Loading...
HomeMy WebLinkAboutRaudenbush Earthworks I31 o$ ISSt Ln St- Roiy�rCr L✓A 9$576, / r M piH _I OvOvewre,141 }-)igllw%h �e.SGvvv�r i Utj oP Reel4h CITY OF RENTON r- A. MAR 2 5 2026 RECEIVED CITY CLERK'S OFFICE 0 Public Works Department Highlands Reservoir Water Main Improvements Project WTR-27-03888 This page left intentionally blank Documents to be Submitted with Bid la PROPOSAL BID BOND FORM 03 DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION Q PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM a SCHEDULE OF PRICES IS ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA P. CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES Et SUBCONTRACTOR LIST Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal Bond No. T-046 ax3r.p This form must be submitted with the Bid Proposal. Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] Raudenbush Earthworks, LLC of[address] 13180 155th Lane SE, Rainier WA, 98576 as Principal, and [Surety] Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the State of Connecticut 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 20th day of March , 2026 . Raudenbush Earthworks, LLC Travelers Casualty and Surety Company of America [Principal] // [Surety] By: [Signatu of authorized official] [Signature of authorized official] 104./r1 u' By: C`/?", f:11( Chris A. Fix ,,p,,,,,,,, [Title] [Attorney-in-Fact] �..�°,,,,,PND SU/4.T'',,,, c/o CB&MS of WA., INC. = y C'p s [Address] E c� HAR7Fo _ C �P.O. RD11 Box 681 S °e• ' CO NN. Bothell, WA 98041 yo0.3�,��,`` 206-361-9693 [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 1 • r Travelers Casualty and Surety Company of America Alai. Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint CHRIS A FIX of BOTHELL , Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed,this 21st day of April, 2021. �7�1� o J_,.TV As,. OP L9 W State of Connecticut By: City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. \ 6700-4 �i�G% • T OTANY 04,1 My Commission expires the 30th day of June,2026 * c� *: Anna P.Nowik,Notary Public coNNFr This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed/_ by said Companies,whietri M1eeig,s in full force and effect. Dated this ad�k day of a-la , c20a ee. , Ty�,',. c (Cf;lt,(:HAR;14-::NFL:NR:. J♦.“AM J , �`�Oss CI '1.a ` °,N ,� D, �zW M, oIC ft I ; o`; f le....--, ��7yl: - 4\/ n E. Hughes,Assi tant Secretary To verify the authenticity of this Power ofiftt y,,pletlse call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. This form must be submitted with the Bid Proposal. Department of Labor and Industries Certificate of Registration Name on Registration: Rou,d016.64 LEG.-A weeks Registration Number: tool 8 78 q g Expiration Date: p S/29/2aZ{o 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 Scal 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 12r-oxic.4.44 ynL--% -/ I Name of Bidder's Firm Printed Name: P.t e /�A��a-�Z cL Signature: Address: /3108- (c z (h ! 2r Gf/4 Contact Name(please print): r<-ta- Phone�3�v� ! l - -7 /!3 Email: ,5/ItClpectugtr144hea 7'hI CJYYS. C0ij Names of Members Members ofnn / Partnership: OR _ �Q.t,e d Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at d,. Subscribed and sworn to before me on this �) day of 1s CAA, ,20 26 ARNOLD SAMUEL-SILK N- .ry an:lirr"and for the State of Washington NOTARY PUBLIC#25014431 STATE OF WASHINGTON Notary(Print) ACM U ' r I ccat " lw -7'c t`C MY COMMISSION EXPIRES i '2 04-28-29 My appointment expires: CQ L4( 2- et 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 BID SCHEDULE A-GENERAL c / / o / as a., Mobilization&Demobilization 1 5 6 /5,oc ©— �(�f (9d0• �' LS Per LS — Construction Construction Surveying. Staking, and As-Built 1 S3 0� Gam- S3 00 . 