Loading...
HomeMy WebLinkAboutWestern United Civil Group, LLC. CONTRACTOR Western United Civil Group LLC PO Box 236 ADDRESS Yacolt, WA 98675 WESTEUC798PR STATE CONTRACTOR LICENSE # GIN OF BENTON 0\r\oi`, 2 2026 1� APR Cy\N j n REGENEo TO: C l T `� D F ZtiviciA! VA-- '4'00 57— �055 50 'H bade �ay PROJECT: Qu i✓i r✓' v' s S drM t P p sla+,dl✓ (4pg fa ott. P^dJeci— BID DATE: 29- 2.6 TIME: 12:0O M. 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. 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. Ell Proposal Cover Page—The form included in these Bid Documents must be used; no substitute will be accepted. 3. ❑ Schedule of Prices—The forms) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. 4. ' Combined Affidavit and Certificate Form (Non-Collusion, Anti-Trust Claims, Minimum Wage) — The form included in these Bid Documents must be used; no substitute will be accepted. 5. ❑ Subcontractor List-The form included in these Bid Documents must be used; no substitute will be accepted.ce 6. V 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 Docu ents must be used; no substitute will be accepted. 8. Proposal Signature Page—The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and n-responsive and the Bid may be rejected. / 9. Proposal Bid Bond to the City of Renton —The form included in these Bid Documents must.be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Verify Bid Proposal Deposit is at least 5 percent of the total amount of bid including sales tax. Rainier Ave S 5tormwater Pump Station Upgrade Project 11.1-Information and Checklist for Bidders SWP-27-3963 Page 4 of 5 2026 CAG-26-069 Contract Agreement Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. 1. ❑ 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 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT • CAG-26-069 '" SWP-27-3963 INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: Information for Bidders 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Prevailing Wages. This project has does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The Prevailing Wages in effect at time of Advertisement are provided in Appendix B. The Bidder is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. b. Trench Excavation Safety Systems. As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. c. Traffic Control, Hours of Work and Street Closure. This project is located on Rainier Ave S just south of the rail underpass in downtown Renton. The site is surrounded by businesses. Due to the proximity of the project site to the residences, night work will not be allowed. Refer to Special Provision Section 1-08.0(2) for requirements and restrictions regarding hours of work. No road closure (greater than 24-hours) is anticipated for portions of the Work and will not be allowed. For construction under traffic, refer to Section 1-07.23(1) and for temporary traffic control refer to Section 1-10. d. Pollution Control Requirements.Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, Rainier Ave S Stormwater Pump Station Upgrade Project 11.1 Information and Checklist for E3ldders SWP-27-3963 Page 1 of 5 2026 CAG-26-069 damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation Ill regarding removal and encapsulation of asbestos materials. e. Standard Specifications. All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2025 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents,shall request the explanation or interpretation in writing by the close of business five(5)business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. The City will not be responsible for other explanations or interpretations of the bid documents. 3. If a bidder has any questions regarding the project, the bidder may either: • Submit questions in writing to Renton City Hall — Utility Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Casey Jeszeck, or • Submit questions via e-mail to: cieszeck@rentonwa.gov. Put "Bid Questions— PROJECT NAME" in the subject line. No other type of inquiry will be accepted. Questions received less than five (5) business days prior to the date of sealed bid submittal may not be answered.The City will not be responsible for other explanations or interpretations of the bid documents. 4. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 5. Basis For Approval. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Rainier Ave S Stormwater Pump Station Upgrade Project 11.1-Information and Checklist for Bidders SWP-27-3963 Page 2 of 5 2026 CAG-26-069 Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. A Bid Proposal Deposit (certified check or satisfactory bid bond) made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5%of the total amount of the bid shall accompany each Bid Proposal, Bid Proposal Deposits will be returned to unsuccessful bidders immediately following the decision as to award of contract. The Bid Proposal Deposit of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the Bid Proposal Deposit shall be forfeited to the City of Renton as liquidated damage for such failure. 8. Payment for this work will be made in check or electronic transfers. 9. The work to be done is shown in the plans and /or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 10. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 11. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 12. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 13. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage) as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". 14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project as identified within Section 1-08.3 "Progress Schedule". 15. Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 16. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 17. Liquidated damages will be enforced in accordance with Section 1-08.9"Liquidated Damages". 18. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. Checklists for Bidder Rainier Ave S Stormwater Pump Station Upgrade Project 11.1.Information and Checklist for Bidders SWP-27-3963 Page 3 of 5 2026 CAG-26-069 Project Proposal Bid Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time that bids are due. The following forms and documents shall be submitted with the bid. 0. ❑ Project Proposal Bid Summary - The form included in these Bid Documents must be used; no substitute will be accepted. 1. ❑ 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. ❑ Schedule of Prices—The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. 4. ❑ Combined Affidavit and Certificate Form (Non-Collusion, Anti-Trust Claims, Minimum Wage) — The form included in these Bid Documents must be used; no substitute will be accepted. 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. ❑ 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 small be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. 9. El Proposal Bid Bond to the City of Renton — The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Verify Bid Proposal Deposit is at least 5 percent of the total amount of bid including sales tax. Rainier Ave S Stormwater Pump Station Upgrade Project 11.1-Information and Checklist for Bidders SWP-27-3963 Page 4 of 5 2026 CAG-26-069 Contract Agreement Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. 1. ❑ 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. LI 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 V IVIi IIty 'vial.? - LUI I ICLL Mile +7 Cll IU VV IIIIQ1115 ite ‘7 VircliC1 n11 1;41 s D, +rift} Drninrf 1\)1 ; .ak slirJ1 1 � fJ tJf11cIf1t ; r !111SY "` ; ._ , .fc i 11 J u !I II y 1.---)C1 „, r L.;r w P., ..9ii rJf1 , r Y 0 -TL ,cthiIJ • ,,,,,t.,4H l .7if1 S .....„,,c Notes Legend City and County Labels City and County Boundary EjRenton 0 t I <all other values> 4,093 0 2,046 4,093 Feet W GS_1984_Web_Mercator_Auxiliary_Sphere ` T.Solly This riaa s a Lser ye-ereled s a rn;lput='uri an Inter,el naap:;in bile aid City of on,--,,,..A tsolly�Rentonwa.gov ;s for reference only Data?ayers that apcear on this map may Or may not oe accurate.current or otherwise reliable. Finance&IT Division 3/772024 THIS MAP IS NOT TO BE USED FOR NAVIGATION �........,i...] 4... n„41 A..,-., c...,1-. .,.... ..F rail r.,.. V., .,.,. 4,.,.,,.1:�:...,., 'n.«,.,...,....+ ...... ........ 1.....,.. ....,., _ T1,.,...... IT...--4 .. C..-,l r r CD �� .. .� .,. I _ ...� ,:,.. .. , 'i'.;,:f-. ;.:. ,.°.% . ,':-. 11 ' '. - 4. . - ' . - /\ t !' \ MP Phi , ,.a ^``NS,, t ; 4 pry 4 �i � �+'r^ �i yy&& y _ :::----. 1 1 711110 t .- IIt TIC, 3 — -� �. 31, 1,1.4., " - '- ' S 6th St"' " S 6th St ;..... ...,.t.,i"., a.,:-:*-;-11;;.''''.: ',I? I 4011 r 4�' w } -7 ' LI _. _: ''LL: 1- _ ,:;_i.x'1 i i'L.'Y` r''!'k' wy ii'_ j t,!'' Aril'4,:e"1 it T , I -' I I._.�' ", ' .F 4 �� 'r� ON .. S 7th St es Vi je 5 ,, a sr ,-. ... All data,information,and maps are provides Legend is'without warranty or any representation of accuracy,timeliness of completeness.The burden fordetermirong accuracy,completeness, City and County Labels timeliness.merchantability and fitness for or the ❑ appropriateness for use rests solely on the user Parcels City and County Boundary ( I (� Renton 0 100 200 Feet (lb, I❑, <all other values> 2023.sid WGSfl1954Uwebev'el., ,.,Il-.....n:: QII Red' Banc01 Notes ■ Green Banxf2 ■ Blue: Band03 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 408 5 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7 th day of March 2011 . CITY f.RENTON RENTON CITY COUNCIL Denis Law, Mayor until Pr4sident Attest: Bonnie 1. Walton, City Clerk - = , g 1. Summary of Fair Practices Policy A �7C 5ti �Q� 1///Ii11IiiAtlitll'11�1V11���• CITY OF RENTON SUMMARY OF AMERICANS WITH DISABILITIRX ACT POLICY ADOPTED BY RESOLUTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommndatr the disability. This policy chill be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It chill be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote :ins to services, activities and programs for people with disabilities. Copies of this policy chill be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor ouncil President Attest: City Clerk 2. Summary of Americans with Disability Act Policy . . . . ., . --, _r ..r r _ _ ._'___ n_-Ad id___ w____�..—- .._.. ...... L....... ....... Tl......... t,....4 F.. 0..�7 \t Y o� r •� + + 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: Western United Civil Group LLC Address: P.O. Box 236 Yacolt, WA 98675 Telephone Number: 360-309-7114 Email Address: josiah@westernucg.com Total Bid Amount: $1 ,806,017.53 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT 4 'MI Jr CAG-26-069 ','► SWP-27-3963 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt 1 04/13/2026 2 04/13/2026 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. Western United Civil Group LLC x...[Busines Fame] [ nature of Authorized Official] Josiah Thomas [Printed Name] Owner [Title) 4/29/2026 Yacolt WA [Date] [City] [State] Rainier Ave S Stormwater Pump Station Upgrade Project fll.1—Acknowledgment of Receipt of Addenda SWP-27-3963 Page 1 of 1 2026 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT • CAG-26-069 SWP-27-3963 PROPOSAL PAGE TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one) ►i1 bid bond, or ID cashier's check (made payable to the City of Renton), or El 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 ,x! 4 . 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. ITEM WITH UNIT PRICED BID APPROX. UNIT TOTAL NO. SECTION QUANTITY PRICE AMOUNT BID SCHEDULE 1 1-04 Mobilization&Demobilization 1 $175,000.00 $175,000.00 Lump Sum Per Lump Sum 2 1-07 Temporary Sedimentation and Erosion $5,000.00 1 Control $5,000.00 Lump Sum Per Lump Sum 3 2-09 Excavation Safety and Shoring 1 $160,000.00 $160,000.00 Lump Sum Per Lump Sum 4 1-05 Unscheduled Excavation 20 $311.00 $6,220.00 Ton Per Ton 5 1-04 Minor Changes 1 $50,000.00 $50,000 Est Per Est 6 2-00 Site Work 1 $38,000.00 $38,000.00 Lump Sum Per Lump Sum 7 1-10 Traffic Control 1 $58,000.00 $58,000.00 Lump Sum Per Lump Sum 8 8-14 Sidewalk 130 $65.00 $8,450.00 Sq.Foot Per Sq.Foot 9 8-04 Curb and Gutter 20 $288.00 $5,760.00 Linear Foot Per Linear Foot 10 2-30 Fence Removal and Restoration 100 $175.00 $17,500.00 Linear Foot Per Linear Foot 11 7-15 Gas Line Excavation and Backfill 80 $445.00 $35,600.00 Linear Foot Per Linear Foot 12 1-04 Temporary Restoration 50 $175.00 $8,750.00 Linear Foot Per Linear Foot 13 5-04 Asphalt Plane and Overlay 25 $445.00 $11,125.00 Sq.Yard Per Sq.Yard 14 6-11 Structural-Retaining Wall and Fill 1 $175,000.00 $175,000.00 Lump Sum Per Lump Sum Rainier Ave S Stmrwater Pump Station Upgrade Project 111.3-Schedule of Prices SWP-27.3963 Page 1 of 2 2026 CAG-26-069 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM SPEC. APPROX. UNIT TOTAL ITEM WITH UNIT PRICED BID NO. SECTION QUANTITY PRICE AMOUNT 15 11-00 Structural-Pump Station Modifications 1 $60,000.00 $60,000.00 Lump Sum Per Lump Sum 16 15-00 Mechanical 1 $330,000.00 $330,000.00 Lump Sum Per Lump Sum 17 16-00 Electrical 1 $250,000.00 $250,000.00 Lump Sum Per Lump Sum 18 17-00 Automatic Control 1 $240,000.00 $240,000.00 Lump Sum Per Lump Sum $1,634,405.00 Subtotal $171,612.53 10.5%Sales Tax $1,806,017.53 Bid Total Rainier Ave 5 Stormwater Pump Station Upgrade Project 111.3-Schedule of Prices SWP-27-3963 Page 2 of 2 2026 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT • CAG-26-069 '9 SWP-27-3963 COMBINED AFFIDAVIT & CERTIFICATE FORM NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further,that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore,vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I certify (or declare) under penalty of perjury under the laws of the State of Washington that the I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Western United Civil Group LLC [Business me] [Si,/ature of Authorized Official] Josiah Thomas [Printed Name] Owner [Title] 4/29/2026 Yacolt 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 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,wilt 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 Western United Civil Group LLC will contract with the following subcontractors for the performance of heating,ventilation and air conditioning, plumbing, electrical(including automatic controls)work, structural steel installation,and rebar installation: The following list of subcontracts is due with the bid. Errors identified by the contracting agency in the proof of license information must be corrected by the bidder within 48 hours of bid submission. Category of Work Heating,Ventilation&Air Conditioning(HVAC) Not Applicable 0 Subcontractors Name Diversified Mechanical Solutions LLC- DIVERMS757JH Self-Performed 0 Address 1425 Alabama Street Unit L LONGVIEW,WA 98632 Subcontractor's WA License DIVERMS757JH Phone No. No. Bid Item Numbers Description of Work Approved CLB 4-2-26 SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing(per RCW 18.106) Not Applicable 0 Subcontractors Name Vatten Plumbing LLC-VATTEPL779D8 Self-Performed 0 Address 251 SHIPVIEW RD KALAMA,WA 98625 Phone No. Subcontractor's WA License VATTEPL779D8 No. Bid Item Numbers Description of Work Category of Work Electrical(per RCW 19.28) Not Applicable ❑ Subcontractors Name Cascade Electrical LLC Self-Performed 