HomeMy WebLinkAboutRRJ Company, LLC. RR IPO B Comox E07penY,LLC
Monroe,WA 98272
to-_zsA.im c°/fw(Z�
CITY OF RENTON
OCT 14 2025
RECEIVED
CITY CLERK'S OFFICE
C.) CAt
thol
11 vcNriN b`-1 00`-i 2.4p5-
C o42.A. -Lt 0
i
,‘,,a1 i -
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 VVage 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 jharnden@rentonwa.ctov. 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.
ci Project Proposal Cover Sheet—The form included in these Bid Documents must
be used; no substitute will be accepted.
Nal Proposal—The form included in these Bid Documents must be used; no
substitute will be accepted.
`0 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.
\ill Non-Collusion Declaration —The form included in these Bid Documents must be
used; no substitute will be accepted.
�] Local Agency Subcontractor List—This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and
complete the form to include with Bid. The DOT form, DOT Form Number and
revision date must match the form included in these Bid Documents, otherwise
the Bid will be considered irregular and non-responsive and the Bid will be
rejected.
'1 Proposal for Incorporating Recycled Materials into the Project - The form
included in these Bid Documents must be used; no substitute will be accepted.
•CI Contractor Certification, Wage Law Compliance— Responsibility Criteria,
Washington State Public Works Contracts— This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete,
print, and sign the form to include with Bid. The DOT form, DOT Form Number
and revision date must match the form included in these Bid Documents,
otherwise the Bid will be considered irregular and non-responsive and the Bid will
be rejected.
'El Proposal Signature Page -The form included in these Bid Documents must be
used; no substitute will be accepted. Evidence of signatory's authority to sign
the Proposal on behalf of the business entity shall be submitted with the
Bid. Otherwise, the submitted Bid will be considered irregular and non-
responsive and the Bid will be rejected.
"El Proposal Bid Bond —The form included in these Bid Documents must be used;
no substitute will be accepted. If an attorney-in-fact signs bond, the power of
attorney authorizing such execution must be current and enforceable, be properly
executed by the Surety in accordance with the Surety's by-laws or other
applicable rules and resolutions, and include all necessary corporate seals,
signatures, and notaries.
10. Contract Checklist
Contract Documents Page 6
Maplewood Sidewalk Rehabilitation October 2025
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.
❑ Fair Practices Policy Affidavit of Compliance -The form included in these Bid
Documents must be used; no substitute will be accepted.
❑ Certificates of Insurance—To be executed by an insurance company acceptable
to the Owner, on ACORD Forms. Required coverages are listed in Section 1-
07.18 of the Special Provisions. The City of Renton shall be named as
"Additional Insureds"on the insurance policies as well as the entities listed in
Section 1-07.18(2) of the Special Provisions.
❑ Retainage— Refer to Standard Specification Section 1-09.9(1), Retainage.
Contract Documents Page 7
Maplewood Sidewalk Rehabilitation October 2025
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. 4089
It is the policy of the City of Renton to promote and provide equal treatment and service
to all citizens and to ensure equal employment opportunity to all persons without regard
to their race;religion/creed; national origin;ancestry;sex;age over 40;sexual orientation
or gender identity;pregnancy;HIV/AIDS and Hepatitis C status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
and fair, non-discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES-The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
based on job-related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules,and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS- Contractors, sub-contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by
the law and by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
operational documentation of the City, including bid calls, and shall be prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of
March ,2011 .
CITY RENTON /-14
RENTON CITY COUNCIL
C1/14 41---c<, , ..
Denis Law, Mayor uncil PrSsident
Attest: V ht.N,`:
�� t-4, 'n1 t�f)Qt'eel, ; (.
Bonnie I.Walton,City Clerk X.
