Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Gary Merlino Consruction Company
Gary NI, '�. -)nstruction Company 9125 - 10th Avenue South - Seattle, WA 98108 PH: 206-762-9125 FX: 206-763-4178 CITY OF RENTON '1055 SOUTH GRADY WAY RENTON, WA 98057 CITY OF RENTON APR 0 7 2026 Pv RECEIVED CITY CLERKS OFFICE 1,1 h z eA.. PROJECT: 116TH AVENUE SE SIDEWALK CONTRACT#: CAG-26-019 BID DATE/TIME: , Ann -1 wz.., e_z:00 QM 695£VVf1D do SV Y Proposal Bid Bond to the City of Renton PROPOSAL BID BOND TO THE CITY OF RENTON ' &.• 5 ,� • KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] Gary Merlino Construction Company, Inc. of [address) 9125 10th Avenue South, Seattle, WA 98108 as Principal, and [Surety] Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of Connecticut 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 35A.40.200 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 , 2026 City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page j 25 ) -4` Proposal Bid Bond to the City of Renton PRINCIPAL SURETY Gary Merlino Construction Company, Inc. Travelers Casualty and Surety Company of America [Principal [Sure ] al,gi..., .2 av,v40-- [Signature of AuthoriLL '(U1LQ ffic (S I;re of Authorized Official] LLar 1 C C Di 1 VCr- Jamie L. Marques [Pr' Name] [Printed Name] +� " t, Attorney-in-Fact [Title] [Title] 03/31/2026 03/31/2026 [Date] [Date] \\,00kiiiiiii,,` odySTRUC,r ''p4Q �rF 00 Name and address of local office of U = Agent and/or Surety Company: Propel Insurance S0 ' 0 ; [Name] =Y i98('' O. ' 1201 Pacific Ave, Suite 1000 /'",, WASHING'\,."` [Address Line 1] Tacoma, WA 98402 [Address Line 2] (253) 759-2200 [Telephone Number] Surety WAOIC# 10 Surety NAIC# 31194 City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page 126 5.-e 1 , Travelers Casualty and Surety Company of America Adak Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the"Companies"),and the Companies do hereby make, constitute and appoint Thomas Buell,Amelia G Burrill,Julie A Craker,Carley Espiritu, Brent E Heilesen, Lindsey Elaine Jorgensen,Christopher Kinyon,Holli Lagerquist,Jamie L Marques,Annelies M Richie,and Sarah Whitaker of Tacoma,Washington,their true and lawful Attorney(s)-in-Fact to sign,execute, seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 16th day of February,2024. c��p 11!RETy (v Ayp � _ MN/pE ': SEAL i f SEAL SEAL4111.0.1 1111�* •• r8....*....a State of Connecticut / By:City of Hartford ss. 411illy B ce Grissom, Senior Vice President On this the 16th day of February, 2024, before me personally appeared Bryce Grissom, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. erp" " ` /���� My Commission expires the 30th day of June, 2026 * "erb w*' / pueJG /)� Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 31st day of March , 2026 0SURFT CfAMp N NAR 41,1,1 ; P SEAL i SfL _ i SEAL s ' \\t1 Ir'• *..< Kevin E. Hughes, nt Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. C , � Addendum No. 1 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 C/=-7 Qom, yam, Chris Barnes Transportation Operations Manager 116'h Avenue SE Sidewalk Project ADDENDUM NO.1 TR04104285 March 30,2026 Page 2 of 2 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 "116'll 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) TRO4104285 Contract Provisions Page 14 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. c. 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. d. 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. f. Proposal for Incorporating Recycled Materials into the Project —The form included in these Bid Documents must be used; no substitute will be accepted. 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. i. 