Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Road Construction Northwest, Inc.
g () eados, : Rc \iec Ave_ S srtocrnwc f c Pvry,p .5�.A-Cow rc k Prdaec. Road Construction Northwest, Inc. PO Box 2228 Renton,WA 98056 ,OS bye,, vv&c,)jAQs / ► pc: 1 Q.ct+v\, aoa io l' 00 c).it'Zei/ZeP m. 11 0(2 c t.A - C 1 vA`-'' \ CITY OF RENTON 105 S So,;. \ (2 rc.C( WOty APR 2 9 2026 (kg RECEIVED C� O CITY CLERKS OFFICE 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. LVll Project Proposal Bid Summary - The form included in these Bid Documents must be used; no substitute will be accepted. 1. Acknowledgment of Receipt of Addenda — The form included in these Bid Documents must be used; no substitute will be accepted. Bidders must acknowledge receipt of each addenda issued. 2. ! Proposal Cover Page—The form included in these Bid Documents must be used; no substitute will be accepted. �� 3. Sca/hedule 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. 2 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. "Subcontractor List-The form included in these Bid Documents must be used; no substitute will be accepted. 6. Certification of Compliance with Wage Payment Statutes - The form included in these Bid Documents must be used; no substitute will be accepted. 7. '.� Department of Labor and Industries Certificate Registration - The form included in these Bid Documents must be used; no substitute will be accepted. 8. V(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. E! Proposal Bid Bond to the City of Renton —The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Verify Bid Proposal Deposit is at least 5 percent of the total amount of bid including sales tax. Rainier Ave S Stormwater Pump Station Upgrade Project 11.1-Information and Checklist for Bidders SWP-27-3963 Page 4 of 5 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 III. PROJECT PROPOSAL BID SUMMARY Project Name: Rainier Ave S Stormwater Pump Station Upgrade Project City Project Number: SWP-27-3963 City Contract Number: CAG-26-069 Company: Road Construction Northwest, Inc. Address: P.O. Box 2228, Renton, WA 98056 Telephone Number: (425) 254-9999 Email Address: bids@rcnw.com Total Bid Amount: $ \ , 7 , r475. 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 "J 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 4-13-26 2 4-13-26 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. Road Construction Northwest, Inc. _ [Business Name] [Signaturehorized Official] Matthew G. Wagester [Printed Name] President [Title] 4-29-26 Everett_. 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 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 < N PROPOSAL PAGE TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1),an original Bid Proposal Deposit in the form of (check one) ® bid bond, or El 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 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT p ^a t0# 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 /• p ��y� 1 1-04 Mobilization&Demobilization 1 l't -O,.o C.000 I't l2V�7 0 .2. (0( Lump Sum Per Lump Sum 2 1-07 Temporary Sedimentation and Erosion 1 1) SS'a-c 0 0 $ � 60.9 00 Control Lump Sum Per Lump Sum ,+�v'�/ 3 2-09 Excavation Safety and Shoring 1 i 1Soa CO $ I,-1 -, 0, 00 Lump Sum Per Lump Sum 4 1-05 Unscheduled Excavation 20 I .3C(1. C�` (0 err �t. v 0 Ton Per Ton 5 1-04 Minor Changes 1 $50,000.00 $50,000 Est Per Est ,• 6 2-00 Site Work 1 3 ai. GO f aG 0 /�,V00. 00 Lump Sum Per Lump Sum 7 1-10 Traffic Control 1 1)7C •r{i --7 ,+, �1s-/ono. Q v Lump Sum Per Lump Sum 8 8-14 Sidewalk 130 f (Aa- 00 4 �kp©. 0Q Sq.Foot Per Sq. Foot 9 8-04 Curb and Gutter 20 V ((o' i C)a 1 3 / 3 6o ©0 Linear Foot Per Linear Foot �y 10 2-30 Fence Removal and Restoration 100 1 t_60• 4 OC `P �,G 000. 00 Linear Foot Per Linear Foot 11 7-15 Gas Line Excavation and Backfill 80 41 .O6,ve) q t co/ OO.0 d Linear Foot Per Lnear Foot u 12 1-04 Temporary Restoration 50 $ CAS; 004 1.115-0. 00 Linear Foot Per Linear Foot e� 13 5-04 Asphalt Plane and Overlay 25 f t f L 00.00 * ---i 5-co. 00 Sq.Yard Per Sq.Yard +�,r 14 6-11 Structural-Retaining Wall and Fill 1 *a Tj •00 I.O. a5—C%W• OC Lump Sum Per Lump Sum Rainier Ave S Stormwater Pump Station Upgrade Protect 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 r PRICE//yI• 00 ) //�� OctMOUNT ,'q 15 11-00 Structural-Pump Station Modifications 1 1 14)1M) 1 l CP/0r(90 Lump Sum Per Lump Sum (X 1 L coo 16 15-00 Mechanical 1 3LI S • a. *' 3 4 I- o 00 Lump Sum KK Per Lump Sum r�nn 17 16-00 Electrical 1 t' atom a (00 .(7 Q' Lump Sum Per Lump Sum� 18 17-00 Automatic Control 1 a7 5 OA)ct * a-16 Gkx ©d Lump Sum Per Lump Sum Subtotal 111, C .4el5 10.5%Sales Tax t, '7 . . `s T 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 ,N r 0` 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. Road Construction Northwest, Inc. [Business Name] [Signature of Authorized Official] Matthew G. Wagester [Printed Name] President [Title] 4-29-26 Everett WA [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: If awarded the contract. Road Construction Northwest, Inc. will contract with the following subcontractors for the performance of heating,ventilation and air conditioning, plumbing, electrical(including automatic controls)work, structural steel installation, and rebar installation: The following list of subcontracts is due with the bid. Errors identified by the contracting agency in the proof of license information must be corrected by the bidder within 48 hours of bid submission. Category of Work Heating,Ventilation&Air Conditioning(HVAC) Not Applicable Subcontractors Name Hawk Mechanical Contractors, Inc. Self-Performed D Address 17220 W Main St. Monroe, WA 98272 (360) 794-8783 Subcontractor's WA License HAWKMCC1044PD Phone No. No. Bid Item Numbers Description of Work Approved CLB 4-2-26 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable IK Subcontractors Name Hawk Mechanical Contractors, Inc. Self-Performed ❑ Address 17220 W Main St. Monroe, WA 98272 Phone No. Subcontractor's WA License ;360)794-8783 No. HAWKMMC768PB Bid Item Numbers Description of Work Category of Work Electrical(per RCW 19.28) Not Applicable ❑ Subcontractors Name Service Electric Co Inc Self-Performed El Address Phone No. , Subcontractor's WA License SERVIEC805RM (360) 568-6966 f No. Bid Item Numbers 17, 18 Description of Work Electrical work for Pump Station Category of Work Structural Steel Not Applicable Li Subcontractors Name Self-Performed kJ Address Subcontractor's WA License Phone No. No. Bid Item Numbers Description of Work Category of Work Rebar Installation Not Applicable ❑ Subcontractors Name Zemek Construction Company LLC Self-Performed ❑ Address 21209 212 Ave SE Maple Valley, WA 98038 Subcontractor's WA License ZEMEKCC8936R Phone No. (206) 790-2448 No. Bid Item Numbers 14 Description of Work Installation of reinforcing bar Category of Work Not Applicable El Subcontractors Name Self-Performed El 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 GkTY PUMP STATION UPGRADE PROJECTAimk- +INF+ CAG-26-069 SWP-27-3963 'fitk ro`' 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. Road Construction Northwest, Inc. Bidder's Business Name Signature of orized Official* Matthew G. Wagester Printed Name President Title 4-29-26 Everett WA Date City State Check One: Sole Proprietorship E Partnership ❑ Joint Venture ❑ Corporation ® LLC State of Incorporation, or if not a corporation, State where business entity was formed: WA If a co-partnership, give firm name under which business is transacted: *If a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign).If a co-partnership,proposal must be executed by a partner. Rainier Ave S Stormwater Pump Station Upgrade Project 111.6-Certification of Compliance with Wage Payments Statutes SWP-27-3963 Page 1 of 1 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER 0" °A. PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 ta-to DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION Name on Registration: RCNW Registration Number: 895,521-03 Expiration Date: 12-31-26 NOTE: A copy of the certificate will be requested as part of contract execution when project is awarded. Rainier Ave S Stormwater Pump Station Upgrade Project 111.7-DOLI Certificate of Registration SWP-27-3963 Page 1 of 1 2026 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE S STORMWATER G'r o� PUMP STATION UPGRADE PROJECT + CAG-26-069 SWP-27-3963 RF NT a+ 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. Road Construction Northwest, Inc. [Signature thorized Official]* [Business Name] Matthew G. Wagester P.O. Box 2228 (Printed Name] [Address Line 1] President Renton, WA 98056 [Title] [Address Line 2] 4-29-26 Matthew G. Wagester, President [Date] [Contact Name] 425 254-9.999 [Telephone Number] matt(a�rcnw.com [Email] The address, contact name,phone number,and email listed above will be used for all communications regarding this proposal. *NOTE: Evidence of the signator ry authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid and the signature must be notarized. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. Type of business entity (e.g. corporation, partnership, etc.): Corporation State of Incorporation, or State where business entity was formed: WA 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 # RCNW*CN978L6 UBI # 602 286 010 Industrial Insurance Account# 895,521-03 Employment Security Department# 000-225492-00-1 State Excise Tax Registration # 602 286 010 If business is a CORPORATION, please complete this section: Name of President of Corporation Matthew G. Wagester Name of Secretary of Corporation Trisha Duncan Corporation Organized under the laws of WA With Main Office in State of Washington 5851 NE 4th St, Renton, WA 98059 If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section: Name: Title (Partner, Member, Manager): The Surety Company which will furnish the required Contract Bond is Propel Insurance 1201 Pacific Ave Suite 1000 [Surety] [Address Line 1] (800) 499-0933 Tacoma, WA 98402 [Telephone Number] [Address Line 2] Rainier Ave S Storm water 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 WA ) County of King ) Subscribed and sworn to before me on this 29th day of April , 20 26 . 2 ```� BOO �', [S; ature of Notary Public in and for the State of .�cG s' / Washington] S \....s10N Fj��s 4 J ,IPfi' S V i92974 [Printed Name of Notary Public] A _ 2_ 7 allh\\\\.•``` lSIgOF yi5`% 4. My commission expires: 3-3 1 —c�9 �011„,„, ,,,, [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 t y ti i, f t�1 Road Construction Northwest, Inc. PO Box 2228 Renton, Washington 98056 (425) 254-9999 (425) 254-1334 fax April 29, 2026 To: Jason A. Seth. MMC, City Clerk City of Renton Project: Rainier Ave Stormwater Pump Station Upgrade Project SWP-27-3963/CAG-26-069 RE: Evidence of Signatory's Authority To Sign Proposal To Whom it May Concern: This letter is to confirm that Matthew G. Wagester is President and Secretary of Road Construction Northwest, Inc. and he is authorized to sign any and all bid and contract documents on behalf of the Company. If you have any questions or comments regarding this letter, please feel free to contact me at your earliest convenience. Sincerely, Matthew G. Wagester President& Secretary NOTARY On this aqt' day of kr;1 ,202$the undersigned,a Notary Public in the State of Washington,duly commissioned and sworn,personally appeared!'tw}I 1/4 "' h/ �'%i"cto me known to be the individual described herein and who executed the instrument herein,and acknowledge that he signed the same as a free and voluntary act and deed, for the uses and purposes herein mentioned,and on oath statedrthat he was authorized to execute said instrument. WITNESS MY HAND AND OFFICIAL SEAL this Xit"day of dell , 2023'42 V7�,BOOS&I/4, ✓ • ON"t►ttt 3. oSAns NN ARY PUBLIC in the State of Washington v9297 '�' Commission Expires: g--3 I-- i 14U8N> ' O i /�i'1:$OF 114.0\`�� RAINIER AVE S STORMWATER t " PUMP STATION UPGRADE PROJECT tit CAG-26-069 SWP-27-3963 �4 NI 0 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS,That we, [Bidder] Road Construction Northwest, Inc. of [address] PO Box 2228, Renton, WA 98056 as Principal, and [Surety] The Gray Casualty & Surety Company a corporation organized and existing under the laws of the State of Louisiana 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 CAG-26-069 1 a. y+ ""ss. - �yy�ry//44(i�/11p1�� S4'l a�s K n ; K a - ._-... -�£+.