Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Rodarte Construction, Inc.
Rodarte Construction, Inc. pc P"" 17 East Valley Hwy E / Auburn, WA 98092 / TS/ tA (253)939-0532 CITY OF RENTON TO: City of Renton MAR 2 5 2026 Lobby of the Renton City Hall RECEIVED CITY CLERK'S OFFICE 1055 South Grady Way, Renton, WA, 98057 Sealed Bid: Highlands Reservoir Water Main Improvements Project; Project No. WTR-27-03888 Wednesday, March 25th, 2026 @ 2:00 PM Award Date: CAG-26-001 Awarded to: Award Amount: Y 0 + + Bidding Requirements,City of Renton s� Forms,Contract Forms, Conditions of the Contract, Plans and Specifications N T 0� City of Renton Highlands Reservoir Water Main Improvements Project Project NO. WTR-27-03888 Volume I of II City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Ken Sri lofung (425)-430-7247 KSritofung@ientonwa.gov 44.4r) Printed on Recycled Paper CAG-26-001 CITY OF RENTON CALL FOR BIDS Highlands Reservoir Water Main Improvements Project WTR-27-03888 Sealed bids will be received until 2:00 p.m. Wednesday, March 25, 2026, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, Fedex, or UPS delivered will be accepted. Sealed bids wilt be opened and publicly read via the Zoom video-conferencing web application at 3:00 p.m. Wednesday, March 25, 2026 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. • Please include bidder's name, address, and the name of the project on the envelope The bid opening meeting can be accessed via videoconference by clicking this link to join the ZOOM meeting: • http ..:/JL.ps06we.b.z_QQm.usi/82_7.46295265Vwct VWjA0uEKBSDU6xxJb5ibTgOvrQMZWG m1 • Using the Zoom app: Meeting ID: 827 4629 5265; Passcode: 116574 • Via telephone by dialing: 12532158782„82746295265#,,,,*116574# • Zoom is free to use and is available at https://zoom.us/ The Work shall be physically completed within 300 working days from the date of the Notice to Proceed given by the Engineer.The Work under this contract shall include, but not be limited to: • Installation of approximately 5,400 linear feet of 6-inch to 16-inch restrained-joint ductile iron water main and appurtenance, including 69 gate and butterfly valves, 8 fire hydrants, 35 water service lines, 34 connections to existing water mains, and the in-place abandonment, removals and disposals of existing water system and asbestos cement pipes. • Installation of approximately 1,600 linear feet of 8-inch to 18-inch storm pipes, along with 18 storm catch basins and manholes. • Restoration of surface conditions including asphalt trench patching, asphalt overlay, and reconstruction of concrete curbs, gutters, and sidewalks. • Implementation of traffic control, erosion and sedimentation control measures, and trench safety systems. • Other work as necessary to complete the project. A non-mandatory pre-bid meeting will be held online via a Microsoft Team Meeting on Monday, March 16,2026, at 10:00 a.m. Pacific Time. Bidders are strongly urged to inspect all areas of the work sites, prior to the non-mandatory pre-bidding meeting and/or prior to bidding to familiarize with the nature of work.The purpose of the non-mandatory pre-bid meeting is to review the scope of work,to provide for identification and discussion of potential concerns that might arise during the administration of the Contract and/or seek clarification of technical or procedural aspects of this Contract.There will be Q/A session during and at the end of the meeting.The link to the Microsoft Team Meeting is as follows. • https://teams.microsoft.com/meet/24952894058931?p=vfs4hWniNTyaEwyV53 • Meeting ID 249 528 940 589 31; Passcode:fT3LD9kM • Via Telephone by dialing: +1 425-655-2231„271949195# • Phone conference ID: 271 949 195# The estimated project cost is$8,000,000 to$9,000,000. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc.,at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Project's Bidding". (Note: Bidders are encouraged to "Register as a Bidder,"to receive automatic email notification of future addenda and to be placed on the"Bidders List."). Bid documents will also be available at http://rentonwa.gov/bids/under"Call for Bids."The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available on February 26,2026. Should you require further assistance, contact Builder Exchange of Washington at(425)258- 1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. Women and Minority Business Enterprises (WMBE)are encouraged to bid. Questions about the project shall be addressed to,Ken Srilofung, City of Renton, Public Works Dept., (425)430-7247 or ksrilofung@rentonwa.gov.Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered.The city will not be responsible for other explanations or interpretations of the bid documents. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Jason A. Seth, MMC,City Clerk Published: Daily Journal of Commerce February 26,2026 Daily Journal of Commerce March 5, 2026 Daily Journal of Commerce March 12, 2026 Daily Journal of Commerce March 19, 2026 " k T Public Works Department Highlands Reservoir Water Main Improvements Project WTR-27-03888 Documents to be Submitted with Bid ❑ PROPOSAL BID BOND FORM ❑ DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION ❑ PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM ❑ SCHEDULE OF PRICES ❑ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ❑ CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES ❑ SUBCONTRACTOR LIST 111111. G s This form must be submitted wfth the Bid Proposal. = e Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we,[Contractor] Rodarte Construction, Inc. of[address] 17 E. Valley Hwy East, Auburn, WA 98092 as Principal, and[Surety] Western Surety Company a corporation duly organized under the laws of the State of South Dakota 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 9th day of March , 2026 , Rodarte Construction, Inc. Western Surety Company [Principal] [Surety [Signature of authorized official] [Signature of authorized official] 141,t af/Vtk By: Lorraine Hale, Attorney-in-Fact [Title] [Attorney-in-Fact] 601 Union Street, Ste. 1601 [Address] Seattle, WA 98101 206.587.7622 [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 vow Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Rod Lewis,Kenneth J Frick,Lorraine Hale,Nancy Salset,Individually of Yakima,WA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts— and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By-Laws and Resolutions printed at the bottom of this page,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 24th day of February,2026. ,,,,,u'w, S,�aEry.. WESTERN SURETY COMPANY a.4 �+T ''.$Eie4s43 Av':Q€ ., .......... Larry Kasten,Vice President State of South Dakota County of Minnehaha I ss On this 24th day of February,2026,before me personally came Larry Kasten,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires ' K WALSH NOTARY TNBUC December 4,2031 }SOUTH DAKOTA K.Walsh,Notary Public CERTIFICATE I,Paula Kolsrud,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Laws and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 9th day of March,2026. ki�`ETrco- WESTERN SURETY COMPANY IAA?*' Sr tkv.'*<z aLd ki)ekraAJA +c* Paula Kolsrud,Assistant Secretary _ Authorizing By-Laws and Resolutions ADOPTED BY THE-SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds,policies,undertakings,Powers of Attorney,or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,and Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company. This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27`"day of April,2022: "RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal,each to be considered the act and deed of the Company." Go to www.cnasuretv.