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 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 SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4i'f17 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. (2) COOPERA1ION 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 .tk,RENTON RENTON CITY COUNCIL. Denis Law, Mayor Council Prr sident Attest: , L Cf Bonnie I.Walton, City Clerk E* SEAL x 1. Summary of Fair Practices Policy a bcet TEG- „�. ..,,g�b'r1MOtq�'1�� City of Renton 116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page J 7 (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page 18 SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON CITY OF RENTON SUMMARYOFAMERIC4NS WITH DISABILITIES ACT POLICY ADOPTED BY RESOL U77ON 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 opportunity to person: with disabilities, when the City of Renton can reasonably ac�•ouunkAlas tic 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 - All activities relating to employment such as recruitment, seta-lion,promotion, termination and training shall be conducted in a non- discriminatory 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 in employment and receipt of City services,activities and programs. (3,1 AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal Penis to City services, activities and programs to all people with disabilities. 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 lerrcc 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. C tgr RENTON RENTON CITY COUNCIL: AfZ,7 4 — Mayor Council President Attest: City Cleric City of Renton 116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page 1 9 (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page / 10 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 Gary Merlin Construction Co. Inc. Company: Address: ' 1 '.S 1�-" iqvc N_ ,tom SOLL+ '- Telephone Number: -)-Ol1 - —1 L42 - °I l)-S E-mail Address: Ot�.i ,,...,Lie j►MCC i v\C . cow._ $ 1 I53, L9S Total Bid Amount: ) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page 111 (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 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) bid 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 / 13 (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page / 14 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 kern WSDOT No. SPEC Description Unit Qty. Unit Price Total 1 1-09 MOBILIZATION L.S. I 1 1 LUMP SUM /UDC GAD, 2 1-04 MINOR CHANGE EQ.ADJ. 1 S 50,000.00 56 066- f 3 1-05 ROADWAY SURVEYING L.S. 1 LUMP SUM 1SC.J�` i,,�/� . i 4 1-05 RECORD DRAWINGS(MIN BID$1000) L.S. 1 LUMP SUM I, a� 5 1-07 SPCC PLAN L.S. 1 LUMP SUM 150 6 1-10 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1 LUMP SUM top Oa° 7 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS L.S. 1 LUMP SUM 3 y sm. 8 2-02 ADJUST EXISTING UTILITY TO GRADE EACH 11 '775' cG Q 5" S ao 9 2-03 ROADWAY EXCAVATION INCL.HAUL C.Y. 510 / / O Q i L.on.10 2-03 SELECT BORROW INCL.HAUL TON ' 250 -7 Ju� 1 11 2-03 GRAVEL BORROW INCL.HAUL C.Y. 240 L.5• /S" LotP / y� 12 2-09 STRUCTURE EXCAVATION CLASS B INCL.HAUL C.Y. 400 Ll S {/ OI c' z. 4.0 13 2-09 SHORING OR EXTRA EXCAVATION CLASS B S.F. 3300 - //. 3O 300. 14 4-04 CRUSHED SURFACING BASE COURSE TON 450 / oD. °° L15 onn. 15 4-04 CRUSHED SURFACING TOP COURSE TON 210 / 1 Jr' - "").‘6, 16 5-04 HMA CL.1/2 IN.PG 58H-22 TON 460 9a / 33l Lion ao 17 5-04 PLANING BITUMINOUS PAVEMENT S.Y. 966 ' 5- 1/ -71 Ji 96 — a r 18 7-04 POLYPROPYLENE STORM SEWER PIPE 12 IN.DIAM. L.F. { 100 / ( 5 /) n-eit) INSTALL CITY PROVIDED POLYPROPYLENE STORM SEWER PIPE 12 q "� 19 7-04 L.F. 780 ,/� IN.DIAM. 1 S 1C 4/ 20 7-04 DUCTILE IRON STORM SEWER PIPE 8 IN.DIAM. L.F. 75 / qO — /4 21 7-04 DUCTILE IRON STORM SEWER PIPE 12 IN.DIAM. L.F. 34 3) — /0 A O- 22 7-04 TEMPORARY STORMWATER DIVERSION PLAN L.S. 1 S�. 5-ow.. — City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page 115 CITY OF RENTON 116TH AVE SE SIDEWALK PROJECT SCHEDULE OF PRICES BM Item WIDOT Description Unit Qty. Unit Price Total No. SPEC GO 23 7-05 CATCH BASIN TYPE 1 EACH 15 jJ �. h' . IJ 24 7-05 CATCH BASIN TYPE 1L EACH 1 _ a� �' r!o/aGb. � 'cal 6 25 7-05 CATCH BASIN TYPE 2 48 IN DIAM, EACH 2 Q 5zo. — /7 26 7-05 CONCRETE INLET EACH 2ao 3 27 7-05 CONNECTION TO DRAINAGE STRUCTURE EACH 1 3 ) — 3ee' — 28 8-01 EROSION CONTROL AND WATER POLLUTION PREVENTION L S 1 LUMP SUM /D Ce0 29 8-02 TOPSOIL TYPE A S Y 430 \7 4.Pio. — 30 8-02 SEEDING,FERTILIZING,AND MULCHING S Y 430 6 Q� Sst:) 31 8-04 CEMENT CONC TRAFFIC CURB AND GUTTER L F 1070 �1./ D6‘ hi 7 O co 32 8-05 POTHOLING EACH 14 //` ( /Li XM 00 33 8-06 CEMENT CONC.DRIVEWAY ENTRANCE TYPE R1 S Y 153 / /U O, 344(•uI 84' an HUND 8-09 RAISED PAVEMENT MARKER TYPE 2 HD 0 2 al 35 8-14 CEMENT CONC SIDEWALK S.Y 497 90. - .1 ' 7& tiO 36 8-14 CEMENT CONC CURB RAMP TYPE PARALLEL A EACH 2 37 8-14 CEMENT CONC CURB RAMP TYPE PARALLEL B EACH 1 Li sea !I 5-X.1 �J I — 60 38 8-14 CEMENT CONC CURB RAMP TYPE COMBINATION EACH 1 -/ S ) ._y � • CIO / 39 8-14 CEMENT CONC CURB RAMP TYPE SINGLE DIRECTION A EACH 1 S"S]. --- S 566. 