HomeMy WebLinkAboutGary Merlino Construction Company Gary Medina Construction Company
9125 - 10th Avenue South - Seattle, WA 9 8108
PH: 206-762-9125 FX: 206 ID `1 ,vt t ''
CITY OF RENTON
0CT142025
RECEIVED
CITY CLERK'S OFFICE
CITY OF RET ON -- CITY HALL Ci'j inisti
1055 SOUTH .iNDY WAY )Y 1►:*A-
RE NTON, WA 98057
PROJECT: MAPLEWOOD SIDEWALK .._. ..
REHABILITAION _. . ..
PROJECT#: CAG-25-290 -°-_, r .
BID DATE/TIME: 10.13.25 @ 11:00-AM
4.00
41111111110.
(201
p QUA43569
PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BYTH ESE PRESENTS, That we. [Bidder] Gary Merlino Construction Company, Inc.
of [address] 9125 10th Avenue South, Seattle, WA 98108
as Principal. and [Surety] Travelers Casualty and Surety Company of America
a corporation organized and existing under the laws of the State of Connecticut
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:
M_aplewaod__Side raJk__Reba biIi_tato_n
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
Gary Merlino Construction Company, Inc. Travelers Casualty and Surety Company of America
[PRIN L] Ozo [SURETY]
GJ
[Signature of A horized Official] [Signature of Authorized a ial]
C' t ul i Ver" Christopher Kinyon
[Printed Name] [Printed Name]
i t Attorney-in-Fact
[Title] [Title]
10/14/2025 10/14/2025
[Date] [Date]
Name and address of local office of Propel Insurance
` GO` MC ent and/or SURETYCompany: PO Box 2940
4 �0 .0i t R� SN) Tacoma, WA 98401
s`'SEAL p Telephone: (253)759-2200
n
° Z8� 2 Surety WAOI C# 10
�.1111jq`H I NG-7i►ir
AN • Surety NAIC #
31194
Contract Documents Page 21
Maplewood Sidewalk Rehabilitation October 2025
Travelers Casualty and Surety Company of America
Ai\ Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are
corporations duly organized under the laws of the State of Connecticut(herein collectively called the"Companies"),and the Companies do hereby make,
constitute and appoint Thomas Buell,Amelia G Burrill,Julie A Craker,Carley Espiritu, Brent E Heilesen, Lindsey Elaine Jorgensen,Christopher
Kinyon,Holli Lagerquist,Jamie L Marques,Annelies M Richie,and Sarah Whitaker of Tacoma,Washington,their true and lawful Attorney(s)-in-Fact
to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on
behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing
bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 16th day of
February,2024.
Q, ,a p
G,
SEAL ;z SEAL .e SEAL si;
, a _ _ _
aA�.f v„a� fs.. 0
•
*
State of Connecticut
By: -
City of Hartford ss. Br a Grissom, Senior Vice President
On this the 16th day of February, 2024, before me personally appeared Bryce Grissom,who acknowledged himself to be the Senior Vice President of
each of the Companies, and that he,as such, being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing
on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal. .; ;,rNo;-.. �y1`�
ram" *''; L/�� /
My Commission expires the 30th day of June, 2026 s« row"
' e: iAnna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,
which resolutions are now in full force and effect, reading as follows:
RESOLVED,that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any
Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign
with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity,and other writings obligatory in the nature of
a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and
revoke the power given him or her;and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation
is in writing and a copy thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed (under seal, if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one
or more Company officers pursuant to a written delegation of authority;and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any
Vice President,any Assistant Vice President, any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any
Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or
certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified
by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to
which it is attached.
I, Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies,which remains in full force and effect.
Dated this 14th day of October , 2025
+-to SURE il,,,S"AV,, ,,),MAR/,i,t,,
cb vS. �.•.L9s P �.• 9s
SEAL . ' SEAL : SEAL >.
N O 6 Z
'b": *d"'`� • 6 , t� Kevin E. Hughes, Secretary
To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880.
Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.
City of Renton
Contract Provisions for
Maplewood Sidewalk Rehabilitation
III. PROJECT PROPOSAL
Contract Documents Page 10
Maplewood Sidewalk Rehabilitation October 2025
\1'' o PROPOSAL COVER PAGE
• Maplewood Sidewalk Rehabilitation
ENT°
TO THE CITY OF RENTON
RENTON, WASH INGTON
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 check check one)
bid bond, or
❑ cashier's check (made payable to the City of Renton),or
❑ postal money order (made payable to the City of Renton), in an amount equal to five percent
(5%)of the Total Bid Price, is attached hereto.
If a bid bond is signed by an attorney-in-fact. Bidder agrees that the power of attorney authorizing
such execution must be current and enforceable, be properly executed by the Surety in accordance
with the Surety's by-laws or other applicable rules and resolutions, and include all necessary
corporate seals, signatures,and notaries.
Bidder understands that Contract Award or Bid rejection will occur within 50 alandar 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
PROJECT PROPOSAL
Project: Maplewood Sidewalk Rehabilitation
Federal Aid No: N/A
City Project Number: TED4004265
City Contract Number: CAG-25-290
Company: Gary Merlino Construction Co. Inc.