0c7 Drawings LS Per LS A03 Temporary Traffic Control 1 c_71 c%V.0d l ! a/oO) LS Per LS A04 Uniformed Police Officer 200 1- 5 dof 27, 000. 0a HR Per HR A05 Site Specific Potholing Up to 6-Foot in Depth 190 $y50.9—Q $ es, Soo. 1?-9- EA Per EA A06 Site Specific Potholing Deeper than 6-Foot 55 $ 7(.' .s9- $ 38, 5-00. 02 EA Per EA Site Specific Potholing for Duct Banks or o A07 Utilities Encased in Concrete Up to 8 Feet in 20 .,Loo 4. $ Zyf OOP- Depth EA Per EA A08 Erosion and Water Pollution Prevention LS Per LS 1 $69-'— '� s. �0g coo. �O A09 Construction Dewatering 1 8,00o,SS � � I$�p00• p_ LS Per LS MO Trench Excavation Safety System 1 O t 851_JO ,p 85,000• ov LS Per LS— Al l Hot Mix Asphalt Overlay 2,650 t V 11.54 0 53co3,oso•- 0 TON Per TON Al2 Project Signage 2 - -75-0• $* 1 r 5o.Od EA Per EA A13 Property Restoration 1 $3S1_000• S $35;000. o0 LS Per LS — Remove Remove and Replace Pavement Markings 1 �=6500�•a� ��• VO LS P rLS �Ir✓�dod. M5 Apprenticeship Incentive 1 S2,000.00 62,000.00 CAL. Per CAL. A16 Apprenticeship Penalty 1 S0.00 $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.. (/7b3,5-,v • Go a 75 10.5%Sale Tax 206-1 gOZ• Total Schedule A S Z,{ 16,3s2.7s 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 $$•ev ; Z`� Boo.OC LF Per LF B03 Controlled Density Fill(CDF)-Pipe AbandonmE 35 S 1:75•29 $ 9 (0Zs. oP CY Per CY B04 Crushed Surfacing Top Course(CSTC) 280 $Z9. $•6/7Zv. OQ • TON Per TON /� B05 Gravel Borrow for Backfill 1,160 save- ,3 ' 2-U . 0- • TON Per TON B06 Permanent Asphalt Patch 920 UK- 5l61, goo• e- TON Per TON B07 Cement Concrete Sidewalk 85 $ I S•99 $ 9 7-I S. oe SY Per SY B08 Cement Concrete Curb and Gutter 145 S 1 S•oo $ 101 8,-S- LF Per LF Removal and Replacement of Unsuitable o0 B09 100 Foundation Materials TON Per TON ¢ 8�CEO 00 0 B10 Construction Geotextile for Separation 75 V W Q` (,5'00. SY Per SY B11 Abandon Existing Storm Structure 2 S 3J OM. $ (0,000•=o EA Per EA d B12 Remove Existing Storm Structure-Inlet 8 500 O • $ ��000. EA Per EA B13 Remove Existing Storm Structure-Manhole • 7 LcO&° •s I® -500 0�' 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 ADDENDUM#1 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 NO. , QUANTITY Dollars 'Cents,, Dollars Cents B14 Remove Existing Storm Pipe 1,010 Sig,, ea c� g, go. 00 I 815 Removal of Unforeseen Obstructions and 1 $25,000.00 $25,000.00 i bri FA P r FA `� B16 Connect Existing Storm Pipe to New Storm 10 $(F!670• I II/coo. Cla Structure EA Per EA B17 Connect New Storm Pipe to Existing Storm 7 I,fOO.ee S�0 5UO. Structure EA Per EA B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 f y7 d 5 S7�p,, ' LF Per LF o B19 8-inch Diam. Ductile Iron Storm Pipe 165 `3/3.0. / Si &YS p LF Per LF B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 gC0•19-- $ 2S3�7SO,5)9- • LF Per LF •B21 12-inch Diam. Polypropylene 1Storm Pipe 55 4-1.5' .o d �° LF Per LF �/ / C7� B22 5lyd. O 5 37 /o do 18-inch Diam. Polypropylene Storm PipeLF Per LF • B23 18-inch Diam. Ductile Iron Storm Pipe 42 4.Y0la,� s' 17� ZZO oo. • LF Per LE B24 Catch Basin Type 1 9 . Z 5-.°49.