Loading...
HomeMy WebLinkAboutR.W. Scott Construction, Co. R.W. SCOTT CONSTRUCTION CO. General Contractors �7 4005 WEST VALLEY HWY.,SUITE A ZL 1- Y)'✓r AUBURN,WA 98001 II '' �izs j Z6 ?e\ �7 c, /c r et Rt5 �Voi`r G✓aA-c_ ►c /"lolly pCove-M Prej � I— CITY OF RENTON 1v1 R- 2- 7- 03588 MAR 2 5 2026 RECEIVED CITY CLERK'S OFFICE V AFN10� Public Works Department Highlands Reservoir Water Main Improvements Project WTR-27-03888 Documents to be Submitted with Bid Est PROPOSAL BID BOND FORM a DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION E PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM L�1 SCHEDULE OF PRICES L(ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5/CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES Bid SUBCONTRACTOR LIST Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 4 C, Y r)4> This form must be submitted with the Bid Proposal. Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we,[Contractor] R.W. Scott Construction Co. of[address] 4005 West Valley Highway North.Suite A.Auburn,WA 98001 as Principal, and [Surety] Atlantic Specialty Insurance Company a corporation duly organized under the laws of the State of New York and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, 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 project,to wit: Highlands Reservoir Water Main Improvements Project WTR-27-03888 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 performance 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 performance 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. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 25th day of March , 2026 R.W. Scott Construction Co Atlantic cialty Insurance Company [Principal] [Surety C;W:I) • [Signature opf uthorrisized official] [Signature of a ri e ffi ) By: Holli Lagerquist [Title] [Attorney-in-Fact] 605 Highway 169 North Suite 800 [Address) Plymouth, MN 55441 781-332-7000 [Telephone Number] Approved by the City Attorney on 6/03/13 Provided to Builders Exchange of WA, Inc_ For usage Conditions Agreement see www.bxwa corn - Always Verify Seal {-r : ,�, .i• y -- , d' '� • ' r;46. i"a4'+�46q' l- i '�''i rt �� S .� i�4ial $ � t �' J 1 ex' l�'x i'4 j '1 �'a.:3:J+ s a„ .fie." , i :.›i., ,,..• xi,3G t gc4c,, it flo ,4 . r T , Y,' .4,`r`� s r.Yf£•w h t.rw w+. ;Y .eft+ a , arty ):� ., .- ;3{ a ,>�: ., "T 'r *.* �. - r. o,,,t,..- �k�� +.a z Z'+',t'tfs' tl • 1 a� ; t 4!'0' 11.7i #�.�;i —,, 3t '•t; r cars �;e� L; -•7 c:s' ri-apt' g? , „� ,7t i�t\ *. . - ' 154 F i' lr�sus At#W$kF I7T'1# (��, r; E a/ 1 wa t., ; . .,,otil i, 4.01.u. ,� -,-i 01 YIt t.,, tc.l,,,,, Of..x=r,lr JR° j!*•:.•`tY_� r..,, 1.J6 -$ 41,;i '291,�1 h'#f• °i�. •F's7A1;� 'ft.f'f+' e.14 s ,'". 1 4 fy: l.'.. x. ` ftt •v `3Y niK�],3r 4.'' f•-1r t`. 1 t... .; i /,± tthoi rRJ'i .3 if. l,'_ '., � •+"�I1°1, �f r`s. .! ?� "y'.4 d, 1.4, �.. } r it,"..- '' . ' '. " ' '-- - 4,,-''''.,-,,......=' 1`.....1:i . ' : r f t4 jla N.''r�r i+ �f lfi4i�'4, '9•# '?F QS'C ''!''t h.,ri sang i���'A7^I0' t i:.ii ti .14 agjt . � ! 7 't �i'.'if A �i* 4f t+rt :,,- i,,., `tdly1���. $1 Y1.0 +a' ,i' ,.S,*��Iyri;1#ts6 Y��sc. I['3 8, 6. v tom$z R $$ "k"t s T�3 it #id: t Lt r t _f-}4 *6 , }e �i ,rty ,. Vitirf't(l 3t` flly'lfS • M lis a_. _ . a c+t fF•sr n , t.+xt ��+ i4r t,a.# t +., "�$ri tx r _r�►Yft t'�..x i, aL' �` �`.,sf�. r,•�Y+ �y � _�i .yet ,�� 'R •, '..0 r.t((.w'a ll'1 ,. . } if=4 1 t.P- , r"'S' �... ' ,1`f'3f�16CF 4. 7'� } h.�• f a, : ye i� tySr6z,x �' ;`"�l, w.; 1i►'�1t.' ,'. �'i`'t{'r. rI` it. ix+ Ki • irt�r j ,' ` "�n " �{irt a'S �'➢5 i tt.st_�,f'' y'4' li-I Tt er 4it 1.1,, ' •l, o^ ., - t �A t 1 �i • .?�'► ,ta �t rip y4.. y,�i r a LL � r -'S, * 1{:1An JB i7l?o'.ryJ k �.S }, ,4 fit i r.•. ,_ z `4, fir..,<''' ".,;...7ti.,-.i ,c,, p � 4 - / ,Y �1 tE,C a fy, .5 �„})4 1w, 1 4 `.l 4.N•.•..• F a .`�`�, ..i,� 4��, `'T ` �..4-:ems. N. 4 6,...,....„...-_, , ,, -., .., ... ,_. ... ,...: -., . _. .., J��, .._.... „.._ ,� - r f . . ti . . ,:. ,-,, ,,...., : . ,. .. .,„,......,....„„ . .r.... ., , -.........., _ : .1,4 ,.. ,. .,,-;v4- „: :. •:. . '.'- ,..,,,,,).:',.. -'..'- .' -,: '.,'-'4,;.:-:'i-.-1:-' 1,:".'i,;-;',',..," , •, ''''. „.2.-,f..''• ..,,,. ,,--,-.,. k. .per" _. ,y, ,71.�,•„A.� C.