HomeMy WebLinkAboutKar-Vel Construction kc- Vie l 1/1. 4-rut c,-1--t"0
0(7 P.2e )S 5'a 7$
R e 'AP \ / q T
4- O C CITY OF RENTON
+y 14-e.t11 MAR25 2026
RECEIVED
a N 7 `/Vac CITY CLERK'S OFFICE
► n55 5 0,4-G, 6-F
yi a,:� �'✓yn/ove" i'4 S P�o�'ec
tiF N*re*
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
41S ryR
1
4{N1Q2
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
e
' " Y (J/
e:, This form must be submitted with the Bid Proposal.
pe
„ - ,.:„.
Proposal Bid Bond
NT
KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor) Kar-Vel Construction, Inc.
of[address] P.O. Box 58275, Renton, WA 98058 as Principal,
and [Surety] Swiss Re Corporate Solutions America Insurance Corporation
a corporation duly organized under the laws of the State of Missouri ,
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
Kar-Vel Construction, Inc. Swiss Re Corporate Solutions America Insurance Corporation
[Prin I] 1 'eA [Surety]
a-
[ atu e of authorized official] [Signature o uthorized o fici?r7
Pnes#'>!•ii By: Alyssa J. Lopez
[Title] [Attorney-in-Fact]
450 Alaskan Way S, Suite 200
[Address]
Seattle, WA 98104
(206) 224-3181
[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
{
4
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC")
WESTPORT INSURANCE CORPORATION("WIC')
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and
having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute,and appoint:
ERIC A.ZIMMERMAN,CHRISTOPHER KINYON,JAMIE L.MARQUES,JAMES B.BINDER,CARLEY ESPIRITU,H•OLLI LAGERQUIST,ALICEON A.KELTNER
ANNELIES M.RICHIE,BRANDON K.BUSH,KATHARINE J.SNIDER,LINDSEY ELAINE JORGENSEN,AMELIA G,BURRILL,JUSTIN DEAN PRICE,
SARAH WHITAKER,CHARLA M.BOADLE,JULIE A.CRAKER,ALYSSA J.LOPEZ,SHARREE SUTHERLAND,AND CELESTE M.VAN VLIET JOINTLY OR SEVERALLY
Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds,consents of surety,or
other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required
or permitted bylaw,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority
shall exceed the amount of:
TWO HUNDRED MILLION($200,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18'of November 2021 and WIC by written consent of its
Executive Committee dated July 18,2011:
"RESOLVED,that any two of the President,any Managing-Director,any Senior Vice President,any Vice President,the Secretary or any Assistant
Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of
Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to
any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Corporation when so affixed and in the future with regard to an bond,undertaking or contract of surety to which it is attached."
'"� OLUT/ '
+�50LUT1pM r^ 8 04,"h
.Q=:•Gb TF-,'%to irpQZ:•p F••p� David Satory,Senior Vice to C&Senior Ville President
S E A L `�= SEAL '�°- of SRCSPIC&Senior Vice President of WIC
3 !Uy�;
`yr,P4 yssouQ$oo ~�8_so�P'.•••• By
NS * 'd�d' �S * 'r a+r Jacque;Senior% Pr t of SRCSAIC&: President
'"uw+•w"+`�M ""•w ^^" of SRCSPIC& for ce PresWeut of%
IN WITNESS WHEREOF,SRCSAIC have caused their official seals to be hereunt a xcd,and these nts be signed by their authorized officers this
1 ltyl'ay of June ,20 25.
Swiss Re Corporate Solutions America Insurance Corporation
State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation
County of Cook J Westport Insurance Corporation
11"' June 25
On this day of ,20 before me,a Notary Public personally appeared David Satorv.Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Senior Vice President of WIC,and Gabriel Jacauez.Senior Vice President of SRCSAIC and Senior Vice President o
SRCSPIC and Senior Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney
Ioc gi_at3.acknowledge('said instrument to be the voluntary act and deed of their respective co anies.
OFFICIAL SEAL
KAREN M SZWEDA
Notary Public,Stated Illinois
Commission No 978628
My Commission Expires September 26 2027 en M.$mac a,Notary
I,Jeffrey Goldberg,the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC do hereby certify that the above and
foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full force arid effect.
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 25th day of March ,20 26 .
cy Goldberg,Senior "ice Presidenr&+t,. s t
Secretary of SRCSAIC and SRCSPIC,and 4f✓IC ' ,
This form must be submitted with the Bid Proposal.
