Loading...
HomeMy WebLinkAboutCombined Construction, Inc. 39 a3n 131 i .L \� 9Z0Z F Z add ‘110 • v.• 0) NOiN38 zO ALIO iIvittge vpiaviaa moguls �� AAltin ps S 9LZ86 VM `Oa;Ii nW peO I q noS I-OL£ ----I .ou `uoi OnJ suo Sul w0 um rk;'o� - �I I � � � p q � Pawquio�_; $39setivno d I RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT jpeis CAG-26-069 "$ SWP-27-3963 INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: Information for Bidders 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Prevailing Wages. This project has does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. The Prevailing Wages in effect at time of Advertisement are provided in Appendix B. The Bidder is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. b. Trench Excavation Safety Systems.As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act,Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. c. Traffic Control, Hours of Work and Street Closure.This project is located on Rainier Ave S just south of the rail underpass in downtown Renton.The site is surrounded by businesses. Due to the proximity of the project site to the residences, night work will not be allowed. Refer to Special Provision Section 1-08.0(2)for requirements and restrictions regarding hours of work. No road closure (greater than 24-hours) is anticipated for portions of the Work and will not be allowed. For construction under traffic, refer to Section 1-07.23(1) and for temporary traffic control refer to Section 1-10. d. Pollution Control Requirements.Work under this contract shall meet all local,state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, Rainier Ave S Stormwater Pump Station Upgrade Project 11.1 Information and Checklist for Bidders SWP-27-3963 Page 1 of 5 2026 CAG-26-069 damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation Ill regarding removal and encapsulation of asbestos materials. e. Standard Specifications.All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA"2025 Standard Specifications for Road, Bridge and Municipal Construction"and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State,""State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein)shall govern. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents,shall request the explanation or interpretation in writing by the close of business five(5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. The City will not be responsible for other explanations or interpretations of the bid documents. 3. If a bidder has any questions regarding the project,the bidder may either: • Submit questions in writing to Renton City Hall — Utility Systems, 1055 S Grady Way, Renton, WA 98057,Attn: Casey Jeszeck,or • Submit questions via e-mail to: -:;zszeck@rentonwa.gov. Put"Bid Questions—PROJECT NAME" in the subject line. No other type of inquiry will be accepted. Questions received less than five (5) business days prior to the date of sealed bid submittal may not be answered.The City will not be responsible for other explanations or interpretations of the bid documents. 4. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 5. Basis For Approval.The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder.The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Rainier Ave S Stormwater Pump Station Upgrade Project 11.1 Information and Checklist for Bidders SWP-27-3963 Page 2 of 5 2026 CAG-26-069 Partial bids will not be accepted.The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City.The intent is to award to only one BIDDER. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. A Bid Proposal Deposit(certified check or satisfactory bid bond) made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5%of the total amount of the bid shall accompany each Bid Proposal. Bid Proposal Deposits will be returned to unsuccessful bidders immediately following the decision as to award of contract. The Bid Proposal Deposit of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the Bid Proposal Deposit shall be forfeited to the City of Renton as liquidated damage for such failure. 8. Payment for this work will be made in check or electronic transfers. 9. The work to be done is shown in the plans and/or specifications.Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 10. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 11. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 12. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 13. The contractor shall obtain such construction insurance (e.g.fire and extended coverage,worker's compensation, public liability, and property damage) as identified within Special Provisions, Specification Section 1-07.18"Public Liability and Property Damage Insurance". 