� T Z?SO®. °o EA Per EA 825 Catch Basin Type 1 L 1 4-3 coo.oo .5. g 5b0.0P • EA Per EA B26 48-inch Diam. Catch Basin Type 2 -�EA P�� /��� r EA B27 4-inch Diam. Sanitary Side Sewer Pipe 40 $!S'O•e--e. c 6, OO 0. s Relocation(For Storm Conflict) LF Per LF B28 6-inch Diam.Sanitary Side Sewer Pipe 40 Sir°. oD g 6,DOt/n , Relocation(For Storm Conflict) LF Per LF 829 1,600 S 7• �'- S if ZOO. i CCTV Inspection LF Per LF 000 B30 Remove Existing Abandoned Traffic Detection 1 $ /SOO•o� g //j DD. 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 BD 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 3,3003 •° O J/��. LF Per LF nn ,^,��J B32 Locking LID STD. Duty J-Box Type 2 EA 3Pe ' o���Ow' B33 1 5 g &"0.— 000 �- — Small Cable Vault L -- . EA Per EA 00 B34 Connection 3-inch Diam Schedule 80 PVC 1 $ 4000• " $ Sl000. 0.. Conduit to Existing Vault EA Per EA B35 Resolution of Utility Conflicts for Proposed 1 $100,000.00 $100,000.00 Storm System FA Per FAco s Total Schedule B // I(Dlj 3..5 BID SCHEDULE C-WATER CO1 Minor Changes 1 $300,000.00 $300,000.00 Est. Per Est. CO2 Permits 1 •_SL000. % ...000• °-- 47 LS Per LS CO3 Sawcutting Asphalt Pavement 10,500 �g• O2 c gilt 000. ° LF Per LF C04 Asbestos Cement(AC)Pipe Removal 200 �d•0,� to 000- — LF Per LF C05 Controlled Density Fill(CDF)-Pipe Abandonment 30 (P05:°� I/ar '{co, CY Per CY C06 Crushed Surfacing Top Course(CSTC) 1,250 /Z2'•0-6" $' Z7,S '0. 09- TON Pere� TON C07 Gravel Borrow for Backfill 8,150 $I '.G,— g cr g 6D 0� TON Per TON C08 Asphalt Treated Base 155 i l g®. II' 5 2-7 7 o c 0° • TON Per TON C09 Permanent Asphalt Patch 2,280 5 I b5 .0"' 5 376 200. 00 • TON Per TON C10 Cement Concrete Driveway 20 $ 175. 3,S0 0. Oa SY Per SY C11 Cement Concrete Sidewalk 145 l 0� 1�pj�p�� 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 ADDENDUIIR#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 PR ICE and TOTAL AMOUNT In FIGURES only. ITEM ITEMIMTH UNIT PRICED BID APPROX. UNIT PRICE' , TOTAL AMOUNT' NO. QUANTITY Dollars Cents Dollars. ,;eats C12 Cement Concrete Curb and Gutter 195 $ O. ° $ 16,Coo, °-"2. LF Per LF C13 Removal and Replacement of Unsuitable Foundation 150 f�• O0 Materials TON Per TON $!ar°°D. p� p0 C14 Construction Geotextile for Separation 300 , �j 00v. r--- ,,,,, - _ _ _ SY pPr Sy C15 Removal of Unforeseen Obstructions and Debris 1 $50,000.00 $50,000.00 a FA Per FA <> C16 CLSM Encasement 10 00.i4 - g•`P 00./ �o CY PerCY C17 Survey Monument Replacement 7 S 4 Soo•g. 5/0 COO, mom, EA Per EA C18 Removal of Existing Fire Hydrant 7 ' •02-. '3, 5'00.eo EA Per EA C19 Abandon Existing Gate Valves 46 $ 2Ca°- O� EA _ Per EA C20 Abandon Existing Water Main 1 �"/$'Q�O,d- 5(SDOD. °- LS Per LS C21 Cut, Cap,and Block Existing Water Mains 2 c Q 6190 49 $i a o 7O a EA Per EA C22 8-inch Diam. Ductile Iron Class 52 Restrained Joint 515 11, 2Oo 2.- 30. °° Water Pipe&Restrained Joint Fittings w/Polywrap LF per LF 0 C23 10-inch Diam. Ductile Iron Class 52 Restrained Joint 120 f59O D— 1® Soo. °° Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF C24 12-inch Diam. Ductile Iron Class 52 Restrained Joint 4,170 5163•o� S i 0Rb ?1D• °O Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF / / C25 16-inch Diam. Ductile Iron Class 52 Restrained Joint 480 $61i17. Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF 31UI56�. Concrete for Concrete Blocking and Straddle Thrust �tD C26 Blocking and Tie Rod 210 $ZOO. S Lia 000 CY Per CY C27 4-inch Diam.Gate Valve Assembly 1 f (L(0g_00 5 (,100, f° EA Per EA C28 6-inch Diam. Gate Valve Assembly 2 5!L00.