Loading...
HomeMy WebLinkAboutNorthwest Cascade, Inc. NORTHWEST CASCADE, INC. NW P.O. BOX 73399, PUYALLUP, WA 98373 TACOMA(253)848-2371 /SEATTLE(206)622-2464 NORTHCI148BG (Q 4SAffi• CITY Of RENTON OCT 14 7^?5 Cr- °-P RECEi ' 61 �c CITY CLERK'S v, .76‘cC &4_6-oce-c-C c -626- aaD w adIttooSic )2A_INJ;4_12) +-409-Lb2) PA,o)t-C-A- • tee5a cwpc, to -10- d-1-.5 61-6 •h;#41/u 1110D tti4A i City of Renton CAG-25-290 Maplewood Sidewalk Rehabilitation CALL FOR BIDS Sealed bids will be received until 11:00AMon 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 11:00 AM, October 16, 2025.Any bids received after the published bid submittal time cannot be considered and will not be accepted. • The bid opening meeting can be accessed by clicking the following link to join the Zoom meeting: https://us06web.zoom.us/j/81198951280?pwd=NZXgEfwalgDQ6exdB5YLRKnano2h6e.1 • Using the Zoom app: Meeting ID: 811 9895 1280; Password:563829; • Via telephone by dialing:253-205-0468; • Zoom is free to use and is available at https://zoom.us/. Approved plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. The City of Renton, in accordance with the provisions Title VI of the Civil Rights Act of 1964,(78 Stat.252,42 U.S.C.2000d to 2000d-4)and the Regulations,hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color,national origin,or sex in consideration for an award. The improvement for which bids will be received is described below: This Contract provides for curb,gutter, and sidewalk replacement, pavement overlay, relocation of a storm water line, and the addition of a raised intersection at SE 5inand SE 6thstreets with bulb out corners in the Maplewood Glen neighborhood, and other work, all in accordance with the attached Contract Plans,these Contract Provisions, and the Standard Specifications. Jason A. Seth, City Clerk Published: Daily Journal of Commerce-September 30,2025 and October 7,2025 Seattle Times-September 30,2025 and October 7,2025 Maplewood Sidewalk Rehabilitation Project Call for Bids TED4004265 Page l of 1 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation II. INSTRUCTIONS AND CHECKLIST FOR BIDDERS Contract Documents Page 4 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal INSTRUCTIONS AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a, Wages. This project includes federal funding. The State Prevailing Wages and Federal Wage Rates in effect at time of Advertisement are provided in Appendix A. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: a. Submit questions via e-mail to: Josef Harnden Gharnden(a?rentonwa.gov. The subject line should include "Maplewood Sidewalk Rehabilitation". b. No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. Payment for this work will be made in cash warrants. 8. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is Contract Documents Page 5 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time bids are due. The following documents shall be submitted with the bid. ID/Project Proposal Cover Sheet—The form included in these Bid Documents must be used; no substitute will be accepted. Q PAroposal— The form included in these Bid Documents must be used; no �, substitute will be accepted. ID-""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. E3 Non-Collusion Declaration —The form included in these Bid Documents must be used; no substitute will be accepted. Aral 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 re ected. Proposal for Incorporating Recycled Materials into the Project - The form included in these Bid Documents must be used; no substitute will be accepted. Iiiv-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. 