Loading...
HomeMy WebLinkAboutActive Construction, Inc. ACI ACTIVE Rc M-a p w` CONSTRUCTION ryhl zb V.A INC P.O.BOX 430 • PUYALLUP,WA 98371 SEALED BID — DO NOT OPEN CITY OF RENTON 116T"AVE SE SIDEWALK APR R 7 2026 BID DATE: APRIL 7, 2026 @ ZOO PM CITY,RECEIVED LERKS FI CITY OF RENTON LiPCE 1055 SOUTH GRADY WAY RENTON,WA 98057 AC-TI-VC-I-164JL Project No.: TR04104285 Contract No.: CAG-26-019 Contract Provisions Award Amount: _ Award Date: Award To: 116th Ave SE Sidewalk TIB Project Number: C-P-102(002)-1 ti y Volume 1 of 2 General Bid Information:Builders Exchange of Washington,Inc. Submitted by: (425)258-1303 SCJ ALLIANCE City Contact: Blake Costa,PE,PTOE 110. (425)757-9994 2727 Hollycroft Street,Suite 230 Consultant Contact: George Hilen,PE Gig Harbor,WA 98335 (253)509-4904 Submitted to: \ Y O Approved for Bid -s- z/19/26 1 City of Renton Date N r Approved for Construction Public Works Department Transportation Division Renton City Hall-5th Floor City of Renton Date: 1055 South Grady Way Renton,Washington 98057 Bid Documents Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CAG-26-019 CITY OF RENTON 116th Avenue SE Sidewalk Project CAG-26-019 CALL FOR BIDS AP/2/1-47714 Sealed bids will be received until4:00 PM on Tuesday,A4arc+v-51 , 2026 at the lobby of Renton City Hall, 1055 South Grady Way, Renton, WA 98057. Bids delivered by mail, FedEx, UPS, or any other courier delivery service,will not be accepted.All supplemental documents,that are allowed to be submitted after this date and time, shall be received at the lobby of Renton City Halt. Sealed bids will be opened and publicly read via Zoom video-conferencing web application (meeting information below) at.00 PM on Thursday, April 41, 2026. Any bids received after the published bid submittal time cannot be considered and will not be accepted. Join Zoom Meeting https://us06web.zoom.us/i/84731447661?pwd=pCK35 hli4knSPICfOuJ2H7vcSgbhGd.1 Meeting ID:847 3144 7661 Passcode:645406 Approved plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc.,at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works;City of Renton;Projects Bidding.(Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. The City of Renton in accordance with Title VI of the Civil Rights Act of 1964,78 Stat.252,42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A,Office of the Secretary,Part 21,Nondiscrimination in Federally-Assisted programs of the Department of Transportation issued pursuant to such Act,hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color,national origin, or sex in consideration for an award. The improvement for which bids will be received is described below: Construct the 116'Ave SE Sidewalk Project.The work includes but is not limited to: Removing asphalt pavement; paving with HMA;saw cutting and sealing; installing concrete sidewalk,installing concrete curb ramps, installing stormwater system, removal and modification of existing stormwater system, installing rectangular rapid flashing beacon(RRFB)system,installing channelization and all other work necessary to complete the Work as specified and shown in the Contract Provisions. Engineer's Cost Estimate:$985,645.00 Jason A. Seth,City Clerk Published: Daily Journal of Commerce: March 16, 2026 and March 23, 2026 City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Renton Contract Provisions for 116th Ave SE Sidewalk II. INFORMATION FOR BIDDERS City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page 13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal INFORMATION AND CHECKLIST FOR BIDDERS INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project.The following items particular to this project are repeated here for emphasis: a. Prevailing Wages. This project has does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project. The Prevailing Wages in effect at time of Advertisement are provided in Appendix A. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. b. Transportation Improvement Board(TIB)Funding.This project includes TIB funding. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids.Oral explanations, interpretations,or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project,the bidder may either: • Submit questions in writing to Renton City Hall — Transportation Systems, 1055 S Grady Way, Renton,WA 98057,Attn: Blake Costa,or • Submit questions via e-mail: mailto: bcosta@Rentonwa.gov. Put "116th Ave SE Sidewalk" in the subject line No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City of Renton may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible,responsive bidder.The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. Payment for this work will be made in cash warrants. 8. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder,and the name and number of the project for which the bid is submitted.It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page /4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal INFORMATION AND CHECKLIST FOR BIDDERS in their copy of the Contract Provisions. 