HomeMy WebLinkAbout23-102 - HCON, Inc - S 152nd Street Watermain Replacement and ExtensionCITY OF TUKWILA
23-102
Council Approval 5/22/23
C-1
AGREEMENT FORM
CONTRACT NO. 23-102
THIS AGREEMENT is made and entered into on this '..;(3 day of fll 20'2;3, by and
between the City of Tukwila, Washington ("Owner") and ft N . (,u Y -IA: A/I"C/
("Contractor"). Now, therefore the parties agree as follows:
1. Project Contractor shall complete all work and fumish all labor, tools, materials, and
equipment for the project entitled S 152ND STREET WATERMAIN REPLACEMENT & EXTENSION,
Project No. 916 401 03, including all changes to the Work and force account work, in accordance
with the Contract Documents, as described in Section 1-04.2 of the Supplemental General
Requirements.
2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account
as specified in the Proposal according to the Contract Documents as to time, manner, and condition
of payment. The payments to Contractor include the costs for all labor, tools, materials and
equipment for the Work.
3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The
Work under this Agreement shall be completed within the time specified in the Proposal. If the Work
under this Agreement is not completed within the time specified, as detailed in the Contract
Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision
costs to Owner as specified in the Proposal.
4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the
prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert
witness fees.
5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this
Agreement, except as expressly provided in this Agreement.
6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties,
each of which shall for all purposes be deemed an original.
CITY OF TUKWILA, WASHINGTON
(Owner) US
By: A19
CD 5 gned by:
om,. tOtiiri)
+kBaE€0 ,41.2Rnm
NC
(Cont
By:
Mayor 6/5/2023 1 5:44 PM Pio
ItTle:
Attest:
This 5th day of June , 2023
fl r sft1 O'FLaft, wf�
City`CTTitr°
Approved as to Form•
City y
Address for giving notices:
6200 Southcenter Blvd.
Tukwila, WA 98188
ctor)
A st:
his'Z' day of
h r 1i*
Pal
,202
ntractor's License No.
Address forgiving notices:
106 nu( 1-3i OGS`
p CU tkkp g i -;
S 152"D STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
C!TY OF TUKWILA
C-3
PAYMENT AND PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond No. LICX1210282
We HCON Incorporated , and Lexon Insurance Company
(Principal) (Surety)
a Texas corporation, and as a surety corporation authorized to become a surety upon
Bonds of Contractors with municipal corporations in Washington State, are jointly and severally
bound to the City of Tukwila, Washington ("Owner"), in the penal sum of
One Million Three Hundred Eighty-nine Thousand Seven Hundred and 88/100
Dollars (S 1,389,700.88 ), the payment of which sum. on demand, we bind
ourselves and our successors, heirs, administrators, executors, or personal representatives, as
the case may be. This payment and Performance Bond is provided to secure the performance
of Principal in connection with a contract dated June 5 , 2023, between
Principal and Owner for a project entitled S 152"D STREET WATERMAIN REPLACEMENT &
EXTENSION, Project No. 916 401 03 ("Contract"). The initial penal sum shall equal 100% of the
Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal.
NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only
upon the condition that Principal:
• Faithfully performs all provisions of the Contract and changes authorized by Owner in the
manner and within the time specified as may be extended under the Contract;
• Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men,
and all other persons or agents who supply labor, equipment, or materials to the Project;
• indemnifies and holds Owner, its officers, and agents harmless from and against all
claims. liabilities, causes of action, damages, and costs for such payments for labor,
equipment, and materials by satisfying all claims and demands incurred under the
Contract, and reimbursing and paying Owner all expenses that Owner may incur in
making good any default by Principal; and
• Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,
damages and costs, including property damages and personal injuries, resulting from any
defect appearing or developing in the material provided or workmanship performed under
the Contract,
The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by Owner in connection with the Project.
The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond.
No change.. extension of time, alteration, or addition to the terms of the Contract or to the Work
to be performed under the Contract shall in any way affect Surety's obligation on the Payment
and Performance Bond. Surety hereby waives notice of any change, extension of time,
alteration, or addition to the terms of the Contract or the Work, with the exception that Surety
shall be notified if the Contract time is extended by more than twenty percent (20%).
5152°iD STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
PAYMENT AND PERFORMANCE BOND
C-4
If any modification or change increases the total amount to be paid under the Contract, Surety's
obligation under this Payment and Performance Bond shall automatically increase in a like
amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of
the Payment and Performance Bond without the prior written consent of Surety.
This Payment and Performance Bond shall be governed and construed by the laws of the State
of Washington, and venue shall be in King County, Washington.
IN WITNESS WHEREOF. the parties have executed this instrument in two (2) identical
count- •a s s 19th day of May , 20 23 .
Authorized Official
Title
Name and address of local office of
Lexon Insurance Company
Surety
e
ignature of uttori4'eN Official
By Alyssa J. Lopez
Propel Insurance
Attorney in Fact
(Attach Power of Attorney)
agent and/or Surety Company: 601 Union Street, Suite 3400
Seattle, WA 98101
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
S 15274) STREET
WATERMAN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal
RELEASE OF RETAINAGE BOND OF CONTRACTOR
Bond No. EACX4010523
KNOW ALL MEN BY THESE PRESENTS: That we HCON Incorporated
(hereinafter called Principal), and Endurance Assurance Corporation a corporation
organized and doing business under and by virtue of the laws of the state of Delaware
and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds
or undertakings required and authorized by the State of Washington, (hereinafter called Surety),
as Surety, are held firmly bound unto City of Tukwila , (hereinafter
called Obligee) in the just and full sum of Sixty-four Thousand Fifty-one & 85/100
($64,051.85 ) plus 5% of any increases bi the contract amount that have occurred or may
occur, due to change orders, increases in the quantities or the addition of any new item of work
THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT, Whereas, the said Principal on
the day of entered into a written contract with the said
obligee for S 152nd Street Watermain Replacement & Extension, Project No. 916 401 03
which said contract is hereby referred to and made a part hereof by reference.
WHEREAS, Pursuant to Chapter 60.28 RCW, the above named Principal has requested release
of retained percentage earned or which may be earned under said contract, and,
WHEREAS, the obligee is willing to release retained percentage in advance of contract terms
relating to payment provided the principal shall file bond to indemnify the obligee for all loss,
cost or damages which the obligee may sustain by reason of payment of retainage to the
principal, which bond shall be subject to all claims and liens in the same manner and same
priority as apply to the retainage percentage released, or to be released,
NOW, THEREFORE, the condition of this obligation is such that if the principal shall indemnify
the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of
retained percentage to the principal then this obligation shall be null and void -unless otherwise to
remain i t 11 force and effect.