£i"�.;�Y„ . rRIIR�.IP�.I".tt �s'�+k.'. ,...... r -:.-....�r H` Y_1.... n, \\\\111111lII I!!!�'' Road Construction Northwest, action /y ''' The Gray Casualty & Surety Company [Principal] �h�'., [Surety] m '" 1, or,. SEAL `7?[Signature of uthorized Of#i@rra1� [Signature of Authorized Official] �,� 2003 • 11' o�`o'' SEAL ' Matthew'GSWagester Charla M. Boadlef 1 [Printed Name] President [Printed Name] •'''''' Attorney-in-Fact [Title] [Title] April 23, 2026 April 23, 2026 [Date] [Date] Name and address of local office of Propel Insurance Agent and/or Surety Company: 601 Union St. Suite 3400 Seattle, WA 98101 Telephone: 206-676-4200 Surety WAOIC# 501651 Surety NAIC# 10671 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 0 • • • r :1rr' • Propel Insurance ' 12/29/2025 07:55 5095200023884 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY& SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: Bid Bond Principal: Road Construction Northwest, Inc. Project:Rainier Ave S Stormwater Pump Station Upgrade Project KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Travis J.Robles,Julie A.Craker,Carley Espiritu,Jamie L.Marques,Aliceon A.Keltner,Justin Dean Price,Tamara A. Ringeisen,Amelia G.Burrill,Alexa Manley,Christopher Kinyon,Lori J.Kelly,Wesley V.Dasher,Sarah Whitaker,Sherri W.Hill, Annelies M.Richie,Holli Lagerquist,Lois F.Weathers,Katharine J.Snider,Charla M.Boadle,and Lindsey Elaine Jorgensen of Tacoma, Washington jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty& Surety Company at meetings duly called and held on the 26th day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto r�ifi„iiithriarts to be signed by their authorized officers this 4th day of November,2022. \i01144,0 J�x,Zv 4 g& >f V Vr A, 1 iLB\: ...ft SEAL ''‘,, r - Michael T.Gray �r `� "• • Cullen S.Piske * President President State of Louisiana The Gray Insurance Company The Gray Casualty&Surety Company ss: Parish of Jefferson On this 4th day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. 6,t.ikfiitil„4 Q kll OWCam,Leigh Anne Henican s�` -.s Notary Public 01r'' 1' ' Notary ID No.92653 Leigh Anne Henican 71 Orleans Parish,Louisiana Notary Public,Parish of Orleans State of Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the �seals of the Company this day of , . 4440-p04^A* I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company;do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full-force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 23rd day of April , 2Q26 - .-d • iv,v,_> AAAA k. fAivi. (mA-- 013E .7 4 r E y.e * * 41. • • A • , / Y v J 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 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 Signature: _Okk, Title: Matthew G. Wagester, President Company: Road Construction Northwest, Inc. Date: 4-29-26 Addendum No.1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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-pm-oh-Artrit-23- 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 80 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.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ikh Public Works Department Generator shall meet the following requirements: 1. Standby rating-66 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. AddendurriNo2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal • 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.2' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal a '-p,t•e 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 and attach the signed Ad_d_endum No.2 to the Formal Bid Proposal Signature: Title: Matthew G. Wagester, President Company: Road Construction Northwest, Inc. Date: 4-29-26 Addendum Vie 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal i11 'C'fti-roP Public Works Department Addendum No.21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RAINIER AVE 5 STORM WATER PUMP STATION UPGRADE PROJECT • ice: CAG-26-069 SWP-27-3963 ., ; 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, 2Q2b, 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=UEY4byVbJPDpfBKIGWfuPN5stalmmq.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