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Form F4280-6-2023 This form must be submitted with the Bid Proposal. Department of Labor and Industries Certificate of Registration Name on Registration: K.a``0,AA C,Oti\, -k.U\A Qx'1 �-11A( Registration Number: � 1 L2S ) "1 Expiration Date: 21)LAIC/ Note: A copy of the certificate will be requested as part of contract execution when project is awarded. 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. Proposal - Page 2 of 2 FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Rodarte Construction, Inc. Name of Bidder's Firm Printed Name: ' OfCd Fi(1 G L V{e, Signature: Address: (AS'-" kha L - /ki G , V Aoc,V►l k 011c001Z - Contact Name (please print): �1 O/ V\ Gl is Phone:(25 3) 1 SO _ O 6 2 Email: lO14Pl 91-6tda -conis C .com Names of Members of Partnership: OR Name of President of Corporation 1 kY'Ok eACta(' Name of Secretary of Corporation ZCtVed OCLOCV4-C Corporation Organized under the laws of \93`k ' l k rAIATAM With Main Office in State of Washington at f l tci - U A [rev! thAtl � I ►LJaNyl,(AA- a Isoa Subscribed and sworn to before me on this�� IL d y o /VI(�� Vt ,2026 `���<<t����i�i�i ary Public in and for the State of Washington t 4 Q'G�P•N 4• F S, Notary(Print)U vta C ►ice Isr oft4 ''o y os Q� •2�i r � G �: �s My appointment expires: s. is op A • a - 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 BID SCHEDULE A-GENERAL A01 Mobilization&Demobilization 1 COO?* LS Pet S�tS �O00 ©O Construction Surveying, Staking, and As-Built 000 po A02 1 Drawings LS Per LS J4P,000.O A03 Temporary Traffic Control L1 0 t 9 g �O ,a �y�0 do S Per LS t i Od1 O 4 OW. A04 Uniformed Police Officer 200 Per SS R O 311 000 as A05 Site Specific Potholing Up to 6-Foot in Depth 1E9A0 O o0.Per 0A ;'t ,00 a o A06 Site Specific Potholing Deeper than 6-Foot E55 A ` I Per 00 03 ,Tic 0.00 A Site Specific Potholing for Duct Banks or OD A07 Utilities Encased in Concrete Up to 8 Feet in 20 It--S�' �� 00o p0 Depth EA Per EA , Op A08 Erosion and Water Pollution Prevention LSQ � —�a 000 e00 A09 Construction Dewatering 1 -� /�OcQ.ao LS leer LS /Oa 000 00 Trench Excavation Safety System 1 00 A10 0 LS OAP_ LS 101 DO 0.O All Hot Mix Asphalt Overlay 2,650 2ZS• 00 TON Per TON al w, �SO`� PP Al2 Project Signage 2 ( ?jlS oo O EA Per EA 21(pSD A13 Property Restoration 1 SO OQO°OLS Per LS �O,DOD p p Al4 Remove and Replace Pavement Markings 1 (pS_ GOO 0O 10 ,^ LS f'er_LS _ l0S OOO " 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 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_,,1 15 ,SS 0.°0 10.5%Sale Tax 29 1, 4 3Z .16 Total Schedule A /0(069! %2.1s BID SCHEDULE B -STORMWATER AND ROADWAY B01 Minor Changes 1 $100,000.00 $100,000.00 EST. Per EST. B02 Sawcutting Asphalt Pavement 3,100 "l 00 LF Per LF t Z 1 000 B03 Controlled Density Fill(CDF)-Pipe Abandonme 35 20 7S 00 OO CY Per CY t�1125 B04 Crushed Surfacing Top Course(CSTC) 280 (.00 00 0 00 TON Per TON «O, D B05 Gravel Borrow for Backfill 1.160 °U 0 A TON Per TON (vl(1),f 00 a O B06 Permanent Asphalt Patch 920 ZSo_0 v TON Per TON 2?0,QoQ 0O 807 Cement Concrete Sidewalk 85 1 0.oO UO SY Per SY -,400 B08 Cement Concrete Curb and Gutter 145 O 00 LF Per LF ill JS0 .00 Removal and Replacement of Unsuitable �s•O 0 B09 Foundation Materials 100 r_ S� 00 TON Per TON lf�, B10 Construction Geotextile for Separation 75 10s00__ �1 SO O 0 SY Per SY l B11 Abandon Existing Storm Structure 2 I.2s.00 �S Q O EA Per EA 0 B12 Remove Existing Storm Structure-Inlet 8 i(00."___ 1 Z 20 .o o EA Per EA , B13 Remove Existing Storm Structure-Manhole 7 1.