1 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- aponsive and the Bid will be rejected. _MrPProposal Bid Bond—The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 10. Contract Checklist Contract Documents Page 6 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal The following forms are to be executed by the successful Bidder after the Contract is awarded. ❑ Agreement—The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. ❑ Contract Bond —The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in- fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. O Fair Practices Policy Affidavit of Compliance -The form included in these Bid Documents must be used; no substitute will be accepted. O 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. O Retainage — Refer to Standard Specification Section 1-09.9(1), Retainage. Contract Documents Page 7 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race;religion/creed; national origin; ancestry;sex;age over 40;sexual orientation or gender identity;pregnancy;HIV/AIDS and Hepatitis C status;use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES-The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS- Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of March ,2011 CITY RENTON , RENTON CITY COUNCIL Denis Law,Mayor uncil Pr ident Attest: u. � � N nO��y Bonnie I.Walton,City Clerk =* SEAL 1*1 4011;nrmrtUAt Contract Documents Page 8 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SU1 MARYOFAME ICANSWrrHDISABILITIESACTPOLICY ADOPTED BYRES)LUl7ONNO.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 Reston can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment,selection,promotion,termination and training shall be ei v i red 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 canunissions organized to promote Pair 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 die regairememts 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 IN by the Ctry Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor �� Preideat Attest ?-1.) - City Clerk C Contract Documents Page 9 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation III. PROJECT PROPOSAL Contract Documents Page 10 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROJECT PROPOSAL Project: Maplewood Sidewalk Rehabilitation Federal Aid No: N/A City Project Number: TED4004265 City Contract Number: CAG-25-290 Company: VH VU. AU* 0-1aUltib r WIC Address: P 1 $ -1 3361 9 Vitt/pp. wA- a3 3 Phone Number: -5-V-6-0 5-1 Fax Number: 0%3- W S- (961/ Total Bid Amount: $ � 71 6202---=- (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 Maplewood Sidewalk Rehabilitation TO THE CITY OF RENTON RENTON, WASH ING1ON 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 for 01(check one) A bid bond,or ❑ cashier's check(made payable to the City of Renton),or ❑ postal money order(made payable to the City of Renton),in an amount equal to five percent (5%)of the Total Bid Price,is attached hereto. If a bid bond is signed by an attorney-in-fact,Bidder agrees that the power of attorney authorizing such execution must be current and enforceable,be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals,signatures,and notaries. Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton,as set forth in RCW 35A.40.200 and RCW 35.23.352. Bidder hereby agrees to complete the Physical Work in all respects within 60 working days. Contract time shall begin on the first working day following the Notice to Proceed date. Contract Documents Page 12 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 01 °.c SCHEDULE OF PRICES .0. 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 NO. SPEC. ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 1 Roadway Surveying 1-05 LS 1 ((550.c) i f 550, 617 2 ADA Features Surveying 1-05 LS 1 2,7O.R2 y`?,O• t ) 3 Record Drawings 1-05SP LS 1 IOW-69 I pa)- 4 SPCC Plan 1-07.15 LS 1 560-CC 6O0_a) 5 Mobilization 1-09 LS 1 q3O4V,C'V 643(7 a 6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00 7 Pedestrian Traffic Control 1-10 LS 1 i000. (4 taw. a) 8 Flaggers 1-10 HR 10 100rCx) /000,6° 9 Other Traffic Control Labor 1-10 HR 100 /27 OD i 2_10O, 10 Construction Signs Class A 1-10SP SF 1,000 27,'o 27, 11 Other Temporary Traffic Control Devices 1-10 LS 1 Z56o.or' 250. 