SEAL ;
hrn �SG�`�\�\
' '1/i/,n r oct. ��•"
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
SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY
ADOPTED BYRESOL U77ON NO. 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 person., with disabilities, when the City of Renton can reasonably acoommodaro the
disability. This policy chnll be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment selection,promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance.
staffing requirements,and in accordance with the Americans With Disabilities Ara and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Amerir-ins
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote Zrrrss 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 faciiitiec
CONCURRED IN by the City Council of the City of Renton. Washington,
this 4th day of no:ober 1993
C RENTON RENTON CITY COUNCIL:
Mayor / ouncil President
`\A'tteest: �,1��
City Clerk (
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: RRJ Company, LLC
Address: PO BOX 607
Monroe, WA 98272
Phone Number: 360-805-8246
Fax Number: 360-794-2184
Total Bid Amount: $ ( 15 q t a ,
(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
i�`4 Maplewood Sidewalk Rehabilitation
t !y x
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned (Bidder)hereby certify that the Bidder has examined the location and construction
details of the proposed work and has read and thoroughly understands the Contract Documents
governing the work, and the nature of the work, and the method by which payment will be made for
said work. Bidder hereby proposes to undertake and complete the work detailed in and in
accordance with these Contract Documents,for the Total Bid Amount shown on the attached
Schedule of prices.
The Bidder understands that the quantities mentioned herein are approximate onlyand are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evidence of good faith,pursuant to RCW 35.23.352(1),an original Bid Proposal Deposit in the
form of(check one)
X 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 work ingda_ys.
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
e,.Y o4 SCHEDULE OF PRICES
4111111+ Maplewood Sidewalk Rehabilitation
9tNT0+
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
1 Roadway Surveying 1-05 LS 1 14,716.64 14,716.64
2 ADAFeaturesSurveying 1-05 LS 1 2,853.91 2,853.91
3 Record Drawings 1-05SP LS 1 18,372.84 18,372.84
4 SPCC Plan 1-07.15 LS 1 400.00 400.00
5 Mobilization 1-09 LS 1 44,571.09 44,571 .09
6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00
7 Pedestrian Traffic Control 1-10 LS 1 1,1 78.88 1,178.88
8 Flaggers 1-10 HR 10 73.68 736.80
9 Other Traffic Control Labor 1-10 HR 100 73.68 7,368.00
10 Construction Signs Class A 1-10SP SF 1,000 6.74 6,740.00
11 Other Temporary Traffic Control Devices 1-10 LS 1 4,530.46 4,530.46
12 Clearing and Grubbing 2-01 SF 10,145 1.48 15,014.60
13 Native Growth Protection Fence 2-01 LF 115 7.95 914.25
14 Removal of Structures and Obstructions 2-02 LS 1 13,147.81 13,147.81
15 Removal of Portions of Existing Concrete 2-02 SY 279 31.02 8,654.58
16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408 19.51 86 000.08
Gutters
17 Pothole existing utilities 2-03SP EA 10 640.77 6,407.70
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 UNIT QUANTITY UNIT PRICE' EXTENSION
NO. SECTION
18 Roadway Excavation incl.Haul 2-03 CY 333 188.91 62,907.03
Crushed Surfacing Top Course(Recycled 53.36 82,814.72
19 4-04 TON 1,552
Concrete)
20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 156.78 107,080.74
21 Ductile Iron Pipe,8 In.Diam. 7-04SP LF 25 134.27 3,356.75
22 Corrugated Polyethylene Storm Sewer Pipe 7-05 LF 409 81 .34
12 In.Diam. 33,268.06
23 Catch Basin Type 1 7-05 EA 9 1,546.83 13,921.47
24 Saddle Storm Manhole 48" 7-05 EA 1 15,447.46 15,447.46
25 Open Grate Locking Lid 7-05SP EA 1 923.01 923.01
26 Thru-curb Inlet 7-05SP EA 7 1,079.36 7,555.52
27 Adjusted Catch Basin Lid 7-05SP EA 3 429.89 1 ,289.67
28 Adjust Manhole Lid 7-05 EA 5 1,025.22 5,126.10
29 Adjust Water Valve Box 7-05SP EA 1 824.69 824.69
30 Adjust Utility Lid 7-05SP EA zo 328.44 6,568.80
31 Hydrant Assembly 7-14.5 EA 1 19,155.01 19,155.01
32 Remove Hydrant and Salvage 2-02.3(7) EA 1 1,426.84 1,426.84
33 Erosion Control and Water Pollution 8-01 LS 1
43,097.54 43,097.54
Prevention
34 Inlet Protection 8-01 EA 10 i 74.77 747.70
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
L,SY o. SCHEDULE OF PRICES
. . Maplewood Sidewalk Rehabilitation
F,,
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.
I ITEM SPEC.
