HomeMy WebLinkAboutKamis Construction KAMIN
CO EST T RUCTIIO0)1
PO Box 867
Bothell, WA 98041
EAClefted
k1 SON Rye, 5� S v W% to
ttjr
CITY OF RENTON
tt' Z6G.w4-
APR 0 7 2026 I 7 I Zb A
RECEIVED
CITY CLERK'S OFFICE
Bond No.T-523
•
Proposal Bid Bond to the City of Renton
1116
PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS,That we, [Bidder] Kamins Construction, Inc.
of[address) P.O. Box 867 - Bothell, WA 98041 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 24th day of March , 20 26
City of Renton
116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St)
TR04104285 Contract Provisions Page /25
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
PRINCIPAL SURETY
Kamins Construction,Inc. Travelers Casualty and Surety Company of America
[Principal] [Surety] . ,•
, .
By: By: -17(
[Signature of Authorized Official] [Signature of Authorized Official]
Chad S.Kamins Chris A. Fix
[Printed Name] [Printed Name] `, ''��Q SUI Ty'
,
President Attorney in Fact
i`cJ�/
[Title] [Title] ; HARTFORD ; a
CONN,
03-24-2026 03-24-2026 - f, .a
[Date] [Date] % �bb ' -d� f
,,,,u, uu,,,,,,
Name and address of local office of
Agent and/or Surety Company: CB&MS of WA.,INC.
[Name]
P.O.Box 681
[Address Line 1]
Bothell,WA 98041
[Address Line 2]
206-361-9693
[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
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Travelers Casualty and Surety Company of America
APi► Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That 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 that the Companies do hereby make,constitute and appoint CHRIS A FIX of
BOTHELL , 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 21st day of April,
2021. wee
0,Cw°L�Y 4P J*,,IV Ary,Q viget
L
CAIYl c '
• it . 0N
State of Connecticut /145
By:
City of Hartford ss. Robert L.Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, 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. /'*"� * a. �i/���
NOTARY
My Commission expires the 30th day of June,2026 ' c ;
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 seat 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 Compan tar 'V jns in full force and effect.
!/ _ ! .s�'' 0,0' Rerr >''-,
Dated this dT day of M v'c-�'l ,,u26. �y CO '
r. Y ,,,,..A,a ON. ` HARTFORD,,�
�H , : = CONN. ; o -
70,
\.........) . . 49 1. T
'% -''>j Kevin E.Hughes,Assistant retary
To verify the authenticity of this Power ofi?'ttw,neyy'p#ease 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 ,
e k;4i it
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'h Avenue SE Sidewalk Project ADDENDUM NO.1
TR04104285 March 30,2026
Page 1 of 2
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
"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 / 1
Transportation Operations Manager
116'Avenue SE Sidewalk Project ADDENDUM NO.1
1R04104285 March 30,2026
Page 2 of 2
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: Kamins Construction Inc
Address: PO Box 867 Bothell, WA 98041
Telephone Number: 206-396-9115
E-mail Address: chadQkaminsconstruction.com
QC)9, 0S9 JfTotal Bid Amount:
City of Renton
116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St)
TR04104285 Contract Provisions Page 111
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 / 12
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
�='1 V
OA, PROPOSAL
0
4)f a z 0 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
I 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 f 14
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
S$9oFt.00
2 1-04 MINOR CHANGE EQ.ADJ. 1 $ 50,000.00
3 1-05 ROADWAYUM SURVEYING L.S. 1 LP SUM t'iJDO,M
4 1-05 RECORD DRAWINGS(MIN BID S1000) L.S. I LUMP SUM too0•oo
5 1-07 SPCC PLAN L.S. j 1 LUMP SUM
1000.00
6 1-10 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1 LUMP SUM GB Sto,oo
7 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS L.S. 1 LUMP SUM \+ .I O 1O,SO
8 2-02 ADJUST EXISTING UTILITY TO GRADE EACH 11 p L� . 'Owl a '00
9 2-03 ROADWAY EXCAVATION INCL.HAUL C.Y. 510 Co&:11. Im0rt
2-0
10 2-03 SELECT BORROW INCL.HAUL TON 250
C-10 .12 t O 1 ap.00
11 2-03 GRAVEL BORROW INCL.HAUL C.Y 240
(.t ,1 'L (4 t1 .fib
12 2-09 STRUCTURE EXCAVATION CLASS B INCL.HAUL C.V. 400 '\s.11 i�1 l 24,75 ,00
13 2-09 SHORING OR EXTRA EXCAVATION CLASS B S.F. 3300
- - -- -- - I,,off_ 3' M.00
14 4-04 CRUSHED SURFACING BASE COURSE TON 450
it Sy .C1x4 yv1: .00
15 4-04 CRUSHED SURFACING TOP COURSE TON 210 sS.G t 'AO.10
16 5-04 HMA CL.1(2 IN.PG 58H-22 TON 460
17 5-04 PLANING BITUMINOUS PAVEMENT S.Y. 966 ,C A `(4( -c.(;A
18 7-04 POLYPROPYLENE STORM SEWER PIPE 12 IN.DIAM. L.F. 100 cos
up :96.o0
�D
19 7-04 INSTALL CITY PROVIDED POLYPROPYLENE DIAM.
STORM SEWER PIPE 12 L.F. 780
IN. 52 . 3e) 405%.(40
20 7-04 DUCTILE IRON STORM SEWER PIPE 8IN.DIAM. L.F. 75 `O,09 ic�,,
.7
21 7-04 DUCTILE IRON STORM SEWER PIPE 12 IN.DIAM. L.F. ' 34 `N ,2.1l .11.
��q
22 7-04 TEMPORARY STORMWATER DIVERSION PLAN L.S. 1 '
City of Renton
116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St)
TR04104285 Contract Provisions Page 115
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 WSOOT Description Unit Qty. Unit Price Total
No. SPEC
23 7.05 CATCH BASIN TYPE 1 EACH 15 .t 2.1.44 44
24 7-05 CATCH BASIN TYPE 1L EACH 1
a xxti .9.0 2.2.2.44 .So
25 7-05 CATCH BASIN TYPE 2 48 IN DIAM. EACH 2
girt.`o ‘iz.-t7 .ZO
26 7-05 CONCRETE INLET EACH 2 I t SI .9 0 y 303.KO
27 7-05 CONNECTION TO DRAINAGE STRUCTURE EACH 1 ,7 00��
8��.00 CIO•
/W•
28 8-01 EROSION CONTROL AND WATER POLLUTION PREVENTION L S 1 LUMP SUM Vt`d% •1C
29 8-02 TOPSOIL TYPE A S.Y 430 et,.1"k.L y093.GO
30 8-02 SEEDING.FERTILIZING.AND MULCHING S Y 430 (O.OS HIM .50
31 8-04 CEMENT CONC TRAFFIC CURB AND GUTTER L F 1070
Sl•L1 4446E0.30
32 8-05 POTHOLING EACH 14 17.3
L $D\o 124wS .20
33 8-06 CEMENT CONC DRIVEWAY ENTRANCE TYPE R1 S.Y 153 % .I
34 8-09 RAISED PAVEMENT MARKER TYPE 2 HUNC 0 2 444
„Lao M. Asc.40
35 8-14 CEMENT CONC SIDEWALK S Y 497 `+V a
36 8-14 CEMENT CONC CURB RAMP TYPE PARALLEL A EACH 2 1,4 74t•w 4,71 • Go
37 8-14 CEMENT CONC CURB RAMP TYPE PARALLEL B EACH 1 •yt`S.,0 1,11 c'(10
38 8-14 CEMENT CONC CURB RAMP TYPE COMBINATION - EACH 1 3331.etO 33 t•so
39 8-14 CEMENT CONC CURB RAMP TYPE SINGLE DIRECTION A EACH 1 'et
1 at•4A 3419.80
40 8-18 RELOCATION OF EXISTING MAILBOX @ 16045 116TH AVE SE EACH 1Scoi.00 944, 0
41 8-20 RRFB SYSTEM @ MIDBLOCK CROSSING COMPLETE L S 1 LUMP SUM GZ`yy .00
42 8-20 RRFB SYSTEM @ SE 162ND ST.COMPLETE L.S 1 LUMP SUM Wq`to,00
43 8-20 SPARE CONDUIT SYSTEM.COMPLETE L S 1 LUMP SUM (150
,SG.00
44 8-20 SPEED CAMERA SYSTEM RELOCATION.COMPLETE LS 1 LUMP SUM
/\ 45 8-20 SCHOOL ZONE SPEED SIGN RELOCATIONS.COMPLETE,...),...).,,...A...A.)....)....x_x__Lx....k."....),.3. L.S 1 LUMP SUM Tt ,OO
bet
46 8-21 PERMANENT SIGNING L S 1 LUMP SUM
(410.00
47 8-22 PAINT LINE L F 950
3.14 Sore..00
48 8-22 PLASTIC CROSSWALK LINE S.F 260 boa
49 8-22 PLASTIC STOP LINE L F 6C 21`.40 12 9G.o0
50 8-22 REMOVE PAVEMENT MARKINGS LS 1 /LIUMPSUUM
/� 3Wyc�.o0
TOTAL /0 �O !g . SS
City of Renton
116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St)
TR04104285 Contract Provisions Page/ 16
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
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-O361 EF
072011
City of Renton
116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St)
TR04104285 Contract Provisions Page 1 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 118
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Proposal for Incorporating Recycled Materials into the Project
a ---- - 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 matenals 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 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.
Bidder: Ka ' strttr
Signature of Authorized Official:
Date: 3/31/2026
City of Renton
116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page 119
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 /20
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
i
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.
Bidder Name: Kamins Construction Inc
Name of Contractor;Bidder-Print full legal entity name of rsm
By: • Chad Kamins
Signature of authonted person Pnnt Name of person making certifications for firm
Title: President Place: Bothell. WA
Title of person signing certificate Print city and state where signed
Date:3/31/2026
Form 272-009
0&'20 t 7
City of Renton
116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page J 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
4
4 e
PROPOSAL SIGNATURE PAGE
iv 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 y 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 requirements and signed all certificates contained herein.
C.......2a:317 •
Kamins Construction Inc
[Signature of Authorized Official]' [Business Name]
Chad Kamins PO Box 867 Bothell, WA 98041
[Printed Name] [Address Line 1]
President
[Title] [Address Line 2]
3/31/2026 206-396-9115
[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.):
Corporation
City of Renton
116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St)
TR04104285 Contract Provisions Page (23
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:
Washington
WA State Contractor's Registration# KAMINCI854BB
UBI# 603 459 120
Industrial Insurance Account# 162,183-01
Employment Security Department# 000-071181-00-5
State Excise Tax Registration# 603 459 120
DUNS#
Project# TR04104285
City Contract# CAG-26-019
The Surety Company which will furnish the required Contract Bond is:
Travelers One Town Square, Hartford CT 06183
[Surety] [Address Line 1]
206-367-4352
[Telephone Number] [Address Line 2]
City of Renton
116th Avenue SE Sidewalk Project(SE 160th St to SE 162nd St)
TR04104285 Contract Provisions Page 124
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, Chad Kamins , certify that I am the President
of the corporation named as Contractor in Agreement attached hereto;
that Chad Kamins who signed said Agreement on behalf of
the Contractor,was then President of said corporation;that said Agreement was duly
signed for and in behalf of said corporation by authority of its governing body,and is within the scope of its
corporate powers.
By:
Title: President
State of: Washington
County of: King
being duly sworn deposes and says that he/she is President
of Kamins Construction Inc •
(Name of Organization)
STATE OF WASHINGTON )
COUNTY OF KING )
On this day personally appeared before me Chad Kamins , to me known to be the
President of the .K.amin&construction Inc , Company,that executed the within and
foregoing instrument, and acknowledged the said corporation for the purposes therein mentioned, and an
oath, stated that he was authorized to execute said instrument on behalf of said corporation, and the seal
affixed thereto is the corporate seal of said corporation.
GIVEN UNDER MY HAND AND OFFICIAL SEAL this 30+ti day of tilurrin , 2.02{,
```01UU11.0%*
•�� '•, NOTARY PUBLIC in and for the State of
• r1or�AY Washington,residing in �9#''e-tk .
• •
•• AVellc ; �
1146,••, My commission expires <-or ,202q
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
INS
iNik
orjr"
mu ii-xarlopir
KAMINCI8S4BB
Po Box 867
Bothell, WA 98041
Phone 206-396-9115 Fax 877-710-9005
2024 ADA Improvements and Overlay
Owner: City of Medina Contact: Ryan Osada 425-423-3278
Contract Amount: $1,021,463
Substantially Complete: 4/30/2025
Amount Performed: 58%
Description: Storm Drain, Curb and Gutter, Sidewalk, Irrigation, Landscaping, Grind, Overlay,
Traffic Signal
SE 54th P1 and SE 52nd St Sidewalks
Owner: City of Bellevue
Contact: Robert Bellefeuille 206-713-9979
Contract Amount: $399,713
Substantially Complete: 3/11/2025
Amount Performed: 67%
Description: Curb and Gutter, Sidewalks, Wheelchair Ramps, Landscaping, Grind, HMA, Traffic
Control
2024 Curb Ramps
Owner: City of Lynnwood Contact: Andy Johnson 425-361-5564
Contract Amount: $784,119
Substantially Complete: 12/12/2024
Amount Performed: 65%
Description: Curb and Gutter, Sidewalks, Wheelchair Ramps, Storm Drain, Grind, HMA, Traffic
Control, Traffic Signal work
Lake Hills and 148th Intersection Improvements
Owner: City of Bellevue
Contact: Robert Bellefeuille 206-713-9979
Contract Amount: $956,838
Substantially Complete: 4/19/2024
Amount Performed: 49%
Description: Curb and Gutter, Sidewalks, Wheelchair Ramps, Storm Drain, Grind, HMA, Traffic
Signal, Pavement Markings, Landscaping, Irrigation
Sunnyside Blvd and 52"d Signalization
Owner: City of Marysville
Contact: Dave Mohler 425-830-9299
Contract Amount: $1,216,454
Substantially Complete: 2/2/2024
Amount Performed: 49%
Description: Curb and Gutter, Sidewalks, Wheelchair Ramps, Storm Drain, Traffic Signal,
Pavement Markings
2022 Crosswalk Improvements
Owner: City of Bellevue
Contact: Robert Bellefeuille 206-713-9979
Contract Amount: $1,642,733
Substantially Complete: 6/16/2023
Amount Performed: 54%
Description: Curb and Gutter, Sidewalks, Wheelchair Ramps, Storm Drain, Retaining Walls,
Grind, HMA, Traffic Signal, RRFB, Pavement Markings, Landscaping, Irrigation
Citywide Pedestrian Crossing Enhancements
Owner: City of Edmonds
Contact: Jaime Hawkins 425-754-4106
Contract Amount: $1,237,091
Substantially Complete: 9/21/2022
Amount Performed: 52%
Description: Curb and Gutter, Sidewalks, Wheelchair Ramps, Storm Drain, Retaining Walls,
Traffic Signal, RRFB, Pavement Markings, Landscaping, Irrigation
2021 Citywide Crosswalk Improvements
Owner: City of Bellevue
Contact: Robert Bellefeuille 206-713-9979
Contract Amount: $416,216
Substantially Complete: 9/15/2022
Amount Performed: 52%
Description: Curb and Gutter, Sidewalks, Wheelchair Ramps, Storm Drain, Retaining Walls,
Grind, HMA, Traffic Signal, RRFB, Pavement Markings, Landscaping, Irrigation
KAKIN
COEOMUCT1101ff
KAMINCI8S4BB
PO Box 867
Bothell,WA 98041
Phone 206-396-9115 Fax 877-710-9005
Owned Equipment List:
2019 Cat 325 F Excavator
2018 Cat 315 F Excavator
2012 Cat 314 D Excavator/w Thumb
2023 Cat 308 Excavator/w Tilt Rotator
2020 Cat 308 Excavator/w Thumb
2019 Cat 308 Excavator/w Thumb
2013 Cat 308 D Excavator/w Thumb
2023 Cat 303.5 Excavator/w Tilt Rotator
2023 Cat 303.5 Excavator/w Thumb
2022 Cat 303.5 Excavator/w Thumb
2022 Cat 303.5 Excavator/w Thumb
2021 Cat 303.5 Excavator/w Thumb
2017 Cat 303.5 E2 Excavator/w Thumb
2019 Cat CB24 Double Drum Roller
2017 Wacker/Neuson RD 12A
2016 Cat 926 M Wheel Loader
2015 Cat 924 K Wheel Loader
2014 Cat 924 K Wheel Loader
2019 Ford F-750 Dump Truck
2018 Ford F-650 Dump Truck
2017 Ford F-750 Dump Truck
2018 Ford F-450 Service Truck
2016 Ford F-450 Service Truck
2015 Ford F-450 Service Truck
2015 Ford F-450 Service Truck
2019 Ford F-350 Flagger Truck
2005 Ford F-450 Flagger Truck