Loading...
HomeMy WebLinkAboutCeccanti ,. 'Or ' CITY OF RENTON MAR 2 5 2026 CICCANTI RECEIVED CITY CLERK'S OFFICE 4110 0R00XOAEE RO.E. TACOMA WA O0440 (253( 537.2110 FAX(253] 537.1143 nC ��-1I I041C,I'LlACMV-111 �V Vv J LUk ,tnACIS RrvI r.A.) .a" �'Uij 19-LO @2 .)-'DD-Pnl Award Date: CAG-26-001 Awarded to: Award Amount: ri Bidding Requirements, City of Renton Forms,Contract Forms, Conditions of the ,% Contract, Plans and SpecificationsF w T C /f City of Renton Highlands Reservoir Water Main Improvements Project Project NO. WTR-27-03888 Volume I of II City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Ken Srilofung (425)-430-7247 KSrilofung5 rentonwa.gov trs- • Printed on Recycled Paper Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Highlands Reservoir Water Main Improvements Project PROJECT NO.WTR-27-03888 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS S R, 4c•Cpc WASy�coG�G' i ir vros � = yh+ .13 53788 �Lvc a". �fclS7Ec �'sS�O NM.. �G 02/19/2026 s Printed on Recycled Paper Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 CONTRACT DOCUMENT TABLE OF CONTENTS Volume I 1. Summary of Fair Practices Policy 2. Summary of Americans with Disability Act Policy 3. Vicinity Map 4. Scope of Work 5. Instructions to Bidders 6. Supplemental Responsible Bidder Criteria 7. Call for Bids 8. *Proposal Bid Bond Form 9. *Dept. of Labor and Industries Certificate Registration 10. *Proposal and Combined Affidavit&Certificate Form: (Non-Collusion, Anti-Trust Claims, Min.Wage) 11.*Schedule of Prices 12. *Acknowledgement of Receipt of Addenda 13. *Certification of Compliance with Wage Payment Statues 14. *Subcontractor List (if bid exceeds $1,000,000 and includes HVAC, plumbing, electrical, structural steel,or rebar subcontractors per RCW 39.30-060) 15. **Supplemental Responsbile Bidder Criteria Form 16. ❖Contract Bond to the City of Renton 17. •:•Fair Practices Policy Affidavit of Compliance 18. •:•Agreement 19. ❖Retainage Selection and Retainage Bond 20. Wash. State Prevailing Hourly Wage Rates Reference 21. City of Renton Final Contract Voucher Certificate Form 22. SPECIAL PROVISIONS 23.Appendix A—Asbestos Handling 24.Appendix B—Standard Plans and Details 25.Appendix C—Traffic Control Plan Application 26.Appendix D—Traffic Control Plans(Full Size 22"x 34") Volume II—Construction Plans(Full Size 22"x 34") Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *Submit with Bid ** Submittal within no later than the close of five (5) business days after bid opening :•Submit after Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, WA.98055 02 Contents-2026-Higlands Reserv.Main\ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO, 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40;sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7 th day of March , 2011 , CITY S RENTON RENTON CITY COUNCIL Denis Law, Mayor uncil Pr sident Attest: 1 4 flair) Bonnie I. Walton, City Clerk Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYRF.S'OLU77ONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommM2te the disability. This policy din 11 be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor ouncil President Attest: City CIerk Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON HIGHLANDS RESERVOIR WATER MAIN IMPROVEMENTS PROJECT 100 u1n2 - - wa 14e z NN ,415 „,„ W N!e lU/ 411 _ »W ... ..__ 1411 i,/lt 11 NN 14,1 Mill- 1412 114 1J11 ryp '.3,0E'' •e 1413 146 3717 145 's Mt, 1M 3040 330 01 '1 '14» NIB 141E 1410 30: Wi "41t 1183 10n t/N tai +" 1M 1411 ,.1»B —tie3 105 Nn 140 00 1r4 Nry Ill: a 1.0 2ny` _ 1350 Ian 1434 110'.i°3»/ 11 Be92 ? no "81 1400 Df6 16NDR30a Eve 307 3»4 37» ' 30a u 1333 13»D9t 1313 13q 13N 317Be1D;,1374 13Z +124 t312 ' I3'7 1311 ID! 177E 1:D1 s17M et.tin 2, 3193 3i 1! c 330 1NA of 111h Al 131E 2415i 170E 3t10 nu n8/ 3219 1j1'+'131E 1317 3531 360 1316 usi i j1541 1112 Id iI3 nn 230v' i7a 1a1 ••- , ' I^"•1. 3217 c 171E 17H 17a 1703 1315 till 215 =126 2n1 PROJECT LOCATION ,22e ; =; n61 H9 1761 ,Ia '3)453- 1311 n 1310 inl 1»0 -Ine. 130 2301 NOt 2Q0 H1Ei 121 <I212 132 1 3t1] h0ma'E6h; l7n P6] 170E 711E 1m /U1 3. 120 3,55 1215 11111 3xtr,Ol-3i In5 7 121E 1215 11N 11a 1fm 1I�C ,TIM _ 12,7 1211 12p �1.Y1 1213 122E �11 120/ IDr lle .+n wv nr 12p1=120 120 13» IM3 t201 123 34 JUl Nll lZti 32a R11 1217 ]III 330A V. 1400 y1'v 1� �„ xt i_. sr D16 064 0o, t� 1p3 1254 3702 tn! 38 11 xG Itm at I IIIS Z 2!>5 114 2E03 001 1tn1 ]IU n10 AI'323 1170 1111 2101 1413 7601 1131 Y. 1163 1164 1161 z11a 1161 !n AV 1177 3101 6 107 3N7 1 M.)a 1164 NA -11» ,IN 1173 10n 1160 0E1 1168 a1lm 1155 Ms 1» nib 2 •1i1 2312 1314 1170 1110 nil - Annil 3511 AU3501 ii �1fa ry55 11G 11 DM kW +19 n61 1151 ! 7/75 I157 C 1151 1151 na 00 znu "9 " n52 nn n 13M +»I 3362 .1154 1111 1142 I I-,.. 1g . 3140 nE/ »u 71a ln/ tt» 706 1N7 11]I Sur r 3933 e`»l) ,la me.3'1150; ,n4 1NE 7a1 1W M6 111h 0t - MI 1»4 210241i 113I 3574 ,nIB n/1 1iX n� 45' 1.12 1115 n 1n0 nil ,n7 1141 i 1130 14N NIO 3335 3123 731/ n10 1�41 240 2677 `,NC 1111 iw M22 ,07i 1n0 lnl rya nn 336D I/N D76 1]N NIO l,u nC8 7501E 7610 xi: »OS,I7t a 11» 235 7 K ,0a i < 31M a» xe Ix n " 1127 1»•] a 1070 xE 11 eI 11» ryN n33 >4/° in 1 1065< a1 1011 1073 1l:•4 tat o lab 5.»E1 DH )ln 7107 7507 IfA nN 2a5 IJ+,I.a1. _ »M 3f01 1l67 IOC 4` INS 215E 1 l.4. y10, IMI ° 2 IDD 2NI7 11064 1166 31N 3D0 34,4 3506 35n 3E5 ]A9,09i 116]N� 1150 1190 6' n0) - 415 , a 1350 M3 j 1054 xF 1011= »65• »01 3a2 1023 140+ 3421 0 ,,F - ,M7 tuA 3i15 D31 160 17n N1'1 r 10 1 3219 22a Da BM +013 1M2 NU NE 301 16„0 2301 .i,l» 111] 1pN 103 c tBY 1 MMt 1435 103 1024 1a0 "._1015 1025 E ,018 1014 01 nn 2303 1021 260+ 260 1031 ION ION 5 1013 1011 3,,11616 c 1310 31e 201E 2p0 3.101 10,1 - 2ME 1013 Ion tu27 N45 107I 1 1011 1012 1176 4a 1F I Bm:.. 1012 3800 2E0 1016 "»I2,037 1116 025 1051 N 1012 p6 - 2715 »17 M3 221E MI bed O10 2402 1101 99e k CJ 1A3 ,Dli ,178 1016'my 101 Z 3E»351d 3E3 me 3733 ION 172 e` 1010 1111' .1013 6,,, tati 1p1 ,012 »N _ u0 Ln 1M0 IF I0m i1 161 ° 21 E5 11a ,� 19,8 xc' kE 3,17 1E1! 1m1 153 '14 2111 2127 0 0 1 an 11° - x F—, 10',s, is, 1:05_105 106E »a YYr nil lEi' ]70] ta: D15 055 25! i6.p I, e901 72• 1601 19/S 1123 102E 102,^1002 p11 1014 131E 1107 361E 3632 1701 i. ee. ex ®,x tE 3m a. 2615 »1 ._ _..,. .. _. VICINITY MAP NTS Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Installation of approximately 5,400 linear feet of 6-inch to 16-inch restrained-joint ductile iron water mains and appurtenances, including 69 gate and butterfly valves,8 fire hydrants, 35 water service lines, 34 connections to existing water mains, and the in-place abandonment, removals and disposals of existing water system and asbestos cement pipes. • Installation of approximately 1,600 linear feet of 8-inch to 18-inch storm pipes, along with 18 storm catch basins and manholes. • Restoration of surface conditions including asphalt trench patching, asphalt overlay, and reconstruction of concrete curbs, gutters,and sidewalks. • Implementation of traffic control, erosion and sedimentation control measures, and trench safety systems. • Other work as necessary to complete the project. The estimated project cost is$8,000,000 to$9,000,000. For Bid Item Descriptions and Payments,see Special Provisions Section—1-09.14. Any contractor connected with this project shall comply with all federal, state, county, and city codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this Contract Document. A total of 300 working days is allowed for completion of this project. 06a-Scope 2026\ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON Highlands Reservoir Water Main Improvements Project Project No. WTR-27-03888 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall, until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids will be accepted. The bids will be publicly opened and read via Zoom video conference 60 minutes after the bid closing, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions,discrepancies or need for interpretation should be brought, in writing,to the attention of the Project Manager.Written addenda to clarify questions that arise may then be issued. If a bidder has a question regarding the project, the bidder may submit questions via e-mail only to ksrilofung@rentonwa.gov. The bidder shall include "Bid Question-Highlands Reservoir Water Main Improvements Project" in the subject line. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. The owner, at their discretion, may consider written requests for substitutions All requests for substitutions prior to bid opening must be received by the owner a minimum of 7 working days. Approval of substitutions will be only by addendum. 3 The work to be done is shown in the plans and /or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans, Specifications, addenda, and plan holders list for this project ar available online through Builders Exchange of Washington, Inc. at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects"; "Public Works", "City of Renton"; "Project Bidding." Note: Bidders are encouraged to "Register as Bidder" in order to receive automatic email notification of future addenda and to be placed on the "Bidder List." Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail,or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made by check or electronic fund transfer(EFT). 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18"Public Liability and Property Damage Insurance". 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards that Contractor is bringing into the work place and potentially exposing City of Renton Employees and public. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 18. Payment of Prevailing Wages and Apprentice Utilization Requirements In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The Contractor is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. This Contract includes an Apprentice Utilization Requirement. Fifteen percent (15%) or more of project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are accepted. Apprentice Utilization will be determined using the Department of Labor and Industries (L&I) online Prevailing Wage Intent&Affidavit(PWIA)system. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials and in compliance with Section 7-9.3 of Special Provisions regarding asbestos cement pipe removal, handling and disposal. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA"2025 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State,""State of Washington," "Department of Transportation," "WSDOT,"or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be deleted and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein) shall govern. 21. The technical memorandum reviewing the engineering geologic conditions, providing recommendations for the construction of water mains and improvements, and evaluating the type of geologic hazards and degree of geologic risks and the technical memorandum for the supplemental engineering geology evaluation in the project areas are available for information purposes only. A 3 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 la 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 t / accepted. Have you submitted,as part of your bid, all documents marked in the index as"Submit With Bid"? Has bid bond or certified check been enclosed? ti Is the amount of the bid guaranty at least 5%of the total amount of bid including sales tax? ai Has the proposal been signed? t Have you bid on ALL ITEMS and ALL SCHEDULES? 1� U Sale Tax for this project is bid at 10.5%. Have you submitted the Subcontractors List and proof of licenses? L" Have you submitted Certification of Compliance with Wage Payment Statutes Form? l� Have you reviewed the Prevailing Wage and Apprentice Utilization Requirements? 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? Have you submitted Dept.of Labor and Industries Certificate of Registration Form? Ilal Have you submitted Proposal and Combined Affidavit&Certificate Form? Have 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 SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA 1. GENERAL Supplemental Responsible Bidder Criteria will apply for this project. In a timely manner, Bidders may request, in writing that the city modify the supplemental responsible bidder criteria. The city reserves the right to modify or not modify the supplemental responsible bidder criteria in its discretion.The City will issue an Addendum, prior to the bid due date, should it modify the supplemental responsible bidder criteria. The city will not modify the supplemental responsible bidder criteria after the bid due date; therefore, Bidders are encouraged to discuss with the project manager immediately and before the bid due date the relevancy of the supplemental responsible bidder criteria. It is the intent of the City to award a contract to the lowest responsive and responsible Bidder. Before award, the Bidder must also meet the supplemental responsible bidder criteria list below. Further, the apparent low Bidder and second apparent low bidder must complete and submit the Supplemental Responsible Bidder Criteria Form including the information listed below to the City within no later than the close of five (5) business days after bid opening. The City reserves the right to require such documentation from other bidders also. 2. SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA 1. Criteria: a. The Bidder must have successfully completed at least one (1) project of similar scope and magnitude to the work described herein, within the five (5) years prior to bid opening. b. The Bidder's project manager must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work described herein, within the ten (10)years prior to bid opening. c. The Bidder's superintendent must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work described herein, within the past ten (10) years prior to bid opening. d. The Bidder's foreman must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work described herein, within the ten (10)years prior to bid opening. 2. Definition of a Project of Similar Scope and Magnitude to the Work: A "Project" with a similar scope and magnitude to the work is defined as one that meets all of the following requirements: 1) Valued at a minimum of$2,000,000 in construction cost, either as a standalone project or as part of a larger project and; 2) Construction of a minimum of 1,400 linear feet of ductile iron (DI)water main with a diameter of 12 inches or greater and; Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 3) Installation of a complete public potable water distribution system— including water mains, water services, fire hydrant assemblies, and pipe appurtenances—as a replacement for the existing potable water distribution system. 3. Documentation: The Bidder must complete and submit the Supplemental Responsible Bidder Criteria Form as provided in the bid documents within no later than the close of five (5) business days after bid opening.The City may also use independent sources of information that may be available to demonstrate whether the Bidder is in compliance with the supplemental responsible bidder criteria. 4. Evaluation: In evaluating whether the supplemental responsible bidder criteria are met,the City may check references for the previous projects and may evaluate the project owner's assessment of the Bidder's performance including but no limited to the following areas. a. Quality control. b. Safety record. c. Timelines of performance. d. Use of skilled personnel. e. Management of subcontractors. f. Availability of and use of appropriate equipment. g. Compliance with contract documents. h. Management of submittal process, change orders, and close-out. 3. PROCEDURE a. Additional Information The City reserves the right to obtain information from third parties and independent sources of information concerning a Bidder's compliance with the supplemental responsible bidder criteria and to use that information in their evaluation.The City may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental responsible bidder criteria. b. Appeal of Responsibility Decision. If the City determines that the Bidder does not meet the supplemental responsible bidder criteria above and is therefore not a responsible bidder,the City will notify the Bidder in writing with the reasons for its determination. If the Bidder disagrees with this determination. The Bidder may appeal to the City's Project Manager for this project by presenting additional information to the City's Project Manager within two (2) business days after receipt of the City's determination. The City's Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Project Manager will consider the appeal and any additional information and will issue a decision regarding the appeal. Saturday, Sunday, and City's Holidays are not counted as business days. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CAG-26-001 CITY OF RENTON CALL FOR BIDS Highlands Reservoir Water Main Improvements Project WTR-27-03888 Sealed bids will be received until 2:00 p.m. Wednesday, March 25, 2026, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, Fedex, or UPS delivered will be accepted. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 3:00 p.m. Wednesday, March 25, 2026 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. • Please include bidder's name, address, and the name of the project on the envelope The bid opening meeting can be accessed via videoconference by clicking this link to join the ZOOM meeting: • https://us06web.zoom.us/j/82746295265?pwd=VWjA0uEKB5bU6xxJb5ibTgQvrOMZWG.1 • Using the Zoom app: Meeting ID: 827 4629 5265; Passcode: 116574 • Via telephone by dialing: 12532158782„82746295265#,,,,*116574# • Zoom is free to use and is available at https://zoom.us/ The Work shall be physically completed within 300 working days from the date of the Notice to Proceed given by the Engineer.The Work under this contract shall include, but not be limited to: • Installation of approximately 5,400 linear feet of 6-inch to 16-inch restrained-joint ductile iron water main and appurtenance, including 69 gate and butterfly valves, 8 fire hydrants, 35 water service lines, 34 connections to existing water mains, and the in-place abandonment, removals and disposals of existing water system and asbestos cement pipes. • Installation of approximately 1,600 linear feet of 8-inch to 18-inch storm pipes, along with 18 storm catch basins and manholes. • Restoration of surface conditions including asphalt trench patching, asphalt overlay, and reconstruction of concrete curbs, gutters, and sidewalks. • Implementation of traffic control, erosion and sedimentation control measures, and trench safety systems. • Other work as necessary to complete the project. A non-mandatory pre-bid meeting will be held online via a Microsoft Team Meeting on Monday, March 16,2026, at 10:00 a.m. Pacific Time. Bidders are strongly urged to inspect all areas of the work sites, prior to the non-mandatory pre-bidding meeting and/or prior to bidding to familiarize with the nature of work.The purpose of the non-mandatory pre-bid meeting is to review the scope of work,to provide for identification and discussion of potential concerns that might arise during the administration of the Contract and/or seek clarification of technical or procedural aspects of this Contract.There will be Q/A session during and at the end of the meeting.The link to the Microsoft Team Meeting is as follows. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • https://teams.microsoft.com/meet/24952894058931?p=vfs4hWnINTyaEwyV53 • Meeting ID 249 528 940 589 31;Passcode:fT3LD9kM • Via Telephone by dialing: +1 425-655-2231„271949195# • Phone conference ID: 271 949 195# The estimated project cost is$8,000,000 to$9,000,000. Plans, specifications,addenda,and the plan holders list for this project are available 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's Bidding". (Note: Bidders are encouraged to"Register as a Bidder,"to receive automatic email notification of future addenda and to be placed on the"Bidders List."). Bid documents will also be available at http://rentonwa.gov/bids/under"Call for Bids."The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available on February 26,2026. Should you require further assistance,contact Builder Exchange of Washington at(425)258- 1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. Women and Minority Business Enterprises(WMBE)are encouraged to bid. Questions about the project shall be addressed to,Ken Srilofung,City of Renton, Public Works Dept., (425)430-7247 or ksrilofung(E rentonwa.gov. Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered.The city will not be responsible for other explanations or interpretations of the bid documents. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. .// 47;7.4/J Jason A. Seth, MMC, City Clerk Published: Daily Journal of Commerce February 26,2026 Daily Journal of Commerce March 5,2026 Daily Journal of Commerce March 12, 2026 Daily Journal of Commerce March 19,2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal c't Y OR 9PNT0? Public Works Department Highlands Reservoir Water Main Improvements Project WTR-27-03888 Documents to be Submitted with Bid ❑ PROPOSAL BID BOND FORM ❑ DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION ❑ PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM ❑ SCHEDULE OF PRICES ❑ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ❑ CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES ❑ SUBCONTRACTOR LIST Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ,;1� O C%.g �' This form must be submitted with the Bid Proposal. -- Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] Ceccanti, Inc. of[address] 4116 Brookdale Rd. E, Tacoma, WA 98446 as Principal, and [Surety] Merchants Bonding Company (Mutual) 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 . Ceccanti, Inc. Merchants Bonding Company (Mutual) [Principal [Surety] • co.•'O /•+ 10-• [Si !• onzed o i ( I] [Signature of authorized o . is] • C BSI fQ h "(- By: Nicholas W. Paget ••Z o • •• [Title] [Attorney-in-Fact] • 1933 .• �: '• yid. .. . 818 W. Riverside Ave. STE 800 • ,• .... . •'•t'�_• ,�.��111u1,,,,, [Address] • • ...,�,GP,71' ANC ,,p_ Spokane, WA 99201 V�G•Q,pORAT:;., t. • 2 VO i StA • • . gw6 :' * 509-325-3024 ', •••..••,••. ....e.1 [Telephone Number] •°°i �A S HIN`-7:o% Approved by the City Attorney on 6/03/13 Pr ovi ded t o Bui I der s Exchange of \PA, Inc. For usage Condi t ions Agr eerrent see www. bxwa. corn - Al ways Verify Scal MERCHANS. Ts BONDING COMPANY:. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,and MERCHANTS NATIONAL INDEMNITY COMPANY,an assumed name of Merchants National Bonding, Inc., (herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Nicholas W. Paget Surety Bond#: Bid Bond Principal:Ceccanti, Inc. Obligee: City of Renton their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies)and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the By-Laws adopted by the Board of Directors of the Companies. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other wntings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking.recognizance,or other suretyship o obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 25th day of March , 2026 • ..DING..Co• py.• 'P• 10NA.l'•••• •••ONpLINp � MERCHANTSS BONDINGL COMPANY(MUTUAL) • QO O�POR4 9• :•y�ORPCR4•ep' :•P�\ L�FOR F4ti •• MERCHANTS NATIONAL INDEMNITY COMPANY -p- -0- S. 01 •Z' ••u'1 1933 ti; ;v: 2003 7- ;Z 14, 7,4_ '•, ••�y�� •'<k.•' :d • am,. '.�b�. ada•' By • STATE OF IOWA President COUNTY OF DALLAS ss. On this 25th day of March, 2026 ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL), MERCHANTS NATIONAL BONDING,INC.,and MERCHANTS NATIONAL INDEMNITY COMPANY:and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective ards of Directors. tip9.10;4 Penni Miller v Commission Number 787952 z rJ'p r -..-... • 4 • My Commission Expires IGAIR January 20,2027 (Expiration of notary's commission Notary Public does not invalidate this instrument) I. Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF- ATTORNEY executed by said Companies.which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25th day of March , 2026 ••�oNG Co �%0NA .••NALtry pet . . . - A, `p ........... �p .-- ,Cie 0 pp ••�.•' p.p a'• •�h FOR R41 9Z<•• :ti.C° Rol•.Z. •• rPSC,P�`F OR,y�9 yea• A& ' - •Q 1933 'ti: �v': 2003 :•n: •,Zv, �; Src_e?,u •d ' . • dam;• ADS • • �. •.�•.. ..• d • POA 0018(5/25)