Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
J.W. Fowler
111E111 .W. FOWLER BUILDING ON INTEGRITY Sealed Bid Documents J.W. Fowler Highlands Reservoir Water Main Improvements Main Office P.O. Box489 Dallas, OR 97338 City of Renton 12775 Westview Drive City Hall Dallas, OR 97338 1055 S Grady Way 503.623.5373 Renton, WA 98057 jwfowler.com Washington Due: March 25, 2026 @ 2:00 PM Regional Office 2810 Meridian Ave E Edgewood, WA 98371 WA#JAMESWF101JZ Oregon Z( " OrA W ZRegional Office 3 S /Z , FA 3205 SE 13th Ave Portland, OR 97202 CCB#63701 CITY OF RENTON MAR 2 5 2026 California Regional Office RECEIVED 3914 Murphy Canyon Rd CITY CLERK'S OFFI(. Suite A160 San Diego, CA 92123 Get Y O�� A • FNT0 Public Works Department Highlands Reservoir Water Main Improvements Project WTR-27-03888 Documents to be Submitted with Bid El PROPOSAL BID BOND FORM DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION 0 PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM El SCHEDULE OF PRICES El ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 0 CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES El SUBCONTRACTOR LIST (cY u I This form must be submitted with the Bid Proposal. • R • Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] James W. Fowler Co. of[address] 12775 Westview Drive, Dallas, OR 97338 as Principal, and[Surety] Liberty Mutual Insurance Company a corporation duly organized under the laws of the State of Massachusetts 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 WHERE F,the Principal and Surety have caused these presents to be signed and sealed this 25th day of March , 2026 Jame . o Liberty Mutual Insurance Company [Prin i [Sure '] [ n e h ized official] [Signature of authorize official] Vre.s Ic,,4rk By: Deanna M. French [Title] U\ vl_ � �' ` [Attorney-in-Fact] 10400 NE 4th St., Suite 900 [Address] Bellevue,WA 98004 (425)709-3600 [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 w- Vp4, Liberty POWER OF ATTORNEY rAlt Mutual Liberty Mutual Insurance Company Certificate No: 8213403-023001 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Guy Armfield;Janteane Blyton;Abbie A.Bonney;Sandy L.Boswell;John Claeys;Katelyn Cooper;Michael S.Cranston;Kyle Dozier;Scott Fisher;Nicholas Fredrickson; Deanna M.French;Scott Garcia;Alex Giannini;Alec Gumpfer;Elizabeth R.Hahn;Roger Kaltenbach;Andrew Kerslake;Greg Lagreid;Ronald J.Lange;Chris Larson; Susan B.Larson;Janie P.Ma;Scott McGilvray;Drew D.Neessen;Brenda S.Nolin;Sharon Pope;Mindee L.Rankin;Jana M.Roy;Gregory C.Ryerson;Rebecca Sarmiento;William Smith;Nicholas Warren all of the city of Bellevue state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of March , 2025 . Liberty Mutual Insurance Company P�1NSU�,9 PN.Z i INSUR , \NSt//,q The Ohio Casualty Insurance Company �J `°a,cni. 'Lc yJ 00,0R,T / 4709POR9l ys West American Insurance Company J 3 Fo F 3 Fo m 3 Fo to • 1912 0 0 1919 1991 0 liA/ i d',, 9CHU`���Ab yQ�hNq M.S 4,-- Jpb C 3 • eii * 0 ''H,/ * ),ev dyt . 0 By: co Nathan J.Zangede,Assistant Secretary • r`o State of PENNSYLVANIA ss 2rn County of MONTGOMERY n (13 4- n On this 19th day of March , 2025 before me personally appeared Nathan J.Zangede,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance C a O l a) Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes .O ' therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 151 _ -1 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. . c ( > f Pq� > pi //Q/Fi�ooNµk-' Commonwealth of Pennsylvania-Notary Seal a (ry o ql�, � Teresa Pastella,Notary Public � (a� f` ° I. y Montgomery County O$ OF My commission expires March 28,2029 By: G�Q� >.