12 Clearing and Grubbing 2-01 SF 10,145 1.00 /Q!l-15.cO 13 Native Growth Protection Fence 2-01 LF 115 C3_00 1 o 'S,60 14 Removal of Structures and Obstructions 2-02 LS 1 9 5 500,E !5 Soo co 15 Removal of Portions of Existing Concrete 2-02 SY 279 l 9-.00 5�p 1, , 00 Removal of Pavement,Sidewalks,Curbs,& (2 ^ 5 �3c)15 ,00 16 2-02 SY 4,408 L Gutters 17 Pothole existing utilities 2-03SP EA 10 g(9O.'W 8(-900,t9C) Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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. ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 18 Roadway Excavation incl.Haul 2-03 CY 333 07,00 2-23 1( , as 19 Crushed Surfacing Top Course(Recycled 4 04 TON 1,552 5.25qj Concrete) ` �"" 20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 (55..) (058625 21 Ductile Iron Pipe,8 In.Diam. 7-04SP LF 25 155 PD 30/5. 22 Corrugated Polyethylene Storm Sewer Pipe 7-05 LF 409 1 . j 2?j((_cam 12 In.Diam. 23 Catch Basin Type 1 7-05 EA 9 Zfi 5:j,(::C, (ct 550. 24 Saddle Storm Manhole 48" 7-05 EA 1 &COO C9i CO,Cc) 25 Open Grate Locking Lid 7-05SP EA 1 50.E 9,P"JO.cr) 26 Thru-curb Inlet 7-05SP EA 7 C 8 50a) --(-la-1 _ 27 Adjusted Catch Basin Lid 7-05SP EA 3 9 so. 2,g50,vd 28 Adjust Manhole Lid 7-05 EA 5 50 1 29 Adjust Water Valve Box 7-05SP EA 1 50. Q 5o.0° 30 Adjust Utility Lid 7-05SP EA 20 50.E l n(OQO- 2 31 Hydrant Assembly 7-14.5 EA 1 1725O. 112:5OD 32 Remove Hydrant and Salvage 2-02.3(7) EA 1 1250-w Z J0.� 33 Erosion Control and Water Pollution 8-01 LS 1 b 000 Prevention /� ✓Z c� 34 Inlet Protection 8-01 EA 10 05.00 90..e7 Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal (.STY O, SCHEDULE OF PRICES Maplewood Sidewalk Rehabilitation ENTO r 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 NO ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT-PRICE* EXTENSION 35 Seeded Lawn Installation 8-02 SY 1,333 ©. 36 Topsoil,Type A(2"Depth) 8-02SP CY 310 GJ(p,56 17 5 155,co 37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 3g,50 , 50 38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 (Zq-QC ` /787,00 39 Monument Case and Cover(Adjust or g 13 EA 3 �� Replace) 9 50 Zg So. 40 Monument,Monument Case&cover 8-13 EA 1 1 1'1 r� 1 5C,c52 41 Cement Conc.Sidewalk 4" 8-14 SY 790 �� jam 6‘7545 .c2 42 Cement Conc.Sidewalk 10" 8-14 SY 78 'gg.a9 t L_j CY62 ? 00 43 Detectable Warning Surface 8-14 SF 62 `1� ©d `Q 12.' 7 44 Permanent Signs 8-21 EA 3 Goo,GGv 2Ptoo.V7 TOTAL BID AMOUNT= -.) v`' 'vv *NOTE:All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1)and WAC 458-20-171. Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR DOT Form 07/2012712-0361 EF Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • 411116. Washington State 11 Department of Transportation Subcontractor List Prepared in compliance with RCW 39.30.060 as amended � To Be Submitted_wiit�h�the Bid Proposal /� Project Name 1 1' & RVIDer i.641,�;Y�I.Q- &. 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 B .. /&- Y i_ (and License Number if required) f Work to be performed CAI Subcontractor Name !)vVl Vt/i WietUiaitieXt l gV7 (and License Number if required) J Work to be performed 44 1pt1e— Subcontractor Name -f 1 t/%ZL(/ts (and License Number if required) Work to be performed Subcontractor Name A/Orffrettti 1 eiLe I i (and License Number if required) .- ( Work to be performed u V tM�tL-✓n ,11) Subcontractor Name tglAV'f & 6�`jGr t //14C/- (and License Number if required) Work to be performed �L *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 AMMOtr 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: • *7 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: All A,, l' 'A+ l Q �C � V►' �L Signature of Authorized Offic . • IIIIIVW4a� a- ; t Date: 1.0 I L Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Washington State V` 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: fl, " i.2M `_a Ctt.d4 r[ki L Name of Contractor/Bidder-Print full legal entity name of firm C s Signature of authorize. person Print Name of person making certifications for firm • Title: \ flop fAl2f.!1Lt!14 Place: Pimiukt.p, Title of person signing certificate Print city and state where signed Date: 1 b l i I A)DIC Form 272-009 08C2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 0,, PROPOSAL SIGNATURE PAGE �� F TG 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 ICAO dOa(; 4 2 Lojoclila-oar-c- 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. %wlt) CQ.S (ALL. [Signature of Authori.