Loading...
HomeMy WebLinkAboutAward Construction, Inc. r'wawa CaVnst)C-k-)a+ tYlc. as50 W1\\eys l.c*..e ICv1160le, ,tea OlZyg CITY OF RENTON 'SO` E "c\osec( APR 2 9 2026 \ \n� � IAkie 53u.vv, S'mrrivivavev RECEID PovIn td`e Wick- CITY CLERKS OFFICE r � 36t93 °J*Ij\ CAG-26-069 Project Proposal Bid 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 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 forms and documents shall be submitted with the bid. 0. `t' Project Proposal Bid Summary - The form included in these Bid Documents must be used; no substitute will be accepted. 1. Acknowledgment of Receipt of Addenda—The form included in these Bid Documents must be used; no substitute will be accepted. Bidders must acknowledge receipt of each addenda issued. 2. p Proposal Cover Page—The form included in these Bid Documents must be used; no substitute will be accepted. 3. ih 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. 4. Combined Affidavit and Certificate Form (Non-Collusion, Anti-Trust Claims, Minimum Wage) — The form included in these Bid Documents must be used; no substitute will be accepted. S. * Subcontractor List-The form included in these Bid Documents must be used; no substitute will be accepted. 6. l Certification of Compliance with Wage Payment Statutes - The form included in these Bid Documents must be used; no substitute will be accepted. 7. ( Department of Labor and Industries Certificate Registration - The form included in these Bid Documents must be used; no substitute will be accepted. 8. ' 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 may be rejected. 9. [$'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. Verify Bid Proposal Deposit is at least 5 percent of the total amount of bid including sales tax. Rainier Ave S Stormwater Pump Station Upgrade Project 11.1-Information and Checklist for Bidders SWP-27-3963 Page 4 of 5 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 III. PROJECT PROPOSAL BID SUMMARY Project Name: Rainier Ave S Stormwater Pump Station Upgrade Project City Project Number: SWP-27-3963 City Contract Number: CAG-26-069 Company: Award Construction Inc. Address: 980 Willeys Lake Rd., Ferndale, WA 98248 Telephone Number: 060)318-8708 Email Address: todd@award-inc.com Total Bid Amount: $ ,� 4 lb S$ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT III..two CAG-26-069 "' SWP-27-3963 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt 1 04/13/2026 2 04/1 /2oZj6 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. Award Construction nc. [Business Na Z. [Signature of Authorized Officia] B. Todd Vasey [Printed Name] President [Title] 04/23/3036 Ferndale Washington [Date] [City] [State] Rainier Ave S Stormwater Pump Station Upgrade Project 111.1—Acknowledgment of Receipt of Addenda SWP-27-3963 Page 1 of 1 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 PROPOSAL PAGE 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) Ll bid bond, or ❑ cashier's check (made payable to the City of Renton), or 0 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 60 working days. Contract time shall begin on the first working day following the Notice to Proceed date. Rainier Ave S Stormwater Pump Station Upgrade Project 111.2-Proposal Page SWP-27-3963 Page 1 of 1 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Ilk 2 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-262-069 SWP-27-3963 SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE:Unit prices for all items,all extentions,subtotals,and total amounts 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. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM SPEC. APPROX. UNIT 'fatal,— ITEM livrtH umi PRICED RID NO. _SECTION QUANTITY PRICE AIVIOUNT BID SCHEDULE (l j�/� 1 1-04 Mobilization&Demobilization 1 ‘001 °Ou ii IDo, Deb Lump Sum Per Lump Sum Temporary Sedimentation and Erosion 1 3,b b v 3 DO 2 1-07 Control Lump Sum 1Per Lump Sum 4 3 2-09 Excavation Safety and Shoring 1 /DO 0 ' Si 0 Lump Sum Per Lump Sum 4 1-05 Unscheduled Excavation 20 120 2/ D Ton Per Ton 5 1-04 Minor Changes 1 $50,000.00 $50,000 Est Per Est 6 2-00 Site Work 1 I Obi 000 leo, 000 Lump Sum Per�Lump Sum QQ 7 1-10 Traffic Control 1 1 V O i 000 i2 / ON) Lump Sum Per Lump Sum 8 8-14 Sidewalk 130 65 7, 