—_ C (D P Commission number 1126044 2 'Jh" Teresa Pastella,Notary Public ai— �s., �'SYL �G/ Member,Pennsylvania Association of Notaries ts a) ch 4qy Pam>co ,,c13 O This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance 5 V 0.E Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: N ARTICLE IV-OFFICERS:Section 12.Power of Attorney. a Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President `o d 2 may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all r,6 N undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full — power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall Z v be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this -14kr7� article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t�- ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation- The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C. Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 25th day of March , 2026 P�1NSURq P\ l INs& , \NSU�pq • 1912 0 9... 1919 1991 0 �,�.1LGy� Y 9y, fiy y ZFR- �"y0 a 3 By: d� 34CHU`��At? NgAPS"'Alf. �4, MAW" .dL Renee C.Llewellyn,Assistant ej) . *� ' ./ + ti- 'M . 0 Y Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 This form must be submitted with the Bid Proposal. Department of Labor and Industries Certificate of Registration Name on Registration: James W. Fowler co. Registration Number: JAMESWF101JZ Expiration Date: 4/30/2026 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 James W. Fowler Co. Name of Bidder's Firm Printed Name: John B. Fowler, President Signature: Address: 12775 Westview Drive, Dallas, OR 97338 Contact Name (please print): Bill Blankenship,Vice President of Operations Phone: 503.623.5373 Email: estimating@Iwfowler.com Names of Members of Partnership: OR N/A Name of President of Corporation John B. Fowler Name of Secretary of Corporation James W. Fowler Corporation Organized under the laws of Oregon With Main Office in State of Washington at 2810 Meridian Ave E, Edgewood, WA 98371 Subscribed and sworn to before me on this 25th day of March , 20 26 Notary Pbblic in and for the State of Was Ington AtOFFICIAL STAMP Son a Marie Sommerfeldt SONJA MARIE SOMMERFELDT Notary(Print) 1 \.74'' NOTARY PUBLIC-OREGON COMMISSION NO.1046532 MY COMMISSION EXPIRES MARCH 21,2028 My appointment expires: March 21, 2028 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 tw'J 50Q,060.00 LS Per LS Construction Surveying, Staking, and As-Built A02 1 $`t5, 0oo•00 $ 'f'5, 000 _ o0 Drawings LS Per LS A03 Temporary Traffic Control 1 VISO)000,CD $elsD,000. 00 LS Per LS A04 Uniformed Police Officer 200 $ I VI-' 00 $32, g00 . 00 HR Per HR A05 Site Specific Potholing Up to 6-Foot in Depth 190 $qti•00 $ I-19,930. 00 EA Per EA A06 Site Specific Potholing Deeper than 6-Foot 55 $I, 2 02' 00 $ bq, `i-10 . 00 EA Per EA Site Specific Potholing for Duct Banks or A07 Utilities Encased in Concrete Up to 8 Feet in 20 I� 1r3g3. U0 37, 8(o0 •' 00 Depth EA Per EA A08 1 $122j l5$'p0 t l 22 , 159 • 00 Erosion and Water Pollution Prevention LS Per LS A09 Construction Dewatering 1 $ i30) 000.00 $f30, 000 • 60 LS Per LS A10 Trench Excavation Safety System 1 $ (r43) 000.00 $ lo s, pp0 , 00 LS Per LS All Hot Mix Asphalt Overlay 2,650 4'1)(:;/- 00 $ Lf 77) 000 - 00 TON Per TON Al2 Project Signage 2 $ 2,950-00 $ 5, 9 00 . 