HomeMy WebLinkAboutGoodfellow Bros., LLC. Goodfellow Bros., LLC
P.O. Box 598
Wenatchee, WA 98807
Renton City Hall
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
MAR 2 5 2026
RECEIVED
CITY CLERK'S OFFICE
n BID ENLOSED
17° `Q Highlands Reservoir Water
Main improvements Project
WTR-27-03888
Due: March 25th at 2:00 pm
G\t Y OA
Adit
IPAFMT O+
Public NA orks Department
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
Documents to be Submitted with Bid
C-PROPOSAL BID BOND FORM
O'IDEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION
E PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM
aSCHEDULE OF PRICES
a ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
C'CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
Er SUBCONTRACTOR LIST
Y O
+,� This form must be submitted with the Bid Proposal.
•
Proposal Bid Bond
KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] Goodfellow Bros. LLC
of[address] 22035 SE Wax Road,Maple Valley,WA 98038 as Principal,
and [Surety] Travelers Casualty and Surety Company of-America
a corporation duly organized under the laws of the State of Connecticut
and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of
Renton in the sum of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter
described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors,
administrators and assigns,and successors and assigns,jointly and severally,firmly by these presents.
The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her or its
sealed proposal for the following project,to wit:
Highlands Reservoir Water Main Improvements Project WTR-27-03888
said bid and proposal, by reference thereto, being made a part hereof.
NOW,THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to
said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish
performance bond as required by the City of Renton within a period of ten (10) days from and after said award,
exclusive of the day of such award,then this obligation shall be null and void,otherwise it shall remain and be in full
force and effect.
IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in
accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by
the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid
Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid
Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352.
IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed
this 18th day of March , 2026
Goodfellow Bros. LLC Travelers Casualty and Surety Company of America
[Principal] �A [Sur •
[Signature of authorized official] [Signature of authorized official]
By:
Erica Li
[Title] [Attorney-in-Fact]
c/o Risk Solution Partners,LLC
[Address]
800 Bethel Street, Suite 201
Honolulu, Hawaii 96813
808-954-7483
[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
Travelers Casualty and Surety Company of America
Adak Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Erica Li of
HONOLULU , Hawaii , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
4��� �P�Tr tivo I�.)P�
NNtiIOID, jB
cow !$ 1*
State of Connecticut
By:
City of Hartford ss. Robert L.Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
�P N wR
N.•'• s atic
G
rA.RMy Commission expires the 30th day of June. 2026 * �72.4
a Anna P.Nowik,Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies,which resolutions are now in full force and effect,reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal. if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority:and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect.
Dated this g day of µ 14 V CH . 2,02V
(0) (Cie.!
(6111
W /
Kevin E. Hughes,Assi tant Secretary
To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880.
Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.
w.
.,6,-
r y
e
T
r+:
- Y,ww Sifl,r''+ '' `�T4t'{, _ :h - ..� t� +54 t+•�it � •-: -.�
a `-i.. �eis� 1. � . , -4 c S. V,. C •
. _ � �.. }
's \ 1,{ L • a • u+�" y
2
r, d r y,S _ - t -
o-
dW `W'.' 1 •':�»{X aiE'„ �;'. x r,;•,. ii. r
^w*°�•- • ,.a✓+ 't
r a� • r 4 1
y .�u 'Sht' ' ' s .a• ? `74 - a
t _t: I ,_. 7, 1. S.
r; T F' Li ' '
Y 4 1
.j :• c- 'fig., '• 3' �+''.`, 4 ., '•4' '
- .. s'r� .• • %„ t., •E' , 'h. *k.•' :IV-,4` •'
4 s q
key !f n 4 .✓ `ti• , ,a• r:k ,#,..,` - .
� - � S. e�,+: �y :_ d sad•-: , - •a.. - y3
•
t gf,lti '4 t r.✓' ✓ F ; N° 'g $ kn t ,,, x:: • 7>71
• , ^� V. r- f ,. f - # ,t44...1..i'' <ar - +ti"' rr_'•fs "'' o:. 4.: i
� � ny.