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 the date and time that bids are due. The following documents shall be submitted with the bid. ✓a. Project Proposal Bid Summary - The form included in these Bid Documents must be used; no substitute will be accepted. ✓b. Proposal — The form included in these Bid Documents must be used; no substitute will be accepted. ‘,.."4. Schedule of Prices—The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank,it will be considered no charge for that bid item,regardless of what has been placed in the extension column. Non-Collusion Declaration — The form included in these Bid Documents must be used; no substitute will be accepted. ✓e. Local Agency Subcontractor List-This form is available at http://wsdot.wa.gov/forms/pdfForms.html Bidder may download, print and complete the form to include with Bid.The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid may be considered irregular and non-responsive and the Bid may be rejected. k/f. Proposal for Incorporating Recycled Materials into the Project—The form included in these Bid Documents must be used; no substitute will be accepted. 1./g. Contractor Certification,Wage Law Compliance—Responsibility Criteria,Washington State Public Works Contracts—This form is available at http://wsdot.wa.gov/forms/pdfForms.html Bidder may download, complete, print and sign the form to include with Bid.The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. ✓h. Proposal Signature Page—The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid.Otherwise,the submitted Bid will be considered irregular and non-responsive and the Bid will be rejected. 1/ Proposal Bid Bond to the City of Renton—The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond,the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals,signatures, and notaries. Failure to furnish a bid bond, as specified in City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page 15 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal INFORMATION AND CHECKLIST FOR BIDDERS Section 1-02.7, shall make the bid non-responsive and shall cause the bid to be rejected by the Contracting Agency. 10. Contract Checklist The following documents are to be executed by the successful Bidder within 10 calendar days after the award date. a. Agreement—The form included in these Bid Documents must be used; no substitute will be accepted.Two originals shall be executed by the successful Bidder. b. Contract Bond—The form included in these Bid Documents must be used; no substitute will be accepted.Two originals shall be executed by the successful Bidder and its surety company.This bond covers successful completion of all work and payment of all laborers,subcontractors, suppliers, etc. If an attorney-in-fact signs bond,the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions,and include all necessary corporate seals, signatures,and notaries. c. Fair Practices Policy Affidavit of Compliance—The form included in these Bid Documents must be used; no substitute will be accepted. d. Certificates of Insurance—To be executed by an insurance company acceptable to the City,on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions.The City of Renton shall be named as"Additional Insured" on the insurance policies as well as the entities listed in Section 1-07.18(2)of the Special Provisions. e. Retainage—Refer to Standard Spec Section 1-09.9(1), Retainage. City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. `:m _ It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race;religion/creed; national origin; ancestry;sex;age over 40; sexual orientation or gender identity;pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status;or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (21 COOPERATION WITH HUMAN_RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7 t h day of March 2011 . CITY R,RENTON RENTONNT/ CITY COUNCIL Denis Law,Mayor Cduncil President Attest: Bonnie I. Walton,City Clerk = 4 1. Summary of Fair Practices Policy ��•. rEC City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page / 7 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page I 8 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON CITY OF RENTON SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY ADOPTED BY RESOLUTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunrt to person, with dicaniline*, when the City of Renton can reasonably a.wuuLI.L.t.- the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - :Ul activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- disenmmatory manner. Personnel decisions will be based on individual performance. staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities rn ernploymcnt and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Dtsabdines Act Policy will be maintained to farilitarr equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilitxs It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote Zrrr« to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993 CITY(9F RENTON RENTON CITY COUNCIL: Mayor Council President Attest: City Clerk City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page f 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page / 10 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Renton Contract Provisions for 116th Ave SE Sidewalk III. PROJECT PROPOSAL PROJECT PROPOSAL BID SUMMARY Project Name: 116th Ave SE Sidewalk City Project Number: TR04104285 City Contract Number: CAG-26-019 Company: ,4t71 Ve" ea 1S7j24447 , rrvL Address: Sllo /01402- 6. WDMAWA ggg3 Telephone Number: 20.2 . log i E-mail Address: Dilve.6c,z frtTI 44Cfly Co iS7a2L 77ah.. Con/3 Total Bid Amount: $ IP t City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page ill Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page 112 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL 116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St) TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents,for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1),an