HomeMy WebLinkAboutAttachment A-1copy, may be obtained on-line through Builders Exchange of Washington, Inc. at
http.tlwww.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
C 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.
Ir Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"?
d Has bid bond or certified check been enclosed?
11 Is the amount of the bid guaranty at Least 5% of the total amount of bid including sales tax?
Ed Has the proposal been signed?
Q Have you bid on ALL ITEMS and ALL SCHEDULES?
M Sale Tax for this project is bid at 10.5%.
Cf Have you submitted the Subcontractors List and proof of licenses?
15 Have you submitted Certification of Compliance with. Wage Payment Statutes Form?
EX Have you reviewed the Prevailing Wage and Apprentice Utilization Requirements?
Ca 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?
Cf Have you submitted Dept. of Labor and Industries. Certificate of Registration Form?
Cd` Have you submitted_ Proposal and Combined Affidavit & Certificate Form?
Have you certified Receipt of Addenda, if any have been issued?
Irovided 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-27-03.888
Documents to be Submitted With Bid
PROPOSAL BID BOND FORM
C� DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION
PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM
LI SCHEDULE OF PRICES
Cl ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
[](CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
d SUBCONTRACTOR LIST
?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www_bxwa.com - Always Verify Scal
�Y
This form must be submitted with the Bid Proposal.
Proposal Bid Bond
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 corporatilonduly 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 untor 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,
administratorsand 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 forthe following project, to wit:
Highlands Reservoir Water Main Improvements Project IN7R-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 PrincipaE and if said Principal shall duly make and enter into and execute said contract and shall furnish
performance Mond 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 fall
force and effect.
IN THE EVENT the PrincipaR 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 Menton within ten (101 days from and after said award,. then Principal shall forfeit the Bid BoWBld
Proposal Deposit or Surety shag immediately pay and forfeit to the City of Renton the amount of the Proposal Bid
Bond, as set forth in P.CW 35A.40:2€i0 and RCW 35.23.352.
this
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and seated.
25th day of March . 2026
Fury Site Works Inc.
[Prirxl
[+5ig/natvre ofauthoriz ial]
[Title]
Swiss Re Corporate Solutions
America Insurance Corporation
Is
[Sign ure of aut on o l]
By; Carley Espiritu
[Attorney -in -Fact]
450 Alaskan Way S Suite 200
[Address]
Seattle, WA 98104
(206) 224-3181
[Telephone. Number]
Approved by(the cry Attorney on 6103f13
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA DURANCE CORPORATION ('SRCSPIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ('SRCSPIC')
WESTPORT 04URANCE 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. ROLLI LAGERQUIST, ALICEON A KELTNER
ANNELIES M. R)CHIEBRANDON 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 tinder 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 duty called and held on the 180, 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, andeach 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."
M.
BY
7�)4
Da+id �iSefier Vke C 6c fierier Vies Preddent 1
EA L _ _�: S E A *!SRCSPIC & 5edor Vim Preddert or WIC
gSedorTd,
Msnc:A G,4 Peeddnl !
erSRCSPrC &raide�! sr w
IN WITNESS WHEREOF, SRCSPIC have caused their official seals to be hereuna. and these t. be signed by their authorized officers this
11t�y of June 20 25
Swiss Re Corporate Solutions Amerka Insurance Corporation
State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation
County of Cook ® Westport Insurance Corporation
11•
On this day of June 25 . 20 before me, a Notary Public personally appeared David Satan. Semm Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Bernier Vice President of WIC, and Gabriel racy ez Senior Vice President of SRCSAIC and Senior Vice President o
SRCSPIC and Senior Vice Presider of WIC, personally known to me, who being by me duly sworn, admowledged that they signed the above Power of Attomey
7kdgW said tto be the voluntary actand deed of tbeQ respective co aniesL SM
SZWEQA
Slate o1 limos No 97M
s SeNember 26 2a17 en 1i1 $yet a. Notary
1. Jeffrey Goldberg*_ the duly ekcted h"k Vice President WdAssiltmt Secretary of SRCSAIC and SRCSPIC and WIC do hereby certify that the ahoae and
foregoing a a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is stilt 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
reY Goldberg, Senior ice PresidwH"SM
Secretary of SRCSAIC and SRCSPIC and WIC �`�
This form must be submitted with the .Bld Proposal.
