r1 17; 2610, 33 5 Mobilization 1-09 LS 1 32o/Cc z 6 Roadside Cleanup 2-01 ES 1 25,000.00 25,000.00 7 Pedestrian Traffic Control 1-10 LS 1 2 191.14 9I,r i -1 97Iq 1,i i-7 8 Flaggers 1-10 HR 10 1CI , 191• v 9 Other Traffic Control Labor 1-10 HR 100 pl!I 1 9 )pi-i�,00 10 Construction Signs Class A 1-10SP SF 1,000 l 1 ! g.2-9 g/A0•00 11 Other Temporary Traffic Control Devices 1-10 LS 1 2,9 U ,I ID , 12 Clearing and Grubbing 2-01 SF 10,145 10 10 4L vI 2 5 13 Native Growth Protection Fence 2-01 LF 115 4611 (DWG. „WG• 16 14 Removal of Structures and Obstructions 2-02 LS 1 11 10i4 1361 11 1 1 LJ '1 15 Removal of Portions of Existing Concrete 2-02 SY 279 Zy ✓ ' r ,�-1q O,c5c, 16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408 "i l P u GuttersIS 12-9 c6 0(12 22. 2- 17 Pothole existing utilities 2-03SP EA 10 Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 • SCHEDULE OF PRICES % ` Maplewood Sidewalk Rehabilitation �s- 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. ' SPEC ITEM ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION NO.18 Roadway Excavation incl.Haul 2-03 CY 333 19 Crushed Surfacing Top Course(Recycled 4-04 TON 1,552 �^ Concrete) �12,10 i Low,i 2, 20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 I 1-0- 21 .. q 1 f() .57y 21 Ductile Iron Pipe,8 In.Diam. 7-04SP LF 25 2-1 0 1-1 1 C) 22 Corrugated Polyethylene Storm Sewer Pipe 7-05 LF 409 12 In.Diam. t/S.9 i S I L111 , 19 23 Catch Basin Type l 7-05 EA 9 l U"J 92 .0% 22U 2A1. Z 24 Saddle Storm Manhole 48" 7-05 EA 1 vl q I i�} /�c Lq 19 . 25 Open Grate Locking Lid 7-05SP EA 1 ✓ "� 325.5b 2-139 -so 26 Thru-curb Inlet 7-0SSP EA 7 27 Adjusted Catch Basin Lid 7-05SP EA 3 28 Adjust Manhole Lid 7-05 EA S 29 Adjust Water Valve Box 7-05SP EA 1 30 Adjust Utility Lid 7-05SP EA 20 040 31 Hydrant Assembly 7-14.5 EA 1 1`i (0'51 I`i q-° S-, 32 Remove Hydrant and Salvage 2-02.3(7) EA 1 21�j9 ,( 'I3 ZI 59 .r`!3 33 Erosion Control and Water Pollution 8-01 LS 1 Prevention 22u2i5 'Z 7.-J-i 2- '15 34 Inlet Protection 8-01 EA 10 _ S 3 .2r6 5 3 2 °4s"0 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 ITEM DESCRIPTION SPEC. UNIT QUANTITY UNIT PRICE* EXTENSION NO. SECTION 35 Seeded Lawn Installation 8-02 SY 1,333 2 , 32 ; 092 ,5(0 36 Topsoil,Type A(2"Depth) 8-02SP CY 310 ff I wy 37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 �• p`I( ( -l-1 O c 4 2 J 38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 (61 CS? 5 2 9„1q,5- 39 Monument Case and Cover(Adjust or Replace) 8-13 EA 3 1 y-1 5 l 1 t 2,1,r 40 Monument, Monument Case&cover 8-13 EA 1 Z°l ZM D 3 y 2,r . �. 3 JrI 41 Cement Conc.Sidewalk 4" 8-14 SY 790 1. I • L U rLt)5(pli t OD 42 Cement Conc.Sidewalk 10" 8-14 SY 78 43 Detectable Warning Surface 8-14 SF 62 S --•2UP 9)2(-10, 12 44 Permanent Signs 8-21 EA 3 %V2•al3 2 12' ` 19 TOTAL BID AMOUNT= 1 S LA / V jO a 1 3 `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 272-0361 EF 07l2011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal r► Washington State �� Department of Transportation Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name N\ AV4,S oor) 5towALI4 11,S-ft40(4.trP-Cto N CAq 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 ROW 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 C n relf Sey\h s ( Co NC. -SI pqp NZ (and License Number if required) 1 Work to be performed ' T\ i ✓r\ $� 7j� i 2j , '-i i - 9 ?j Subcontractor Name V)eG VD`OCr4-t 0? (and License Number if required) Work to be performed # 20 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• Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal "EPOS A;?zan SAEMTY - WOD'EMXCV MMM aas quauaazby suoTqTpuoj abesn zoa 'ouI 'VM 3o abuEuaxg szapiing oq papTAozd -- i1 — O) :oleo :pow) pazuoy;nt/Jo aan;eu6!g :Jepp!S -suo!srnord je!oads ay;jo 9-90-k not;pas u!dSJ VMdv eq; twita aauep.roope u! `pa1aad ay; aiu!pa;eao tiooui ifj/en;ae s(eua;ew pajo{foar uo uodar o;pannbar aq;;!M srappg -ysljdw000e a;;saq sj!op pjnogs io;aet;uoo ay;jeo6 e aurooaq!j!M sa5e;uaaiad pasodoid pa;e;s s,lapptg ay; `ssajpte6e j suo!s!notd jeroadS ay;jo l.60-k not;oas u!dSJ VMdd ay;dad `raijearq-ar; a se pasn aq j!