Loading...
HomeMy WebLinkAboutNorthwest Cascade, Inc. NW NORTHWEST CASCADE, INC. P.O. BOX 73399, PUYALLUP, WA 98373 TACOMA(253)848-2371 /SEATTLE(206)622-2464 NORTHCI148BG �l :Li G arit CAkly 0 CITY OF RENTON 05 (0,0S Nteitial APR 2 y 2026 cyk tuija41 WA- GZ 'D`5 b 7 RECENEOFFICE �GC CITY CLERKS a°11kal 6id _poie3r_w_ cd-G - o1 ' / sP _ L 9 PicciAtiA fh,k s. Bern t L,yp appat vitust- 6fCci &ici Ic71= OD ' .mmo... - - - RAINIER AVE S STORMWATER CatO PUMP STATION UPGRADE PROJECT + + CAG-26-069 SWP-27-3963 9FN T O� CITY OF RENTON CALL FOR BIDS Project Scope Construct the Project Name. The work to be performed under this contract shall include, but not be limited to: • Construction surveying, staking, and production of as-built plans. • Installing and maintaining adequate TESC measures and restoring all disturbed areas. • Temporary traffic control measures in accordance with the contract documents and applicable City of Renton and MUTCD standards. • Installation of 60-kW natural gas emergency generator and supporting power and telemetry panels. • Approximately 205 lineal feet of retaining wall and footing drain connection with existing storm system. • Concrete site work including concrete stairs and pedestal to support new generator and equipment. • Two new stormwater pumps, discharge pipes and gate valves. • Maintenance improvements to existing pump house including hoist monorail and winch system, new door opening, and enlarged floor grate. • Trench excavation, including removal of existing unsuitable material, and disposal of excavated material. • Removal of sidewalk, curb and gutter, and site work associated with the pump station upgrades. The estimated project cost is $1,400,000 to $1,710,000. A total of 60 working days is allowed for completion of the project. Bid Submission Process Sealed bids will be received until 12:00 PM on Thursday, April 23, 2026 Wednesday, April 29, 202f at the lobby of Renton City Hall, 1055 South Grady Way, Renton, WA 98057. No mailed, Fedex, or UPS delivered bids will be accepted. Please include the bidder's name, address, and name of the project on the envelope. The bids will be opened and publicly read via Zoom video- conferencing web application at 1:00 PM, Thursday, April 23, 2026 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. The bid opening meeting can be accessed via videoconference by: • Clicking this link to join the Zoom meeting: • https://us06web.zoom.us/i/83971661991?pwd=UEY4byVbJPDpfBKjGWfuPN5staImmq.1 Rainier Ave S Stormwater Pump Station Upgrade Project 1.1-Call for Bids 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 • Using the Zoom app: Meeting ID: 839 7166 1991; Password: 089336. • Via telephone by dialing: 1-253-205-0468, followed by 84323332243#,,,,*100279# US • Zoom is free to use and is available at https://zoom.us/. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available April 6, 2026. Approved plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List"). Should you require further assistance, contact Builder Exchange of Washington at (425) 258- 1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. All Bid Proposals shall be accompanied by a Bid Proposal Deposit (certified check or satisfactory bid bond) in an amount equal to five percent (5%) of the amount of such Bid Proposal. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Women and Minority Business Enterprises (WMBE) are encouraged to bid. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for bids. Jason A. Seth. MMC, City Clerk Dates of Publication: Daily Journal of Commerce April 9, 2026 Daily Journal of Commerce April 16, 2026 Rainier Ave S Stormwater Pump Station Upgrade Project 1.1-Call for Bids 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 GAS Y 0 IN FN7o� City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 II. INFORMATION FOR BIDDERS Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER c` Y °� PUMP STATION UPGRADE PROJECT + + CAG-26-069 SWP-27-3963 MIIFFNTo 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 III 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: cjeszeck@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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 11.1-Information and Checklist for Bidders SWP-27-3963 Page 3 of 5 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • 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. 