Address: 9 1 5 10+k' Ik✓e,.,c,,e -f''k.
- 5 4-+ 1-c , `� $Io$
Phone Number: 9XX,- ^1 L - 91 7+5
Fax Number:
5-0
J 1
Total Bid Amount: $ 1 ) 00 6 °� 1 56.
(Total of Bid Schedule)
Contract Documents Page 11
Maplewood Sidewalk Rehabilitation October 2025
le I •%.4,.."1.1 " V r's
— A. -
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
06
1 Roadway Surveying 1-05 LS 1 �, 000, — Q oe,
2 ADA Features Surveying 1-05 LS 1 S-.06. I' 5�
1
cc
3 Record Drawings 1-05SP LS 1 cob. 1 5-O�
t
— ,
4 SPCC Plan 1-07.15 LS 1
)j DGY. _ ) OCC:
CP
5 Mobilization 1-09 LS 1 100600. 100 OW.
1
FA
6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00
7 Pedestrian Traffic Control 1-10 LS 1 1 7 11 1 / v�
8 Flaggers 1-10 HR 10 " `1 '50 —
9 Other Traffic Control Labor 1-10 HR 100 S•OD Son. —
10 Construction Signs Class A 1-10SP SF 1,000 CO
_30. 3a oa? —
11 Other Temporary Traffic Control Devices 1-10 LS 1 I, OW - I)
12 Clearing and Grubbing 2-01 SF 10,145
13 Native Growth Protection Fence 2-01 LF 115 I S 00
1 -
14 Removal of Structures and Obstructions 2-02 LS 1 Ott
Soto. - Sczb
15 Removal of Portions of Existing Concrete 2-02 SY 279 CO
_ /
. 55{
Removal of Pavement,Sidewalks,Curbs,& ,)'
16 2-02 SY 4,408 a�, q/ ' 976.
Gutters JJCCr�
17 Pothole existing utilities 2-03SP EA 10 1 p
-/ice. >
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
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
18 Roadway Excavation incl.Haul 2-03 CY 333 / 3� 00 "IL/ 155 '-
Crushed Surfacing Top Course(Recycled 19 4-04 TON 1,552 o O6
Concrete) 0 S - 13/ 49 ao
1
20 H MA CL 1/2",PG 64-22" 5-04SP TON 683 I 1-16
.Od 9 s G O.
co
21 Ductile Iron Pipe,8 In. Diam. 7-04SP LF 25 —
ap0.— ss ocx?
Corrugated Polyethylene Storm Sewer Pipe / �Q 9 £
22 7-05 LF 409 .,_, --
12 In.Diam.
23 Catch Basin Type 1 7-05 EA 9 00
—'
3/O — a7, oz.
24 Saddle Storm Manhole 48" 7-05 EA 1
/2 ate.- l ?CO
czt?
25 Open Grate Locking Lid 7-05SP EA 1 2-/ 'ilm --
00
26 Thru-curb Inlet 7-05SP EA 7 COoCe, 17
f Aa) —
27 Adjusted Catch Basin Lid 7-05SP EA 3 5� ) �—„s'
CC
28 Adjust Manhole Lid 7-05 EA 5
29 Adjust Water Valve Box 7-05SP EA 1 c —
3r0. 3ez
30 Adjust Utility Lid 7-05SP EA 20 m 4 00 ). —
31 Hydrant Assembly 7-14.5 EA 1 0� / --
/8j Qom. l � C�
32 Remove Hydrant and Salvage 2-02.3(7) EA 1 CO
33 Erosion Control and Water Pollution 8_01 LS 1 '—
Prevention 4 5-on. C.j 5-�
34 Inlet Protection 8-01 i EA 10 /56.Lt) I Sao, '
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
SCHEDULE OF PRICES
x 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
35 Seeded Lawn Installation 8-02 SY 1,333 00
( 1) 997, '-J
co
36 Topsoil,Type A(2"Depth) 8-02SP CY 310 O O
ez
37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 /J ---7 plc
38 Cement Conc. Driveway Entrance 6" 8-06SP SY 603 I �O OD Ril yaQ —
39 Monument Case and Cover(Adjust or 8-13 EA 3 ��
Replace) 1,
00
40 Monument, Monument Case&cover 8-13 EA 1
•
41 Cement Conc.Sidewalk 4" 8-14 SY 790 /oc� g. 1
42 Cement Conc.Sidewalk 10" 8-14 SY 78 OO I
43 Detectable Warning Surface 8-14 SF 62 35.co ..•
/—70
44 Permanent Signs 8-21 EA 3
—7cz9. — %fir !°a
TOTAL BID AMOUNT= I , 0 "' t I .36.