0 Address 1100 SE 23rd Wy, Battle Ground,WA 98604 Phone No. Subcontractor's WA License (360)687-1668 No. CASCAEL972KM Bid Item Numbers 17,18 Description of Work Electrical and panel work Category of Work Structural Steel Not Applicable 0 Subcontractors Name Western United Civil Group LLC Self-Performed 0 Address P.O. Box 236 Yacolt,WA 98675 Subcontractor's WA License Phone No. No. WESTEUC798PR Bid Item Numbers Description of Work Category of Work Rebar Installation Not Applicable 0 Subcontractors Name Western United Civil Group LLC Self-Performed ❑✓ Address P.O. Box 236 Yacolt,WA 98675 Subcontractor's WA License WESTEUC798PR Phone No. No. Bid Item Numbers Description of Work Category of Work Not Applicable 0 Subcontractors Name Self-Performed 0 Address Subcontractor's WA License Phone No. No. Bid Item Numbers Description of Work 2 Approved CLB 4-2-2 RAINIER AVE 5 STORMWATER PUMP STATION UPGRADE PROJECT t 2:r„ CAG-26-069 'a SWP-27-3963 CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Western United Civil Group LLC Bidder' usines Name gnat re of Authorized Official* Josiah Thomas Printed Name Owner Title 4/29/2026 Yacolt WA Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture 0 Corporation ❑ LLC ❑✓ State of Incorporation, or if not a corporation, State where business entity was formed: Washington If a co-partnership, give firm name under which business is transacted: *If a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign).If a co-partnership,proposal must be executed by a partner. Rainier Ave S Stormwater Pump Station Upgrade Project 111.6-Certification of Compliance with Wage Payments Statutes SWP-27-3963 Page 1 of 1 2026 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT • c" CAG-26-069 SWP-27-3963 DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION Name on Registration: Western United Civil Group LLC Registration Number: 603,499-00 Expiration Date: 11/02/2027 NOTE: A copy of the certificate will be requested as part of contract execution when project is awarded. Rainier Ave S Stormwater Pump Station Upgrade Project 111.7-DOLI Certificate of Registration SWP-27-3963 Page 1 of 1 2026 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 PROPOSAL SIGNATURE PAGE The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not included. Western United Civil Group LLC [Si ture of Authorized Official]` [Business Name] Josiah Thomas P.O. Box 236 Yacolt, WA 98675 [Printed Name] [Address Line 1] Owner [Title] [Address Line 2] 04/29/2026 Josiah Thomas [Date] [Contact Name] 360-309-7114 [Telephone Number] josiah@westernucg.com [Email] The address, contact name,phone number, and email listed above will be used for all communications regarding this proposal. *NOTE: Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid and the signature must be notarized. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. Type of business entity (e.g. corporation, partnership, etc.): Limited Liability Corporation State of Incorporation, or State where business entity was formed: Washington Rainier Ave S Stormwater Pump Station Upgrade Project 111.8-Proposal Signature Page SWP-27-3963 Page 1 of 3 2026 CAG-26-069 WA State Contractor's Registration # WESTEUC798PR UBI # 604-721-623 Industrial Insurance Account # 603,499-00 Employment Security Department # 000-355630-00-6 State Excise Tax Registration # 604-721-623 If business is a CORPORATION, please complete this section: Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section: Name: Title (Partner, Member, Manager): The Surety Company which will furnish the required Contract Bond is Markel Insurance Company 4521 Highwoods Parkway, Glen Allen, VA 23060 [Surety] [Address Line 1] (800) 416-4364 [Telephone Number] [Address Line 2] Rainier Ave S Stormwater Pump Station Upgrade Project 111.8-Proposal