,.fir r?x,w .' a, ,'' t t,q, .':+< - ":''& S.". ' r�, :.y ` N``' d rrp ?'}
4.
",tr .t e 4 •
i leh t�� "t ,� •jyx � + • a
Ct'; 4 � .• >', "> a yR `F+ afi4 't't�'' z- �r . dy'
�t� \• { 9 - , -7 ':. 3� 'A 4^fi �,' ! SwF'!
•
. i s -,'.., r ,Y e '�f x f!n i i i t .: ,y-� Y f :#
.ate? tik fit. it4; .i,
,
t^ �: ..'•a ,}';. -I', � • ) � * ,,- .- S',.
•
�I 1 • y v 3 v➢ } tr r
•
-' „;;" �„ s hy` 1 , r '_,"S--' ,fir t -i _�:t t.
...-+,.- 4 1,'. n'- .. "k 71(. < 4T "1�' 1' E J '" r+a,! wy"' . } 1 9' : - `!
�`"' ,,,t!_%• F. r • • i- Ate a �L c s" r ' _ i 44 es j
;;F,. 7' ; � r 4,1
. .a�{-ua}.t.Y».�_._.. yd
h. .�`�-:,�aw��•�.a 'n,r�swrti.ra�._ ._,Yeiti.,- -. :e.�rk ,. a4�L4�-•- .'��P�E !.a.. •",
GOODFELLOW BROS.
0
ESTABLISHED 1 9 2 1
DESIGNATION OF AUTHORITY
OF
GOODFELLOW BROS. LLC
The Undersigned,the President and Secretary of Goodfellow Civil Corp. ("Manager"), which is the sole Manager of
Goodfellow Bros. LLC, a Washington Limited Liability Company, pursuant to its Amended and Restated Limited
Liability Company Agreement, as amended, hereby announces and adopts the following Designation of Authority
for Goodfellow Bros. LLC(the "Company"):
That the following are authorized on behalf of the Company to execute for and on behalf of the Company any and
all construction contracts with Owners of projects, any and all Subcontracts with Subcontractors for the
construction projects, Equipment Leases, Bid Documents, Bid Bonds, Payment and Performance Bonds, State, City
and County Licenses& Permits.
This authorization shall remain in effect for each authorized individual until revoked by the Manager or until such
time that the individual is no longer employed by the Company in the capacity set forth below.
Brian Gates President
Edward B. Brown Chief Operating Officer
Matthew L. Heahlke Division President—Hawaii
Joseph R. Correy Division President—Oregon
Lane N. Shinnick Division President—Washington
B. Bo McKuin Division Vice President—Washington
Corey Yamashita Divisional Sr. Vice President—Hawaii
John W. Makoff Regional Vice President—Big Island, Kona
Tristan Gonzales Regional Vice President—Kauai
Zack Gonzales Regional Manager—Maui County
DanielJ. Goodfellow Regional Manager—Oahu
Shepherd A. Nelson Vice President—Equipment and Procurement
Robert T. Takamatsu Corporate Counsel
Amanda Brucato Director of Contracting
Carrie Machan Contracts and Licensing Manager
Dated: 3-23 -z�
GOODFELLOW CIVIL CORP., Manager of Goodfellow Bros. LLC
By: CL C l ? By:
Chad S. Goodfellow, President & CEO Lesli Lehrman, Secretary
Goodfellow Bros.LLC
P.O. Box 598, Wenatchee, WA 98807
135 N. Wenatchee Ave., Wenatchee, WA 98801
P 509 \ 662 \ 7111 F 509 1 662 \ 2621
CL# GOODFBL825PH •Equal Opportunity Employer
GODD FE LLO WBROS.COM
This form must be submitted with the Bid Proposal.
