Loading...
HomeMy WebLinkAboutLaser Underground & Earthworks, Inc. u3,6e ro-\p46 Noto _ , -m\-06 40--at juc). QA:uva vvrN\C\KM ‘, 000W i(a-Mi\A )!O -iouiv\4\k--\ 301AA0 S, g� - U� 7) �1�31��lll� ICJ CRMADDH SZ9Z z (r\voM -�� ► � S ()\ NOlNal AOALIJ a nY)VC fl UQ')27J - 11 2)- - mac- • Q N(NY)' L S C1119 CITY OF RENTON RENTON,WASHINGTON CONTRACT DOCUMENTS for the Highlands Reservoir Water Main Improvements Project PROJECT NO.WTR-27-03888 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS 4pl SR!i0 ~�<(‘oc WAShfNcfrGyG' v+w1j, 1 53788 �4 `''' "PeCiSTE.0 \� FSS/0NALC5G 02/19/2026 114117, Printed on Recycled Paper SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA 1. GENERAL Supplemental Responsible Bidder Criteria will apply for this project. In a timely manner, Bidders may request, in writing that the city modify the supplemental responsible bidder criteria.The city reserves the right to modify or not modify the supplemental responsible bidder criteria in its discretion. The City will issue an Addendum, prior to the bid due date, should it modify the supplemental responsible bidder criteria.The city will not modify the supplemental responsible bidder criteria after the bid due date; therefore, Bidders are encouraged to discuss with the project manager immediately and before the bid due date the relevancy of the supplemental responsible bidder criteria. It is the intent of the City to award a contract to the lowest responsive and responsible Bidder. Before award,the Bidder must also meet the supplemental responsible bidder criteria list below. Further, the apparent low Bidder and second apparent low bidder must complete and submit the Supplemental Responsible Bidder Criteria Form including the information listed below to the City within no later than the close of five (5) business days after bid opening. The City reserves the right to require such documentation from other bidders also. 2. SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA 1. Criteria: a. The Bidder must have successfully completed at least one (1) project of similar scope and magnitude to the work described herein, within the five (5) years prior to bid opening. b. The Bidder's project manager must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work described herein, within the ten (10) years prior to bid opening. c. The Bidder's superintendent must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work described herein, within the past ten (10) years prior to bid opening. d. The Bidder's foreman must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work described herein, within the ten (10) years prior to bid opening. 2. Definition of a Project of Similar Scope and Magnitude to the Work: A "Project" with a similar scope and magnitude to the work is defined as one that meets all of the following requirements: 1) Valued at a minimum of$2,000,000 in construction cost, either as a standalone project or as part of a larger project and; 2) Construction of a minimum of 1,400 linear feet of ductile iron (DI) water main with a diameter of 12 inches or greater and; 3) Installation of a complete public potable water distribution system— including water mains,water services,fire hydrant assemblies, and pipe appurtenances—as a replacement for the existing potable water distribution system. 3. Documentation: The Bidder must complete and submit the Supplemental Responsible Bidder Criteria Form as provided in the bid documents within no later than the close of five (5) business days after bid opening.The City may also use independent sources of information that may be available to demonstrate whether the Bidder is in compliance with the supplemental responsible bidder criteria. 4. Evaluation: In evaluating whether the supplemental responsible bidder criteria are met,the City may check references for the previous projects and may evaluate the project owner's assessment of the Bidder's performance including but no limited to the following areas. a. Quality control. b. Safety record. c. Timelines of performance. d. Use of skilled personnel. e. Management of subcontractors. f. Availability of and use of appropriate equipment. g. Compliance with contract documents. h. Management of submittal process, change orders, and close-out. 3. PROCEDURE a. Additional Information The City reserves the right to obtain information from third parties and independent sources of information concerning a Bidder's compliance with the supplemental responsible bidder criteria and to use that information in their evaluation.The City may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental responsible bidder criteria. b. Appeal of Responsibility Decision. If the City determines that the Bidder does not meet the supplemental responsible bidder criteria above and is therefore not a responsible bidder,the City will notify the Bidder in writing with the reasons for its determination. If the Bidder disagrees with this determination.The Bidder may appeal to the City's Project Manager for this project by presenting additional information to the City's Project Manager within two (2) business days after receipt of the City's determination.The City's 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 will 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: • https://us06web.zoom,us/j/82746295265?pwd=VWjA0uEKB5bU6xxJb5ibTgQvrOMZWG.1 • 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/24952 940589 1?p=vfs4hWnINTyaEwy_V53 • 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/bidst 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 ksrilofungrentonwa.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. ',;/ 5 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 0 Public Works Department Highlands Reservoir Water Main Improvements Project WTR-27-03888 Documents to be Submitted with Bid dPROPOSAL BID BOND FORM 'EPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION P�OPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM 1UV CHEDULE OF PRICES ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA SERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES UBCONTRACTOR LIST This form must be submitted with the Bid Proposal. Department of Labor and Industries Certificate of Registration Name on Registration: LOSe 1 UnjelYOUra £ai uD O C. Registration Number: 3 5a 019'5 -DO (����'�U�JAT C O 1, �W Wi� Ccmiaom S� Expiration Date: L� Z/ 2 (,0 11c1E'-11 5.6) 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 5 / Name of Bidder's Firm Printed Name /i_ ..,ttY1'VulA Signature: Address:a 1,I1 OtA jj2_ S • 5 2 UO 'f\ °t &Vp Contact Name (please print):t (AJV 1 ceNoty1 v,1r1 r U Phone: OO (-69) J b1DL Email: -}-;1 '\ i1Gj Laiseivuob_ ' COW) Names of Members of Partnership: OR Name of President of Corporation 36)1(\ VV NArk vwV\ Name of Secretary of Corporation �N\ (& 'cAhv`1- Corporation Organized under the laws of v vim" With Main Office in State of Washington at *81.\\,0 \k' a\AQ S • S_er,A Ania1 Act&1dd Subscribed and sworn to before me on this 2,.9- ' day of M a-Val ,20 Z.7 Notary Pub is in and for the State of Washington _�aNDA p Notary(Print) f-�'V/(ityl�(_ t (Dj,1,1�►5 p�`" ..... �9, ,, mion47../it My appointment expires: !2 2/2 O •e NOTgI?y Nat. "s z4.:"',b, Al/8L►G • .741/4191 O WASO I,,,.,q, ,, ,,,,, 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� A01 Mobilization& Demobilization 1 J • (P" �� LS - P'r LS- ✓�a Construction Surveying, Staking,and As-Built _..yr " cz' A02 1 - $;@@6a 70,000.00 Drawings LS Per LS A03 Temporary Traffic Control 1 550,000.00 550,000.00 LS Per LS A04 Uniformed Police Officer 200 150.00 30,000.00 HR Per HR A05 Site Specific Potholing Up to 6-Foot in Depth 190 650.00 123,500.00 EA Per EA A06 Site Specific Potholing Deeper than 6-Foot 55 1,900.00 55 000.00 EA Per EA A07 Site Specific Potholing for Duct Banks or 20 1,200.00 Utilities Encased in Concrete Up to 8 Feet in ---- --- 24,000.00 Depth EA Per EA A08 10,000.00 10,000.00 Erosion and Water Pollution Prevention LS