Loading...
HomeMy WebLinkAboutFury Site Works, Inc. LA:gsY =lam Vl(e9 5 No W h (eo/4 5 Zc \ , i ?YV` CITY OF RENTON 3 j 2n/ Z b MAli 2 5 2026 cry NT-ON RECEIVED So_ R fk�7Y �Y `� CITY CLERK'S OFFICE /D 5 5 g NTo N WA 4e055 (Pg, o ,p054L i4 ICI' L-A V 5 eS Vo(R WA- g / l v,--t 1"AoVE M Elsr- copy may be obtained on-line through Builders Exchange of Washington, Inc. at http:/(www.bxwa.com. Click on "bxwa.com"; "Posted Projects"; "Public Works", "City of Renton"; "Project Bidding." The bidders shall familiarize themselves with the project sites and existing subsurface conditions as needed to submit their bids. Upon approval of the City and the acquisition of any required permits, the Bidders may make subsurface explorations and investigations as they see fit. The Bidders shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. Bidder's are notified that it is the opinion of the Contracting Agency that PVC or metal conduit, junction box, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wire or electrical current is connected during the project. 22. Bidder's Checklist 121 It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time.The forms included in these bid documents must be used, no substitutes will be accepted. 21 Have you submitted,as part of your bid, all documents marked in the index as "Submit With Bid"? 1:7 Has bid bond or certified check been enclosed? C7 Is the amount of the bid guaranty at least 5%of the total amount of bid including sales tax? 3 Has the proposal been signed? C1 Have you bid on ALL ITEMS and ALL SCHEDULES? C'1 Sale Tax for this project is bid at 10.5%. d Have you submitted the Subcontractors List and proof of licenses? CI Have you submitted Certification of Compliance with Wage Payment Statutes Form? C� Have you reviewed the Prevailing Wage and Apprentice Utilization Requirements? Gd Have you confirmed that you, and any subcontractors, are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from covered transactions by any Federal department or agency? Ii1 Have you submitted Dept.of Labor and Industries Certificate of Registration Form? Ci, Have you submitted Proposal and Combined Affidavit&Certificate Form? iHave you certified Receipt of Addenda, if any have been issued? 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Public Works Department Highlands Reservoir Water Main Improvements Project WTR-27-03888 Documents to be Submitted with Bid El PROPOSAL BID BOND FORM C/ DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION Al PROPOSAL& COMBINED AFFIDAVIT & CERTIFICATE FORM CI] SCHEDULE OF PRICES El ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 3/CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES Cr SUBCONTRACTOR LIST Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal `CY r �% is This form must be submitted with the Bid Proposal. .., Proposal Bid Bond 04 KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] Fury Site Works Inc. of[address] P.O.Box 2118,North Bend,WA 98045 as Principal, and [Surety] Swiss Re Corporate Solutions America Insurance Corporation a corporation duly organized under the laws of the State of Missouri , and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five(5) percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns,and successors and assigns,jointly and severally,firmly by these presents. The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following project,to wit: Highlands Reservoir Water Main Improvements Project WTR-27-03888 said bid and proposal, by reference thereto, being made a part hereof. NOW,THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award,then this obligation shall be null and void,otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 25th day of March , 2026 Swiss Re Corporate Solutions Fury Site Works Inc. America Insurance Corporation (Princi It. #4°.'4%; [Signature of authorize cial] [Sign:ure of aut on of i `:I] ' i/ V`Cie 1 re-5I et°u�t± By: Carley Espiritu [Title] [Attorney-in-Fact] 450 Alaskan Way S Suite 200 [Address] Seattle,WA 98104 (206)224-3181 [Telephone Number] Approved by the City Attorney on 6/03/13 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") WESTPORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY . KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute,and appoint: ERIC A.ZIMMERMAN,CHRISTOPHER KINYON,JAMIE L.MARQUES,JAMES B.BINDER,CARLEY ESPIRITU,HOLLI LAGERQUIST,ALICEON A.KELTNER ANNELIES M.RICHIE,BRANDON K.BUSH,KATHARINE J.SNIDER,LINDSEY ELAINE JORGENSEN,AMELIA G,BURRILL,JUSTIN DEAN PRICE, SARAH WHITAKER,CHARLA M,BOADLE,JULIE A.CRAKER,ALYSSA J.LOPEZ,SHARREE SUTHERLAND,AND CELESTE M.VAN VLIET JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds,consents of surety,or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION($200,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 181h of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011: "RESOLVED,that any two of the President,any Managing.Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to an bond,undertaking or contract of surety to which it is attached." ae 50LUr7p'"•• `°cy0LU770n,"•.,� SP 1 �` 4,0..CD TF•• F. Of•O lo'•,••P? David Sato Senior Vice 're12 tit 3m_n&C&Senior Viet President { p S E A L•,p j yU SEAL•��: SRCSPIC&Senior Vice President of WIC ei T t cv-. 