►M sa6e4uaatad 6uijaifaai pasodord aseo yoILM u! `jenba itj;aexa are s;e;o;pig antsuodsaa;saMo;atow Jo one ssajun `pieMe;o uo!;euiw.ta;ap ay;;oe;;e;ou jj!M pue `aauaraJatdiapptg e a;n;gsuoojou saop;nq `anoge uMoys mu!' ay; uigjiM pabetnoaua Ajy5iy s! s/eua;ew pajo foal jo asn :a;oN ;uaoaad :a6e;uaoaad Ie;o; pasodoad .suoReoi;!Dads paepue;g aq;jo Ieua;en papt(oa�{ ;o (;g6!aM Ag) ;ueoled aigennolly wnw!xen uo a!gel `3(i.)LZ-£0-6 uoi;Dag u! pannolle s;unowe ay; u!y;!nn aq ;snw sa6e;uaoiad pa;elnole° .sleua;ew papAoaa we leg;;aafoad ay; o;u! pa;wodaooun aq o;sleua;ew a;aaauoo pue a;e6aa66e uoi;ona;suoo Jo wooled le;a; eq; 'nnoleq asodoid legs aapp!g aye `OOL GOZ.VOL Mai1 y;!nn eoue!ldwoo uI ;oatoad ay; ow! sleua;eIN papitoa 6u!;eaodaoaul ao; lesodoid ZZOZ/EI/S 'naa as;;!wwoD I uo!s!n!Q dM-VMdd Washington State VW 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: c t 9 C.`( S rr-E 49i j 5 1 t Name of Contractor/Bidder-Print full legal entity name of firm By: MIKE V 4vl Signature of authorized person Print Name of person making certifications for firm Title: V r-PR�SIV E11.ST Place: Ne TEIUD ?A )/4 Title of person signing certificate Print city and state where sighed Date: 10 - f g- ZO?_ Form 272-009 08C2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL SIGNATURE PAGE t+Y 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 !o -3—AQ2-5 4 __-- 2 l0-9-2nz5 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 requirements and signed all certificates contained herein. 'Ft)re,Y SITE LJo v..k-1 /Ak--- [Signature of Authorized vial]* [Business Name] M DAY " "Box- c„z 163 [Printed Name] [Address Line 1] PRE/ I aEitTr _. CUIQ {- z9E J b l c 4 ` c L5 [Title] [Address Line 2] /0 -rLf- 2oz5 a�5 -A - l5g� [Date] [Telephone Number] *Note _ vidence_of the signatory's au rityJQ$rgn the_oposaLan_behe/tof he. rsines n ity 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.) CYp o rani O r State of Incorporation, or State where business entity was formed: \io ►ni\- P Contract Documents Page 18 Maplewood Sidewalk Rehabilitation October 2025 WA State Contractor's Registration # FL' '( SS '3II Q U BI# let'3 j 5 ?, a. l Industrial Insurance Account # 5430 -a3 — 0;— f Employment Security Department# I-1 35 (036 005 State Excise Tax Registration# (OO 3 ! .5 3 ( DUNS# 964; '4-5 l 6 l The Surety Company which will furnish the required Contract Bond is: ,A `j'v vant t orL+lon 6.[d ,']oiSkan Wiaq S Sure 200 [Surety] [Address Line 1] ‹Mgv - - 4/a00 SE4r7tE F [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] Fury Site Works Inc. of [address] _ P.O. Box 2118_North Bend, WA 98045 as Principal, and [Surety] Swiss Re Corporate Solutions America Insurance Corporation a corporation organized and existing under the laws of the State of Missouri 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 2025 Contract Documents Page 20 Maplewood Sidewalk Rehabilitation October 2025 PRINCIPAL SURETY Swiss Re Corporate Solutions Fury Site Works Inc. America Insurance Corporation [PRINCIP [SURETY] [Signature of Authorized O ' al] [Signature of Authorized Official] NAME -DAY Aliceon A. Keltner [Printed Name] [Printed Name] VICE FAElt9E NLT Attorney-in-Fact [Title] [Title] 10/14/2025 10/14/2025 [Date] [Date] Name and address of local office of Propel Insurance Agent and/or SUREfYCompany: 601 Union