Loading...
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