-d Official]* [Business Name] E }-toms —PO y 13.=1`=, [Printed Name] [Address Line 1] G V ici 1�� Ce�—�" PuAlscL02,t4t q$ 37 3 [Title] [Address Line 2] I o1 h141 X/D-CS— caS —gua-0)311 [Date] [Telephone Number] *Note:Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non- responsive and 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.) exstoo..24th_t_ State of Incorporation, or State where business entity was formed: Contract Documents Page 18 Maplewood Sidewalk Rehabilitation October 2025 WA State Contractor's Registration # 1�4111� i18 131J'- UBI# A-78-ogq- I t Industrial Insurance Account# A D81, 1 V Employment Security Department# 7 l//& / 00 0 State Excise Tax Registration# onep'O`td /q9 DUNS# C. 2 — 9jjq — 5D53 The Surety Company which will furnish the required Contract Bond is: ND Pti004 L st+k.anc. - (P 01 Ebitit ► 4(,t) [Surety] [Address Line 1] 0700-lo-RO _-(2x) Sifj4Le wA- q g i D ) [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 OP • Utz Y 0 PROPOSAL BID BOND TO THE CITY OF RENTON .5 yN1 KNOW ALL MEN BYTHESE PRESENTS,That we,[Bidder] Northwest Cascade, Inc. of[address] P. O. Box 73399, Puyallup, WA 98373 as Principal, and[Surety] Fidelity and Deposit Company of Maryland _ a corporation organized and existing under the laws of the State of Illinois 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,forthepayment 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 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 Northwest Cascade, Inc. Fidelity and Deposit Company of Maryland [PRI 44' [SURETY] [Sig - • • -- - [Signature of Authorized Official] AAA Aliceon A. Keltner [Printed Name] [Printed Name] V 1 J PMt4t_4--JHAttorney-in-Fact [Title] [Title] 10/14/2025 10/14/2025 [Date] [Date] Name and address of local office of Propel Insurance Agent and/or SURETYCompany: 601 Union Street, Suite 3400 Seattle, WA 98101 Telephone: (206)676-4200 Surety WAOIC# 442 Surety NAIC# 39306 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 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AM)SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of lllinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Aliceon A.KELTNER,James B.BINDER,Jamie L.MARQUES,Eric A. ZIMMERMAN,Brandon K.BUSH,Jacob T.HADDOCK,Katharine J.SNIDER,Justin Dean PRICE,Christopher KINYON,Charla M.BOADLE of Seattle,Washington,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 14th day of July,A.D.2025. ww yTy EALW My 1�Y" 9.7Zz, i =u i= SEAL SEAL S • ....» :X-' ....,•• ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND j a1/1 By: Christopher Nolan Vice President ,c1G7,44h1, 4 cdtea�� By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 14th day of July, A.D.2025, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Christopher Nolan,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,EVE 1 •evieue 1•h/foal-- J Genevieve M.Maison Notary Public My Commission Expire January 27,2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may,by written instrument under the attested corporate seal,appoint attorneys-in-fact with authority to execute bonds,policies,recognizances, stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I,the undersigned,Vice President of the ZURICH AMERICAN INSURANCE COMPANY,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 14th day of October , 2025 ,„ M. �p�n C o "fT Ly t�p P,P O 14' SEAL m %= SEAL s Y SEAL F c Nfic Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims @zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 RESOLUTION OF CORPORATE