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