„ 5 q c MY a Itrstqp W y Y 5 Y r bµ a_&,, ,ns h� ` rrY st:',74 `'�' p4t:'+'4 1;44 !ktt a i 44"IT • . :i3 N. �s F9 i_++) tk '""µ :ri^- 't ih '• ij t � ;.J. � ; � r +p.ls 1 ,y�' / I _ c�. .r,..' °`�'Y` '•� dam."ate—' >s 31..Yr3�.ax,. .... _. [intact] INSURANCE Power of Attorney KNOW ALL MEN BY THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: Aliceon A.Keltner,Alyssa J.Lopez,Amelia G Burrill,Annelies M.Richie,Brandon K.Bush,Carley Espiritu, Charla M.Boadle,Christopher Kinyon,Donald Percell Shanklin Jr.,Eric A.Zimmerman,Holli Lagerquist,Jacob T.Haddock,James B.Binder,Jamie L. Marques,Julie A.Craker,Justin Dean Price,Kari Michelle Motley,Katharine J.Snider,Lindsey Elaine Jorgensen,Lois F.Weathers,Michael S.Mansfield, Sarah Whitaker,Sharree Sutherland,Tamara A.Ringeisen,Travis J.Robles,each individually if there be more than one named,its true and lawful Attorney-in-Fact, to make,execute,seal and deliver,for and on its behalf as surety,any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of:unlimited and the execution of such bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof in pursuance of these presents,shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the President,any Senior Vice President or Vice-President(each an"Authorized Officer")may execute for and in behalf of the Company any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and affix the seal of the Company thereto;and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto;and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in- Fact. Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this first day of January,2023. �+\POSY 1Ng�.�yz �00 4pPPORgrF'n% _' SEAL ^'"_. 1986 o i By STATE OF MINNESOTA `I-A. z-iv roe}Atte Sarah A.Kolar,Vice President and General Counsel HENNEPIN COUNTY On this first day of January,2023,before me personally came Sarah A.Kolar,Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY,to me personally known to be the individual and officer described in and who executed the preceding instrument,and she acknowledged the execution of the same,and being by me duly sworn,that she is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. ...41"`s'qr.. ALISON D. NASH-TROUT ?SY + s NOTARY PUBLIC-MINNESOTA Y1 gilt. ��` My Commission Expires �?N� ° January 31,2030 Notary Public I,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and the resolutions set forth above are now in force. Signed and sealed. Dated 25th day of March 2026. 0. Y IN i 4, G POR.4):,, zya SEAL m ``-- 1986 0 This Power of Attorney expires s tiFw re' AV January 31,2030 y b �' Kara L.B.Barrow,Secretary Please direct bond verifications to surety@intactinsurance.com s ' This form must be submitted with the Bid Proposal. Department of Labor and Industries Certificate of Registration Name on Registration: Registration Number: (eCO o?R g' e Expiration Date: `]-3/' 02f0 Note: A copy of the certificate will be requested as part of contract execution when project is awarded. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal Proposal-Page 1 of 2 This form must be submitted with the Bid Proposal. CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans,specifications,contract and schedule of prices. The undersigned further certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal - Page 2 of 2 FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT cs- ( jr Name of Bidder's Firm +� Printed Name:v OFFS ezrL7T Signature: Address: ZDDS Wes 1 Val IC �piuin !i)A q.UZ) I Contact Name (please print): *---- /er'�G1'77— L Phone: �2c3 337 'V7 / Email:�crr�/e/iu. S' f�/u o/1. Names of Members of Partnership: /� O R_ ,//er v� 6e1,-4 S cr> } //east-r�r Name of President of Corporation 'U S .44 ct771JS4 Name of Secretary of Corporation Corporation Organized under the laws of ('f- With Main Office in State of Washington at 11/YrS U)1S (/p h4v,i /V Ai U/71 Gv,e} h Subscribed and sworn to before me on this_ I day off Ma - , 20.26.. Notar lic in and for the Washington Notary Public State of Washington MEGAN DORGE Notary(Print) �-"0/1" y- D,IZ _,"1 ' MY COMM. EXR AUG.03,2026 G COMM. #22029680 My appointment expires: J Q2 J ,�� Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BO ITEMS. *Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT" NO. QUANTITY Dollars Cents Dollars Cents BID SCHEDULE A-GENERAL A01 Mobilization&Demobilization 1 $379,545.00 $379,545.00 LS Per LS Construction Surveying, Staking, and As-Built A02 1 $48,500.00 $48,500.00 Drawings LS Per LS A03 Temporary Traffic Control 1 $697 0O QO $697,200.00 LS A04 Uniformed Police Officer 200 $180.00 $36,000.00 HR Per HR A05 Site Specific Potholing Up to 6-Foot in Depth 190 $840.00 $159,600.00 EA Per EA A06 Site Specific Potholing Deeper than 6-Foot 55 $1,250.00 $68,750.00 EA Per EA Site Specific Potholing for Duct Banks or A07 Utilities Encased in Concrete Up to 8 Feet in 20 $900.00 $18,000.00 Depth EA Per EA A08 1 $25,000.00 $25,000.00 Erosion and Water Pollution Prevention LS Per LS A09 Construction Dewatering 1 $75,000.00 $75,000.00 LS Per LS A10 Trench Excavation Safety System 1 $40,_000.00 $40,000.00 LS Per LS All Hot Mix Asphalt Overlay 2,650 $195.00 $516,750.00 TON Per TON Al2 Project Signage 2 $2,000.00 $4,000.00 EA Per EA A13 Property Restoration 1 $25,000.00 $25,000.00 LS Per LS A14 Remove and Replace Pavement Markings 1 $68,250.00 $68,250.00 LS Per LS A15 Apprenticeship Incentive 1 $2,000.00 $2,000.00 CAL. Per CAL. A16 Apprenticeship Penalty 1 $0.00 $0.00 CAL. Per CAL. Schedule of Prices Page 1 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. 'Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT` NO. QUANTITY Dollars Cents Dollars Cents Subtotal Schedule A $2,163,595.00 10.5%Sale Tax $227,177.48 Total Schedule A $2,390,772.48 BID SCHEDULE B -STORMWATER AND ROADWAY B01 Minor Changes 1 S100,000.00 S100;000.00 EST. Per EST. B02 Sawcutting Asphalt Pavement 3,100 $10.50 $32,550.00 LF Per LF B03 Controlled Density Fill(CDF)-Pipe Abandonme 35 $650.00 $22,750.00 CY Per CY B04 Crushed Surfacing Top Course(CSTC) 280 $38.10 $10,668.00 TON Per TON B05 Gravel Borrow for Backfill 1;160 $25.50 $29,580.00 TON Per TON B06 Permanent Asphalt Patch 920 $1 76.40 $162,288.00 TON Per TON B07 Cement Concrete Sidewalk 85 $1 55.25 $13,196.25 SY Per SY B08 Cement Concrete Curb and Gutter 145 $86.25 $12,506.25 LF Per LF B09 Removal and Replacement of Unsuitable 10065.00 $6,500.00 Foundation Materials TON Per TON B10 Construction Geotextile for Separation 75 $6.75 $506.25 SY Per SY B11 Abandon Existing Storm Structure 2 $2,200.00 $4,400.00 EA Per EA B12 Remove Existing Storm Structure-Inlet 8 $750.00 $6,000.00 EA Per EA B13 Remove Existing Storm Structure-Manhole 7 $3,500.00 $24,500.00 EA Per EA Schedule of Prices Page 2 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project ADDENDUM1t1 WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. 'Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE' TOTAL AMOUNT NO. QUANTITY Dollars Cents Dollars Cents B14 Remove Existing Storm Pipe 1,010 $97.50 $98,475.00 B15 Removal of Unforeseen Obstructions and 1 S25;000.00 S25;000.00 3 O a QPYbria A a ,, .k , a a a a ►. a , a a a a i �0,0„)c��il-1 FA Per FA J B16 Connect Existing Storm Pipe to New Storm 10 $1,000.00 $10,000.00 Structure EA Per EA B17 Connect New Storm Pipe to Existing Storm 7 $81 3.75 $5,696.25 Structure EA Per EA B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 $130.20 $1,562.40 LF Per LF B19 8-inch Diam. Ductile Iron Storm Pipe 165 $157.50 $25,987.50 LF Per LF B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 $172.00 $174,580.00 LF Per LF B21 12-inch Diam. Polypropylene Storm Pipe 55 $117.60 $6,468.00 LF Per LF B22 265 $140.20 $37,153.00 18-inch Diam. Polypropylene Storm Pipe LF Per LF B23 18-inch Diam. Ductile Iron Storm Pipe 42 $225.00 $9,450.00 LF Per LF B24 Catch Basin Type 1 g $2,950.00 $26,550.00 EA Per EA B25 1 $3,050.00 $3,050.00 Catch Basin Type 1L EA Per EA B26 7 $7,665.00 $53,655.00 48-inch Diam. Catch Basin Type 2 EA Per EA B27 4-inch Diam. Sanitary Side Sewer Pipe 40 $89.25 $3,570.00 Relocation (For Storm Conflict) LF Per LF B28 6-inch Diam. Sanitary Side Sewer Pipe 40 $92.00 $3,680.00 Relocation(For Storm Conflict) LF Per LF B29 CCTV Inspection 1,600 $2.50 $4,000.00 LF Per LF B30 Remove Existing Abandoned Traffic Detection 1 $1,100.00 $1,100.00 Wire Loops LS Per LS Schedule of Prices Page 3 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. 'Note Show UNIT PRICE end TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE' TOTAL AMOUNT` NO. QUANTITY Dollars Cents Dollars Cents B31 3-inch Diam. Schedule 80 PVC Conduit 3;300 $38.33 $126,489.00 LF Per LF B32 8 $3,150.00 $25,200.00 Locking LID STD. Duty J-Box Type 2 EA Per EA B33 Small Cable Vault 1 $8,200.00 $8,200.00 EA Per EA B34 Connection 3-inch Diam Schedule 80 PVC 1 $6,720.00 $6,720.00 Conduit to Existing Vault EA Per EA B35 Resolution of Utility Conflicts for Proposed 1 S100,000.00 6100,000.00 Storm System FA Per FA Total Schedule B $1,182,030.90 BID SCHEDULE C-WATER CO1 Minor Changes 1 $300,000.00 8300,000.00 Est. Per Est. $5,000.00 $5,000.00 CO2 Permits 1 LS Per LS CO3 Sawcutting Asphalt Pavement 10;50010.50 $110,250.00 LF Per LF C04 200 $206.50 $41,300.00 Asbestos Cement(AC)Pipe Removal LF Per LF C05 Controlled Density Fill(CDF)-Pipe Abandonment 30 $650.00 $19,500.00 CY Per CY C06 Crushed Surfacing Top Course(CSTC) 1,250 $36.50 $45,625.00 TON Per TON C07 Gravel Borrow for Backfill 8,150 $25.00 $203,750.00 TON Per TON C08 Asphalt Treated Base 155 $155.00 $24,025.00 TON Per TON C09 Permanent Asphalt Patch 2,280 $169.00 $385,320.00 TON Per TON C10 Cement Concrete Driveway 20 $147.00 $2,940.00 SY Per SY C11 Cement Concrete Sidewalk 145 $142.00 $20,590.00 SY Per SY Schedule of Prices Page 4 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. 'Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT` NO. QUANTITY Dollars Cents Dollars Cents C12 Cement Concrete Curb and Gutter 195 $78.75 $15,356.25 LF Per LF C13 Removal and Replacement of Unsuitable Foundation 150 $68.00 $10,200.00 Materials TON Per TON C14 Construction Geotextile for Separation 300 $6.00 $1,800.00 �..� _1TY_. . __eecSY___-_ --- ---------) C15 Removal of Unforeseen Obstructions and Debris 1 S50 000.00 S50.000 00 : FA Per FA C16 CLSM Encasement 10 $650.00 $6,500.00 CY Per CY C17 Survey Monument Replacement 7 $2,710.00 $18,970.00 EA Per EA C18 Removal of Existing Fire Hydrant 7 $1,050.00 $7,350.00 EA Per EA C19 Abandon Existing Gate Valves 46 $304.50 $14,007.00 EA Per EA C20 Abandon Existing Water Main 1 $30,000.00 $30,000.00 LS Per LS C21 Cut, Cap, and Block Existing Water Mains 2 $5,000.00 $10,000.00 EA Per EA 8-inch Diam. Ductile Iron Class 52 Restrained Joint $193.00 $99,395.00 C22 Water Pipe&Restrained Joint Fittings w/Polywrap 515 LF Per LF 10-inch Diam. Ductile Iron Class 52 Restrained Joint $222.13 $26,655.60 C23 12Water Pipe& Restrained Joint Fittings with Polywrap LF0 Per LF C24 12-inch Diam. Ductile Iron Class 52 Restrained Joint 4 170 $235.63 $982,577.40 Water Pipe& Restrained Joint Fittings with Polywrap LF Per LF C25 16-inch Diam Ductile Iron Class 52 Restrained Joint 480 $424.43 $203,726.40 Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF C26 Concrete for Concrete Blocking and Straddle Thrust 210 $325.00 $68,250.00 Blocking and Tie Rod CY Per CY C27 4-inch Diam. Gate Valve Assembly 1 $2,065.87 $2,065.87 EA Per EA C28 6-inch Diam. Gate Valve Assembly 2 $2,367.75 $4,735.50 EA Per EA Schedule of Prices Page 5 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. 'Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE" TOTAL AMOUNT" NO. QUANTITY Dollars Cents Dollars Cents C29 8-inch Diam. Gate Valve Assembly 11 $3,322.42 $36,546.62 EA Per EA C30 10-inch Diam. Gate Valve Assembly 4 $4,495.95 $17,983.80 EA Per EA C31 12-inch Diam. Gate Valve Assembly 35 $5,527.95 $193,478.25 EA Per EA C32 16-inch Diam. Butterfly Valve Assembly 8 $8,835.85 $70,686.80 EA Per EA C33 Fire Hydrant Assembly 8 $12,500.00 $100,000.00 EA Per EA C34 1-inch Diam. Air and Vacuum Release Valve 1 $8,785.48 $8,785.48 Assembly EA Per EA C35 2-inch Blow Off Assembly-Permanent 2 $7,756.35 $15,512.70 EA Per EA C36 1-inch Diam. Water Service Connection 26 $4,310.00 $112,060.00 EA Per EA C37 1.5-inch Diam. Water Service Connection 8 $7,504.00 $60,032.00 EA Per EA C38 2-inch Diam. Water Service Connection 1 $8,871.62 $8,871.20 EA Per EA Connection to Existing 4-inch Diam. Sprinkler Water $5,930.82 $5,930.82 C39 Service Line EA Per EA C40 Connection to Existing 6-inch Diam. Sprinkler Water 2 $7,213.50 $14,427.00 Service Line EA Per EA C41 Connection to Existing 6-inch Diam. of Fire Hydrant 1 $6,134.10 $6,134.10 Main Line EA Per EA C42 Connection to Existing 8-inch Diam. Sprinkler 1 $4,989.00 $4,989.00 Water Service Line EA Per EA C43 Connection A to Existing 8-inch Diam. Water Main 1 $4,266.00 $4,266.00 EA Per EA C44 Connection B to Existing 8-inch Diam. Water Main 1 $3,912.00 $3,912.00 EA Per EA C45 Connection C to Existing 8-inch Diam.Water Main 1 $4,856.25 $4,856.25 EA Per EA Schedule of Prices Page 6 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT' NO. QUANTITY Dollars Cents Dollars Cents C46 Connection D to Existing 8-inch Diam.Water Main 1 $4,610.00 $4,610.00 EA Per EA C47 Connection E to Existing 8-inch Diam. Water Main 1 $4,450.00 $4,450.00 EA Per EA C48 Connection F to Existing 8-inch Diam. Water Main 1 $4,450.00 $4,450.00 EA Per EA C49 Connection G to Existing 8-inch Diam.Water Main 1 $4,450.00 $4,450.00 EA Per EA C50 Connection H to Existing 8-inch Diam.Water Main 1 $4,266.00 $4,266.00 EA Per EA C51 Connection Ito Existing 8-inch Diam.Water Main 1 $4,266.00 $4,266.00 EA Per EA C52 Connection O to Existing 8-inch Diam.Water Main 1 $5,260.00 $5,260.00 EA Per EA C53 Connection J to Existing 10-inch Diam. Water Main 1 $4,990.00 $4,990.00 EA Per EA C54 Connection K to Existing 10-inch Diam. Water Main 1 $5,115.00 $5,115.00 EA Per EA C55 Connection L to Existing 10-inch Diam.Water Main 1 $5,610.75 $5,610.75 EA Per EA C56 Connection M to Existing 10-inch Diam. Water Main 1 $5,340.00 $5,340.00 EA Per EA C57 Connection N to Existing 10-inch Diam.Water Main 1 $5,340.00 $5,340.00 EA Per EA C58 Connection P to Existing 12-inch Diam. Water Main 1 $7,554.00 $7 554.00 EA Per EA C59 Connection Q to Existing 12-inch Diam.Water Main 1 $6,991.00 $6,991.00 EA Per EA C60 Connection R to Existing 12-inch Diam.Water Main 1 $7,908.00 $7,908.00 EA Per EA C61 Connection