*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
071201 272-03611 EF
WilWashington State
Department of Transportation Subcontractor List
Prepared in compliance with RCW 39 30 060 as amended
To Be Submitted with th id Proposal �
Project Name m 1 e LL o d S►GICS —1 k b, l►'- m-i �O r\--
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 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 A ,/a
(and License Number ifrequired) 'V �`1
Work to be performed N/4
Subcontractor Name A vJ/A
(and License Number if required)
Work to be performed , 1 /A
Subcontractor Name /� f
(and License Number f required) , v
Work to be performed N A
Subcontractor Name /�
(and License Number;f required) /'1
Work to be performed
Subcontractor Name AV/A
(and License Number if required)
Work to be performed AllA
*Bidders 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•
MAXI
s.tM. APWA-WA Division 1 Committee rev. 5/13/2022
Proposal for Incorporating Recycled Materials into the Project
In compliance with RCW 70A.205.700, the Bidder shall propose below, the total percent of
construction aggregate and concrete materials to be incorporated into the Project that are
recycled materials. Calculated percentages must be within the amounts allowed in Section
9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the
Standard Specifications.
Proposed total percentage: 5 v 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: G Merlino ns ruction Co. Inc.
Signature of Authorized Official: L""('`'Le
f
Date: 10 111- a 5
Washington State
411
VAIII 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: Gary Merlino Construction Co. Inc.
Name on actor/Bidder-Print full legal entity name of firm
Cj-atLi C 0 ) 1 ✓cr
By:
Signature of authorized person Print Name of person making certifications for firm
Title:? ;—A_t Place: A `C t-'` (
Title of person signing certificate Print city and state where signed
Date: ID —11-k "a5
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 —3 —"AS 4
2 10 -1 - -A5 5
3 6
Note:a Proposal maybe 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.
Gary Merlino Construction Co. Inc.
[Signature of Authorized Official]* [Business Name]
Cam 1 C D 1 t✓cam 9135 I p+k
[Printed Name] [Address Line 1]
c.t Sri-H-1 e —a3
[Title] [Address Line 2]
Io- It{- 15 —11.0a - 9 5
[Date] [Telephone Number]
*Note:Evidence of the signatory's authority to sign the Proposal on behalf of the business entity
shallbe.submitted_with iheBid.Qlher-wise, the submitted Bid wi111econsidered irregularand 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.)
CDrTortt. `o r�-
State of Incorporation. or State where business entity was formed:
05 L.
Contract Documents Page 18
Maplewood Sidewalk Rehabilitation October 2025
WA State Contractor's Registration # GQ.� ►�1CC. 50
�'l�
�. y s
Industrial Insurance Account # 4UD, 7 1 1- 6b
Employment Security Department# 531 oo
State Excise Tax Registration# La) 55341 c) 3
DUNS# O - 19S - 2L a 1
The Surety Company which will furnish the required Contract Bond is:
I►zk,./-C I-G r S CA:50,0j hi DKC r u.Ucr‹.
[Surety] Address Line 1
[ Y) [ l
21:216"-4,g5 -31b q 1 Hci, ,rat CO(� i3 ldD
[Telephone Number] [Address Li 2]
Contract Documents Page 19
Maplewood Sidewalk Rehabilitation October 2025
PROPOSAL BID BOND TO THE CITY OF ROiTON
:IR 4.))
KNOW ALL MEN BYTHESE PRESENTS,That we, [Bidder]
of[address]
as Principal, and [Surety]
a corporation organized and existing under the la s of the State of
as a surety corporation, and qualified under thy laws of the State of Washington to become surety
upon bonds of contractors with municipal cor orations, as Surety, are jointly and severally held and
firmly bound unto the City of Renton in the II sum of five (5) percent of the total amount of the
proposal of said Principal for the work herein fter described,for the payment of which,well and truly
to be made,we bind ourselves and our heirexecutors,administrators and assigns, and successors
and assigns,jointly and severally, firmly b these presents.
The condition of this bond is such, that hereas the Principal herein is herewith submitting his/her
or its sealed proposal for the following.ublic works construction project, to wit:
MaplewdSidew_alk Rehabilit ion
said bid and proposal.by referenc: thereto, being made a part hereof.
NOW, THEREFORE, if the said ',roposal 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 cont act bond as required by the City of Renton within a period of ten
(10)days from and after said ard, exclusive of the day of such award,then this obligation shall be
null and void. otherwise it sh.:Il remain and be in full force and effect.
IN THE EVENT the Princip. , following award, fails to execute an Agreement with the City of Renton
in accordance with the to ms of the Proposal and furnish a contract bond with Surety or Sureties
approved by the City of '-nton within ten (10) days from and after said award, then Principal shall
forfeit the Bid Bond/Bid •roposal Deposit or Surety shall immediately pay and forfeit to the City of
Renton the amount oft e Proposal Bid Bond. as set forth in RCW 35A.40.200 and RCW 35.23.352.
This Proposal Bid Bon' shall be governed and construed by the State of Washington, and venue shall
be in King County,Washington.
IN TESTIMONY WH' REOF. the Principal and Surety have caused these presents to be signed and
sealed this day of. 20
Contract Documents Page 20
Maplewood Sidewalk Rehabilitation October 2025
PRINCIPAL SURETY
[PRINCIPAL] [SURETY]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or SURETYCompany:
Telephone:
Surety WAOIC#
Surety NAIC#
Contract Documents Page 21
Maplewood Sidewalk Rehabilitation October 2025