00 EA Per EA A13 Property Restoration 1 $13, 000.00 $ 13, b00 - 00 LS Per LS A14 Remove and Replace Pavement Markings 1 $(D5,000.00 $ (05i 000 . (>0 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 Dollars Cents Subtotal Schedule A �I v1 05S 00 10.5%Sale Taxi )_4 )1 % 04i Total Schedule A ii) ell I �5q.cf 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 .i l3•UU Li 00 W De LF Per LF B03 Controlled Density Fill(CDF)-Pipe AbandonmE 35 $550 • 00 $ I q 150. 00 CY Per CY B04 Crushed Surfacing Top Course(CSTC) 280 $g2. 00 $ZZ, 9 too . 00 TON Per TON B05 Gravel Borrow for Backfill 1,160 ”9 00 ifs, 19-0 ,00 TON Per TON B06 Permanent Asphalt Patch 920 $153- 00 $ ►11-0, 7(90-00 TON Per TON B07 Cement Concrete Sidewalk 85 $103 .00 $ 9,-155 . 00 SY Per SY B08 Cement Concrete Curb and Gutter 145 $9-8. 00 $ (o, 9 too -00 LF Per LF B09 Removal and Replacement of Unsuitable 100 $ 13` ,00 $ 1 3, It00 ' 00 Foundation Materials TON Per TON B10 Construction Geotextile for Separation 75 $ 5 00 �j-15 . 00 SY Per SY B11 Abandon Existing Storm Structure 2 $`- , 500•t00 $ 9 , 00 0 • 00 EA Per EA B12 Remove Existing Storm Structure-Inlet 8 $2,Doc).00 $22_) y-U0 , 0 0 EA Per EA B13 Remove Existing Storm Structure-Manhole 7 S3, 25°.Uo $ 22, -7 5 0 • 0 0 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 1-09.14 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 $45.00 $y5, 9-5o • 00 B15 Removal of Unforeseen Obstructions and 1 $25,000.00 $25,000.00 O bri FA Per FA B16 Connect Existing Storm Pipe to New Storm 10 $2`65. DO , 21 850. 00 Structure EA Per EA B17 Connect New Storm Pipe to Existing Storm 7 $2B5.-00 $ 1 , q c15 • 0 0 Structure EA Per EA B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 $9-S0. OD 45, 'f 00 . OO LF Per LF B19 8-inch Diam. Ductile Iron Storm Pipe 165 $19 d • 00 14-7, 850 • p0 LF Per LF B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 213 • 00 $ 21, Io, 195 . 00 LF Per LF B21 12-inch Diam. Polypropylene Storm Pipe 55 3 273-00 $ 15) 015 , 0Q LF Per LF B22 265 3 200.0o $ 53, o 0 0 • o 0 18-inch Diam. Polypropylene Storm Pipe LF Per LF B23 18-inch Diam. Ductile Iron Storm Pipe 42 $ 398. 00 $ I(o, 16 . 00 LF Per LF B24 Catch Basin Type 1 g 13,`tHO.00 $30 , goo • 00 EA Per EA B25 Catch Basin Type 1L 1 $`+, y-OoroO $ Lk) ` 00 • 00 EA Per EA B26 7 $b,7BO. 00 $ `t7, `/-foO. 00 48-inch Diam. Catch Basin Type 2 EA Per EA B27 4-inch Diam. Sanitary Side Sewer Pipe 40 $25 7. 00 $ 10, 2 3 0 . 00 Relocation (For Storm Conflict) LF Per LF B28 6-inch Diam. Sanitary Side Sewer Pipe 40 $2(ao- 00 $ 10, O, `/-00 • 00 Relocation(For Storm Conflict) LF Per LF 1 4. 00 y-00 • 00 B29 CCTV Inspection 1 LF00 Per LF b B30 Remove Existing Abandoned Traffic Detection 1 1_�A-W- ''rrk t 1, 10 _ 00 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 3,300 Z �s, C7�' OD LF Per LF B32 8 _4 ) 1oo_c l L00 ,00 Locking LID STD. Duty J-Box Type 2 EA --Per EA 1 B33 Small Cable Vault 1 •4146` 1 Ls li C 1 9 G5,CD EA Per EA B34 Connection 3-inch Diam Schedule 80 PVC 1 11)ij /O 61) li -I Li 00 • OV 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 i �`" �)g�� CD BID SCHEDULE C -WATER C01 Minor Changes 1 $300,000.00 $300,000.00 Est. Per Est. CO2 1 $21700. 00 $2, 700 . 00 Permits LS Per LS CO3 Sawcutting Asphalt Pavement 10,500 1 I,,_oa_ $ 13 L' 500'00 LF Per LF C04 Asbestos Cement(AC) Pipe Removal 200 (�5 00 35, u oU . 00 LF Per LF C05 Controlled Density Fill (CDF)-Pipe Abandonment 30 $ Io70- 00 $ 2.0., 100 , 00 CY Per CY C06 Crushed Surfacing Top Course(CSTC) 1,250 $ 83 "00 $ 103 , 750• 00 TON Per TON C07 Gravel Borrow for Backfill 8,150 'S 3 9" 0O $ 31 7, 950 - 00 TON Per TON C08 Asphalt Treated Base 155 $ 1 (o0 - 00 $ Zy-, r~300 . 