40 8-18 RELOCATION OF EXISTING MAILBOX et 16045 116TH AVE SE EACH 1 41 8-20 RRFB SYSTEM el MIDBLOCK CROSSING,COMPLETE LS 1 LUMP SUM 3" / /S•,IM 42 8-20 RRFB SYSTEM 0 SE 162ND ST,COMPLETE L S 1 LUMP SUM ) On . ---- 43 8-20 SPARE CONDUIT SYSTEM,COMPLETE LS. 1 LUMP SUM U I .iXh 44 8-20 SPEED CAMERA SYSTEM RELOCATION,COMPLETE L S 1 LUMP SUM I O OW ^^.. /' 45 8-20 SCHOOL ZONE SPEED SIGN RELOCATIONS,COMPLETE E L S 1 LUMP SUM 15,066. 46 8-21 PERMANENT SIGNING L S 1 LUMP SUM 3, SQL. 47 8-22 PAINT LINE L F 950 3 eP q g'SD 48 8-22 PLASTIC CROSSWALK LINE S F 260 //- �) - b 40 t; Oa 49 8-22 PLASTIC STOP LINE LF 60 �, / 3, 0� — 50 8-22 REMOVE PAVEMENT MARKINGS L S 1 LUMP SUM 3 00 - - TOTAL ' / l 33, L 9 5; City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions 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 DC T Fonr 272 0361 EF C7/2011 City of Renton 116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page f 17 (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page 118 City of Renton Renton City Hall-5th Floor 1055 South Grady Way Renton,WA 98057 Local Agency enc Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name 116th Avenue SE Sidewalk Project 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 subcontractorintl who/will not contract directly with the✓ bidder. ' 1 Subcontractor Name ' , ` e GPI eC��I I , t `-' LEE- L Work to be performed Electrical Subcontractor Name N/A Work to be performed Plumbing Subcontractor Name N/A Work to be performed HVAC Subcontractor Name Self-Perform Work to be performed Rebar Installation Subcontractor Name N/A Work to be performed Structural Steel Installation *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 sMMO APWA-WA Division 1 Committee rev.5/13/2022 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 1 percent. Note, Use of recycled materials 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. G Mer ' C nstruction Co. Inc. Bidder: Signature of Authorized Official- Date:Date: ' ! - 2 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 1 20 Contractor Certification, Wage Law Compliance— Responsibility Criteria, Washington State Public Works Contracts allbk Washington State v; 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. Gary Merlino Construction Co. Inc. Bidder Na Na C tra r'Bidder-Print full legal entity name of firm By: `� L O 1 sc� Signature of authorized person Print Name of person making certifications for firm Title: GS ' e�' Place: Ga- t Title of person signing certificate Print city and state where signed fp Date: 1 1' 1� Fan,272-009 08:2017 City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Page 121 (this page intentionally left blank) City of Renton 116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St) TRO4104285 Contract Provisions Poge 122 `�s Y o.c Proposal Signature Page + + PROPOSAL SIGNATURE PAGE ,PE N T o 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 -AO-- .1 (0 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 require nts and signed all certificates contained herein. Gary Merlino Construction Co. Inc. [Signature of Authorized Official]` [Business Name] [Printed Name] [Address Line 1] lice-5 : �� ,4-4"\ -IL, [Title] [Address Line 2] --1-�, � 2D1.4- -14� - c11�.5 [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.): C_t L.)Nq 0 ir0 '; CS '"-- City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Page J 23 Proposal Signature Page State of Washington,or State where the business entity was formed: uaLz +0 WA State Contractor's Registration# GO.rC.J ✓V\C C 1 UBI # ILO sFc`-I 9S2 Industrial Insurance Account# J€2O Employment Security Department# '-I S 39 g State Excise Tax