IN TNESS REOF, said principal and said Surety have caused these presents to be duly
signer and sealed c's 19th day of May , 2023
HCON 1 corporated
e Corporation
sa J. L,pez
Attomey-in-Fact
ll
- -;`�- _-`"5
Issued for Bid
CONTRACT PROVISIONS
FOR
S 152ND STREET WATERMAIN REPLACEMENT & EXTENSION
Project Number: 916 401 03
April 2023
Prepared for:
CITY OF TUKWILA
6200 Southcenter Boulevard
Tukwila, Washington 98188
Prepared by:
CONSULTANT
hc.
CONSULTA TS
BHC Consultants, LLC
1601 Fifth Ave. Suite 500
Seattle, WA 98101
(206) 505-3400
www.bhcconsultants.com
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
C/rf of TUKW/LA
INFORMATION FOR BIDDERS
S 152N0 STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
This page is intentionally left blank.
S 152ND STREET
WATERMAIN REPLACEMENT EL EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKW/LA
1-3
INFORMATION FOR BIDDERS
The following supplements the information in the Call for Bids:
1. Examination of Plans, Specifications, and Site
Before submitting the bid, the Contractor shall carefully examine each component of the Bid
Documents prepared for the Work and any other available supporting data so as to be
thoroughly familiar with all the requirements. However, the Owner or Consulting Engineer
will not assume responsibility for variations of subsoil quality or condition at locations other
than places shown and at the time investigation was made (if any). The availability of this
information shall not relieve the Bidder of the duty to examine the project site nor of any
other responsibility under the Contract.
The Bidder shall make an alert, heads -up, eyes -open reasonable examination of the project
site and conditions under which the Work is to be performed, including but not limited to:
current site topography, soil and moisture conditions; underground obstructions; the
obstacles and character of materials which may be encountered; traffic conditions; public
and private utilities; the availability and cost of labor; and available facilities for
transportation, handling, and storage of materials and equipment.
See Section 1-05.14 of the Special Provisions for identification of any other work that is to
be performed on or near the project site by others.
2. Property Issues — Permits, Easements, Licenses to Construct
All bidders shall base their bids upon full restoration of all property within the right-of-way
and easements, and wherever Bidder will have 'license to construct'. The easements and
license to construct documents that have been acquired are available for inspection and
review. The Bidder is advised to review the conditions of the permits, easements, and
licenses to construct, as they shall be required to comply with all conditions at no additional
cost to the Owner. All other permits, licenses, etc., shall be the responsibility of the Bidder.
The Bidder shall comply with the requirements of each.
3. Interpretation of Bid Documents
The Bidder shall promptly notify Owner of any discovered conflicts, ambiguities, or
discrepancies in or between, or omissions from the Bid Documents. Questions or comments
about these Bid Documents should be directed to the attention of: Adib Altallal, 6200
Southcenter Boulevard, Tukwila, WA 98188, phone (206) 240-0633.
Questions received less than two (2) days prior to the date of bid opening may not be
answered. Any interpretation or correction of the Bid Documents will be made only by
addendum, and a copy of such addendum will be posted on Builder's Exchange of
Washington and registered plan holders notified by email. The Owner will not be responsible
for any other explanations or interpretations of the Bid Documents. No oral interpretations
of any provision in the Bid Documents will be made to any Bidder.
It is the intent of the Owner to award the project to the lowest responsible BIDDER for the
total price bid.
4. Special Schedule Considerations/Sequencing of Work
Night work will be allowed with prior approval from the Owner.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
INFORMATION FOR BIDDERS
/-4
5. Wages
Washington State Prevailing Wage rates apply to this project. The Owner requires strict
adherence to, and will monitor compliance with, applicable wage rates. Weekly
Certified Payrolls are required. All Contractors are responsible for payment of prevailing
wages to all "workers employed directly upon the site of the work" under the contract. All
Contractors shall provide weekly certified payroll reports that are complete and comply with
State law and the conditions set out in the Contract Documents. The Contractor is also
responsible for the compliance with the above requirements of all Subcontractors and Sub -
Subcontractors. All contractors shall complete and provide all Owner required
documentation and forms. Non-compliance with the above requirements will result in
denial of the Contractor's application for payment. No exceptions will be made.
7. State Sales Tax
See APWAGSP 1-07.2 in the Special Provisions.
8. Bidding Checklist
All bids shall be submitted on the exact forms provided in these Bid Documents and listed
below. Failure to submit any of these forms is grounds for rejection of the bid. The only
exception is if the bidder follows the directions for Bids Submitted on Computer Printouts,
following the bid proposal forms.
Sealed bids for this proposal shall be submitted as specified in the Call for Bids. Each bid
must be submitted in a sealed envelope bearing on the outside the name and address of the
Bidder, and must be clearly marked with the name and number of the project for which the
bid is submitted:
BID FOR TUKWILA
S 152ND STREET WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
All bids will remain subject to acceptance for ninety (90) days after the day of the bid
opening.
a. Proposal — Bidders must bid on all items contained in the Proposal. The omission or
deletion of any bid item will be considered nonresponsive and shall be cause for
rejection of the bid.
lJ b. Bid Security/Bid Bond — Bid Bond is to be executed by the Bidder and the surety
company unless bid is accompanied by a cash deposit, certified or cashier's check, or
postal money order. The amount of this security/bond shall be not less than five percent
(5%) of the total bid, including sales tax, if applicable, and may be shown in dollars.
Surety must be authorized to do business in the State of Washington and must be on the
current Authorized Insurance List in the State of Washington per Section 1-02.7 of the
Standard Specifications.
The Bid Security form included in these Contract Provisions MUST be used; no
substitute will be accepted. If an attorney-in-fact signs bond, a certified and effectively
dated copy of their Power of Attorney must accompany the bond.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
INFORMATION FOR BIDDERS
I-5
The deposit of the successful Bidder will be returned provided Bidder executes the
Agreement, furnishes satisfactory Payment and Performance Bond covering the full
amount of work, and provides evidence of insurance coverage, within ten (10) days after
Notice of Award. Should Bidder fail or refuse to do so, the Bid Deposit or Bond shall be
forfeited to the City of Tukwila as liquidated damages for such failure.