S to Existing 12-inch Diam. Water Main 1 $6,991.00 $6,991.00 EA Per EA C62 Connection T to Existing 12-inch Diam. Water Main 1 $6,991.00 $6,991.00 EA Per EA Schedule of Prices Page 7 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT NO. QUANTITY Dollars Cents Dollars Cents C63 Connection U to Existing 12-inch Diam. Water Main 1 $7,287.00 $7,287.00 EA Per EA C64 Connection V to Existing 12-inch Diam. Water Main 1 $6,991.00 $6,991.00 EA Per EA C65 Connection W to Existing 12-inch Diam.Water Main 1 $7,753.00 $7,753.00 EA Per EA C66 Connection Xto Existing 16-inch Diam.Water Main 1 $10,376.00 $10,376.00 EA Per EA C67 Connection Y to Existing 16-inch Diam. Water Main 1 $10,376.00 $10,376.00 EA Per EA C68 Connection Z to Existing 16-inch Diam. Water Main 1 $11,742.00 $11,742.00 EA Per EA C69 Connection AA to Existing 16-inch Diam. Water Main 1 $9,597.00 $9,597.00 EA Per EA C70 Connection AB to Existing 16-inch Diam. Water Main 1 $10,376.00 $10,376.00 EA Per EA C71 Connections to Existing 12"x 8"DI Cross 1 $7,755.00 $7,755.00 EA Per EA C72 4-inch Diam. Sanitary Side Sewer Pipe Relocation 60 $85.00 $5,100.00 (For Water Conflict) LF Per LF C73 6-inch Diam. Sanitary Side Sewer Pipe Relocation 80 $92.00 $7,360.00 (For Water Conflict) LF Per LF C74 Adjust Existing Water Valve Box Cover to 11 $650.00 $7,150.00 Finished Grade EA Per EA C75 Adjust Existing Manhole Cover to Finished Grade 37 $850.00 $31,450.00 EA Per EA C76 Adjust Existing Gas Valve Box Cover to 19 $650.00 $12,350.00 Finished Grade EA Per EA C77 Resolution of Utility Conflicts for Proposed 1 $250,000.00 6250,000.00 Water System FA Per FA C78 Additional Ductile Iron Fittings 8,000 $6.50 $52,000.00 LB Per LB Schedule of Prices Page 8 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE- TOTAL AMOUNT- NO. QUANTITY Dollars Cents Dollars Cents Subtotal Schedule C $3,920,606.91 10.5%Sale Tax $411,663.73 $4,332,270.64 Total Schedule C Summary Total Schedule A brought forward= S $2,390,772.48 Total Schedule B brought forward= s $1,182,030.90 Total Schedule C brought forward= S $4,332,270.64 Total Bid Amount, Schedule A; B, and C = S $7,905,074.01 Note: Determination of low bidder will be based solely on the'Total Bid Amount" Schedule of Prices Page 9 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal This form must be submitted with the Bid Proposal. CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA By signing below,Bidder acknowledges receipt and understanding of the following Addenda: ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO. I DATE: '7/s/ZOL6 NO. Z, DATE: )/2 0/L02(0 NO. DATE: NO. DATE: NO. DATE: NO. DATE: NO. DATE: SIGNED: Q/�� TITLE: /`csi Y NAME OF COMPANY: ��/ 4 a ADDRESS: S'-" /aft 7L LI /fez /i f 4 CITY/STATE/ZIP: flu tivfn WA q / TELEPHONE: a S 3Si Dre) Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal o oti* This form must be submitted with the Bid Proposal. Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder's Business Name Signature of Authorized Official* LS* 7 Printed Name /// d )4-1/ Title g-// -a40 4, aAt") � Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation V LLC ❑ State of Incorporation, or if not a corporation, State where business entity was formed: WI\ S If a co-partnership, give firm name under which business is transacted: *If a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign).If a co-partnership,proposal must be executed by a partner. Template updated 2-12-19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal In accordance with RCW 39.30-060 as amended by House Bill 1633: For all public works contracts exceeding$1,000,000 the bidder shall submit with the bid the names of the licensed subcontractors and proof of license with whom the bidder, if awarded the contract, will subcontract for the following work or to name itself for the work, if it is licensed to perform the work for which it has named itself.: • All structural steel installation, rebar installation, heating, ventilation and air conditioning, and plumbing work as described in chapter 18.106 RCW,and electrical work as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors)shall be submitted as part of the bid. *Note: 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. If the work does not apply to this contract, check the box "Not Applicable". If the work will be self- performed by the bidder, check the box"Self-Performed". If the subcontractors' names are not submitted with the bid OR if two or more subcontractors are named to perform the same work,the bid shall be considered nonresponsive and,therefore,void. If subcontractors vary with bid alternates, please complete a separate form