original Bid Proposal Deposit in the form of (check one) Vbid bond, or C cashier's check(made payable to the City of Renton),or C postal money order(made payable to the City of Renton), in an amount equal to five percent(5%)of the Total Bid Amount, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids,as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 50 working days.Contract time shall begin on the first working day following the Notice to Proceed date. City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page J 13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page 114 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE OF PRICES SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE: Unit prices for all items,all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places(including whole dollar amounts).All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1) and WAC 458-20-171. CITY OF RENTON 116TH AVE SE SIDEWALK PROJECT Bid Item WSDOT Description Unit Qty. Unit Price Total No. SPEC 1 1-09 MOBILIZATION L.S. 1 LUMP SUM 670, 006. 00 2 1-04 MINOR CHANGE EQ.ADJ. 1 $ 50.000.00 co, Ooo. Oo 3 1-05 ROADWAY SURVEYING L.S. 1 LUMP SUM if3oyfa 00 , 4 1-05 RECORD DRAWINGS(MIN BID$1000) L.S. 1 LUMP SUM /0 00.. OO 5 1-07 SPCC PLAN L.S. 1 LUMP SUM If So. 00 6 1-10 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1 LUMP SUM 87, goo. 00 7 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS L.S. 1 LUMP SUM Y3 t aa.a 0 • 8 2-02 ADJUST EXISTING UTILITY TO GRADE EACH 11 780. to 8s9o. 00 9 2-03 ROADWAY EXCAVATION INCL.HAUL C.Y. 510 • DA SZ,S3o. DO 10 2-03 SELECT BORROW INCL.HAUL TON 250 D. /S,OOO. o0 11 2-03 GRAVEL BORROW INCL.HAUL C.Y. 240 �O/_• 00 7 f%L,I/ c0 (�"J '7.7 00 12 2-09 STRUCTURE EXCAVATION CLASS B INCL.HAUL C.Y. 400 cc:to 22, O .OO 13 2-09 SHORING OR EXTRA EXCAVATION CLASS B S.F. 3300 O.Zb 64o 00 14 4-04 CRUSHED SURFACING BASE COURSE TON 450 74 o0 33,3oo. ° 15 4-04 CRUSHED SURFACING TOP COURSE TON 210 .7 7 00 /5 75D� D0 16 5-04 HMA CL.112 IN.PG 58H-22 TON 460 /f s c oo S(c ioo. Ofl 17 5-04 PLANING BITUMINOUS PAVEMENT S.Y. 966 . {'/ Op (//4/ qq,�•00 18 7-04 POLYPROPYLENE STORM SEWER PIPE 12 IN.DIAM. L.F. 100 ®oc co /o/ Soo. Do 19 7-04 INSTALL CITY PROVIDED POLYPROPYLENE STORM SEWER PIPE 12 ./,00 L F. 780 Bo• ` 00 IN.DIAM. v 62 f OO• 20 7-04 DUCTILE IRON STORM SEWER PIPE 8 IN.DIAM. L.F. 75 fcO• Nr D!,ZSa 00 21 7-04 DUCTILE IRON STORM SEWER PIPE 12 IN.DIAM. L.F. 34 92 OD /0, 880. PA 22 7-04 TEMPORARY STORMWATER DIVERSION PLAN L.S. 1 VS71">I.00 1/coo. CO w City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page I 15 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON 116TH AVE SE SIDEWALK PROJECT SCHEDULE OF PRICES Bid Item WSDOT Description Unit Qty. Unit Price Total No. SPEC 23 7-05 CATCH BASIN TYPE 1 EACH 15 lSoo. o0 27,ono.°'° 24 7-05 CATCH BASIN TYPE 1L EACH 1 2 OO. 0 0 2/00. 00 25 7-05 CATCH BASIN TYPE 2 48 IN DIAM EACH 2 SZ oo 00 l o, goo. Do 26 7-05 CONCRETE INLET EACH 2 1060. Do /f/2o. Do F 27 7-05 CONNECTION TO DRAINAGE STRUCTURE EACH 1 q00 00 v(90o. 00 28 8-01 EROSION CONTROL AND WATER POLLUTION PREVENTION L S 1 LUMP SUM /0, Spa DO 29 8-02 TOPSOIL TYPE A S Y 430 22.. OO q�/O co 30 8-02 SEEDING,FERTILIZING AND MULCHING S Y 430 00 Z'/T l7,. OD 31 8-04 CEMENT CONC TRAFFIC CURB AND GUTTER L F 1070 30. O0 (b, 66p oa 32 8-05 POTHOLING EACH 14 700. OV q goo. Do 33 8-06 CEMENT CONC DRIVEWAY ENTRANCE TYPE R1 S Y 153 /SO•00 v11,//7 D0 34 8-09 RAISED PAVEMENT MARKER TYPE 2 HUND 0 2 1/5-00.17° /DO. Do 35 8-14 CEMENT CONC SIDEWALK S.Y 497 66. 0O 33,-216.0o 36 8-14 CEMENT CONC CURB RAMP TYPE PARALLEL A EACH 2 7oo 00 511 00. 00 37 8-14 CEMENT CONC CURB RAMP TYPE PARALLEL B EACH 1 3/.5-0. OO 5150. 00 38 8-14 CEMENT CONC CURB RAMP TYPE COMBINATION EACH 1 3( 7j 00 3i6-D 00 39 8-14 CEMENT CONC CURB RAMP TYPE SINGLE DIRECTION A EACH 1 280o A' 2S3 o. 00 40 8-18 RELOCATION OF EXISTING MAILBOX @ 16045 116TH AVE SE EACH 1 1100. DO 6/400. D0 41 8-20 RRFB SYSTEM @ MIDBLOCK CROSSING.COMPLETE LS 1 LUMP SUM 3,4 0 00. 00 42 8-20 RRFB SYSTEM @ SE 162ND ST COMPLETE L S 1 LUMP SUM Ci 7 000. DO 43 8-20 SPARE CONDUIT SYSTEM,COMPLETE L S 1 LUMP SUM 0201 Ooil .06 44 8-20 SPEED CAMERA SYSTEM RELOCATION.COMPLETE L S 1 LUMP SUM fbO, ZoO.00 A 45 8-20 SCHOOL ZONE SPEED SIGN RELOCATIONS COMPLETE L S 1 LUMP SUM /44 O010. Oo 46 8-21 PERMANENT SIGNING L S 1 _UMP SUM 3000- o0 47 8-22 PAINT LINE LF 950 3. 00 28c0 00 48 8-22 PLASTIC CROSSWALK LINE S F 260 /0. QO 2600•Do 49 8-22 PLASTIC STOP LINE L F 60 20, DO Y 2o0. 00 50 8-22 REMOVE PAVEMENT MARKINGS L S 1 LUMP SUM 3240• o0 TOTAL 9�a� q Q,-,R.OD City of Renton ` U / V OD 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions 14D(1ENDik #./ Page 116 Non-Collusion Declaration Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I,by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1 That the undersigned person(s), firm, association or corporation has (have) not,either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted 2. That by signing the signature page of this proposal,I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call. 1-800-424-9071 The U.S. Department of Transportation (USDOT)operates the above toll-free "hotline"Monday through Friday.8:00 a.m.to 5:00 p.m.. eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the"hotline"to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected SR DOT Farm 272-0361 EF 0N2011 City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page / 17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page 1 18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Local Agency Name- City of Renton Local Agency Address ions 5. 