Loading...
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