Department of Labor and Industries
Certificate of Registration
Name on Registration: k .i-V Q( Le i S 4-C t-l-I'V
Registration Niunber: k G1 r V e L •' 2/3 A 3
Expiration Date: b -a (.4—C2 b
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
k£X- v - Loti>4-rtACAs' 0.1
Name of Bidder's Firm
Printed Name: 114 I t 14 !v1 Uetc Signature: j;
Address: To ]30 , 55 / ? 75 Ren loh , \/VA Q Zjv5�
Contact Name(please print): Mike \A)aJ GI K er
Phone: o� O G- 645 2- l a Email: y l-ke O�I-c Ctr- Ve J .
Names of Members of Partnership:
OR
Name of President of Corporation / I 1 1 h - ' A u l J t4 ,e r
Name of Secretary of Corporation 17 e h u O vv e h S
Corporation Organized under the laws of IA/U SA•'•n 9'/-O h
With Main Office in State of Washington at P. •eH 40 h. \A//}
Subscribed and sworn to before me on this 0( S day of (14 4-R C.N , 20 a G
S
Notary Publ • in an• for the State of Washington
••\\\\,111111
_�, ��%%%%ow % I��� Notary(Print) P 1v s
= • My appointment expires: 'i/i 4 c9
462 s
114 v sz
(PA lit
Ill
go OF W;`����
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 $70o Soa•oc) .4 o or 000.0 O
LS Per1 LS—
Construction Surveying. Staking. and As-Built
A02 1 5'60,000.0o b 6 0( 000,00
Drawings LS Per LS
A03 Temporary Traffic Control 1 °650 000.00 ,f 6 SD, o oo.o0
LS Per LS
A04 Uniformed Police Officer 200 fa'I.50.t7O '3 o, 000.00
HR Per HR
A05 Site Specific Potholing Up to 6-Foot in Depth 190 b S D'O0 1 q,<00'O0
EA Per EA
A06 Site Specific Potholing Deeper than 6-Foot 55 b 7 D, Ott P 3, �So, PO
EA Per EA
Site Specific Potholing for Duct Banks or a
A07 Utilities Encased in Concrete Up to 8 Feet in 20 Oo or? f� 2, 000 • a
Depth EA Per EA
A08 Erosion and Water Pollution Prevention 1 �a SO oo_O,o0 ,o?.�� oo0.O0
LS Per LS
A09 Construction Dewatering 1 i S Ovo,o0 .-15,OC70,06
LS Per LS
A10 Trench Excavation Safety System 1 pio 00,,,-po ' 0r000,00
LS Per LS—
Al 1 Hot Mix Asphalt Overlay 2.650 ''16o,00 lir G(7-2 O 06).0 0
TON Per TON '
Al2 Project Signage 2 ' Soo,00
EA ��PerEA 3, 000,00
A13 Property Restoration 1 fr6 O Dov,o0 4 60,000 .oO
LS Per LS
A14 Remove and Replace Pavement Markings 1 DOD.O(7
70 ji -20, 000 . 0.0
l LS er CS
—
Apprenticeship Apprenticeship Incentive 1 S2,000.00 S2.000.00
CAL. Per CAL.
A16 Apprenticeship Penalty 1 S0.00 S0 00
CAL. Per CAL.
Schedule of Pnces 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 A0,2(L/f 2 )50.0D
10.5%Sale Tax 0,753,2 q 6 r? rj
Total Schedule A 4/2 G 6 5 6 ( ,755
BID SCHEDULE B -STORMWATER AND ROADWAY
B01 Minor Changes 1 S100.000.00 S100.000.00
EST. Per EST.