6i & WPy Local Agency Subcontractor List /eC—n.-7DAj GOAa. 170f7 Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name 60th Ave Se Sidewalk - SE 160th St to SE 162nd St Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the work of structural steel installation,rebar installation, heating,ventilation and air conditioning, plumbing,as described in Chapter 18.106 RCW,and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation, rebar installation, heating,ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below.The work to be performed is to be listed below the subcontractor(s)name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060,and no subcontractor is listed below to perform such work,the bidder certifies that the work will either(i)be performed by the bidder itself,or(ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name V N� �eG�l'r� - a(SU_E L f5-W,,F Work to be performed Electrical Subcontractor Name A'Gl *zit crl VI/ /01 :it Work to be performed Structural Steel Subcontractor Name AG' #4GT/ VW lby�'L Work to be performed Rebar Subcontractor Name The Bathroom LLC. #BATHRL*797MP Work to be performed Plumbing Subcontractor Name Holmberg Co. #HOLMBC*066ME Work to be performed HVAC Bidder's 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 during the project. DOT Form 271-015LP Revised 06/2020 Proposal for Incorporating Recycled Materials into the Project AMMOAPWA-WA Division 1 Committee 1 Proposal for Incorporating Recycled Materials into the Project In compliance with RCW 70A 205.700. the Bidder shall propose below. the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E. Table on Maximum Allowable Percent(By Weight)of Recycled Material.of the Standard Specifications. Proposed total percentage 0. 2 percent. Note. Use of recycled matenals is highly encouraged within the limits shown above. but does not constitute a Bidder Preference, and will not affect the determination of award. unless two or more lowest responsive Bid totals are exactly equal. in which case proposed recycling percentages will be used as a tie-breaker per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless. the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish Bidders will be required to report on recycled materials actually incorporated into the Project. in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions /1�,, Bidder: 4G� ee 1 MC-719,1 TNL Signature of Authorized Official' Date 1117/26. City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page / 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page 120 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Contractor Certification,Wage Law Compliance— Responsibility Criteria, Washington State Public Works Contracts Washington State 11,7, Department of Transportation Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington,on behalf of the firm identified below that, to the best of my knowledge and belief. this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46. 49.48, or 49.52 within three (3)years prior to the date of the Call for Bids. Bidder Name: /k77VE e 5 UG77,0r1- Name of ContractorBidder-Print full legal entity name of firm By: �' )/ vi ) ( rn2T/ Signature of authortzed person Print Name -of�person making certifications for firm Title: f?Ec,O--nT Place: /19-comiel, 06. Tlt)e of person signingcertificate Print city and stale where signed Date: iii/P7/ 2� Form 272-009 OB&2017 City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page (21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page (22 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Signature Page PROPOSAL SIGNATURE PAGE 116th Ave SE Sidewalk By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 3/2�J0J�f 3 2 4 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A 77 VE .5f77 2uc77dt<l1VL [Signature of Authorized Official]* [Business Name] ] Vi12 0 i2Tl 5/b0 f&&l&. go E. [Printed Name] [Address Line 1] iairwt , 079 99yy3 [Title] [Address Line 2] 4/7/2Co 2C3. 2ta /641/ [Date] [Telephone Number] *NOTE: Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid.Otherwise,the submitted Bid will be considered irregular and non-responsive and the Bid will be rejected. Note: The address and phone number listed above will be used for all communications regarding this proposal. Type of business entity(e.g. corporation, partnership,etc.): City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page 123 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Signature Page State of Washington,or State where the business entity was formed: (4J43H1N67DN WA State Contractor's Registration# —T/ ^ V -/ `-/(o' —� UBI# ,( —Oa/-533 Industrial Insurance Account# 20o, q33-0o Employment Security Department# 321'/s'--0 D—o State Excise Tax Registration# 273—001--C33 DUNS# Oz73/9S`,c Project# 7 o y/o y2g5' City Contract# N16 —Zoo —Q/9 The Surety Company which will furnish the required Contract Bond is: La&&/2 iL1 mu .AL INSURANCE CD. /Oo/ 4177/AvE 5u/T7 37oa [Surety] [Address Line 1] 263."N9. ZZoO SEATTLE, 144. 