Loading...
HomeMy WebLinkAboutAttachment BPublic Works Department Highlands Reservoir Water Main Improvements Project Nell **-- Documents to be Submitted with Bid- ® PROPOSAL BID BOND FORM 91 DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION ® PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM x❑ SCHEDULE OF PRICES ® ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA l CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES ® SUBCONTRACTOR LIST • A • This form must be submitted with the Bid Proposal. Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] Earthwork Solutions, LLC [address] 8629 156th Street NE, Arlington, WA 98223 as Principal, and [Surety] United Fire & Casualty Company a corporation duly organized under the laws of the State of Iowa and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal forthe following project, to wit: Highlands Reservoir Water Main Improvements Project W7R-27-03888 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. this IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed 25th day of March , 2026 Approved by the City Attorney on 6/03/13 United Fire & Casualty Company_ [Sure gnature of au1horized official] SEAL By; Katelyn Cooper [Attorney -in -Fact] 10400 NE 4th St, Suite 900 [Address] Bellevue, WA 98004 (425) 709-3600 [Telephone Number] Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ■ UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE ful FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, L4 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indenmity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint NICHOLAS FREDRICKSON, ANDREW KERSLAKE, GUY P. ARMFIELD, ROGER KALTENBACH, ELIZABETH R. HAHN, SCOTT MCGILVRAY, ALEC GUMPFER, GREG LAGREID, DEANNA M. FRENCH, JANA M. ROY, KATELYN COOPER, RONALD J. LANGE, SCOTT FISHER, SCOTT GARCIA, SUSAN B. LARSON, MINDEE L. RANKIN, REBECCA SARMIENTO, CHRIS LARSON, KYLE DOZIER, ABBIE A. BONNEY, SANDY L. BOSWELL, JANIE MA, SHARON POPE, BRENDA S. NOLIN, JANTEANE BLYTON, ALEX GIANNINI, WILLIAM M. SMITH, GREGORY C. RYERSON, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain m full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article V I — Surety Ron& and Undertakings" Section 2, Appointment of Artomey-in-Fact. "Ilse President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomevs-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby: such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its \ IIIIIIIIII/ \\NIIIu111/II wNnu,H a,"o.,,�, ```��`'`.,> n/.,,;�' `F,cI+suR;•••, vice president and its corporate seal to be hereto affixed this 1st day of Apr i 1 , 2024 y MAroRATF ;s_ a maroR{tL 'r._ ? eLyZ? UNITED FIRE & CASUALTY COMPANY SEAL SEAT , /,' 19 B6 a`�:,�: UNITED FIRF, & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By:r�l+-/ L State of Iowa, County of Lim, ss: Vice President On 1st day of April, 2024, before me personally came Kyanna M. Saylor to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. t Judith A. Jones _ Iowa Notarial Seal Pr Commission number Notary Public . MY Commission Expires 04/23/4/23/2027I y � My commission expires: 04/23,f_0_7 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurannce Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now m full force and effect. In testimony whereof I have hereunto suhscrilkd niv name and of ud the corporate seal of the said Corporations this 25th day of March , 2026 \\\\IylC�tllfflJ, \\111111YIff//// J�;��ly s•llq,/,' lF -"InRATt S i� C:)MF � ` ^ � 4� 0 O •l'UNIYIN{IL 5U'T at. s A ZD Sl{t - SEAL - :7 C Assistant Secretary, �starIap\� 'H,nmIP\ �''',•,,,,1 LiF&C & UF'&I & FPIC t/rlullq\ lu,unol�� BPOA0049 1217 This form must be submitted with the Bid Proposal. Department of Labor and Industries Certificate of Registration Name on Registration: Earthwork Solutions. LLC. Registration Number: EARTHSL830OK Expiration Date: 09/12/2027 Note: A copy of the certificate will be requested as part of contract execution when project is awarded. Proposal - Page 1 of 2 This form must be submitted with the Bid Proposal. CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications, contract and schedule of prices. The undersigned further certifies and agrees to the following provisions: NON -COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over -charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Proposal - Page 2 of 2 FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Earthwork Solutions, LLC. Name of Bidder's Firm Printed Name: Josh Frizzell, Governor Signature: Address: Contact Name (please print): Josh Frizzell Phone:36O-540-1954 Email: bidsCa-Dearthworksolutions.com Names of Members of Partnership: OR Pavel Nikolin, President Josh Frizzell. Governor Ed Nikolin. Manaaina Member Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at N/A N/A Subscribed and sworn to before me on this 25th day of March 2026 Notary Public in and for the State of Washington Notary (Print) Keanae Berger or���P�• BERGF���''-. .� P'•:55\ONE kp• ���Ci•;a� .F.• My appointment expires: 08/15/2028 f c°� N� oA,23 s No• 2 °o : 2 PuBor •- v �� 0F W AS CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. `Note Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM REM WITH UNIT PRICED BID APPROX. UNIT PRICE" TOTAL AMOUNT" NO. QUANTITY I Dollars Cents Dollars Cents RIr1 SCwF:nin F A. nFNFROL A01 Mobilization & Demobilization 1 $475,000.00 $475,000.00 LS Per LS A02 Construction Surveying, Staking, and As -Built 1 $51,395.00 $51,395.00 Drawings LS Per LS — A03 Temporary Traffic Control p rY 1 $379,711.04 $379,711.04 LS Per LS — A04 Uniformed Police Officer 200 $122.20 _ $24,440.00 HR Per HR A05 Site Specific Potholing Up to 6-Foot in Depth 190 $352.50 $66, 975. 00 EA Per EA A06 Site Specific Potholing Deeper than 6-Foot 55 $5 5 - $29, 081 EA Per .25 A07 Site Specific Potholing for Duct Banks or 20 $352.50 Utilities Encased in Concrete Up to 8 Feet in $7, 050.00 Depth EA Per EA A08 $7,179.25_ $7 Erosion and Water Pollution Prevention LS Per LS '179.25 A09 Construction Dewatering 1 $5'875.00 $5, 875. 00 LS er L PS A10 Trench Excavation Safety System 1 $1.17 _ _ _ LS Per LS A11 Hot Mix Asphalt Overlay 2,650 $152.41_ _ _ $403, 886.50 TON Per TON Al2 Project Signage 2 $998.75 $1,997.50 EA Per EA A13 Property Restoration 1 $11,750.00 $117750.00 LS Per LS A14 Remove and Replace Pavement Markings 1 $68,561.25 $K 561.25 LS Per LS A15 Apprenticeship Incentive 1 $2,000 00 $2,000 00 CAL. Per CAL. A16 Apprenticeship Penalty 1 $0 00 $0 00 CAL. Per CAL Schedule of Prices Page 1 of 9 Provided to Buiiders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Aiways Verify Scat CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. `Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only IITEM I ITEM WITH UNIT PRICED 810 I APPROX. I UNIT PRICE' I TOTAL AMOUNT` I NO. I QUANTITY Dollars Cents Dollars Cents Subtotal Schedule AI $1,534,902.96 10.5% Sale Tax $161,164.81 Total Schedule A $1,696,067.77 RI11 SC41Fr i III F R _ ATARIUWATFR ANr1 RnanwAY B01 Minor Changes 1 8100,000.00 $100,000.00 EST Per EST. B02 Sawcutting Asphalt Pavement 3,100 $5.28 - $167368.00 LF Per LF B03 Controlled Density Fill (CDF) -Pipe AbandonmE 35 $519.34_ $1 87176.90 CY Per CY B04 Crushed Surfacing Top Course (CSTC) 280 $38.36 $1 0, 740.80 TON Per TON B05 Gravel Borrow for Backfill 1,160 $25.70-- $297812.00 TON Per TON B06 Permanent Asphalt Patch 920 $141.00 $129,720.00 TON Per TON B07 Cement Concrete Sidewalk 85 $140.98 $1 1 983. 30 SY Per SY , Cement Concrete Curb and Gutter $61.66 $87940.70 B08 145 LF Per LF B09 Removal and Replacement of Unsuitable 100 $43.47 $4 347.00 Foundation Materials TON ------- Per TON B10 Construction Geotextile for Separation 75 $14.10 - $1 057.50 SY Per SY B11 Abandon Existing Storm Structure 2 $3,495.62 d` 6 991.24 �p EA Per EA B12 Remove Existing Storm Structure -Inlet 8 $1,630.31 $13, 042.48 EA Per EA B13 Remove Existing Storm Structure -Manhole 7 $2,652_14 $187564.98 EA Per EA Schedule of Prices Page 2of9 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see ,jww.bxwa CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project ADDENDUMV WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. 'Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE' TOTAL AMOUNT" NO. QUANTITY Dolllars Cents Dollars Cents B14 Remove Existing Storm Pipe 1,010 $65.38 $665033.80 C D B15 Removal of Unforeseen Obstructions and 1 $25,000.00 $25.000.00 bri FA Per FA B16 Connect Existing Storm Pipe to New Storm 10 $4,323.70 $43, 237. 00 Structure EA Per EA B17 Connect New Storm Pipe to Existing Storm 7 $3,566.50 $243965.50 Structure EA Per EA $55607.60 B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 $467.30 LF Per LF B19 8-inch Diam. Ductile Iron Storm Pipe 165 $167.79_ $27, 685.35 LF Per LF B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 $169.89_ $1 72,438.35 LF Per LF B21 12-inch Diam. Polypropylene Storm Pipe 55 $100.66 $5, 536.30 LF Per LF B22 Pipe 265 $140.93 $37,346.45 18-inch Diam. Polypropylene Storm LF Per LF B23 18-inch Diam. Ductile Iron Storm Pipe 42 $237.92_ $95992.64 LF Per LF B24 Catch Basin Type 1 9 $1,678.78 $15,109.02 EA Per EA B25 $2,652.56 $2652.56EA Catch Basin Type 1 L Per EA B26 $6,071.09 $425497.63EA 48-inch Diam Catch Basin Type 2 Per EA B27 4-inch Diam. Sanitary Side Sewer Pipe 40 $125.72_ $5, 028.80 Relocation (For Storm Conflict) LF Per LF B28 6-inch Diam. Sanitary Side Sewer Pipe 40 $1 28.28_ $55131.20 Relocation (For Storm Conflict) LF Per LF B29 1,600 $4.70_ $7,520.00 CCTV Inspection Per LF B30 Remove Existing Abandoned Traffic Detection 1 $7,050.00 $7, 050.00 Wire Loos LS Per LS Schedule of Prices Page 3of9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. `Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE' TOTAL AMOUNT' NO. QUANTITY, Dollars Cents Dollars Cents B31 3LF0 $55.81 _ $184 173.00 3-inch Diam. Schedule 80 PVC Conduit Per LF B32 2 8 $3,818.75 $X 550. 00 Locking LID STD. Duty J-Box Type EA Per EA B33 $11,39 -- $113397.50 Small Cable Vault EA Per EA B34 Connection 3-inch Diam Schedule 80 PVC 1 $7,050.00 $7 050. 00 Conduit to Existinq Vault EA Per EA � B35 Resolution of Utility Conflicts for Proposed 1 :Per $100,000 00 $100,000-00 Storm Svstem FA FA $1,205,747.60 Total Schedule B RIr1 CCHFrH 11 F C - WATFR C01 Minor Changes 1 $300,000.00 $300,000.00 Est. Per Est. CO2 $3,525.00 $3, 525.00 Permits LS Per LS CO3 Pavement 10,500 $5,28___ $55,440.00 Sawcutting Asphalt LF Pe T LF C04 200 $148.05__ $29; 610.00 Asbestos Cement (AC) Pipe Removal LF Per LF C05 Controlled Density Fill (CDF)-Pipe Abandonment 30 $479.79_ $1 4, 393.70 CY Per CY C06 Crushed Surfacing Top Course (CSTC) 1,250 $35.83__ $44 787.50 TON Per TON 1 C07 8.150 $24.08 $1 g6 252.00 Gravel Borrow for Backfill TON Per TON C08 Asphalt Treated Base 155 $152.75_ $23,676.25 TON Per TON C09 Permanent Asphalt Patch 2,280 $135.12_ $308,073.60 TON Per TON C10 Driveway 20 $249.10 $4982.00SY Cement Concrete Per SY C11 Cement Concrete Sidewalk 145 $131.60_ $1 9 ; 082.00 SY Per SY Schedule of Prices Page 4 of 9 Provided r-o Builders Exchange of WA, Inc. For usage Conditions Agreement see www.iDxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES ADD: UM#1 Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. "Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE' TOTAL AMOUNT" NO. QUANTITY Dollars Cents Dollars Cents C12 Cement Concrete Curb and Gutter 195 $49.35_ _ $9 623.25 LF Per LF � C13 Removal and Replacement of Unsuitable Foundation 150 $47.00 $7 050.00 Materials TON Per TON C14 Construction Geotextile for Separation 300 $14.10__ $4 230.00 Y Per SY C15 Removal of Unforeseen Obstructions and Debris 1 $50,000.00 $50,000.00 FA Per FA C16 CLSM Encasement 10 $217.37_ $2,173.70 CY Per CY C17 Survey Monument Replacement 7 $2_,056.25 14 393.75 EA Per EA C18 Removal of Existing Fire Hydrant 7 $2,601 .78 18 212.46 EA Per EA C19 Abandon Existing Gate Valves 46 $_5.8_2_._6_5_ $26, 801.90 EA Per EA C20 Abandon Existing Water Main 1 $39,979.37 $39, 979.37 LS F�e T LS C21 Cut, Cap, and Block Existing Water Mains 2 $2,496.87 $4 993.74 EA Per EA 8-inch Diam. Ductile Iron Class 52 Restrained Joint 515 $152.47__ $78 522.05 C22 Water Pipe & Restrained Joint Fittings w/Polywrap LF Per LF 10-inch Diam. Ductile Iron Class 52 Restrained Joint 120 $227.14__ $27 256.80 C23 Water Pipe & Restrained Joint Fittings with Polywrap LF Per LF C24 12-inch Diam Ductile Iron Class 52 Restrained Joint 4,170 $206.57 $861, 396.90 Water Pipe & Restrained Joint Fittings with Polywrap LF Per LF 16-inch Diam. Ductile Iron Class 52 Restrained Joint 480 $344.77 165 489.60 C25 Water Pipe & Restrained Joint Fittings with Polywrap LF _ Per LF Concrete for Concrete Blocking and Straddle Thrust 210 $235.83 $49, 524.30 C26 Blocking and Tie Rod CY _ Per CY C27 4-inch Diam. Gate Valve Assembly 1 $1 ,280.75 $1 280.75 EA Per EA C28 6-inch Diam. Gate Valve Assembly 2 $1,586.83 $31173. 66 EA Per EA Schedule of Prices Page 5of9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Alloys Verify Scale CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note, Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPRO)L UNIT PRICE" TOTAL AMOUNT' NO. QUANTITY Dollars Cents Dollars Cents C29 8-inch Diam. Gate Valve Assembly 11 $2,340.70 $25, 747.70 EA Per EA $1 4, 315. 00 C30 10-inch Diam. Gate Valve Assembly 4 $39578.75 EA Per EA C31 12-inch Diam. Gate Valve Assembly 35 $4,313.05 $150 956.75 EA Per EA C32 16-inch Diam. Butterfly Valve Assembly 8 $7,008.4356 067.44 EA Per EA C33 Fire Hydrant Assembly 8 $10,038.90 $80,311.20 EA Per EA C34 1-inch Diam Air and Vacuum Release Valve 1 $6,004.256 004.25 Assembly EA Per EA C35 2-inch Blow Off Assembly -Permanent 2 $5,977.22 $1 1 954.44 EA Per EA , $3,666.99 C36 1-inch Diam. Water Service Connection 26 $95, 341.74 EA Per EA C37 1.5-inch Diam. Water Service Connection 8 $7,543.64 $60,349.1 2 EA Per EA Q 0 920,75 C38 2-inch Diam. Water Service Connection 1 $9,928.75 EA Per EA Connection to Existing 4-inch Diam. Sprinkler Water $4,441.50 C39 Service Line EA Per EA $2 940.435 $4 441 .50 Connection to Existing 6-inch Diam. Sprinkler Water 2 C40 Service Line EA Per EA �J vvQ80.8G V C41 Connection to Existing 6-inch Diam. of Fire Hydrant 1 $4 671.80 $4 671.80 Main Line EA Per EA C42 Connection to Existing 8-inch Diam. Sprinkler 1 $4,208.85 $4 208.85 Water Service Line EA Per EA C43 Connection A to Existing 8-inch Diam. Water Main 1 $3,407.50 $35407.50 EA Per EA C44 Connection Bto Existing 8-inch Diam Water Main 1 ---- .80 $3,590.80 EA Per EA 4� $4,054.92 C45 Connection C to Existing 8-inch Diam. Water Main 1 $4 054.92 EA Per EA Schedule of Prices Page 6 of 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. `Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM REM WITH UNIT PRICED BID APPROX. UNIT PRICE' TOTAL AMOUNT' NO. QUANTITY Dollars Cents Dollars Cents C46 Connection D to Existing 8-inch Diam. Water Main 1 $3,784_67 $3 784.67 EA Per EA ' $3,590.80 C47 Connection E to Existing 8-inch Diam. Water Main 1 $3,590.80 EA Per EA ' $3,590.80 C48 Connection F to Existing 8-inch Diam. Water Main 1 $3,590.80 EA Per EA $3,590.80 ' $3,590.80 C49 Connection G to Existing 8-inch Diam, Water Main 1 EA Per EA ' C50 Connection H to Existing 8-inch Diam. Water Main 1 $3,407.50 $3 407.50 EA Per EA ' C51 Connection I to Existing 8-inch Diam. Water Main 1 $3,399.27 $3 399.27 EA Per EA ' C52 Connection Oto Existing 8-inch Diam. Water Main 1 $3,691.85 $3 691.85 EA Per EA ' $3 389.87 C53 Connection J to Existing 10-inch Diam. Water Main 1 $3,389.87 EA Per EA ' C54 Connection K to Existing 10-inch Diam. Water Main 1 $3,532.05 $3 532.05 EA Per EA ' C55 Connection L to Existing 10-inch Diam. Water Main 1 $4,086.65 $4 086.65 EA Per EA ' C56 Connection M to Existing 10-inch Diam. Water Main 1 $3,783.50 $3,783.50 EA Per EA C57 Connection N to Existing 10-inch Diam_ Water Main 1 $3,783.50 $3,783.50 EA Per EA ' C58 Connection P to Existing 12-inch Diam. Water Main 1 $4,420.35 $4 420.35 EA Per EA ' C59 Connection Q to Existing 12-inch Diam Water Main 1 $3,791.72 $3,791.72 EA Per EA ' C60 Connection R to Existing 12-inch Diam Water Main 1 $4,817.50 $4 817.50 EA Per EA $3 791.72 C61 Connection S to Existing 12-inch Diam. Water Main 1 $3,791.72_ EA Per EA ' $3,791.72 ' C62 Connection T to Existing 12-inch Diam Water Main 1 $3,791.72 EA Per EA Schedule of Prices Page 7of9 Provided co Buiiders Exchange of WA, Inc. For usage Conditions Agreement see .,ww,bxwa..com - Always Verify Scai CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. "Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE" TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents C63 Connection U to Existing 12-inch Diam Water Main 1 $4,121_90 $4 121.90 EA Per EA C64 Connection V to Existing 12-inch Diam. Water Main 1 $3,791.72 $3 791.72 EA Per EA C65 Connection W to Existing 12-inch Diam. Water Main 1 $4 _ _'644.77 _____ $4, 644.77 EA Per EA C66 Connection Xto Existing 16-inch Diam. Water Main 1 $5,933.75 $53933.75 EA Per EA C67 Connection Y to Existing 16-inch Diam. Water Main 1 $5,933.75 $5,933.75 EA Per EA C68 Connection Z to Existing 16-inch Diam. Water Main 1 $7,462.42 $7, 462.42 EA Per EA C69 Connection AA to Existing 16-inch Diam. Water Main 1 $5,061.90 $5, 061.90 EA Per EA C70 Connection AB to Existing 16-inch Diam. Water Main 1 $4,643.60 $4 643.60 EA Per EA $4,643.10 C71 Connections to Existing 12"x 8" DI Cross 1 $4 643.60 EA Per EA 4-inch Diam. Sanitary Side Sewer Pipe Relocation 60 $41.51 490.60 C72 (For Water Conflict) LF _ _2 Per LF 760.80 6-inch Diam. Sanitary Side Sewer Pipe Relocation 80 $34.51 C73 (For Water Conflict) LF _2 Per LF C74 Adjust Existing Water Valve Box Cover to 11 $694.31 _ $73637.41 Finished Grade EA Per EA C75 Adjust Existing Manhole Cover to Finished Grade 37 $666.89_ $24, 674.93 EA Per EA C76 Adjust Existing Gas Valve Box Cover to 19 $_6_80._26- $12, 924. 94 Finished Grade EA Per EA C77 Resolution of Utility Conflicts for Proposed 1 $250,000.00 $250.000 00 Water Svstem FA Per FA $880.00 C78 Additional Ductile Iron Fittings 8,000 $_0•_1_1___ LB Per LB Schedule of Prices Page 8 of 9 Provided to Buiiders Exchange of WA, Inc. for usage Conditions Agreement see www.bxwa,com. - Always verify Scai CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS `Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only ITEM ITEM WITH UNIT PRICED BID APPROX. I UNIT PRICE' TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents Subtotal Schedule c $3,317,007.26 10.5% Sale Tax $348,285.76 Total Schedule J $3,665,293.02 Summary Total Schedule A brought forward = $ Total Schedule B brought forward = $ Total Schedule C brought forward = $ $1,696,067.77 $1,205,747.60 $3,665,293.02 Total Bid Amount, Schedule A, B, and C = $ $6,567,108.39 Note: Determination of low bidder will be based solely on the 'Total Bid Amount' Schedule of Prices Page 9of9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Aiways Verity 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. 1 DATE:03/03/2026 NO. 2 DATE:03/20/2026 NO. DATE: NO. DATE: NO. DATE: NO. DATE NO. DATE: SIGNED: TITLE: J sh Frizzell. Governor NAME OF COMPANY: Earthwork Solutions, LLC. CITY/ STATE/ ZIP: Arlington WA 98223 TELEPHONE: 360- 540-1954 This form must be submitted with the Bid Proposal. Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Earthwork Solutions, LLC. Bidder's Businei%Name Sign ay4fO26"fAuthorized osh Frizzell Printed Name Governor Title 03/25/2026 Date Check One: Sole Proprietorship ❑ Arlington City Partnership ® Joint Venture ❑ _WA State Corporation ❑ LLC ❑ State of Incorporation, or if not a corporation, State where business entity was formed: =11 If a co -partnership, give firm name under which business is transacted: N/A *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co -partnership, proposal must be executed by a partner. Template updated 2-12-19 SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal In accordance with RCW 39.30-060 as amended by House Bill 1633: For all public works contracts exceeding $1,000,000 the bidder shall submit with the bid the names of the Licensed subcontractors and proof of license with whom the bidder, if awarded the contract, will subcontract for the following work or to name itself for the work, if it is licensed to perform the work for which it has named itself.: All structural steel installation, rebar installation, heating, ventilation and air conditioning, and plumbingwork as described in chapter 18.106 RCW, and electrical work as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors) shall be submitted as part of the bid. *Note: Bidders are notified that it is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc., are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected. If the work does not apply to this contract, check the box "Not Applicable". If the work will be self - performed by the bidder, check the box "Self -Performed". If the subcontractors' names are not submitted with the bid OR if two or more subcontractors are named to perform the same work, the bid shall be considered nonresponsive and, therefore, void. If subcontractors vary with bid alternates, please complete a separate form indicating which subcontractors will be used for which bid alternate. Complete the following: If awarded the contract, Earthwork Solutions: LLC. will contract with the following subcontractors forthe performance of heating, ventilation and air conditioning, plumbing, electrical (including automatic controls) work, structural steel installation, and rebar installation: The following list of subcontracts is due with the bid. Errors identified by the contracting agency in the proof of license information must be corrected by the bidder within 48 hours of bid submission. Category of Work Heating, Ventilation &Air Conditioning (HVAC) Not Applicable iffi Subcontractors Name Self -Performed ❑ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Provided _o Builders Exchange of WA, Inc For usage Conditions Agreement see www 6xwa corn - Al -ways Verify Scal Page 2 SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing (per RCW 18.106) Not Applicable CC Subcontractors Name Self -Performed ❑ Address Contractor's WA License No. Phone No. Bid Item Numbers Description of Work Category of Work Electrical (per RCW 19.28) *See Note Above *See Note Above Subcontractors Name SERVICE ELECTRIC CO INC Self -Performed ❑ Address PO BOX 1489 SNOHOMISH, WA 98291 Phone No. 360-568-6966 1 Contractor's WA License No. SERVIEC564RU Bid Item Numbers 1331,1332 B33, B34 Description of Work Conduit, J-Box, Cable Vault, Existing Vault Structural Steel Not Applicable ($I Self -Performed ❑ Category of Work Subcontractors Name Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Category of Work Rebar Installation Not Applicable ❑ Subcontractors Name EARTHWORK SOLUTIONS LLC Self -Performed M Address 8629 156th St NE ARLINGTON, WA 98223 Phone No. 360-540-1954 1 Contractor's WA License No. I EARTHSL8300K Bid Item Numbers C26 Description of Work Thrust Blocking Category of Work Not Applicable qO Subcontractors Name Self -Performed Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work = - AiNays Verify Scai