Department of Labor and Industries
Certificate of Registration
Name on Registration: F u-R�i 5 r 7-15, �A s I Nd
Registration Number.: C G FuV, Y S S \n1
ExpirationDatec O T - ,Z,y — 7-0 X:I=
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
- - - � � ' .- �{ ram' �,,,� s�-•-z� __ -
a --- - -- - --- - ��
Proposal - Page I 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 thework 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 bome 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
1, 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 asset 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 1
FOR: PROPOSAL, NON COLLUSION. AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
Lq- K5 ( rqe—
Name of Bidder's Firm
Printed Name: M LV-,6 Signature:
Address: To
n
Contact Name (please print): _1�YC' -D ►4Y
Phone: Email: _rn � 14 � 51 t" tar s � �wt
Names of Members of Partnership. -
Name of President of Corporation
Name of Secretary of Cor oration
Corporation Organized. under the laws of
With Main Office in State of Washington at
,:I�llm -DAY
M, ICO fW A0P14Li—
VIA 5 I+ 1r4 GTa z4
UOQTdi ^R C,6jn
OR
Subscribed and sworn to before me on this d2 — day of L 20g,�q
l 4
`,`�prrrrrrrrgrr� Notary Public in and for the State of Washington
s
Notary (Print)_(�.�[�R (& 1, MI w5
My appointment expires: D 1-11--,Zoz. ft
CC OF W
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 14W4 OF THE SPECIAL PROVISIONS FOR INFORWTiON ON BID Man.
*Note' Show UNIT PRICE and TOTAL AMOUNT h FIGURES only.
i ITEM YVfTH UNIT PRICED B!D I QUANTITY ( DollarsUNIT�ICLConts I �Dod115 CMNs
1110 SC14MULE A- GENERAL
A01
Mobilization & Demobilization
1
llq'ZI$ t%'
rl Q IB • ��
LS
Per LS
A02
Construction Surveying, Staking, and As -Built
i7rawin 9s
LS
Per LS
A03
Temporary Traffic Control
LS
3s I- S i
200
_ �b� y�•
—
33 88
A04
Uniformed Police Officer
HR
Per HR
A05
Site Specific Potholing Up to 6-Foot in Depth
190
_ 4%17
1<0elz * 40
po-
A06
Site Specific Potholing Deeper than 6-Foot
55
_ 0 4 3?
EA
20
Per EA
�-
A07
Site Specific Potholing for Duct Banks or
Utilities Encased Concrete
in Up to 8 Feet in
—���
!� 113& , /�v
Depth
EA
Per EA
A08
Erosion and Water Pollution Prevention
5�,/t5• 4-1
LS
Per S
aos
Construction Dewatering
1 31 �4 1
3 / q.
LS Per LS
A10
Trench Excavation Safety System
1 IZo
! Z o 3 5.53
Hot Mix Asphalt Overlay
LS Per LS
A19
2,650
_ LU_-9L
5c6 8A&-5o
TON
Per TON
Al2
Protect Signage
2
_ Q 1po. os
EA
Per EA
A13
Property Restoration
1 z5 3 88
y 4 88
LS Per LS
A14
Remove and Replace Pavement Markings
i I �� ��
_
LS Per LS
A15
Apprenticeship Incentive
1 $2,000.00
$2,000_00
Apprenticeship Penalty
CAL. Per CAL.
90.00
A16
1 $0.00
_
CAL Per CAL.
Schedule of Prices
paw'} 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-27-0=8
SEE SECTION I-M14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID REM;
•146te' Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
Rom! APPROX. I UNIT PRICE` TOTAL AMOUNT`
ITEM WITH UNIT PRICED ., QUANTITY; Dollars Cents I Dollars Cents
Subtotal Schedule AI / 4J5 3 2.b1. O,
10.5% Sale Taxi
Total Schedule AI /, &o-6 , -8
$in SEHMULE R . 1qTnQK4WATC0 Ar,In DnenlAreV
B01
Minor Changes
1 S100,000.00
$100,000.00
EST. Per EST.
B02
8awcutting Asphalt Pavement
3,100 _ �$_43
LF Per LF
So 3S3- DLL
B03
Controlled Density Fill (CQF) -Pipe Abandonmf
35
5 6 4_
! 446 • Q�
CY
Per CY
804
Crushed Surfacing Top Course (CSTC)
280
• l5_
� �8� • pv
TON
_ _.__3
Per TON
B05
Gravel Borrow for Baddill
1,160
_ (3, O
�a 9lv i•�D
TON
Per TON
aas
Permanent Asphalt Patch
920
TON
l 5 cc
Per TON
q q.0 Yqo. o�D
807
Cement Concrete Sidewalk
85
!o -; 30
q / R p, 50
- —
SY
Per SY
BOB
Cement Concrete Curb and Gutter
145 1
• tll8
1(03 O.