1973 :`ce€ is td' :`x /fst —t 1 J r `istP''kissov?,.•ores .4f;`.r, 500,?'Q By .." _ " •'�$••• 'L�;e`e .;yS•,N*� ad.•'' alliedJaequez,Srniur 1 Prr rot ut SWAM( &s tee President * '""�"""""�'� o of SRCSPIC&S inr lO cc President of N IN WITNESS WHEREOF,SRCSAIC have caused their official seals to be hereunt. at xed,and these nt be signed by their authorized officers this 1Wlay of June ,20 25. Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook El Westport Insurance Corporation 11'" June 25 On this day of ,20 ,before me,a Notary Public personally appeared David Satorv,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC,and Gabriel Jacauez.Senior Vice President of SRCSAIC and Senior Vice President o SRCSPIC and Senior Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney Eocgg Fagg acknowledged said instrument to be the voluntary act and deed of their respective co anies. OFFICIAL SEAL KAREN M SZWEDA Notary Public,Slate of limos Commission No 978628 My Commission Expires September 26 2027 en M. ,Notary I,Jeffrey Goldberg„the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 25th day of March ,20 26 res Goldberg,Senior ice Preside! s s.nt Secretary of SRCSAIC and SRCSPIC and WIC r y" -F* 4" f - r- '�{ i �a7h>Y t` '-4 * r ' ,�it t de s • .�_ r„'S _. :' - '- drW = $" 6 -Wi•: 'ya x k ;1 -,4.L� 9 `ft� k yw�y! ,,A S r44. ., ;r. Y Wi ' '- .r�, '�r� - € r-�' r .�• �ii-9u r9aRs'{".r _ : {,'� f :' y,, ;,r'`�' $ _ 7� '1LYs:-rg' jt- �RyJ � -• • T. • Srw ; + : $ 1f ma .r _i . 'r' s 4-= L• 5 sir+• #-c.�tip: a 4f f,: •"a ..! c w N �q:. y , " .i w.t r t i,t 7 F h -. r y 'rf R .-rr t . n' r 7. r • ,F Q --�w '.-�. .4'Fe' s9`. M1 1 C,-. '�`;;^^ i r - T4 R,t Yi4 g z•: ,A.,,,'` , .y_... kS : rS.i �dz 9 ': yr '- ;My �. a"( 1 Fi ty �'� 4 �-• & tit a,� `} $ l .�.,y S i•Y }Tti. . µ '.� i_L" FL • Ya.r+{ { - SF •'A,'+Y 4r �' :. I r a. ' '" te. r-,e a rT :; .;{ -a�' _ -��ti .-e '.; x t,.{y rrt -. ,,,�aY_ z r<m ,.n u 1 `f` )'s '"e tF cis 16r.w - } '., � 1c P .a a uJ ; -, z ', ` Hr -'.i-• e.1* ' a 1 14 - `t ,+f' r,r do uR t jli ,sK i• S t''' J S -`' . . '°. r"' a°;t.rYl ''rf.'r" R"X ! 3 c r +, 4 •.. • - II� s N, 4. * 1/ tom+-,r i ^c y. - - , a - - -g M a s"rr 1-`t4to _ _ "g`s `'c ' d a .� ✓ `" : -d,f•r+t�"` y t a) v e: ". _ . ,t 4 9 - r •71 rc �r: ,1+ at ire . T 4? Vu 7 r L.. - • t� r s ,. is • 't`9 .r ' � r '' 4w t - p 1 a • W 1 • j4 • y Shy • al A sK of ~1 - T 4 - _lr :- • 4 . . ,fit. "3 �•er- .- f. _ $ '4,4' 4 �. i; ` yeti - - F.. �'nP. -, i� ra ,, >_ •--"I---- " - �}(� K i - { r - p u "#iK a e r+` t _ _ a <X �S+ ,1_' �y .v l�l Via.. }h _ �'C r 4 r ya4y �� x • • - ' *& 'te' �, 3� sx�-. - ':. I ,.• `+i 'ts``\� '4 C, o.• • • '' ${ '•+e• r i . 5 S'r• a •r ..` r 4t 1 '-^t n - i' 'd - "',i ' *"'fir i zt '4 * • �+ v,. « « i. • v ... _ - .fit• - ` -v 8 ta` _ s d ,, �.',y, :� r t'' . r' .f k p g - a 3`a ,;'hcf6r•„.-, ..7; a'..ssi, mk_t y._ x<a,»=L ui`�a s hs This form must be submitted with the Bid Proposal. Department of Labor and Industries Certificate of Registration Name on Registration: F.ust,%f S t-t-E D g g (tqd_, Registration Number: C G FLJ I S S w 8`t Expiration Date: 0 - - 2,5— 7_0 "1- Note: A copy of the certificate will be requested as part of contract execution when project is awarded. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal i , pp 0pd k r'1NM , p co r o 0 CI, �P O 43 a. I Q\ rr1 t r1 ) (t CD 7J '71 • • N .y'n O Q� , ,U• • cs (') '-C 0. 6 i n P ( C J Fes-, d c, 8 �7 ,� Co .. Z T1 - '7 kJ LA r-' � a.: o :4 iY 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. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal-Page 2 of 2 FOR: PROPOSAL, NON COLLUSION AFFIDAVIT,ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT F tA.Ry S i'r tikiog K5 ( M1Cc_ Name of Bidder's Firm Printed Na�me: M,Lie-LED y Signature: 7 Address: �[ o -6 dx 2L1 to f 02.t14 MEND W4 %30 3 Contact Name(please print): 1",1K!•' D AY Phone: 47,6- —15%. Email: to i Ke. -cu.ry 514e We>r4,5 -c..e) Names of Members of Partnership: OR Name of President of Corporation s i4 N. D i4 Y Name of Secretary of Corporation tCkl ELSE Riltsk P4LL- Corporation Organized under the laws of W A 5 FUN 4Ta7.F .S v- i-6- With Main Office in State of Washington at 12-r-.14 13 EIVP �-L Subscribed and sworn to before me on this ,Z — day of M ' 4- ,20 2_(Q �,,,,,,„,,,„, ,,, Notary Public in and for th State of Washington �.•`CT Sope2 '• "y., Notary(Print) (14RR l6- L-. /4I.Lt6 r101pR ' My appointment expires: o l-« ',z02-42( IAA 10:i • 5 ? PUP s ••§:sroN '•. FWP`S Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal y` �trenesr,yP! J*'14r01k4n14e�erar>M' 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. *Nor_ Stow 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 Ii9 Ate,. lI Q 1.16 (1., LS Per LS Construction Surveying, Staking, and As-Built A02 1 Drawings LS Yb.e1LS o9 f,B.73 . o 9 A03 Temporary Traffic Control 1 3S% 3 -.15 39 1 13 q.1 r✓' LS Per LS A04 Uniformed Police Officer 200 _ lloct 'IL 33 gg g. •00 HR Per HR A05 Site Specific Potholing Up to 6-Foot in Depth 190 _ 50 (off 94'&,Z ;BO EA Per A A06 Site Specific Potholing Deeper than 6-Foot 55A _S'1�Per E 5-? L�Tj&, 4/5 ESite Specific Potholing for Duct Banks or A07 Utilities Encased in Concrete Up to 8 Feet in 20 —S gi-32--- !!v qg&,• tic Depth EA Per EA A08 Erosion and Water Pollution Prevention 1 �'� 51��c5 1q LS Per LS A09 Construction Dewatering 1 3( AN4• q1 31A144. 19 LS Per LS A10 Trench Excavation Safety System 1 IZo3 3 / 0 3 5 5 LS Per LS 3 All Hot Mix Asphalt Overlay 2,650 __L4tZ_c21 508eA&.50 TON Per TON Al2 Project Signage 2 9ep0.05 (9AO• ID EA Per EA A13 Property Restoration 1 J.5 34,4 SS Z 5 3 i 4.88 LS Per LS A14 Remove and Replace Pavement Markings 1 IL `te LS Per LS Al5 Apprenticeship Incentive 1 S2,000.00 $2,000.00 CAL. Per CAL. Al6 Apprenticeship Penalty 1 30.00 S0.00 CAL. Per CAL. Schedule of Prices Page 1 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 crow UNIT PRICE and TOTAL A MOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE" TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents Subtotal Schedule A / y5 3 ..ar•OPj 10.5%Sale Tax J5.2.I .5g(Q.11 Total Schedule A (, 05, i e F 19 BID SCHEDULE B -STORMWATER AND ROADWAY B01 Minor Changes 1 5100,000.00 $100,000.00 EST. Per EST. B02 Sawcutting Asphalt Pavement 3,100 A.5.93 ocD 80383• LF Per LF B03 Controlled Density Fill(CDF)-Pipe Abandonme 35 .5 6`t/• 1 q i ct 5. QC� CY Per CY B04 Crushed Surfacing Top Course(CSTC) 280 L3. 15 (o 1.18.• Ov TON Per TON B05 Gravel Borrow for Backfill 1,160 / - 07- AD 94,(•;,O TON Per TON B06 Permanent Asphalt Patch 920 I rJ ..9 l N 14 4'I/O•D7 TON Per TON B07 Cement Concrete Sidewalk 85 /1 T.30 1A0.50 SY Per SY Cement Concrete Curb and Gutter , B08 145 J•`C8 �JO • too LF Per LF Removal and Replacement of Unsuitable B09 Foundation Materials 100 _�I• Q I +f_g• 00 TON Per TON TO. B10 Construction Geotextile for Separation 75 __—L? _ 3la $p SY PerSY / B11 Abandon Existing Storm Structure 2 aZ q"� ' �•7-3 5 q N3 • '7 0 EA Per EA B12 Remove Existing Storm Structure-Inlet 8 (340.610 to F.8 .8g EA Per EA B13 Remove Existing Storm Structure-Manhole 7 yy QY(og 31 yloA• 8-3 EA Per EA Schedule of Prices Page 2 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project ADDENDUM#f WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. "Note' Show UNIT PRICE and TOTAL AMOUNT vi 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 ott t* ;••i -/-4-p-!o a B15 Removal of Unforeseen Obstructions and 1 $25,000.00 $25,000.00 1,0 No•ANANkAiabrisk ‘...1 FA P r FA B16 Connect Existing Storm Pipe to New Storm 10 L j0. .S ( c{ i 63• ° Structure EA Per EA 817 Connect New Storm Pipe to Existing Storm 7 18 C8. yA. a2 , 5 Structure EA Per EA B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 )-30• l(Q ; Qjs.9;.. LF Per LF B19 8-inch Diam. Ductile Iron Storm Pipe 165 ..310• 3- 3 cio&T. 03 LF Per LF B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 Ltio3.3' ,1.(0* 9;.1. 55 LF Per LF B21 12-inch Diam. Polypropylene Storm Pipe 55 Alt-Al l ( 54 5. 4,5- LF Per LF B22 18-inch Diam. Polypropylene Storm Pipe 265 � •� (p0 (0�09 , l0 LF Per LF B23 18-inch Diam. Ductile Iron Storm Pipe 42 ,3 1(7_.143_ 13 A g0.o(p LF Per LF B24 Catch Basin Type 1 9 5a2QR •t i(1 6.3A .3 .-. EA Per EA B25 Catch Basin Type 1L 1 SL4«•o7 54 ra -off EA Per EA B26 48-inch Diam. Catch Basin Type 2 7 �� 3�'GM- {J !3D• � EA Per EA B27 4-inch Diam. Sanitary Side Sewer Pipe 40 _L4e(2_15 (o(pL{(p• Relocation (For Storm Conflict) LF Per LF B28 6-inch Diam. Sanitary Side Sewer Pipe 40 /!o!o-1,rj- (pl'44,• Relocation (For Storm Conflict) LF Per LE B29 CCTV Inspection 1'L00F Per 34 « Do B30 Remove Existing Abandoned Traffic Detection 1 3.550. ?-2- .Z 55e - i o2. 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 Conduit3.300 _ _ � Q� q-q-er•00 LF Per LF B32 Locking LID STD. Duty J-Box Type 2 8 �43 38 1o9 !og EA Per EA B33 Small Cable Vault 1 y1-sb•0,3 g l�5�-O3 EA Per EA 834 Connection 3-inch Diam Schedule 80 PVC 1 to I1.6•g, (o3 1-!o•83 Conduit to Existing Vault EA Per EA 835 Resolution of Utility Conflicts for Proposed 1 S100,000.00 $100,000.00 Storm System FA Per FA Total Schedule B /i 310, 3 50- 5( BID SCHEDULE C -WATER CO1 Minor Changes 1 3300,000.00 $300,000.00 Est. Per Est. CO2 Permits 1 ,2$3.3•!h A$.Z3•(og LS Per LS CO3 Sawcutting Asphalt Pavement 10,500 It3.z- ,�,p�, $6,0•oc' LF Per LF C04 Asbestos Cement(AC)Pipe Removal 200 �(�4. 15 3 q 8 30• o0 LF Per LF C05 Controlled Density Fill(CDF)-Pipe Abandonment 30 Jr&`t. 1 L /(o'}t(,Z.ZD CY _ Per CY C06 Crushed Surfacing Top Course(CSTC) 1,250 X3•i5 ,2-8 931-•50 TON Per TON C07 Gravel Borrow for Backfill 8,150 __I _oa /cf 4,z gyp.5a TON Per TON C08 Asphalt Treated Base 155 to 7 3a_ /4,. &,31.50 TON Per TON C09 Permanent Asphalt Patch 2,280 /5'cep_ 35 q,9•66.00 TON Per TON C10 Cement Concrete Driveway 20 -� -� 3��5 '�� SY Per SY C11 Cement Concrete Sidewalk 145 jA0. /_ 11. '/14 f.30 SY Per SY Schedule of Prices Page 4 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON ADDElVDUM#t SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. `Note Show UNIT PRICE and TOTAL AMOUNT in.FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT" NO, QUANTITY Dollars ,Cents Dollars Cents C12 Cement Concrete Curb and Gutter 195 q . WC gO 3 OO LF Per LF C13 Removal and Replacement of Unsuitable Foundation 150 q(BA• Materials TON Per TON /3 1 q.3'0o C14 Construction Geotextile for Separation 300 5, 5 to ((o&e Od 7 c. C15 Removal of Unforeseen Obstructions and Debris 1 S50,000.00 S50,000.00 {t FA Per FA �✓ C16 CLSM Encasement 10 — 5-_ 0 4 4 qO CY Per CY C17 Survey Monument Replacement 7 Z& 3•!a6 f 4 5.1-(o EA Per EA C18 Removal of Existing Fire Hydrant 7 /�g):TY_ t(i 53 EA Per EA C19 Abandon Existing Gate Valves 46 _SgY• /5 qr, (o 7j, 4 D EA Per EA C20 Abandon Existing Water Main 1 /-035,53 /,2,035,53 LS Per LS C21 Cut, Cap, and Block Existing Water Mains 2 .,2..03.54? 7.140 - /a_ EA Per EA 8-inch Diam. Ductile Iron Class 52 Restrained Joint C22 Water Pipe&Restrained Joint Fittings w/Polywrap 515 —/�(0'�O'2= �O/x.561.30 LF Per LF C23 10-inch Diam. Ductile Iron Class 52 Restrained Joint Water Pipe&Restrained Joint Fittings with Polywrap LF Pete 3 13e08-6)0 12-inch Diam. Ductile Iron Class 52 Restrained Joint C24 Water Pipe& Restrained Joint Fittings with Polywrap 4,170 ��1,4,5_ /I 40&,, 90Z4,•50 LF Per LF G25 16-inch Diam. Ductile Iron Class 52 Restrained Joint 480 �4Q.4403_ X1-' l i80 Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF C26 Concrete for Concrete Blocking and Straddle Thrust 210 7Jj•oZ Blocking and Tie Rod CY — Per CY8 �O o C27 4-inch Diam. Gate Valve Assembly 1 /_bb S_QO /1-.3 1-, qO EA Per EA C28 6-inch Diam. Gate Valve Assembly 2 / ,2q_T.2 ,30r-('.3e 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 ,Z1.58_t Z -I gc(g , 3L/ EA Per EA C30 10-inch Diam. Gate Valve Assembly 4 3 4'`t•Sq / 3 14 ct•647 EA _ Per EA C31 12-inch Diam. Gate Valve Assembly 35 (5� „i, /'-(5 555 . ,2v EA Per EA C32 16-inch Diam. Butterfly Valve Assembly 8 (c . _5`1 514/,ZL. 32. EA Per EA C33 Fire Hydrant Assembly 8 10 3E 7. t5 8,A `!�O(• ,O EA Per EA C34 1-inch Diam. Air and Vacuum Release Valve 1 48 L( 30 (oe tel.3e. Assembly EA Per EA C35 2-inch Blow Off Assembly-Permanent 2 58 5&-oz.? I I QL/•5 e EA Per EA C36 1-inch Diam. Water Service Connection 26 3055.(,_y ,1.1 L/L T• I it EA Per EA C37 1.5-inch Diam.Water Service Connection 8 1-l12 5q 51-in t D EA Per EA C38 2-inch Diam. Water Service Connection 1 e 54.it 8 1-5 q, ( g EA Per EA C39 Connection to Existing 4-inch Diam. Sprinkler Water 1 10��,/ 0 yam,/ �3 Service Line "C � `�f• EA Per EA C40 Connection to Existing 6-inch Diam. Sprinkler Water 2 lv oZ I raw(. 5,--- Service Line EA Per EA C41 Connection to Existing 6-inch Diam. of Fire Hydrant 1 (o,316 5 5 (03 Q 1 .55 Main Line l EA Per EA c} C42 Connection to Existing 8-inch Diam. Sprinkler 1 /0 (p0?.' (n low (. Water Service Line EA Per EA C43 Connection A to Existing 8-inch Diam. Water Main 1 If 9_Ia ,q5'• LIo EA Per EA C44 Connection B to Existing 8-inch Diam. Water Main 1 iD D ,OD 10 01-8 -0c) EA Per EA '/ C45 Connection C to Existing 8-inch Diam. Water Main 1 (05 ^L O /D J�geo. `� EA Per EA Schedule of Prices Page 6 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 sod TOTAL AMOUNT in FIGURES only ITEM APPROX. UNIT PRICE" TOTAL AMOUNT" NO. ITEM WITH UNIT PRICED BID QUANTITY Dollars Cents Dollars Cents C46 Connection D to Existing 8-inch Diam. Water Main 1 /014R. Io to 1,44.• 10 EA Per EA C47 Connection E to Existing 8-inch Diam. Water Main 1 154.ZLI-/3 15 ,Z,{.4-3 EA Per EA C48 Connection F to Existing 8-inch Diam. Water Main 1 la o 43.'-`t /o 0 q-6. '/ EA Per EA C49 Connection G to Existing 8-inch Diam. Water Main 1 10 0 $.' l0 0q,5_Oa EA Per EA C50 Connection H to Existing 8-inch Diam.Water Main 1 9e it dal qpj G (. 6,,3 EA )—Per EA C51 Connection 1 to Existing 8-inch Diam. Water Main 1 gggc(.3 q6Q t• 6,3 EA Per EA C52 Connection O to Existing 8-inch Diam Water Main 1 /OPO_ /O ,Z.IO •(5 EA Per EA C53 Connection J to Existing 10-inch Diam. Water Main 1 135O. 4150. 3' - EA Per EA C54 Connection K to Existing 10-inch Diam. Water Main 1 /Q_o tO /0 0•534.D3 EA Per EA C55 Connection L to Existing 10-inch Diam. Water Main 1 /0 4,1,0•III /6 6004D•1V EA Per EA C56 Connection M to Existing 10-inch Diam. Water Main 1 /o. ,.E._ 10 3.28• I EA Per EA C57 Connection N to Existing 10-inch Diam. Water Main 1 12-.3� -3-g 103,2-8_q c./ EA Per EA II C58 Connection P to Existing 12-inch Diam. Water Main 1 !o 91/A ci /0 ?112-9/ EA Per EA C59 Connection Q to Existing 12-inch Diam. Water Main 1 (Q33ea2,. . /0 33LP. (czs EA Per EA C60 Connection R to Existing 12-inch Diam. Water Main 1 //3A.1•55 I/ 3d,1.55 EA Per EA C61 Connection S to Existing 12-inch Diam. Water Main 1 103,1p_(05 /D 3340-4o r5 EA Per EA C62 Connection T to Existing 12-inch Diam. Water Main 1 to 334 -425 /o'36 . (,5 EA Per EA Schedule of Prices Page 7 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-0&14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BD ITEMIS. "Note Show UNIT PRICE and TOTAL.AMOUNT,FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. ! UNIT PRICE* TOTAL AMOUNT"` NO. QUANTITY Dollars Cents Dollars Cents C63 Connection U to Existing 12-inch Diam.Water Main 1 /0 6,0••03 l0 ()5 4.0 3 EA Per EA C64 Connection V to Existing 12-inch Diam.Water Main 1 /D 334.(0 5 AD 331p.45 EA Per EA C65 Connection W to Existing 12-inch Diam. Water Main 1 IL(50• 44 I( /540•404/ EA Per EA C66 Connection X to Existing 16-inch Diam.Water Main 1 ($/,34p.(p&o IS t 360- EA , Per EA C67 Connection Y to Existing 16-inch Diam.Water Main 1 l6 a 5,27A Ig ot+7,.• (s EA Per EA C68 Connection Z to Existing 16-inch Diam.Water Main 1 1. lacev.to (t(Ao&•1 a EA Per EA C69 Connection AA to Existing 16-inch Diam.Water Main I 1 ??.5 7 /'A 9g.5? EA Per EA C70 Connection AB to Existing 16-inch Diam.Water Main 1 ($ l j(Q_6(o (b (3c•46, EA Per EA C71 Connections to Existing 12"x 8"DI Cross 1 Li 15(0-44 is 1 C 540• Gil EA Per EA C72 4-inch Diam. Sanitary Side Sewer Pipe Relocation 60 1(0("08 C( ,/ 0 (For Water Conflict) / �P"� LF Per LF 6-inch Diam.Sanitary Side Sewer Pipe Relocation C73 (For Water Conflict) 80 1(O '- � (3 a 2 3-AO LF Per LF C74 Adjust Existing Water Valve Box Cover to 11 _4 tog we7- Finished Grade EA Per EA C75 Adjust Existing Manhole Cover to Finished Grade 37 9. . 3;,q-13.1g EA Per EA C76 Adjust Existing Gas Valve Box Cover to 19 ...5,1(O• 10 oce..g.„7___ Finished Grade EA Per EA C77 Resolution of Utility Conflicts for Proposed 1 $250,000.00 $250,000.00 Water System FA Per FA C78 Additional Ductile Iron Fittings 8,000 co.5l0 4/4/ga LB Per LB Schedule of Prices Page 8 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. 'Note Show UNIT PRICF and TGTAI_AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE` TOTAL AMOUNT* NO. QUANTITY Dollars Cents / Dollars Cents Subtotal Schedule C At,, 095i 051' U 10.5%Sale Tax I/z.°r, 980.qe.( Total Schedule C 4) Sz S/ 03z. Z 5 Summary Total Schedule A brought forward= S / (005 8 -. /q Total Schedule B brought forward= S / 310 (350. 51 Total Schedule C brought forward= S L-( 5 5 03z- _Z 5 Total Bid Amount, Schedule A, B, and C = S 7- t/14 /6 q,65 Notes Determination of low bidder will be based solely on the'Total Bid Amount" Schedule of Prices Page 9 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal This form must be submitted with the Bid Proposal. CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA By signing below,Bidder acknowledges receipt and understanding of the following Addenda: ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO. I DAM: 3 -3 —A4c NO. Z. DATE: ' Zo • 2(P NO. DATE: NO. DATE: NO. DATE: NO. DATE: NO. DATE: SIGNED: TITLE: V1 C. Ts4 t p N r NAME OF COMPANY: ctA Q-( 5 t-r6- o K 5 14 ADDRESS: 170 ox l(g CITY/STATE/ZIP: NO gsra leo,/j TELEPHONE: 1-(,25 -eeg - I$q(P Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal owe. 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. u.Ry S rrEK 5 1Ale_ : 2: uth::dofficia l t'A �#401 Printed Name Vtd,a rPR IpEn.►T Title e3-,.2 .z4. Jio iz-ry Eivn to 4- Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation LIC ❑ State of Incorporation, or if not a corporation,State where business entity was formed: W j'.J Torl If a co-partnership,give firm name under which business is transacted: *if a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign).if a co-partnership,proposal must be executed by a partner. Template updated 2-12-19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 contractF.Y S iTE WoR►� JNe 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 Subcontractors Name Self-Performed O Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Page SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable Ne Subcontractors Name Self-Performed 0 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 l,Ue, Cod S�c yam,. Self-Performed 0 Address - ,Zoe%," kue 5t Re (AM 61e195e Phone No. glya,..5gi.305 Contractor's WA License No. I wE?r cc.5 g gZg Bid Item Numbers 8 3 g 3 z. 33 134 Description of Work GIectrc."l Category of Work Structural Steel Not Applicable 0 Subcontractors Name Conccv*. 5er 1/(4- N� Self-Performed 0 Address (,l1{03 - 50�—'' Ave. �vYaRor W4 ?6334-3 Phone No. �3Q .1 4111f Contractor's WA License No. COI cAiS r o 4/o 4 Bid Item Numbers $-01,oN 4 c,ro,II rt Description of Work Concr ) -Re bar, 5..-r0.4.4-uy 5 _` Category of Work Rebar Installation Not Applicable 0 Subcontractors Name Ce•,n�M Sa r u,G'e.• Ne_ Self-Performed ❑ Address 114t23— 66%`- t4v4- E TU`/, Jl'L)p Phone No. z53-17,=,-Ii4 V Contractor's WA License No. Co M C RSS oi0 N Bid Item Numbers g-o1,o' . 4 C,-ro,'r, 12.. Description of Work Con e.reA e 'PN,c,bar c 54-r wt--ku.,r - Category of Work E4 N\p Not Applicable Subcontractors Name -138 e,Ke_p- tg,e.„,1/4„ ,P Self-Performed 0 Address 'PpBox 1443 Su_wi er 14 ft ?839c Phone No. 253-A g5•01 r5 Contractor's WA License No. B ECK 1^B L g ck5 Bid Item Numbers A-11 , 4-Ln L 8, -� Description of Work {k lvt4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 3/25/26, 12:30 PM BECKER BLACKTOP LLC IN.r gmn Sere D[yem,xm of Labor&Industries.(hops://Ini.wa.goo/) Contractors BECKER BLACKTOP LLC Owner or tradesperson P.O.Box 2273 Principals SUMNER,WA 98390 BECKER,JASON 206-940-3912 PATRICK,PARTNER/MEMBER PIERCE County Doing business as BECKER BLACKTOP LLC WA UBI No. Business type 603 135 627 Limited Liability Company Registration Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. BECKEBL895RZ Effective—expiration 12/09/2011—05/05/2026 L&I Contractor Registration: 1-800-647-0982-Email:ContReg@Lni.wa.gov Bond Old Republic Surety Co $30,000.00 Bond account no. YU5422057 Received by L&I Effective date 04/14/2025 03/03/2025 Expiration date Until Canceled Bond history Insurance ................ WESTERN NATIONAL MUTUAL INS CO $1,000,000.00 Policy no. CPP123205104 Received by L&I Effective date ( 01/14/2026 02/08/2024 Expiration date 02/08/2027 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L8I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. https://secure.)ni.wa.gov/verify/Detail.aspx?UBI=603135627&LI C=BECKEBL895RZ&SAW= 1/2 3/25/26, 12:30 PM BECKER BLACKTOP LLC Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training_Agent No active Washington registered apprentices exist for this business.Washington allows the use of apprentices registered with Oregon or Montana.Contact the Oregon Bureau of Labor&Industries or Montana Department of Labor &Industry to verify if this business has apprentices. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 232,555-01 Doing business as BECKER BLACKTOP LLC Estimated workers reported Quarter 4 of Year 2025"31 to 50 Workers" Workers'Comp Account Contact T3/LINDA ALGUIRE(360)902-4678-Email:POTH235@Ini.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training Effective July 1,2019 Exempt from this requirement. Contractor Strikes This contractor received a valid strike(s)for violation or infraction for the following L&I law(s).Learn more about contractor strikes. RCW Violation Effective Date 18.27.200 11/5/2014 Description Failure to comply with contractor registration requirements,per RCW 18.27 RCW Violation Effective Date 51.48.103 6/8/2015 Description Failure to obtain a certificate of coverage for industrial insurance Can this contractor bid on Public Works projects? No debarments have been issued against this contractor. Workplace Safety& Health Check for any past safety and health violations found on jobsites this business was responsible for. No inspections during the previous 6 year period. https://secure.)ni.wa.gov/verify/Detail.aspx?U B 1=603135627&LI C=BECKEB L895RZ&SAW= 2/2 3/25/26, 12:31 PM CONCRETE SERVICES INC Y,Mnglen Hem Dcyermr of Labor&Industriese(https://Ini.wa.goov/) Contractors CONCRETE SERVICES INC Owner or tradesperson 11403 58th Ave E Principals Puyallup,WA 98373 WILSON,DANIEL DEAN,PRESIDENT 253-922-1444 PIERCE County WILSON,EDWARD A,SECRETARY (End:05/31/2012) Doing business as CONCRETE SERVICES INC WA UBI No. Business type 601 334 103 Corporation Registration Verify the contractors active registration I license/certification(depending on trade)and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. CONCRSIO9ONZ Effective—expiration 08/09/1991—06/13/2026 L&I Contractor Registration: 1-800-647-0982-Email:ContReg@Lni.wa.gov Bond ................ Ohio Cas Ins Co $12,000.00 Bond account no. 47k000205 Received by L&I Effective date 04/16/2024 04/01/2024 Expiration date Until Canceled Bond history Insurance Middlesex Insurance Company $1,000,000.00 Policy no. A0256024 Received by L&I Effective date 07/08/2025 07/10/2024 Expiration date 07/10/2026 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601334103&LIC=CONCRSI090NZ&SAW= 1/2 3/25/26, 12:31 PM CONCRETE SERVICES INC License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent No active Washington registered apprentices exist for this business.Washington allows the use of apprentices registered with Oregon or Montana.Contact the Oregon Bureau of Labor&Industries or Montana Department of Labor &Industry to verify if this business has apprentices. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 407,370-01 • Doing business as CONCRETE SERVICES INC Estimated workers reported Quarter 4 of Year 2025"31 to 50 Workers" Workers'Comp Account Contact TO f SARAH BURDICK(360)902-6113-Email:BSAD235@Ini.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1,2019 Exempt from this requirement. Contractor Strikes ...................................................... No strikes have been issued against this contractor. Can this contractor bid on Public Works projects? No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 04110/2025 Violations Inspection no. 317984652 Location 2347 168th PL NE Marysville,WA 98271 https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601334103&LIC=CONCRSI090NZ&SAW= 2/2 3/25/26, 12:31 PM WEST COAST SIGNAL INC i:ror-e:Tildustries'.(https://lni.wa.gov/) Contractors WEST COAST SIGNAL INC Owner or tradesperson 20111 208TH AVE SE Principals RENTON,WA 98058 LORENZ,MATHEW JAMES,PRESIDENT 206-595-6656 KING County Mogensen,Becky,PRESIDENT (End:04/28/2025) ( Mogensen,Becky,AGENT (End:04/28/2025) SHERWOOD,ROGER P,PRESIDENT (End:08/15/2018) UNITED STATES CORP AGENTS INC,AGENT (End:08/15/2018) MOGENSEN,JON E,PRESIDENT (End:11/13/2015) Doing business as WEST COAST SIGNAL INC WA UBI No. Business type 603 149 602 Corporation Governing persons MATTH E W LORENZ JON ERIC MOGENSEN; ROGER PAUL SHERWOOD; License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Electrical Contractor Active Meets current requirements. License specialties GENERAL(01) License no. WESTCCS8928G Effective—expiration 11/21/2011—11/21/2027 Designated administrator Active Lorenz,Matt Meets current requirements. License type License no. Electrical Administrator LORENM"763P3 Bond Merchants Bonding Co(Mutual) $4,000.00 Bond account no. 101648280 Received by L&I Effective date 09/29/2025 11/07/2025 Expiration date Until Canceled https://secure.lni.wa.gov/verify/Detail.aspx?UBI=603149602&LIC=WESTCCS8928G&SAW= 1/2 3/25/26, 12:31 PM WEST COAST SIGNAL INC Bond history Savings No savings accounts during the previous 6 year period. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent Registered training agent.Check their eligible programs and occupations. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. This company has multiple workers'comp accounts. Active accounts L&I Account ID Account is current. 473,684-00 ................................ Doing business as WEST COAST SIGNAL INC Estimated workers reported Quarter 4 of Year 2025"11 to 20 Workers" Workers'Comp Account Contact TO/SARAH BURDICK(360)902-6113-Email:BSAD235@lni.wa.gov Track this contractor Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1,2019 Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Can this contractor bid on Public Works proiects? No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 05/19/2025 Violations Inspection no. 317985625 Location 13306 Canyon Rd E Puyallup,WA 98373 https://secure.lni.wa.gov/verify/Detail.aspx?UBI=603149602&LIC=WESTCCS8928G&SAW= 2/2 VS NOR 410 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. „ _ Ken Srilofung, Project Manager, City of Renton Highlands Reservoir Water Main Improvements Project ADDENDUM NO. 1 Page 1 of 1 March 3,2026 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.C01) 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. R01) 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 I of 3 March 20,2026 This form must be submitted by Apparent Low Bidder and Second Apparent Low Bidder within 5 Business Days after Bid Opening SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA FORM PROJECT NAME: Highlands Reservoir Water Main Improvements Project, WTR-27-03888 CONTRACTOR'S COMPANY NAME: F S i— KKs /Nd- DATE: 3-R5-e24. ADRESSS•I'D 13.0x 02ll€7 TELEPHONE: (Lt5-888 -(5 No -$eiuv WA- ?8O1.15 The bidder must document that the bidder meets the supplemental responsible bidder criteria. The bidder should provide additional sheet to fully describe referenced projects and experiences. 1. The Supplemental Responsible Bidder Criteria states that the Bidder must have successfully completed at least one (1) project of similar scope and magnitude to the work within the five (5)years prior to bid opening. List the projects that show that the Bidder meets these requirements. Project Name Year Owner Location Construction Cost Value($) .? fAY ajFACIMA_ ?(evi 01,t tbrliYadT Furnish references for information concerning all work listed above. Name Title Phone Number Email Address out-WrAl& 'D rtviO,S (60-tricG 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 2. The Supplemental Responsible Bidder Criteria states that Bidder's project manager must have successfully completed the supervision of at least three (3)projects of similar scope and magnitude to the work within the ten (10)years prior to bid opening. List the project manager's name and projects that show that he or she meets these requirements. Name: in►V-It bad4 Project Name Year Owner Location Construction Cost Value($) P\.a See Gl0u ,Gfic) Furnish references for information concerning all work listed above. Name Tittle Phone Number Email Address "OLAW ste of-a-trkkd 3. The Supplemental Responsible Bidder Criteria states that Bidder's superintendent must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work within the past ten (10)years prior to bid opening. List the superintendent's name and projects that show that he or she meets these requirements. Name: ,)1(Y1 mills Project Name Year Owner Location Construction Cost Value($) Na'V aOrt,iould Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Furnish references for information concerning all work listed above. Name Tittle Phone Number Email Address ?(t 4. The Supplemental Responsible Bidder Criteria states that Bidder's foreman must have successfully completed the supervision at least three (3)projects of similar scope and magnitude to the work within the ten (10)years prior to bid opening. List the foreman's name and projects that show that he or she meets these requirements. Name: fexylpt not() VA.yriiyCz- Project Name Year Owner Location Construction Cost Value($) NAV St Aga/lir/hid Furnish references for information concerning all work listed above. Name Tittle Phone Number Email Address LeitSf se a: ,4r,Gc ct 5. Name and title of the person filing out the form. NAME: alh YYIG� TITLE: Of-6'a /m er Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Fury Site Works Inc. PREVIOUS CONTRACTS Owner: City of Mercer Island Job Name: Phase 1 PRV Station Replacement Project Contact: Clint Morris 9611 SE 36th St (206) 275-7807 Mercer Island, WA 98040 Contract Amount: $1,351,633.03 Final Amount $1,424,368.76 Award Date 2024 Year Completed: 2025 Demo/abandonment and construction of 4 PRV Stations sites - 6-12" Water Scope: Main Connections, Water Services, Fire Hydrants, Timber Staircase, Rock Wall, and Concrete/Asnhalt Restoration Owner: City of Bellevue Job Name: Crossroads Condos Water Main Replacement Contact: Salue Lek Po Box 90012 (425) 452-4198 Bellevue, WA 98004 Contract Amount: $1,172,063.91 Final Amount $1,097,116.95 Award Date 2025 Year Completed: 2025 Scope: Water & Roadway Improvements - Installation of over 1700 LF of DI Pipe, 50+ Water Services, 20+Gate Valves, Curb & Gutter, and Paving Removal of 160 LF of Asbestos Cement Pipe Owner: City of Bellevue Job Name: Water Main Replacement 2024 Contact: Salue Lek Po Box 90012 (425) 452-4198 Bellevue, WA 98004 Contract Amount: $6,509,508.58 Final Amount $6,038,894.28 Award Date 2024 Year Completed: 2025 Scope: Water & Roadway Improvements - Installation of over 8000 LF of DI Pipe, 2500 LF of Earthquake Resistant Pipe, 35+ PRV's, 170+ Water Services, 100+ Gate Valves, Curb & Gutter, and Paving Owner: City of Bellevue Job Name: Water Main Replacement 2023 Contact: Salue Lek Po Box 90012 (425) 452-4198 Bellevue, WA 98004 Contract Amount: $8,699,436.63 Final Amount $8,001,832.84 Award Date 2024 Year Completed: 2025 Water & Roadway Improvements - Installation of over 14,000 LF of DI Pipe, Scope: 1200 LF of Earthquake Resistant Pipe, 200+ Water Services, 125+ Gate Valves, Curb &Gutter, and Paving Owner: Town of Yarrow Point Job Name: Town Wide Stormwater and UGC Project Contact: G&O-Chris Bacon 3710 168th Street NE Suite 210 (206)-284-0860 Arlington,WA 98223 Contract Amount $2,119,872.67 Final Amount $2,112,716.41 Award Date 2024 Year Completed: 2025 Storm Improvements & Underground Conversion- Installation of 1500LF Scope: Storm Sewer PVC, 20,000LF Utility Conduit replacement, & 7000LF Utility Trenching Owner: Department of Natural Resources Job Name: Dahlgren Family Park- DNR 23-E20 Contact: Laura Cooper 1111 Washington St SE (253) 740-0008 Olympia,WA 98504-7030 Contract Amount: $1,069,227.67 Final Amount $1,375,770.95 Award Date 2023 Year Completed: 2025 Scope: Construction of a new park including Restroom,Shelter, Playground Sculptures and equipment, pathways, site furnishings and landscaping Owner: City of Bellevue Job Name: Water Main Replacement 2022 Contact Salue Lek Po Box 90012 (425) 452-4198 Bellevue,WA 98004 Contract Amount: $6,059,761.61 Final Amount $5,572,626.92 Award Date 2023 Year Completed: 2024 Scope: Water & Roadway Improvements- Installation of over 10,000 LF of DI Pipe, 145+ Water Services, 100+ Gate Valves, Curb&Gutter, and Paving Owner: City of Bothell Job Name: Valhalla Utility Improvements Contact: Robert McCadden 18415 101st Ave NE (425)-471-9300 Bothell, WA 98011 Contract Amount: $4,012,792.04 Final Amount $3,938,189.92 Award Date 2023 Year Completed: 2024 Water &Roadway Improvements-Installation of 5000LF DI Water main, 700LF Scope: Storm Sewer PVC, 35+ Gate Valves,80 Water Services,Curb&Gutter, and 4300 Ton Overlay Owner: City of Issaquah Job Name: 12th Ave NW and SR 900 / 17th Ave NW Improvement Project Contact: Jim Jacobe 6701st Ave NE (425)-837-3101 Issaquah,WA 98027 Contract Amount: $4,596,469.49 Final Amount $5,111,605.19 Award Date 2023 Year Completed: 2024 Scope: Water, Roadway, &Traffic Signal Improvements-Install Pump Station,Traffic Signal systems, 650LF DI Water Main,Curb &Gutter, Sidewalks,and Paving Owner: Snoqualmie Pass Utillity District Job Name: Water System Improvements -ERSTE Strasse Contact: HLA-Angie Ringer 2803 River Road (509)-966-7000 Yakima,WA 98902 Contract Amount: $1,716,471.50 Final Amount $1,742,088.85 Award Date 2023 Year Completed: 2024 Scope: Water &Roadway Improvements-Installation of over 4,200 LF of DI Pipe, 2 PRV Stations, and Paving Owner: City of Snoqualmie Job Name: Williams Addition Watermain Replacement Contact: Patrick Fry 38624 SE River St (425)-681-4613 Snoqualmie, WA 98065 Contract Amount: $1,203,399.75 Final Amount $1,168,451.14 Award Date 2023 Year Completed: 2023 Scope: Water & Roadway Improvements - Installation of over 3,000 LF of DI Pipe,50+ Water Services, 10+ Gate Valves,and Paving Owner: City of Issaquah Job Name: 2023 Watermain Replacement Contact: Tony Nguyen 6701st Ave NE (425)-837-3437 Issaquah,WA 98027 Contract Amount: $1,274,091.11 Final Amount $1,290,056.12 Award Date 2023 Year Completed: 2023 Scope: Water & Roadway Improvements-Installation of over 3,000 LF of DI Pipe, 50+ Water Services, 10+ Gate Valves, Curb &Gutter, and Paving Owner: City of Bellevue Job Name: AC Watermain Replacement 2020-Phase 2 Contact: Robert Rudd Po Box 90012 (425) 452-4242 Bellevue,WA 98009 Contract Amount $5,446,967.16 Final Amount $5,704,553.99 Award Date 2020 Year Completed: 2022 Scope: Water &Roadway Improvements-Installation of over 15,000 LF of DI Pipe, 250+ Water Services, 100+ Gate Valves, Curb&Gutter and 400 Ton Overlay F .: Y SITE WORKS I N C Supplemental Responsible Bidder Criteria Superintendent: Jim Mills Years of Experience: 25+ years Foreman: Fernando Ramirez Years of Experience: 25+ years Project Mangaer: Mike Day Years of Experience: 10+ years Experience Owner: City of Bellevue Job Name: Water Main Replacement 2023 Contact: Salue Lek Po Box 90012 (425) 452-4198 Bothell, WA 98011 Description: Water&Roadway Improvements-Installation of over 14,000 LF of DI Pipe,1200 LF of Earthquake Resistant Pipe,200+ Water Services,125+ Gate Valves,Curb& Gutter,and Paving Contract Amount: $8,001,832.84 Year Completed: 2025 Owner: City of Bellevue Job Name: Water Main Replacement 2024 Contact: Salue Lek Po Box 90012 (425) 452-4198 Bellevue, WA 98004 Description Water&Roadway Improvements-Installation of over 8000 LF of DI Pipe,2500 LF of Earthquake Resistant Pipe,35+ PRV's,170+ Water Services,100+ Gate Valves,Curb&Gutter,and Paving Contract Amount: $6,038,894.28 Year Completed: 2025 Owner: City of Bellevue Job Name: Water Main Replacement 2022 Contact: Salue Lek Po Box 90012 (425) 452-4198 Bellevue, WA 98004 Description: Water&Roadway Improvements-Installation of over 10,000 LF of DI Pipe,145+ Water Services,100+ Gate Valves,Curb&Gutter,and Paving Contract Amount: $5,572,626.92 Year Completed: 2024