150 Sq.Foot Per Sq.Foot 9 8-04 Curb and Gutter 20 t Y/0 Zj, b°0 Linear Foot Per LinearFoot v 10 2-30 Fence Removal and Restoration 100 1 5 ' t GOO Linear Foot Per Linear Foot 11 7-15 Gas Line Excavation and Backfill 80 S 32, 4- 0 Linear Foot Per LinearFoot 12 1-04 Temporary Restoration 50 ( 1 V G�Jvd Linear Foot Per Linear Foot 13 5-04 Asphalt Plane and Overlay 25 b85 1�, I2S Sq.Yard Per Sq.Yard � /yam 14 6-11 Structural-Retaining Wall and Fill 1 155/ 000 '3C"t O"`, Lump Sum Per Lump Sum Rainier Ave S Stormwater Pump Station Upgrade Project 111.3-Schedule of Prices SWP-27-3963 Page 1 of 2 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CAG-26-069 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM SPEC. APPROX. UNIT TOTAL ITEM WITH UNIT PRICED BID NO. SECTION QUANTITY PRICE n Q 7�AMOUNT (�Q v 15 11-00 Structural-Pump Station Modifications 1 vv DO , 000 Lump Sum Per Lump Sum 16 15-00 Mechanical 1 161,600 S51 6° 0 Lump Sum Per Lump Sum 17 16-00 Electrical 1 rib, (O 110,0,bOO Lump Sum Per Lump Sum 265 18 17-00 Automatic Control 1 , 000 2 /(XX) Lump Sum Per Lump Sum I,b?3, 6'7s' Subtotal 110,ite5-gg 10.5%Sales Tax Bid Total Rainier Ave S Stormwater Pump Station Upgrade Project 111.3-Schedule of Prices SWP-27-3963 Page 2 of 2 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT A: � CAG-26-069 SWP-27-3963 COMBINED AFFIDAVIT & CERTIFICATE FORM NON-COLLUSION AFFIDAVIT Being duly sworn,deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named,and further,that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE:ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser,subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I certify (or declare) under penalty of perjury under the laws of the State of Washington that the I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Award Construction Inc. [Business Name] V [Signature of Authorize Official] B.Todd Vasey [Printed Name] President [Title] 04/16/2026 Ferndale Washington [Date] [City] [State] Rainier Ave S Stormwater Pump Station Upgrade Project 111.4-Combined Affidavit&Certificate Form SWP-29-3963 Page 1 of 1 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal In accordance with RCW 39.30-060 as amended: For all public works contracts exceeding$1,000,000 the bidder shall submit with the bid the names of the licensed subcontractors and proof of license by providing subcontractors license number with whom the bidder,if awarded the contract,will subcontract for the following work or to name itself for the work,if it is licensed to perform the work for which it has named itself.: • All structural steel installation, rebar installation, heating, ventilation and air conditioning, and plumbing work as described in chapter 18.106 RCW,and electrical work as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors)shall be submitted as part of the bid. If the work does not apply to this contract, check the box "Not Applicable". If the work will be self- performed by the bidder,check the box"Self-Performed". If the subcontractors' names are not submitted with the bid OR if two or more subcontractors are named to perform the same work,the bid shalt be considered nonresponsive and,therefore,void. If subcontractors vary with bid alternates, please complete a separate form indicating which subcontractors will be used for which bid alternate. Complete the following: If awarded the contract,. Award Construction Inc. will contract with the following subcontractors for the performance of heating,ventilation and air conditioning,plumbing, electrical(including automatic controls)work, structural steel installation,and rebar installation: The following list of subcontracts is due with the bid. Errors identified by the contracting agency in the proof of license information must be corrected by the bidder within 48 hours of bid submission. Category of Work Heating,Ventilation&Air Conditioning(HVAC) Not Applicable ❑ Subcontractors Name Self-Performed Address Subcontractor's WA License Phone No. No. Bid Item Numbers Description of Work Approved CLB 4-2-26 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable Subcontractors Name Self-Performed ' 0 Address Phone No. Subcontractor's WA License No. Bid Item Numbers Description of Work Category of Work Electrical(per RCW 19.28) Not Applicable ❑ Subcontractors Name pAl 'bv1 rwC-kierIL Self-Performed 0 Address 1-3-24\0+ 'S\O 4te -41 V„+VIVMIoppk cAr4sc ltperi Phone No. 4.2=5 Subcontractor's WA License --18-7•12b No.vbs-l.