Department of Labor and Industries
Certificate of Registration
Name on Registration: Goodfellow Bros., LLC
Registration Number: GOODFBL825PH
Expiration Date: 10/08/2026
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
Goodfellow Bros., LLC
Name of Bidder's Firm
Printed Name: Bo McKuin Signature: (3. bo M i<+^
Address: 22035 SE Wax Road, Suite 14, Maple Valley, WA 98038 _
Contact Name (please print): Brandon Myers _
Phone: 425-531-3606 Email: mvestimating@goodfellowbros.com
Names of Members of Partnership:
OR
Name of President of Corporation Brian Gates
Name of Secretary of Corporation Leslie Leheman
Corporation Organized under the laws of Washington
With Main Office in State of Washington at 135 N. Wenatchee Ave, Wenacthee, WA 98801
Subscribed and sworn to before me on this 2ir(A day of , 202
S &I
,\\NN S 1Iotary Pub . in and for the State of Warms • on
�P,04`"" lisSION 4- 0 Sc,,,",,�ii
i ---4. 0TA4).+:4�1,14 li Notary (Print) I 111 S �-htk
U 65 "5 My appointment expires: 1Z9 I&0Z7 N�� Ay
' eA ' O ='i ,9k291 =
I c 0 \ \�Gw
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 g�o,o p oc.
fQO (Cj --
LS Ar LS '
A02 Construction Surveying, Staking. and As-Built 1 vd
Drawings LS �PerLS �."�•!
44.
A03 Temporary Traffic Control 1 ��� 6 �� =
LS Per LS
A04 Uniformed Police Officer 200 ' �HR Z Per HR '�co�-
A05 Site Specific Potholing Up to 6-Foot in Depth 190 $ r /0 .�00--':-
EA Per EA
u.
A06 Site Specific Potholing Deeper than 6-Foot 55 /,1�— 7-7 �d r
EA Per EA -
Site Specific Potholing for Duct Banks or Oar'.
A07 Utilities Encased in Concrete Up to 8 Feet in 20 _ /X c ,.
Depth EA Per EA
1ice '?
A08 Erosion and Water Pollution Prevention LS ��er LS ���y>.y--
A09 Construction Dewatering 1 ZJ rip=` d
LS Per LS �'e6e -
Al 0 Trench Excavation Safety System 1 /vrXto= co
LS Per LS
All Hot Mix Asphalt Overlay 2,650 4/0:— j,4. r
TON _ Per TON -
Al2 Project Signage 2 —/'CO 3 `� w
EA Per EA
A13 Property Restoration 1 / v -w UL}, c�
LS Per LS
Al Remove and Replace Pavement Markings 1 Gp 066- %�
LS Per LS ��C�
Al5 Apprenticeship Incentive 1 $2,000.00 $2,000.00
CAL. Per CAL.
Al6 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 LiCt.ce ' !-`
10.5%Sale Tax 2V-/f /2-5":
Total Schedule A 1 $cC, i24
BID SCHEDULE B -STORMWATER AND ROADWAY
B01 Minor Changes 1 8100,000.00 $100,000.00
EST. Per EST.
B02
Sawcutting Asphalt Pavement 3,100 357 /4q50.2:
LF Per LF
B03 Controlled Density Fill (CDF)-Pipe AbandonmE 35 Xw� / c
CY Per CY
B04 Crushed Surfacing Top Course (CSTC) 280 ' 5 3y/
TON Per TON
//
B05 Gravel Borrow for Backfill 1,160 /49cL�4 <</47e)4)�-
TON Per TON
ao
B06 Permanent Asphalt Patch 920 /i1• /7 ,2'_
TON Per TON
B07 Cement Concrete Sidewalk 85 /o? 15 l 6
SY Per SY
B08 Cement Concrete Curb and Gutter 145 65. 4/4/25'=
LF Per LF
B09 Removal and Replacement of Unsuitable 100 .' a "'
Foundation Materials �W
TON Per TON
00
B10 Construction Geotextile for Separation 75 /�-- 7C'r
SY Per SY
B11 Abandon Existing Storm Structure 2 "�
EA Per EA ��
B12 Remove Existing Storm Structure-Inlet 8 ��� iiva:, cc'
EA Per EA
W du
B13 Remove Existing Storm Structure-Manhole 7 i�c �w0
EA Per EA
Schedule of Prices Page 2 of 9
k .ALL. ,
x
4
?