The Owner reserves the right to retain the security of the three (3) lowest bidders until
the successful Bidder has executed the Agreement and furnished the bond.
c. Non -Collusion Affidavit — Must be filled in, signed, and notarized.
may, d. Responsible Bidder Determination Form
(�' e. Certificate of Compliance with Wage Payment Statutes
f. Proposed Equipment and Labor Schedule
LJ. Proposed Subcontractors, if required
Regarding forms d, e, f, and g, the Owner reserves the right to check all statements and
to judge the adequacy of the Bidder's qualifications, and to reject Bidder as not
responsible based on this information.
9. Contract Checklist
The following forms are to be executed by the successful Bidder after the Contract is
awarded. The Agreement and Payment and Performance Bond are included in these Bid
Documents and should be carefully examined by the Bidder.
a. Agreement — Two (2) copies to be executed by the successful Bidder.
b. Payment and Performance Bond — Two (2) copies to 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. The bond continues in effect at
ten percent (10%) of the total price bid for one year after final acceptance of the Work.
The bond form included in these Bid Documents MUST be used; no substitute will
be accepted. If an Attorney-in-fact signs bond, a certified and effectively dated copy of
their Power of Attorney must accompany the bond.
c. Certificates of Insurance — To be executed by an insurance company acceptable to the
Owner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the
Special Provisions (APWA GSP). The Owner and Consulting Engineer retained by
Owner shall be named as "Additional Insureds" on the insurance policies.
The above bid and contract documents must be executed by the Contractor's President or
Vice -President if a corporation, or by a partner if a partnership. In the event another person
has been duly authorized to execute contracts, a copy of the resolution or other minutes
establishing this authority must be attached to the Proposal and Agreement documents.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
INFORMATION FOR BIDDERS
1-6
This page is intentionally left blank
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
BID DOCUMENTS
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
This page is intentionally left blank.
S 152N° STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
P-1
PROPOSAL
(unit price)
Contractor's Name HCON Incorporated
Contractor's State License No. HCONII*820DM
City of Tukwila Project Nos. 916 401 03
To the Mayor and City Council
City of Tukwila, Washington
The undersigned (Bidder) hereby certifies that they personally examined the location and
construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner)
project titled S 152ND STREET WATERMAIN REPLACEMENT & EXTENSION, which project
includes, but is not limited to:
Construction of approximately 1,700 linear feet of 12 -inch ductile iron watermain on S 152nd
Street, and through two easements across private parcels, along with hydrants, valves,
services, and other appurtenances. The work also includes installation of one 12 -inch check
valve vault assembly, connections to the existing water system, trench repair and HMA overlay.
The undersigned further certifies that they have read and thoroughly understand these
Documents which govern all Work embraced in this improvement and the methods by which
payment will be made for said Work, and thoroughly understands the nature of said Work; and
hereby proposes to undertake and complete all Work embraced in this improvement in
accordance with these Contract Documents and at the following schedule of rates and 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, (check one) x❑ bid bond or ❑ cash, ❑ cashier's check, ❑ certified
check, or ❑ postal money order made payable to the City of Tukwila equal to five percent (5%)
of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted
by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or
refuses to enter into an Agreement and furnish the required Payment and Performance Bond
and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be
null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and
become the property of Owner as liquidated damages, all as provided for in the Bid Documents.
Bidder shall attain Physical Completion of all Work in all respects within 120 calendar days from
the date stated in the written Notice to Proceed. If the work is not completed within this time
period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the
Standard Specifications for every calendar day work is not Physically Complete after the
expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for
actual engineering inspection and supervision costs and any other legal fees incurred by Owner
as a result of such delay.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
:ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
PROPOSAL
P-2
S 152ND STREET WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. 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.
BID SCHEDULES
SCHEDULE A: WATERMAIN IMPROVEMENTS
ITEM
NO.
SPEC
ITEM
DESCRIPTION
QTY
UNIT
UNIT
PRICE
TOTAL
AMOUNT
Al
1-09.14
Mobilization & Demobilization
1
LS
$100,000.00
$100,000.00
A2
1-09.14
Unexpected Site Changes
1
FA
$ 55,000.00
$ 55,000.00
A3
1-09.14
Construction Surveying and
Staking
1
LS
$8500.00
$8500.00
A4
1-09.14
Arborist*
32
HR
$70.00
$2240.00
A5
1-09.14
Potholing To Locate Utilities Not
Shown on Plans*
50
EA
$400.00
$20,000.00
A6
1-09.14
Project Temporary Traffic Control
1
LS
$75,000.00
$75,000.00
A7
1-09.14
Tree Removal for Water Main,
with Stump Grinding
1
EA
$9000.00
$9000.00
A8
1-09.14
Tree Removal for Commercial
Meter, with Stump Grinding*
1
EA
$9000.00
$9000.00
A9
1-09.14
Hydro-excavation/Vactor*
60
LF
$115.00
$6900.00
Al0
1-09.14
Trench Safety
1
LS
$3500.00
$3500.00
All
1-09.14
Controlled Density Fill*
30
CY
$350.00
$10,500.00
Al2
1-09.14
Crushed Surfacing
1,600
TN
$25.00
$40,000.00
A13
1-09.14
Extra Trench Excavation*
10
CY
$1.00
$10.00
A14
1-09.14
Hot Mix Asphalt Patch
460
TN
$190.00
$87,400.00
A15
1-09.14
Hot Mix Asphalt Overlay
53
TN
$125.00
$6625.00
A16
1-09.14
Asphalt Planing
455
SY
$10.00
$4550.00
A17
1-09.14
6 -in. Diam. Class 52 D.I. Pipe &
Fittings, Restrained Joint
33
LF
$140.00
$4620.00
A18
1-09.14
8 -in. Diam. Class 52 D.I. Pipe &
Fittings, Restrained Joint
81
LF
$170.00
$13,770.00
A19
1-09.14
12 -in. Diam. Class 52 D.I. Pipe &
Fittings, Restrained Joint
1,723
LF
$155.00
$267,065.00
A20
1-09.14
Additional Ductile Iron Fittings,
Restrained Joint*
1,400
LB
$3.00
$4200.00
A21
1-09.14
1 -In. Combination Air Release/Air
Vacuum Assembly*
2
EA
$5000.00
$10,000.00
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
CITY OF TUKWILA
PROPOSAL
P-3
ITEM
NO.