Per LS A09 Construction Dewatering 1 5,000.00 5,000.00 LS Per LS A10 Trench Excavation Safety System 1 150,000.00 150,000.00 LS Per LS All Hot Mix Asphalt Overlay 2,650 210.00 556,500.00 TON Per TON Al2 Project Signage 2 750.00 1,500.00 EA Per EA Al3 Property Restoration 1 90,000.00 90,000.00 LS Per LS A14 Remove and Replace Pavement Markings 1 70,000.00 70,000.00 LS Per LS Al5 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 GarDollars Cents Subtotal Schedule A 3_O 0��v 3 °(-3 10.5% Sale Tax d lq (,g1 •5o Total Schedule A ,P 30(0 (Og 1.SO BID SCHEDULE B-STORMWATER AND ROADWAY B01 Minor Changes 1 $100,000.00 $100,000.00 EST. Per EST. 802 Sawcutting Asphalt Pavement 3,100 8.00 24,800.00 LF Per LF B03 Controlled Density Fill (CDF)-Pipe AbandonmE 35 250.00 8,750.00 CY Per CY B04 Crushed Surfacing Top Course(CSTC) 280 70.00 19,600.00 TON Per TON B05 Gravel Borrow for Backfill 1,160 60.00 69,600.00 TON Per TON B06 Permanent Asphalt Patch 920 350.00 322,000.00 TON Per TON B07 Cement Concrete Sidewalk 85 200.00 16,400.00 SY Per SY B08 Cement Concrete Curb and Gutter 145 100.00 14,500.00 LF Per LF B09 Removal and Replacement of Unsuitable 100 130.00 Foundation Materials 13,000.00 TON Per TON B10 Construction Geotextile for Separation 75 3.00 225.00 SY Per SY B11 Abandon Existing Storm Structure 2 4,000.00 8,000.00 EA Per EA B12 Remove Existing Storm Structure-Inlet 8 3,500.00 28 000.00 EA Per EA B13 Remove Existing Storm Structure-Manhole 7 7,000.00 49 000.00 EA Per EA Schedule of Prices Page 2 of 9 CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project ADDENDUM#i 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 10.00 10,100.00 B15 Removal of Unforeseen Obstructions and 1 S25,000.00 S25,000.00 ) r , v� be ��j� ,� FA Per FA ���/// B16 Connect Existing Storm Pipe to New Storm 10 4,000.00 40 000.00 Structure EA Per EA B17 Connect New Storm Pipe to Existing Storm 7 4,500.00 31,500.00 Structure EA Per EA B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 100.00 1,200.00 LF Per LF B19 8-inch Diam. Ductile Iron Storm Pipe 165 150.00 24,750.00 LF Per LF B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 175.00 177,625.00 LF Per LF B21 12-inch Diam. Polypropylene Storm Pipe 55 140.00 7,700.00 LF Per LF B22 18-inch Diam. Polypropylene Storm Pipe 265 180.00 47,700.00 LF Per LF B23 18-inch Diam. Ductile Iron Storm Pipe 42 300.00 12,600.00 LF Per LF B24 Catch Basin Type 1 9 3,500.00 31,500.00 EA Per EA B25 Catch Basin Type 1 L 1 5,000.00 5,000.00 EA Per EA B26 48-inch Diam. Catch Basin Type 2 7 6,000.00 6,000.00 EA Per EA B27 4-inch Diam. Sanitary Side Sewer Pipe 40 100.00 4,000.00 Relocation(For Storm Conflict) LF Per LF B28 6-inch Diam. Sanitary Side Sewer Pipe 40 100.00 4,000.00 Relocation(For Storm Conflict) LF Per LF B29 CCTV Inspection 1600, 3 Per LF 4,800.00 LFB30 Remove Existing Abandoned Traffic Detection 1 275,000.00 275,000.00 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 and TOTAL AMOUNT in FIGURES only. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents B31 3,300 55.00 181,500.00 3-inch Diam. Schedule 80 PVC Conduit LF Per LF B32 8 5,500.00 44,000.00 Locking LID STD. Duty J-Box Type 2 EA Per EA B33 Small Cable Vault 1 15,000.00 15,000.00 EA Per EA B34 Connection 3-inch Diam Schedule 80 PVC 1 3,000.00 3,000.00 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 FA Total Schedule B ` 1-AU21LtSV' BID SCHEDULE C -WATER CO1 Minor Changes 1 $300,000.00 $300,000.00 Est. Per Est. CO2 Permits 1 2,500.00 2,500.00 LS Per LS CO3 Sawcutting Asphalt Pavement 10,500 0 LF 0 8.00 84,000.00 Per LF C04 Asbestos Cement(AC)Pipe Removal 200 100.00 20,000.00 LF Per LF C05 Controlled Density Fill (CDF)-Pipe Abandonment 30 250.00 7,500.00 CY Per CY C06 Crushed Surfacing Top Course(CSTC) 1,250 ZQ,QQ__ 87,500.00 TON Per TON C07 Gravel Borrow for Backfill 8,150 60.00 489,000.00 TON Per TON C08 Asphalt Treated Base 155 210.00 32,550.00 TON Per TON C09 Permanent Asphalt Patch 2,280 350.00 798,000.00 TON Per TON C10 Cement Concrete Driveway 20 250.00 5,000.00 SY Per SY C11 Cement Concrete Sidewalk 145 150.00 21,750.00 SY Per SY Schedule of Prices Page 4 of 9 CITY OF RENTON SCHEDULE OF PRICES ADDENDUMaYI Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON Bin 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 195 100.00 19,500.00 LF Per LF C13 Removal and Replacement of Unsuitable Foundation 150 14 OQ__ 19,500.00 Materials TON Per TON C14 Construction Geotextile for Separation 300 3.00 900.00 7 t. .r-.VVYT TM. .y.t..^,.-Pt—< r_1 Y__.,___Pe(.�Y_- ' C15 Removal of Unforeseen Obstructions and Debris 1 S50.000.00 350.000.00 : < I > FA Per FA �/ C16 CLSM Encasement 10 500.00 5,000.00 CY Per CY C17 Survey Monument Replacement 7 8,000.00 56,000.00 EA Per EA C18 Removal of Existing Fire Hydrant 7 2,000.00 14,000.00 EA Per EA C19 Abandon Existing Gate Valves 46 500.00 23,000.00 EA Per EA C20 Abandon Existing Water Main 1 20,000.00 20,000.00 LS Per LS C21 Cut. Cap, and Block Existing Water Mains 2 2,500.00 5,000.00 EA Per EA C22 8-inch Diam. Ductile Iron Class 52 Restrained Joint 515 160.00 82,400.00 Water Pipe&Restrained Joint Fittings w/Polywrap LF Per LF 10-inch Diam. Ductile Iron Class 52 Restrained Joint 230.00 C23 Water Pipe&Restrained Joint Fittings with Polywrap LF12O Per LF 27,600.00 C24 12-inch Diam. Ductile Iron Class 52 Restrained Joint 4.170'245.00 1,021,650.00 Water Pipe& Restrained Joint Fittings with Polywrap LF Per LF 16-inch Diam. Ductile Iron Class 52 Restrained Joint 500.00 C25 Water Pipe&Restrained Joint Fittings with Polywrap 480 240,000.00 LF Per LF C26 Concrete for Concrete Blocking and Straddle Thrust 210 800.00 168,000.00 Blocking and Tie Rod CY Per CY C27 4-inch Diam. Gate Valve Assembly 1 1,500.00 1,500.00 EA Per EA C28 6-inch Diam. Gate Valve Assembly 2 1,800.00 3,600.00 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 2,500.00 27,500.00 EA Per EA C30 10-inch Diam.Gate Valve Assembly 4 3,500.00 14,000.00 EA Per EA 4,400.00 C31 12-inch Diam. Gate Valve Assembly 35 154,000.00 EA Per EA C32 16-inch Diam. Butterfly Valve Assembly 8 6 800.00 54,400.00 EA Per EA C33 Fire Hydrant Assembly 8 10,000.00 80,000.00 EA Per EA C34 1-inch Diam.Air and Vacuum Release Valve 1 6,500.00 6,500.00 Assembly EA Per EA C35 2-inch Blow Off Assembly-Permanent 2 7,000.00 14,000.00 EA Per EA C36 1-inch Diam.Water Service Connection 26 3,500.00 91,000.00 EA Per EA C37 1.5-inch Diam.Water Service Connection 8 8,000.00 EA Per EA 64,000.00 C38 2-inch Diam. Water Service Connection 1 10,000.00 10,000.00 EA Per EA C39 Connection to Existing 4-inch Diam. Sprinkler Water 1 10,500.00 10,500.00 Service Line EA Per EA Connection to Existing 6-inch Diam. Sprinkler Water 10,500.00 C40 Service Line EA Per EA Connection to Existing 6-inch Diam.of Fire Hydrant 10,500.00 10,500.00 C41 Main Li 1 ne EA Per EA 10,500.00 C42 Connection to Existing 8-inch Diam. Sprinkler 1 10,500.00 Water Service Line EA Per EA C43 Connection A to Existing 8-inch Diam. Water Main 1 10,500.00 10,500.00 EA Per EA C44 Connection B to Existing 8-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C45 Connection C to Existing 8-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA 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 10,500.00 10 500.00 EA Per EA C47 Connection E to Existing 8-inch Diam.Water Main 1 10500_00 EA Per EA 10,500.00 C48 Connection F to Existing 8-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C49 Connection G to Existing 8-inch Diam.Water Main 1 10,500.00 EA Per EA 10,500.00 C50 Connection H to Existing 8-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C51 Connection Ito Existing 8-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C52 Connection 0 to Existing 8-inch Diam.Water Main 1 10�500.00 10,500.00 EA Per EA C53 Connection J to Existing 10-inch Diam.Water Main 1 1Q50.0_0Q_ 10,500.00 EA Per EA C54 Connection K to Existing 10-inch Diam. Water Main 1 10,500.00 10 500.00 EA Per EA C55 Connection L to Existing 10-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C56 