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE* EXTENSION
NO. SECTION
35 Seeded Lawn Installation 8-02 SY 1,333 4.59 6,118.47
36 Topsoil,Type A(2"Depth) 8-02SP CY 310 96.48 29,908.80
37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 32.32 55,945.92
38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 83.67 50,453.01
39 Monument Case and Cover(Adjust or 8-13 EA 3
Replace) 4,188.87 12,566.61
40 Monument,Monument Case&cover 8-13 EA 1 4,235.13 4,235.13
41 Cement Conc.Sidewalk 4" 8-14 SY 790 65.92 52,076.80
42 Cement Conc.Sidewalk 10" 8-14 SY 78 152.13 11 ,866.14
43 Detectable Warning Surface 8-14 SF 62 55.12 3,417.44
44 Permanent Signs 8-21 EA 3 2,401.78 7,205.34
TOTAL BID AMOUNT= 895,912.41
*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 Fort)11272-0361 EF
07/20
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Washington State
Wia Department of Transportation Subcontractor List
Prepared in compliance with RCW 39.30 060 as amended
To Be Submitted with the Bid Proposal
Project Name Maplewood Sidewalk Rehabilitation
Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the
work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described in
Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the same work will result in your bid being non-responsive and therefore void.
Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation,
rebar installation, heating,ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19 28 RCW must be listed below.The work to be performed is to be listed below the subcontractor(s) name
If RCW 39.30.060 requires a proof of license,the license number of that Subcontractor is required. To the extent the Project
includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is listed below to perform such
work,the bidder certifies that the work will either (i)be performed by the bidder itself,or(ii) be performed by a lower tier
subcontractor who will not contract directly with the bidder.
Subcontractor Name COrICtrUtc. ETkir.V i (t — CON- CAS( O°i O h'L
(and License Number if required)
Work to be performed CI.Y1 CTQ`
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed
*Bidder's are notified that it is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered
electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical
current is connected during the project.
DOT Form 271-015 Revised 06/2025
•Previous Versions Obsolete•
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
APWA-WA Division 1 Committee rev. 5/13/2022
Proposal for Incorporating Recycled Materials into the Project
In compliance with ROW 70A.205.700, the Bidder shall propose below, the total percent of
construction aggregate and concrete materials to be incorporated into the Project that are
recycled materials. Calculated percentages must be within the amounts allowed in Section
9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the
Standard Specifications.
Proposed total percentage: ) percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal. in which case proposed recycling
percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03. 1 of the Special
Provisions. Regardless. the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: RRJ C pany, LLC
Signature of Authorized Official:
Date: 10/14/25
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Washington State
�� Department of Transportation
Contractor Certification
Wage Law Compliance - Responsibility Criteria
Washington State Public Works Contracts
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL
MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final
and binding citation and notice of assessment issued by the Washington State Department of Labor and
Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully
violated, as defined in RCW 49.48.082, any provision of ROW chapters 49.46, 49.48, or 49.52 within three
(3) years prior to the date of the Call for Bids.
Bidder Name: RRJ Company, LLC
Name of Contractor/Bidder-Print full legal entity name of firm
By: '4?"-A-t-2`1\f"--4--- 1"%��Crt W
Signature of authorized person Print Name of person making certifications for firm
Title: Partner Place: Monroe, WA
Title of person signing certificate Print city and state where signed
Date: 10/14/25
Form 272-009
08/2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL SIGNATURE PAGE
Ell
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum No. Date of Receipt Addendum No. Date of Receipt
1 10/03/25 4
2 10/09/25 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.
RRJ Company, LLC
[Signature of Authorized Official]* [Business Name]
ft **4- t w t J u .,....t. PO BOX 607
[Printed Name] [Address Line 1]
Partner Monroe, WA 98272
[Title] [Address Line 2]
10/14/25 360-805-8246
[Date] [Telephone Number]
`Note:Evidence of the signato_r.'s authoritylQeignthe_Proposal on behalf ofthe business entity
shall besubrnl.tecwith the Bid Dtherwise,the submitte I�Bid will be considered irregular and non-
responsive and_the Bid willberejecte.d
Note:The address and phone number listed will be used for all communications regarding this Proposal.
Type of business entity(e.g. corporation, partnership,etc.)