SPEC
ITEM
DESCRIPTION
QTY
UNIT
UNIT
PRICE
TOTAL
AMOUNT
A22
1-09.14
Connection to Existing Watermain
5
EA
$4600.00
$23,000.00
A23
1-09.14
6 -in. Gate Valve
1
EA
$1500.00
$1500.00
A24
1-09.14
8 -in. Gate Valve
6
EA
$2100.00
$12,600.00
A25
1-09.14
12 -in. Gate Valve
12
EA
$3750.00
$45,000.00
A26
1-09.14
8 -in. Tapping Tee and Valve
1
EA
$12,500.00
$12,500.00
A27
1-09.14
400/360 Check Valve Assembly,
Including Vault
1
LS
$50,100.00
$50,100.00
A28
1-09.14
Fire Hydrant Assembly
7
EA
$9100.00
$63,700.00
A29
1-09.14
1 -In. Water Service
1
EA
$4000.00
$4000.00
A30
1-09.14
1.5 -In. Water Service
5
EA
$6000.00
$30,000.00
A31
1-09.14
2 -In. Water Service
2
EA
$6500.00
$13,000.00
A32
1-09.14
3 -In. Water Service
1
EA
$15,000.00
$15,000.00
A33
1-09.14
Erosion and Water Pollution
Control
1
LS
$6500.00
$6500.00
A34
1-09.14
Restoration and Cleanup
1
LS
$17,000.00
$17,000.00
A35
1-09.14
Remove and Replace Concrete
Sidewalk and Driveway
60
SY
$95.00
$5700.00
A36
1-09.14
Remove and Replace Concrete
Curb and Gutter
200
LF
$52.00
$10,400.00
A37
1-09.14
Removal of Structures and
Obstructions
1
LS
$28,000.00
$28,000.00
SUBTOTAL, SCHEDULE A
$1,075,880.00
Washington State Sales Tax (10.1%)
$108,663.88
TOTAL SCHEDULE A
$1,184,543.88
* Denotes contingent items of work per Special Provisions Section 1-04.4
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
CITY OF TUKWILA
PROPOSAL
P-4
SCHEDULE B: ROAD IMPROVEMENTS
$1,184,543.88
TOTAL SCHEDULE B
$205,157.00
TOTAL AMOUNT (SCHEDULES A AND B)
ITEM
NO.
SPEC
ITEM
DESCRIPTION
QTY
UNIT
UNIT
PRICE
TOTAL
AMOUNT
B1
1-09.14
Construction Surveying and
Staking
1
LS
$11,000.00
$11,000.00
B2
1-09.14
Removal of Structures and
Obstructions
1
LS
$15,600.00
$15,600.00
B3
1-09.14
Roadway Excavation Incl. Haul*
110
CY
$50.00
$5500.00
B4
1-09.14
Crushed Surfacing
60
TN
$38.00
$2280.00
B5
1-09.14
Hot Mix Asphalt Patch
60
TN
$255.00
$15,300.00
B6
1-09.14
Hot Mix Asphalt Overlay
550
TN
$135.00
$74,250.00
B7
1-09.14
Asphalt Planing
4,310
SY
$8.00
$34,480.00
B8
1-09.14
Cement Conc. Traffic Curb and
Gutter
227
LF
$45.00
$10,215.00
B9
1-09.14
Cement Conc. Pedestrian Curb
70
LF
$38.00
$2660.00
B10
1-09.14
Extruded Curb
13
LF
$250.00
$3250.00
B11
1-09.14
Cement Conc. Sidewalk
46
SY
$82.00
$3772.00
B12
1-09.14
Cement Conc. Curb Ramp Type
Parallel A
26
SY
$225.00
$5850.00
B13
1-09.14
Cement Conc. Curb Ramp Type
Modified Parallel
20
SY
$300.00
$6000.00
B14
1-09.14
Permanent Signing
1
LS
$5500.00
$5500.00
B15
1-09.14
Pavement Markings
1
LS
$9500.00
$9500.00
SUBTOTAL, SCHEDULE B
$205,157.00
Washington State Sales Tax (0%, Per State Sales Tax - Rule 171)
$0.00
TOTAL SCHEDULE B
$205,157.00
* Denotes contingent items of work per Special Provisions Section 1-04.4
TOTAL SCHEDULE A
$1,184,543.88
TOTAL SCHEDULE B
$205,157.00
TOTAL AMOUNT (SCHEDULES A AND B)
$1,389,700.88
Total Bid Price in
Words: One Million, three hundred eighty nine thousand, seven hundred dollars & eighty eight cents
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
CITY OF TUKWILA
PROPOSAL
P-5
Bids Submitted on Computer Printouts
Bidders, at their option, in lieu of handwriting in the unit prices in figures in ink on the Bid forms
above, may submit an original computer printout sheet with their bid, as long as the following
requirements are met:
1. Each sheet of the computer printout must contain the exact same information as shown on
the hard -copy bid form — Project Name, Schedule Name, column headings — in the order
shown, totals, etc.
2. The computer printout of the Bid Proposal must have the exact certification language shown
below, signed by the appropriate officer of the firm.
3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid
form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may
have been issued, etc.
If any of these things are missing or out of order, the bid may be rejected by the Owner.
The unit and lump sum prices shown on acceptable printouts will be the unit prices used to
tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between
the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the
bidder contains both the form on these Bid Proposal sheets, and also a computer printout,
completed according to the instructions, the unit bid prices shown on the computer printout will
be used to determine the bid.
Put this certification on the last sheet of the Bid computer printout, and sign:
(YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for
all of the b I ems ntained in this Proposal are the unit and lump sum prices intended and that
its Bid w be tabulatesing these unit prices and no other information from this print-out. (YOUR
FIRM° NAME) acknowl: dges and agrees that the total bid amount shown will be read as its total
bid an further agrees th-t the official total Bid amount will be determined by multiplying the unit
Bid pri es sho • this •rint-out by the respective estimated quantities shown on the Bid form
then to all • all of the -'tended amounts.
Signe
Title:
Date: 5/
2023
ner/President
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
PROPOSAL
P-6
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to
the Bid Documents:
Addendum
No.
1
Date of Receipt
NP\
Addendum
No.
3
2 4
Date of Receipt
NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in
the Bid Proposal and Owner reserves the right to determine whether the bid will be
disqualified.
By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid
Documents and will provide the required coverage.
It is understood that Owner may accept or reject all bids.