•
y c+ i a,C '� ` -fi t _
• 9
4
•
t A tF.'.
•
w
�„:„
mac•\ '-_k - .
•
♦'� - +
aRy
.c ,
Yoh-`, «n- `' •4 r s
ti `
,SS. ti
�
•
:.. • -
•
�5 i. y _ �•
a r�
,
...
F
gg
_ r y.
A
,,,
...,�.- .. i, _. ., .. 4,;,d_ ...,a'.:;.e,,i ,.s: .,..i:.:. .,:.h2n "n. .. ,,.ts-.a., xi.. ,.. ., i.,'J:tti. -....•.,s-:.. ._ .,..i.aa -'�'.4,Iisn � ..,.s .`'. -,
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
6.
B14 Remove Existing Storm Pipe 1.010 �b'-_ 4./00
B15 Removal of Unforeseen Obstructions and 1 S25:000.00 625,000.00 3 O
bri FA Per FA
B16 Connect Existing Storm Pipe to New Storm 10 ilivpct /S/Dpa=`
Structure EA Per EA /
o•
B17 Connect New Storm Pipe to Existing Storm 7 �i 0-" y3 c "'
Structure EA Per EA
u
B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 --- G/.,0od
LF Per LF !
B19 8-inch Diam. Ductile Iron Storm Pipe 165 Zt>,` 0
3�
LF Per LF
i
B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 Z zZ%3737=
LF Per LF
.d
B21 12-inch Diam. Polypropylene Storm Pipe 55 P)O^ .//,odA_ --
LF Per LF
B22 18-inch Diam. Polypropylene Storm Pipe 265 y5�.� aZSV r
LF Per LF
B23 18-inch Diam. Ductile Iron Storm Pipe 42 400. ' /4 co
LF Per LF
d
B24 Catch Basin Type 1 9 _ S ,__ 3 SG2�—
EA Per EA
•s
B25 Catch Basin Type 1L EA Per EA 4 0446, .
al B26 7 d
_� - �90c o-
48-inch Diam. Catch Basin Type 2
EA Per EA
Y
B27 4-inch Diam. Sanitary Side Sewer Pipe 40 /l0. 7-goo.--
Relocation (For Storm Conflict) LF Per LF
•` ao
B28 6-inch Diam_ Sanitary Side Sewer Pipe 40 >o� g 066
Relocation (For Storm Conflict) LF Per LF
40
B29 CCTV Inspection 1.600 pr^p.
LF Per LF
w
B30 Remove Existing Abandoned Traffic Detection 1 _L6°°- / CJ --..
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 �3 7Li���
LF Per LF
B32 Locking LID STD. Duty J-Box Type 2 8 — Svap Z°0�:
EA Per EA
0 ou
B33 Small Cable Vault 1 —G sorj 4�j�p
EA Per EA
B34 Connection 3-inch Diam Schedule 80 PVC 1 i$06•_ sgC�`=
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 4/444 ate.'
BID SCHEDULE C -WATER
C01 Minor Changes 1 $300,000.00 $300,000.00
Est. Per Est.
CO2 Permits 1 —i3L 6�w %3=ram
LS Per LS
CO3 Sawcutting Asphalt Pavement 10,500 >� � •
LF Per LF
ii o
ace
C04 200 17Asbestos Cement(AC) Pipe Removal LF Per p LF
ol
cos
Controlled Density Fill (CDF)-Pipe Abandonment 30 ,ill jf :;:
CY Per CY
cos Crushed Surfacing Top Course (CSTC) 1,250 /4e)— /25:C4061
TON Per TON
6•
C07 Gravel Borrow for Backfill 8;150 �:— 3Z' C
TON Per TON
C08 Asphalt Treated Base 155 Z Ij/, 775.'