Partnership
State of Incorporation, or State where business entity was formed:
Washington State
Contract Documents Page 18
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
WA State Contractor's Registration # rrjcorj970pc
UBI# 601 826 762
Industrial Insurance Account# 004 346-00
Employment Security Department# 138436007
State Excise Tax Registration# 601 826 762
DUNS# 016374777
The Surety Company which will furnish the required Contract Bond is:
Merchant National Bonding Company PO BOX 14498
[Surety] [Address Line 1]
515-243-8171 Des Moines, IA 50306-3498
[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
iit
PROPOSAL BID BOND TO THE CITY OF RENTON
%
KNOW ALL MEN BYTH ESE PRESENTS,That we, [Bidder] RRJ Company, LLC
of[address] P.O. Box 607, Monroe, WA 98272
as Principal, and[Surety] Merchants National Bonding, Inc.
a corporation organized and existing under the laws of the State of Iowa
as a surety corporation, and qualified under the laws of the State of Washington to become surety
upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and
firmly bound unto the City of Renton in the full sum of five (5) percent of the total amount of the
proposal of said Principal for the work hereinafter described,for the payment of which,well and truly
to be made,we bind ourselves and our heirs,executors,administrators and assigns. and successors
and assigns,jointly and severally,firmly by these presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her
or its sealed proposal for the following public works construction project, to wit:
Maplewood Sidewalk Rehabilitation
said bid and proposal,by reference thereto, being made a part hereof.
NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be
awarded to said Principal. and if said Principal shall duly make and enter into and execute said
contract and shall furnish contract bond as required by the City of Renton within a period of ten
(10)days from and after said award, exclusive of the day of such award,then this obligation shall be
null and void, otherwise it shall remain and be in full force and effect.
IN THE EVENT,the Principal, following award.fails to execute an Agreement with the City of Renton
in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties
approved by the City of Renton within ten (10) days from and after said award, then Principal shall
forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of
Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352.
This Proposal Bid Bond shall be governed and construed by the State of Washington, and venue shall
be in King County,Washington.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this 14th day of, October 2025
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
RRJ Company, LLC Merchants National Bonding, Inc.
[PRINCIPAL] [SURETY]
F C-c-PL
[Signature of Authorized Official] [Signature of Authorized Official]
o1v.4-\ t „AA_ Emma C. Doleshel
[Printed Name] [Printed Name]
PC,x+rn& Attorney-in-Fact
[Title] [Title]
10/14/2025 10/14/2025
[Date] [Date]
Name and address of local office of HUB International Northwest LLC
Agent and/or SURETYCompany: P.O. Box 3018
Bothell, WA 98041-3018
Telephone: (425) 489-4500
Surety WAOIC# 500792
Surety NAIC# 11595
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
MERCHANTS
BONDING COMPANY.
POWER OF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,
both being corporations of the State of Iowa,and MERCHANTS NATIONAL INDEMNITY COMPANY,an assumed name of Merchants
National Bonding,Inc., (herein collectively called the"Companies")do hereby make,constitute and appoint, individually,
Adam Howard;Amanda Ivey;Annette Troseth;Carol Lowell;Chad M Epple;Ching Yan Natalie Chau;Clayton McCaul;Colby Swenor;Dana Brown;
Dean R Young;Dustin Roberts;Emma C Doleshel;Grant E Ingalls;Heather L Allen;Jennifer Schultz;Jim S Kuich;Jim W Doyle;Michael A Murphy;
S M Scott;Ted Baran;Theresa A Lamb;Veronica McKay
their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies)and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments 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.
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the By-Laws adopted by the Board of Directors of
the Companies.
"The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship o obligations of the Company,
and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of
Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its
obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given
to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation.
In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 2nd day of June , 2025
........
•••••• •• .•` •... ••• •.4 MERCHANTS BONDING COMPANY(MUTUAL)
•O�oRP R A9•. ,•'aP�tPOR<•e0' :Q•'��ONFOROF.y• MERCHANTS NATIONAL BONDING,INC.
•co/O q> y� '& �O 41 Z' ••;�0- N�9,��• MERCHANTS NATIONAL INDEMNITY COMPANY
Z -o- oa.
:• -o- v•- z to
• 1933 r'cy; v:. 2003 :;c� %• :a
•▪,• J ;a• .d '?�' 'd�. Via; By
.• ' . d ••
••'•••••• '"'•"''� .....• President
STATE OF IOWA
COUNTY OF DALLAS ss.