Street, Suite 3400 Seattle, WA 98101 Telephone: (206) 676-4200 Surety WAOIC# 965 Surety NAIC # 29874 Contract Documents Page 21 Maplewood Sidewalk Rehabilitation October 2025 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") WESTPORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute,and appoint: ERIC A.ZIMMERMAN,CHRISTOPHER KINYON,JAMIE L.MARQUES,JAMES B.BINDER,CARLEY ESPIRITU,HOW LAGERQUIST,ALICEON A.KELTNER, ANNELIES M.RICHIE,BRANDON K.BUSH,KATHARINE J.SNIDER,LINDSEY ELAINE JORGENSEN,AMELIA G.BURRILL,JUSTIN DEAN PRICE, SARAH WHITAKER,CHARLA M.BOADLE, JULIE A CRAKER AND THOMAS BUELL JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds,consents of surety,or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION($200,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18t"of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011: "RESOLVED,that any two of the President,any Managing-Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to an bond,undertaking or contract of surety to which it is attached." r SOPoripNs., r`�Sa._...�NS%, By 7!DNIIi ! ogT• O �1"--7.4° r:ta'...0 PU�r-;;,:•l; David Satory,Senior Vice 'dtu't M Jee A C&Senior Vice President q; ; , .q- ;�' of SRCSPIC&Senior Vice President of WIC ~. .EAL. y. SEAL : _s SEAL =A= e it f ,5,, ,.�0 r ;-.s/1f �0 i By S d '' .,, ....*,,.va r. a el Jacque.,Senior S e Pr eot of SRUSAIC&S •" ire Prerides( • •." ..... - of SRCSPIC&S ior% ce President of N • IN WITNESS WHEREOF,SRCSAIC have caused their official seals to be hereunt at xcd.and these• be signed by their authorized officers this 111rlpay of June ,20 25_ Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook El Westport Insurance Corporation 11th June 25 On this day of ,20 before me,a Notary Public personally appeared David Satorv,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC,and Gabriel Jacauez,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney toocgrk tan¢acmowledged said instrument to be the voluntary act and deed of their respective co anies. OFFICIAL SEAL. KAREN M SZWEDA Notary Public,State of Illinois Common No 978628 My Commission Expires September 26 2027 en M. ,Notary I,Jeffrey Goldberg,the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 14th day of October 20 25 . icy Goldberg,Senior 'ice Presides . .+'.ant Secretary of SRCSAIC and SRCSPIC and WIC CERTIFICATE AS TO CORPORATE:PRINCIPAL m► •Dx-Id . certifytIuttl am the V►� `�-( k kr 1' of the corporationnamed as Contractor he A nt-att ied b eto;that. On i - Do 5 j' who signed saidAgree t onbehalf'oft e -COntraCtnr,was then V I' ft. Vr-did-enfi of aaid that said Agreetnent Witt Auly sigriedibr and in behalf of said corporation bye aft; gowning body,.as-wi fbo scope of its corporate powers. We: i r i !�P STEk, flop, S OF` ASKti _ �`ss gRor�g� ept COUNTY OF KING - TA / AVBLAG - ? ' O I� a /I�OI�w;s;\ I � being duyawoni,deposes andsArligkiV is V ?rtsi(l-G n t fin.vt, V J -1'-s I h l. titepatibectalld amm ;bed me t day of 1Li'U b-e r ,24 ZS e' vvvr.4,4<brf741---- NOTARY P' BLiC.iu and for the Stateof Washington,residing in Addendum No. 1 111 Maplewood 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 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 O ctober 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. CI • RENTON 4.1 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 JD% =AN Maplewood Sidewalk Rehabilitation CAG-25-290 Date of Issue: October 9, 2025 Bid Due Date: October 14,2025(NO CHANGE) Date of Bid Openinip 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: I. VOLUME II-PLANS Sheet DM-01 has been revised to show the 8"diameter storm drainage pipe removed per SP 7-08.3(2) _I 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