indicating which subcontractors will be used for which bid alternate. Complete the following: If awarded the contract, _ al) &-r will contract with the following subcontractors for the performance of heating,ventilation and air conditioning, plumbing, electrical(including automatic controls)work,structural steel installation,and rebar installation: The following list of subcontracts is due with the bid. Errors identified by the contracting agency in the proof of license information must be corrected by the bidder within 48 hours of bid submission. Category of Work Heating,Ventilation&Air Conditioning(HVAC) Not Applicable 6/J Subcontractors Name Self-Performed ❑ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Page SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable tic Subcontractors Name Self-Performed 0 Address Phone No. Contractor's WA License No. • Bid Item Numbers Description of Work Category of Work Electrical(per RCW 19.28)*See Note Above *See Note Above ❑ Subcontractors Name , L jrc, Self-Performed ❑ Address l ‘b c-/t-I 5E 2 L'-1 5.-}. k.u, +- Lv1 9 ocj t. Phone No. 1/I5--1/32-1325^ Contractor's WA License No. 6 6 6_0 **0 LA u Bid Item Numbers B3 j , j32- 655 / 133.1 lj 3S Description of Work 1-14hk vt-v j+- Category of Work Structural Steel Not Applicable C3� Subcontractors Name Self-Performed 0 Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Category of Work Rebar Installation Not Applicable 1 Subcontractors Name Self-Performed ❑ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Category of Work Not Applicable Subcontractors Name Self-Performed 0 Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal This form must be submitted by Apparent Low Bidder and Second Apparent Low Bidder within 5 Business Days after Bid Opening SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA FORM PROJECT NAME: Highlands Reservoir Water Main Improvements Project, WTR-27-03888 CONTRACTOR'S S C.� � COMPANY NAME: DATE: 3- it ' o2b ADRESSS: (—I tIDS tt)e-s 1),AnGy I-L f A) TELEPHONE:,-,?r ,3 3S7 oD Ai n IA) qtOV The bidder must document that the bidder meets the supplemental responsible bidder criteria. The bidder should provide additional sheet to fully describe referenced projects and experiences. 1. The Supplemental Responsible Bidder Criteria states that the Bidder must have successfully completed at least one (1) project of similar scope and magnitude to the work within the five (5) years prior to bid opening. List the projects that show that the Bidder meets these requirements. Project Name Year Owner Location Construction Cost Value($) iLt Furnish references for information concerning all work listed above. Name Title Phone Number Email Address yiu ar.&% */ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 2. The Supplemental Responsible Bidder Criteria states that Bidder's project manager must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work within the ten (10) years prior to bid opening. List the project manager's name and projects that show that he or she meets these requirement Name: i y%L_ c S Project Nam.} / /e_ Year Owner Location Construction Cost Value($) „la.t Furnish references for information concerning all work listed above. Name Tittle Phone Number Email Address 104 al,tVeLfi 3. The Supplemental Responsible Bidder Criteria states that Bidder's superintendent must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work within the past ten (10)years prior to bid opening. List the superintendent's name and projects that show that he or she meets these requirements. Name: gia J 4lJ 01,91/ r� ProjectrName/ Year Owner Location Construction Cost Value($) Aill��it,C�,Gc1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Furnish references for information concerning all work listed above. Name Tittle Phone Number Email Address 4. The Supplemental Responsible Bidder Criteria states that Bidder's foreman must have successfully completed the supervision at least three (3) projects of similar scope and magnitude to the work within the ten (10) years prior to bid opening. List the foreman's name and projects that show that he or she meets these requirements. Name: e,t4 /cc1� MA Ai(v Project Name Year Owner Location Construction Cost Value($) Furnish references for information concerning all work listed above. Name Tittle Phone Number Email Address 4/11W4A4 49. 5. Name and title of the person filing out the form. NAME: � �� Ga7 TITLE: ,reSida4.