Registration# L,C S B 95_ DUNS# O'Z 1L-6 -,.C. < Project# 09 0`-f 85 City Contract# CA-Ci — a(o - o 19 The Surety Company which will furnish the required Contract Bond is: ck. C.y% o [Surety] [Address Line 1]2:5.3 - 31 O — Flo 91 -- r � r� b to I — Li)l`I [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 - Corporation Co-Partnership or Joint Venture If a corporation,complete this section If a Co-Partnership or Joint Venture,complete this section When Incorporated In What State? Date of Organization 7/16/1985 (Washington President's Name State whether General,Limited,or Association Charlie Oliver Vice President's Name Secretary's Name State whether there is any limitation on duration of Co- Ariane Justus Partnership or Joint Venture Treasurer's Name Dan Raymond If Out-of-State Corporation,have you complied with Washington's Corporation Laws? ❑Yes ❑No Non-Collusion In order for your application for Prequalification to be considered,it is necessary to furnish the following information. 1. Has your firm ever been indicted,pled guilty,pled nob contendere(no contest),or been convicted of any offense that has resulted in your firm being barred from bidding or performing work for any State, ❑Yes 0 No Local,or Federal Government? 2.Has any officer,employee,or other member of your firm ever been indicted,pled guilty,pled nolo contend ere,or been convicted of any illegal restraints of trade,Including collusive bidding? If Yes,attach separate sheet(s)to this form giving details involved,the names of the individuals and ❑Yes ©No their current employment status with your firm 3. Has your firm or any officer,employee,or member of your firm ever been debarred for violation of various Public Contract Acts incorporating Labor Standards Provision? ❑Yes x❑No If Yes,attach separate sheet(s)to this form giving details involved. 4. Is your firm under the protection of the bankruptcy court,have pending any petition in bankruptcy court,or have you made an assignment for the benefit of creditors? ❑Yes ©No Authorized Signatures List the name and Title of those individuals in your organization who are authorized to execute proposals,contracts,bonds,and other documents and/or instruments on behalf of the organization. The Signature MUST appear next to name. Name(Typed) 10-)jhatufe Title Charlie Oliver t� President Curtis Nakamura Project Manager Quinn Jurgens Estimator Patrick Rafferty D Project Manager/Estimator Brian Gabelein M Project Manager DOT Form 420-011 Revised 01/2020 \j '' o Proposal� Bid Bond to the City of Renton + � + PROPOSAL BID BOND TO THE CITY OF RENTON � - NTO� KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] of[address) as Principal, and [Surety] a corporati n organized and existing under the laws of the State of as surety corporation, and qualified under the laws of the State of Washington to become surety upo 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 P incipal herein is herewith submitting his/her or its sealed proposal for the following public works cons uction 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 s required by the City of Renton within a period of ten (10) days from and after said award, exclusive of he day of such award, then this obligation shall be null and void, otherwise it shall remain and be in fu force and effect. IN THE EVENT, the Principal, folloving award, fails to execute an Agreement with the City of Renton in accordance with the terms of the roposal 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 35A.40.200 and RCW 35.23.352. i This Proposal Bid Bond shall e governed and construed by the laws of the State of Washington,and venue shall be in King County, W shington. IN TESTIMONY WHERE ,the Principal and Surety have caused these present t e signed and sealed this day of , 20 n� lJ" 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 [Principal] [Surety] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or Surety Company: [Name] [Address Line 1] [Address Line 2] [Telephone Number] Surety WAOIC# Surety NAIC# City of Renton 116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St) TR04104285 Contract Provisions Poge 126