(00.001 ZOO 0 EA Per EA i Schedule of Prices Page 2 of 9 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 B14 Remove Existing Storm Pipe 1,010 /7 00 00 �S 3;0. B15 Removal of Unforeseen Obstructions and 1 $25,000.00 $25,000.00 r } bri A a r FA �/ 816 Connect Existing Storm Pipe to New Storm 10 -l 50O0 ((]] p0 Structure EA Per EA `1 l S00• B17 Connect New Storm Pipe to Existing Storm 7 7S0_00 __ ��0 00 Structure EA Per EA B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 3s0 00 00 LF Per LF Lit 12,00 ' B19 8-inch Diam. Ductile Iron Storm Pipe 165 Z �— Oo LF Pe LF . S 1u1-t—1S UO B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 t 85 • G� �S po LF Per LF o B21 12 inch Diam. Polypropylene Storm Pipe 55 �� ,��_ G 00 LF PerLF Li ° '7 S • OO B22 265 18-inch Diam. Polypropylene Storm Pipe LF 1 Per LF �S, -1-7 S • 00 B23 18-inch Diam. Ductile Iron Storm Pipe 42 300 .00a I 000 . 00 Per LF B24 Catch Basin Type 1 9 O Z OD 000 EA 'Per EA , B25 Catch Basin Type 1 L 1 2,1100 i I DO .00 2 l 0 0.0 0 EA Per EA Oo B26 48-inch Diam. Catch Basin Type 2 7 �-i000• 1 0O EA Per EA Li 2,000 . I (� B27 4-inch Diam. Sanitary Side Sewer Pipe 40 Voo 0 0 Li 00 00 Relocation (For Storm Conflict) LF Per LF I ++ B28 6-inch Diam. Sanitary Side Sewer Pipe 40 l(drr •o0 00 Relocation(For Storm Conflict) LF Per LF (f), (900.. 3 00 B29 CCTV Inspection 1;600 1____ (4 , 00 00 0O LF Per LF , B30 Remove Existing Abandoned Traffic Detection 1 11 1 00.00 WO." Wire Loops LS Per LS I Schedule of Pnces Page 3 of 9 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 B31 3-inch Diam. Schedule 80 PVC Conduit 3,300 00 LF Per — ��tt�,50�. 00 B32 00. Locking LID STD. Duty J-Box Type 2 EA —1—Pe Z00.0 0 B33 Small Cable Vault 1 (01 00 00 0O EA PerrEA , (400 B34 Connection 3-inch Diam Schedule 80 PVC 1 (O "ISO.' 0O Conduit to Existing Vault EA Per EA (I) ,5 0 . B35 Resolution of Utility Conflicts for Proposed 1 $100,000.00 $100,000.00 Storm System FA Per FA Total Schedule B 1 a 1 5 O p , 2_ZS•00 BID SCHEDULE C-WATER CO1 Minor Changes 1 $300,000.00 $300,000.00 Est. Per Est. CO2 permits 1 3+-5QQ 00 ao LS Per LS ? IS00 so CO3 Sawcutting Asphalt Pavement 1 LF 0 �(1 Per LF t (—1 ,250 ©O . VS 00 C04 200 Asbestos Cement(AC)Pipe Removal LF Per LF LAS, 000 PO C05 Controlled Density Fill (CDF)-Pipe Abandonment 30 *31S 00 a( ZS O .00 CY ,,,,Per CY I C06 Crushed Surfacing Top Course(CSTC) 1,250 (Do 00 00 TON Per TON 1 S,000 a O0 C07 Gravel Borrow for Backfill TON e TON - tl, S 0 '00 C08 Asphalt Treated Base 155 2 bO.00 pQ TON Per TO `lN 0, .00 • C09 Permanent Asphalt Patch 2,280 1(90.0 5 2 S00 o0 TON Per TON l 00 C10 Cement Concrete Driveway 20 50• --- ( ��0. 00 SY Per SY C11 Cement Concrete Sidewalk 145 C J 0•p0 "r I is 0 0 0 SY Per SY Schedule of Prices Page 4 of 9 CITY OF RENTON SCHEDULE OF PRICES ADDENDUM#1 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 30 ©0 Oo C12 Cement Concrete Curb and Gutter 195 S, 85 0 LF rr, 00(OS LF C13 Removal and Replacement of Unsuitable Foundation 150 W� Materials TON Per TON l r -7 SO o0 C14 Construction Geotextile for Separation 300 �QQ•SO i , q 50 °O C15 Removal of Unforeseen Obstructions and Debris 1 $50,000.00 $50,000.00 r , FA Per FA 3 v C16 CLSM Encasement 10 "150 OO soo 00 CY Per CY C17 Survey Monument Replacement 7 ?000• ` 000 .00 EA Per EA r 1 O -, C18 Removal of Existing Fire Hydrant 7 1 -[0O 0 . _ al p?00 00 EA Per EA l• O C19 Abandon Existing Gate Valves 46 425.00 0° EA Per EA 1�i ✓ 50 ' C20 Abandon Existing Water Main 1 ` —Pre`O0 l 2)S QO p C21 Cut, Cap, and Block Existing Water Mains 2 10�O® 000 00 EA Per EA 8-inch Diam. Ductile Iron Class 52 Restrained Joint 00 C22 Water Pipe&Restrained Joint Fittings w/Polywrap 515 2��• _ i l 0 (SO OO LF PP LF_ I C23 10 inch Diam. Ductile Iron Class 52 Restrained Joint 120 2 /7er Q O0 ? 