00 TON Per TON C09 Permanent Asphalt Patch 2,280 $ )53.00 $3`-8 a+0- 00 TON Per TON C10 20 I 1`t 00 Cement Concrete Driveway 2� 2�0 00 SY Per SY C11 Cement Concrete Sidewalk 145 $ )03.00 $ I`i-J 9 . 00 SY Per SY Schedule of Prices Page 4 of 9 CITY OF RENTON SCHEDULE OF PRICES ADDENDUM#1 Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. 'Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE" TOTAL AMOUNT` NO. QUANTITY Dollars Cents Dollars Cents C12 Cement Concrete Curb and Gutter 195 `P$ 00 $01, 300 , 00 LF Per LF C13 Removal and Replacement of Unsuitable Foundation 150 139.- DD s 2_0, 100 _ DO Materials TON Per TON C14 Construction Geotextile for Separation 300 5 ' , S D o o S I C15 Removal of Unforeseen Obstructions and Debris 1 $50,000.00 $50,000.00 O FA Per FA C16 CLSM Encasement 10 $223- 0 0 $2., 2.3 0 . 0 O CY Per CY C17 Survey Monument Replacement 7 $►, 13Io0.00 $ /3, 02o _ 00 EA Per EA C18 Removal of Existing Fire Hydrant 7 $I, 750.00 $ IZ , 250 . 00 EA Per EA C19 Abandon Existing Gate Valves 46 $2_23. 00 $ io, `tBs . 0O EA Per EA C20 Abandon Existing Water Main 1 3 2.3, b00.00 4 23, 000 00 LS Per LS C21 Cut, Cap, and Block Existing Water Mains 2 $ Z, 0 00 . OD $cf- Do 0 . 0 0 EA Per EA C22 8-inch Diam. Ductile Iron Class 52 Restrained Joint 515 $220" o o 113, 300 - 00 Water Pipe&Restrained Joint Fittings w/Polywrap LF Per LF 10-inch Diam. Ductile Iron Class 52 Restrained Joint 25 g, UO C23 Water Pipe&Restrained Joint Fittings with Polywrap 120 ajD , (ob , 00 LF Per LF 12-inch Diam. Ductile Iron Class 52 Restrained Joint C24 4,170 fi Z63 Ov 416 .71 ©1 Water Pipe& Restrained Joint Fittings with Polywrap LF Per LF C25 16-inch Diam. Ductile Iron Class 52 Restrained Joint 480 589 00 2$0, 520 . 00 Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF C26 Concrete for Concrete Blocking and Straddle Thrust 210 $ 43 25.do 113 j 25 0 - 00 Blocking and Tie Rod CY Per CY C27 4-inch Diam. Gate Valve Assembly 1 ,$ 112-20' O0 $ I 220• 00 EA Per EA C28 6-inch Diam. Gate Valve Assembly 2 $ 1, 5/0 • 00 $ 3, D ZO . 0 O 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 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, 230.00 $ J 630 EA Per EA C30 10-inch Diam. Gate Valve Assembly 43)`100• 00 i3) 000 00 EA Per EA C31 12-inch Diam. Gate Valve Assembly 35 $`I', 100. 00 $ 19-3, 500 • 00 EA Per EA C32 16-inch Diam. Butterfly Valve Assembly 8 ' I010.00 53, 3(o0 - 00 EA Per EA C33 Fire Hydrant Assembly 8 $9,tt50•00 $7 5, to 00 . 0 0 EA Per EA C34 1-inch Diam. Air and Vacuum Release Valve 1 $3, boo• O0 $3J 000 . 00 Assembly EA Per EA C35 2-inch Blow Off Assembly-Permanent 2 $3, 580-00 $ 7, Ib0 . 00 EA Per EA C36 1-inch Diam. Water Service Connection 26 $5, 300.00 $ )50, 800 . 00 EA Per EA C37 1.5-inch Diam. Water Service Connection 8 V, 2-00-00 73, 0,00 . DO EA Per EA C38 2-inch Diam. Water Service Connection 1 $;MOO.oU $ )D, 7 d0 . 00 EA Per EA C39 Connection to Existing 4-inch Diam. Sprinkler Water 1 $5,500. 00 $ 5 , 500 . 00 Service Line EA Per EA C40 Connection to Existing 6-inch Diam. Sprinkler Water 2 5 500. o o I I 000 - 00 Service Line EA Per EA C41 Connection to Existing 6-inch Diam. of Fire Hydrant 1 4.3, (000. 00 $ p p O0 Main Line EA Per EA C42 Connection to Existing 8-inch Diam. Sprinkler 1 $51 3 DO .00 $ 5, 30o . 00 Water Service Line EA Per EA C43 Connection A to Existing 8-inch Diam. Water Main 1 $ b) 300.00 $ b,300- 00 EA Per EA C44 Connection B to Existing 8-inch Diam. Water Main 1 $ to/ `f00. 00 ,t (, L}p0 . 