B02 Sawcutting Asphalt Pavement 3.100 0 , O o a l,1 (.p o .o"D
LF Per LF
B03 Controlled Density Fill(CDF)-Pipe Abandonmf 35 152a.o 0 '/� Z o o,o
CY Per CY
B04 Crushed Surfacing Top Course (CSTC) 280 'j 17.0 O 8l0 O'0 ,o 0
TON Per TON
B05 Gravel Borrow for Backfill 1.160 3 6• 0 0 // 76 0 .0D
TON Per TON
B06 Permanent Asphalt Patch 920 ba a 0.0o b a oa t( O 0.0 a
TON Per TON
B07 Cement Concrete Sidewalk 85 J 5 o.O D � ' ,7 5o. o-0
SY Per SY
B08 Cement Concrete Curb and Gutter 145 IS 60.00 Or 1-1 70 0. o p
LF Per LF
Removal and Replacement of Unsuitable D ,o•0
B09 Foundation Materials 100 3 g 3 0 o o, o D
TON Per TON
B10 Construction Geotextile for Separation 75 & I5.0 D II 125. 17o
SY Per SY
B11 Abandon Existing Storm Structure 2 oZ v ov•oa 14 000.00
EA Per EA `
B12 Remove Existing Storm Structure-Inlet 8 ay o 0 0.0 0 �' ,0 0 o 0
EA Per EA
B13 Remove Existing Storm Structure-Manhole 7 J3 0�•D a Asa?II V D o ,o
EA Per EA
Schedule of Prices Page 2 of 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project ADDENDUM#1
WTR-27-03888
SEE SECTION 1-08.14 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 0.-50, 00 3 0 f 3 0 0 o 0
B15 Removal of Unforeseen Obstructions and 1 825,000.00 $25,000.00 ), >
Sebri A P r FA 1 `✓✓
B16 Connect Existing Storm Pipe to New Storm 10 b 3_000.o o .A 3 or coo, o V
Structure EA Per EA
B17 Connect New Storm Pipe to Existing Storm 7 �L�t ooc.ov it
Structure EA Per EA a r.I D o o • 6 D
B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 �j1jD.0 D A , s / 60, 0V
LF Per LF
B19 8-inch Diam. Ductile Iron Storm Pipe 165 30 s.DV A so 32 5.D"-e)
LF Per LF
B20 12-inch Diam. Ductile Iron Storm Pipe 1.015 for 70.o e) -a7L/ O Sa,Dv
LF Per LF I
B21 12 inch Diam. Polypropylene Storm Pipe 55 if 300.00 I 11, SD o, 00
LF Per LF
B22 18-inch Diam. Polypropylene Storm Pipe 265 370_,P 0 -4CI1 p S0,00
LF Per LF
*LIDO op A (6 �oa,o t'�B23 18-inch Diam. Ductile Iron Storm Pipe 42
LF Per LF
45
B24 Catch Basin Type 1 9 7�pDo•ov t0 63,V o o,o"7
EA Per EA
B25 Catch Basin Type 1 L 1 6/D(vaa.>7o At 10,0 0 0,e D
EA Per EA
B26 48-inch Diam. Catch Basin Type 2 EA � 0 ca �a 6� o O a,o a
Per EA
B27 4-inch Diam. Sanitary Side Sewer Pipe 40 a 70.oa 5 a ljo o,oD
Relocation(For Storm Conflict) LF Per LF
B28 6-inch Diam. Sanitary Side Sewer Pipe 40 610 •OD 13 ,200, 40 D
Relocation (For Storm Conflict) LF Per LF b
B29 CCTV Inspection 1.600 0 a•00 v 3, 0 a .0-
LF Per LF
B30 Remove Existing Abandoned Traffic Detection 1 &_0Q1).o a 17000. OD
Wire Loops LS Per LS
Schedule of Prices 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,LF 300 /'�.OU �SG�,LI 00,o'D
Per LF
B32 Locking LID STD. Duty J Box Type 2 8 510�'0O £00,0 00.0 0
EA Per EA
B33 Small Cable Vault 1 1-1
4-Oaa,DD g 1 (-1 I D oo,Da
EA Per EA
B34 Connection 3-inch Diam Schedule 80 PVC 1 �'d 000,00 a 10f 00(2.00
Conduit to Existing Vault EA Per EA
B35 Resolution of Utility Conflicts for Proposed 1 S100,000.00 S100,000.00
Storm System FA Per FA
Total Schedule B ' 'f r Lf 7 3, 600.00
BID SCHEDULE C -WATER
CO1 Minor Changes 1 S300,000.00 S300.000.00
Est. Per Est.