-1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal iew \% scar? CO `L CTI0N C Genera! Contractors — 223-01-RWSCOC*229MU 4005 WEST VALLEY HIGHWAY NORTH,SUITE A,AUBURN, WASHINGTON 98001 PHONE: (253)351-0001 FAX:(253)351-0055 INFORMATION FOR CREDIT APPLICATIONS Incorporated: July, 1978 Business Started: 1972 Owners/Officers: Jeff Scott, President —jeffscott@rwscottconstruction.com Debra Scott, Treasurer Tyler Scott, Vice President Jeff Scott, Secretary Road and Underground Utility Construction Company: Contractor#RWSCOC*229MU Federal ID #91-1038390 D&B #06 167 4743 Resale #C600 298 242 ICC #CC25984(WUTC) Labor& Industries #579,092-00 Fiscal Year End: September 30 Employment Security#447718-00-5 Annual Dollar Volume Sales: $7,000,000 Purchase Orders Required Bank Information: Commencement Bank Auburn Branch 220 15th St NE PO Box 1979 Auburn WA 98071 Account #Available upon request Branch Contact: Janice Rindfleisch Branch Manager 253.246.2080 References: H.D. Fowler icon Materials PO Box 160 PO Box 88050 Bellevue, WA 98009 Tukwila, WA 98138-2050 (425) 746-8400 Phone (206) 575-3200 Phone (425) 641-8885 Fax (206) 575-0319 Fax Account #192980 Account #60473 Miles Sand and Gravel TEC Equipment 400 Valley Ave NE 8108 S 212th Puyallup, WA 98372 Kent, WA 98031 (253) 833-3700 Phone (206) 622-2366 Phone (253) 833-3746 Fax Account #24365 Account #049900 . ',i ;. ; i °,' ' Auburn, WA References Contract Date Job Name Award A en Date Original 9 cY Contact Information Contract Completed Amount 04/09/2025 City of 36th St W. and Grandview Dr. W. Roundabout University Nuri Avcular Place 253-566-5656 1,266,348.03 4- 02/24/2025 2025 Water Main Improvements City of Kent Chad Bieren 253-856-5500 1,777,602.04 09/03/2024 Tolt Middle School Sidewalk City of Lora Wilmes lora.wilmes@carnationwa.gov 11/07/2024 182,547.16 Improvements Carnation 03 11 z024 2024 WM I-21st Ave SW-SW Lakehaven / / 348th St to 356th St Water & Jai Carter 24-1624 Sewer District jcarter@lakehaven.org 07/02/2024 2,640,135.95 Jody Miller 02/13/2024 Lawson Hill Fire Station Construction, Chad Wirth Inc. (253) 537-6116 1,223,903.49 1/25/2024 Project #CP2316, Forest Walk Phase 3A City of Auburn Melissa Ledger (253) 398-7040 07/2024 209,380.00 1 Contract Date Job Name Award Agency Contact Information Date Original Contract 3/15/2023 Com•leted Amount Renton Park ES —ADA & Safety Bollard UpgradesRenton School Alisha Smothers District #403 (425) 204-4427 09/22/2023 200,694.70 02/24/2023 Boulevard Lanes, Phase 2 AC Soos Creek Pipe Replacement Water & Sewer Gregory Hill District (253) 630-9900 x 115 2,374,037.79 Hazelwood Elementary School Reynolds 02/08/2023 Vestibule Addition and Site Improvements General (206) 358-9210 8/30/2023 129,753.30 Contracting 06/21/2022 North Bend Way Sidewalk . City of North Re air Bend Tom Mohr (425) 888-7653 10/11/2022 278,569.50 03/01/2023 Mill Pond Sewer Repair City of Auburn Melissa Leger 253 797-7310 04/05/2023 . 56,482.93 12/09/22 Mount Rainer Christian Center Donovan Bros. Kevin Donovan kevin dbros.com 10/31/2023 267,790.00 11/19/22 Auburn Playground City of Auburn Melissa Leger 11/15/22 253 797-7310 Main and Woods Intersection 01/17/2023 75,219,17 Im a rovements City of Sumner Courtney Liftrell 253 299-5710 9/14/22 Frontage Road Culvert Repair, 2,084,552.19 Phase 2 City of Auburn Aleksey 04-50 an 9/14/22 126th Ave NE Watermain 253 804-5071 11/14/2022 70,481.62 4" City of Kirkland Scott Gonsar Im.rovements 7/11/22 Coal Creek Parkway SE Catch425. 587-3830 04/11/2023 1,285,888.58 Basin. Lid Ad ustmentCity of Connor Simonson 111 ' Place SE Sewer Line Newcastle 425 386-4112 11/03/2022 12,859.68 7/05/22 Repair Coal Creek Utility City of Newcastle Patrick 11/03/2022 32,336,37. District (425) 253-9200 06/15/2022 SE May Creek Park Drive City of Kerry Sullivan Newcastle ker s t newcastlewa:•,v 06/01/2023 1,965,924:13 06/21/2022 2022 Annual Sidewalk Repair City of North _ Bend Tom Mohr (425) 888-7653 11/29/2022 377,517.14 2 Agency Date Original Contract Date Job Name Award A 9 �y Contact Information Contract. Completed Amount 06/07/2022 116 ' Ave SE & Edmonds Ave City of Kerry Sullivan NE Newcastle. kerrys(a newcastiewa.gQv 10/17/2022 23* 3,100.64 03/15/2022 Water Main Replacement City of Issa uah Tony Nguyen (425) 837-3437 9/24/2022 912,345.26 09J27/2021 37��Street NW Flood Control City of Auburn Cindy West (253) 931-3002 11/02/2021 88,176.61 Step By Step (Phase 2) Jo Lindensta Krista Linden (253) 896-0903 12/19/2022 369,022.15 07/23/2021 Auburn Way & 1 Ave NE Signal City of Auburn Cindy West (253) 931-30002 11/23/2022 1,260,371.21 fr 07/20/2021 Morganville South AC Water City of Black Main Diamond Scott Hanis (360) 851-4521 03/11/2022 771,273'.63 04/05/2021 85th Avenue Seattle Green City - Leah Tones Private leahj@greencitydev.us 07/15/204 230,865.00 04/02/2021 Well 6R Access Road Lake Meridian Madison McCrosky Water District mmccrosky@a-o.com 05/21I2021 28,320.47 04/06/2021 Surface Water Capital City of.Des Tyler Beekley Pro'ects Moines tbeekle @desmoineswa.. ov 12/25/2021 1,282,248.20 04/01/2021 Emerson Avenue ADA Ramps City of Steve Dobron Wenatchee sdobron@wenatcheewa.gov 06/03/2021 76,591.75 03/01/2021 Stone Avenue Seattle Green City - Leah Jones Private leah'.