00 EA Per EA C45 Connection C to Existing 8-inch Diam. Water Main 1 $ b, $Sb-00 $ (o) $50 • 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 $�, 590.00 $ (0) 590, 00 EA Per EA C47 Connection E to Existing 8-inch Diam. Water Main 1 $ b,`f00.00 3 b, LfDO _ 00 EA Per EA C48 Connection F to Existing 8-inch Diam. Water Main 1 $ (Pi `fq0.00 $ b, '1.00 . 00 EA Per EA C49 Connection G to Existing 8-inch Diam. Water Main 1 Io, 9-D0• 00 $ b, `f00 . p0 EA Per EA C50 Connection H to Existing 8-inch Diam. Water Main 1 $ bi 2-00• W (o) 2-00 - 0 EA Per EA C51 Connection Ito Existing 8-inch Diam.Water Main 1 $ l ) 200 . 00 $ 200. 00 EA Per EA C52 Connection O to Existing 8-inch Diam. Water Main 1 b, 500 .00 (9J 500 . 00 EA Per EA C53 Connection J to Existing 10-inch Diam. Water Main 1 4 ( ) 2_00-00 4 (0� Z00 - 00 EA Per EA C54 Connection K to Existing 10-inch Diam. Water Main 1 $ bI Li-00' 00 $ (of y-'00 . 0D EA Per EA C55 Connection L to Existing 10-inch Diam. Water Main 1 $ b, 900 .00 b ' 00 . 0 0 EA Per EA C56 Connection M to Existing 10-inch Diam. Water Main 1 $ b) tobo •00 $b, (000. 00 EA Per EA C57 Connection N to Existing 10-inch Diam. Water Main 1 $ lo, b0o•00 $(o, (000 _ 00 EA Per EA C58 Connection P to Existing 12-inch Diam. Water Main 1 $ /, 2-0°' 00 $ 7) 200 . 00 EA Per EA C59 Connection Q to Existing 12-inch Diam. Water Main 1 $ b, lQ O. 00 $ b j b00 00 EA Per EA C60 Connection R to Existing 12-inch Diam. Water Main 1 $ 1) (000. Do $ 7, boo . 00 EA Per EA C61 Connection S to Existing 12-inch Diam. Water Main 1 to) IO 00.00 $ (0) (o 00 00 EA Per EA C62 Connection T to Existing 12-inch Diam. Water Main 1 $ b, Cob(),00 $ b, b 00 . 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 1439.14 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 $ (0,900-00 $ ( 900 - 00 EA Per EA C64 Connection V to Existing 12-inch Diam. Water Main 1 $ 101 (000. 00 $ (a) ( 00 -00 EA Per EA C65 Connection W to Existing 12-inch Diam. Water Main 1 / 7) �D '00 $ 7) 100 - 00 EA Per EA C66 Connection X to Existing 16-inch Diam. Water Main 1 $$, b50.00 B, b5 0 .00 EA Per EA C67 Connection Y to Existing 16-inch Diam. Water Main 1 $ 8, (050.00 $ $, 15 0 . Oct EA Per EA C68 Connection Z to Existing 16-inch Diam. Water Main 1 VD)1 b0. 00 $ 100 100 . 00 EA Per EA C69 Connection AA to Existing 16-inch Diam. Water Main 1 $ 7, $00.OD -$ 7 J 8 00 . 00 EA Per EA C70 Connection AB to Existing 16-inch Diam. Water Main 1 $ 8,(oS0.00 $ 8, 050 . 00 EA Per EA C71 Connections to Existing 12"x 8"DI Cross 1 $ 9) 11-00. 00 . 9,y-00. O0 EA Per EA C72 4-inch Diam. Sanitary Side Sewer Pipe Relocation 60 ► 3.0 I I J 5$D- 00 (For Water Conflict) LF Per LF C73 6-inch Diam. Sanitary Side Sewer Pipe Relocation 80 Si b5 0O 3, 20b , 00 (For Water Conflict) LF Per LF C74 Adjust Existing Water Valve Box Cover to 11 1310-00 3 J `f-(0 - 00 Finished Grade EA Per EA C75 Adjust Existing Manhole Cover to Finished Grade 37 - 00 $ 2.2, T`t0 . 00 EA Per EA C76 Adjust Existing Gas Valve Box Cover to 19 $ 3)0 - 00 $ 5, 890 • 0D 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 $ 5 ' ti° $ 9-0J 000 . 0 0 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 ,��`� �t�,`3 o 10.5%Sale Tax 411 S O% o3 52, ) 13C.1 �. Total Schedule C Summary Total Schedule A brought forward= $ I g 1 l 3 54,©1 Total Schedule B brought forward= $ ?. ,7 �b1 (2,00 Total Schedule C brought forward= $ "I . 7 3 L 1 v 7 7.5 2 Total Bid Amount, Schedule A, B, and C = $ $,)4 5 S t 507 6 J 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. 