On this 2nd day of June 2025 ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL), MERCHANTS NATIONAL BONDING,INC.,and MERCHANTS
NATIONAL INDEMNITY COMPANY;and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the
said instrument was signed and sealed in behalf of the Companies by authority of their respective oards of Directors.
RiA4 Penni Miller
O v Commission Number 787952
z
• ail • My Commission Expires
IOWP January 20,2027
(Expiration of notary's commission Notary Public
does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and
MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-
ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. ram' _,•-
In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 102 day of 6v*l X , 5.
. r(:; S\
;y,o�PUip9� o� :Q• `'�..FOR,Ii..y•
•0: .r-t •
•�., 1933 :rc4: % 2003 ;c ;•ZJ;, to' Secretary
.:.. ..••`''%•' .. .,. ...;��`, ••04;.- % --'.+•
•......
POA 0018(5/25)
,yam , . ^,`4 •. "LA '-
t.
2 • "
k 4 P . 4 ,
,ti y i'w '
r?may -. • y ,,. �, A,. t-
� �'� . ui i��#r -, .. < -'=fit x „R.,a '�M ',F�"' ry', t,# • �k w�l � . � � ���
.t.
fo g , �..[w d L
-. AW ,l. yq hV} ;k�Q - p ': :i
•
aa . 5 'iF' t • r•
#� ,
•
•
. qty'•� I . ♦ 1- w ft
a t "i a t
.al.;1, . ' t 3,. u t o- xr ,, .t " - t rr, 's",aW�[" �f k i 1r -rY r .iL ^ r . 5 b}
•
M1 ' •.. EF - . N F*7tR4Wt"'F' "t'2 . .-: t�f �f 7�v.n 5 K a -{, ,� ' i
•
.� F f' _ .° ,!, 'a` .q'... .•}J . , • ," '1,. ° k` -. -Its' K' ,
X, d .`.Z 'F t+€ yr • • • -y Ak
�.'�'*•� zr rM r+`•y1$ r 3�"'R 7 t d`� ,st'�'yE yw
�� 1 ti<> ' r k 'mil , a.` .•• •'j , , f.�rx �'+� s"'� - >�'^ ., ", :t: � ,-t.'r + '?�°t '.� `�t-Nttli, P�
` � `f' 'fib., � , � .' «£• ""i _ ��"h �� `�, �t 9;i . ' �, ""1. ��
d -•{mow: :. "1,- a .; ,_ I''- ', ' , ' '.,,P"c -Pai s 'a:,o1 a• = ri--I '� t-',
r.t Y •a . . Rk - Y r t -.t n sy d' �5. s, .,j a :i °w ,it� 9N ir . K r� fi - i '7 , ' , RF4 kFM h k' ,,! 1114, , ,,'',. f. i4 * `--',
�{ r r', x ti ! a ><a - r r °- �& • y 1 4tk °0iirbw',.,t ,�'G r hY ' If*If.
ti 4�ih tl. ` _ ',. t.`t• y - rk� 4 'f ?f,'Y` x, (�+ • t r 7ky L,'
S, 7, h ri ti �, f '� k '4-,-'- ',-'L y1' � _k . ` ' y�•,y
p it 2 ..
% 3 r h'•t' ,x+ ;, 'r - • 7�, '' ootz;Fa e '•,,x �� 'b.° � B.Fa,-A,A s-
,!:..._ . ., ...
1 a �`_ - • ,f ,p a t k..i.'''...-..t.-. --'''.1'''';',.,;.L.,f:,,,,rA1�`
•
a , • m x
.,,„
7.
•
01
,........., ,.
a `4i AyY' F1 7 h(, ,t
,...,..,,- • , :.,,•,.,.,:4,.''-:,,i,'','-', :-_,.-?''':-.•• •,,7::1,-,-,'i-'.._'.';4k.4-'. ';'-‘,-='!;:-,0",..,'''''''"', ,:"." `'. ,;,::',4';
S g,a, '.v.,,,,,,.k n 4 ,r • 1 .4y'a S 9 • �a >i ( •lir k,, x 9"---
>I' ...F,y,+��t_}^� l a�rl `-,k,,..,, t Y ash�i,4a 'r' .. t ..S t t . r,y .,1� •'tU ", f.