°= 4' Z/800- °° 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 BD rrEMS. '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 $2, $ ZZ/coo. 00 EA Per EA C30 10-inch Diam. Gate Valve Assembly 4 /3,050.07. f(2/yc0. - EA Per EA C31 12-inch Diam. Gate Valve Assembly 35 1'3/$00.* /33/00O . a° EA Per EA r' C32 16-inch Diam. Butterfly Valve Assembly 8 EA tiiPer EA.°�/ $yg;(J°. O . C33 Fire Hydrant Assembly 8 VOLBT 5,°r f$7,Oro. Og, EA Per EA C34 1-inch Diam. Air and Vacuum Release Valve 1 $y/s� e. -q ��. 00 Assembly EA Per EA C35 2-inch Blow Off Assembly-Permanent 2 �1 500•� 1 rp � ��. V� • EA Per EA p C36 1-inch Diam.Water Service Connection 26 5c11/G�v 4 (2O/ too. ' • EA Per EA00 u C37 1.5-inch Diam.Water Service Connection 8 V QQ l30O •o5- /66 L oo. EA Per EA Da O C38 2-inch Diam.Water Service Connection 1 SleS0O. $9, �'Q,t�. EA Per EA C39 Connection to Existing 4-inch Diam. Sprinkler Water 1 410/300.�� ® ?00 00 Service Line EA Per EA J C40 Connection to Existing 6-inch Diam. Sprinkler Water 2 f 7�Z$�.� 4•ILI 7�r�o. 0� Service Line EA Per EA �P / C41 Connection to Existing 6-inch Diam. of Fire Hydrant 1 l(0/coo.°Q 56, S� p0 Main Line EA Per EA /7 C42 Connection to Existing 8-inch Diam. Sprinkler 1 14100./� 5 8, (00. O- Water Service Line EA Per n EA C43 Connection A to Existing 8-inch Diam. Water Main 1 fq.7O0•41 s f t Z 00 .09- EA Per EA C44 Connection B to Existing 8-inch Diam.Water Main 1 S 3,600.0 .$ 3/4D0 Od EA Per EA C45 Connection C to Existing 8-inch Diam. Water Main 1 S G/8.0°•6 $.4/$00 . o� 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 BD 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 $61800.°9 $'6./Sod. °_ EA Per EA C47 Connection E to Existing 8-inch Diam.Water Main 1 f 6,%CC 8•°Di f 6,coo. 0-Qp EA Per EA fo� s5d da C48 Connection F to Existing 8-inch Diam.Water Main 1 51 6o- e . o 0 EA Per EA C49 Connection G to Existing 8-inch Diam.Water Main 1 3 66.°• 5"3j IvaO EA Per EA Q C50 Connection H to Existing 8-inch Diam.Water Main 1 *( 3Lb,09- - 5 31600. 0, - EA Per EA C51 Connection I to Existing 8-inch Diam.Water Main 1 $4*10.Of- �j��Ot� 0% EA LI Per EA C52 Connection 0 to Existing 8-inch Diam.Water Main 1 1 gLQ00, $q 000.°--5'''' EA Per EA C53 Connection J to Existing 10-inch Diam.Water Main 1 f(I goo.d0 $f/ps Soc, po EA Per EA C54 Connection K to Existing 10-inch Diam.Water Main 1 11 i ee $7i,Z OO. ea ' EA Per EA C55 Connection L to Existing 10-inch Diam.Water Main 1 * 7Lt -� 5 7 DOb EA Per EA O C56 Connection M to Existing 10-inch Diam. Water Main 1 $7L10°• $/!?i��- EA Per EA ,/ O C57 Connection N to Existing 10-inch Diam. Water Main 1 g5`7'-°i I S 4/0', O. EA Per EA C58 Connection P to Existing 12-inch Diam.Water Main 1 5 7 °. O 'r 3vd. 00 EA Per EA I O 1 C59 Connection Q to Existing 12-inch Diam.Water Main 1 � y""U $ Q(�Q• Q� EA Per EA I C60 Connection R to Existing 12-inch Diam.Water Main 1 1 7 i 661.°c 7$ 6to• °° EA Per EA (7,U0 C61 Connection S to Existing 12-inch Diam.Water Main 1 $7! $7/ SOO, t0 EA Per EA C62 Connection T to Existing 12-inch Diam.Water Main 1 t4 Z CO- f 7/200. 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 BIO 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 L. v® 17/ 040_ EA Per EA C64 Connection V to Existing 12-inch Diam.Water Main 1 511 1 IO0,°'r $LII t ot0. 9 D EA Per EA C65 Connection W to Existing 12-inch Diam.Water Main 1 5_13 g70 -1, >V V. o� EA Per EA d �^ d C66 Connection X to Existing 16-inch Diam.Water Main 1 $ '11>�• 4" 9/5-00. 00 EA Per EA 0 C67 Connection Y to Existing 16-inch Diam.Water Main 1 $'/2�100 IQ,Q©®. O EA Per EA C68 Connection Z to Existing 16-inch Diam.Water Main 1 231000 ve— %2 4 0o0.�— EA Per EA 00 es C69 Connection AA to Existing 16-inch Diam.Water Main 1 $P4/IOw $I t(0oo. ---- EA Per EA C70 Connection AB to Existing 16-inch Diam. Water Main 1 i ZIL •nm 5-Z I/5-00, (762 EA Per EA C71 Connections to Existing 12"x 8"DI Cross 1 __44q®o. sr-5 ii00 . a EA Per EA C72 4-inch Diam. Sanitary Side Sewer Pipe Relocation 60 y /00.dr g0 000• v O (For Water Conflict) LF Per LF 1 / C73 6-inch Diam. Sanitary Side Sewer Pipe Relocation 80 $N p.O78 00 (For Water Conflict) LF Per LF ! ODD _ C74 Adjust Existing Water Valve Box Cover to 11 1 1-1 .0. T'2I6 0, e Finished Grade EA Per EA C75 Adjust Existing Manhole Cover to Finished Grade 37 41/1cO• $g'(, g'o. DD EA Per EA d C76 Adjust Existing Gas Valve Box Cover to 19 5 WO.O_ $Z1,95.0. c'°� Finished Grade EA Per EA C77 Resolution of Utility Conflicts for Proposed 1 $250,000.00 $250,000.00 Water System FA Per FA ji 04 ale C78 Additional Ductile Iron Fittings 8,000 /-9• f321 000_ a® 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/�7j(275• U� 10.5%Sale Tax $1412./11 a 7• 37 Total Schedule C I�l 3 °,'O IL' 3? Summary Total Schedule A brought forward= �� $ Z, 17�,.3 "£ . Total Schedule B brought forward= $ 5 I /I G7,; Total Schedule C brought forward= $ 4, 310,412-• 3' Total Bid Amount, Schedule A, B, and C= $ 76 8 Y/ 150• 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 \VTR-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. 1 DATE: 3)o3/tour NO. Z• DATE: 3/Z 9/Zo2k NO. DATE: NO. DATE: NO. DATE: NO. DATE: NO. DATE: SIGNED: ol• g ze, TITLE: 10.,11 e,- ,,// NAME OF COMPANY: fectix thboS4 ecte wov S ADDRESS: /308 t s iS LP! Se- CITY/STATE/ZIP: 1 .CtiAi C.- L✓61 9' S 74o TELEPHONE: (3 6o) 74 Z--88 -1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ',,ry' 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. P—auclenb.6A C-ar7At...o. Bidder's Business Name . r21��- Signa eof Authorized Official* lgcot 1 teCf %d P ed Name av-ntp— Title 3 ZZ-1Z ct (Zai k r'w t—' ''9 Da e City State Check One: Sole Proprietorship ❑ Partnership E . Joint Venture ❑ Corporation ❑ LLC ❑ State of Incorporation, r if not a corporation, State where business entity was formed: L' Y yh i 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 welt 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 shalt 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 �C�t,Gt/ S h _4a '1 (n,ok ks 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 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 Page SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable f)1. 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 ❑ Subcontractors Name & `j nG. Self-Performed 0 Address l go Y SE vv.(th St t orl- £.i'4 /804 L Phone No. y 443t isitContractors WA License No. Ca() itak 94$1 M I) Bid Item Numbers 937, f333i Q3y� E 30 Description of Work // �(Gdvic Category of Work Structural Steel / Not Applicable 0 Subcontractors Name 5-04 Prt4,�.: IVakc1,04,6 SL Eevthw,v-k5 Self-Performed Address Phone No. Contractor's WA License No. I UQ EEL 76 9 T 9' Bid Item Numbers Description of Work Category of Work Rebar Installation 1 Not Applicable 0 Subcontractors Name ' '(4 Qre Yw,: Pal-044os� eG1r�Rwo✓ks Self-Performed E . Address Phone No. Contractor's WA License No. 121-UDE&L7 84 T 8' Bid Item Numbers C 2c Description of Work 902/1 ( ( Co hCbe e- g.v t.Q;FL Category of Work ?ctv Dye-4.Ou. Not Applicable 0 Subcontractors Name e.Aiie 5 Self-Performed 0 Address Phone No. Contractor's WA License No. Bid Item Numbers A (1 Description of Work IPA V iVlr a., ✓t la Tw' i4eAs Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal This form must be submitted by Apparent Low Bidder and Second Apparent Low Bidder within 5 Business Days after Bid Opening SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA FORM PROJECT NAME: Highlands Reservoir Water Main Improvements Project,WTR-27-03888 CONTRACTOR'S Y-� COMPANY NAME: ICct�dL7b.AS4 re. DATE: 3/24v ADRESSS: 13(08 t Ws-h Cam, ,$t_ TELEPHONE:k 4) 7q2--880 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($) We 124b 54- 102.c Rcn4-6n Ptat 119'N 9 2.1 o L8,000.co .568 e7/3 to 6 zoz.S'/zara(,qke-a✓en Fi,i4•c iAluj Q 3,960,coo . 9 o Du t P zozu t?cr•t.o, P.c„,bh s l a,104 vOQ. o 0 Furnish references for information concerning all work listed above. Name Title Phone Number Email Address '3-0na o" Chava Enynlex - (42,543o—i1.o8 jchaictg.2.140Awa.7ou /Jcweeh CLhdr0. Cy►9N1e,er (?S3)�`f(v-SP(o rtc.l+aa-► se (cIkCehh& ii. o•� Ml`k� Rut 01"E r'✓rtgi rug �42 S)430 7Zob 6noiI 7f t t o.9 �✓ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 2. The Supplemental Responsible Bidder Criteria states that Bidder's project manager must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work within the ten (10)years prior to bid opening. List the project manager's name and projects that show that he or she meets these requirements. (� I Name: S�c�c R �l.c, efie.,s 11 Project Name Year Owner Location Construction Cost Value($) �E t2tk S4- ZO2S PeY14014 Vt d-vh C 2,o28, 000. °2 3°81413Z044" 7°2VW 144(navlr. Rehr&foal s3,940,000.°2 Tlt„-Eoin Out? toque( Omfoh Ptii40v1 1'raj loo,Doo. Furnish references for information concerning all work listed above. Name Tittle Phone Number Email Address Jornq n dytz CY�ginuv (I7S)y3o 7to8 JGlqavc ronivri(.i0.,'ov 44vten (,L1A4 ro.. Celinecr g`/{P-5'-( O NIU1c4ndrAe1gkStaven.0+7 c ke, &IiocL Cny,nCtr- E{2s)y30-?Zoto rhi‘cmvi4liei4-fohl,✓q.you 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: cil4coh• Asiden44,/ Project Name Year Owner Location Construction Cost Value($) IJE 12tlY 5.411c Zoe( P.f.".v't Q 4-pk ct,o28,DDo . 42 308613204 ' 2ots t6 t akitatef, Fetc►al uJa- 9 3,9649, • Dvi f 292°602,1 p • Tvh Lvt,b►^ $ jai 100, 040• 0 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 Jana v. Cl/IN/et Chic.r .tr .(gzsc)(t )--124)8 4. Cluidczevcn/ovl t..,�,�v✓ 1Jauceig (C lair' �h','tit ev .(- 3) 9Y(t-`f* hCliancfMI 4kc o"17 M;k vAD:& E r �n4ev (425)430- floto k1 eno;Z€vtnior t.".qov 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 tha he or she meets these requirements. Name: 4.t thn 4S / C4 S Project Name Year Owner Location Construction Cost Value($) dkit- I Z S�- ZcA-s t�e►^�cn j��vl�h Zj o z 8,oc.)o.oa 3066- 3zo±�` :Zs oak4-6/v1 F1 do ,l `may 3i ?(00, 000. R tAVO h 1)Urf Zcat.l gn4o r` Rt/ViOn I "at l op, o oo.°° Furnish references for information concerning all work listed above. Name Tittle Phone Number Email Address �Aa nyl AVZt r- G rf i/gt'Cr &z ) � � Gtt.'t El VV.! L✓A• d✓ 11/4-161.vtein dt trldrek tilfiotfe (2s3) 9y(, c#c10 V►Ghwl4oS -q juke/AI/eh. Ofr/r Make ticoo;6 _ 6,7 y;ne-e- ( t2s) 9k)-�z°� ah6,40 >Ler{ v,..A.you 5. Name and title of the person filing out the form. NAME: kcol gal,eferIvS 4 TITLE: 1,21,41-7Gv- Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal