Loading...
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