@ reenci dev.us 290,036.43 01/11/2021 Semanski Roundabout City of Dwayne Walker ------- Enumclaw (360) 615-5730 06/20/2021 338,597.31 12/08/2020 Lakewood 100th St SW & City of Ma Dobrovidova Lakewood DR SW Lakewood adobrovidova@ci oflakewood.us 3/25/2022 744,744.00 12/08/2020 NE 24th and 113 ' Crosswalk U rades City of Kirkland Marius Eugenio, Jr. 425 587-3872 03/23/2021 69,773.10 _ dbuchheit@rentonwa.qov10/20/2020 Downtown Core.Streetscape City of Renton David Buchheit 10/12/2021 839,369.50 3 Contract Date Agency Date Original Job Name Award A 9 y Contact Information Contract Buries Cove Stormwater Completed 09/15/2020 Brian Victor Amount Erosion City of Buries 01/27/2021 129,999,00 08/06/2020 2020 Pedestrian Safety206 248-5533 Sidewalk and ADA I City of Auburn Amanda DeSilver 04/19/2021 04/15/2020 Manorwood Water Main adesilver@auburnwa.�ov 459,522.50 Re•lacemeer City of Puyallup Hans Hunger 01/22/20 Mason Transit Authority nt hhun er@.u allu•wa. ov 8/30/2020 857,980.00 kB1/9/20 Lakewood Arrowhead Water Parkin• Lot Retrofit City of Shelton Brooke Kilts 10/22/20 308,641.12 rooke.kilts@sheltonwa.•ov Lakewood . Craig Gibson Main Water District 253 588-4423 10/10/20 1,177,355.95 8/6/19 NE 23rd Sidewalk & 100d' NE City of Bellevue Erikka Hildonen 425 452-5280 12/31/19 540,414.25 . 7/16/19 Auburn Way South (SR164) Matt Larson Sidewalk Improvement City of Auburn (253) 804-5032 1/29/20 588,838 3/11/19 Renton Ave S Resurfacing City of Renton Michelle Faltaous 11/20/19 425 430-7301 1,585,247.60 8/15/18 Lake Kathleen Water. Main King County Improvements Water District Darcey Peterson 90 darceyp@kcwd90.com 5/17/20 2,077,957.00 Louis Thompson Road SE. 7/31/18 Slide Repair & Drainage City of Melonie Anderson Im rovement Sammamish (425) 295-0511 7/5/19 1,147,654.00 6/14 18 2,018 Street Overlay Military / Rd.S, S 209th St to I-5 City of Seatac Karen Spencer Over'ass (206) 973-4720 10/18/19 2,615,958.00 6/7/18 East Lake Sammamish Pkwy . City of Melonie Anderson SE Crosswalk Pro'ect Sammamish 425 295-0511 9/30/18 240,970.00 1/5/18 Military Road City of Troy Pokswinski Lakewood (253) 983-7795 Ext 7729 , 10/2018 $551,331.00 4 RW% scan coter. co. w......," CPAttiaelatt Auburn, WA 4005 WEST VALLEY HIGHWAY N,STE A,AUBURN WA 98001 PHONE(253)351-0001 FAX:(253)351-0055 Project Project Name Project Owner Contact Phone Contract Est. % Number Amount Completion Complete Date 644 2025 Water Main Improvements City of Kent Chad Bieren (253)856-5500 $1,777,602.04 Dec-25 99% 645 University Place 36th St&Grandview City of University Place Nuri Avcular (253)566-5656 $1,266,348.03 Dec-2025 99% Dr.Roundabout 648 Sound Transit Access Improvements City of Puyallup Kyle Young 253-435-3641 $785,079.50 Jan-2025 95% 649 2025 Lacey Sidewalk Improvements City of Lacey Lisa Hull 360-486-8729 $1,296,654.00 Feb-2026 15% 655 Algona Boulevard Non-Motorized City of Algona Brian Sourwine 206-284-0860 $457,458.00 Apr-2026 0% Improvements 656 SR 516 Shared Use Path City of Maple Valley Steven Chen 425-413-6640 $1,027,128.00 May-2026 0% Improvements :IV. V, This form must be submitted with the Bid Proposal. Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] of[address] as Principal, and [Surety] a corporation duly organized under the laws of the State of and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, 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 project,to wit: Highlands Reservoir Water Main "--*WTR-27-03888 said bid and proposal, by reference thereto, being r �A..J41- NOW,THEREFORE, if the said proposal b 3rded to said Principal, and if said Principal shall duly rr it furnish performance bond as required by the City of RE ,id award, exclusive of the day of such award,then this ob' d be in full force and effect. IN THE EVENT the Principal, followir ,f Renton in accordance with the terms of the Proposal ; approved by the City of Renton within ten (10) days frc Bid Bond/Bid Proposal Deposit or Surety shall immediate e Proposal Bid Bond,as set forth in RCW 35A.40.200 and IN TESTIMONY WHEREOF,the P ,ned and sealed this [Principal] [Surety] [Signature of authorized official] [Signature of authorized official] By: [Title] [Attorney-in-Fact] [Address] [Telephone Number] Approved by the City Attorney on 6/03/13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal