HomeMy WebLinkAboutEarthwork Solutions, LLC. 441/es.P.''
4 -Lae
Earthwork Solutions LLC
8629 156th St NE
Arlington, WA 98223
7.5 7 City of Renton
A 1055 South Grady Way,
Renton WA,98055
Project:
cm/ OF RENTON Highlands Reservoir Water Main Improvements
#CAG-26-001
MAR 2 5 2026 Bid Date&Time:
RECEIVED 03/25/2026 @2:00 pm
CITY CLERK'S OFFICE
cyrf o
f f
D2.
k'NTO
Public l\orl., Department
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
Documents to be Submitted with Bid
O PROPOSAL BID BOND FORM
l DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION
O PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM
O SCHEDULE OF PRICES
O ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
O CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
O SUBCONTRACTOR LIST
C
ti` 1 O
G A �� This form must be submitted with the Bid Proposal.
♦ ♦
0
Proposal Bid Bond
KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] Earthwork Solutions, LLC
of[address] 8629 156th Street NE, Arlington, WA 98223 as Principal,
and[Surety] United Fire&Casualty Company
a corporation duly organized under the laws of the State of Iowa ,
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 .
Earthwo Solutions, LLC United Fire &Casualty Company
[Prin ' [Sure
G✓
i/'JRVORaI�e
[ ure of aut ed i ' gnature of a orized official]
Yt ll el t nav' By: Katelyn Cooper /rt
[ itle] [Attorney-in-Fact] NRa°es
10400 NE 4th St, Suite 900
[Address]
Bellevue, WA 98004
(425) 709-3600
[Telephone Number]
Approved by the City Attorney on 6/03/13
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
` UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department
fgeUNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY,LOS ANGELES,CA Cedar Rapids,IA 52401
NSURANCE CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company—See Certification)
KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws
of the State of Iowa; United Fire& Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and
Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called
the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint
NICHOLAS FREDRICKSON, ANDREW KERSLAKE, GUY P. ARMFIELD, ROGER KALTENBACH, ELIZABETH R. HAHN, SCOTT
MCGILVRAY, ALEC GUMPFER, GREG LAGREID, DEANNA M. FRENCH, JANA M. ROY, KATELYN COOPER, RONALD J.
LANGE, SCOTT FISHER, SCOTT GARCIA, SUSAN B. LARSON, MINDEE L. RANKIN, REBECCA SARMIENTO, CHRIS
LARSON, KYLE DOZIER, ABBIE A. BONNEY, SANDY L. BOSWELL, JANIE MA, SHARON POPE, BRENDA S. NOLIN,
JANTEANE BLYTON, ALEX GIANNINI, WILLIAM M. SMITH, GREGORY C. RYERSON, EACH INDIVIDUALLY
their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50,000,000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire&Casualty Company,United Fire&
Indemnity Company,and Financial Pacific Insurance Company.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United
Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company.
"Article VI—Surety Bonds and Undertakings"
Section 2,Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may,from time to time, appoint by written
certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature.
The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of
either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the
Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal
the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority
previously given to any attorney-in-fact.
IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its
,,,1111111,,, NIN\SIND6y//// I,a 111111t11 h
`���� �� g'4' vicepresident and its corporate seal to be hereto affixed this
+<,y ` P,,. v,Tat ,`pc tiq,�1!.,, i'po 15t day of April , 2024
IY CORPORATE ; =W CORPORATE i =U,%3°1,10,2 `$'.o` UNITED FIRE&CASUALTY COMPANY
II —'— SEAL = , o lee: I= UNITED FIRE&INDEMNITY COMPANY
I.',;?o, 1 , $ e 4, 'r 1,;` �� :'' ',!Foa�`�`�,= FINANCIAL PACIFIC INSURANCE COMPANY
,IIRIII,I,N�0 f
By: ��ak—/L
State of Iowa,County of Linn,ss: Vice President
On 1st day of April , 2024, before me personally came Kyanna M. Saylor
to me known,who being by me duly sworn,did depose and say;that she resides in Cedar Rapids,State of Iowa;that she is a Vice President of United
Fire&Casualty Company,a Vice President of United Fire&Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said
instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her
name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations.
�4:11
Judith A Jones a
$ Iowa Notarial Seal I_
Commission xmber Notary Public
My Commission Expires 04/23/2027
My commission expires:04/23/2027
I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant
Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said
Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 25th day of March ,2026 .
,,gNuuwo„,- "UWuWryp `�I\C INS7,h,
47c
V G L CORPORATE j' a i'oLY 4�O'O '`-�(J�`n/
7LE. �� -�- i= i'. 198E ;'yla_ B, " It �
SEAL '' 's 3%.C :t.4
�� --,,h ';y''--kiFow---..�,.�- Assistant Secretary,
- ' //,,MRAPI ,:,0 — *0" i;��'`` n,,nmm,,,,,o UF&C&OF&I&FPiC
aaut�
Bf0AO049 1211
This form must be submitted with the Bid Proposal.
Department of Labor and Industries
Certificate of Registration
Name on Registration: Earthwork Solutions, LLC.
Registration Number: EARTHSL830OK
Expiration Date: 09/12/2027
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
Earthwork Solutions, LLC.
Name of Bidder's Firm
Printed Name: Josh Frizzell, Governor Signature:
Address: 8629 156th St NE. Arlington WA, 98223
Contact Name (please print): Josh Frizzell
Phone: 360-540-1954 Email: bids@earthworksolutions.com
Names of Members of Partnership:
OR
Pavel Nikolin, President
Josh Frizzell, Governor
Ed Nikolin, Managing Member
Name of President of Corporation N/A
Name of Secretary of Corporation N/A
Corporation Organized under the laws of N/A
With Main Office in State of Washington at N/A
Subscribed and sworn to before me on this 25th_day of March ,, 2i
Notary Public in and for the State of Washington
,,,,,,,c,"'BE ,,,, Notary (Print) Keanae Berger,tfr
Xci;4.: s My appointment expires: 0$/15/2028
Np.2O11`C3ry.? E
PUB o
T 15' •far
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^RICE 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 $475,000.00 $475,000.00
LS Per LS
A02 Construction Surveying. Staking, and As-Built 1
$51,395.00 $51 ,395.00
Drawings LS Per LS
A03 Temporary Traffic Control 1 $379,711.04 $379,711 .04
LS Per LS
A04 Uniformed Police Officer 200 $122.20 $24,440.00
HR Per HR
A05 Site Specific Potholing Up to 6-Foot in Depth 190 $352.50 $66975.00
EA Per EA
A06 Site Specific Potholing Deeper than 6-Foot 55 $528.75 Per EA $29,081 .25
EASite Specific Potholing for Duct Banks or $352.50 7'0 0.0 0
A07 Utilities Encased in Concrete Up to 8 Feet in 20
Depth EA Per EA
A08
$7,179.25 $7179.25
Erosion and Water Pollution Prevention LS Per LS
A09 Construction Dewatering 1 $5,875.00 $5,875.00
LS Per LS
A10 Trench Excavation Safety System 1 $1.17 $1 .1 7
LS Per LS
All Hot Mix Asphalt Overlay 2,650 $152.41 $403,886.50
TON Per TON
Al2 Project Signage 2 $998.75 Q;
EA Per EA `r'1 997.50
A13 Property Restoration 1 $11,750.00 $1 1 ,750.00
LS Per LS Al4 Remove and Replace Pavement Markings 1 $68,561.25 $68,561 .25
LS Per LS
A15 Apprenticeship Incentive 1 52,000.00 DC 5C
CAL. Per CAL.
A16 Apprenticeship Penalty 1 S0.00 S'' _C,
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 VetL1y 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 t_I^IIT°RICE 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 $1,534,902.96
10.5%Sale Tax $161,164.81
Total Schedule A $1,696,067.77
BID SCHEDULE B -STORMWATER AND ROADWAY
B01 Minor Changes 1 S100,000.00 $100,000.00
EST. Per EST.
B02 Sawcutting Asphalt Pavement 3,100 $5.28 $1 6,368.00
LF Per LF
B03 Controlled Density Fill(CDF)-Pipe Abandonme 35 $519.34 $1 8 1 76.90
CY Per CY
B04 Crushed Surfacing Top Course(CSTC) 280 $38.36 $10,740.80
TON Per TON
B05 Gravel Borrow for Backfill 1,160 $25.70 $29,812.00
TON Per TON
B06 Permanent Asphalt Patch 920 $141 .00 $129,720.00
TON Per TON
B07 Cement Concrete Sidewalk 85 $140.98 11 ,983.30
SY Per SY
B08 Cement Concrete Curb and Gutter 145 $61 .66 $8,940.70
LF Per LF
B09 Removal and Replacement of Unsuitable 100 $43.47 $4 347.00
Foundation Materials
TON Per TON
B10 Construction Geotextile for Separation 75 $14.10 $1 057.50
SY Per SY '
B11 Abandon Existing Storm Structure 2 $3,495.62 $6 991 .24
EA Per EA '
B12 Remove Existing Storm Structure-Inlet 8 $1,630.31 $13 042.48
EA Per EA '
B13 Remove Existing Storm Structure-Manhole 7 $2,652.14 $18,564.98
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#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 on'.
ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT
NO. QUANTITY Dollars Cents Dollars Cents
B14 Remove Existing Storm Pipe 1.010 $65.38 $66,033.80
I_E Ppr I F
B15 Removal of Unforeseen Obstructions and 1 S25,000 00 825.000.00 )
" la9bris FA Per FA
B16 Connect Existing Storm Pipe to New Storm 10 $4,323.70 $43,237.00
Structure EA Per EA 4�
B17 Connect New Storm Pipe to Existing Storm 7 $3,566.50 $24,965.50
Structure EA Per EA
B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 $467.30 $5,607.60
LF Per LF
B19 8-inch Diam Ductile Iron Storm Pipe 165 $167.79 $27,685.35
LF Per LF B20 12-inch Diam. Ductile Iron Storm Pipe 1 015 $169.89 $172,438.35
LF Per LF
B21 12-inch Diam. Polypropylene Storm Pipe 55 $100.66 $5,536.30
LF Per LF
B22
$140.93 $37 346.45
18-inch Diam. Polypropylene Storm Pipe LF Per LF 7
B23 18-inch Diam. Ductile Iron Storm Pipe 42 $237.92 $9 992.64
LF Per LF •/ �!
B24 Catch Basin Type 1 9 $1,678.78 $1 5, 1 09.02
EA Per EA
B25
$2,652.56 $2 652.56
Catch Basin Type 1 L 1
EA Per EA
B26
$6,071.09 $42 497.63
48-inch Diam. Catch Basin Type 2 EA Per EA 1
B27 4-inch Diam. Sanitary Side Sewer Pipe 40 $1 25.72 .
$5,02880
Relocation(For Storm Conflict) LF Per LF
B28 6-inch Diam Sanitary Side Sewer Pipe 40 $128.28 $5, 1 31 .20
Relocation(For Storm Conflict) LF Per LF
$4.70
B29 1 O
$7,520.00
CCTV Inspection LF Per LF
B30 Remove Existing Abandoned Traffic Detection 1 $7,050.00 $7,050.00
Wire Loops LS Per LS
Schedule of Prices 'a 4, - .-
Provided to Builders Exch3nge of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Alway; ..
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
631 3-inch Diam. Schedule 80 PVC Conduit 3.300 $55.81 $184, 173.00
LF Per LF
B32
$3,818.75 $30,550.00
Locking LID STD. Duty J-Box Type 2 EA Per EA
$11,397.50 $11 ,397.50
B33 Small Cable Vault 1
EA Per EA
B34 Connection 3-inch Diam Schedule 80 PVC 1 $7,050.00 $7,0 5 0.0 0
Conduit to Existing Vault EA Per EA
B35 Resolution of Utility Conflicts for Proposed 1 $100,000.00 3100.000.00
Storm System FA Per FA
Total Schedule B $1,205,747.60
BID SCHEDULE C-WATER
C01 Minor Changes 1 $300.000.00 $300.000.00
Est. Per Est
CO2
$3,525.00 $3 525.00
Permits LS Per LS
CO3 Sawcutting Asphalt Pavement 10,500 $5.28 $55,440.00
LF Per LF
C04
$148.05 $29 610.00
Asbestos Cement(AC)Pipe Removal LF Per LF
C05 Controlled Density Fill(CDF)-Pipe Abandonment 30 $479'79 $1 4,393.70
CY Per CY
C06 Crushed Surfacing Top Course(CSTC) 1,250 $35.83 $44,787.50
TON Per TON
C07 8,150
$24.08 $196 252.00
Gravel Borrow for Backfill ,
TON Per TON
C08 Asphalt Treated Base 155 $152.75 $23,676.25
TON Per TON
Cog Permanent Asphalt Patch 2,280 $135.12 $308,073.60
TON Per TON
C10
$249.10 $4 982.00
Cement Concrete Driveway SY Per SY 9
C11 Cement Concrete Sidewalk 145 $131.60 $19,082.00
SY Per SY
Schedule of Prices
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.cxwa.com - Always Verity S_
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
C12 Cement Concrete Curb and Gutter 195 $49.35 $9,623.25
LF Per LF
C13 Removal and Replacement of Unsuitable Foundation 150 $47.00 $7,050.00
Materials TON Per TON
C14 Construction Geotextile for Separation 300 $14.1 0 $4 230.00
C15 Removal of Unforeseen Obstructions and Debris 1 $50,000.00 850,000.00 : < t >
FA Per FA
C16 CLSM Encasement 10 $217.37 $2, 173.70
CY Per CY
C17 Survey Monument Replacement 7 $2,056.25 $14,393.75
EA Per EA
C18 Removal of Existing Fire Hydrant 7 $2,601.78 $1 8 212.46
EA Per EA 1
C19 Abandon Existing Gate Valves 46 $582.65 $26,801 .90
EA Per EA
C20 Abandon Existing Water Main 1 $39,979.37 $39,979.37
LS Per LS
C21 Cut, Cap, and Block Existing Water Mains 2 $2,496.87 $4,993.74
EA Per EA
8-inch Diam. Ductile Iron Class 52 Restrained Joint C22 $152.47 $78 522.05
Water Pipe&Restrained Joint Fittings w/Polywrap LF Per LF
10-inch Diam. Ductile Iron Class 52 Restrained Joint C23 120 $227.14 $27 256.80
Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF r
12-inch Diam. Ductile Iron Class 52 Restrained Joint
C24 4
$206.57 $861 396.90
Water Pipe&Restrained Joint Fittings with Polywrap LF0 Per LF
C25 16-inch Diam. Ductile Iron Class 52 Restrained Joint 480 $344.77 $165 489.60
Water Pipe&Restrained Joint Fittings with Polywrap LF Per LF
C26 Concrete for Concrete Blocking and Straddle Thrust 210 $235.83 $49 524.30
Blocking and Tie Rod CY Per CY
C27 4-inch Diam. Gate Valve Assembly 1 $1,280.75 $1 280.75
EA Per EA
C28 6-inch Diam. Gate Valve Assembly 2 $1,586.83 $3, 173.66
EA Per EA
Schedule of Prices Page
__.;sid d .,,, �ciide-s Fxct.anye of WA., inc. For usage :ondiLions Ayrcemerl see 'www.oxwa.com - Aoways Verity Scat.
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.
rote Show UNIT PRICE and TOTAL AMOUNT in FIGURES only
ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT'
NO. QUANTITY Dollars Cents Dollars Cents
C29 8-inch Diam. Gate Valve Assembly 11 $2,340.70 $25,747.70
EA Per EA
C30 10-inch Diam. Gate Valve Assembly 4 $3,578.75 $1 4 315.00
EA Per EA '
C31 12-inch Diam. Gate Valve Assembly 35 $4,313.05 $150,956.75
EA Per EA
C32 16-inch Diam. Butterfly Valve Assembly 8 $7,008.43 $5 JV 6,067.44
EA Per EA
C33 Fire Hydrant Assembly 8 $10,038.90 $80 3 1 1 .20
EA Per EA
C34 1-inch Diam. Air and Vacuum Release Valve 1 $6,004.25 $6,004.25
Assembly EA Per EA
C35 2-inch Blow Off Assembly-Permanent 2 $5,977.22 $1 1 ,954.44
EA Per EA
C36 1-inch Diam.Water Service Connection 26 $3,666.99 $95,341 .74
EA Per EA
C37 1.5-inch Diam. Water Service Connection 8 $7,543.64 $60,349. 12
EA Per EA
C38 2-inch Diam. Water Service Connection 1 $9,928.75 $9,928.75
EA Per EA
C39 Connection to Existing 4-inch Diam. Sprinkler Water 1 $4,441.50 $4 441 .50
Service Line 'EA Per EA
C40 Connection to Existing 6-inch Diam. Sprinkler Water 2 $2,940.43 5 Q 8 O 0 O V
G
Service Line EA Per EA C�
C41 Connection to Existing 6-inch Diam. of Fire Hydrant 1 $4 671.804 671 .80
Main Line EA Per EA '
C42 Connection to Existing 8-inch Diam. Sprinkler 1 $4,208.85 $4 208.85
Water Service Line EA Per EA '
C43 Connection A to Existing 8-inch Diam.Water Main 1 $3,407.50 $3 407.JC 0
EA Per EA
C44 Connection B to Existing 8-inch Diam.Water Main 1 $3,590.80 $3,590.80
EA Per EA
C45 Connection C to Existing 8-inch Diam. Water Main 1 $4,054.92 $4 054.92
EA Per EA '
Schedule of Prices
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 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 $3,784.67 $3,784.67
EA Per EA
C47 Connection E to Existing 8-inch Diam.Water Main 1 $3,590.80 $3 590.80
EA Per EA C48 Connection F to Existing 8-inch Diam.Water Main 1 $3,590.80 $3,590.80
EA Per EA
C49 Connection G to Existing 8-inch Diam. Water Main 1 $3,590.80 $3 590.80
EA Per EA
C50 Connection H to Existing 8-inch Diam. Water Main 1 $3,407.50 $3 407.50
EA Per EA '
C51 Connection Ito Existing 8-inch Diam. Water Main 1 $3,399.27 $3 399.27
EA Per EA
C52 Connection O to Existing 8-inch Diam.Water Main 1 $3,691.85 $35 691 .85
EA Per EA C53 Connection J to Existing 10-inch Diam. Water Main 1 $3,389.87 $3 389.87
EA Per EA '
C54 Connection K to Existing 10-inch Diam. Water Main 1 $3,532.05 $3 532.05
EA Per EA 'C55 Connection L to Existing 10-inch Dam. Water Main 1 $4,086.65 $4 086.65
EA Per EA
C56 Connection M to Existing 10-inch Diam.Water Main 1 $3,783.50 $3 783.50
EA Per EA
C57 Connection N to Existing 10-inch Diam. Water Main 1 $3,783.50 $3 783.50
EA Per EA
C58 Connection P to Existing 12-inch Diam. Water Main 1 $4,420.35 $4 420.35
EA Per EA
C59 Connection Q to Existing 12-inch Diam. Water Main 1 $3,791.72 $3 791 .72
EA Per EA '
C60 Connection R to Existing 12-inch Diam. Water Main 1 $4,817.50 $4 81 7.50
EA Per EA
C61 Connection S to Existing 12-inch Diam. Water Main 1 $3,791.72 $3 791 .72
EA Per EA '
C62 Connection T to Existing 12-inch Diam. Water Main 1 $3,791.72 $3 791 .72
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 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
'Note �,.ow UNIT PR ICE and TOTAL AMOUNT m 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 $4,121.90 $4 1 21 .90
EA Per EA
C64 Connection V to Existing 12-inch Diam.Water Main 1 $3,791.72 $3 791 ,72
EA Per EA
C65 Connection W to Existing 12-inch Diam.Water Main 1 $4,644.77 $4 644.77
EA Per EA '
C66 Connection Xto Existing 16-inch Diam. Water Main 1 $5,933.75 $5,933.75
EA Per EA
C67 Connection Y to Existing 16-inch Diam. Water Main 1 $5,933.75 $5,933.75
EA Per EA
C68 Connection Z to Existing 16-inch Diam. Water Main 1 $7,462.42 $7,462.42
EA Per EA
C69 Connection AA to Existing 16-inch Diam.Water Main 1 $5,061.90 $5,061 .90
EA Per EA
C70 Connection AB to Existing 16-inch Diam. Water Main 1 $4,643.60 $4 643.60
EA Per EA '
C71 Connections to Existing 12"x 8"DI Cross 1 $4,643.60 $4 643.60
EA Per EA
C72 4-inch Diam. Sanitary Side Sewer Pipe Relocation 60 $41 .51 $2 490.60
(For Water Conflict) LF Per LF 'C73 6-inch Diam. Sanitary Side Sewer Pipe Relocation 80 $34.51 $2 760.80
(For Water Conflict) LF Per LF '
C74 Adjust Existing Water Valve Box Cover to 11 $694.31 $7,637.41
Finished Grade EA Per EA
C75 Adjust Existing Manhole Cover to Finished Grade 37 $666.89 $24 674.93
EA Per EA '
C76 Adjust Existing Gas Valve Box Cover to 19 $680.26 $12,924.94
Finished Grade EA Per EA
C77 Resolution of Utility Conflicts for Proposed 1 $250,000.00 6250.000.00
Water System FA Per FA
C78 Additional Ductile Iron Fittings 8.000 $0.11 $880.00
LB Per LB
Schedule of Prices Page 8 of 9
Provided to Builders Exchange of WA, inc. For usage .:onditions Agreement see www.bxwa.com - Always Verify Seal
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BD ITEMS.
',IT PRICE and TOTAL AMOUNT n FIGURES only
ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE' TOTAL AMOUNT
NO. QUANTITY Dollars Cents Dollars Cents
Subtotal Schedule C $3,317,007.26
10.5%Sale Tax $348,285.76
$3,665,293.02
Total Schedule C
Summary
Total Schedule A brought forward= S $1,696,067.77
Total Schedule B brought forward= 8 $1,205,747.60
Total Schedule C brought forward= $3,665,293.02
Total Bid Amount, Schedule A, B. and C= $6,567,108.39
Note: 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 Seal
This form must be submitted with the Bid Proposal.
CITY OF RENTON
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
By signing below,Bidder acknowledges receipt and understanding of the following Addenda:
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NO. 1 DATE: 03/03/2026
NO. 2 DATE:03/20/2026
NO. DATE:
NO. DATE:
NO. DALE:
NO. DATE:
NO. DATE:
SIGNED:
TITLE: J sh Frizzell, Governor
NAME OF COMPANY: Earthwork Solutions. LLC.
ADDRESS:8629 156th St NE
CITY/STATE/ZIP:Arlington, WA 98223
TELEPHONE:360-540-1954
• o
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.
Earthwork Solutions, LLC.
Bidder's Busine Name
Signa Authorized
Josh Frizzell
Printed Name
Governor
Title
03/25/2026 Arlington WA
Date City State
Check One:
Sole Proprietorship ❑ Partnership ® Joint Venture ❑ Corporation E LLC E
State of Incorporation, or if not a corporation, State where business entity was formed:
WA
If a co-partnership, give firm name under which business is transacted:
N/A
*lf 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
SUBCONTRACTOR LIST
To Be Submitted with the Bid Proposal
In accordance with RCW 39.30-060 as amended by House Bill 1633:
For all public works contracts exceeding$1,000,000 the bidder shall submit with the bid the names of the
licensed subcontractors and proof of license with whom the bidder, if awarded the contract, will
subcontract for the following work or to name itself for the work, if it is licensed to perform the work for
which it has named itself.:
• All structural steel installation, rebar installation, heating, ventilation and air conditioning, and
plumbing work as described in chapter 18.106 RCW,and electrical work as described in chapter 19.28
RCW (this also includes the control system integrator subcontractor as well as other electrical
subcontractors)shall be submitted as part of the bid.
*Note: Bidders are notified that it is the opinion of the enforcement agency that PVC or metal conduit,
junction boxes,etc.,are considered electrical equipment and therefore considered part of electrical work,
even if the installation is for future use and no wiring or electrical current is connected.
If the work does not apply to this contract, check the box "Not Applicable". If the work will be self-
performed by the bidder, check the box"Self-Performed".
If the subcontractors' names are not submitted with the bid OR if two or more subcontractors are
named to perform the same work,the bid shall be considered nonresponsive and,therefore,void.
If subcontractors vary with bid alternates, please complete a separate form indicating which
subcontractors will be used for which bid alternate.
Complete the following:
If awarded the contract, Earthwork_Solutions, LLC. 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 R
Subcontractors Name Self-Performed 0
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 2
SUBCONTRACTOR LIST
To Be Submitted with the Bid Proposal
Category of Work Plumbing(per RCW 18.106) Not Applicable ($)
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 221
Subcontractors Name SERVICE ELECTRIC CO INC Self-Performed 0
Address PO BOX 1489 SNOHOMISH, WA 98291
Phone No. 360-568-6966 Contractor's WA License No. SERVIEC564RU
Bid Item Numbers B31,B32, B33, B34
Description of Work Conduit, J-Box, Cable Vault, Existing Vault
Category of Work Structural Steel Not Applicable
Subcontractors Name Self-Performed 0
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work
Category of Work Rebar Installation Not Applicable 0
Subcontractors Name EARTHWORK SOLUTIONS LLC Self-Performed
Address 8629 156th St NE ARLINGTON, WA 98223
Phone No. 360-540-1954 Contractor's WA License No. EARTHSL8300K
Bid Item Numbers C26
Description of Work Thrust Blocking
Category of Work Not Applicable 0
Subcontractors Name Self-Performed 0
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