Signature Page SWP-27-3963 Page 2 of 3 2026 CAG-26-069 STATE OF Washington County of Clark Subscribed and sworn to before me on this 2941 day of P/^; I , 2024 . ''N1N11N11p,,, ,00' s JOHNS�I [Signature of Not Public in and for the State of ��:•''s�ON fxp•• Washington] ° NpTARY � \ ae k�S�tG.ti cl4hhS6 ���, � r[Printed Name of Notary Public] (pc Nh •' •a OF w ,...qu.N..NM`` My commission expires: ( t o [Date] [Stamp] Rainier Ave S Stormwater Pump Station Upgrade Project 111.8-Proposal Signature Page SWP-27-3963 Page 3 of 3 2026 RAINIER AVE S STORMWATER jY aA, PUMP STATION UPGRADE PROJECT + + CAG-26-069 SWP-27-3963 k-N-ro� PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] Western United Civil Group, LLC of [address] PO Box 236. Yacolt. WA 98675 as Principal, and [Surety] Markel Insurance Company 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 15th 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 PRINCIPAL SURETY Western United Civil Group, LLC Markel Insurance Company [Principa [Surety] gnature of Authorized Official] [S' ature of Authorized Official] Jo 5 r N I 7-1100 a y Jessi Wimer [Printed Name] [Printed Name] 6 v./4/ r Attorney-In-Fact [Title] [Title] 9 -2 r-24 April 15, 2026 [Date] [Date] Name and address of local office of Anchor Insurance& Surety, Inc. Agent and/or Surety Company: PO Box 2808 Portland, OR 97208 Telephone: 503-224-2500 Surety WAOIC# 45773 Surety NAIC# 38970 \\llli ,, :- •O M1. , �.' 7. _. �• iJ: -ramgip,,. C-')' v' I: ,t //„ ,\l ,.\\\ f t f l k 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 A " x ..;,,,,t;.,w, - - .--' • . .-. ',-..,-1 .,-r1..t...-•-:';'','"V-", ' . -"; i• .-_•';'•:•4_...A.r•.'-_'-it,--.A.-.0t' .iz--fi,-,• --,, ,,•-,,, ,,,. ..,,,,.::.- A.:1-'r:-. ,. 4„44,c• -,,,i.34--4,-'44& --,. „..-,-..-.•-.: ••,,5...,•, . '',▪ - 5 • • 5sF' s;� �t _ `A..Y .-: :,.. �y�� • 4 a ..°2 ',�va-- .a.�- .r.. --:+f _ ,-; "° eu t i ..�" 4tir ,,j , - #r A . v �, . .- ry - T ,- 1.1; 7 w▪ -fi,:," _"Cif �`�rc r"'F .1' y ` 1 ', •}r 'i ,a. e d^ a r he h}- 4 >• "- T : '.i • • e ', • - A. - •pia $, , 4. -, h h3 ,v .1+fi!r ,Y.;-� "`' .i ti -a 8-` -f l aa�!' r "� _, _ t }. at, "▪ >" .. .'i 0,-. :,� 21-5,. • v 71 i" •_ . - • x � :. -'' F t ,.a' rde " f* t ''.1,7 _ ,fi '4 45, t Y - L < t- ", ,-`w +- • a. - 7 N. F4 , 4 3 • • p£ - : ' . f14 i -rigi" i x *_ 3 ' : " ' z-y k '' • Z. ' !r I .# a { 2 R �.. .Y^ • q r f _ ' � - .. { fil "t t •,Jk,:r _ , ~ q� a • , .f, 'ti • -', 't ° - y {- r'iY ,. r t , - • iv • s+ d r ra , ySv a , v � i .sc'+ � � � -YI S•�.� fly' Y�� .K -•�y,�s fi 4 e?.. '�� �iY� N 1 - _._^+ � .' I ':S-'d + k-'I n � _ �.I '&'' _ F k 4 �; - 5 ri " ` d '- 'f< - '�.�aF,^• �y3 bra 5 i -It • ': y { , _ ii� i`„r }� -,1i -,'4, - : .y t '.P m A 'F+L', Y'(`n" .r,. �r r ,k'- r'r L . + r ay •. ,:-..-44 •''. r .ill 3 d"'�.' - • ''• , u ' x*�s' T' a i ? ;-"'.'. "--' Sys ,,3 :• -�, j n , pieep yya 0 ,." , _„yp€ � _,k..c 7 �,,.' 4k` ,'5 "� 7 v.Y �.+ It . `� . F Z fit,4 - T_ _ f' . � -"� fie _,,.yW •,ii` " . Y — ,I "G' r•� -' " - x '*';', ,y.r. x„R,v �', � yr�t .s r 4 � - rl. yit: �f - - F '. °mil 'iri } ' - c t • 1,,,,,--,11-:*,iT„4 ,- e. _..� +f� 7�* "_1? ul,�., �'r. - .+ ,`f. W r. - { • • i -• iv.. ,F 6• ; • �i : _ ..n Y. by _ `- - r . , • `� mil✓. ^.. ,+.��. e"- i +y� :t y x• 4' -_u L�`''fe • r v .�. a • S .� • i�. �: d Pti • ' /e ftf '/' �� • . . k {� - ,= w t-4^ .W' , - I:; ,, .. i 1• .far,.; a� 'Q` ., 4 4▪ - r - 44 S ,� ' n. r: • i w s a ' tr 3 ti 05 e i` 4 • fi • use F *; r «=1 ,,;1...•i,..." �v,, ' . r- } 5 s }L�,7'L __ - ' ~' nr �G sF wr' :*f r+,M{a " '"� "1 o .:x'k 4 may.°S s, y x,.,, ry% _ e. ••••• i 'A'< p,y� "' t'.,f' f xk'. € I� fit' .�s ,. 1% " POA# 3710009 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris,Texas and Markel Insurance Company(the"Company"),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: Brent Olson,Gloria Bruning,Vicki Mather,Joel Dietzman,Andrew Choruby,Casey Geske,Richard Kowalski,Sterling Drew Roddan, Justin Cumnock,Christopher A.Reburn,Leticia Romano,Chloe Lyons,Philip O.Forker,Patrick Dooney,Ashlee Pingree,Jessi Wimer Their true and lawful agent(s)and attorneys)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 1st day of October , 2024 SureTec Insurance Company (...).„,. ,,,,, i!",,,,, Markel Ip'syfrance C rpany Xo `.� aPoR;e to \c,.. rg 5.1 SE •AL _ v i B Michael C.Keimig,President %,,� • ���•• Undey Jennings, ice President �' *� ',nnnnss V State of Texas County of Harris: On this 1st day of October , 2024 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES,to me personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. `,,,,It 1111,,,/' IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Offic k\SeadAtke/61-5y6f4larris,the day and year first above written. 2 ten•. �'ir."- By: a 1\ ? ' Chelsea Turner,Notary Public 4/p,OF,,, - My commission expires 7/6/2028 We,the undersigned Officers of SureTec Insurance Company and Markel In4y � d 141,brertify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has r(eipeeeWt . ,%•' •'oritlr,,,, IN WITNESS WHEREOF,we have hereunto set our hands,and affixed thg•rS�pts)gfsaid Companies,on the 15th day of April 2026 . SureTec Insurance Company y� •� �• Q r;` Markel Insurance Company i ---CC-,... / `ems BY. 5 • Y:; By: _! M.Bren Beaty,Assistant Secretary �, /1;.'•�,.(.)j'1�`•' , idrew Marquis,Assistant' ecretary / II Any Instrument Issued in excess of the penalty stated above is totally void and w thoJt)aWalidity. 3710009 For verification of the authority of this Power you may call(713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. ,� A r ';It - i -fit -i 4 d [ �,.fits �+ t aq ..s* r tr r' ^"to y ' ,j a If ^-}r, } }tea '=l' r aa�"w`n{' i� '• - n - , - ., etr.ak. • e-a 04. �•q ? t` 'S,z�:t• •t, _ 1. __ k,•, # r -'S1 _ Y' T�k • ' tl i t•ifi " ,' 'i t dr' ,�1' Ak . i"'Ik ': R y 1k` u ,� '� • i•_Yd ,, tom^'x" 'y "'�r G t- x. '� �.� 'F tR' 4 - ,,^_ri } ,, , •}b •-• 'mot Xnru >-' -il . + + ° fla '; '"oErn t",.,"Y ,`t c" ,. _ 4 w : ' A, -- bJ f R'i" i _ ite "x. tsNv:; i its rv' S.: �,,.., 4 -'S-' ( .�? n t. �y� ? mot. • a • f ° _ z' , ` r _ n• a1. `fit 'f Y :.; r `A _ 14 �p t p{: 'n tL,• N FY$' '�' Sf' { d t•L Yis 3 F� u, yy7 f�y :r • - `fi Si+Q' ��< ">c+ : ';_` R +.. ,4 I .A ! P4 a ♦ a s .a, @ � -a "! r r�x • - 1W ya 1,a 4 t s,, :-aq 1 N i - y , • &, q v kaa • Yyb 11 c ' x ._ - M i•. - *y t 5t ,p„$sr w� Y. :: E '@ .r" Sp,. j 1cQxS - � ip 1 p 1 .x . • yin yL :; i a a � Vy � - 7 1` r'�� d. ..A �q 47 " fit �' Y - „� - �� . y ,2i,•' >7 H▪ * v R 1' Y �' .. j - i ' •F es.; ! /� 0 s� • a v ' i � Y_ ro • 'i fill! :t:a ttf £ :Y•t` T' tin ° "�$+ ,'` «• Ck'.. r®r3 i. .-: _..ram �.�:'iv411 ra..�.- .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(S01) Addendum No.l\ PR 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 7.''. Signature: Title: 6✓iv'ir- Company: Wiaerty (V redid- (.v.I bro,lLL C Date: 09-24-24 Addendum No.1\ 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: 1-21043--M-crn-Altrrit--2-372026 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 (ex le). • 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 GO 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\ (111) Public Works Department Generator shall meet the following requirements: 1. Standby rating—GO 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\ 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 Levet • 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.1, 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 Addendum No.2 to the Formal Bid Proposal Signature: Title: 0 k/NCI Company: Litc .«,✓ 1, /.( 17rdop Date: VI Addendum No 2'. Public Works Department Addendum No.2\