1 DATE: March 3, 2026 NO. DATE: (NV 20, 20) (� NO. DALE: NO. DATE: NO. DATE: NO. DATE: NO. DATE: SIGNED: /John B. Fowler TITLE: President NAME OF COMPANY: James W. Fowler Co. ADDRESS: 12775 Westview Drive CITY/STATE/ZIP: Dallas, OR 97338 TELEPHONE: 5(13 6?3 5373 Cat 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. Ja s o 1 Co. Bid 's' 4 in ss ame re of ut rized Official* John B. Fowler Printed Name President Title March 25, 2026 Dallas Oregon Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation ® LLC ❑ State of Incorporation, or if not a corporation, State where business entity was formed: Oregon If a co-partnership,give firm name under which business is transacted: N/A *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 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF JAMES W. FOWLER CO. The undersigned,constituting all the members of the Board of Directors of James W.Fowler Co., an Oregon corporation ("Company"), hereby take the following actions and adopt the following resolutions in lieu of a special meeting: Signing Authority 1. RESOLVED, that the following Company officers are authorized and empowered, either jointly or individually, to enter into agreements and contracts on behalf of the Company: John B. Fowler President James W. Fowler Secretary Candace J. Fowler Treasurer 2. BE IT FURTHER RESOLVED, that Company's Controller, Rosemary Gallas, and the Company's Vice President, William Blankenship, are hereby authorized and empowered to enter into, sign,and execute contracts in the ordinary course of business as it is related to the day-to-day operations of the Company, but are not authorized to enter into, sign, or execute any agreements outside the ordinary course of business (i.e., long term liabilities, loan documents). 3. BE IT FURTHER RESOLVED,that any signing authority previously granted by Company to individuals not listed herein is hereby revoked. Ratification of Actions 4. RESOLVED, that all actions of the officers and directors of Company not specifically approved heretofore by resolution since the last annual meeting of the directors and Shareholders are hereby ratified and approved. General Authorization 5. RESOLVED, that the officers of Company are hereby authorized and directed to take any and all actions necessary or appropriate to carry out the foregoing resolutions and to carry on any business of Company as they determine useful or necessary. CONSENT IN LIEU OF SPECIAL MEETING Counterparts 6. RESOLVED. this joint consent may be executed in counterparts and signatures may be delivered by fax,or.pdf. all of which counterparts together shall constitute one and the same original. DATED EFFECTIVE May 24. 2022 Board id' Pr 'o s B. Fow — Ja Fow er z/4y/ rS. Ca dace J. Fowler CONSENT IN LIEU OF SPECIAL MEETING 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, James W. Fowler Co. 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 Xj Subcontractors Name Self-Performed ❑ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Page 2 SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable 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 0 Subcontractors Name Su�yLL 'ltii__ ( Self-Performed ❑ Address J ® box Sy►a lit_De-1 LA1 1 ), Phone No. p S G,�,Lim, Contractor's WA License No. (Ei a l VJ- 0 ,(1)5I i Bid Item Numbers -- jL.1 Description of Work „ i 0_/r � Category of Work Structural Steel Not Applicable 181 Subcontractors Name Self-Performed ❑ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Category of Work Reber Installation Not Applicable ❑ Subcontractors Name ac,,yi tj t-J tOL )I0 r //�� / ` Self-Performed Jgi 7 Address )1 -25 'J/4,l-J Dl jJS ` , r' '_l33 Phone No. ‘0361�S31,}Contractor's WA License No. -spiJ / S(_)f.60 z Bid Item Numbers Off° Description of Work 12.1219&0( inglitiI ®n Category of Work Not Applicable ❑ Subcontractors Name Self-Performed ❑ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work (I Y 0c ' + 'QFN 0� Highlands Reservoir Water Main Improvements Project WTR-27-0388— CAG-26-001 Addendum No. 1 Date of Addendum Issue: March 3, 2026 Due Date for Bids: March 25, 2026 Notice to All Plan Holders and/or Prospective Bidders: The following changes, additions, deletions and/or clarifications are hereby made a part of the project bid documents for the above-named project and shall have the same effect as if set forth therein. Bidders shall acknowledge the receipt of this Addendum No. 1 in the place provided in the Acknowledgement of Receipt of Addenda. Failure to do so may result in your bid proposal being disqualified. Schedule of Prices Bid Items B15-Removal of Unforeseen Obstructions and Debris and C15-Removal of Unforeseen Obstructions and Debris are designated as Force Account (FA) items but are missing pricing in the Schedule of Prices in the project bid documents. DELETE Schedule of Prices in the project bid documents, pages 3 of 9 and 5 of 9, and REPLACE with the attached Revised Project Schedule of Prices, pages 3 of 9 and 5 of 9. ALL OTHER REQUIREMENTS OF THE CONTRACT PROVISIONS REMAIN IN EFFECT. C.�i•� zru Ken Srilofung, Project Manager, City of Renton Highlands Reservoir Water Main Improvements Project ADDENDUM NO. 1 Page 1 of 1 March 3,2026 . 0,.. %4 + .1)FtVTO. Highlands Reservoir Water Main Improvements Project WTR-27-0388 — CAG-26-001 Addendum No. 2 Date of Addendum Issue: March 20, 2026 Due Date for Bids: March 25, 2026 Notice to All Plan Holders and/or Prospective Bidders: The following changes, additions, deletions and/or clarifications are hereby made a part of the project bid documents for the above-named project and shall have the same effect as if set forth therein. Bidders shall acknowledge the receipt of Addendum No. 2 in the place provided in the Acknowledgement of Receipt of Addenda. Failure to do so may result in your bid proposal being disqualified. Contract Documents are modified as follows. Contract Plans All work related to installing CB #1 and the connecting 8" DI pipe shown in "CB#1 to Ex. SDMH Profile View" on Sheet 47 (Dwg No. CO1)shall be eliminated from the proposed improvements covered in this contract.The full extent of the changes is detailed below. 1) Sheet 7 of the Plans (Dwg No. P01), Preparations Keynotes a) Keynote #4 shall no longer apply to the existing storm pipe connecting CB #11500 to SDMH #11463. The existing storm pipe shall remain in place. b) Keynote #5 shall no longer apply to existing storm catch based CB#11500. The existing structure shall remain in place. c) Site specific potholing and trench patching associated with these elements are further eliminated. 2) Sheet 47 of the Plans (Dwg No. CO1) a) Eliminate Proposed CB#1 and Approx. 43LF of 8" DIP connecting CB#1 to SDMH #11502. The bid schedule price already reflects the elimination of note pipes and structure. 3) Sheet 57 of the Plans(Dwg No. RO1) b) Eliminate Proposed CB#1 and Approx. 43LF of 8" DIP connecting CB#1 to SDMH #11502 and associated trench patching.The bid schedule already reflects the elimination of note pipes and structure. Highlands Reservoir Water Main Improvements Project ADDENDUM NO.2 Page 1 of 3 March 20,2026