1 • i.„ `;` :"r, F- t A t _ .{� .,' 5 y-,y 4- i f' ' .�t ", .'_, '' i 4 ,?F '. 1 , 1` fgt� `4,-.,.
�., _ 'Ii',- •• '� ,,i. • '-''.: yw- •,r,,, r'�i 7, ..,tit.''',''''.*"..,'
a yfR...t. .+ `T.,y7 a • r 7r'." s'
' .'•t .} v- 1. S"2' ."al,"h .',>r,,t `Si4 1 �.cg M'
-4 y s r., tP3.k •• '4 rp ° w"r"''4 .a' S k' 4 '4A E �
f Y yi V 3" w 'y .;?fi: i � r }
' .. r vr'� �. ro�� A x e r 4 +
iP �� rs e.�y,�c 'S'"r4 1 fix} t ty„ L ; rt:, y a' • Y y # x G -4q
"';� '' ",4 SrF `1 t.r 'i , y, .S, .4. f. • ,..r r r '''�.' : lk..
7- N,.:,'' t't all ` a -,,''' - -', �y'r��'- �. � ,i ,.
�..� .. • 3., Y� i„,,, - w 'il''_ -e a. -0 ,y Y • 'r - - Rif '�- r 'G"''r 4 .a ,,,1.0
xd t. e4 t ', d" +' a t., _ -4: +�r�''�F 'r y
�s � n.' • tSr-,`T ' O i•1 ,�a9F *,. •R , +, NF'A '1 1ty V
• P �+ ,h AY,
1 8 J,,, 1 a 7j bP
j V '"n ', � i .r.. dF A p �4' �e�'J�t�.!q'. y4,�C
S 1. 4' h1a.« 1 • tY �` i �' fl d ; §} 1
;.* yn • • t �Sw
✓�.+v'-.,••,♦ t , trP ,a tp ..f -�+ ":
•
•
••
.;' ` ,� , ,, ^, �1. C!.,- :K Lr :w ",'` ...e.,4' 1 w S P _ � } %i „ � ,r _� E It . �- � >" � +•Cfi 4i 4- l .,,,+ v+t -A { � • ' d � 7
` 4 3Lrt .3 „ r �y ' t •
,# i �� +7 3' 4 +^ rrt � ,;,•MYaa4,p„{ , x a q � )i N y ,, .a`'n : - 11 Rrx4r k ' �"� Y"Y. ,y -i‘ "�� b ,. sk ` fv.t.;a..� : a ; �i :- + . . a Ta r .w, ' _ { 0 4r. . . ,... \4
• ••• 4.kt > p II • i F 1 c Y zw>.`a I
...
• , t�...1o.:Avi:jewS.r 4 'r''k. • ,.... Jiii":."4+',c ,. ,,....,-;si:..iii'i'�`wnt TiOic'Y,Yd-.,'rAr- e. :r:i.'...-- ... r r:.•k...�,.�.:m# a+;..i£ptyi'�'..01 74�i.,�.. g'".(,3
., `' Addendum No. 1
:: 3
y ». ✓ a
, 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 October
17,2025. Any bids received after the published bid submittal time cannot be considered and will not
be accepted.
2. SCHEDULE OF PRICES
Schedule of Prices Item 6 has been revised to Roadside Cleanup (Standard Specifications Section 2-
01) with a unit price of $25,000. Schedule of Prices Item 14 has been revised to Lump Sum (LS).
Schedule of Prices is deleted and replaced with the attached.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
CITY RENTON ,
• 744444s..„ /0/3/.1-5—
Ro rt -Han n, P.E.
Transportation Design Manager
Maplewood Sidewalk Rehabilitation Page 1 of 1 ADDENDUM NO. 1
October 3,2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Addendum No. 2
r
Maplewood Sidewalk Rehabilitation
$ivto CAG-25-290
Date of Issue: October 9,2025
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. VOLUME II - PLANS
Sheet DM-01 ha been revised to show the 8"diameter storm drainage pipe removed per SP 7-08.3(2)
J 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 QF RENTON
,Robert M.Hanson, P. .
Transportation Design Manager
Maplewood Sidewalk Rehabilitation Page 1 of 1 ADDENDUM NO.2
October 9,2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal