Loading...
HomeMy WebLinkAbout24-071 - Gary Harper Construction, Inc - Lift Station #5 Design RetrofitAGREEMENT FORM CONTRACT NO. 24'071 24-071 Council Approval 6/3/24 THIS AGREEMENT is made and entered into on his 5th day of June , 2024 , by and between the City of Tukwita, Washington ("Owner") and Gary Harper Construction Inc. (°Contractor~)- Now, theretore the parties agree as foRows: 1. Project. Contractor shalt complete ail work and furnish all. labor, tools, materials, and equipment for the project entitled LIFT STATION #SDESIGN RETROFIT, Project No. 92340201, 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 shalt pay Cornractor 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 inctude the costs for alt tabor, tools, materiats, and equipment for the Work. 3. Completion Date. Contract time shalt commence upon Owner's Notice to Proceed date. The Work under this Agreement shalt 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 expressty provided in this Agreement. G. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shatt for alt purposes be deemed an originat. CITY OF TUKVVILA, WASHINGTON Gary Harper Construction Inc. (Owner) =cuSwned by: By"""°,"""^""°=� 6/5/2024 1 11:53 AM Mayor Attest: - DocuSigned by: Approved as to Form: DocuSigned by: 5E499CA4165E452 u�vrnuxomy By: mr�� AttesThis 5th day of June , 20 24 This 30 day of t: GARYHCI055LF Contractor's License No. Address for giving notices: Address for giving notices: 6200 Southcenter Blvd 14831 223rd Street SE Tukwila, WA 98188 Snohomish WA 98296 Rev, 5-13-14 LIFT STA PON #5DESIGN RETROFIT APRIL 2024 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington 8ondNo.O232264l6 We, Gary Haraer Constructi,o, , and The Ohio Casualty Insurance Corngapy (Principal) (Surety) a rporation, 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 Six Hundred F Nine Thousand Four d d Thirty Eight & 22/100's Dollars ($ 1,649,438.22 ), 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 ncontract dated June 5 ,2O�4 between Principal and Owner for n project entitled LIFT STATION #5 DESION R OFIT, Project No. 92340201 ("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 ma nner and within the time specified as may be extended under the Contract; • Pays aft laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; o 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 OwneraLLexpenses that Owner may incur in making good any defauLt by PrincipaL; and w 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 baperformed under the Contract shall inany way affect Surety's obbg,ationonthe 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%). 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. Rev. 5-13-14 LIFT STATION #5 DESIGNmE7ROFI, PROJECT NUMBER y2n4uonr u2024 Dry OF TUKWILA C-4 This Payment and Performance Bond shall be governed and construed by the taws 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 counterparts this 30th day of MaY , 20 24 Gary Harper Construction Inc. Principal gna ure of Authorized 0 ci Gary Harper, President Title Name and address of local office of agent and/or Surety Company: The Ohio_Casualty Insuran.ce_Comparly____ Surety Signature of Authorized Official Roxana Palacios By Attorney in Fact (Attach Power of Attorney) USI Insurance_Servics_ PO Box 370 Seattle, WA 98111-0370 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. Rev. 5-13-14 LIF T STATION #5 DESIGN RETROFIT PROJECT NUMBER 92340201 APRIL 2024 Liber Mutual® SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Amber Engel; Brock Dinneen; Debbie Lindstrom; Gail E. Tsuboi; Heather Cinnlchowski; Holly E. Ulfers; Jamie Annfield; Jeff Hansen; Kathleen M. Mitchell; Kathy Nye; Kendall Young; Kristine Santamaria; Lisa Simpson; Marina Matyunin; Roxana Palacios; Scott Alderman: Tara Koloski; Tatiana Gefter Certificate No: 8211782-969071 at of the city of Seattle state of WA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1st day of May , 2024 By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss On this 1st day of May , 2024 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Commonwealth of Pennsylvania - Notary Seal Teresa Pastella, Notary Public Montgomery County My commission expires March 28, 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries By: /" w43 !d4,,t6gt) eresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 30th day of May ,2024 LMS -12873 LMIC OCIC WAIC Multi Co 02/21 By: Renee C. Llewellyn, Assistant Secretary z 110.P 2 TOTAL AMOUNT $ 260,000.00 $ 25,000.00 $ 12,000.00 $ 400,000.00 $ 12,000.00 $ 10,000.00 $ 15,000.00 $ 150,000.00 $ 35,000.00I $ 72,000.00 $ 27,600.00 $ 30,000.00 $ 22,500.00 $ 410,000.00 $ 2,700.00 $ 8,250.00 $ 24,000.00 $ 15,000.00 $ 16,000.00 $ 24,000.00 $ 12,000.00 $ 25,000.00 $ 17,000.00 $ 30,800.00 $ 17,000.00 $ 100,000.00 $ 45,000.00 $ 80,000.00 $ 27,500.00 $ 300,000.00 $ 40,000.00 $ 23,000.00 $ 15,000.00 $ 45,000.00 $ 20,000.00 $ 14,000.00 $ 150,000.00 $ 90,000.00 $ 35,000.00 $ 2,657,350.00 $ 268,392.35 $ 2,925,742.35 UNIT PRICE $ 260,000.00 $ 25,000.00 $ 12,000.00 $ 400,000.00 $ 12,000.00 $ 10,000.00 $ 7,500.00 $ 150,000.00 $ 35,000.00 $ 4,000.00 $ 4,600.00 $ 1,000.00 $ 900.00 $ 410,000.00 $ 120.00 $ 15,000.00 $ 16,000.00 $ 24,000.00 $ 600.00 $ 25,000.00 $ 17,000.00 $ 400.00 $ 17,000.00 $ 100,000.00 $ 45,000.00 $ 80,000.00 $ 500.00 $ 300,000.00 $ 20,000.00 $ 23,000.00 $ 15,000.00 $ 45,000.00 $ 20,000.00 $ 14,000.00 $ 150,000.00 $ 90,000.00 $ 35,000.00 TOTAL AMOUNT $ 170,720.00 $ 25,000.00 $ 7,000.00 $ 234,000.00 $ 10,000.00 $ 15,000.00 $ 4,000.00 $ 30,000.00 $ 9,000.00 $ 38,250.00 $ 13,800.00 $ 9,810.00 $ 8,675.00 $ 12,500.00 $ 1,755.00 $ 6,270.00 $ 20,000.00 $ 6,950.00 $ 7,300.00 $ 15,000.00 $ 5,600.00 $ 72,000.00 $ 7,400.00 $ 17,094.00 $ 11,000.00 $ 160,000.00 $ 18,000.00 $ 180,000.00 $ 15,000.00 $ 5,000.00 $ 18,000.00 $ 70,000.00 $ 22,575.00 $ 24,250.00 $ 82,000.00 $ 103,000.00 $ 230,000.00 $ 1,759,649.00 $ 177,724.55 $ 1,937,373.55 UNIT PRICE $ 170,720.00 $ 25,000.00 $ 7,000.00 $ 234,000.00 $ 10,000.00 $ 15,000.00 $ 2,000.00 $ 30,000.00 $ 9,000.00 $ 2,125.00 $ 2,300.00 $ 327.00 $ 347.00 $ 12,500.00 $ 117.00 $ 114.00 $ 100.00 $ 15,000.00 $ 280.00 $ 72,000.00 $ 7,400.00 $ 222.00 $ 11,000.00 $ 160,000.00 $ 18,000.00 $ 180,000.00 $ 7,500.00 $ 5,000.00 $ 18,000.00 $ 70,000.00 $ 22,575.00 $ 24,250.00 $ 82,000.00 $ 103,000.00 $ 230,000.00 TOTAL AMOUNT $ 150,500.00 $ 25,000.00 $ 5,000.00 $ 21,700.00 $ 7,200.00 $ 27,500.00 $ 10,284.00 $ 4,800.00 $ 32,700.00 $ 29,826.00 $ 13,140.00 $ 25,260.00 $ 7,900.00 $ 12,700.00 $ 1,650.00 $ 5,280.00 $ 22,000.00 $ 7,500.00 $ 7,100.00 $ 99,900.00 $ 4,360.00 $ 40,000.00 $ 11,500.00 $ 11,396.00 $ 13,900.00 $ 120,000.00 $ 24,200.00 $ 142,200.00 $ 1,570.00 $ 1,200.00 $ 7,900.00 $ 5,200.00 $ 15,100.00 $ 14,100.00 $ 85,000.00 $ 61,200.00 $ 238,000.00 $ 1,421,121.00 $ 143,533.22 $ 1,564,654.22 UNIT PRICE $ 150,500.00 $ 25,000.00 $ 5,000.00 $ 21,700.00 $ 7,200.00 $ 27,500.00 $ 5,142.00 $ 4,800.00 $ 32,700.00 $ 1,657.00 $ 2,190.00 $ 842.00 $ 316.00 $ 12,700.00 $ 110.00 $ 7,500.00 $ 7,100.00 $ 99,900.00 $ 218.00 $ 40,000.00 $ 11,500.00 $ 148.00 $ 13,900.00 $ 120,000.00 $ 24,200.00 $ 142,200.00 $ 785.00 $ 1,200.00 $ 7,900.00 $ 5,200.00 $ 15,100.00 $ 14,100.00 $ 85,000.00 $ 61,200.00 $ 238,000.00 TOTAL AMOUNT $ 131,040.00 $ 25,000.00 $ 5,000.00 $ 37,500.00 $ 8,500.00 $ 25,000.00 $ 5,000.00 $ 6,000.00 $ 30,000.00 $ 18,000.00 $ 7,500.00 $ 30,000.00 $ 3,750.00 $ 20,000.00 $ 2,250.00 $ 5,500.00 $ 20,000.00 $ 8,000.00 $ 7,000.00 $ 15,000.00 $ 7,000.00 $ 50,000.00 $ 15,000.00 $ 11,550.00 $ 7,500.00 $ 120,000.00 $ 75,000.00 $ 60,000.00 $ 10,000.00 $ 5,000.00 $ 25,000.00 $ 7,500.00 $ 15,000.00 $ 15,000.00 $ 65,000.00 $ 25,000.00 $ 400,000.00 $ 1,441,465.00 WA STATE SALES TAX (10.1 %) $ 145,587.97 TOTAL SCHEDULE A $ 1,587,052.97 UNIT PRICE $ 131,040.00 $ 25,000.00 $ 5,000.00 $ 37,500.00 $ 8,500.00 $ 25,000.00 $ 2,500.00 $ 6,000.00 $ 30,000.00 $ 1,000.00 $ 1,250.00 $ 1,000.00 $ 150.00 $ 20,000.00 $ 150.00 $ 8,000.00 $ 7,000.00 $ 15,000.00 $ 350.00 $ 50,000.00 $ 15,000.00 $ 150.00 $ 7,500.00 $ 120,000.00 $ 75,000.00 $ 60,000.00 $ 5,000.00 $ 5,000.00 $ 25,000.00 $ 7,500.00 $ 15,000.00 $ 15,000.00 $ 65,000.00 $ 25,000.00 $ 400,000.00 ILE A SUBTOTAL ~ J Q S J J 4J1 ¢W 4J1 4J1 4 4>> J Z Z Z S J 4J1 >U 4J1 4 LLJ J J J J J N 4 J J J J J J J i f Q ITEM DESCRIPTION Mobilization (10% Max.) Unexpected Site Changes Record Drawings Project Temporary Traffic Control Demolition of Existing Meter Vault Demolition of Existing Pumps/Piping Cap and Fill Pipes to be Abandoned Temporary Water Pollution/Erosion Control Resurface Existing Lawn (Microclover and Reinforced Grass Pavel Removable Bollards Retractable Bollards Concrete Pads Concrete Driveway Shoring & Trench Safety 2" to 4" Base Rock (Foundation Material) Crushed Surfacing Top Course (Backfill) Quarry Spall New 1" Water Meter (incl. New PRV) New 1" DCVA (incl. Hot Box and Yard Hydrant) Modification to Ex. Wet Well CDF Cleaning and Coating/Lining of Ex. Wet Well 48" SSMH, Type 1 8" PVC SDR35 Pipe Permanent Bypass Connection New Submersible Pumps and Spare Parts New Piping/Fittings within Wet Well Temporary Bypass Pumping Connection to Existing Sewer Structure Connection to Existing Force Main Demolition of Existing Electrical Controls/Panels Relocate Existing Generator Electrical Work at Generator Pad Additional Site Lighting New Electrical Control Building Electrical Work at Control Building Pad Electrical Improvements (Controls, Hardware, Enclosures, etc.) Z 2 F Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q CONTRACTOR TOTAL AMOUNT CONTRACTOR B s. TOTAL AMOUNT s. CONTRACTOR A 8. TOTAL AMOUNT 8. Engineer's Estimate TOTAL AMOUNT O rc W O U LL F F Z 0 Q ITEM DESCRIPTION 2 U E E 2" Grind antl Overla E E CONTRACTOR B CONTRACTOR B V N CONTRACTOR A E E w C W 0 W K a TY OF TUKWILA P-7 Contractor's Name PROPOSAL (unit price) Gary Harper Construction Inc. Contractor's State License No. GARYHCI055LF City of Tukwila Project Nos. 92340 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 Tukwita (Owner) project titled LIFT STATION #5 DESIGN E-110!(OFIT which includes but is not limited to: Construction of an above ground electrical building with new controls and installation of a new meter vault and new submersible bumps, piping, and valves. The project includes rehab work (demolition, cleaning, and coating) in the existing wet well„ installation of miscellaneous site improvements, relocation of the existing generator, and other work necessary to complete the Work as specified and shown in the Contract Documents, The project also incudes the relocation of existing gravity sewer, installation of approximately 55 lineal feet of new 4 -inch ductile iron forcemain and connection of the new forcemain to the existing forcemain as specified and shown in the Contract Documents. 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 rnade 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)411aid bond or 7_, cash, 7: cashier's check, Ell 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 faits or refuses to enter into an Agreement and furnish the required Payment and Performance lond 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, The Bidder shall attain Physical Comptetion of all ork in all respects within 140 working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shalt 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 dtay. Rev, 5-13-14 Lin -STA TiON #5 DESIGN RETF?OFIT PROiECT NUMBER 92340201 APPri, 2024 Cr 01:= TUKNICA P-2 LIFT STATION #5 DESIGN RETROFIT Project No. 92340201 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 shalt prevail., and totals shall be corrected to conform thereto. It is the intent of the OWNER to award the lowest responsible BIDDER for the total price bid for the project. BID SCHEDULE SCHEDULE A — SEWER ITEM NO1 ITEM DESCRIPTION UNIT UNIT PRICE TOTAL A-1 Mobilization (10% Max.) 1 LS A-2 Unexpected Site Changes FA $25,000.00 I ;4si-e)c.09° A-3 Record Drawings 1 LS I2 A-4 Project Temporary Tra " Control 1 LS -2.00.,f42 ii yo 00 A-5 Demolition of Existing Meter Vault ,A 1 LS " to :.:.'`' -72c) o '''''' A-6 Demolition of Existing Pumps/Piping , 1 ,..., LS , I I A-7 Cap and Fill Pipes to be Abandoned 2 EA A-8 Temporary Water Pollution/Erosion Control 1 LS - A 9 Resurface Existing Lawn (Microclover and Reinforced Grass Pave) j 1 LS 3Z706?° 32?' A-10 Removable Bollards 18 EA 766-7.0 A-11 Retractable Bollards 6 EA ;21 crr) oo A-12 Concrete Pads ' 30 SY *412., a' — - , A-13 Concrete Driveway 25 SY ? A-14 ' Shoring & Trench Safety 1 LS j"70 " .,, '' ./.2;70o '.',."' A-15 2" to 4" Base Rock (Foundation Material) 15 TN / fekc'c' /6 -so 00 A-16 Crushed Surfacing Top Course (Backfill) 55 TN (76.00 6--2 A-17 Quarry Spell 200 TN //&'° A-18 New 1" Water Meter ( ith New PR V) 1 LS '7.:STe?() A-19 New 1" DCVA (with Hot Box and Yard Hydrant) 1 1 LS LS ?/' '" -71°67 e''' Ici) '706c ' criffoo . A-20 Modification to Ex. Wet Well A-21 CDF 20 CY A-22 Cleaning and Coating/Lining of Ex. Wet Well 1 LS 4 A-23 48" SSMH, Type 1 1 1 EA I/ 3--.Qo'r" / A-24 8" PVC SDR35 Pipe 77 , LF` i nr*".". c'c? /63961. Rev, 5-13-14 L /FT STArioN #5 DESIGN RETRonr PROJECT NUMBEF? 92 340201 APRIL 2024 CF Y 0 i= ruKuvfL4 P-3 f ITEM NO. A-25 Permanent Bypass Connection A-26 New Submersible Pumps and Spare Parts ITEM DESCRIPTION A-27 New Piping/Fittings within VVet Well A-28 New Valve/Meter Vault A-29 I F UNIT QTY UNIT PRICE TOTAL LS 100'7)0 /)?j900?L) ) 1 LS , co 4" Ductile Iron Force Main (CL 52 RJ) A -1-,3U I ti I !poi dl y nypeis rurrIpIrty -1 i_, 2 EA ,, /Y'g/-4-400:7 /c121:2 ---73,....67 °° , / A-31 Connection to Existing Sewer Structure A-32 Connection to Existing Force Main Demolition of ExistinElectrical Cant Is/Panels 1 LS 1 LS -:z , 2. ,,, cno -7960 - A-33 A-34 Relocate Existing Generator FA 1 LS , 1 , ---2 : - A-35 Electrical Work at Generator Pad LSI 1 LS 1 LS , , / ( 4 A-36 Additional Site Lighting A-37 New Electrical Control Building B-5 1 200 A-38 Electrical Work at Control Building Pad B-6 1 LS , l ' A-39 Electrical lmprovements (Controls, Hardware, Enclosures, etc.) 1 LS Z3 30 SCHEDULE A SUBTOTAL' I 10.1% SALES TAX Crushed Surfacing Top Course (Backfill) 20 TOTAL SCHEDULE A t (:;641 GS 124 Tax Rule 170 applies to Schedule A per Section 1-07.2, SCHEDULE B - ROADWORK ITEM NO. 1 ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL B-1 Mobilization (10% Max.) 1 LS , -coc , . B-2 Unexpected Site Changes FA $ 5. B-3 Project Temporary Traffic Control 1 LSI 40 r 0 0 ) . ^ *,,' B-4 Temporary Water Pollution/Erosion Control 1 LS - <,,•,) B-5 Rolled Curb with Transitions 200 LF . 7 00 B-6 2" Grind and Overlay 160 TN9s7°° ' - - ° B-7 Permanent Asphalt Trench Pavement Restoration (HMA 1/2 " PG 58 H-22) 30 TN 0-8 Crushed Surfacing Top Course (Backfill) 20 TN TOTAL SCHEDULE B a 9., 7 a cji,e)c) Tax Rule 171 applies to Schedule B, per Section 1-072 Rev, 5-13-14 L IFT S TATION #5 DESIGN RETROFiT PROJECT NUMBER 92340201 APRIL 2024 r/o LikwiLA P4 SCHEDULE A TOTAL, incl. tax Total Bid Price in Words: SCHEDULE B TOTAL " 7qC) TOTAL AMOUNT BID Rev 5-13-14 L (FT Sr For #5 DESGIV RETRCF7 PROiECr NUMBER 92340201 APRiL 2024 CITY ,DF TUKWILA 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 wilt 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 printoutwitt 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 bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total, bid amount shown wilt be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: President Title: Date: 05/14/2024 Rev. 5-13-14 LIFTSTAnON #5 DESIGN RETROFIT PROJECT NUMBER 92340201 APRIL2024 Pf0Vja. zo aaaideas Excnance of :q2e, Inc, FrO,f ,_;.eage Ccaalatona Aqreemena see awwabxwawaom - Always Verify CITY' Di' TLiKWILA P-6 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 2 Date of Receipt 11 IO 2( Addendum No. 3 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 re uired 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 Ohio Casualty Insurance Company of 175 Berkeley Street, Boston MA 02116 (Name) Bidder Gary Harper Construction Inc Signature of Authorized Official: Printed Name and Title: Gary harper/ President Address: 14831 223rd Street SE (Address) Snohomish, WA 98296 Check One: !rdividua LJ Partnership State of Incorporation: ri Joint Venture Set orporation Phone No.: 360-863-1955 Date: 05/14/2024 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: WA 1. If the Bidder is a co partnership, give the 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. Rev. 5-13-14 LVFTSTAT!OIN#5DES7GIVRETROFT PROJECT NUMBER 92340201 Apen_2024 Provided tc. B.,:li.ders Exchange .c.f WA, Inc Far ,,Isage Crnd..f.tions Agreement. see www.txwa.cam - Always Verify Scal pr 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 (5L )' OR _ Bid Bond: The undersigned, Ga (Principal), and The Ohio Casualty Insurance Company (Surety), are hetd and firmly bound urito the City of TLIkWita (Owrier) in the penaL sum of Five Percent of TotaJ Amount Bid dollars (S 5% ), which tor thc payment of which Principal and Surety bind themselves, their heirs, executors, adrnnstrators, successors and assigns, jointly and se.verally. 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 Lift Station #5 Design Retrofit, Project No, 9234W2U1'according to the terms of the Proposal arid Bid Documents. Now therefore, a. If the Proposat is rejected by Owner, or h. If the Proposal is accepted and Principal shall duty make and enter into an Agreement with Owner in accordance with the terrns of the Proposat and shafl furnish a hond for the faithful perforrnance of said Project and for the payment of aLt persons performirg labor or furnislring 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 tiquidated 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. Signed and dated this 10th day of May Gary Harper Conmhuc�on.Inc. Principe Si nature of Authorized Gary Harper, President Title Name and address oflocal office of A8erlt and/or Surety Company: .2O 24 The Ohio Casualty insurance Company Suret By: A r y -in -Fact Junr field (Atta'ch Power of Attorney) USI Insurance 601 Union Street, Suite 1000 Seattle, WA 98101 Surety cornpanies executing bonds rnust appear on the currentAuthorzed Insurance List in the Slate of Washington per Section 1-02:/ of the Standard Specifications. cFIsmmyq#oDEmKvvm�a Pnoirc7"NumorR 92340207 APPIL 2024 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Seal No.6590 er SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to hind the Company except in the manner and to the extent herein stated. Liberty Mutual insurance Company The Ohio Casualty Insurance Company West Arnerican Insurance Company POWE OF ATTORNEY Certificate No: 8211782-969071 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Cornpany is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and Wesi American Insurance Company is a corporation duly organized under the laws of the Slate of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby narne, constitute and appoint, Amber Er_y,JJ_J.Lock Dinneen; Debbie Lindstrom; Gail E. Tsuboi; Heather Cimuchowski; Molly E. tillers; Jamie Armfield; Jeff Hansen; Kathleen M. Mitchell; Kathy Nye; Kendall Youn ; Kristine Santamaria; Lisa Sim, son; Marina Matyunin; Roxana Palacios; Scott Aldemian; Tara Koloski; Tatiana Geller all of the city of Seattle state of WA each individually if there be more than one named, ds true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1st day of _L‘4_, 2024 . State of PENNSYLVANIA County of MONTGOMERY ss Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West Arnerican Insurance Company / / /ae' searaa, /, David M. Carey, Assistant Secretary On this 1st day of May , 2024 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes herein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my narne and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. COMOOCTIViefIffh Panonlvordo - Notary Scai Torooa Powdla Nota88PUblic Monloomary Couoty 4,18 COMM isoion err Mar8h 28, 2828 Corral iusion ra ber 11268,81. folerriber. Pen.f.fooarria Moorcirion Oloylor B t;rff erase Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may he necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have fell power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or rnechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of 50001c1.7 issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force arid effect as though manually aft xed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect arid has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this I Oth day of May ,2024 . LMS -12873 LMIC OCIC WAIC Multi Co 02/21 Renee C. Llewellyn, Assistant Secretary 0)0 "5 rti C oc E ) w > cc Ci) D_ O cu E E 0 a) 41, 6 43 CN OD 0 IC"`J OD '6 6 -0 c CO = Ej 0 0 .0 (0 6 co LL. CITY OF FUKWILA 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 Lift Station #5 Design Retrofit, Project No. 92340201. Name of Firm Signature of Authorized Official Title SEAL To report bid rigging activities call: "I.vberrrtnitt7.,"4 I I Notary Public . State of Washington I My Appointment Expires 9/27/2026 . - I & — C.immisriNell'en--;4• Signed and sworn to before me on this , 20 4 Signature of Notary Public in angfortheptate of Washington, residing at lefe My appointment expires: NOTICE TO ALL BIDDERS 1-800-424-9071 Z 7/2e2 day of The U.S. Department of Transportation (USDOT) operates the above tott-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 ''hottine" 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. Alt information will be treated confidentially, and caller anonymity will be respected. Rev. 5-13-14 1JF-7-SF-A poly #5 DESIGN RETROFIT PROJECT' NUMBER 92340201 Apra 2024 Provided zo Builders Exchange of WA, Inc, For usage Conditions Agreement see www.by,wa.com - A:ways Verify Scal CITY OF T.AWILA P-11 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary ra fully provide the information required, Name of Bidder: Gary Harper Construction Inc. Address of Bidder: 14831 223rd Street SE Snohomish WA 98296 City State Zip Code Contractor's License No. GARYHCI055LF WA State UB1 No. License Bond Registration No. 47K000896 Dept. of L841 Worker's Comp. Acct. No. 601.606.620 838,522.01 Bidder is a(n): ndividua T Partnership 7.1 Joint Venture ncorporated in the State of WA List business names used by Bidder d ring the past 10 years if different than above: N/A Bidder has been in business continuously from US Bank Bank Reference 1995 Year Kelsey Tavares 425-210-5178 Bank Account Officer Officer's Phone No. No. of regular employees: 8 Number of projects in the past 10 years completed: 5% ahead of schedule 95% on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor far 29 years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Gary Harper Manny Perez Ike Stolp Bryce Heil Rev. 5-13-14 Ie Proiect Manager How Long With Bidder 29 Project Manager 1 Foreman/Superintendent 2 Foreman/Superintendent 5 Lir STATroN #5 DEsg-32w RETROFIT PRCJECT NumeER 92340207 A aRtL 2024 For .5age C.c - Always Vefify Scal CITY OF TIACW/LA P-12 Name the Surveyor to be used on this Project, who will directly supervise al! surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? Li Yes L7, No Surveyor's Name: 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. The bidder must have at least ten (10) years experience working on projects of similar nature and size. Project Name Year Owner/Reference Completed Contract Ammint N erne_ and Phone See references attached List all projects undertaken in the last ten (10) years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client-anstProject Amount or Litigaled of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? VL_, No Yes rf yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? Vslo Yes If yes, please state: Project Name Contracting.Party BortdAmount Rev, 5-13-14 LIFT STATION #5 DESIGN RETROFIT PROJECT NufrIBER 92340201 ARIL 2024 au Ex.c..hange. o inc F.,7; age CO rl www, CITY 0 P 13 Has Bidder ever been found guilty of violating any State or Federal employment laws? SA° 12 Yes if yes, give details: Has Bidder ever filed for protection under any provision of the federal. bankruptcy laws or state insolvency Laws?o Yes If yes, give details: Has any adverse Legal judgment been rendered against Bidder in the past five (5) years? 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 f r accidents resulting in fatal injury or dismemberment in the past five (5) years? No E7i Yes If yes, please state: Date typaaftniunt AgencyReceiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder President Title: Rev. 5-13-14 Date: 5/14/2024 LIFT STATION #5 DESIGN RETROFIT PROJECT NUMBER 92340201 APRIL 2024 °Try ar nifoy/LA 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 16, 2024, 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 judgement entered by a court of Limited or general jurisdiction, I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and_correot, Ciary Harper Construction Inc. Bidder's Bus Signature of Au o ized Gary Harper e •fflca Printed Name President Tit1e05/14/2024 Snohomish Date City Check One: Sole Proprietorship E Partnership ri WA State Joint Venture 7 Corporation tg( State of Incorporation, or if nota corporation, State where business entity was formed: Washington If a co -partnership, give firm name under which business is transacted: *if a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, a proposal must be executed by a partner. Rev. 5-13-14 LIFT STATION #5 DESIGN RETPCFIT PROJECT NUMBER 92340201 APRIL 2024 CITY TUKWILA P- 7 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTIGNiTYPE YAR CONDITION Cat 320 Excavator 2005 Good Komatzu PC88 Excavator 2018 Good Own Own Cat 305 Excavator 2012 Good Own Case 580N Backhoe w/hoepack 2014 Good Own International 12 YD Dump truck 2008 Good Own I Labor to be used: Equipment Operator, Carpenter, Pipe layer Lead, Laborer, Flagger, Dump Truck Driver. Rev. 5-13-14 Gary Harper Construction Inc. Name of Biddef /". A - gnature of Authorfzea 0 President Title LIFT STATIO14 #5 DESIGN RETROFIT PROJECT NUMBER 92340201 ARIL 2024 Ercvi Kea ro E3;s11-jers Exchange of WA, Jns , Tor Jsage CArhdi aLcr:s AgreemenC 5KIS wWw bxwa . KKK,. - Always Vertfy LKJai CITY CF TUKVAQ,4 P-19 PROPOSED SUBCONTRACTORS Name of Bidder Gary Harper Construction Inc. fri 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 wham 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 shalt 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 wilt 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 shalt render the prime contract bidders 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 -? % Name co ( c) ,_w 60.2.iring442.6\o.1 mc;4"elle Pi CA Schedule/Bid Item Numbers Subcontractor will perform % of Total Bid 4-33, :/7, 41-2o rZ6 st (Z3 WORK TO BE PERFORMED BY PRIME CONTRACTOR (9-4 e: r- t -7+ve-rve-cri ri<4>"/957 At,1 S- °d 4c.. Rev. 5-13-14 LIFTS TATION #5 DESIGN RETROFIT PROJECT NUMBER 92340207 APRIL 2024 ,f Cc,nditcrl.s Ac.feemen'c s.e,e www.bxwa :om. - ilways Scal City of Mercer Island 9611 SE 36th St Mercer Island, WA 98040 Lakehaven W&S District PO Box 4249 Federal Way, WA 98003 City of Kent 400 W. Gowe Kent, WA 98032 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHCI055LF 2020 Public Works Projects as a General Contractor Name of Contract: Pump Station No. 18 Pump Replacement - Pump Stations No. 13, 17 & 24 Generators Replacement, Project No. 2018-P18G131724 Install owner supplied generators in underground vaults at three pump stations, including new ventilation systems and confined space equipment. Install owner supplied pumps, new piping, valves and ladders at one pump station. Contact: James Moe, Sewer Utility Foreman (206) 960-0602, james.more@mercergov.org JOB COSTS: $573,399.19 Name of Contract: Lakota Liquid Stream Improvements, Phase 1 (19-1449) Mechanical modifications at Lakota WWTP. Install 6 new 1CY' flow meters and Di piping. Install new 4" valves and DI piping on 3 WAS pumps. Install new 3" air release piping on existing 10" al. pipe. Painting and electrical work. Contact: Molly Du, Project Manager (253) 946-5415, myoung@lakehaven.org JOB COSTS: $528,090.88 Name of Contract: Armstrong Well 2 Pump Replacement, Project No. W20089 Provide and install new turbine pump in existing well building Contact: Bryan Bond, Engineering Project Coordinator (253) 856-5662, ond@kentwa.gov JOB COSTS: $97,783.53 King County Water Dist 90 Name of Contract: Pump Station No. 2 System Improvements Contract No. 2020-01 15606 SE 128th St Remove one old pump, piping, fittings and control valve Provide and install new pump. Renton, WA 98059 piping, fittings and control valve. Mi or concrete work. Contact: Bryan tof, PE - Santec Consulting Services, Inc (425) 289-7328, brianwolf stanteoc JOB COSTS: $78,735.00 Ronald Wastewater Dist PO Box 33490 Shoreline, WA 98133 Name of Contract: 2112 & 2118 N. 155th St Sewer Lateral Repair (211909-9) Replace existing sewer stubs for 2 side sewers. Restore sidewalk and driveway. Contact: Craig Chrisensen, PE - CHS Engineers (425) 637-3693, craigo@chsengineers corn JOB COSTS: $49,225.89 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHCI055LF 2021 Public Works Projects as a General Contractor City of Bellevue Name of Contract: Enatai Water Inlet Station improvements, Bud No. 19090 - install new 24" PO Box 90012 DE storm line and manholes. Construct a new water inlet station and reroute existing water Vines Bellevue, WA 98009 to new vault. Replace 4 water services and rebuild Seattle Public Utilities water vault. Abandon old inlet station. HMA, concrete and grass restoration. Contact: James Stockwell, PE Senior Utility Engineer (425) 452-4868. Jstockwell@bellevuewa.gov JOB COSTS: $1,325,018.91 City of Bellevue Name of Contract: Lake Heights Wastewater Pump, Station Rehabilitation, Bid No. 20030 PO Box 90012 Provide sewage bypass for existing sewage pump station. Remove old pump station. Install Bellevue, WA 98009 new soldier pile wail and construct new electrical building. Replace pumps and piping in wet well, HMA and landscape restoration. Contact: Hein Nguyen, Inspector Supervisor Utilities Engineering (425) 452-6800. HiNguyen@bellevuewa,gov JOB COSTS: $1,180,464.64 Covington Water District Name of Contract: Witte Treatment Plant Actuator & Meter Replacement, CIPXXX-2020-XX06 18631 SE 300th Place Replace all existing water meters with new meters. Replace all existing butterfly valves with new Covington, WA 98042 valves. Modify some DI piping and add pipe supports. Replace some electrical controls and add new conduit and wiring to all new devices. Contact: Tom Malphrus,PE District Engineer (253) 867-0906, torn.malphrus@covingtonwater.com JOB COSTS: $379,355.14 Northshore Utility District Name of Contract: Lake Forest Park Reservoir & Booster Station Upgrades, Contract 2020-01 PO Box 82489 Reservoir - Replace old chain link fence with new chain link fence. Install airvac valve on water Kenmore, WA 98028 main. Install new flushing on reservoir curb. Booster Station - remove old generator and install new generator. Replace ATS & MTS and other control modifications. HMA and lawn restoration. Contact: George Matote, PE District Engineer (425) 521-3727, gmatote@nud.net JOB COSTS: $656,633.04 City of Bonney Lake Name of Contract. Lift Station 18 Upgrade - Provide sewage bypass, remove and replace old PO Box 7380 pumps, piping, valve and appurtenances in wet well and valve vault with new. Replace minor Bonney Lake, WA 98391 controls in existing panels. Construct new canopy over existing control panels. Remove and replace old generator with new. Site restoration. Contact: Doug Budzynski, PE City Engineer (253) 447-4342. budzinskid@bonney-lake,wa.us JOB COSTS: $475,344.98 Lake Stevens Sewer Dist Name of Contract: Lift Station #22 Odor Control improvements - Remove old odor control unit 1106 Vernon Road, Ste A and control panel. install new piping and odor control unit with new control panel. Concrete Lake Stevens, WA 98258 and HMA restoration. Contact: Johnathan Dix,Assistant General Manager JOB COSTS: $126,403.22 (425) 334-8588, Johnathan.Dix@lkssd.org City of Tukwila Name of Contract: Tukwila Lift Station No. 4 and Lift Station No. 12 Retrofits - LS4: Provide 6300 Southcenter Blvd sewage bypass. Remove old controls and install new owner provided controls and ATS. Run Tukwila, WA 98188 new conduits and wiring. Pour new concrete slab and pad for controls. Restore site. LS12: Provide sewage bypass for existing wet well, vector out et well & clean. HMA restoration, Contact: Adib Altallal (206) 240-0633. Adib.Altallal@tukwirawa.gov JOB COSTS: $352,432.37 City of Kirkland 123 5th Ave Kirkland, WA 98033 Woodinville Water Dist, 17238 VVoodinville-Duval Rd Woodinville, WA 98072 Woodinville Water Dist. 17238 VVoodinville-Duval Rd Woodinville, WA 98072 Firgrove Mutual Water Co 10408 144th St E Puyallup, WA 98374 City of Kent 400 W Gowe Kent, WA 98032 City of Gig Harbor 3510 Grandview St Gig Harbor, WA 98335 City of Kent 220 4th Ave South Kent, WA 98032 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHCI055LF 2022 Public Works Projects as a General Contractor Name of Contract Rose Point Lift Station Improvements Construct a new Sewer Lift Station with controls and generator building Construct soldier pile wall and concrete retaining waL The new Sewer Lit Station was built into an existing steep slope. Abandon old Sewer Lift Station Storm drain work paving and landscaping Contact: Steve Hoopes - City of Kirkland (425) 587-3329, Shoopes@kirklandwa.gov JOB COSTS: $2,028,295.73 Name of Contract: Ringhill & Hollywood Booster Pump Station Improvements Rebuild 3 existing booster pumps and supply one new booster pump at Ringhill. Replace 2 owner -supplied booster pumps and provide new pump controls with equipment pad at Hollywood Contact: Bill Reynoids, PE - PACE Engineers, Inc. (425) 827-2014, Billr@paceengrs.com JOB COSTS: $373,304.44 Name of Contract: Sewer Siphon #1 Improvements Rebuild entire Sewer Siphon #1 site. Set up sewer bypass system. Replace one 4° section and slap top on siphon vault, rechannel entire vault, install new FRP structural wall with actuated slide gate to control flows Replace existing controls with new controls. install new underground piping and connect to manholes & vault, epth up to 20ft deep & dewater site. Install one new pump for sewer overflow protection. Restore site. Contact: Christian Hoffman, PE - Woodinville Water District (425) 487-4142, Christian©woodinvillewater.com JOB COSTS: $799,305.75 Name of Contract: Site 600 Wells 13 & 18 Hydraulic improvements Install 2 new submersible well pumps with appurtenances. Upgrade electrical and controls for pumps. Install new 12 Di water line with valves and abandon old water line. Restore site and hydroseed. Contact: Chris Kelsey, PE - BHC Consultants (253) 344-5084, Chris.kelseygbhcconsultants.cern JOB COSTS: $357,981.84 Name of Contract: Armstrong Well #1 Rehabilitation and Component Replacement Remove old well' pump, clean and disinfect well. Supply and install new pump and motor. Clean inside of well building, and haul off old piping, pump. etc Contact: Bryan Bond, Engineering Project Coordinator - City of Kent (253) 856-5662, Bbond@kentwa.gov JOB COSTS: $162,280.00 Name of Contract: Replacement of Sanitary Sewer Lift Station No. 6 Construct a new below grade cast in place sewer lift station with piping valves, generator HVAC, electrical and controls. Supply and install new wet well with 2 pumps, piping and check valves. Supply and install waterproofing and drainage for cast in place sewer lift station. Remove old pumps, piping and electrical from old lift station and fill manhole with CDF. Asphalt and landscape restoration. Contact: George Flanigan, Field Supervisor - City of Gig Harbor (253) 853-7695, Gflanigan@gigharborwa.gov JOB COSTS: $1,727,517.18 Name of Contract: Kent Springs Well #3 Component Replacement & installation Supply and install new well pump with appurtenances. Install City supplied rebuilt motor Clean well building and haul off old piping, pump, etc. Contact: Bryan Bond, Engineering Project Coordinator - City of Kent (253) 856-5662, Bbond@kentwa.gov JOB COSTS: $170,180.0( Lakehaven Water & Sewer Dist. 31627 1st Ave S. Federal Way WA 98003 City of Puyallup- Owner 333 S. Meridian Puyallup, WA 98371 City of Renton (owner) 1055 S Grady Way Renton, WA 98057 City of Puyallup 333 S. Meridian Puyallup, WA 98371 Gary Harper Construction, Inc. 14831 223rd St SE, Snoho ish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARY1-1C1055LF 2023 Public Works Projects as a General Contractor Name of Contract: Lakota Primary Clarifiers & Scum System Improvements Replace all of Evoqua's equipment with new equipment in Primary Clarifiers No 1 and No 2. Replace scum skimmers and troughs. Install new acuated Iside gate in scum pit. Rei Replace all 6" glass lined ductile iron pipes for clarifiers l& 2. Install two new grinders on scum piping Contact Fei Tang (253) 945-1582 JOB COSTS: $2,689,122.29 Name of Contract: North Levee Rd Pump Station Replacement Replace all dectile iron piping, valves, and fittings includidng installing three new flight pumps. Install new valve/pig launch vault with new flow meter. Add onto existing generator building to include a new electrical room. All new controls and instrumentation. Sitework to include temporary sewage bypass, asphalting and new chain link fence. Contact: Brian Schermerhorm (253) 770-3348 JOB COSTS: $1,921,654.96 Name of Contract: LS & Force Main Improvements Phase 2 (Group 18) Work involved three sewage lift stations, Devils Elbow Lift Station stormwater improvements on access road. Clean and vactor out wet well, add a bypass connection in valve vault, temporary sewage bypass, Baxtor Lift Station: Add a bypass connection in valve vault, improve electrical controls inside of building. East Valley Lift Station: Remove concrete slab & sidewalk. Install new generator with ATS & MTS, new conduits and wiring, Restore lawn and irrigation. Contact: Michael Benoit (425) 430-7206 JO COSTS: $430,996.00 Name on Contract: Deer Creek Stormwater Facility Rehab Remove two feet of sediment in storm water pond. Jet out existing incoming storm pipes. Crete a birm in pond, and hydroseed pond. Restore Road to pond. Contact: Kelton Parker (253) 435-3649 JOB COSTS: $105,167.11