1=14Carnowledgment 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. roposal Cover Page—The form included in these Bid Documents must be used; no substitute will be accepted. 3. B'SE edule 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. Ci-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. l Subcontractor List-The form included in these Bid Documents must be used; no substitute will be accepted._ pt� 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. EI partment of Labor and Industries Certificate Registration - The form included in these Bid Documents must be used; no substitute will be accepted. 8. E -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. roposal 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 CAG-26-069 Contract Agreement Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. 1. ❑ 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. ❑ 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. ❑ 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. ❑ 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 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: ir,40 V 4�,(� f UcL�uat-F', (sic_ Address: ►)4 g8313 Telephone Number: 0263 —O Li$- OC31 Email Address: l' �%l�Viw &L`'"' c•C�+'t� Total Bid Amount: $ �/ 779� 7�` , f)5 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 '01 4* 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 �- 011//3/Ao)L. /I 5/dock, NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. fl & t,k.10 t Cocad&, LLAL [Bus s ame] Orilif= . [Sign. ure of•ut •rize• • 'icia al/U-43°)i Y1V [Printed Name] V P./(PYCL. [Title] OLIIan Iao Pa 4%6A- [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 96 N1O Public Works Department Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ADDENDUM No. 1 Date of Addendum Issue: April 13, 2026 Due Date for Bids: 12:00 pm on April 23, 2026 To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Rainier Ave S Stormwater Pump Station Upgrade project and shall have the same effect as if set forth therein. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 by signing the addendum and submitting with the bid. Failure to acknowledge receipt of this addendum may result in your bid proposal being disqualified. Volume II - Plans DELETE original Contract Plans and REPLACE with the updated attached document (CAG-26- 069_Addendum1_Plans). Revisions to the Contract Plans are indicated via Revision Triangle #1 in the document and are included with this Addendum. Updates include the following: - Updated sheet index(COV) - Generator dimensions for gas meter(501) • Addendum No l Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal I i 4fNT0 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 ett4,6(0- ,-) Ghycic Signature: �� V ��' _ Title: li I ���`'"'" Company: f $fl4k)Jd (,(.c�CuLl.vt �I�1 Date: D1-1 I�� I cb?A o Addendum No.1\ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal A_ti1 ti• E �J Public Works Department Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ADDENDUM No. 2 Date of Addendum Issue: April 13, 2026 Due Date for Bids: 1-2:00-prrrottArnit-237-2026 12:00 pm on April 29,2026 To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Rainier Ave S Stormwater Pump Station Upgrade project and shall have the same effect as if set forth therein. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 by signing the addendum and submitting with the bid. Failure to acknowledge receipt of this addendum may result in your bid proposal being disqualified. Volume I-Technical Specifications The following formatting has been used to note deletions (to the original text) and changes/additions to the Contract Documents. • Deletions are formatted as stricken through (example). • Changes/additions to project manual are formatted as underlined (example). Updates include the following: 1.1 Call for Bids 1. Revise Call for Bids document to extend bid deadline to Wednesday 29, 2026 at 12:00 PM. 5.1. TECHNICAL SPECIFICATIONS a. DIVISION 16.31.1 DIGITAL POWER METER WAS REMOVED FROM THE TECHNICAL SPECIFICATIONS. b. DIVISION 16.91.2 NATURAL GAS ENGINE GENERATOR SET, PART 1 -GENERAL, PERFORMANCE CRITERIA CURRENTLY READS: Performance Criteria The engine generator set provided shall not have a standby rating less than 60 kW at 0.8 PF with fan. Rating of natural gas engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump,jacket water pump, and governor charging generator. Addendum No.21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Public Works Department Generator shall meet the following requirements: 1. Standby rating-60 Kilowatt IS REVISED TO READ: Performance Criteria The engine generator set provided shall not have a standby rating less than 50 kW at 0.8 PF with fan. Rating of natural gas engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump,jacket water pump, and governor charging generator. Generator shall meet the following requirements: 1. Standby rating—50 Kilowatt c. DIVISION 17.51.2 SMOKE DETECTORS SHALL BE REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: 17.51 .2 Smoke Detectors Part 1 - General Design Requirements Provide all components suitable for installation in the environment where installed. Detector shall be provided complete with sensing head and mounting base. The photoelectric smoke detector shall be 24-volt powered with LED alarm indication and Form C contacts for remote annunciation through two-wire connection to the telemetry panel. Detector shall be explosion-proof and rated for installation in Class I Division 1 areas. Part 2 - Products Materials The smoke detector shall be a Honeywell Notifier 30-3013, or equal. Part 3- Execution Site Testing Test each smoke detector with artificial smoke in a can per manufacturer's instructions. Addendum No.2\ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal gNTat Public Works Department Other testing methods will only be acceptable if approved by the manufacturer. Each failed smoke detector shall be replaced. d. DIVISION 17.52.3 WASTEWATER LEVEL FLOAT SWITCHES WAS ADDED TO THE TECHNICAL SPECIFICATIONS: 17.52.3 Wastewater Level Float Switches Part 2- Products Manufacturers Switches shall be Anchor Scientific, Inc., Roto-Float Type S, or equal. Manufactured Units Float switch shall be mercury tube switch-type enclosed in a sealed polyurethane float.A weight shall be on the cord near the float switch. 2/C# 16 flexible type SJO oil-proof, 300-volt cord shall be integral with the float switch and shall be of sufficient length to reach the splice handhole with an additional five feet of slack cord. Part 3 - Execution Installation Level switches shall be provided for the following: • High Wet Well Level • Low Wet Well Level • Emergency Stop Float The float switch shall indicate to the control system that the liquid level, at which the switch has been positioned, has been reached. Addendum No.21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • ♦ 4 Public Works Department Volume II-Plans 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, Casey Jeszeck, PE Civil Engineer III (Project Manager) City of Renton All Bidders_must sign this Addendum No.2 in the space provided below an_d attach the signed Addendum No.2 to the Formal Bid Proposal IA A authfri. •.ram,►�, Via NW(ift4 Signature:_ .. =_ Title:_ I _ /1/y r- ' l Company: 11,1,„ tdi . (_�uW. th �L Date: DL-�' �p1Q. c}U c)-(p Addendum No.2\ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • • Public Works Department 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 c.