TON Per TON
C09 Permanent Asphalt Patch 2,280 L/IQ 1/42:),
TON Per TON
ice=
C10 Cement Concrete Driveway 20 se--oaf
SY Per SY
C11 Cement Concrete Sidewalk 145 /5 Lz/7 •,
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 ‘7 � /464
LF Per LF
C13 Removal and Replacement of Unsuitable Foundation 150 $ /27 7-{OQ=
Materials TON Per TON 7
as
C14 Construction Geotextile for Separation 300 /� �-��
�..�, SY Pei Sx
C15 Removal of Unforeseen Obstructions and Debris
I
o 1
FA c 550,000.00 550,000.00 , tO
Per FA
cr -
C16 CLSM Encasement 10 y1ja.°��-
CY Per CY
C17 Survey Monument Replacement 7 3 766. Z00 p •v
EA Per EA /
C18 Removal of Existing Fire Hydrant 7 / - A;OP
EA Per EA
so
C19 Abandon Existing Gate Valves 46 to -� L f'/ 'co 2e
c
EA Per EA
C20 Abandon Existing Water Main 1 Zv 30 q %-
LS Per LS ' �ip
C21 Cut, Cap, and Block Existing Water Mains 2 _ ,/ -.
EA Peer EA
8-inch Diam. Ductile Iron Class 52 Restrained Joint zZ p- //3 as
C22 515Water Pipe&Restrained Joint Fittings w/Polywrap LF Per LF
C23 10-inch Diam. Ductile Iron Class 52 Restrained Joint 120 _ .3_ `o
Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF �'
C24 12-inch Diam. Ductile Iron Class 52 Restrained Joint 4,170 zg0.a
Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF //16? p
16-inch Diam. Ductile Iron Class 52 Restrained Joint c•
C25 Water Pipe&Restrained Joint Fittings with Polywrap 480 - ZGI��p
LF Per LF
Concrete for Concrete Blocking and Straddle Thrust c�/�
C26 IV/ �-
Blocking and Tie Rod CY Per CY /
64
C27 4-inch Diam. Gate Valve Assembly 1 Z- :
Z
EA Per EA
o•
C28 6-inch Diam. Gate Valve Assembly 2 _L CCe)-s° cUOd
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
se
C29 8-inch Diam. Gate Valve Assembly 11 33ceo.—
EA Per EA
C30 10-inch Diam. Gate Valve Assembly 4 __,be4'-' /G dftW.�
EA Per EA
yam^
C31 12-inch Diam. Gate Valve Assembly 35 c E / rcOoo !St
A s•
EA
Pe
•
C32 16-inch Diam. Butterfly Valve Assembly 8 _ cb4`'- dl se)=
EA Per EA
C33 Fire Hydrant Assembly 8 i 9 co
, o ck
EA Per EA
C34 1-inch Diam. Air and Vacuum Release Valve 1 _7 g,' c 08
Assembly EA Per EA •
C35 2-inch Blow Off Assembly-Permanent 2 _�L -s,- f d a6,-
EA tPer EA
C36 1-inch Diam. Water Service Connection 26 _7�r� /t,/j cam=
EA Per EA
C37 1.5-inch Diam. Water Service Connection 8 gl _ co
CtO
EA Per EA
C38 2-inch Diam. Water Service Connection 1 /O "'--- /0 p
EA Per EA
C39 Connection to Existing 4-inch Diam. Sprinkler Water 1 74bo-- �
Service Line EA Per EA ', s 0e5'
C40 Connection to Existing 6-inch Diam. Sprinkler Water 2 ' 0b /y ac.