The Surety Company which will furnish the required Payment and Performance Bond is:
Prop'nSU rO CL of U20 \ U n I o S-1 • S- I WA Ctg l° 1
(Name) (Address)
Bidder: HCON Incorporated
Signature of Authorized Official:
Printed Name and Title: Joshuah Helm, HCON Inc. - Owner/President
Address: 312 E Pioneer Puyallup, WA 98372
Check One: ❑ Individual ❑ Partnership State of Incorporation: Washington
❑ Joint Venture Q Corporation
Phone No.: 253-268-3060 Date: 5/2/2023
This address and phone number is the one to which all communications regarding this proposal
should be sent.
NOTES:
1. If the Bidder is a co -partnership, give firm name under which business is transacted;
proposal must be executed by a partner. If the Bidder is 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).
2. A bid must be received on all items. If either a unit price or an extension is left blank (but not
both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as
applicable, and enter it on the bid form. If there is no unit price or extension for one or more
bid item(s), the proposal will be rejected.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CrTY OF TUKWILA
P-7
BID SECURITY
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila
in the form of a cash deposit, certified or cashier's check, or postal money order in the amount
of dollars
($
--OR—
Bid Bond: The undersigned, HCON Incorporated
(Principal), and Lexon Insurance Company (Surety), are held and firmly
bound unto the City of Tukwila (Owner) in the penal sum of
Five Percent (5%) of Bid Amount dollars
($ 5% of Bid Amount ), which for the payment of which Principal and Surety bind themselves,
their heirs, executors, administrators, successors and assigns, jointly and severally. The liability
of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond.
Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of
the total bid, including sales tax and is submitted by Principal to Owner in connection with a
Proposal for S 152ND STREET WATERMAIN REPLACEMENT & EXTENSION, Project No. 916
401 03, according to the terms of the Proposal and Bid Documents.
Now therefore,
a. If the Proposal is rejected by Owner, or
b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner in accordance with the terms of the Proposal and shall furnish a bond for the
faithful performance of said Project and for the payment of all persons performing labor or
furnishing materials in connection therewith, with Surety or Sureties approved by Owner,
then this Bid Security shall be released; otherwise it shall remain in full force and effect and
Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the
amount of the Bid Bond, as penalty and liquidated damages.
The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any
extension of time within which Owner may accept bids; and Surety does hereby waive notice of
any such extension.
ted this 2nd day of May , 20 23
incipal
of Authorized Official
P n U o 1 �.tiY►P,r
Title
e and address of local office of
agent and/or Surety Company:
Lexon Insurance Company
Surety
By
Alyssa J. Lopez,Attorney in F
(Attach Power of A :'ney)
Propel Insurance
601 Union Street, Suite 3400
Seattle, WA 98101
Surety companies executing bonds must appear on the current Authorized insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 40103
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SOMPO INTERNATIONAL
3469
KNOW ALL BY THESE PRESENTS, that Endurance Assurance Corporation, a Delaware corporation, Endurance American Insurance Company, a Delaware
corporation, Lexon Insurance Company, a Texas corporation, and/or Bond Safeguard Insurance Company, a South Dakota corporation, each, a'Company" and
collectively, "Sompo International," do hereby constitute and appoint: Allceon A. Keltner, Cynthia L. Jay, Eric A. Zimmerman, James B. Binder, Brandon K. Bush,
Jacob T. Haddock, Diane M. Harding, Jamie L. Marques, Carley Espiritu, Christopher Kinyon, Brent E. Heilesen, Annelies M. Richie, HoIli Albers, Michael S.
Mansfield, Sara Sophie Sellin, Donald Percell Shanklin Jr., Misti M. Webb, Kari Michelle Motley, Bryan Richard Ludwick, Tamara A. Ringeisen, Dana Marie
Brinkley, Amelia G. Burrill, Katharine J. Snider, Amber Lynn Reese, Justin Dean Price, Julie R. Truitt, Sherri W. Hill, Lindsey Elaine Jorgensen, Alyssa J. Lopez,
Alexa Manley, Lois F. Weathers, Terrie L. Conard as true and lawful Attorney(s)-In-Fact to make, execute, seal, and deliver for, and on its behalf as surety or co -surety;
bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or
stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Company for
any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars ($100,000,000.00).
Such bonds and undertakings for said purposes, when duly executed by said attorney(s)-in-fact, shall be binding upon the Company as fully and to the same extent as if
signed by the President of the Company under its corporate seal attested by its Corporate Secretary.
This appointment Is made under and by authority of certain resolutions adopted by the sole shareholder of each Company by unanimous written consent effective the 15'"
day of June, 2019, a copy of which appears below under the heading entitled "Certificate".
This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the sole shareholder of each Company by
unanimous written consent effective the 151h day of June, 2019 and said resolution has not since been revoked, amended or repealed:
RESOLVED, that the signature of an individual named above and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto
by facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect
to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, each Company has caused this instrument to be signed by the following officers, and its corporate seal to be affixed this 15th day of
June, 2019.
POWER OF ATTORNEY
Endurance Assurance Corporation.
J
Richard Appel; g,VRA. enlor Counsel
v
2; SEAL ' g'_
2002
u' DELA'rVARE JO
Endurance American
Insurance.Company
Richard Appel,;,S.VP'.&enlor Counsel
-an Ins4
s' ...dayO/ T d7Cl:
'I': SEAL
'n=
c o'. 1996 =
DELAWARE,•'a�?
Lexon Insurance Company
By L -•-
Richard Appel; S
Senior Counsel
.''''" ACKNOWLEDGEMENT
Bond Safeguard
' Insurance, Company
By: f• i
Richard Appelr�SVP-B.Senior Counsel
p iNSty/4,>
A
SOUTH :0
DAKOTA ; 0
3 p', INSURANCE
COMPANY b'
On this 15th day of June, 2019, before me, personally came the above signatories known to me, who being duly sworn, did depose and say that he/tiay'i"�ii sffjcer of each
of the Companies; and that he executed said instrument on behalf of each Company by authority of his offic under thQ by J`fws of each Company:s ��.'''''' ?R
By:
CERTIFICATE
Amy Taylor, No
'OFE
TEw:'SSEE
My Commissren Expires 319%27=
%,f4,
cci
I, the undersigned Officer of each Company, DO HEREBY CERTIFY that:
1. That the original power of attorney ofwhich the foregoing is a copy was duly executed on behalf of each Company and has not since been revokes( amended or modified;
that the undersigned has compared the foregoing copy thereof with the original power of attomey, and that the same is a true and correct copy of the original power of
attorney and of the whole thereof;
2. The following are resolutions which were adopted by the sole shareholder of each Company by unanimous written consent effective June 15, 2019 and said resolutions
have not since been revoked, amended or modified:
"RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Company any and all bonds,
undertakings or obligations in surety or co -surety with others: RICHARD M. APPEL, BRIAN J. BEGGS, CHRISTOPHER DONELAN, SHARON L. SIMS,
CHRISTOPHER L. SPARRO, MARIANNE L. WILBERT
; and be it further
RESOLVED, that each of the individuals named above is authorized to appoint attorneys -in -fact for the purpose of making, executing, sealing and delivering bonds,
undertakings or obligations in surety or co -surety for and on behalf of the Company."
3. The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 2nd day of Ma / 20 23
By:
Daniel S. irie,retary
NOTICE: U. S. TREASURY DEPARTMENT'S OFFICE OF FOREIGN ASSETS CONTROL [OFAC)
No coverage is provided by this Notice nor can it be construed to replace any provisions of any surety bond or other surety coverage provided. This Notice provides information concerning
possible impact on your surety coverage due to directives issued by OFAC. Please read this Notice carefully.
The Office of Foreign Assets Control (OFAC) administers and enforces sanctions policy, based on Presidential declarations of "national emergency". OFAC has identified and listed
numerous foreign agents, front organizations, terrorists, terrorist organizations, and narcotics traffickers as "Specially Designated Nationals and Blocked Persons". This list can be located
on the United States Treasury's website — httos://v/ww.treasury.00vkescurce-center/sanctions/SDN-List.
In accordance with OFAC regulations, if it is determined that you or any other person or entity claiming the benefits of any coverage has violated U.S. sanctions law or is a Specially
Designated National and Blocked Person, as identified by OFAC, any coverage will be considered a blocked or frozen contract and all provisions of any coverage provided are immediately
subject to OFAC. When a surety bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premium refunds may be made without
authorization from OFAC. Other limitations on the premiums and payments may also apply.
Any reproductions are void.
Surety Claims Submission: LexonClaimAdministration c�sompo-intl.com
Telephone: 615-553-9500 Mailing Address: Sompo International; 12890 Lebanon Road; Mount Juliet, TN 37122-2870
CITY OF TUKWILA
P-9
NON -COLLUSION DECLARATION
STATE OF WASHINGTON )
) ss.
COUNTY OF KING )
The undersigned, being first duly sworn, on oath states that the person, firm, association,
partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either
directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free competitive bidding in connection with the City of Tukwila
project named S 152ND STREET WATERMAIN REPLACEMENT & EXTENSION, Project No.
916 401 03.
ncorporated
uthorized Official
. - Owner/President
SEAL
,,,,111„1,,,,,,,
N‘ ,0 d a Fork
M, EXp a7
G
PUBLIC
o
cocb
',y2,, '4i #21 oat . V1,,
FoFWasN\�;G‘
Signed and sworn to before me:
Dated 5/2/2023
(Signature)
Maranda Forhan
(Print Name)
Notary Public in and for the State
of Washington
Commission
Expires:
12/11/2024
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
NON -COLLUSION DECLARATION
P-10
To report bid rigging activities call:
NOTICE TO ALL BIDDERS
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday
through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such
activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT
Inspector General. All information will be treated confidentially and caller anonymity will be
respected.
S 152N° STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
P-11
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: HCON Incorporated
Address of Bidder:
312 E Pioneer
Puyallup
WA 98372
City State Zip Code
Contractor's License No. HCONII*820DM WA State UBI No. 604-225-872
Dept. of L&I _ 0
License Bond Registration No. X27 5CNA Worker's Comp. Acct. No. WO 1 �y L
Bidder is a(n): ❑ Individual ❑ Partnership
0 Incorporated in the state of
Joint Venture
ashington
List business names used by Bidder during the past 10 years if different than above:
Bidder has been in business continuously from
Bank Reference
Umpqua Bank
2018
Year
Elise Vanderlinda 253-305-1982
Bank
Account Officer Officer's Phone No.
No. of regular full-time employees: 25+
Number of projects in the past 10 years completed:
13 ahead of schedule
behind schedule
11
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 5 years.
As a subcontractor for
5
years.
on schedule
List the supervisory personnel to be employed by the Bidder and available for work on this
project (Project Manager, Principal Foreman, Superintendents, and Engineers):
How Long
Name Title With Bidder
Jesse Otterstetter Foreman 4
Mike Weis
Superintendent 5
Name the Surveyor to be used on this Project, who will directly supervise all surveying activities.
Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor
licensed in the State of Washington (a PLS)? EI Yes ❑ No
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
RESPONSIBLE BIDDER DETERMINATION FORM
P-12
Surveyor's Name: Prz_AAK b KQ,10
List all those projects, of similar nature and size, completed by Bidder within the past 10 years.
Include a reference for each. Any attached preprinted project listing must include all this
information. Bidder must have at least 10 years' experience working on projects of similar
nature and size.
Year
Project Name Completed
Occidental Ave S 2021
Seatac S 221st 2021
LWSD 1st Ave
Contract
Amount
$432K
Owner/Reference
Name and Phone
Dan O'Brien 206-391-2489
$638K Ptete Kang 206-641-1306
2020 $1.7 M Andrew Weygrandt 253-941-1516
Lakewood Water 112th 2022 $478K
Ian Black 253-588-4423
List all projects undertaken in the last 10 years which have resulted in partial or final settlement
of the Contract by arbitration or litigation in the courts:
Name of Client and Project
Contract
Amount
Total Claims
Arbitrated
or Litigated
Amount of
Settlement
of Claims
Has Bidder, or any representative or partner thereof, ever failed to complete a contract?
x❑ No ❑ Yes If yes, give details:
Has Bidder ever had any Payment/Performance Bonds called as a result of its work?
I No ❑ Yes If yes, please state:
Project Name
Contracting Party
Bond Amount
S 152" STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
RESPONSIBLE BIDDER DETERMINATION FORM
P-13
Has Bidder ever been found guilty of violating any State or Federal employment laws?
❑x No ❑ Yes If yes, give details:
Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state
insolvency laws? ❑x No ❑ Yes If yes, give details:
Has any adverse legal judgment been rendered against Bidder in the past 5 years?
No ❑ Yes If yes, give details:
Has Bidder or any of its employees filed any claims with Washington State Workman's
Compensation or other insurance company for accidents resulting in fatal injury or
dismemberment in the past 5 years? 0 No ❑ Yes If yes, please state:
Date
Type of Injury Agency Receiving Claim
The undersigned warn tsfi under pens
accurate to the best 9f his/her knowledg
verify all information contained herein.
Signature of Bidder
y of Perjury that the foregoing information is true and
Tlie undersigned authorizes the City of Tukwila to
Title: HCON Inc. - ower/presiden Date: 5/2/2023
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
:ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
RESPONSIBLE BIDDER DETERMINATION FORM
P-14
This page is intentionally left blank.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
P-15
CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES
The bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date, May 2, 2023, 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 ' • •ement entered by a court of limited or general jurisdiction.
certify under • -nalty perjury under the laws of the State of Washington that the foregoing is
rue and correct.
HCON Incorpo
idder's Bu
Sig
J
me
ature of Auorized Official*
shuah Hel
P nted Nam
HiON In owner/president
Title
5/2/2023
Date
Puyallup WA
City State
Check One:
Sole Proprietorship ❑ Partnership ❑
Joint Venture ❑ Corporation J
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:
*/f 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.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES
P-1 6
This page is intentionally left blank.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
-ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
P4 7
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
DESCRIPTION/TYPE
YEAR
CONDITION
OWN/RENT
T880 Dump Truck
2021
Good
Own
CAT 310 Excavator
2021
Good
Own
CAT 308 Excavator
2020
Good
Own
CAT 420 Backhoe
2019
Good
Own
Deere 245 Excavator
2018
Good
Own
Labor to be used: Site development, underground untility contractor, and heavy civil
Construction
heo,v - zquAP. op1-heKS clo►g°(
1 rYVAin , try CC di i UeA I TGun, `\ Oex1Q14 (`c
HCON Incr• •rated
gnature of Authorized Official
HCON It. - owner/president
Title
S 152ND STREET
WATERMAIN REPLACEMENT 8 EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
PROPOSED EQUIPMENT AND LABOR SCHEDULE
P-18
This page is intentionally left blank.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
P49
PROPOSED SUBCONTRACTORS
Name of Bidder HCON Incorporated
In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall
include below the names of the subcontractors with whom the Bidder, if awarded the contract, will
subcontract for performance of the work of: structural steel installation, rebar installation,
electrical, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and
electrical as described in RCW 19.28, and, or to name itself for the work. The Bidder shall not list
more than one subcontractor for each category of work identified, unless subcontractors vary with
bid alternates, in which case the Bidder must indicate which subcontractor will be used for which
alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to
name itself to perform such work or the naming of two or more subcontractors to perform the
same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. Prime
Contractor must declare if they intend to perform any of these items.
The successful Bidder must have the written permission of the Owner to make any change to
this list.
Percent of total bid to be performed by Bidder N!r %
Schedule/Bid Item Numbers % of
Name Subcontractor will perform Total Bid
c -1--R4 0- lel
►�fl- Mbar n S%I II
N Qr ,, le u c, ail
1\116,— pl kik vn b'in9
WORK TO BE PERFORMED BY PRIME CONTRACTOR
Nr
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
PROPOSED SUBCONTRACTORS
P-20
This page is intentionally left blank.
S 152ND STREET
WATERMAIN REPLACEMENT & EXTENSION
PROJECT NUMBER 916 401 03
APRIL 2023
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Paul E. Green
409 East Pioneer
Puyallup, Washington 98372
(253) 770-3144
ALA, (1-Q01
Su vq K
SrfLU
o\ r2 gvitS`d\
an Py P- \k
o Experience
Owner, Director of Engineering and Land Planning
Azure Green Consultants, LLC
2006 to Present
Puyallup, Washington
Owner of firm providing real estate development feasibility, land planning,
engineering and surveying services.
President and Director 2016 to Present
Falk Et Green General Contractors, Inc Puyallup, Washington
General contractor engaged in construction of apartment projects. Projects
include Lipoma Townhomes and Edgewood Heights Apartments.
Managing Member 2016 to Present
Brookdale PDD, LLC Puyallup, Washington
Manager in the acquisition and entitlement approvals of residential subdivision.
Designated Broker 1992 to 2010
Pacific Realty Consultants Puyallup, Washington
Owner/broker of firm providing real estate development consultation and
brokerage services to limited clientele.
General Partner 1992 to Present
L Et P Investments Puyallup, Washington
One of two general partners of investment partnership. L it P Investments is a
partnership that acquires and/or develops income properties or properties for sale
for its own account or in partnership with other entities.
Engineering Manager 1992 to 2006
LeRoy Surveyors Et Engineers, Inc. Puyallup, Washington
Responsible for administration of land use and engineering services as well as
client and agency contact.
President
FWE, Inc.
1988 to 1992
Bellevue, Washington
President of Washington corporation. Corporation is a development and investment
firm that acquires, develops, and manages income properties for its own account
or in partnership with other entities.
President 1987 to 1991
First Western Equities, Inc. Bellevue, Washington
President of Washington corporation. Corporation is a development and investment
firm that acquires, develops, and manages income properties for its own account
or in partnership with other entities.
President 1986 to 1992
Paul Green Ft Associates of Washington, Inc. Bellevue, Washington
President of Washington corporation. Corporation engages in development
consultation, real estate acquisition, financing and development.
Managing Partner 1984
HG Investments Oregon, Washington Ft California
One of two managing partners of investment partnership with six partners. HG
Investments purchased two existing shopping centers, a State of Oregon office
building, and an existing apartment project. HG Investments also purchased a site
in Vancouver and a site in Sacramento for the development of apartment projects.
HG Investments formed a joint venture with Portland Fixture Company for the
purchase and development of a regional mall and a strip commercial site.
Managing Partner 1983
Sunset Research Park Corvallis, Oregon
Managing partner in the acquisition, financing, annexation, zoning, subdividing and
resale of an 80 acre research park, 22 acre commercial site and a residential
planned development subdivision in Corvallis, Oregon.
Engineer and Principal 1981 to 1986
Paul Green a Associates, Inc. Corvallis, Oregon
Principal in civil engineering/land surveying consulting firm that provided services
to municipalities, State and Federal agencies and private developers. Services
included land use planning, photogrammetry, surveying, structural engineering,
building plans, engineering studies, construction administration, and preparation
of engineering plans and specifications. The firm was extensively involved in land
use planning related to comprehensive plans and compliance with Oregon's
statewide land use planning goals and guidelines. The firm employed as many as 35
employees in the engineering, surveying, architectural and land use disciplines and
provided services in Oregon, California, Washington, Nevada, and Arizona.
General Partner 1980
Schroff 4 Philomath, Oregon
General partner in the acquisition, financing, annexation, zoning, subdividing and
resale of a 100 acre residential subdivision property in Philomath, Oregon.
General Partner 1979
Schroff 5 Newport, Oregon
General partner in the acquisition, financing, annexation, zoning and resale of 70
plus acre mixed use ocean front site in Newport, Oregon.
Residential Developer
Ling Green ft Heilig
1978
Dallas, Oregon
Managing partner in the acquisition, financing, development and sale of individual
lots in a 39 lot residential subdivision in Dallas, Oregon.
Engineer and Principal 1978 to 1980
Ling, Green Ft Associates, Inc. Corvallis, Oregon
Principal in civil engineering/land surveying consulting firm that provided services
to municipalities, State and Federal agencies and private developers. Services
included land use planning, photogrammetry, surveying, structural engineering,
building plans, engineering studies, construction administration, and preparation
of engineering plans and specifications. Responsible for preparation of engineering
drawings, specifications and studies, structural calculations, building plans,
construction surveying, construction inspection, land survey research, land survey
computations, land use planning, presentations at public hearings and supervision
of personnel.
Engineer and Principal 1976 to 1977
Ling, Yinger ft Green Corvallis, Oregon
Principal in civil engineering/land surveying consulting firm that provided services
to municipalities, State and Federal agencies and private developers. Services
included land use planning, photogrammetry, surveying, structural engineering,
engineering studies, construction administration, and preparation of engineering
plans and specifications. Responsible for preparation of engineering drawings,
specifications and studies, structural calculations, construction surveying,
construction inspection, land survey research, land survey computations, land use
planning, presentations at public hearings and supervision of personnel.
Residential Developer 1976
Paul Green Corvallis, Oregon
As a principal entered into a real estate sale and purchase agreement for the
conditional acquisition of a proposed subdivision property in Corvallis, Oregon.
Prepared land use documents including planned development plans, preliminary
plats, etc. related to the development of the subject property.
Design Engineer 1974 to 1975
Ling, McCullough, Bryant Ft Yinger Corvallis, Oregon
Employed by civil engineering/land surveying consulting firm that provided services
to municipalities, State and Federal agencies and private developers. Services
included land use planning, photogrammetry, surveying, engineering studies,
construction administration, and preparation of engineering plans and
specifications. Responsibilities included preparation of engineering drawings,
specifications and studies, construction surveying, construction inspection, land
survey research, land survey computations, land use planning and supervision of
personnel.
Design Engineer 1973 to 1974
Ling £t Yinger Corvallis, Oregon
Employed by civil engineering/land surveying consulting firm that provided services
to municipalities, State and Federal agencies and private developers. Services
included land use planning, surveying, engineering studies, construction
administration, and preparation of engineering plans and specifications.
Responsibilities included preparation of engineering drawings, specifications and
studies, construction surveying, construction inspection, land survey research, land
survey computations and supervision of personnel.
Design Engineer 1971 to 1972
Ling a Associates Corvallis, Oregon
Employed by civil engineering consulting firm that provided services to
municipalities, State and Federal agencies and private developers. Services
included land use planning, surveying, engineering studies, construction
administration, and preparation of engineering plans and specifications.
Responsibilities included preparation of engineering drawings, specifications and
studies, construction surveying and construction inspection.
o Education
Electrical Engineering Major
Oregon State University
Mathematics Major
University of Oregon
Mathematics Major
Oregon College of Education
Civil Engineering Graduate
Oregon State University
1965 to 1966
Corvallis, Oregon
1966 to 1967
Eugene, Oregon
1967 to 1968
Monmouth, Oregon
1968 to 1972
Corvallis, Oregon
o Professional Licenses
Professional Engineer:
Arizona
California
Nevada
Oregon
Washington
Professional Land Surveyor:
Oregon
Real Estate Broker:
Washington
1987
1976
1985
1977
1984
1977
License No. 20596
License No. 26210
License No. 6915
License No. 9159
License No. 22420
License No. 1521
1992 270-08 GR-EE-NP-E530J2
Item No Item oezo,p or
Laze, Undergro,,d
50
XR
EA
120
350
50
Ls
Ls
5 100.000
XR
EA
Ls
70
00
Ls
Ls
5 100.000
FA
FA
FA
FA
XR
Ls
50
EA
10
500
EA
150
50
EA
EA
EA
800
80
30
EA
CY
115
150
Az halt Plar,
nedJoint
nedJoint
SY
250
220
81
110
125
750
5 115.000
80
30
EA
Ls
115
80
Ls
35
5 20.000
EA
80
EA
CY
CY
5 45
25
250
450
80
80
CY
185
700
320
EA
700
80
EA
80
Ls
SY
10
455
SY
SY
81
81
81
135
208
180
520
SY
81
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
Gate Vat,.
12, Gale VaNe
appnp Tee and
LB
EA
EA
EA
EA
EA
1 51
Dozion and W.., Con.I
EA
EA
EA
EA
80
200
SY
225
80
200
EA
EA
EA
EA
EA
Ls
EA
EA
EA
EA
Ls
Ls
Ls
LB
EA
EA
EA
EA
EA
1.
LB
EA
EA
EA
EA
EA
LB
EA
EA
EA
EA
EA
33
5 87 51
5 208
5 131
875
450
CY
80
300
70
200
17
5 180
5 181
5 188
15
455
SY
8 88
LB
EA
EA
EA
EA
EA
2 04
LB
EA
EA
110
120
180
SY
Ls
80
200
Ls
Ls
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
5 81.375 81
5 10.082 81
EA
EA
5 15507 18
EA
5 20.000
Ls
55
200
SY
80
SY
218
80
20
SY
80
200
SY
5 188 51
80
20
SY
300
aMmglon Sla. Sal. Tax 10 1 96
Wax,. ton Tax 10 1 96
BIO
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
1.08 14
NI,Azphalt Pa.
Cement Con. "Rail. and 0.1e,
Cement Con. Pedez.an
10
80
80
550
227
70
150
110
250
220
Cement Con. Sdewal,
Cement Con. C.I.R a, Type Pa,allel A
28
20
85
50
50
225
350
5 121.000
850
80
80
550
227
70
50
110
SY
135
80
80
550
227
CY
SY
85
5 45
5 135
28
20
SY
SY
82
SY
SY
10
55
50
5 180
10
CY
550
227
10
80
80
CY
110
CY
110
221
SY
SY
SY
SY
SY
SY
110
200
275
550
227
SY
80
80
550
227
CY
8 54
80
80
550
227
CY
150
SY
250
220
SY
SY
28
20
SY
SY
85
50
50
225
350
Pavement z