`T Y OA, PUMP STATION UPGRADE PROJECT +' CAG-26-069 SWP-27-3963 ' N T o`' 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 , pursuant to RCW 35.23.352(1),an original Bid Proposal Deposit in the form of (check one) bid bond, or ❑ cashier's check (made payable to the City of Renton), or ❑ 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 , c; ±, -s ' 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 TOTAL ITEM WITH UNIT PRICED BID NO. SECTION QUANTITY PRICE AMOUNT BID SCHEDULE i 1 1-04 Mobilization&Demobilization 1 /�07 �C /620, O!J 2 Lump Sum Per Lump Sum Temporary Sedimentation and Erosion 1 2 ljit 2 CVO , 2 1-07 Control Lump Sum Per Lump Sum 3 2-09 Excavation Safety and Shoring 1 © 200 01,0 Lump Sum Per Lump Sum 4 1-05 Unscheduled Excavation 20 _ /i5 2, o' Ton Per Ton 5 1-04 Minor Changes 1 $50,000.00 $50,000 Est Per Est 6 2-00 Site Work 1 ki '1 ti 7 5 'O Lump Sum pPer Lump Sum 7 1-10 Traffic Control 1 `qj ql?, 5er Lump Sum Per Lump Sum 8 8-14 Sidewalk 130 54/ '77 LJ2-e) Sq.Foot Per Sq.Foot 9 8-04 Curb and Gutter 20 /e 5 370 , l} Linear Foot Per Linear Foot 10 2-30 Fence Removal and Restoration 100 / / 1i 9 01) Linear Foot Per Linear Foot 11 7-15 Gas Line Excavation and Backfill 80 Z& 2/, L2 qv Linear Foot Per Linear Foot /� 12 1-04 Temporary Restoration 50 v g 144v D Linear Foot Per Linear Foot 13 5-04 Asphalt Plane and Overlay 25 £70 /0y, 70 Sq.Yard Per Sq.Yard .2 14 6-11 Structural-Retaining Wall and Fill 1 /eCel Lie 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. ITEM WITH UNIT PRICED BID APPROX. UNIT TOTAL NO. SECTION QUANTITY PRICE AMOUNT 15 11-00 Structural-Pump Station Modifications 1 7 5e0 Lump Sum Per Lump Sum 11 16 15-00 Mechanical 1 /S , � � .4. 14j Lump Sum Per Lump Sum 17 16-00 Electrical 1 10 e) / 70, 6 a) Lump Sum Per Lump Sum 18 17-00 Automatic Control 1 260 aa, 2Zet, 04/36 Lump Sum Per Lump Sum !l��d G0/0. " Subtotal 16 Il �, e5 10.5%Sales Tax /, 77' 72-2f. °5-- 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 + CAG-26-069 SWP-27-3963 �e N 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. 1/ - CaC-CLCL&4 UAL_ [Busine ik a -] I -d11116 [Signat - of Authorize Official] N/U/d041 [Printed Name] Vtc,e Puth-& [Title] DLt bct I a0.)-Lolitnif.-12-11Af[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 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: 1 /�b ,( ff ,,-- If awarded the contract, f �f -CIL-lac W`'- 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 ,.rjlid!444 M eatg.matte ( Self-Performed 0 Address 1 02 "?,till/IV& S, knvt1; (r/i( 10032 6r2-6-204- Subcontractor's WA License Phone No. i f-70 No. 5h/N/11/14 .0000a P Bid Item Numbers / Description of Work ,616a44/4c631 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 JZ Subcontractors Name 14 lt`Pec Self-Performed 0 Address Pc eel< q34 GT-A/1am v'#1 93£? Phone No. 393~ Subcontractor's V1A License 25192 No. F[ 1-0 797Aja Bid Item Numbers A/A Description of Work /V/1 Category of Work Electrical(per RCW 19.28) Not Applicable ❑ Subcontractors Name Pmf04 pe.a i� Self-Performed ❑ Address 35/i 02 ."l-Sv✓ l—kek'cd w q did 7 Phone No. ii2b- - 7Q,-7- Subcontractor's WA License -.- -----------------_.---- 1.02 ? No. Pro L7'OEGf31 D DAI Bid Item Numbers I7/ib Description of Work .0 e ie f "1-4447/44x (._, Category of Work Structural Steel Not Applicable 0 Subcontractors Name 1I0r'titiA%e A5 'C il4C, Self-Performed X. Address Po erX 733�t9 P,,,cgx6,,4), WA t 873 253-$df8- Subcontractor's WA License Phone No. 2371 No. N0R HC.. i `f F0 Bid Item Numbers 1 I5 Description of Work 5t► te— ZC{X` (i'er Category of Work Rebar Installation Not Applicable 0 Subcontractors Name p426--f14wef 56rle, lYtG- Self-Performed /le Address re eat -m`19 P 71 r WA ei5 373 Z53 t4 _ Subcontractor's WA License Phone No. 237/ No. /U�R7t1 Gx ij' Bid Item Numbers 1 Lf r r7 Description of Work aee-yzr- lil/ 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 Atc`' . PUMP STATION UPGRADE PROJECT + + CAG-26-069ip SWP-27-3963 g rsJ , 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. VCacLLdtw_ Bidder' to 11111ri. - Signature of Authoriz- Official* eluvituln E Printed Name \) u PcLL Title Pavputtiup WA- Date City State Check One: Sole Proprietorship ❑ Partnership D Joint Venture E Corporation 74 LLC ❑ State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: l *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 G` o,�, PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 �F M Y O"' DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION Name on Registration: l/0 14ta Uaac1LC&c L Registration Number: No 12-1 1.I11t d v Expiration Date: ID Ilou ) " 1 NOTE: A copy of the certificate will be requested as port 