LF
_ _�
Per LF
B09
Removal and Replacement:of Unsuitable
Foundation Materials
100
TON
q
Per TON
B10
Construction Geotextile for Separation
75
SY
^ _ / 4J_
Per SY
3 (>, 50
FB11
Abandon Existing Storm Structure
2 A -fA I• ��
5 �1 H3 • 410
EA Per EA
B12
Remove Existing Storm Structure -inlet
8 13 lets, g!v
EA Per EA
10 egle, • g8
813
Remove Existing Storm structure -Manhole
7 Q !o
31 ,e�(Q� • 83
EA Per EA
Schedule of Prices
Page 2ots
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 ADDEND i'
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION,ON 60 ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES ortly.
ITEM
NO.
ITEM WITH UNIT PRICED BID
APPROY,
QUANTITY
UNIT PRICE*
i Dollars Cents
TOTALAMDUNT'
Driha Cents
E314
Remove Existing Storm Pipe
1,010
B15
Removal of Unforeseen Obstructions and
b
1
FA
$25,000.00
Fier F
$25,000.00
B16
Connect Existing Storm Pipe to New Storm
structure _ -
10
EA
J
Per EA
q I S 3 • p
B17
Connect. New Storm Pipe to Existing Storm
Structure _
8-inch Diann. SDR 35 PVC Storm Pipe
7
EA
16193.15
_Per EA
B18
12
- -
LF
Per LF
819
8-inch Diam. Ductile Iron Storm Pipe
165
LF
tap. qq-
_ PW LF
3
B20
12- nch Diam. Ductile Iron Storm Pipe
1,015
tLb •S
�,� f tg . 55
--- -
LF
Per LF
B21
12anch Dram. Polypropylene Storm Pipe
55
0216.,A I_
l f Jr(oJr' • qj'f
LF
Per LF
B22
18-inch Diam. Polypropylene Storm Pipe
265
LF
,1
;--AkJ .(
Per LF
&0 10
1323
18-inch Diam. Ductile .iron Storm Pipe
42
f (�3_
13 ,� `t0. o(p
- --
LF
Per LF
B24
Catch Basin Type 1
9
A
�{� �o,3a. • 3.2
EA
Per EA
B25
Catch Basin Type 1 L
- - --
1
EA
.5 g t X' o`p
Per EA
/
B26
484nch Diam. Catch Basin Type 2
7
EA
to
Per EA
B27
4-inch Diam. Sanitary Side Sewer Pipe
Relocation (Far Storm Conflict)
40
LF
_t5
Per LF
& "r-,
F28
.6-inch Diam_ Sanitary Side Sewer Pipe
Relocation 'For Storm Conflict`
40
LF
/6-,!o _15
Per LF _
(p(p 4440. Ct�)
829
CCTV Inspection
1,600
LF
_ .z • ?0 -
Per LF
3 60 14- - 190
BW
Remove Existing Abandoned Traffic Detection
Wire Loops-
LS
Per LS
550 - T P.
O
Scheele of Prices Pa3 q( 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WT11-27-03NO
SEE SECTION I-W.44 OF THE SPECIAL PROVISIONS FOR INFORMATION ON aIa ITEMS
*Vote: Show UNrr PRECE and TOTAL AMOUNT in FGURES only.
MEM
t1 EpAwrm UNIT maw BID
APPROIL
UNIT PRICE"
TOTAL AANDURT" '
NO.
QUAKM
I Dollm Cent3
Collars CMfb
1331
34nch Dam. Schedule 80 PVC Conduit
3,3
-A-9 Z
4?/I-q`& • 00
LF
LF
B32
8
1-4� =
3$ 10q . 66
Locking LID STD. Duty J-Box Type 2
EA
Per EA
B33
Small Cagle Vault
1
q t! S- Do
T g 4-50 - C3
EA
Per EA
(0I t(-(0. 03
B34 Connection 3-inch Dam Schedule 80 PVC 1 !o ��b.$,3
Conduit to E)dsfing Vault
EA
Per EA
$100,000.00.
835 Resolution of utility Conflicts for Proposed. 1 $100,000.00
Storm System
FA
Per FA
1,310,350.51
Total
Schedule B
Bin scuffItH F (1. WATt=a
C01
Minor Changes
1
$300,.000.00
$300,000.00
Est.
Per East.