2 Li CO ,00 Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF w 12-inch Diam. Ductile Iron Class 52 Restrained Joint C24 4 2(,LQ o0 0 Water Pipe&Restrained Joint Fittings with Polywrap LF0 Per LF 11000 i '00 ' 0 16-inch Diam. Ductile Iron Class 52 Restrained Joint �ZS LF per LF 00 0 O C25 Water Pipe&Restrained Joint Fittings with Polywrap0 t ✓ G,i QQQ Concrete for Concrete Blocking and Straddle Thrust M C26 Blocking and Tie Rod 210GY Per�����CY 2? ' , O WM ©0 c^ 00 ( 'S o0 C27 4-inch Diam. Gate Valve Assembly 1 ���QQ. _ 00 , EA i Per EA • / /� C28 6-inch Diam. Gate Valve Assembly 2 `l�o0 0O 3,C9 00 EA Per EA Schedule of Prices Page 5 of 9 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 BD ITEMS. 'Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNTT' NO. QUANTITY Dollars Cents Dollars Cents C29 8-inch Diam. Gate Valve Assembly E11 A Zp�LAJ. 2_011 10O ,00 EA C30 10-inch Diam. Gate Valve Assembly 4 Li 000.OD QO EA Per EA I.�O i 000 C31 12-inch Diam. Gate Valve Assembly 35 Sr_oEA 00 t 1 S, 000 .00 EAC32 16-inch Diam. Butterfly Valve Assembly 8 `7S W_5 M/y� 00 p0_ EA Per EA (00, 000 C33 Fire Hydrant Assembly 8 12. SOO! o 00 EA Per EA 1 00) 000. C C34 1-inch Diam. Air and Vacuum Release Valve 1 >_L� 00 00 Assembly EA Per EA S ��0 a C35 2-inch Blow Off Assembly-Permanent 2 (p�S00 0� (3,0O0 04 EA Per EA C36 1-inch Diam. Water Service Connection 26 ,SOQEA— __ 0p EA PerA (11t 000 C37 1.5-inch Diam. Water Service Connection 8 a1,•-00•00 00 EA Per EA `12 . 000 C38 2-inch Diam. Water Service Connection 1 10 000 .60 0/5� 0 O EA Per EA i W C39 Connection to Existing 4-inch Diam. Sprinkler Water 1 to} �� 90 00 Service Line EA Per EA (012,S0 • C40 Connection to Existing 6-inch Diam. Sprinkler Water 2 1 SOO 00 S i000 00 Service Line EA Per EA C41 Connection to Existing 6-inch Diam. of Fire Hydrant 1 S 000 00 00 Main Line EA Per EA S ,0O© C42 Connection to Existing 8-inch Diam. Sprinkler 1 (o 00000 `�(,, co O 00 Water Service Line EA Per EA I w 00 C43 Connection A to Existing 8-inch Diam. Water Main 1 1 Z oo. O O EA —fPer EA 112,00 C44 Connection B to Existing 8-inch Diam. Water Main 1 CP SOO Oo 0 0 00 EA ~Per EA W 1 • ,, 00 rW C45 Connection C to Existing 8-inch Diam. Water Main 1 ,S00• /„ 500 ?O EA Per EA 5�• Schedule of Prices Page 6 of 9 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 (0_1 C 00.00 41 IS oo C>.O EA Per EA C47 Connection E to Existing 8-inch Diam. Water Main 1 (Q 1 D0 •00 ( I 700 GO EA - Per EA tD0 C48 Connection F to Existing 8-inch Diam. Water Main 1 (0 S00 /�Q,, 00 (EA r,�Per EA , S 0° • C49 Connection G to Existing 8-inch Diam Water Main 1 (o O0• 00 ( S O 00 EA Per EA C50 Connection H to Existing 8-inch Diam. Water Main 1 (0;00•00 ( c no p0 EA Per EA r C51 Connection Ito Existing 8-inch Diam. Water Main 1 (.2 500.00 r„ S 00 •00 EA PerEA �ll� C52 Connection 0 to Existing 8-inch Diam. Water Main 1 (0 1 00 00 0 d .00 EA - Per EA SIC 1 C53 Connection J to Existing 10-inch Diam. Water Main 1 (0 100.00 11 00 .00 EA - Per EA M C54 Connection K to Existing 10-inch Diam. Water Main 1 7,_000•00 ODO 00 EA — Per EA 7 • C55 Connection L to Existing 10-inch Diam. Water Main 1 ,.O00.°° OQO .00 EA �7 Per EA C56 Connection M to Existing 10-inch Diam. Water Main 1 /,0Qd .O° 00O.00 EA Per EA �in C57 Connection N to Existing 10-inch Diam. Water Main 1 ��SW•O0 (, S 00 00 EA Per EA -7 C58 Connection P to Existing 12-inch Diam. Water Main 1 -7 oco .O° -7 /,y�am 00 EA - Per EA 1 OIJI./ - C59 Connection 0 to Existing 12-inch Diam. Water Main 1 7 000 00 ow 0O EA - Per EA -1i C60 Connection R to Existing 12-inch Diam. Water Main 1 . 