AUTHORITY OF NORTHWEST CASCADE,INC. Be it resolved that Greg Potts be appointed the Chief Executive Officer,President and an officer of Northwest Cascade,Inc. Be it resolved that Jason Perry be appointed Chief Operating Officer and an officer of Northwest Cascade,Inc. Be it resolved that Clint Myers be appoionted Vice President and an officer of Nortwest Cascade,Inc. Be it resolved that Ron Inman be appointed Vice Presideint and an officer of Northwest Cascade,Inc. Be it resolved that Tracey Schwartz be appointed Secretary and an officer of Northwest Cacade Inc. This authority shall remain in effect until revoked by action of the Board of Directors. Dated this 21 st Day of December,2021 7.. 5'chval Secretary I certify that this is a true copy of the Resolution dated December 21,2021. erMark Perry(Jan 22,2022 05:40 CST) Chairman of the Board 10/6/4,6:02 AM NORTHWEST CASCADE INC Labor&Industries(https://Ini.wa.gov/) Contractors NORTHWEST CASCADE INC Owner or tradesperson 10412 JOHN BANANOLA WAY E ................_.......... Principals PUYALLUP,WA 98374 MYERS,CLINTON EASTON,VICE PRESIDENT 253-848-2371 PIERCE County POTTS,GREGORY ALLEN,TREASURER LILIEQUIST,CARL ANDERS,PRESIDENT (End:02/26/2025) HEWES,CAMERON MOSES,DIRECTOR (End:02/26/2025) mariani,gary e,DIRECTOR (End:02/26/2025) Gorski,Donald Joseph,DIRECTOR (End:02/26/2025) Jones,Harvey Norton,DIRECTOR (End:02/26/2025) WINGARD,WILLIAM B JR,SECRETARY (End:09/16/2013) Diklich,John Martin,PRESIDENT (End:09/21/2015) BARGER,STEPHEN Richard,VICE PRESIDENT (End:09/21/2015) PERRY,MARK Roger,SECRETARY (End:10/27/2015) Doing business as NORTHWEST CASCADE INC WA UBI No. Business type 278 049 149 Corporation Governing persons MARK R PERRY J R INMAN; RON INMAN; CARL LILIEQUIST; CLINT MYERS; GREG POTTS; Registration Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. NORTHCI148BG Effective—expiration 01/07/1986—10/04/2027 L&I Contractor Registration: 1-800-647-0982-Email:ContReg@Lni.wa.gov Bond .............. Fidelity&Deposit Co of MD $30,000.00 Bond account no. 09090648 Received by L&I Effective date 08/14/2024 08/14/2024 Expiration date Until Canceled Bond history https://secure.lni.wa.gov/verify/Detail.aspx?UBI=278049149&LIC=NORTHC1148BG&SAW= 1/3 10/6/45,6:02 AM NORTHWEST CASCADE INC Insurance _........_... _.. National Union Fire Ins of PA $1,000,000.00 Policy no. 3296838 Received by L&I Effective date 04/29/2025 10/01/2021 Expiration date 05/01/2026 Insurance history Savings ....................... No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations ............................................... No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certif ications.... exist for this business. Apprentice Training Agent Registered training agent.Check their eligible programs and occupations. Workers'Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 265,081-00 ... ............... Doing business as NORTHWEST CASCADE INC Estimated workers reported Quarter 2 of Year 2025"Greater than 100 Workers" Workers'Comp Account Contact TO/DAVID PRYOR(360)902-5617-Email:PRYD235@Ini.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1,2019 Exempt from this requirement. Contractor Strikes ve...... No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 10/02/2025 No violations Inspection no. 317987533 Location 8500 Yelm Hwy Olympia,WA 98513 Inspection results date 08/26/2024 No violations Inspection no. 317981176 Location 13918 Meridian E South Hill,WA 98373 Inspection results date 01/10/2023 Under appeal.The results of the inspection are being challenged. Inspection no. https://secure.lni.wa.gov/verify/Detail.aspx?UB1=278049149&LIC=NORTHC1148BG&SAW= 2/3 10/6/25,6:02 AM NORTHWEST CASCADE INC 317971453 Date of appeal Location 04/02/2025 204 Lilly Road Olympia,WA 98506 Inspection results date 08/24/2020 No violations Inspection no. 317960291 Location 8401 Canyon Rd E Puyallup,WA 98371 https://secure.lni.wa.gov/verify/Detail.aspx?UBI=278049149&LIC=NORTHC1148BG&SAW= 3/3