CO2
Permits
1 d 813. u
�8.�3• �g
LS Per LS
CO3
Sawoutting Asphalt Pavement
10,500
11. ax
;.0;- 1960. oc7
LF
Per LF
C04
Asbestos Cement (AC) Pipe Removal
200
_(— . l $_
3 q 8 30 • oa
LF
Per LF
CO
Controlled Density Fill (CDF)-Pipe Abandonment
30
510_q._q-
1(p
CY
Per CY
C06
Crushed Surfacing. Top Course (CSTC)
1,250
_ _12-_3.1.5
9 Q3. 56
TON
Per TON
C07
Gravel Borrow for Backfill
8,150
_ /-9- `e 9-
1 c, j Z �W . 50
TON
Per TON
COS
Asphalt Treated Base
155
10 7.3a
j(p (03 t •50
TON
Per TON
C09
Permanent Asphalt. Patch
2,280
152,
35 !� 166. pa
TON
Per TON
C10
Cement Concrete Driveway
20
__
f
3q;6 • ^f
SY
Per SY
C11
Cement Concrete Sidewalk
145
A2-- �Y_
11 4Nf - 30
SY
Per SY
Schedule of Ptices
Page 4 of 9
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com - Always verify Scat
CITY OF RENTON AOf
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-0388$
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR FNFORM0.T4oN ON ED ITEMS.
*Note: Show UNIT PRICEandTOTAL AMOUNT inFIGURES o*.
00.
MiM WITH UNIT PRICED BID
APPROX
QUANTITY
UNR PRICE"
Dollars Cents
TOTAL AMOUNT'
'Dollars Cents
C12
Cement Concrete Curb and Gutter
195
LF
_ q1. Wz)-
Per LF
_ q l B_A _
Per TON
gO 3 • po
Q I q3-Do
C13
Removal and Replacement of Unsuitable Foundation
Materials
150
TON
C14
Construction Geotextile for Separation
300
1
_ • 5 42
Par -sy
$50,000.00
/&&g
$50,000W0
C15
Removal of Unforeseen Obstructions and Debris
FA
Per FA
C18
CL SM Encasement
— -_
10
CY
-�- 0 4
Per CY
C17
Survey Monument Replacement
7�
EA
Per EA
C18
Removal of Existing Fine Hydrant
7�8
EA
-Ty-
Per EA
C19
Abandon Existing Gate Valves
46
B_/5
�D �o fib• 4�
-
EA
Per EA
C20
Abandon Existing Water Main
1
/ 015. 53
/,.� 035. 53
- - _
LS
Per LS
C21
Gut, Cap,. and Block Existing Water Mains
2
EA
��D,�_5(
Per EA
A[.fO !
!o/ ,2� q • 3�
C22
8-inch Diam. Ductile Iron Class 52 Restrained Joint
Water Pipe &-Restrained Joint. Fittings w/Polywrap
515
LF
_ l `(p . 6z
Per LF
C23
10-inch Diem. Ductile Iron Class 52 Restrained Joint
Water Pipe &.Restrained Joint Fittings with Polywrap
120
LF
(_�D -
Per LF
31 3/08•ce?
C24
12-inch Diem_ Ductile Iron Class.52 Restrained Joint
Water Pipe & Restrained Joint Fittings with Polywrap
4,170
LF
_ _
Per LF
l !o%� '?A<0
.Z �I l l$ • �s7
C25
16-inch Diem. Ductile .Iron Class 52 Restrained Joint
Water Pipe & Restrained Joint Fittings with Polywrap
8 LF
��� 5L
.C26
Concrete for Concrete Blocking and Straddle Thrust
Blocking and Tie food
-
210
CY
3 f5 .A4
Per CY
C27
flinch Diem- Gate Valve_Assembly
- -- - —_ - --
1
EA
Per EA
C28
64nch Diem, Gate Valve Assembly
2
EE�q_12
—
EA
Per EA
0
Schedule of Prices Page 5 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEEZECTION 1-full OF THE SPECIALPROVISIbNS FOR INFORMATION ON 810 ITEM.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES orgy.
ITB4
NO.
tTEM WITH UNIT PRICED BID
APPROX UNIT PRICE"
QUANTrrY I Dollars Cents
.`-,TOTAL A MOUNT
Dollars Cents
C29
8-inch Diam. Gate Valve Assembly
11 oZ9,58��
Z Iq
- -
104nch Diam. Gate Valve Assembly
EA Per EA
4 3 • $9
C30
! 3 ",� �• 5(p
--
124nch Diam. Gate Valve Assembly
EA Per EA
C31
35 I _
! q 5 5.55 .
16-inch Diam. Butterfly Valve Assembly
EA Per EA
C32
8
LT_
'' //
5 �( IX `t • 32
EA •
Per EA
C33
Fire. Hydrant Assembly
8
8O���. ZO
EA Per EA
C34
1-inch Diam. Air and Vacuum Release Valve
Assembi�1k---_
'
1 I 3C
EA Per EA
COB ! 3 )
C35
24nch Blow Off Assembly -Permanent
2 5F} .,2I
I l • 5 8
EA Per EA
C36
14noh Diam. Water Service Connection
26 e55 .(-�
!��{
- _
EA Per EA
C37
1.5-inch Diam. Water Service Connection
8 5 6
—
EA Per EA
C38
2-inch Diam_ Water Service Connection
EA Per EA +
r�
C39
Connection to Existing 4-inch Diam. Sprinkler Water
Service
e Li
1
EA i Per EA
C40
Connection to Existing 64noh Diam. Sprinkler Water
Service line
2 !v_�
EA Per EA
r
I g(�,(, 5Z,
—
C41
Connection, to Existing 6-inch Diam. of Fire Hydrant
Main tine
1
EA Per EA
C42
Connection to Existing 84nch Diam. Sprinkler
Water Service tine
EA Per EA
C43
Connection.A to Existing 8-inch Diam. Water Main
1 �� �%��%
atq55 q. Lf C
-
EA Per EA
_
C44
Connection Bto Existing 84neh Diam. Water Main
1 L U O' $ , oc,
10 O'v$ .O[D
- - -- - - _
Connection C to Existing 8-inch Diam_ Water Main
EA Per EA
C45
1 10 5A,_ 40
/ O 59G • 40—)
EA Per EA
Schedule or Prices
Page.&af 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-27-0=8
SEE SECTION I-M14 OF THE SPECIAL PROVISIONS FOR INFORIMTION ON B® ITEMS
"Note: Show UNIT PR.Ict and TOTAL AMOUNT in FIGURES only.
Doftm Cogs
IDURr
NN iiTiam wmw wr�T PRICED8m I QUANM I Dofts is IAPPROXUNIT PRICE* � 'b
C46 I Connection Dto Existing &inch Diam. Water Main
C47 Connection E to Existing &inch Diam: Water Main
C48 Connection F to Existing 8-inch Diam. Water Main
C49 Connection G to Existing 8-inch Diam. Water Main
C50 I Connection H to Existing 8-inch Diam. Water Main
C51 I Connection I to Existing 84nch Diam. Water Main
C52 I Connection O to Existing 8-inch Diam. Water Main
1 10
to A(ot. to
EA
Per EA-
15 7,zq,x3
1 51.0.6�j
EA
Per EA
to z 45.
1 /a o�.1�
EA
Per EA
1
EA
Per EA
1
EA
Per EA
�6qt•&,3
1 7631L(,3
EA
Per EA
1
LOlZco . L5
/0
EA
- -Per EA
-- -
C-53
Connection J to Existing 10-inch Diam. Water Main
-
Connection K to Existing 104nch Diam. Water Main
I IA 33 O �
Pe
r— -
I
1
- -
054
EA Per EA
C55
Connection Lto. Existing 1Q-inch Diam. Water Main
EA
- Per EA
056 Connection M to. Existing 10 inch Diam. Water Main 11 /p is T7 /0 3Ae -
EA Per EA
C57 Connection N to Existing 10-inch Diam. Water Main 1 lR_31�0_ 114
- - - 1 EA i Per EA-
058 Connection Pto Existing 12-inch Diam. Water Main 1 �►o g�A QI I )O
-- - -- EA Per EA j
C59 Connection tl to Existing 12-inch Diam. Water Main 1 �4?t5- /0 33&. 6-5
EA Per EA
C60 Connection..R to Existing 12-inch Diam. Water Main 1 55
EA Per EA
061 Connection $ to. Existing 12-4nch Diam. Water Main 1 40 3
-----
EA Per EA
C62 Connection T to Existing 12-inch Diam_ Water Main 1 (0 334 - �,,•,5 /o �3� , (o ✓c
EA - Per EA
Schedule or Prices
Rage 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
WT11-27-03MB
SEE SECTION 14)114 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID Mae.
*Note: Show UNIT PRICE and TOTALAMOUNT in FIGURES orgy.
• ITEM
NO.
ITEM WITH UNIT PRICED BID
APPROX. UNIT PRICE"
QUANTITY Dollars Cents
TOTAL AMOUNT -
Dollars Cents
C63 Connection U to Existing 12-inch Diam. Water Main
1
10 !o `l►
1 b (054. o f
— - -- - -- -- -
EA
Per EA
EA
Per EA
C64 Connection V to Existing 12-inch Diam_ Water Main
- - _
1
,/
l� ((o_ 7
f ( / 5Cp . (o�
I
C65 Connection. W to Existing 12anch Diam. Water Main
ER
Per EA
Cfi6
Connection X to Existing 16-inch Diam. Water Main
EA
Per EA
C67
Connection Y to Existing 16-inch Diam. Water Main
1
-
EA
Per EA
1 t (a -i 0
C68
Connection Z to Existing 16-inch Diam. Water Main
l g (�Q•( �
EA Per EA
C69
Connection AA to Existing 164nch Diam, Water Main
1
- —
EA Per EA
C70
Connection AB to Existing 164nch Diam. Water Main
1 ( l �(p^ �
EA Per EA
_
C71
Connections to.Existing 12'k 8" DI Cross
1 �� l5(z-� ��
6 I $(� • Coq
EA Per EA -
C72
flinch Diam. Sanitary Side Sewer Pipe Relocation
For Water Comict
60
LF Per LF
3 0�3
C73
64nch Diam. Sanitary Side Sewer Pipe Relocation
For Water Conflict) — - --
80 LF Per1 L
C74
Adjust Existing Water Valve Box Cover to
Finished Grade -
11. 10e� (
EA Per EA
(p8' . eT
C75
Adjust Existing Manhole Cover to Finished. Grade
- - -
Adjust Existing Gas Valve Box Cover to
Finished Grade
37 + 113
EA Per EA
«
C78
19 •519(_p •
EA Per EA
/D One
C77
Resolttiion of Utility Conflicts for Proposed
Water System
1 S250,000.00
FA Per FA
$250,000.00
078
Additional Ductile Iron Fittings
8,000 D. rj (c,
�/g0•
LB Per li
SchedWe of Prices
Page 0of 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-27-03MB
SEE SECTION 14hX14 OF THE SPECIAL. PROVISIONS FOR INFORMATION ON go MEW
'Note: Show UNIT PRICE arxi TOTAL AMOUNT in FIGURE'S only.
ITEM ITEM WITH UNIT PRICED BID APPROX• ; UNIT PRICE' TOTAL AMOUNT'
Na. QUANTITY Dollars Cells / I Dollars Cents
Subtotal Schedute C
10.5% Sale Tax 41;L01, Cleo • 14 q
Summary
Total Schedule .A brought forward =
Total Schedule B brought forward =
Total Schedule G.brought forward =
Total Schedule CI Ali 57-51 O 3X- z5
$ l� �058 1 Y
$ �, 3ro, ,350. 51
$ 5A5 oJz- z5
Total Bid Amount, Schedule A, B; and C = $ III yq / / 6 �, q5
Note: Determination of low bidder will be based solely on the "Total Bid Amount"
Schedule of Prices
Page Q 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._ DATE: 3 - 3 -� (P
NO. Z DATE: 2p — Z D - Z(p
NO. DATE:
NO. DATE:
NO. DATE:
NO. DATE:
NO. DATE:
SIGNED:
TITLE: �� T R Gz5 t o m
NAME OF COMPANY: 'FL,), �?, y S L -ram 0 o a-K-5 1'(J e-
ADDRESS:_ -PD fox '�' ( (g
CITY/ STATE/ ZIP: fVo V'T- t- Fn > > w {
TELEPHONE:
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.
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.
E LLR Y�—
Wdoer's Bust Nam
Signature of Authorized Official
Printed Name
1/ te,z;�F ?RES tDENT
Title
'3'.7-5 ,�
Date
Check One:
Sole Proprietorship ❑
NO tL' 4 EAJD _ WA -
city State
Partnership ❑ Joint Venture ❑ Corporation ! LLC 0
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co -partnership, give firm name under which business is transacted:
*if a corporation, proposal must beexecuted in the corporate name by the president or vice-president (or any outer 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 emended by House Bill 1633:
For all public works contracts exceeding $1,000,000 the bidder shall submit with..the bid the names of the
licensed subcontractors and proof of license with whom the. bidder, if awarded the contract, wilt
subcontract for the following work or to name itself for the work, .if it is licensed to perform the work for
which it has named itself::
• All structural steel installation, rebar installation, heating, ventilation and air conditioning, and
plumbingwork as described in chapter 18.106RCW, and electrical work as described in chapter 19.28
RCW (this also includes the control system integrator subcontractor as well as other electrical
subcontractors) shall be submitted as part of the bid.
*Note. Bidders are notified that it is the opinion of the enforcement agency that PVC or metal conduit,
junction boxes, etc.,.are considered electrical equipment and therefore considered part of electric a[ Work,
even if the installation is for future use and no wiring or electrical current is connected.
If the work does not apply to this contract, check the box "Not Applicable".. If the work will be self -
performed by the bidder, check the box "Self -Performed".
N the subcontractors.' names are not submitted with the bid OR if two or more subcontractors are
named to perform the. same worts, the bid shall be considered nonresponsive and, therefore, void'.
If subcontractors vary with bid alternates, please complete a separate form indicating which
subcontractors will be used for which bid alternate.
Complete the following:
if awardedthe.contract, .9rr-6 o Ne, will contract with the following
subcontractors for the performance of heating, ventilation and air conditioning, plumbing,
electrical (inctudingautomatic controls) work, structural steel installation, and rebar Installation:
The fotloWing list of subcontracts is due with the bid. Errors identified by the contracting agency in the
proof of license information must be corrected by the bidder within 4$. hours of bid submission.
Category of Work beating, Ventilation & Air Conditioning (HVAC) Not Applicable
Subcontractors Name Seif-Pertormed 0'
Address
Phone No. Biel item Numberscontractor`s WA License No,
Description of Work
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Page
SUBCONTRACTOR LIST
T Be Submittrrd with the Bid Propasal
Category of Work
Plumbing (per RCW 18.106)
Not Applicable.
Subcontractors Name
Self -Performed 0
Contractor's WA License No.
Electrical (per RGW 19.28) *See Note Above *See Note Above CI
Address
Phone No..
Bid. Item Numbers
Description of Work
Category of Work
Subcontractors Name Loe C p S < <
Self -Performed.
El
Address
t1I - A06, Hue- J`� -Rew UA Q
Phone No.
5
Contractor's WA License No.
WE?r C.C.$
Bid Item Numbers
8 t
Description of Work
61cctyi C^4
Category of Work
Structural Steel
Not Applicable:
0
Subcontractors Name
e e
Self -Performed
❑
Address
80 - 5 �-'' %�ve- 0 a. l� e 3
Phone. No.
. f444
Contractor`s WA License No.
C�Ai S t oho
Bid Item Numbers
Rebar installation Not Applicabla ❑
D -- - , G,Q� Self -Performed 0.
Description of Work
Category of Work
Subcontractors Name
Address
t iLiO3 —
Phone No.
153,�;L - 1+4Vj Contractor's WA License o.
Cp 1K e 9,51 ogo. N
Bid Item Numbers
$-01, og. G-10, 11, 12.
Cow e.re,+-e 'V e,b &-r c
M P,---- Not Applicable 0
Description of Work
Category of Work
Subcontractors Name
Self --Performed
0.
Address
d)o
Phone No.
53 •A+f5•o 1
Contractor's WA. License No.
B ECX r^ $ L S �.
Bid Item Numbers
A-11 ; 0-4 L- a r--1
Description of Work
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
3125/26, 12:30 PM
BECKER BLACKTOP LLC
Labor & Industries.(�u ps://I� i�a.g�v/)
Contractors
I BECKER BLACKTOP LLC
Owner or tradesperson
Principals
BECKER, JASON
PATRICK, PARTNER/MEMBER
Doing business as
BECKER BLACKTOP LLC
WA UBI No.
603 135 627
P.O. Box 2273
SUMNER, WA 98390
206-940-3912
PIERCE County
Business type
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&1 Contractor Registration:
1-800-647-0982 - Email: ContReg@Lni.wa.gov
Bond
Old Republic Surety Co
$30,000.00
Bond account no.
YUS422057
Received by L&I
Effective date
04/14/2025
03/0312025
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
01/1412026
02/0812024
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 sarongs accounts during the previous 6 year period.
L&I Tax debts
N6tax 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:Hsecure.I ni.wa.gov/verify/Detail.aspx?UB 1=603135627&LIC=B ECKEBL895RZ&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 ASent,
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
T31 LINDAALGUIRE (360) 902-4678 - Email: POTH235(oni.wa.gov
Public Works Requirements I
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 jrrojects?
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.
httr)sJ/secure.Ini.wa.qov/verify/Detail.aspx?UBI=603135627&LIC=BECKEBL895RZ&SAW= 2/2
3125126, 12:31 PM
CONCRETE SERVICES INC
Labor & Industrie .(ht ps://lni.we. go2v/)
Contractors
CONCRETE SERVICES INC
Owner or tradesperson
Principals
WILSON, DANIEL DEAN, PRESIDENT
WILSON, EDWARD A, SECRETARY
(End: 05131/2012)
Doing business as
CONCRETE SERVICES INC
WA UBI No.