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 c' Y °A` 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. ,- _ 1,41-vLL D + Qa c&th,tyic [Sign. ure of Author •ed Official]* [Business Name] N,6)1,4bnv xs IUD 1oK -7 3 3q [Printed Name] [Address Line 1] • U t.LP PM bl c,u44- PupOLp , 1 4 P 837 3 [Title] [Address Line 2] 04 I 09 I CP C2L 1c1y [Date] [Contact Name] 83� [Telephone Number] 1/110 cA6, [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.): 0/th.frOA-CAJ-1) State of Incorporation, or State where business entity was formed: 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 # tUttT +E11L1 '156- UBI # dig- DL4g _ 14c) Industrial Insurance Account# p D81 1 Employment Security Department# C)—/ I L I O D D State Excise Tax Registration # a18-Q Lt 9- If business is a CORPORATION, please complete this section: Name of President of Corporation C I "_) tOt) Name of Secretary of Corporation T cj. . z) Corporation Organized under the laws of 1/00� Oa-ADC V With Main Office in State of Washington L9 Gt V37 LI If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section: Name: I Title (Partner, Member, Manager): 1 -1 The Surety Company which will furnish the required Contract Bond is PAA >t Uk L' - I 1 Pek-cxtc .t;-1C_ 000 [Surety] [Address Line 1] [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 aG ) County of PLQA(_1) Subscribed and sworn to before me on this ova day ofNA-A--121 , 20 LP Ow\(il t [Signature of Notary Public in and for the State of Washington] CHARLOTTE A BASKETT C,Vvs.-r Notary Public �� State of Washington [Printed Name of Notary Public] Commission#154930 My Comm. Expires Aug 26, 2027 My commission expires: ' 0" i '� [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 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] Northwest Cascade, Inc. of [address] P. O. Box 73399, Puyallup, WA 98373 as Principal, and [Surety] Fidelity and Deposit Company of Maryland a corporation organized and existing under the laws of the State of Illinois 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. Fcr usage Conditions Agreement see www.bxwa.com - Always Verify Scal • CAG-26-069 PRINCIPAL SURETY Northwest Cascade, Inc. Fidelity and Deposit Company of Maryland [Principa [Surety] ___...rosuraff/111111•• 0? • ni\a/61/4 - [Sign. . - of Autho ze, Official] [Si: - e of Authorized Official] 6A:it/ow E,}'� "e"' S Jamie L. Marques [Printed Name] [Printed Name] PIlJtLL. 'L IL Attorney-in-Fact [Title] [Title] 04/23/2026 04/23/2026 [Date] [Date] Name and address of local office of Propel Insurance Agent and/or Surety Company: 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 Telephone: (253) 759-2200 Surety WAOIC# 39306 Surety NAIC# 39306 Rainier Ave S Storm water 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 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Thomas O.McClellan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute,and appoint Aliceon A.KELTNER,James B.BINDER,Jamie L.MARQUES,Eric A.ZIMMERMAN,Brandon K.BUSH,Jacob T. HADDOCK,Katharine J.SNIDER,Justin Dean PRICE,Christopher KINYON,Charla M.BOADLE,Celeste M.VAN VLIET of Seattle, Washington,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 04th day of February,A.D.2026. SEAL �d'+^' o � SEN. El ij .,., ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND rethal By: Thomas O.McClellan Vice President By: Daniel Lutes Secretary State of Maryland County of Baltimore On this 04th day of February, A.D.2026, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Thomas O. McClellan,Vice President and Daniel Lutes,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. �VE�I (.)2 vi-Zue 114 act r2 1 s Genevieve M.[Nelson Notary Public My Commission Expire January 27,2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may,by written instrument under the attested corporate seal,appoint attorneys-in-fact with authority to execute bonds,policies,recognizances, stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I,the undersigned,Vice President of the ZURICH AMERICAN INSURANCE COMPANY,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 23rd day of _April , 2026 . �a ...,, `44e,6P oR''�o�4•s P PP ON _ - p R1f _ p0 m %��O .