000 00 w� QO EA Per EA ,w 00 C61 Connection S to Existing 12-inch Diam. Water Main 1 P_er E_ A _ 00 EA iS00 . /v1 C62 Connection T to Existing 12-inch Diam. Water Main 1 000 .OD 1 0nn.0O EA Per EA 100 Schedule of Prices Page 7 of 9 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 PR ICE 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 .PTO UD o00.Op EA Per EA 7, 00v C64 Connection V to Existing 12-inch Diam. Water Main 1 7S-QQ 9° 000 .00 EA Per EA- 71 C65 Connection W to Existing 12-inch Diam. Water Main 1 -7 5 rE W 00 UO EA Per EA -1, 5 00 C66 Connection Xto Existing 16-inch Diam. Water Main 1 _ Soo 0000.00 EA Per EA 9 7 C67 Connection Y to Existing 16-inch Diam. Water Main 1 1 .00.00 oI 500 QO EA Per EA ! , C68 Connection Z to Existing 16-inch Diam. Water Main 1 9_ �- 00 EA Per�EAJ ` �00 •� C69 Connection AA to Existing 16-inch Diam. Water Main 1 C6 000 OB 00 EA Per EA �l 000 C70 Connection AB to Existing 16-inch Diam. Water Main 1 al SOO A-- ,0 00 .00 EA Per EA p+ w n/� C71 Connections to Existing 12"x 8"DI Cross 1 o i� •00 O 00 EA Per EA �� Q 4-inch Diam. Sanitary Side Sewer Pipe Relocation DSO.Q 0 CI O 0 O 00 C72 60(For Water Conflict) LF Per LF 6-inch Diam. Sanitary Side Sewer Pipe Relocation c .00 C73 (For Water Conflict) 80 ( JO t 2 0 00 00 LF (Per LF i C74 Adjust Existing Water Valve Box Cover to 11 vis UO 49 q 00 Finished Grade EA Per EA 1, C75 Adjust Existing Manhole Cover to Finished Grade 37 i000 00 .,,7 000 00 EA -Per EA W C76 Adjust Existing Gas Valve Box Cover to 19 t S 00 ZS 00 Finished Grade EA Per EA I C77 Resolution of Utility Conflicts for Proposed 1 $250,000.00 $250,000.00 Water System FA Per FA -•-7 00 C 00 C78 Additional Ductile Iron Fittings 8,000 / . LB Per LB ✓�, O� Schedule of Prices Page 8 of 9 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 1-4 Dollars Cents Subtotal Schedule C 3H3cs0•o 10.5%Sale Tax LIS Co, 0-1 Z '-75 Total Schedule C 1'1 -1 t cl (.0 22-1S Summary �( Total Schedule A brought forward= $ 3 V(0(a I g2 '-75 Total Schedule B brought forward= $ 1 j g 00 Total Schedule C brought forward= $ — ` 1 ` Iy (12 2,2 .1 S Total Bid Amount, Schedule A, B. and C = $ 02_4 Q62,0.so Note: Determination of low bidder will be based solely on the'Total Bid Amount" Schedule of Prices Page 9 of 9 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: - J. Z C.P NO. 2 DATE: J- 20•20 NO. DATE: NO. DATE: NO. DATE: NO. DATE: NO. DATE: SIGNED: TITLE: 1 vesi Ae✓Li- NAME OF COMPANY: Rodarte Construction, Inc. T� ADDRESS: r7 ESc VG 1le9 1 1wl CITY/STATE/ZIP:1 Ut( . V\1 J Pr , D O'1 2 TELEPHONE:( 3) YI - 053 c.Y 0k N O 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. Rodarte Construction, Inc. Bidder's Business Name Signature of Authorized Official* TairCA ea0(6114e- Printed Name (Nes(A-eivki-- Title 7j ' ZS' 26) Au\ w AM Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation LLC ❑ State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: NIOA- T 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 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 Rodarte Construction, Inc. 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 It Subcontractors Name Self-Performed ❑ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Page SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable 11/ Subcontractors Name Self-Performed ❑ 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 IV Subcontractors Name COY OfCL \ Self-Performed ❑ Address 1 U�-1 C ZLL4* 1, jCt tOqa Phone No. (Li zl. ) y32- 131_5 Contractor's WA License No. CGCIC I.:1` Oo I MCI Bid Item Numbers \ (3f \ ,I L, �j33 , "?J� Description of Work rerno t no �, Lam\Y-. 1(Is tit I I -�360 I ( oY) l,�l `-oc k-% 11 C4 �-boy *1 Pe L, l`i �-e -\J(t , .1+ , ' C om A- -h0 �k.t S ri n ti It ( + Category of Work Structural Steel Not Applicable ❑ Subcontractors Name Self-Performed li Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Category of Work Rebar Installation Not Applicable 0, 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 ❑ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work