601 334 103
Registration
11403 58th Ave E
Puyallup, WA 98373
253-922-1444
PIERCE County
Business type
Corporation
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.
CONCRS109ONZ
Effective — expiration
08/0911991— 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
04/0112024
Expiration date
Until Canceled
Bond history
Insurance
Middlesex Insurance Company
$1,000,000.00
Policy no.
A0256024
Received by L&I
Effective date
0710812025
07/10/2024
Expiration date
0711012026
Insurance history
Savinjqs
Wo savings accounts during the previous 6 year period.
Lawsuits against the bond or savings
IJo lawsuits against the bond or savings accounts during the previous 6 year period.
L&1 Tax debts
No L8d 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.1 ni.wa. gov/verify/Detail.aspx?UB 1=601334103&LIC=CO NC RS109ONZ&SAW= 112
3125/26, 12:31 PM CONCRETE SERVICES INC
License Violations
No license violations during the previous 6 year period.
I Certifications & Endorsements I
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
407,370-01
Doing business as
CONCRETE SERVICES INC
Account is current.
Estimated workers reported
Quarter 4 of Year 2025 "31 to 50 Workers"
Workers' Comp Account Contact
TO I 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
Re�uired,Training- Effective Julx 1, 2019
Exempt from this requirement.
Contractor Strikes
No strikes have been issued against this contractor.
Can this contractor bid on Public Works Projects4
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
04/10/2025 Violations
Inspection no.
317984652
Location
2347168th PL NE
Marysville, WA 98271
httns•//secure_Ini.wa.aovlverifvlDetail.asl7x?UB1=601334103&LIC=CONCRS1090NZ&SAW= tit
3/25126, 12:31 PM WEST COAST SIGNAL INC
` Labor & Industries(hops://Ini.wa.go�/)
Contractors
WEST COAST SIGNAL INC
Owner or tradesperson 20111 208TH AVE SE
RENTON, WA 98058
Principals 206-595-6656
LORENZ, MATHEW JAMES, PRESIDENT 1UNG County
Mogensen, Becky, PRESIDENT
(End: 0412812025)
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 EW
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
11/21/2D11-11/2112027
Designated administrator
Lorenz, Matt
License type
Electrical Administrator
Bond
Merchants Bonding Co (Mutual)
Bond account no.
101648280
Received by L&I
09129/2025
Active
Meets current requirements.
License no.
LORENM"763P3
$4,000.00
Effective date
11/07/2026
Expiration date
Until Canceled
httpsl/secure.i ni.wa.gov/verify/Detail.aspx?UBI=603149602&LI C=WESTCCS8928G&SAW= 112
'5/26, 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 I SARAH BURDICK (360) 902-6113 - Email: BSAD235@lni.wa.gov
Track this contractor
I Public Works Requirements I
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
1 Check for any past safety and health violations found on jobsites this business was responsible for.
Inspection results date
0511912025
Violations
Inspection no.
317985625
Location
13306 Canyon Rd E
Puyallup, WA 98373
httos:llsecure.ini.wa.govlverify/Detail.aspx?UB1=603149602&LIC=WESTCCS8928G&SAW= 212
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
Nance 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 CIS -Removal of Unforeseen
Obstructions and Debris are designated as Force Account (FA) items but are missing.pricing in the Scheduled
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
Highkr,,& Reservoir water Main Improvements Project ADDENDUM NO. I
Page i of 1 Mardi 3.2426
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 did
documents for the above -named project and shall have the same effect as if set forth therein.
Bidders shall acknowledge the receipt of.Addendurn 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 C8 #1 and the connecting i3" DI pipe shown in TO t#1 to Ex, SDMH Profile Slier"
on Sheet 47 (Dwg No. COI) 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###11.500. The g4sting
structure shall remain in place.
c) Site specific potholing -and trench patching associated, with these elements are farther
eliminated.
2) Shmt 47 of the Plans (Dwg No. Cal)
a) Eliminate Proposed CB#1 and Approx. 4.3LF of 8" DIP connecting CB#1 to SDMH #11501 Thee
_bid schedule pace already reflects the elimination of note pipes and structure.
3) Sheet 57 of the Plans (Chug No. ROI)
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 pipescand
structure.
J1#.tan& Rtmvc t water Maw hnproveraenU Project AT)i3FNMU NU 2
Page 1 of 3 MRrrA2G,, 20X