Connection M to Existing 10-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C57 Connection N to Existing 10-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C58 Connection P to Existing 12-inch Diam. Water Main 1 10,500.00 10,500.00 EA Per EA C59 Connection Q to Existing 12-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA 10,500.00 C60 Connection R to Existing 12-inch Diam.Water Main 1 10,500.00 EA Per EA C61 Connection S to Existing 12-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C62 Connection T to Existing 12-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA 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 PRICE and TOTAL AMOUNT in FIGURES only. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents 10,500.00 C63 Connection U to Existing 12-inch Diam.Water Main 1 10,500.00 EA Per EA C64 Connection V to Existing 12-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C65 Connection W to Existing 12-inch Diam.Water Main 1 10,500.00 EA Per EA 10,500.00 C66 Connection X to Existing 16-inch Diam.Water Main 1 10,500.00 10,500.00 EA Per EA C67 Connection Yto Existing 16-inch Diam.Water Main 1 1Q 5 10j1 10,500.00 EA Per EA C68 Connection Z to Existing 16-inch Diam.Water Main 1 15,000.00 15,000.00 EA Per EA C69 Connection AA to Existing 16-inch Diam. Water Main 1 12,000.00 12,000.00 EA Per EA C70 Connection AB to Existing 16-inch Diam. Water Main 1 12,000.00 12,000.00 EA Per EA C71 Connections to Existing 12"x 8" DI Cross 1 5,000.00 5,000.00 EA Per EA C72 4-inch Diam. Sanitary Side Sewer Pipe Relocation 60 100.00 6,000.00 (For Water Conflict) LF Per LF C73 6-inch Diam. Sanitary Side Sewer Pipe Relocation 80 100.00 8,000.00 (For Water Conflict) LF Per LF C74 Adjust Existing Water Valve Box Cover to 11 950.00 10,450.00 Finished Grade EA Per EA C75 Adjust Existing Manhole Cover to Finished Grade 37 950.00 31,150.00 EA Per EA --^ ' (J C76 Adjust Existing Gas Valve Box Cover to 19 �" 9,500.00 Finished Grade EA Per EA C77 Resolution of Utility Conflicts for Proposed 1 $250,000.00 $250,000.00 Water System FA Per FA C78 Additional Ductile Iron Fittings 8,000 __0.01___ 80.00 LB Per LB 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 Dollars Cents Subtotal Schedule C L 1-1TOD,"rc0 7 � 10.5%Sale Tax S 0�� • t5 5 �n2Q .15 Total Schedule C Summary Total Schedule A brought forward= $ r,F f p l. 'S�b1 Total Schedule B brought forward= $ I 1 ( 1 '"1 tv ' V t,c/, ) Total Schedule C brought forward= $ 513 , 5 Total Bid Amount, Schedule A, B,and C= $ b(o5 - ( ?6 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. r DATE: 3 ' - a.,c 3.10 NO. DATE: - 7-ID • 2-`p NO. DATE: NO. DATE: NO. DATE: NO. DATE: NO. DATE: SIGNED: TITLE: f ein t NAME OF COMPANY:'-,(1U yl �" got,ikv x, f;01 .0 ADDRESS: lO OW-e— S • CITY/STATE/ZIP: Spp Vt. "l TELEPHONE: 3\.QiO 'D'3 S 04 2.. `�T oc • •GNTo2` 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. bOavr—bT44L Bidder's Business Nam Signature of Auttlorize icial* Printed Name Title Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporatio. LLC ❑ State of Incorporation, or if not a corporation, State where business entity was formed: U\)Gt4JI(\`1 \nlvn 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 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,LilSeAY contract with the following subcontractors for the performance of heatingttilation 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 muccimii W\+\`Q�/ t.S�\h� M` Self-Performed ❑ Address ��� C $ C.l,4�Q. �-; Sf0 ti Phone No. cvlt',la Ci Contractor's WA License No. mY(,p0 Z� Bid Item Numbers \ CA'y‘.s Description of Work NA) L, Page SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable ❑ Subcontractors Name WNW, (Una m s-b\hS r II L . Self-Performed ❑ Address (4,1 U (S ct •7 .CAJ ),' q'-r,L1 Phone No. r-�i -47) C ut Contractor's WA License No. {�n latci-9 p� u Bid Item Numbers '‘ ynhi R I,11 O i Description of Work Category of Work Electrical(per RCW 19.28)*See Note Above *See Note Above ❑ Subcontractors Name U eir Untie/16,fmk . Artooty, (l t., Self-Performed X Address tj CVJ-Q S . 5e.wlerve t.0 Ty or Phone No. �� p 43-3 3.5-0'2„ Contractor's WA License No. 0456.aue Th at Ps Bid Item Numbers f6t.173Vsam -k Description of Work I1 e_ , Category of Work Structural Steel Not Applicable ❑ Subcontractors Name ,% anal-Tans) -g Ahy>j>,y j n( • Self-Performed PC Address 8.1Q "Th0v) . __s__��. `"' 5t&..' ‘J2- w !feta-la-- Phone No. 2 t J 3SOZ.1 Contractor's WA License No. (XUE 1b I (3 Bid Item Numbers Description of Work P<NIN-v) C s+t Category of Work Rebar Installation Not Applicable ❑ Subcontractors Name Le' G(hdQj}r0U1'l 4 C;c4u1hVVYI( i • Self-Performed Die, Address ,"Q 5 • 5 6t 1-e Wit O Phone No. '7-a o '-t,S3- s-tr _ I Contractor's WA License No. vAse (uc-,\p\ t73 Bid Item Numbers Description of Work . � \D G. Y Category of Work Not Applicable ❑ Subcontractors Name Self-Performed ❑ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work `cY (J �' This form must be submitted with the Bid Proposal. ♦ •♦ '�,,\\ ,.` Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] Laser Underground and Earthworks, Inc. of[address] 20417 87th Ave SE, Snohomish, WA 98296 as Principal, and [Surety] Merchants Bonding Company (Mutual) a corporation duly organized under the laws of the State of Iowa 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 . Laser Underground and Earthworks, Inc. Merchants Bonding Company (Mutual) [Principal] 1 — [Su(re`ty] kAuk-tk.;61) B 01(--eCLee______ [Sig rizYiare of orized official] of authorized .� [Signature official] [Ti le ide n� By: Charla M Boadle [Attorney-in-Fact] 601 Union St., Suite 3400 [Address] • �ap.N.•••0�%• Oo•.cAP04'.l . Seattle, WA 98101 ;ti•i ,,,• •Z D:3 •a'. 1933 . (206) 676-4200 [Telephone Number] Approved by the City Attorney on 6/03/13 MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,and MERCHANTS NATIONAL INDEMNITY COMPANY,an assumed name of Merchants National Bonding,Inc., (herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Aliceon A Keltner;Alyssa J Lopez;Amelia G Burrill;Annelies M Richie;Brandon K Bush;Brent E Heilesen;Bryan Richard Ludwick;Carley Espiritu; Celeste M Van Viiet;Charla M Boadle;Christopher Kinyon;Eric A Zimmerman;Holli Lagerquist;Jacob T Haddock;James B Binder;Jamie L Marques;Julie A Craker;Justin Dean Price;Katharine J Snider;Lindsey Elaine Jorgensen;Lois F Weathers;Sarah Whitaker;Sharree Sutherland their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the By-Laws adopted by the Board of Directors of the Companies. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 20th day of January , 2026 MERCHANTS BONDING COMPANY(MUTUAL) *OM COA: • 1%0Nq�•.,, `• ONAL INpF. MERCHANTS NATIONAL BONDING,INC. h: Pos 4 yy: ;y�:OpPOq,�•Bp•; =r�•P�FOg yy: MERCHANTS NATIONAL INDEMNITY COMPANY • / . . • tr , .•• By STATE OF IOWA COUNTY OF DALLAS ss. On this 20th day of January 2026 ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL), MERCHANTS NATIONAL BONDING,INC.,and MERCHANTS NATIONAL INDEMNITY COMPANY;and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 9.1At Penni Miller Z �� Commission Number 787952 • .... • My Commission Expires �OWP January 20,2027 (Expiration of notary's commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF- ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25th day of March ,2026 • o�p\NG CpMA• �P(tONq�„. •„.„ 1p0•.�•. (04(Y/fAl Clt: -0- -o- a/ ; 0 1933 .7: It.% 2003 :ra ;• Secretary .*. .4. r�,A nnn fl it inr\ LASER • underground & earthworks 8110 1th Ave S Seattle WA 98108 (360)453-3502 Office@Laserue.com To whom it may concern, This letter is to confirm that Janice Lin Dannenberg and Jan Willem Dannenberg of Laser Underground and Earthworks,Inc have full authority to sign corporate documents on behalf of Laser Underground&Earthworks, Inc, Effective January 1st 2026. Regards, Jan nenberg, Member of the board ip Ja r'.nnenberg,Member t board I Laser Underground&Earthworks,Inc. 8110 7"'Ave S Seattle WA 98108 Phone:(360)453-3502