14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project as identified within Section 1-08.3 "Progress Schedule". 15. Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 16. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 17. Liquidated damages will be enforced in accordance with Section 1-08.9"Liquidated Damages". 18. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. Checklists for Bidder Rainier Ave S Stormwater Pump Station Upgrade Project III Information and Checklist for Bidders SWP-27-3963 Page 3 of 5 2026 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. ® Project Proposal Bid Summary - The form included in these Bid Documents must be used; no substitute will be accepted. 1. L"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. E 4'roposal Cover Page—The form included in these Bid Documents must be used:no substitute will be accepted. 3. IFtSchedule of Prices—The forms) 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. 5. LySubcontractor List-The form included in these Bid Documents must be used; no substitute will be accepted. 6. Da/Certification of Compliance with Wage Payment Statutes - The form included in these Bid Documents must be used; no substitute will be accepted. 7. LW'Department of Labor and Industries Certificate Registration - The form included In these Bid Documents must be used; no substitute will be accepted. 8. Lroposal Signature Page—The form included in these Bid Documents must be used:no substitute will be accepted. vidence 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. LJ 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 CAG-26-069 Contract Agreement Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. 1. 0 Contract Agreement—The form included in these Bid Documents must be used;no substitute will be accepted.Two originals shall be executed by the successful Bidder. 2. 0 Performance Contract Bond to the City of Renton—The form included in these Bid Documents must be used:no substitute will be accepted.Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals,signatures,and notaries. 3. 0 Fair Practices Policy Affidavit of Compliance—The form included in these Bid Documents must be used; no substitute will be accepted. 4. ❑ Retainage—Refer to Standard Spec.Section 1-09.9(1), Retainage. 5. 0 Certificates of Insurance—To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as "Additional Insured"on the insurance policies as well as the entities listed in Section 1-07.18(2)of the Special Provisions. Rainier Ave S Stormwater Pump Station Upgrade Project 11.1-Information and Checklist for Bidders SWP-27-3963 Page 5 of 5 2026 V Il.II IIIy map - QUI I ICLL i ve 0 Al IU YY 1111Q111b MVIV 0 V V CILCI nu •sli♦1,i Dnfrnfi4 Drri1e rAr 1`1 .9 ,w .c; :� Ed- t19 D '-'. SlIr1 F: i� a11 ri11i� 1t1 J1CJ !111ry iii t ji.._- 'icing criunry _.? ,;. CI i F t ''.".'""'"J iiE--, 11 iU11 1 i I . ...:______7 t., 9 t1 S 1 Notes j Legend City and County Labels City and County Boundary 0 Renton a <anut other values 14,093 0 2,046 4,093 Feet WGS_1984 Web_Mercator Auxiliary_Sphere teT - T.Solly This map s a r.xr generated sluts•oJlpui um' at Internet mapµn9 see ami C>lt O1 K,� 0 n 8 Mr refr th only data a ers at ap:ee Vac map may nay not oe ytsGly®RanbnWe.gav acrr.u ,tc .rrr^i n of orw sc'aiahI Finance&IT Division 3/7/2024 THIS MAP IS NOT TO BE USED FOR NAVIGATION few ` ' r \�jfr�.. --- k=g\` --fir- i' fit • , �..:.*L •,��.,J it i,I • 1, i - :ft.$ o't It P _ ,! 'I. 1 ' 4 • ? -1 V t' . 1 -4 . ,1,-,\: A.,,,,, ‘ 41:44`c ,r , -- , iva . 1,_ . . , II nein # oiL.,,,,. ...1. ItSti N Sill - ''., 4% . .. , .. ..., ,i ,... ...,,r .140.4,t.,., .N,IF ,,,, r, , *Iiiit ..- , .„t. 16,,o,',_„,..%4 L',..."-- '''.... to: :,.:.i,.... 46;-7.---.---„,7.-- .4:7.,--:„....:17:41,iiii.P>.'7-:.,,.' '''''I':;'111,-.1..1::...,11:.6: 'a --.‘' g • _ Q tI\ amet.Ai f e 1 r 1. � el/Pr w1 f* i ; i.,, ,, , ' '4. 1-4**-"Tr -, 1111111111vv,, ibit..:* ,r I ut--li 1 - r 1i i,. ... ' ;, 7 t'r-1 i' -,1 .1iAllialf A r.. EEE i 'kyle • �- - S 6tkt S 6th t y-.. 187 • i 14 Itr't,�: '1I/ a ‘- - : t ▪ ' e" w.w."r rj ice:! ( :t` ( FC7, q Y - 47' M c • ..—_- s• t r ., _;! s m :1.1 �r u(� r r r 4 - _ ,I f{ ill plia.,,I. �` ♦ - et.t tt£iL... . 41,1 ..I 1 % 1'I fief{ r Q t i i f fit r 1 TTeVitiab�� / 1` \?4 •r t g.4 *i • M d ~ i• •S �� +t,-. rg 1. i 999 1 r i ! •** wa• }.' a. Y fit _ 47 , lir .. t' i Al data. ntormaton ens raps are prov,dec a$ Legend is'*On":warranty mr any representation of accuracy timeliness ol completeness r^e border'or deterrnrntng accuracy.rompeteness City and County Labels timeliness mercfrantdbit,ty and fitness to-or the Parcels appropriateness tot use rests aolery On the user City and County Boundary I '; Renton 0 100 200 Feet I__ Li call other values> 2023.sid sh'eu ?err... Red Band 1 Notes Green.Band_2 II Blue: Band_3 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 - It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry;sex;age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS- Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7 t h day of March , 2011 CITY RENTON - RENTON CITY COUNCIL 0171.4AAc7' ✓i{ Denis Law, Mayor uncil Pr sident Attest: ,:::: ::::.::.: ...... ti C: Bonnie I.Walton, City Clerk �SEAT *%/ 1. Summary of Fair Practices Policy ‘��,.,. 7�gE�'����� '.r,,�,nuimrrninmm�n��` CITY OF RENTON SUMMARY OF AMERICANS W1771 DL AB1LTI7ESACT POLICY ADOPTED BYRESOLU77ONNO. , The policy of the City of Renton is to promote and affiord equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory maimer. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal anployment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR$' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requiranarts of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational docamoe ntation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the Ciry Council of the City of Renton, Washington, this 4th day of October __-- 1993. C RENTON RENTON CITY COUNCIL: 4AT0(1.7 Mayor '"'� •, Presidena \Attest ,' J Cis" City Clerk f 2. Summary of Americans with Disability Act Policy 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: Combined Construction, Inc. Address: 3701 South Rd M u ki lteo, WA 98275 Telephone Number: 425-610-4334 Email Address: kyle@combinedconstructioninc.com Total Bid Amount: $ 111 b I U i 106.SO • •*:. ...is v J RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT 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 April 13, 2026 2 April 13, 2026 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. Combined Construction, Inc. [Business Name ignature • • orized •'ICI. Kylesmith [Printed Name] President [Title] April 29, 2026 Mukilteo WA [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 • 0' Public Works Department ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT Sincerely, Casey Jeszeck, PE Civil Engineer Ill (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 Signatur • Title: e--P251WI Company: '�n I Date: N Ii1\ids Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • 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 Biddersmust sign this Addendum No-2inthe spacepr_ovidedbetowa_nd attach the signed_Addendiim No,2 tothe Formal Bid Proposal Signatu • Title: LS la.CAA Company: sonitil, _ Date: 9 Addendum No.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 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 fai h,pursuant to RCW 35.23.352(1),an original Bid Proposal Deposit in the form of(check one) E bid bond, or 0 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 `\T Y o RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT TF N T 0 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 TOTAL ITEM WITH UNIT PRICED BID NO. SECTION QUANTITY PRICE AMOUNT BID SCHEDULE 1 1-04 Mobilization&Demobilization 1 eOt b00.00 1101 OLD•00 Lump Sum Per Lump Sum 2 1-07 Temporary Sedimentation and Erosion 1 101k.100.00 101000.00 Control Lump Sum Per Lump Sum 3 2-09 Excavation Safety and Shoring 1 101600.00 1-62 ISOO.00 Lump Sum Per Lump Sum 4 1-05 Unscheduled Excavation 20 260.00 510to.04) Ton Per Ton 5 1-04 Minor Changes 1 $50,000.00 $50,000 Est Per Est r 6 2-00 Site Work 1 l00I b00.00 (p' ,UV D.w Lump Sum Per Lump Sum 7 1-10 Traffic Control 1 IZ5/()00•oa I'LG f()U•Ip Lump Sum Per Lump Sum 8 8-14 Sidewalk 130 SD.0o GO/600.00 Sq.Foot Per Foot 9 8-04 Curb and Gutter 20 , O/�/ '00 1;300,0D Linear Foot Per Linear Foot 10 2-30 Fence Removal and Restoration 100 'LU0.00 10 10 00,op Linear Foot ^Per Linear Foot 11 7-15 Gas Line Excavation and Backfill 80 L6)-00 ` %U0O.00 Linear Foot Per Linear Foot 12 1-04 Temporary Restoration 50 14 0 .00 "nn l 1500.OD Linear Foot Per Linear Foot 13 5-04 Asphalt Plane and Overlay 25 C1140.00 l�/ -' ,Soo.u6 Sq.Yard rPer Sq.Yard 14 6-11 Structural-Retaining Wall and Fill 1 IFJO(00() -()0 16()(OOO.V0 Lump Sum Per Lump Sum Rainier Ave S Stormwater Pump Station Upgrade Project 111.3-Schedule of Prices SWP-27-3963 Page 1 of 2 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CAG-26-069 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM SPEC. APPROX. UNIT TOTAL ITEM WITH UNIT PRICED BID NO. SECTION QUANTITY `PRICE AMOUNT 15 11-00 Structural-Pump Station Modifications 1 I 6;Oa).Oa 136,00O.oo Lump Sum Per Lump Sum 16 15-00 Mechanical 1 31-10j pbV.00 3�$f i-00.06 Lump Sum Per Lump Sum�l 17 16-00 Electrical 1 `1°1 •m "2.10I 000.c o Lump Sum Per Lump Sum 18 17-00 Automatic Control 1 j/ 0I 6°0ram l. n _tJQ 1(MO.[)O Lump Sum Per Lump Sum 1`o 19,100.00 Subtotal Iq(1cx560 10.5%Sales Tax 21OIO1106."JO 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 �.'rt Y PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 � 7 ta' 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. Combined Construction, Inc. [Business Na [SI:►. re of Authorized Offic - ) K , - um ' h [Printed Name] President [Title) April 29, 2026 Mukilteo WA [Date] [City] [State] Rainier Ave 5 Stormwater Pump Station Upgrade Project 111.4-Combined Affidavit&Certificate Form SWP-29-3963 Page 3 of 1 2026 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 shall 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 Combined 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 0 Subcontractors Name Self-Performed ❑ Address Subcontractor's WA License Phone No. No. Bid Item Numbers Description of Work Approved CLB 4-2-26 SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable ❑✓ Subcontractors Name Self-Performed ❑ 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 4-td e.i p Ele��t'��, t ‘v„- Self-Performed El Address ti\1U1 N I1Lr E `d ftwft. �C+%- g (ArUun& tvs\ Phone No. „qN-1_ Subcontractor's WA License gagZ No. feADOE L76$'6X- Bid Item Numbers r/ Ark i$ Description of Work - Category of Work Structural Steel Not Applicable ❑ Subcontractors Name Self-Performed ❑p Address Subcontractor's WA License Phone No. No. Bid Item Numbers Description of Work Category of Work Rebar Installation Not Applicable ❑ 1 Subcontractors Name Self-Performed D Address Subcontractor's WA License Phone No. No. Bid Item Numbers Description of Work Category of Work Not Applicable 1❑ Subcontractors Name Self-Performed 1❑ Address Subcontractor's WA License Phone No. i No. Bid Item Numbers Description of Work 2 Approved CLB 4-2-2 RAINIER AVE S STORMWATER c`rt O, PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 o`' 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. Combined Construction, Inc. Bidder's B a u • • Authorized • 'al* Kyl - Smith Printed Name President Title April 29, 2026 M u ki lteo WA Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation Q 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: N/A '!f o corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accomponied 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 • RAINIER AVE S STORMWATER 410 vPUMP STATION UPGRADE PROJECT 14. CAG-26-069 SWP-27-3963e DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION Name on Registration: Combined Construction, Inc. Registration Number: 216, 146-00 Expiration Date: August 31 , 2027 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 RAINIER AVE S STORMWATER11110 PUMP STATION UPGRADE PROJECTtCAG-26-069 SWP-27-3963 4E N t O 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. Combined Construction, Inc. [Sign- re of Authorized 0- .'•I] [Business Name] 3701 South Rd [Prin ed Name] [Address Line 1] Kyle Smith Mukilteo, WA 98275 [Title] [Address Line 2] April 29, 2026 Kyle Smith [Date] [Contact Name] 425-610-4334 [Telephone Number] kyle@combinedconstructioninc.com [Email] The address,contact name,phone number,and email listed above will be used for all communications regarding this proposal. *NOTE: Evidence(the signatory's authority to sir!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 CAG-2 6-069 WA State Contractor's Registration # CO M B I C I893 NT UBl # 603 119 288 Industrial Insurance Account# 216, 146-00 Employment Security Department# 433 852 000 State Excise Tax Registration# 38-3845239 If business is a CORPORATION,please complete this section: Name of President of Corporation Kyle Smith Name of Secretary of Corporation Corporation Organized under the laws of Washington With Main Office in State of Washington If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section: Name: Title (Partner, Member, Manager): N/A The Surety Company which will furnish the required Contract Bond is Arch Insurance Company 210 Hudson St, Suite 600 [Surety] [Address Line 1] 201 743 4000 Jersey City, NJ, 07311 [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 CAG-26-069 STATE OF 14qWi7,-) County of __jscj ) Subscribed and sworn to before me on this) I day of c, , 20A . `\\00111 I I U f , 0��pARRrn, , [Signatur•� otary Public in and for the State of E N Gj.rj rjer to 9�y ; Washington] •Q NOTARY�vt�`N . ►• PUBLIC ,t� [Prin ed Name of Notary Public] / •'KIWIS°``````�� My commission expires: If(� '� � f Iq [Date] [Stamp] Rainier Ave SStormwater Pump Station Upgrade Project 111.8-Proposal Signature Page SWP-27-3963 Page 3 of 3 2026 • .r1 • • +r ; • •- .'1•'• w. ' .. ',J11 RAINIER AVE S STORMWATER c`rt Y Q PUMP STATION UPGRADE PROJECT + + CAG-26-069 SWP-27-3963 F N T O+ PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] Combined Construction, Inc. of [address] P.O. Box 418, Mukilteo, WA 98275 as Principal, and [Surety] Arch Insurance Company a corporation organized and existing under the laws of the State of Missouri 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • CAG-26-069 PRINCIPAL SURETY Combined Construction, Inc. Arch Insurance Company [Principal] [Surety] B • �� By: F C - uthorized Official] [Signature of Authorized Official] (4L)- Emma C. Doleshel [Printed Name] [Printed Name] S LA€4'I 1- Attorney-in-Fact [Title] [Title] 4/23/2026 4/23/2026 [Date] [Date] Name and address of local office of HUB International Northwest LLC Agent and/or Surety Company: P.O. Box 3018 Bothell, WA 98041-3018 Telephone: (425) 489-4500 Surety WAOIC# 58676 Surety NAIC# 11150 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal t � 1 i, 10499 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note,Loan,Letter of Credit,Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri,having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Chad Epple,Dana Brown,Emma C.Doleshel,Grant E.Ingalls,Heather L.Allen,Jim S.Kuich,Jim W.Doyle,Ching Yan Natalie Chau,Theresa A.Lamb and Veronica McKay of Bothell,WA(EACH)Amanda Ivey,Annette Troseth,Carol Lowell,Cheri Mrak,Clayton McCaul,Jacqueline Hansen and Ted Baran of Anchorage,AK(EACH) its true and lawful Attorney(s)in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations,in the penal sum not exceeding One Hundred Fifty Million Dollars($150,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on August 31,2022,true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED,That the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President,of the Surety Business Division,or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney,to execute on behalf of the Company,and attach the seal of the Company thereto,bonds,undertakings,recognizances and other surety obligations obligatory in the nature thereof,and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed,sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on August 31,2022: VOTED,That the signature of the Chairman of the Board, the President,or the Executive Vice President, or any Senior Vice President, of the Surety Business Division,or their appointees designated in writing and filed with the Secretary,and the signature of the Secretary,the seal of the Company,and certifications by the Secretary,may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on August 31,2022,and any such power so executed,sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company.In Testimony Whereof,the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 23rd day of July,2025. o1janC " Attested and Certified d Arch Insurance Company j/�� '�/y'�(.J/� �__ C 1Cntrt76A7E �•Q /i d i t�{ r [J•V SEAL +_fei,„,,_______ 19n Regan .Shulman Secretary Stephen C.Ruschak,Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Mtssewi I,Michele Tripodi,a Notary Public,do hereby certify that Regan A.Shulman and Stephen C.Ruschak personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company,a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. Com orrneam of PanAsrlviMa•Notary Seat Michele Tripod',Notary Public AIL.� .,L?hUad9lphittCountypodi,Notar ublic My commission expirosJuy31,202@ My commission expires 07/31/2029 CERTIFICATION Commission number 1168622 I,Regan A.Shulman,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated July 23.2025 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said Stephen C.Ruschak,who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. ''zlr • U IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on thiso)day ofkl 11 , 20(DG• / a .9)1 --- Re• A.Shulman,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. nePLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS:Arch Insurance Company Claims Department Surety Claims1 ' P.O.Box 542033 Omaha,NE 68154 suretvclaims(a,archinsurance.com Mtssaai> To verify the authenticity of this Power of Attorney,please contact Arch Insurance Company at SuretyAuthentic arc 'nsurance.com Please refer to the above named Attorney-in-Fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A.