CO2 Permits 1 B I S,Oov.oa .dg /5 o o 0 .D 0
LS Per LS
CO3 Sawcuttin As halt Pavement 10,500 b 7. O O
g p LF Per LF 17� So� 2,Dv
Li
C04
O. 000.o0
Asbestos Cement(AC) Pipe Removal LF Per ov �'
C05 Controlled Density Fill(CDF)-Pipe Abandonment 30 6'53O.o a 1 15 a oo, ,v
CY Per CY
C06 Crushed Surfacing Top Course(CSTC) 1.250 ' c. 0 a .6 6,25D.ov
TON Per TON
Col 8.150 4S,00 -8 1-10,?s8. 00
Gravel Borrow for Backfill
TON ']Per TON
C08 Asphalt Treated Base 155 oc O 5.cs-O fif 3)r—7 7 j,D 0
TON Per TON
C09 Permanent Asphalt Patch 2.280 1a�([v,Oo bd(-1 7Ii Ifoo.0 o
TON Per TON
C10 Cement Concrete Driveway SY Per SY0 a 3, �o a, O 0
C11 Cement Concrete Sidewalk 145 A 1 .0 D -4K 125, 1)0
SY Per SY
Schedule of Prices Page 4 of 9
CITY OF RENTON ADDENDUMAI
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
'Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only
ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT`
NO. QUANTITY Dollars Cents Dollars Cents
C12 Cement Concrete Curb and Gutter 195 * 60,00
11, 7oo.00
LF Per LF
C13 Removal and Replacement of Unsuitable Foundation 150 b 3o,o0
Materials CI,$'oo.01)
TON Per TON
a
C14 Construction Geotextile for Separation 300 . 5,OO 4 I, 500, o 0
f
C15 Removal of Unforeseen Obstructions and Debris 1 850000.00 S5000000
4 �� ^FA Per FAi C>
C16 CLSM Encasement 10 ' ?OD.O° I Z ooc,o'D
CY Per CY
C17 Survey Monument Replacement 7 i ILsoc,ao .45 /br Soo.Ey-c.
EA Per EA
C18 Removal of Existing Fire Hydrant 7 1o?s000,ov & I L-1 -D
, o oo,o
EA Per EA
JO
C19 Abandon Existing Gate Valves 46 15 e,00 .itt 6 goo.O-v
EA Per EA
C20 Abandon Existing Water Main 1 .$r50 floc,op i SOS o 0 0, o 0
LS Per LS
C21 Cut. Cap. and Block Existing Water Mains 2 8 14 ooc,oo b 1r Oo v,o a
EA Per EA
C22 8-inch Diam. Ductile Iron Class 52 Restrained Joint ¢ / s 515 oo
Water Pipe& Restrained Joint Fittings w/Polywrap d/ 7a o�
LF Per LF
10-inch Diam. Ductile Iron Class 52 Restrained Joint .40
C23 Water Pipe& Restrained Joint Fittings with Polywrap 120 3a o,00 3Sf�L i 0 o. oo
LF Per LF
C24 12-inch Diam. Ductile Iron Class 52 Restrained Joint 4,170 Ef�/0.00 A I ia ci a "700,00
Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF
16-inch Diam. Ductile Iron Class 52 Restrained Joint $570.0 D it
C25 Water Pipe& Restrained Joint Fittings with Polywrap 480 0?7 3/ 600.0D
LF Per LF
C26 Concrete for Concrete Blocking and Straddle Thrust hr
210 SD,O o
Blocking and Tie Rod CY Per CY 3/t SOO,O O
C27 4-inch Diam. Gate Valve Assembly 1 J5'Ii6Oo,00 /i 6d a, oO
EA Per EA
C28 6-inch Diam. Gate Valve Assembly 2 b24000,00 -�, poo,o p
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 AMOUNT'
NO. QUANTITY Dollars Cents Dollars Cents
C29 8-inch Diam. Gate Valve Assembly 11 4 e3.o.oD A 30 �'00, o tD
EA Per EA
C30 10-inch Diam. Gate Valve Assembly 4 �yisOO,ao 1 j 3 r 000,0O
EA Per EA
C31 12-inch Diam. Gate Valve Assembly 35 *5 SoZ,o0 ' 14,2 500,0D
EA Per EA
C32 16-inch Diam. Butterfly Valve Assembly 8 8 j7e'2).po S 4,11,0oo,c»
EA Per EA
C33 Fire Hydrant Assembly 8 ft/LjLovia.00 I 11,2, Ooo.ov
EA Per EA
C34 1-inch Diam. Air and Vacuum Release Valve 1 *Ib1ooa.00 /br 00a,op
Assembly EA Per EA
C35 2-inch Blow Off Assembly-Permanent 2 1(7dopy..00 A I LI i 000,o 40
EA Per EA
C36 1-inch Diam. Water Service Connection 26 Af5a_50o,00 .A ILL Z, 000.0D
EA Per EA r
C37 1.5-inch Diam. Water Service Connection 8 .40"I lt000. ° E q 6,OOo,•pa
EA Per EA
C38 2-inch Diam. Water Service Connection 1 t S0000a k I S,Ovo,ov
EA Per EA
Connection to Existing 4-inch Diam. Sprinkler Water
C39 Service Line 1 q_000,00 1 -1l000,00
EA Per EA
C40 Connection to Existing 6-inch Diam. Sprinkler Water 2 O�.PD �I6,Coe).oa
Service Line —
EA Per EA
Connection to Existing 6-inch Diam. of Fire Hydrant n pa
Main Line L
C41 1 o fla A/O�0O0,pa
EA Per E_A
C42 Connection to Existing 8-inch Diam. Sprinkler 1 -taoa �,DV , Q,dPO,Oa
Water Service Line EA Per EA
C43 Connection A to Existing 8-inch Diam. Water Main 1 Seer
000.PO q,OOo.
C.a
EA Per EA
C44 Connection B to Existing 8-inch Diam. Water Main 1 **e1oDa.0o A q,UOo.007
EA Per EA
C45 Connection C to Existing 8-inch Diam. Water Main 1 �of Doo,ov A COI 000,oO
EA _ Per EA
Schedule of Pnces 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 iciO,aoo.00 fl bt o 0 o. oa
EA Per EA
C47 Connection E to Existing 8-inch Diam. Water Main 1 41P Lr,D o o,oa b Qz a o a, o 0
EA Per EA
C48 Connection F to Existing 8-inch Diam. Water Main 1 b q',coo.o0 g q,Ewa.env
EA Per EA
C49 Connection G to Existing 8-inch Diam. Water Main 1 �1 Ooa,OO Q OOO.Oc"�
EA Per EA
C50 Connection H to Existing 8-inch Diam. Water Main 1 b91ODo.o'D
EA Per EA
C51 Connection Ito Existing 8-inch Diam. Water Main 1 Rr 000.'00 8' ,DOa, fl7�
EA Per EA �`
C52 Connection O to Existing 8-inch Diam. Water Main 1 ��1OOD,� ,Ar et,00-0,r
EA Per EA
C53 Connection J to Existing 10-inch Diam. Water Main 1 aor 01o0 0 0o0,230
EA Per EA
C54 Connection K to Existing 10-inch Diam. Water Main 1 *'1000.00 4' ``'?
EA Per EA
C55 Connection L to Existing 10-inch Diam. Water Main 1 Lp 1,01,490 -0I ( po O , 2)
EA Per EA
C56 Connection M to Existing 10-inch Diam. Water Main 1 gib o01".o0 1 O/O€oo2'V
EA Per EA
C57 Connection N to Existing 10-inch Diam. Water Main 1 iffbJ19 /O/app,�D
EA Per EA
C58 Connection P to Existing 12-inch Diam. Water Main 1 Ills OOO,A, /I,OOD.Oji
EA Per EA A ff,,
C59 Connection Q to Existing 12-inch Diam. Water Main 1 id 202s.oc'� /01 1>OO.Ov
EA Per EA y
C60 Connection R to Existing 12-inch Diam. Water Main 1 �/ 000,O 1 0 /I, Oa D c 027
EA Per EA
C61 Connection S to Existing 12-inch Diam. Water Main 1 ' t_ ,Gb g 101 Ooo ,Op
EA Per EA
C62 Connection T to Existing 12-inch Diam. Water Main 1 yir7 pOa 00 S!e,000 . 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
C63 Connection U to Existing 12-inch Diam. Water Main 1 kld ova o a i/o,Oo o ,•pz)
EA Per EA
C64 Connection V to Existing 12-inch Diam. Water Main 1 �GeAC2p / ' Doo,r<�o
EA //Per EA
C65 Connection W to Existing 12-inch Diam. Water Main 1 LbGba Qo l L p� c .