98isy [Telephone Number] [Address Line 2] City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page /24 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Bid Bond to the City of Renton a "0. PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] Active Construction, Inc. of[address) P. O. Box 430, Puyallup, WA 98371 as Principal, and [Surety] Liberty Mutual Insurance Company a corporation organized and existing under the laws of the State of Massachusetts as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of the bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: 116th Avenue SE Sidewalk Project 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 contract 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 contract 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 35As40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington,and venue shall be in King County,Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this 31st day of March , zo 26 City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page j 25 Proposal Bid Bond to the City of Renton PRINCIPAL SURETY Active Construction, Inc. Liberty Mutual Insurance Company [Principal] [Surety) • [Signature of Authorized Official) [Signature of Authorize ffic PA WO &Le-Art.-T./ Hopi Lagerquist [Printed Name) [Printed Name) 52E6 Wert-r- Attorney-in-Fact [Title] [Title] March 31, 2026 March 31, 2026 [Date) [Date) Name and address of local office of Agent and/or Surety Company: Propel Insurance [Name] 1201 Pacific Ave., Suite 1000 [Address Line id Tacoma, WA 98402 [Address Line 2) 253-759-2200 [Telephone Number) Surety WAOIC# 733 Surety NAIC# 23043 City of Renton 116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page I 26 '` `t'. Liberty POWER OF ATTORNEY /# ' Mutual. Liberty Mutual Insurance Company Certificate No.8215323-023049 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aliceon A. Keltner,Alyssa J.Lopez,Amelia G.Bur il,Annelies M.Richie,Brandon K.Bush,Brent E.Heilesen.Carley Espiritu,Celeste M.Van Vliet,Charla M.Boadle, Christopher Kinyon.Donald Percell Shankiin,Jr.,Edwatd Sims,Eric A.Zimmerman,Holli Lagerquist,Jacob T'.Haddock,James B.Binder.Jamie L.Marques,Julie A.Craker,Justin Dean Price,Kari Michelle Motley,Katharine J.Snider,Lindsey Elaine Jorgensen,Lois F.Weathers.Michael Mansfield,Sarah Whitaker,Shan-ee Sutherland,Tamara A.Rineeisen.Travis J.Robles all of the city of Tacoma state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of December , 2025 . Liberty Mutual Insurance Company �SNSL,, P01 1Ns,� P \NSURq The Ohio Casualty Insurance Company tiJ GoaP RqT tip ys. 6osPOR4 '9y VP ooaPORAl ti. West American Insurance Company f o Fo m v 3 Fo m 3 Fo in 1912 0 0 1919 r, 2 1991 0 `� Z Si) o �� j'AJ vi E Q) Yd,? ACMU5A yO, AMP`' ,ab� -,s 'NDIAW' ab3 I _._ a) 0 -L. 0y) # *� `7�/y1 * i`* .11jtr • tiV‘ By. m c6 c6 Nathan J.Zangerle,Assistant Secretary �� ocs State of PENNSYLVANIA ss a) County of MONTGOMERY o E 4_ = On this 30th day of December , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 co Company,The Ohio Casualty Company,and West American Insurance Company,and that he.as such,being authorized so to do,execute the foregoing instrument for the purposes == therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 43 g N.o IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. Q cvr acn 0 O N a k,. _ `t. p,;",F F� Commonwealth of Pennsylvania-Notary Seal y,_ trf@ py' 41,, F Teresa Pastella,Notary Public N @ 1" 5 Montgomery County �e� O OF My commission expires March 28,2029 B • �iQPLC L(QJ O a, c @ P Commission number 1126044 Y• i eresa Pastella,NotaryPublic Q o M„yIN- ,p Member,Pennsylvania ASSOCiatiefl of Notaries 0cCII ARv CD This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual co 1 E- ct E: Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: d L N ARTICLE IV—OFFICERS:Section 12.Power of Attorney. o r co Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the -o 0 President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m= a E any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall - 3 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such p N zo instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the-Q ccoo provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. tL Q ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any offcer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of arty such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company. authorizes Nathan J.Zangerle, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 31 st day of March . 2026 . P�1NSLi,? PITY tNSUR a 1NSUgq ! ''C' 4r0�1� Q �'GORPpRA$0 1' . P'o0.po�rFoyF // 1912 o a 1919 ry 1991 ° 1 G(.l�y*`r- • Y 93 ti�`e S. Z� `4� '� t By, d.4)—ct405 et' °,,yt A*Pb�a� 'rs� oloP* Ab Renee C Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 DocuSign Envelope ID 5DFE0910-8312-4E20-AFB0-39824A50DACA ACTIVE CONSTRUCTION,INC. JOINT CONSENT IN LIEU OF ANNUAL MEETING OF THE SHAREHOLDERS AND BOARD OF DIRECTORS September 15,2023 The undersigned, being all of the shareholders and all of the members of the Board of Directors of Active Construction, Inc., a Washington corporation (the "Corporation"), hereby waive all notices, statutory and otherwise, and, acting pursuant to RCW 23B.08.210 and RCW 23B.08.230,without a meeting,do hereby unanimously adopt the following corporate resolutions, and do hereby unanimously consent to the taking of the actions therein set forth: Election of Directors RESOLVED, that David Ceccanti, Rosemarie A. Garms and Ryan Heathers are hereby elected to serve as the directors of the Board of Directors of the Corporation until their successors shall be duly elected and qualified. Appointment of Officers RESOLVED,that the following persons