-rbf g,l ODI4 Bid Item Numbers I'? 1 b Description of Work Eire-y',Cal Category of Work Structural Steel Not Applicable ❑ Subcontractors Name Self-Performed Address Subcontractor's WA License Phone No. No. Bid Item Numbers Description of Work Category of Work Reber Installation Not Applicable 0 Subcontractors Name Self-Performed Address Subcontractor's WA License Phone No. No. Bid Item Numbers Description of Work Category of Work Not Applicable 0 Subcontractors Name Self-Performed 0 Address Subcontractor's WA License Phone No. No. Bid Item Numbers Description of Work 2 Approved CLB 4-2-2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT Y CAG-26-069 SWP-27-3963 CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Award Construction nc. Bidder's Busines me 0/4 Signature o Aut on ed ficial* B. Todd Vasey Printed Name President Title 04/16/2026 Ferndale Washington Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation ® LLC ❑ State of Incorporation, or if not a corporation, State where business entity was formed: Washington If a co-partnership, give firm name under which business is transacted: *If a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign).If a co-partnership,proposal must be executed by a partner. Rainier Ave S Stormwater Pump Station Upgrade Project 111.6-Certification of Compliance with Wage Payments Statutes SWP-27-3963 Page 1 of 1 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT ®! c CAG-26-069 SWP-27-3963 DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION Name on Registration: Award Construction Inc. Registration Number: 235129-00 0 Expiration Date: 05102 202�1 NOTE: A copy of the certificate will be requested as part of contract execution when project is awarded. Rainier Ave S Stormwater Pump Station Upgrade Project 111.7-DOLI Certificate of Registration SWP-27-3963 Page 1 of 1 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 PROPOSAL SIGNATURE PAGE 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. NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not included. Award Construction Inc. [Signature of Authorized Official '" [Business Name] B. Todd Vasey 980 Willeys Lake Rd.. Ferndale, WA 98248 [Printed Name] [Address Line 1] President [Title] [Address Line 2] 04/23/2026 B. Todd Vasey [Date] [Contact Name] (360) 318-8708 [Telephone Number] todd@award-inc.com [Email] The address, contact name,phone number, and email listed above will be used for all communications regarding this proposal. *NOTE: Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid and the signature must be notarized. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. Type of business entity (e.g. corporation, partnership, etc.): Corporation State of Incorporation, or State where business entity was formed: Washington Rainier Ave S Stormwater Pump Station Upgrade Project 111.8-Proposal Signature Page SWP-27-3963 Page 1 of 3 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CAG-26-069 WA State Contractor's Registration # AWARDCI970M9 U B I # 602310080 Industrial Insurance Account# 163,857-00 Employment Security Department# 235129-00 0 State Excise Tax Registration # 602310080 If business is a CORPORATION, please complete this section: Name of President of Corporation B. Todd Vasey Name of Secretary of Corporation Patty Vasey Corporation Organized under the laws of Washington With Main Office in State of Washington 980 Willeys Lake Rd., Ferndale, WA 98248 If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section: Name: Title (Partner, Member, Manager): The Surety Company which will furnish the required Contract Bond is Western Surety Co. 999 Third Ave Ste 2500, Seattle, WA 98104 [Surety] [Address line 1] (206)209-1038 [Telephone Number] [Address Line 2] Rainier Ave S Stormwater Pump Station Upgrade Project 111.8-Proposal Signature Page SWP-27-3963 Page 2 of 3 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CAG-26-069 STATE OF Washington County of Whatcom Subscribed and sworn to before me on this 23rd day of April , 2026 � [Signature of Notary Public in and for the State of ``��� ,v L( "i,e• Washington] ne 4 ..001. EXA•.'F( c No �i s Kendall Welch N• o pVet Cy [Printed Name of Notary Public] .4, Obi� °O O•.• Np 240,1,V 1 41, •WAS. "v � My commission expires: 11-05-2028 �l ;0 [Date] [Stamp] Rainier Ave S Stormwater Pump Station Upgrade Project 111.8-Proposal Signature Page SWP-27-3963 Page 3 of 3 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER c,� Y o PUMP STATION UPGRADE PROJECT + CAG-26-069 SWP-27-3963 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] Award Construction, Inc. of [address] 980 Willey's Lake Road, Ferndale, WA 98248 as Principal, and [Surety] Western Surety Company a corporation organized and existing under the laws of the State of South Dakota 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: Rainier Ave S Stormwater Pump Station Upgrade 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 performance 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 performance 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 23rd day of April , 20 26 Rainier Ave S Stormwater Pump Station Upgrade Project 111,9—Proposal Bid Bond to the City of Renton SWP-27-3963 Page 1 of 2 2026 ♦..._._.i...i ..... h.-.l.].-....�. r._.�.L��.-... _C ..ea. Y.-� T.f.-.� ..-...moo n......��� ..,..� M.............-� ��� .-�. L_.._.- «�� s1........ ♦1�� C.. n��l CAG-26-069 PRINCIPAL SURETY Award Construction, Ina. Western Surety Company [Principal] [Surety] ]et,NA ckjutik,-/Y1 Fuq [Signature of Authorized Official [Signature of Authorized Official] was 04 \. �� zI • Charla M Boadle sufir A ii v [Printed Name] [Printed Name] Attorney-in-Fact [Title] [Title] April 23, 2026 April 23, 2026 [Date] [Date] Name and address of local office of Propel Insurance Agent and/or Surety Company: 601 Union St. Suite 3400 0,00410/2/0 Seattle, WA 98101 \\. Or1ST RUC//�/ii /ji 49 cPORgTF , Telephone: (206) 676-4200 SEAL 2003 tpgSHING-so Surety WAOIC# 1446 Surety NAIC# 13188 Rainier Ave S Stormwater Pump Station Upgrade Project 111.9—Proposal Bid Bond to the City of Renton SWP-27-3963 Page 2 of 2 2026 w....t a..a r.. n.._ a....... n...s.....-._ ..r r..w T... n_.. ........_ n.....a:-_..-- w....__-..-.. ...... u._.... ._... wi.._.._ .,_-a r.. n__ a • ... _ = • 4 • • Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Michael S Mansfield,Donald Percell Shanklin Jr,Tamara A Ringeisen,Kari Michelle Motley,Bryan Richard Ludwick,Travis J Robles, Lois F Weathers Individually of Portland,OR Eric A Zimmerman, James B Binder, Aliceon A Keltner, Brandon K Bush, Jacob T Haddock, Katharine J Snider, Justin Dean Price, Charla M Boadle, Christopher Kinyon,Jamie L Marques Individually of Seattle,WA Carley Espiritu,Brent E Heilesen,Annelies M Richie,Kristine A Lawrence,Holli Lagerquist,Amelia G Burrill,Lindsey Elaine Jorgensen, Sarah Whitaker,Julie A Craker,Thomas Buel Individually of Tacoma,WA,Individually of Tacoma,WA,its true and lawful Attomy(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By-Laws and Resolutions printed at the bottom of this page,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 25th day of February,2026. �o .......' WESTERN SURETY COMPANY rs . Q.O1,90P4- o evz1 °""„� aik""" Larry Kasten,Vice President State of South Dakota County of Minnehaha I ss On this 25th day of February,2026,before me personally came Larry Kasten,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires K WALSH ALThNOTARY PUBDC December 4,2031 SdvTM DAKOTA K.Walsh,Notary Public CERTIFICATE I,Paula Kolsrud,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Laws and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 23rd day of April 426 . .547b:- WESTERN SURETY COMPANY ((C/I)) soy; •pA°. Paula Kolsrud,Assistant Secretary Authorizing By-Laws and Resolutions ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds,policies,undertakings,Powers of Attorney,or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,and Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies,undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company. This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27th day of April,2022: "RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal,each to be considered the act and deed of the Company." Go to www.cnasuretv.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Form F4280-6-2023 4/16/26,2:42 PM AWARD CONSTRUCTION INC C,Arabo'r&Industrie°4s.(https://lni.wa.gov/) a Labor&Industries.(https://Ini.wa.gov/) Contractors AWARD CONSTRUCTION INC Owner or tradesperson 980 WILLEY'S LAKE RD Principals FERNDALE,WA 98248 VASEY,B TODD,PRESIDENT 360-318-8708 WHATCOM County VASEY,PATRICIA,AGENT EBENAL,DAVID,VICE PRESIDENT (End:05/31/2005) C J SERVICES CORP,AGENT (End:05/31/2005) Doing business as AWARD CONSTRUCTION INC WA UBI No. Business type 602 310 080 Corporation Governing persons B TODD VASEY PATTY VASEY; Registration Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active ................................................................... Meets current requirements. License specialties GENERAL License no. AWARDCI970M9 Effective—expiration 07/29/2003—08/02/2027 L&I Contractor Registration: 1-800-647-0982-Email:ContReg@Lni.wa.gov Bond ................ Western Surety Co $30,000.00 Bond account no. 929568036 Received by L&I Effective date 07/15/2025 05/20/2025 Expiration date Until Canceled SAFECO INS CO OF AMERICA $12,000.00 Bond account no. 6184006 Received by L&I Effective date 08/05/2003 08101/2003 Expiration date Until Canceled Bond history https://secure.ini.wa.gov/verify/Detaii.aspx?UB 1=602310080&LIC=AWARDCI970M9&SAW= 1/3 4/16/26,2:42 PM AWARD CONSTRUCTION INC Insurance ......................... Alaska National Insurance Co $1,000,000.00 Policy no. 24LPS531967 Received by L&I Effective date 12/22/2025 12/31/2025 Expiration date 12/31/2026 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&l Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations ......................... No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications Public Works Small Business Enterprise(PWSBE) Small Business Enterprise(SBE) Apprentice Training Agent No active Washington registered apprentices exist for this business.Washington allows the use of apprentices registered with Oregon or Montana.Contact the Oregon Bureau of Labor&Industries or Montana Department of Labor &Industry to verify if this business has apprentices. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. This company has multiple workers'comp accounts. Active accounts .............................................. L&I Account ID Account is in good standing. 163,857-00 Quarterly report received and is being .............................. processed. Doing business as AWARD CONSTRUCTION INC Estimated workers reported Pending current quarter filing Workers'Comp Account Contact TO/RAECHEL WRIGHT(360)902-4715-Email:WRIV235@Ini.wa.gov Track this contractor 0 Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1 2019 Exempt from this requirement. Contractor Strikes ......... .... .... No strikes have been issued against this contractor. Can this contractor bid on Public Works projects? No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. No inspections during the previous 6 year period. https://secure.lni.wa.gov/verify/Detail.aspx?UBI=602310080&LIC=AWARDCI970M9&SAW= 2/3 Public Works Department `/ mp q pn I. Plans 1. Replace the following sheets in their entirety with the revised sheets included as an attachment to this addendum: a. DWG No. E02, Electrical One-Line b. DWG No. E04, Electrical Plan 1 c. DWG No. E07, Pump Control Panel Details 2 d. DWG No. E09, Electrical Equipment Pedestal Details e. DWG No. E12, Electrical Schedules Attachments: 1. Revised Plan Sheets 2. Call for Bids ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT Sincerely, CaseyJeszeck, PE Civil Engineer III (Project Manager) City of Renton All Bidders must sign this Addendum No. 2 in the space provided below and attach the signed.Addend.um_No 2 to the FormaLB.ld_P_Laposel Signature: _ Title: 7V•esvAw_k- Company:_►V c • wx( Date: 09113 1207 i& Addendum No 2\ b Public Works Department ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT Sincerely, Casey Jeszeck, PE Civil Engineer III (Project Manager) City of Renton All Bidders must sign this Addendum No. 1 in the space provided below and attach the signed Addendum No. 1 to the Formal Bid Proposal V(Signature \ 1 c \ Title: 17�reS0evi 1- �J Company: J— Wo'vd, Can wcAlt)in \v\.L. Date: Oy 1131 Zozv Addendum No 1