EA Per EA
C66 Connection X to Existing 16-inch Diam. Water Main 1 /I r0204C0 10,Do 0 ,e7z
EA Per EA
C67 Connection Y to Existing 16-inch Diam. Water Main 1 *IL O00.oD lit ODo.02,
EA Per EA
C68 Connection Z to Existing 16-inch Diam. Water Main 1 41 /
6 OOD,oC �!Ce 000 , DD
EA er EA
C69 Connection AA to Existing 16-inch Diam. Water Main 1 'L i1 DOD,00 t11, O do, o D
EA Per EA
C70 Connection AB to Existing 16-inch Diam. Water Main 1 1Li,poo,00 * /7,coo. o a
EA t, Per EA
C71 Connections to Existing 12"x 8"DI Cross 1 `r[bIOG�.1 I b, 000.flo
EA Per EA
C72 4-inch Diam. Sanitary Side Sewer Pipe Relocation 60 6 b.00 3, O o , pa
(For Water Conflict) LF Per LF
6-inch Diam. Sanitary Side Sewer Pipe Relocation l�
C73 (For Water Conflict) 80 7 sP f OO r LOo.DD
LF
C74 Adjust Existing Water Valve Box Cover to 11 as e7o.op
Finished Grade EA Per EA
C75 Adjust Existing Manhole Cover to Finished Grade 37 6 4 00.00 Isj Li Oe
EA Per EA
C76 Adjust Existing Gas Valve Box Cover to 19 L�'30.00 1 2, U 70.o0
Finished Grade EA Per EA
C77 Resolution of Utility Conflicts for Proposed 1 S250.000.00 S250,000.00
Water System FA Per FA
C78 Additional Ductile Iron Fittings 8.000 G a/ 10 6' ''o o.D O
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 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
Subtotal Schedule C -1(p1 S,qq�.�
10.5%Sale Tax 1 L/L/3 /7oZ q y?
Total Schedule cA4l 6 G R,7 2 G1,14-7
Summary /
Total Schedule A brought forward= S 6-v 5 , v 6 '7 5
Total Schedule B brought forward= S I 1- [ ' �/ 6 t, 0 . a 0
1-1Total Schedule C brought forward= S � 6 6 9 ( / oZ L , t j 7
Total Bid Amount; Schedule A. B. and C = S 04 `1 7 /
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. DATE: 3 /3 / e 6
NO. 2 DATE: 3 /2o/a6
NO. DATE:
NO. DATE:
NO. DATE:
NO. DATE:
NO. DATE:
SIGNED:
TITLE: 19/e5%GFert
NAME OF COMPANY: ke4.f - ye ( C 6 N S 1(t-L 4-4'o 4-7
ADDRESS: 120 00 5 cS 2 -75
CITY/STATE/ZIP: i eye or,, ‘.4V, et S
TELEPHONE: 2 C ( - S c/ S- GT Z l'�
♦..... .i...i � n.. 1 v ... r+....L..�.... ..0 ♦ 1, T.... n..... .. � n..-� r ..� w�.. ... . . . L.... ,f ..<..
do
/
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.
k V e i
Bidder's Business Name
Signatu of Authorized Official*
/14i ke W al dndr
Printed Name
Title
3 a 5/2 o6 vt L1/4
D to City State
Check One:
Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation V LLC ❑
State of Incorporation, or if not a corporation, State where business entity was formed:
W(As ti,Pie►y
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
♦.-�...��.] �� n.. 1 v�...� in..�L��-.� �L t.11. t.-.. n..... .........� l'.�....]:r:...-� '......-.....�-.� �.... ...-. L....� 'n 1........ t...... L..
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 wilt be used for which bid alternate.
Complete the following:
If awarded the contract, k Gr-Ue/_ to n S>.(- /a n 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 �J
Subcontractors Name Self-Performed 0
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
Subcontractors Name Self-Performed El
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 [t(
Subcontractors Name 5 e rV ��� )vl eGl-/�' - ( c� �H� , Self-Performed ❑
Address 16 / 5 7-S-t- S ev#- , Sn ho At,s 1,1r ki N ef15. q;
Phone No. )60_56.8= pal, Contractor's WA License No. I Se i etc G L( R V
Bid Item Numbers 33 0 T 3 / T 3 ad ( 3), a 311
Description of Work Re",0...e (u op i Cot Si-al( Co.t tt e4 ?- 13 0 It-tvs
d' c.v.-t^.el +o exr's' 14-
Category of Work Structural Steel Not Applicable
Subcontractors Name Self-Performed ❑
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work
Category of Work Rebar Installation Not Applicable ❑
Subcontractors Name Self-Performed lL
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work
Category of Work Not Applicable 0
Subcontractors Name Self-Performed ❑
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work