Service Line EA Per EA `
Connection to Existing 6-inch Diam. of Fire Hydrant1 to
C41 Main Line EA Per �'ado
C42 Connection to Existing 8-inch Diam. Sprinkler 1 41 o0. C
Water Service Line EA Per EA
C43 Connection A to Existing 8-inch Diam. Water Main 1 _got"- 9 !=D
11
EA Per EA •
C44 Connection B to Existing 8-inch Diam. Water Main 1 gib` 9 =
EA — Per EA '
C45 Connection C to Existing 8-inch Diam. Water Main 1 yU'�D, 9,,,,,,,!:-I.
EA Per EA
Schedule of Prices Page 6 of 9
•
';#. F F{
•
r``,
E ¢
-In ,� �.�
Y t - JYb .S ice`
• 4 .-tM ^t.. ,!7.4 ,- at a �'Ro- `' N.a.
. . rsg at,� � i
J
1�,. s::
t
.y+ • . s,;F s-
�� Y rtt` _ .:
•
•
f
re F Pa , `.
,eRY 4
€
: 1ti
. . , *ii „k `
qq}
lr'
Vb£ ° � x�
Y ¢ " U
' -! .mil Ia-6 �
{>- , W . •
B;S171'.0 -.a.f- i s
µ�. _ •
.p}.< '4 .apt - €' 'A's^`�,c r y ...,
•
Y s!
r,n
_ hc<
•
a+r �rY a 4 ` . ;F om F ,• r T t > `r € ¢ -,;,4 dl ,..' v .s > `-,'r wa.+. $• - '.'$ J - - r -tv,.
. - ; .' 1 #� ` ' s--' v -' �y. c.t'0',k . _ ,-x .. iP P
s-
� , '9,
,I h i P s Ja
�.k r j
d ,r � ,. €�� E:st >c.a��,T, :sue�` J? .rs ,:s .` k >_. � 4tc a tG� i�A c'z� i.c x', t L . -.... .., slzi�ti
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 _1 PP°•� C-VC
EA Per EA
C47 Connection E to Existing 8-inch Diam. Water Main 1 %_9 � 9 .
EA gqPer EA
C48 Connection F to Existing 8-inch Diam. Water Main 1 _/GXe� 9 ooa .e
EA Per EA '
9��= Q
C49 Connection G to Existing 8-inch Diam. Water Main 1 _� 1ppp—
to
EA QPer EA '
C50 Connection H to Existing 8-inch Diam. Water Main 1 _ / K.
/• j o Qo
EA Per EA /
C51 Connection Ito Existing 8-inch Diam. Water Main 1 9 - 2 000=0
EA Per EA •
C52 Connection 0 to Existing 8-inch Diam. Water Main 1 _jOo w I
EA Per EA •
C53 Connection J to Existing 10-inch Diam. Water Main 1 5 - 9�alxo°�
EA Per EA
_
_ t
C54 Connection K to Existing 10-inch Diam. Water Main 1 � obo.
EA CPer EA '
/
C55 Connection Lto Existing 10-inch Diam.Water Main 1 #66DP-1-
EA Per EA •
C56 Connection M to Existing 10-inch Diam. Water Main 1 _�a�S_ 9qOba`'
EA Peer EA '
C57 Connection N to Existing 10-inch Diam. Water Main 1 ',�� 7
EA Per EA
16
C58 Connection P to Existing 12-inch Diam. Water Main 1 10 — 0
�� �� -a
EA Per EA
C59 Connection Q to Existing 12-inch Diam. Water Main 1 0,f: .' /0 DO -
EA Per EA
C60 Connection R to Existing 12-inch Diam. Water Main 1 koco- 0jlp °-`-
EA Per EA
au
C61 Connection S to Existing 12-inch Diam. Water Main 1 A 00
`Q r
EA Per EA
bV
C62 Connection T to Existing 12-inch Diam. Water Main 1 io a-. /4 �a=
EA Per EA
Schedule of Prices Page 7 of 9