are hereby appointed to serve as officers of the Corporation until their successors shall be duly appointed and qualified: David Ceccanti President Ryan Heathers Vice President Rosemarie A.Garms Secretary/Treasurer General Authority RESOLVED,that the President is hereby authorized and directed, in the name and on behalf of the Corporation, to take any and all such further action as in his judgment may be desirable or appropriate to carry out the purposes of the foregoing resolutions; RESOLVED FURTHER, that the execution by the President of any paper or document or the doing by him of any act in connection with the foregoing matters shall conclusively establish his authority therefor from the Company and the approval and ratification by the Board of Directors of the papers and documents so executed and the action so taken; and RESOLVED FURTHER,that any and all actions heretofore or hereafter taken by the President within the terms of the foregoing resolutions be, and they hereby are, ratified and confirmed. DocuSign Envelope ID:5DFE0910-8312-4E20-AFB0-39824A50DACA The undersigned shareholders and directors of Active Construction, Inc. hereby consent to the foregoing resolutions effective as of September 15, 2023. SHAREHOLDERS: 7—DocuSigned by: 19RAFF2F9C:324FF David Ceccanti ,.—DocuSigned by: psumtwit, Q. aarAkS `-62CFB259B10A403 Rosemarie A. Garms DocuSigned by: �B32CFEDD6B98459... Ryan Heathers DIRECTORS: r—DocuSigned by: V cfuort `—39BAEF2E9C324EF.-. David Ceccanti ,—DocuSigned by: frt./Marie. Q. atiAliS —62CFB259B10A403... Rosemarie A. Garms ,—DocuSigned by: hatbxel �832CFEDD6898459_. Ryan Heathers DocuSign Certificate Of Completion Envelope Id:5DFE091083124E20AFB039824A50DACA Status:Completed Subject:Complete with DocuSign:Joint Consent in Lieu of Annual Meeting(20230915).pdf Source Envelope: Document Pages:2 Signatures:6 Envelope Originator: Certificate Pages:2 Initials:0 Amanda Sampson AutoNav:Enabled amandas@activeconstruction.com Envelopeld Stamping: Enabled IP Address:24.18.86.157 Time Zone:(UTC-08:00)Pacific Time(US&Canada) Record Tracking Status:Original Holder:Amanda Sampson Location:DocuSign 9/14/2023 9:47:36 AM amandas@activeconstruction.com Signer Events Signature Timestamp DAVID CECCANTI r DucuSignedby: Sent:9/14/2023 9:56:06 AM davidc@activeconstruction.com Paw CfCtr l Viewed:9/14/2023 2:41:03 PM .-398AEF2E9C324EF.. President Signed:9/14/2023 2:42:28 PM Active Construction,Inc. Security Level:Email,Account Authentication Signature Adoption:Pre-selected Style (None) Using IP Address:74.94.65.194 Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosemarie A.Garms r—D°`°S'°"ed by Sent:9/14/2023 9:56:07 AM roseg@activeconstruction.com KoSt.*v nt. a. uiS Viewed:9/14/2023 2:37:22 PM '-82CFB259B10A403... Security Level:Email,Account Authentication Signed:9/14/2023 2:37:55 PM (None) Signature Adoption:Pre-selected Style Using IP Address:73.11.194.62 Electronic Record and Signature Disclosure: Not Offered via DocuSign Ryan Heathers f—D°`"S'9I"Led by Sent:9/14/2023 9:56:07 AM ryanh@activeconstruction.com j�"' tttaf } Resent:9/15/2023 9:49:07 AM CONSTRUCTION MANAGER/ESTIMATOR •—.832CFEDDeB98459_ Viewed:9/15/2023 2:23:56 PM Security Level:Email,Account Authentication Signed:9/15/2023 2:26:37 PM (None) Signature Adoption:Pre-selected Style Using IP Address: 174.204.70.171 Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 9/14/2023 9:56:07 AM Certified Delivered Security Checked 9/15/2023 2:23:56 PM Signing Complete Security Checked 9/15/2023 2:26:37 PM Completed Security Checked 9/15/2023 2:26:37 PM Payment Events Status Timestamps * Addendum No. 1 NTd 116th Avenue SE Sidewalk Project City of Renton Project No. CAG-26-019 Project No. TR04104285 Date of Issue: March 30, 2026 Bid Due Date: April 7, 2026 at 2:00 pm Date of Bid Opening: April 9, 2026 at 2:00 pm ATTENTION: ALL BIDDERS AND PLAN HOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt of this Addendum on the Proposal - Signature Page and include a copy of this Addendum with the Proposal. A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged and a complete copy of this Addendum is not included with the Proposal. THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS: 1. PROPOSAL (SCHEDULE OF PRICES) REPLACE PAGE 16 SCHEDULE OF PRICES in the proposal (1 page) with the revised PAGE 16 SCHEDULE OF PRICES (1 page) attached to this Addendum. SCHEDULE OF PRICES was revised to reflect the following: • Item No. 45 "SOLAR SCHOOL ZONE FLASHING BEACON RELOCATION, COMPLETE" was revised to "SCHOOL ZONE SPEED SIGN RELOCATIONS, COMPLETE" 2. SPECIAL PROVISIONS REPLACE the special provisions page listed below with the revised special provision page attached to this Addendum. The following special provision sections are revised for this contract as follows: • Page 168, Section 8-20.5 Payment, paragraphs 6 and 7 are revised with the following: 116'Avenue SE Sidewalk Project ADDENDUM NO.1 TR04104285 March 30,2026 Page 1 of 2 "School Zone Speed Sign Relocations, Complete", lump sum The lump sum bid price for "School Zone Speed Sign Relocations, Complete", Lump Sum in the Proposal shall be full compensation for the costs of all labor, tools, equipment and materials necessary or incidental to the complete removal of the existing systems and installation of relocated poles, signs and equipment for one (1) AC Powered School Zone Speed Sign system and one (1) Solar Powered School Zone Speed Sign system including but not limited to: removing existing foundations, removing exiting equipment, construction and installation of new foundations, reinstalling electrical equipment, conduit, wiring, testing, and all other items to be furnished and installed for the complete operational systems as shown on the plans for the particular locations. All additional materials and labor, not shown on the plans or called for herin and which are required to provide a complete and functional systems called for in the plans, shall be included in the per each bid price in the Proposal. 