Loading...
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