� t+� '1°SEALm Y ! SEAL USEAC" g" iyOJ .. iYa,'•, Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaimsc zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 RESOLUTION OF CORPORATE AUTHORITY OF NORTHWEST CASCADE,INC. Be it resolved that Greg Potts be appointed the Chief Executive Officer,President and an officer of Northwest Cascade, Inc. Be it resolved that Jason Perry be appointed Chief Operating Officer and an officer of Northwest Cascade, Inc. Be it resolved that Clint Myers be appoionted Vice President and an officer of Nortwest Cascade,Inc. Be it resolved that Ron Inman be appointed Vice Presideint and an officer of Northwest Cascade, Inc. Be it resolved that Tracey Schwartz be appointed Secretary and an officer of Northwest Cacade Inc. This authority shall remain in effect until revoked by action of the Board of Directors. Dated this 21 st Day of December,2021 Secretary I certify that this is a true copy of the Resolution dated December 21,2021. Mk Perry(Jen 22,202205:40CST) Chairman of the Board 10/6/25,6:02 AM NORTHWEST CASCADE INC • rya Labor&Industries(hops://Ini.wa.gov/) Contractors NORTHWEST CASCADE INC Owner or tradesperson 10412 JOHN BANANOLA WAY E PUYALLUP,WA 98374 Principals MYERS,CLINTON EASTON,VICE PRESIDENT 253-848-2371 PIERCE County POTTS,GREGORY ALLEN,TREASURER LILIEQUIST,CARL ANDERS,PRESIDENT (End:02/26/2025) HEWES,CAMERON MOSES,DIRECTOR (End:02/26/2025) mariani,gary e,DIRECTOR (End:02/26/2025) Gorski,Donald Joseph,DIRECTOR (End:02/26/2025) Jones,Harvey Norton,DIRECTOR (End:02/26/2025) WINGARD,WILLIAM B JR,SECRETARY (End:09/16/2013) Diklich,John Martin,PRESIDENT (End:09/21/2015) BARGER,STEPHEN Richard,VICE PRESIDENT (End:09/21/2015) PERRY,MARK Roger,SECRETARY (End:10/27/2015) Doing business as NORTHWEST CASCADE INC WA UBI No. Business type 278 049 149 Corporation Governing persons MARK R PERRY J R INMAN; RON INMAN; CARL LILIEQUIST; CLINT MYERS; GREG POTTS; 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. NORTHCI148BG Effective—expiration 01/07/1986—10/04/2027 L&I Contractor Registration: 1-800-647-0982-Email:ContReg@Lni.wa.gov Bond .............. Fidelity&Deposit Co of MD $30,000.00 Bond account no. 09090648 Received by L&I Effective date 08/14/2024 08/14/2024 Expiration date Until Canceled Bond history https://secure.lni.wa.gov/verify/Detail.aspx?UBI=278049149&LIC=NORTHC1148BG&SAW= 1/3 10/6/25,6:02 AM NORTHWEST CASCADE INC Insurance National Union Fire Ins of PA $1,000,000.00 Policy no. 3296838 Received by L&I Effective date 04/29/2025 10/01/2021 Expiration date 05/01/2026 Insurance history Savings Nos No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits ut o savings against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, u some debts may be recorded by other agencies. License Violations . ..................................... No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent Registered training agent.Check their eligible programs and occupations. Workers'Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 265,081-00 Doing business as NORTHWEST CASCADE INC Estimated workers reported Quarter 2 of Year 2025"Greater than 100 Workers" Workers'Comp Account Contact TO!DAVID PRYOR(360)902-5617-Email:PRYD235@lni.wa.gov 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. Contractors not allowed to bid .._ 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. Inspection results date 10/02/2025 No violations Inspection no. 317987533 Location 8500 Yelm Hwy Olympia,WA 98513 Inspection results date 08/26/2024 No violations Inspection no. 317981176 Location 13918 Meridian E South Hill,WA 98373 Inspection results date 01/10/2023 Under appeal.The results of the inspection are being challenged. Inspection no. https://secure.lni.wa.gov/verify/Detail.aspx?UB1=278049149&LIC=NORTHC1148BG&SAW= 2/3 10/4/25,6:02 AM NORTHWEST CASCADE INC 317971453 Date of appeal Location 04/02/2025 204 Lilly Road Olympia,WA 98506 Inspection results date 08/24/2020 No violations Inspection no. 317960291 Location 8401 Canyon Rd E Puyallup,WA 98371 https://secure.lni.wa.qov/verifv/Detail.aspx?UB1=278049149&LIC=NORTHC1148BG&SAW= 3/3