3. VOLUME 2 - PLANS REPLACE the plan sheet(s) listed below with the revised plan sheets attached to this Addendum. The plan sheets were revised to reflect the following: • Sheet No. 22 of 30, Drawing No. PM-01 Added to Construction Note 12: Installation of camera pole and associated equipment to be installed by others. • Sheet No. 28 of 30, Drawing No. PM-07 Added foundation dimensions 4. BID DUE DATE • The bid due date has changed to 2:00 PM on Tuesday, April 7th,2026. 5. BID OPENING DATE • The bid opening date has changed to 2:00 PM on Thursday, April 9th, 2026. 6. FUTURE ADDENDA • No future addenda are anticipated. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. CITY OF RENTON Chris Barnes Transportation Operations Manager 116"Avenue SE Sidewalk Project ADDENDUM NO.1 TR04104285 March 30,2026 Page 2 of 2 Special Provisions The lump sum bid price for "RRFB System @ , Complete" in the Proposal shall be full compensation for the costs of all labor,tools, equipment, and materials necessary or incidental to the complete installation of the RRFB system including but not limited to RRFB assemblies including foundations,poles,breakaway base systems,control cabinets, signs,RRFBs with pedestrian indicators, pedestrian push buttons,wiring,advanced signage including poles and signs, and all other items to be furnished and installed for a complete operational system as shown on the plans for that particular location. All additional materials and labors, not shown on the plans, shall be included in the lump sum bid price in the Proposal. 1 "School Zone Speed Sign Relocations,Complete", lump sum The lump sum bid price for"School Zone Speed Sign Relocations,Complete", Lump Sum in the Proposal shall be full compensation for the costs of all labor, tools, equipment and materials necessar or 1 i• '•- . • - •1•• - - -u• . • t• existing systems and installation of relocated poles, signs and equipment for one (1) AC Powered School Zone Speed Sign system and one (1) Solar Powered School Zone Speed Sign system including but not limited to: removing existing foundations, removing exiting equipment,construction and installation of new foundations,reinstalling electrical equipment, o •u't,w'ri :, e ti : .n• .11oh-rit- st• be u nis ed . dint.11e• f•rt ec• peeo•eai•n.l systems as shown on the plans for the particular locations. All additional materials and labor, not shown on the plans or called for herin and which are required to provide a complete and functional systems called for in the plans, shall be included in the per each bid price in the Proposal. "Speed Camera System Relocation, Complete", lump sum The lump sum bid price for "Speed Camera System Modifications, Complete", Lump Sum in the Proposal shall be full compensation for the costs of all labor,tools, equipment and materials necessary or incidental to the modifications of the existing Speed Camera System including but not limited to: removing existing loops,removing existing stub out,removing exiting wiring,conduit,wiring,stub out, testing, and all other items to be furnished and installed for a complete operational system as shown on the plans for the particular location. All additional materials and labor, not shown on the plans or called for herin and which are required to provide a complete and functional systems called for in the plans, shall be included in the per each bid price in the Proposal. City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page 1168 • _......„..-4.. I, I F I I IN �� , L E 0 20 4. 1 964E N FEET ( ! I R-4 A y ©© 011310 A 1N9331,33.70 LT CONSTRUCTION NOTES WAPHI, I O CONSIRULTXCEPT TYPE FB'OR 0RDA11ON PAR WSDDi Sro PLAN .- g . . ND • • , ROW -�.�r-_ t.2R _ - III - © ANCHOR RELOCATED ANCHOR�LNOT BE USER I STA 0 n ;. : . 7 �/ _ _-_, • •-3,- ti_..A '� ��, y $' ANCHOR BOLT COURTS 91M1 NOT BE USED-INSTALL "kr�. n n RA n n n n n n n L ¶^ -- RELOCATED SCHOOL ZONE SPEED POE,p89Er,SOAR RN I u n n n II u 1 u Qq �I�a��II R II.y_ k PANELS RASHERS,NO 901S ONTO NEW FOUNDATION.SEE e uy'VV uUN L U • _ ,� N CONSTRUCTION NOTE ri FON MORE INFORMATION. .I5 Ii G i A IN61.27 1021T o ,. +' J -P�__.,,__ _. _._---- - --- - A IN 2713,12.931.1-r-F MAIM A 14+75.95,15.152LT A `r CONSTRUCT CURB BASE FOUNDATION PER WSDOT 51D PLAN _TA 10+4176.0.15 LT' A II+17.35.t0.B1 LT . _ A 14+71.46,0.33 LT wo O.O J-21.10 ANO CO.R.STD MN 14 7 EXCEPT ANCHOR BOLT A 111J1.69,IO.P LT G'W _ ALINE s- w w COUPLERS SHAD NOT BE USED.FURNISH AND'STALE FMB I ?w POE,9045 CONEY ANDS SHALL PER C.O.R.STD PLAN • - - • . (116TH AVE SE) 'e R.W ma = 141.1.SIGNS NO OTT BARS SHALL BE WK-MOUNTED �--E • - ®' Q TYP� ., w PER NOTE 7 OF COR Sro PUN 141.1.PEOESTRMN PUSH x- x *--•--•--+ -x --�------- -"0 -'---- -- --- -- -? .= - -- ------- -- SPECIFICATIONS AND SIRE SCHEDULE,SEE _ ..- .� _S2 .. ,w BUTTON SIWL BE PPS SERE.COMPLETE WRING PER :,:. • $i ✓ .i sif �� F�% !eEiii MANUFACTURER ¢�T1RER SIE ROW l ROW 1 ROM - O NSiMETAL 9177 POST.INSTALL SONS PER 91i1 CONSTRUCT TA TION PER CO.R.STD PLAN 1 • ® I j ©0, �e ®� SCHEDULE AND C.O.R.STD PLAN 129,SEE SHEET PM-05. � R-3 ' A 1421.41 0.33 RT A A Q 1 REMOVE EXOTIC SPEED CAMERA P AND ASSOCIATED I 2 O POE TWICE NO SALVAGE TO CON.GRAD 001M EXISTING R R - O © q ©Q' q FOUNDATION Y 3 FEET BELOW PROPOSED GRADE.OR REMOVEA 12.93.38.23.50 RT CHANNELIZATION&SIGN LEGEND RRFB I ELECTRICAL LEGEND 5 EXISTING AMCN BOX TO REMAIN SP CE EASING SPED)-_--- - - CAMERA POWER WONG INTO NEW WING.ADJUST JUNCTION COS MO NEVI SIGN REMOVAL SPECIFICATIONS BOX TO PROPOSED auoE AND MSTALL NEW C0IDU1 AHD PLASTIC STOP TIE PER CON STD PLAN TYPE I UNCTION BOX PER WINOT STD SIRING PER ONE SCHEDULE AND NOTE,SEE SHEET PM-02. 127,SEE SHEET PM-03 ® PLAN 1-40.10,SEE 9EET P14-06. SIGN SIGN SIGN SIGN SIZE POST POST ROE PROFITED WA YELLOW DOUBLE TTPE 2 AINCTON BOX PER MSDOT STD NO. CODE DESCRIPTION STA.ROC. X Y MATERA/ SIZE POSTS REMARKS O ABNDON DOSING LOOPS IN PLACE.CUT WING AT STUB MTI RAISED PAVflENi 0 PLAN J-D.10,SEE SHEET PM-O6. OUT NO REMOVE UNUSED CONDUCTORS BACK TO ME MARKERS PER C.O.R.STD PLAN 109,SEE S5-I 5000 SPEED LINT,MEN RASING 24• 48• CONTROLLER. SHEET PM-03(PAID AS PANT ENE) ____ CONDUIT PER CO.R.SO PLAN 135, R-1 A IOR56.17,24.08 RT DIMING EASING 1 SEE MEET PM-03 R10-19AP PHOTO EIEORCED 36• JO• 11 REYOVE EASING SOLAR SC1100L ZONE FLASHING BEACON PROVED WA EDGE LNE PER C.O.R.STD CONTRACTOR TO COORDINATE NTH DIG \ POE WIND ASSOCIATED EDAM/ENT AND RELOCATE PER PLAN ED SEE EDGE NE FE • LOOP STUB OUT R-2 - BUS STOP A 12.53.31,26.22 RT - - DOSING EASING 1 1 CONSTRUCT/N NOTE ii.GRIND DOWN EASING FOUNDATION COW.'MORO SIN SIGN REMOVAL 3 FEET BELOW PROPOSED GRADE,IN REMOTE COPIETELY. „p (PAID AS PANT IRE) ' N II q ELECTRICAL SERVE CAB9ET Si-) PED.SIGN 30' 30' PLASM CROSSWALK PEN CO.R STD R-3 M6-7P DAG.DOWN.ARROW A 13+Bp.0.1,22.77 RT 21• 1Y WOOD OOSIING 1 CONTRACTOR D CONSTRUCT FOUNDATION PER SPEED PLAN 127,SEE SHEET PM-03 RECIAN01LAN RAPID FLASHING BEACON 12 ALLATION OF CAMERA POLE AND ASSOCIATED EWIPHENT T\11/CAMERA POLE DETAIL SEE SHEET PV-07. O BE NSTALIED $ (NEB)PER C.O.R.Sro PLAN I11.1, N-1 SI-i POD.SIGN A I4+21.25,2266 LT 30. 30. W000 EJ�1NG 1 BY OTHERS COORRONATE WON NTH C.O.R.901AL SOP. SEE SHEET PM-04. WI6-A DAG.DON.ARROW 24' It CONTRACTOR TO INSTALL VW TO JRN DON BOX PER MRE O% 901 NOTE • SCHEDULE NO Col 15 FEET O MEN THE JUNCTION BOX. R-% SIGN REMOVAL MOLE ® SPEED ZONE CAMERA POLE RIO-19A PHOTO ENFORCED S5-I SCHOOL SPEED T.MEN RASING 24• R-5 A 1N53.9q 2372 Al EXSING DOTING 1 W SCHOOL ZONE SPEED SIGNIS REMOVE DOS 7 C BEACON 9CNS,AND ASSOCIATED ECIUNIADIT AND RELOCATE PER SIGN RELOCAION NOTE CONSTRUCTION NOTE ins.cr ND D09N EASING FONDAIXN o PEDESTRIAN Pug'BUTTON SIGN INSTALLATION SPECIFICATIONS J RffT ALLOW PROPOSED GRADE.ON REMOVE COMPLETELY EAsnnc 901&POST AND BAO(FWL OEIECTKN LOOPS NEW/RELOCATED 90N a POST PER SIGN SIGN SIGN STA.ROC. SIGN SIZE POST CLEARANCE P0AARKS CONSTRUCT TYPE FB FDUDSTD RAN PER MSDOT STD 4 CO.R.Sro AND PLAN 129 A SWOT Sro SPEED ENE CAMERA NO. 000E DESCRIPTION % Y MATERIAL V W 16 J-21.15 EXCEPT ANCHOR Call CIRCLE SHILL MARK PUN G-20.10.SEE SHEET PM-05. • EASIRD RELOCATED PRI ANCHOR BOLT LREE AND 1 55-I SODOL SPEED EMT,MEN RA91D A 10s5BB3,26.99 RT 2P 30 DOING T - ANCHOR BOLT COURTS 91AIL NOT BE USED.MSTALL GENERAL NOTES NO-19A PHDro E/EOR® IA 30 RELOCATED 50100L ZONE POLE.CABINET,RASHERS,AND 9015 ONTO NEW FOUNDATION.91 CONSTRUCTION NOTE i15 d NOTE: 1. ALL MARK SHALL BE COMPLETED N ACCORDANCE NTH CITY CIF RENTON STANDARDS,Ws00T 2 55-I SCHOOL SPEED EMT,WHEN RA9WD A 13171.38,23.50 RT N 480 STEEL Y - FOR MORE INFORMATION. i STANDARD PLANS.STANDARD SPECIFICATIONS.SPECIAL PROM9ONS AND THESE PUNS. R10-19A PHOTO EI6IXMm Tg5 SIRE SCHEDULE ID 901 �• t8 INSTAL MGD METAL COgpT OVER PN�01NE PFR HIRE RELOCATION TABLE ON NEXT BEET 7 THE LOCATION Cl ALL CONDUIT AND JUNCTION BOXES ON THESE PLANS ARE FOR GRAPHICAL 3 RI-56 5118 HERE FOR PADS A IN2353,2S9B RT 16' IB' S1EA I SI7EOI1lF,SEE METAL FM-03.CONTRACTOR TO COgOINAIE H REPRESENTATION ONLY.RAIN LOCATIONS SHILL BE DETERMINED BY DE CONTRACTOR NO APPROVED NTH 616110E PUBIJC UTU1E5 OPERATIONS FOR WOW 3/ BY THE DOWER IN BE R EID. SI-i PED.90N 140 30' 7 SI-1 FOR SCHOOL CROSSING AROUND WATER URE. A 1116-7P CIAO DONN.ARROW A iN46.4E 1275 RT 14• :22.. S1FEL a M6-7P DUAL MOUNTED 3 THE CONTRACTOR 91ALL PRONE ALL MATERIALS SUBMITTALS TO THE OTY ENGINEER FCR CMMI-S01 CAUTION 1NIEM CROSSING 1Y i APPROVAL PRIOR TO START N THE FIELD. R10-25 PT SIGN 9• It 6 6UTILITY LOCATION(DAL-A-AD)PRIOR TO CONSTRUCTION SMALL BE If RESPONSOUTY CF THE 9-1 PED.901 30' 30' 7 - 9-1 FOR SCHOOL CROSSING 'ETCOIIRACTCR.CONFLICTS SHALL RE BROUGHT TO ME ATTENTION OF THE ENONEER FOR RESOLUTION- 5 WI6-7P OAG.DOTAL.ARROM A IN49.90,2326 LT 21• 17 "Ea MI6-A DUAL MOUNTED WII-501 CAUTION WHEN CROSSNG IY IY f 5. CONTRACTOR SHALL COORDNAIE NTH PUGT SOUND ENERGY AND CITY OF RENTON FOR POWER R10-25 PPB 901 9• 12• O CONNECTION. -. 6. DOSING FEATURES TO REMAIN UNLESS OTREASISE N01ED. 6 R1-5B STOP HERE FT PEDS A 14+67.21 21.10 LT 18• 18• STEEL Y M.G. are BY MOM m nMXwTL _ duww0m 3CITY OF RENTON � Am 07n1N01N I 3/30/26 sr.., f WSfl. E°"""R" o-`'EF R f .1 1 116TH AVE SE SIDEWALK e --__--- oaMxm roam ALL DIMENSIONS W � AN LLIANCE PM 01 t -_- _ ___�-_ •Mart 1.01.a SHOWN OP FEET �y, .` MUSS OTHERWISE � � BID DOCUMENTS RENiON,WASHINGTON ��m `i Le DESIGNATED •...PIGMYS Mm.unF:n,ccwAo e w wo (Mb) CHANNELIZATION,RRFB&SIGNING PLAN AwortOm y. A 0,ux MOM wo, s,nuu.c cro.A r22 a 30 3 .om A 10 40-A 15+50 •ided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal