Loading...
HomeMy WebLinkAbout18-071 - ICON Materials - 2018 Overlay and Repair Program Construction18-071 Council Approval 5/7/18 C-1 AGREEMENT FORM CONTRACT NO. /0 -07/ THIS AGREEMENT is made and entered into on this I I' day of VYI'( , 20 IS , by and between the City of Tukwila, Washington ("Owner") and Z Cov1 Mw-rs4-4S ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled 2018 OVERLAY AND REPAIR PROGRAM, Project No. 91810401 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, WASH (VON (Owner) By: A%'/ - ayor Attest: This 11 oda, of yNt i4'? , 20 1 f City Clerk Approved as to Form: C City Attorney Address for giving notices: CPM Development Corporation DBA ICO Materials (Contracto By: �� Title: Attest: This 27th Senio Project Manager ay of A; �// ii onstruc •'y =nager Contractor's License No. 20 18 Scott Droppelman ICONM**982CF Address for giving notices: 6.2)06 Sid I1i../Sr6:-/GC, 1508 Valentine Ave SE 2018 OVERLAY AND REPAIR PROGRAM Pacific, WA 98047-2103 `5.12-d 6//VA S MARCH 2018 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 9283910 CPM Development Corporation DBA ICON Materials Fidelity and Deposit Company of Maryland We, and (Principal) (Surety) a Maryland 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 Nine Hundred Fifty Five Thousand Nine Hundred Forty Five Dollars and Fifty Cents Dollars ($ 955,945.50 ), 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 April 9 , 2018 , between Principal and Owner for a project entitled 2018 OVERLAY AND REPAIR PROGRAM , Contract No. 91810401 ("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%). 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. 2018 OVERLAY AND REPAIR PROGRAM MARCH 2018 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Thomas O. McClellan, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do, hereby nominate, constitute, and appoint Tina Davis of Salt Lake City, Utah , its true and lawful agent and Attorney - in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 14th day of October, A.D. 2015. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Thomas O. McClellan By: Eric D. Barnes Vice President Secretary State of Maryland County of Baltimore On this 14th day of October, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Thomas O. McClellan, Vice President and Eric D. Barnes, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. By: Constance A. Dunn, Notary Public My Commission Expires: July 9, 2019 Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. POLICY LIMITS ARE NO LESS THAN THOSE LISTED, ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL SUBLIMIT/LIMITS NOT LISTED BELOW. This is to Certify that I CPM Development Corporation (120 -PAC) DBA ICON Matericals 1508 Valentine Avenue SE Pacific WA 98047-2103 L 1 NAME AND ADDRESS OF INSURED Liberty Mutual. INSURANCE is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and Conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued. TYPE OF POLICY In Ki EXP DATE CONTINUOUS EXTENDED POLICY TERM POLICY NUMBER LIMIT OF LIABILITY WORKERS COMPENSATION 9/1/2018 WA7-C8D-004095-027 WC7-C81-004095-017 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: WA •WY States except OH, ND, -017: WI, MN EMPLOYERS LIABILITY Bodily In'ury by Accident 1 , 000, 000 Each Accident Bodily Injury By Disease $1,000,000 Pnliev i unit Bodily Injjury By Disease $1,000,000 Each Person GENERAL !rI • COMMERCIAL LIABILITY OCCURRENCE CLAIMS MADE 9/1/2018 TB2-C81-004095-117 -Per Project Aggregate included General Aggregate $2,000,000 Products / Completed Operations Aggregate $2,000,000 Each Occurrence $2,000,000 Personal & Advertising Injury $2,000,000 Per Person / Organization RETRO DATE Other Damage to Premises Rented to You: 5250.000 Other Medical Exp: $50,000 El FA ElHIRED AUTOMOBILE LIABILITY OWNED NON -OWNED 9/1/2018 AS2-C81-004095-127 Each Accident—Single Limit 000 $2,000,B.I. And P.D. Combined Each Person Each Accident or Occurrence Each Accident or Occurrence OTHER -Automobile policy -Excess Workers Compensation and Employers Liability (WA) 9/1/2017 - 9/1/2018 9/1/2017 - 9/1/2018 -AS2-C81-054502-527 -EW7-68N-004095-347 Physical Damage only -$10,000 Comp -$10,000 Coll Excess WC-$250,000,000/EL-$750,000 WC & EL Combined -$250,000,000 (Includes WA Stop Gap) SIR $250,000 ADDITIONAL COMMENTS RE: P/N 91810401 2018 Overlay and Repair Program City of Tukwila, its officers, elected officials, employees, agents, volunteers, KPG, Inc. P.S., its officers, employees, and sub -consultants are listed as additional insured with regards to the general liability and automobile liability policies, on a primary and non-contributory basis, where required by written contract. Waiver of subrogation is included in favor of the additional insured, where required by written contract, and where applicable by law. • If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: P/N 91810401 2018 Overlay and Repair Program %5 [City of Tukwila 6300 Southcenter Blvd Suite 100 Tukwila WA 98188 L Liberty Mutual Insurance Group Valerie Reece Fairfield / 049C 9450 Seward Road Fairfield OH 45014 800-332-3226 4/25/2018 OFFICE PHONE DATE ISSUED AUTHORIZED REPRESENTATIVE This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07-10 41518646 l LM_44 1 9/17-9/18 - WA 2/2 1 David Menebroeker 1 4/25/2018 10:14:55 AM (CDT) 1 Page 1 of 1 LDI COI 268896 02 11 ACORO®DATE CERTIFICATE OF LIABILITY INSURANCE (MMIDD/YYYY) 4/25/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Liberty Mutual Insurance Co. National Insurance East 2000 Westwood Dr. Wausau, WI 54401 NAMEACT PHONE FAX No EExt):(A/C, No): E-MAIL EM ADDRESS: CMeCertProductionftLibertyMutual.com www.LibertyMutual.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Liberty Mutual Fire Insurance Company 23035 INSURED CPM Development Corporation (120 -PAC) DBA ICON Matericals 1508 Valentine Avenue SE Pacific WA 98047-2103 INSURER B : INSURER C: EACH OCCURRENCE INSURER D: DAMAGE TO RENE PREMISES Ea occur ence) INSURER E : INSURER F : CLAIMS -MADE ERAGE CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP/Y (MMIDDYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENE PREMISES Ea occur ence) $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A V UMBRELLALIAB EXCESS LIAB I OCCUR CLAIMS -MADE i 1 TL2-681-054523-927 9/1/2017 9/1/2018 EACH OCCURRENCE $$1,000,000 AGGREGATE $$1,000,000 Products/Completed Ops $ $1,000,000 DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVEN O F F I C E RIM E M B E R EX C LU D ED 7 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N / A PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: P/N 91810401 2018 Overlay and Repair Program City of Tukwila, its officers, elected officials, employees, agents, volunteers, KPG, Inc. P.S., its officers, employees, and sub -consultants are listed as additional insured with regards to the excess liability policy, on a primary and non-contributory basis, where required by written contract. Waiver of subrogation is included in favor of the additional insured, where required by written contract, and where applicable by law. The excess liability policy follows form. CANCELLATION P/N 91810401 2018 Overlay and Repair Program City of Tukwila 6300 Southcenter Blvd Suite 100 Tukwila WA 98188 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE r,, iJ' / u - �diGGE Valerie Reece ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 41518690 1 LM_44 1 9/17-9/18 Excess 1 David Menebroeker 1 4/25/2018 10:16:22 AM (CDT) 1 Page 1 of 1 Policy Number: AS2-C81-054502-527 Issued by: Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are Insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s) or Organizations(s): Any person or organization for which such coverage is required by written contract with the Named Insured Regarding Designated Contract or Project: Each person or organization shown in the Schedule of this endorsement is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section H of the Coverage Form. The following is added to the Other insurance Condition: If you have agreed that this policy will be primary and without right of contribution from any insurance in force for an Additional insured for liability arising out of your operations and the agreement was executed prior to the "bodily Injury" or "property damage", then this insurance will be primary and we will not seek contribution from such insurance. AC 84 23 08 11 ® 2010, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 includes copyrighted material of insurance Services Office, Inc. with its permission. POLICY NUMBER: AS2-C81-054502-527 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s) Of Person(s) Or Organization(s): My person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. Premium: $ INCL Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "aocidenr or the "loss" under a contract with that person or organization. CA 04 441013 ® Insurance Services Office, Inc., 2011 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: EXCESS LIABILITY POLICY FORM SCHEDULE Name of Person or Organization: As required by written contract or agreement entered into prior to Toss. The following is added to Section I1— CONDITIONS, Paragraph K. Subrogation: We waive any right of recovery we may have against any person or organization, shown in the Schedule above, with whom you have agreed in writing prior to an "occurrence" to waive your rights because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard", TL 24 07 04 09 Page 1 of 1 POLICY NUMBER: TB2-C81-004095-117 COMVERCIAL GENERAL UABIUTY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II -- Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury". "property damage' or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However. 1. The insurance afforded to such additional insured only applies to the extent permfted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the imsurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after. Name Of Additional insured Person(s) Or Organtzation(s): 1. All work, including materials, parts or equipment furnished in connection wfh such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work' out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section Iii — Limits Of Insurance: If coverage provided to the addltonal insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Location(s) Of Covered Operations Any owner, lessee, or contractor for whom you have agreed in raking prior to a Toss to provide liability insurance Any location listed in such agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 2010 0413 e Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER TB2-C81-004095-1 17 COMVERCLAL GENERAL UABIUTY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only wfh respect to liability for 'bodily injury' or "property damage caused, In whole or in part, by your work' at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the 'products -completed operations hazard'. However. 1. The insurance afforded to such addkional insured only applies to the extent permkted by law; and 2. If coverage provided to the addlional insured is required by a contract or agreement, the Insurance afforded to such addltional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds. the following is added to Section IU — Limits Of Insurance If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement or 2. AvaNable under the applicable Limits of Insurance shown in the Declarations; whichever is Tess. This endorsement shall not increase the applicable Limks of Insurance shown in the Declarations. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Any owner, lessee, or contractor for whom you have agreed in writing prior to a loss to provide habiltiy insurance Location And Description Of Completed Operations Any location listed in such agreement Information required to complete this Schedule, if not shown above, wlII be shown in the Declarations. CG 20 37 0413 © Insurance Services Office. Inc., 2012 Page 1 of 1 POLICY NUMBER: TB2-C81-004095-117 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEAIENTCHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attrbuted only to ongoing operations at a single designated construction project shown h the Schedule below: 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Dedarations. 2. The Designated Construction Project General Aggregate L'nnk is the most we will pay for the sum of all damages under Coverage A ex- cept damages because of "bodily injury" or "property damage" Included in the "products - completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule below. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Lank shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule below: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit. whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Li mil. C. When coverage for liability arising out of the "products -completed operations hazard" is prov- ided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Agg- regate Limit. and not reduce the General Agg- regate link nor the Designated Construction Project General Aggregate Limit. D. tf the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans. blueprints, designs, speckications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section ID — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. CG 25 03 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 2 SCHEDULE Designated Construction Project(s): All Projects. Information required to complete this Schedule, if not shown above, wit be shown in the Declarations. CG 25 03 05 09 ® Insurance Services Office, Inc., 2008 Page 2 of 2 POLICY NUMBER TB2-C81-004095-1 17 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following Is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section P/ — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name Of Penson Or Organization: As required by written contract or agreement entered into prior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 24 04 05 09 C Insurance Services Office, Inc., 2008 Page 1 of 1 Policy Number. TB2-C81-004095-117 Issued by: LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY — SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Person or Organization: My person or organization for which such coverage is required by written contract with the Named insured If you are obligated under a written agreement to provide liability Insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule that is an additional insured on this policy, this policy will apply solely on the basis required by such written agreement If the applicable written agreement does not specify on what basis the liability insurance will apply, this Insurance shall be excess over any other valid and collectible insurance available to the additional insured, whether such insurance is on an excess, contingent or primary basis. Condition 4 Other Insurance of Section IV Is reliised accordingly. LD24100611 ® 2011 Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 City of Tukwila Public Works Department CONTRACT PROVISIONS FOR 2018 OVERLAY AND REPAIR PROGRAM Project No. 91810401 Bid Document March 2018 Prepared for: CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Prepared by: Interdisciplinary Design 3131 Elliott Avenue Suite 400 Seattle.WA 98121 P 1206.286.1640 www.kpg.com CPM Development Corporation DBA ICON Materials Page 1 Cover Page Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com - Always Verify Scale 2018 OVERLAY & REPAIR PROGRAM CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Tukwila City Council Members Verna Seal, President Kathy Hougardy Thomas McLeod Dennis Robertson Zak Wan Kate Kruller De'Sean Quinn City Administration Allan Ekberg, Mayor David Cline, City Administrator Christy O'Flaherty, MMC, City Clerk Acting: Robin Tischmak, P.E., Director of Public Works City Engineer Acting: Ryan Larson, P.E. Consulting Engineer } PQ IMMO;Maly 3f 3i /1100 AreiweSdM 400 Sattle,W490121 P120521%1640 vonvio Ocan Approved for construction by: Sign, Acting: Ryan Larson, P.E., City Engineer Pat Brodin, P.E., Public Works Operations Manager Acting: Robin Tischmak, P.E., Director of Public Works Date r -o-16 CPM Development Corporation DBA ICON Materials Page 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-1 PROPOSAL (unit price) CPM Development Corporation Contractor's Name DBA ICON Materials Contractor's State License No. ICONM**982CF City of Tukwila Project No. 91810401 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled 2018 OVERLAY AND REPAIR PROGRAM, which project includes but is not limited to Hot Mix Asphalt (HMA) overlay of up to FOUR (4) sites, planing bituminous pavement, removing pavement and pavement repairs, installation of concrete curbs, sidewalks, driveways and ramps, installation of traffic loops and junction boxes, signal modifications, adjusting surface utilities to grade, installing new channelization and signage, providing all necessary traffic control labor and devices, providing temporary erosion/water pollution control and other items necessary to complete the Work as shown on the Contract Documents; and has read and thoroughly understands 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) III bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 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 FORTY (40) working 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 working 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. 2018 OVERLAY AND REPAIR PROGRAM MARCH 2018 Page 9 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal 2018 Overlay and Repair Program Project No. 91810401 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. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be Included in the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458-20-171. P-2 No. Item Item Description 1 Qty Unit Unit Price Amount ROADWAY (SCHEDULE A) 1 Unexpected Site Changes 1 FA $ 3,000.00 $ 3,000.00 2 ADA Features Surveying 1 LS 15, 500, 00 lSSOD.Gt7 3 Resolution of Utility Conflicts 1 FA $ 1,500.00 $ 1,500.00 4 SPCC Plan 1 LS // 600, DO 1, 600.00 5 Mobilization 1 LS 601000, 00 5o1cco.00 6 Project Temporary Traffic Control 1 LS ' 000,o0 80/GoD. oo 7 Off -Duty Uniformed Police Officer 40 HR 108, cXl '/;320.00 8 Cement Conc. Sidewalk Removal Incl. Haul 330 SY 55,00 /8,15O,c 9 Cement Conc. Curb Removal Incl. Haul 570 LF 15; DO 8 5-56,, 00 10 Removal of Structure and Obstruction 1 LS l/350, CO, ( 354.00 11 Unsuitable Foundation Excavation Incl. Haul 20 CY tf0.0o BGlo, 00 12 Gravel Borrow Incl. Haul 40 TON (6'00 (610.00 13 Crushed Surfacing Top Course 170 TON 63.0 /o, 71.a o0 14 Pavement Repair Excavation Incl. Haul 160 CY /076, DO „.20/60 15 HMA Cl. 1/2" PG 64-22 740 TON 8! , ao , 9110, V 16 HMA Cl. 1/2" PG 70-22 3,000 TON 8`, D0,903/A9 0, 00 17 HMA for Pavement Repair Cl. 1/2" PG 64-22 150 TON /3400 an /00, ao CPM Development Page 10 Bid Schedule Corporation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scab BA ICON Materials Proposal 2018 Overlay and Repair Program Project No. 91810401 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 contorm thereto. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458.20.171. P-3 Item No. Item Description Qty Unit 4 Unit Price Amount 18 HMA for Pavement Repair CI. 1/2" PG 70-22 40 TON ` Ax v66, eo 19 Temporary Pavement 10 TON oza0,00 a ADO, 06 20 Thickened Edge 220 LF 07.30 506,66 21 Planing Bituminous Pavement 26,560 SY 3, 6 o 94 4/6• Gb 22 Joint/Crack Sealing 1 FA $ 3,000.00 $ 3,000.00 23 Adjust Water Valve 26 EA 513. co 441a, 00 24 Erosion/Water Pollution Control 1 FA $ 3,000.00 $ 3,000.00 25 Inlet Protection 21 EA 58,00 i,2/8.1O 26 Cement Conc. Curb and Gutter 460 LF Ili 50 19, 490.00 27 Reinforced Cement Conc. Curb and Gutter 20 LF 607.60 a) 28 Integral Curb 50 SF 36 50 i,&?5,610 29 Cement Conc. Driveway Entrance 80 SY /OD, OD 8410.GO 30 Adjust Monument Case and Cover 5 EA 593, DO ' 9d 5 69 TRAFFIC SIGNALS (SCHEDULE A) 31 Traffic Signal Modifications (Southcenter Blvd & Macadam Rd S) 1 LS o? 7, D00, 0 ci?QD0, •00 32 Traffic Signal Modifications (Southcenter Blvd & 61st Ave S) 1 LS *ROD. 00 /6;07000.eio SIDEWALK (SCHEDULE A) 33 Cement Conc. Sidewalk 300 SY 4/6,50 /3/950400 CPM Development Page 11 Corporation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify SGSIBA ICON Materials Proposal 2018 Overlay and Repair Program Project No. 91810401 P-4 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where confect 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. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included In the various unit and lump sum prices, per section 1- 07.2(1) and WAC 458-20471. Item No. Item Description Qty Unit Unit Price Amount 34 Cement Conc. Curb Ramp 5 EA 0,?i 830, 01) !i /50.00 35 Non -Skid Surface Treatment 35 SF STORM SEWER (SCHEDULE A) 36 Adjust Catch Basin 12 EA S63,00 43S6.60. 37 Storm Drain Marker 40 EA /8, DO 7.4p, DO SANITARY SEWER (SECHEDULE A) 38 Adjust Manhole 14 EA 863, D0 /4 0$? DD TRAFFIC CONTROL DEVICES (SCHEDULE A) 39 Raised Pavement Marker Type 1 14 HUND /58, 5o a ;7l9. eln 40 Raised Pavement Marker Type 2 4 HUND 4/0. 00 /6,0.00 41 Permanent Signing 1 LS /i 606',G0 4 4 00.00 42 Plastic Traffic Arrow 44 EA 53.50 , 351.00 43 Plastic Traffic Letter 2 EA /90,00 35o , 66 44 Plastic Stop Line 200 LF 7,D0 // voo,400 45 Plastic Crosswalk Line 270 SF 44 (25 / /47 50 46 Plastic Line, 12 Inch 100 LF ti., 075 2/ 5,00 47 Plastic Line, 8 Inch 120 LF 3.00 360,00 CPM Development Page 12 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Corporation DBA ICON Materials Proposal 2018 Overlay and Repair Program Project No. 91810401 P-5 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. Refer to Division 10 for definition of pay items. include applicable sales tax shall be included in the various unit and lump sum prices, per section 1• 07.2(1) and WAC 458-20-171. Item No. Item Description Qty Unit Unit Price Amount 48 Plastic Line, 4 Inch 4,370 LF 40 6/. 992, a 49 Paint Line, 4 Inch 50 LF /, 60 80, 00 50 Temporary Pavement Markings 5,300 LF 6 , a a ///66,00 ROADSIDE DEVELOPMENT (SCHEDULE A) 51 Topsoil Type A 10 CY 350, Co 3, 500, 03 52 Edge Restoration 1,000 LF S 00 S 000, 60 53 Property Restoration 1 FA $ 3,000.00 $ 3,000.00 FRANCHISE UTILITY ITEMS (SCHEDULE A) 54 Adjust Franchise Utility ManholeNault 7 EA 6 W0,00 00 7, 70040 55 Adjust Gas Valve 8 EA 593. rip L671/171•00 Total Schedule A Bid $ 838, 423, SO Page 13 CPM Developmen. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Corporation DBA ICON Materials Proposal P-6 2018 Overlay and Repair Program Project No. 91810401 Note: Unit prices for all Items, all extensions, and the total amount bid must be shown. Where confect 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. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) end WAC 458-20-171. Item No. Item Description Unit Unit Price Amount ROADWAY (SCHEDULE B) 56 Unexpected Site Changes 1 FA $ 1,000.00 $ 1,000.00 57 SPCC Plan 1 LS //60.9,00 /600.40 58 Mobilization 1 LS $,100.00 6, l0O.00 59 Project Temporary Traffic Control 1 LS 6/800,00 4900.00 60 Cement Conc. Sidewalk Removal Incl. Haul 70 SY 55,00 61 Cement Conc. Curb Removal Incl. Haul 140 LF 45,00 3,850c0 62 Removal of Structure and Obstruction 1 LS 63 Roadway Excavation Incl. Haul 200 CY 83, o0 a� /t)0 '° l 3�0• /660000 64 Unsuitable Foundation Excavation Incl. Haul 60 CY 00 65 Crushed Surfacing Top Course 10 TON 63,0o 630.65 66 HMA CI. 1/2" PG 64-22 450 TON 81 . 00 3450t 00 67 HMA Speed Bump 80 LF 2!.00 � 680,00 68 Adjust Water Valve 1 EA 583,00 5q3,00 69 Inlet Protection 10 EA 004 1O 515,0 CPM Development Page 14 Corporation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale DBA ICON Materials Proposal P-7 2018 Overlay and Repair Program Project No. 91810401 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. Refer to Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. Item No. Item Description Qty Unit Unit Price Amount 70 Cement Conc. Curb and Gutter 130 LF 67. SO a 77 5. 00 71 Integral Curb 50 SF 3(A. 50 liSa5r0o SIDEWALK (SCHEDULE B) 72 Cement Conc. Sidewalk 70 SY (q,R, 50 6, 4.75, 73 Cement Conc. Curb Ramp 2 EA .3, DOO.00 4, 4000, C0 74 Dual Cement Conc. Curb Ramp 1 EA x/750 00 6,750, DO STORM SEWER (SCHEDULE B) 75 Storm Drain Marker 5 EA «. 00 90, 00 TRAFFIC CONTROL (SCHEDULE B) 76 Paint Line, 4 Inch 730 LF or 60 41.38, 00 ROADSIDE DEVELOPMENT (SCHEDULE B) 77 Topsoil Type A 5 CY 30.00 1,750.00 78 Property Restoration 1 FA $ 500.00 $ 500.00 FRANCHISE UTILITY ITEMS (SCHEDULE B) 79 Adjust Gas Valve 2 EA 593.00 1,184 .00 Total Schedule B Bid $ t t-7,5aa .ex) Page 15 CPM Development Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Corporation DBA ICON Materials Summary: Total Schedule A Bid $ 8381'42.3,50 Total Schedule B Bid $ t t 1, 5a a . X) Total Base Bid (Schedule A + Schedule B) $ q 55.) q 50 Note: Determination of low bidder will be based solely on the 'Total Base Bid'. P-8 CPM Development Page 16 Corporation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale.. IAA ICON Materials Proposal P-9 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing 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 ff 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 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 will 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: Title: N/A Date: 2018 OVERLAY AND REPAIR PROGRAM CPM Development Corporation DBA ICON Materials Page 17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale MARCH 2018 Proposal P-10 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt 1 `1310 3 2 4 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 Fidelity and Deposit Company of Maryland of 1400 American lane, Tower One, 19th Floor (Name) Schaumburg, IL 60196 (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: ccvelopment Corporation DBA ICON Materials es Rob Meidinger General Manager / VP 1508 Valentine Ave SE Pacific, WA 98047-2103 Circle One: Individual / Partnership / State of Incorporation: Washington Joint Venture Phone No.: 206 575-3200 Date: April 5, 2018 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. 2018 OVERLAY AND REPAIR PROGRAM MARCH 2018 Page 18 Signature Page Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ADDENDUM NO. 1 City of Tukwila, Washington 2018 OVERLAY AND REPAIR PROGRAM Project No: 91810401 DATE OF ADDENDUM ISSUE: April 3, 2018 DATE OF BID OPENING: April 5, 2018 NOTE TO ALL PLANHOLDERS: This Addendum No. 1, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. CONTRACT PROVISIONS 1. Special Provisions SP -73 Division 10 Bid Item No. 28 -- Integral Curb: DELETE Measurement and payment for "Integral Curb" shall be per linear foot and REPLACE with Measurement and payment for "Integral Curb" shall be per square foot. 2. Special Provisions SP -82 Division 10 Bid Item No. 71 — Integral Curb: DELETE Measurement and payment for "Integral Curb" shall be per linear foot and REPLACE with Measurement and payment for "Integral Curb" shall be per square foot. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. Sincerely, / /0 /7a/ Ryan !Larson, PE Acting: City Engineer City of Tukwila Receipt ackrypwledged, and cond'. •ns agreed to this 3'"d day of Bidder Signature 2018 2018 Overlay Program Addendum No.1 Page 1 of 1 Page 1 Addendum #1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CPM DEVELOPMENT CORPORATION CORPORATE OFFICE • 5111 E BROADWAY • SPOKANE VALLEY, WA 99212 P.O. BOX 3366 • SPOKANE, WA 99220-3366.OFFICE: (509) 534-6221 • FAX: (509) 536-3051 Central Pre -Mix Concrete Co. Central Pre -Mix Prestress Co. Mao 40 Inland Asphalt Co. Interstate Concrete & Asphalt Co. 404 ICON ICON Materials WSG Wenatchee Sand and Gravel WARN Central Washington Concrete ,,111111 Eugene Sand & Gravel Viking Redi-Mix Green &White Rock Products 4110 Klamath Pacific Corporation Bandon Concrete & Development River Bend Sand and Gravel Salem Road & Driveway Valley Concrete & Gravel Oldcastle® Materials CERTIFICATE OF AUTHORITY Please be advised, that the individuals whose names, titles and signatures appear below are authorized to execute proposals, contracts, bonds, and other documents and/or instruments on behalf of CPM Development Corporation, d/b/a ICON Materials. ICON Materials is a CPM Development Corporation trade name. Name and Title Ric Linares, Regional President Rob Meidinger, General Manager/Vice President Scott Droppelman, Construction Division Manager Mark Eichelberger, Senior Project Manager STATE OF WASHINGTON ) ss. COUNTY OF SPOKANE Signature ✓A'''' '' ,� Respectfully submitted, CPM DEVELOPMENT CORPORATION Susan L. Devaney Northwest Division CFO On this day personally appeared before me Susan L. Devaney, known to me to be the person that executed the foregoing instrument, on behalf of CPM Development Corporation, d/b/a ICON Materials, and acknowledged said instrument to be the free and voluntary act of said corporation, for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me this a y day of % , 2017. Notary Public State of Washington JEFF L CAVINESS My Appointment Expires Mar 18, 2018 Sg Lure of Notary T1'r1= L cA9u 1,ve's S Print or Type Name of Notayy NOTARY PUBLIC in and for the State of Washington Residing at -cr"G k My Commission expires on /7),911.. ! k ) j 1?' . ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Rob D. MEIDINGER, Karen RHINEHART, Susan L. DEVANEY and Scott A. DROPPELMAN, all of Pacific, Washington, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,Any and all bid bonds issued on behalf of ICON Materials (dba of CPM Development Corporation), Pacific, Washington each in a penalty not to exceed the sum of $1,000,000 and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of October, A.D. 2015. Secretary Michael McKibben State of .Maryland County of Baltimore On this 27th day of October, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Vice President Thomas O. McClellan IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. t t 9Dao : fr .-er, rn0• „` Maria D. Adamski, Notary Public My Commission Expires: July 8, 2019 POA -F 020-8022U P-12 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 2018 OVERLAY AND REPAIR PROGRAM, Project No. 91810401. CPM Development Corporation DBA ICON Materials 1 Firm Signature of Authorized ficial General Manager / VP Title Signed and sworn to before me o this 5th day of April Wendy Hayes Signature of Notary Public in and for the State of Washington, residing at My appointment expires: 2/1/2021 llllllllllllllllll 4,44 �f.siONfia.,��: . o NoTARy v' : - ,cn.A: • PUBLIC NOTICE TO ALL BIDDERS 'WNW. bicti activities call: ,,,,AS"```.. 1-800-424-9071 Algona 20 18 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. 2018 OVERLAY AND REPAIR PROGRAM MARCH 2018 Page 20 Non -Collusion Declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-13 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: CPM Development Corporation DBA ICON Materials Address of Bidder: 1508 Valentine Ave SE Pacific WA 98047-2103 City State Zip Code Contractor's License No. ICONM**982CF WA State UBI No. 601-006-854 License Bond Registration No. 8876949 Dept. of L&l Worker's Comp. Acct. No. 700,174-00 Bidder is a(n): ❑ Individual ❑ Partnership 0 Joint Venture 0 Incorporated in the state of If Out -of -State Corporation, has Bidder complied with WA Corporation laws? ❑ YES 0 NO List business names used by Bidder during the past 10 years if different than above: SEE ATTACHED WA Bank Reference Bank of America Year Lois D Marshall 800 325-6999 Bank No. of regular full-time employees: 145 Account Officer Officer's Phone Number of projects in the past 10 years completed: 80% ahead of schedule 20%on schedule o behind schedule Total value of contracts in hand (gross): $ 20+ Million Bidder has been in business continuously from 1960 Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 58 years. As a subcontractor for 58 years. Describe the general character of work performed by your company: Site Development, Aggregate and Asphalt Paving List major equipment anticipated for this project; state whether Contractor -owned, or if it will be rented or leased from others. SEE ATTACHED 2018 OVERLAY AND REPAIR PROGRAM MARCH 2018 Page 21 Responsible Bidder Determination Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ICON A T E R I A L S an Oldcastle Company PAST COMPANY NAMES The current business name, CPM Development Corporation DBA ICON Materials has been in use since January 1, 2002. The company was formed April 1998 to purchase the assets and continue the operations of M.A. Segale, Inc. a Washington Corporation since 1960. CPM Development Corporation DBA ICON Materials Current ICON Materials, Inc. June 2000 to Dec 2001 Oldcastle NW, Inc., d/b/a M.A. Segale, Inc. April 1998 to June 2000 M. A. Segale, Inc. Startup 1960 to April 1998 Grading & Paving • Site Development • Heavy Civil Construction • Aggregates & Hot Mix Asphalt ICON Materials Corporate Office • 1508 Valentine Ave SE, Pacific WA 98047-2103 • 206.575.3200 phone • 206.575.3207 facsimile ICONM**982CF An Equal Opportunity Employer Page 1 Major Items Equipment Detailed List 3.7.18 CPM Development Corporation DBA ICON Materials Major Equipment Detailed List Qty Description Model Model Yr Age Condition 10 3 Axle Pup Trailer Peerless 1991 25 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2007 9 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2006 10 Good Own 2 3 Axle Pup Trailer Transfer Reliance 2005 11 Good Own 2 3 Axle Pup Trailer Transfer Sturdyweld 2012 4 Excellent Own 3 4 Axle Pup Trailer Sturdyweld 2006 10 Good Own 1 Booster w/ Pintle Hitch Superior 2010 6 Excellent Own 1 Detachable Lowboy Trailer Superior 2010 6 Excellent Own 2 Side Dumps Trail King 2007 9 Good Own 1 Grove Hyd Crane 40 Ton RT740 1980 36 Good Own 1 Pettibone Hyd Crane 35 Ton RT35 1976 40 Good Own 1 Tymco Sweeper 600BAH 2007 9 Good Own 1 John Deere Dozer JD650LGP 2005 13 Good Own 1 JD Backhoe Landscraper 210LE 1998 18 Good Own 2 CAT Off-Hwy Dump Trucks 773B 1993 23 Good Own 1 CAT Off-Hwy Dump Trucks 773B 1990 26 Good Own 1 CAT Off-Hwy Dump Trucks 773B 1981 35 Good Own 1 CAT Off-Hwy Dump Trucks 773E 2003 13 Good Own 1 CAT Grader 140H 2004 14 Very Good Own 1 Rahco Grader 140H 2004 14 Very Good Own 1 Hitachi Mini Excavator 50ZTS 2005 13 Very Good Own 1 Cat Backhoe 420 2013 5 Excellent Own 70 Maint. & Operation Vehicles Various 2016 2 Excellent Own 1 Freightliner Dump Truck FLD/TM 2005 11 Good Own 5 Freightliner Dump Truck FLD/TM 2006 10 Good Own 4 Freightliner Dump Truck FLD/TM 2007 9 Good Own 1 Kenworth Dump Truck T800B 1997 19 Good Own 1 Mack Dump Trucks RD688S 1998 18 Good Own 2 Western Star Dump Trucks 49F/TM 2012 4 Excellent Own 2 Western Star Tractors 495/DS 2007 9 Good Own 2 Western Star Lowboy Tractors 49005A 2010 6 Excellent Own 2 International Distributors Bearcat 1995 21 Good Own 1 Road Widener Midland 2006 12 Very Good Own 1 RoadTec Shuttlebuggy SB2500D 2006 12 Good Own 1 Weiler Transfer Machine E2850 2017 1 Excellent Lease 1 CAT Paver AP1055B 2003 15 Good Own 1 CAT Paver AP1055E 2012 6 Excellent Own 1 CAT Paver AP1055D 2008 10 Excellent Own 1 CAT Paver AP555E 2010 8 Excellent Own 1 CAT Paver AP555E 2016 2 Excellent Own 1 Volvo Paver PF6110 2009 8 Very Good Own Page 1 Major Items Equipment Detailed List 3.7.18 2 CAT Grade Rollers CS563C 1995 23 Good Own 1 Hypac Pneumatic Roller C560B 2001 17 Good Own 1 Writgen Milling Machine W1200FT 2001 17 Very Good Own 5 Truck Scales & (2 Portables) 30 to 150 Ton Excellent Own 1 Auburn Asphalt Plant Gencor Very Good Own 1 Seattle Asphalt Plant StanSteel/Gencor Very Good Own 1 Complete Crushing Plant Metso/JCI Excellent Own 1 Cat Excavator 320LLR 2010 8 Very Good Own 1 Cat Excavator 345D 2011 7 Very Good Own 1 Cat Excavator 336D 2011 7 Very Good Own 1 Cat Mini Excavator 305E 2013 5 Excellent Own 1 CAT AC Roller CB224B 2007 11 Good Own 2 CAT AC Rollers CB24B 2016 2 Excellent Lease 1 CAT AC Roller CB24B 2017 1 Excellent Lease 1 CAT AC Roller CB34B 2016 2 Excellent Lease 2 CAT AC Rollers (15 Ton) CB54B 2016 2 Excellent Lease 1 CAT AC Roller (15 Ton) CB54XW 2013 5 Very Good Own 1 CAT AC Roller (15 Ton) CB434D 2012 6 Very Good Own 1 CAT Mini Excavator 305E 2013 3 Excellent Own 2 3 Axle Tilt Trailers Dump Trk 1999 17 Good Own 1 2 Axle Lowboy Trlr Trail King 1999 17 Good Own 1 3 Axle Lowboy Trlr TrailKing 1999 17 Good Own Page 2 Major Items Equipment Detailed List 3.7.18 Responsible Bidder Determination Form P-14 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 Title How Long With Bidder Scott Droppelman Skip Keely Pat Gailey Mark Eichelberger Ray Babcock Construction Manager 3 Years Superintendent 2 Years Paving Superintnedent Senior Project Manager Paving Foreman 3 Years 4 Years 22 Years 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 ? Yes. 0 No Surveyor's Name: ® BtnCO trieenn9 ,r my)-W.DnQir List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous experience working with these firms, if any. Subcontractor Scope of Work No of Previous Contracts Worked with Bidder 6 G Inc. All glace-Kci 1 2.5 PR S�g5tuyis M iltAn. to e& 1� to Inc_. P 10 Nilitu Adi . I-� ` ��k 25 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 Contract Project Name Completed Amount, Owner/Reference Name and Phone SEE ATTACHED 2018 OVERLAY AND REPAIR PROGRAM MARCH 2018 Page 22 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CPM Development Corporation DBA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS, Thru - 2018 OWNER/GENERAL ENGINEER NAME/ AMT/ COMPLETION NAME/LOCATION PROJECT NAME/LOCATION LOCATION CLASS OF WORK FINAL AMT DATE CONTACT Graham Contracting, LTD Pacific Highway South HOV Lanes Bellevue, WA CA Carey Corporation Issaquah, WA City of Auburn Auburn, WA WA State DOT Olympiva, WA City of Renton Renton, WA City of Tukwila Tukwila, WA Gary Merlin Constr. Co Seattle, WA Phase V Asphalt Paving $1,859,665 / EST. 9/18 $675,571 / Greg Ritke 425 691-3591 Steve Murdoch 2014 County Safety Selection Asphalt Paving $660,941 5/17 425 392-8016 Excavation, Paving, Grading, Utilties, Concrete, Electrical $827,290 / Jai Carter Lake Tapps Parkway Preservation (Signals) $865,202 12/17 253 804-5286 Excavation, Paving, Grading, SR 410, White River Bridge to SR 164 Utilties, Concrete, Electrical $1,988,350 / Timothy LaPorte Paving & ADA Comliance (Signals) $1,976,056 12/17 253 856-5500 2017 Street Patch & Overlay w/Curb Ramps 2017 Overlay Program Excavation, Paving, Grading, Utilties, Concrete, Electrical $1,669123 / Jayson Grant (Signals) $1,707,048 12/17 425 430-7400 Excavation, Paving, Grading, Utilties, Concrete, Electrical (Signals) $659,441 / 9/17 Robin Tischmak 206 433-0179 Steve Simmons 15 NB 260th St to Duwamish River Br Asphalt Paving $8,717,258 EST 6/18 206 255-2619 MidMountain Contractors 15 SB South 320th St to Duwamish $4,686,500 / Dave Stumbaugh Kirkalnd, WA River Bridge Asphalt Paving $3,988,940 9/16 206 348-4356 Excavation, Paving, Grading, King County Procurement 2016 Countywide Pavement Utilties, Concrete, Electrical Mark Hoge Seattle, WA Preservation (Signals) $6,933,884 / 12/17 206 263-9325 Excavation, Paving, Grading, City of Renton Utilties, Concrete, Electrical $1,363,058 / Ken Kettel Renton, WA Duvall Ave NE Pavement Preservation (Signals) $1,267,117 8/16 425 430-7400 Asphalt Paving, Excavation Planing, Concrete, City of Kent Electrical (Signals) $3,489,530 / Jason Bryant Kent, WA 2016 Asphalt Overlays $3,044,387 9/16 253 261-5663 Asphalt Paving, Excavation Planing, Concrete, City of Auburn Electrical (Signals) $1,894,842/ Jai Carter Aubum, WA 2015 Citywide Pavement Patch $2,440,168 8/16 253 804-5286 Asphalt Paving, Excavation Planing, Concrete, City of Kent Electrical (Signals) $1,066,044/ Timothy LaPorte Kent, WA 2015 Asphalt Overlays $1,105,499 11/15 253 856-5500 Asphalt Paving, Excavation Planing, Concrete, City of Auburn Electrical (Signals) $1,584,113/ Jai Carter Aubum, WA 2014 Citywide Pavement Patch $1,669,853 8/15 253 804-5286 Scarsella-Acme JV $5,418,800/ Dan Rivera Seattle, WA Runway 16C/34C Reconstruction Asphalt Paving $6,006,147 7/16 253 872-7173 City of Sumner Sumner, WA Parametrix 136th Ave ENalentine Ave Se Corridor 1 Puyallup, WA Excavation, Paving, Grading, Utilties, Concrete, Electrical Ted Hill (Signals) $12,411,555 Estimated 9/16 253 299-5703 Page 1 Prequel/Proj List MeJ Pro) wContacte (Rev. 1/14) CPM Development Corporation DBA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS, Thru - 2018 OWNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION ENGINEER NAME/ LOCATION CLASS OF WORK AMT/ FINAL AMT COMPLETION DATE CONTACT Port of Tacoma Port of Seattle City of Pacific, Pacific, WA City of Kent, Kent, WA Washingtoin State DOT City of Federal Way Federal Way, WA City of Sumner Sumner, WA Targa Sound Terminal Port of Tacoma City of Sumner Sumner, WA City of Tacoma Tacoma, WA The Boeing Company Kent, WA The Boeing Company Tukwila, WA City of Renton Renton, WA Targa Sound Terminal Port of Tacoma City of Renton Renton, WA Hoffman Construction Co Seattle, WA City of BonneyLake Bonney Lake, WA City of Maple Valley Maple Valley, WA City of Renton Renton, WA City of Federal Way Federal Way, WA Catherine McIntosh OCT/NIM/SIM Strom Water Improveme Port of Tacoma Nathan Watson Terminal 46 Stormwater Improvements Port of Seattle Gary Richardson Stewart Rd/Thomton Ave Improvement City of Pacific 2014 Asphalt Overlays Highpoint St to SR410 Watson St 2014 Overlay Project Various Locations Puyallup Street Outfall Retrofit Targa Tank Farm Phase 2 Port of Tacoma Chad Bieren City of Kent G L McKee Olympia, WA Jeff Huynh 253 835-2721 Parametria Puyallup, WA Excavation, Sawcut, Paving, Shoring, Utilities, DeWatering & Filtration Excavation, Sawcut, Paving, Shoring, Utilities, DeWatering, Percast Water Treatment Vault System Gregg Takamura $1,919,885/ PE $2,344,757 5/15 253 592-6214 $1,949,480/ Tyler Symbol PE $2,245,051 8/15 206 787-3177 Excavation, Paving, Grading, Utilties, Concrete, Electrical James Morgan (Signals) $2,941,127 Estimated 12/15 253959-1115 excavation, Concrete, Utilities, Paving, Grading, Grinding Paving, Grading, Utilties, Concrete, Electrical (Signals) Excavation, Concrete, Utilities, Paving, Grading, Grinding Excavation, Utilities, Paving, Grading Norwest Engineering Portland, OR Site Development, Utilities City of Sumner East Valley Hwy Resufacing-Phase 1 Sumner, WA Tacoma Landfill Stage 3 Kent Site Paving DC Capital Pavement Improvement Taxiway B System Rehabilitation South Targa Tank Farm Phase 1 Port of Tacoma Taxiway B System Rehabilitation Green River Filtration Facility SR410/Main St/Sky Island Dr SR 169 Maple Valley Roadway Improvements South Lake Washington Roadway improvements 1-5 South Bound 320th St Off Ramp City of Tacoma Tacoma, WA $1,606,003/ Timothy LaPorte $1,090,803 4/15 253856-5500 $2,139,175/ Hien Trinh $1,956,070 3/15 206 768-5600 $1,508,128/ Jeff Huynh $1,396,569 3/15 253 835-2721 $1,043,166/ Matt Kastberg $1,112,151 1/15 253 604-6600 $2,709,140/ Mike Lonsford $3,177,779 2/15 253 627-8155 Excavation, Utilities, Paving, $468,385/ Ted Hill Grading $603,245 10/13 253 299-5703 Site Development, Utilties The Boeing Company Excavation, Grinding, Kent, WA Grading, Paving The Boeing Company Tukwila, WA City of Renton Renton, WA $2,513,441/ Mike Bell $2,700,243 11/13 253 591-5304 $367,787/ Rock Moug $374,987 11/13 206-657-0867 Paving, Grinding, Grading , $623,371/ Roger Cecil Concrete, Electrical (Loops) $1,018,117 11/13 206 351-1744 Grade, Drainage, Paving Electrical (Lighting) Norwest Engineering Portland, OR Site Development, Utilities City of Renton Renton, WA Tacoma Water Ravensdale, WA Shea carr Jewell Olympia, WA City of Maple Valley Maple Valley, WA City of Renton Renton, WA City of Federal Way Federal Way, WA Grade, Drainage, Paving $4,986,689/ Jonathan Wilson $6,361,161 1/15 425 430-7477 $1,406,791/ Mike Lonsford $2,084632 1/13 253 627-8155 $2,159,328/ Jonathan Wilson $2,269,893 7/13 425 430-7477 $6,707,980/ Tom Peterson Site Development, Utilities $10,432,716 5/15 206 286-6697 Excavation, Utilities, Paving, Grading, Storm Sewer Electrical (Signals) Excavating, Grade, Paving Electrical (Signals) Excavating, Grade, Paving Electrical (Signals) Demo, Excavating, Asphalt Paving $1,548,739/ John Woodcock $1,677,611 11/13 253 4474336 $2,875,685/ Dan Mattson $2,572,300 5/13 425 413-8800 $1,797,891/ James Wilhoit $1,927,114 9/13 425 430-7319 $2,639,427/ Brian Roberts $2,319,491 5/12 253 261-3843 Page 2 PrequellProj List Mal Proj wContects (Rev. 1/14) CPM Development Corporation DBA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS, Thru - 2018 OWNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION ENGINEER NAME/ LOCATION CLASS OF WORK AMT/ FINAL AMT COMPLETION DATE CONTACT WA State DOT Olympia, WA The Boeing Company Kent, WA AECOM Technical Service Spokane, WA Port of Portland Portland, OR King County King County Intl Airport WA State DOT Olympia, WA Port of Bellingham Bellingham, WA City of Renton Renton, WA City of Auburn Auburn, WA 1-405 Corridor Design Bldr Renton, WA Port of Seattle Sea Tac Intl Airport WA State DOT Olympia, WA WA State DOT Olympia, WA King County Seattle, WA WA State DOT Olympia, WA Port of Olympia Olympia, Wa Billfinger/Tri-State JV Bellevue, WA Port of Seattle Seattle, WA Fife Vicinity Paving DC/KSP Pavement Rehab Kent, WA Repair/Replace Runway 05/23 Fairchild Air Force Base Runway 10R -28L Rehabilitation Portland International Airport Taxiway Alpha Rehabilitation & Related Work 1-90 C/N 7971 Lk Easton Vic to Big Crk Vic EB Rehab Runway 16-34 Bellingham Intl Airport Runway 15/33 Resurfacing City of Renton Auburn Airport Taxiway City of Auburn 1-405 15 to SR -169 Stage 2 Widening Design Build Runway 16L -34R Reconstruct MC 0315944 SR 900 C/N 7553 SE 78th to Newport SR 161 C/N 7563 SR -167 Eastbound Ramp Rehab of Taxiway Bravo C00248C07 SR -181 C/N 7480 James St to S 180th St Runway 17-35 C/N 2008-004 Line of Sight Improvement 1405 Widening Design Build I-405,1-5 to SR 167 3rd Runway 2007-08 Constr POS C/N MC0314114 WA State DOT Olympia, WA Asphalt Paving The Boeing Company Concrete & Asphalt Kent, WA Replacement PBS&J Nashville, TN HNTB Corporation Bellevue, WA URS Seattle WA State DOT Olympia, WA URS Seattle, WA URS Seattle, WA Reid Middleton Everett, WA WA State DOT Olympia, WA Demo, Excavating, PCC & Asphalt Paving, Electrical Systems/Lights Demo, Excavating, PCC & Asphalt Paving, Electrical Systems Demo, Excavating, Asphalt Paving Excavating, Grade, Paving Demo, Excavating, Asphalt Paving, Electrical Systems Asphalt Paving, Electrical Systems Asphalt Paving, Electrical Systems Asphalt Paving Port of Seattle Engineers Excavating, Grade, Pave, Seattle, WA Electrical Signals WA State DOT Olympia, WA WA State DOT Olympia, WA URS Seattle, WA WA State DOT Olympia, WA Port of Olympia Engineer Olympia, WA WA State DOT Olympia, WA Excavating, Grade, Pave, Walls, Electrical Signals/Loops Grade, Drainage, Paving Asphalt Overlay and Paved Shoulders, Electrical Signals Paving Overlay, Drainage Rehab Asphalt Runway Pave and Drainage, Electrical Signals Asphalt Paving Earthwork, Grade, Drainage, Port of Seattle Engineers Concrete Runway Pave, Seattle, WA Asphalt Pave, MSE Wall, Electrical Signals $1,059,873/ $1,059,873 10/11 $732,250/ $857,472 02/11 $12,976,903/ $14,834,934 10/11 $43,288,695/ $39,776,000 10/11 $16,477,610/ $18,373,008 1/13 $14,807.102/ $15,715,710 10/13 $26,341,955/ $27,438,011 07/11 $3,792,826/ $3,625,084 10/09 $2,258,193/ $2,143,809 09/09 $2,136,464/ $2,233,868 03/11 $48,438,621/ $51,600,703 10/09 $19,354,287/ 19,265,715 10/10 $2,191,620 11/08 $9,567,000 12/08 $2,827,036 8/08 $4,746,408 10/08 $3,914,999 11/09 $81,886,477 03/09 Rumina Suafoa 253 534-3101 Rock Moug 206-657-0867 Lea Ann Scholfield 714-689-7194 Christine Edwards 503-415-6395 Mark Bergam 206-296-7380 Bill Preston 509-577-1811 John Hergesheimer 360-676-2500 Ryan Zulauf 425-430-7471 Don Barclay 425 741-3800 Chad Webley 425-496-2021 Stephanie Alexander 206 787-4092 Dave Lindberg 206-521-5624 Mark Sawyer 425-649-4429 Victor Daggs 206-423-1063 Joshua Cheatham 253-872-2958 Kevin Dragon 360-528-8022 James Gleig 425-455-2570 Stephanie Alexander 206-787-4092 Page 3 Prequel\Proj List Maj Proj wContecta (Rev. 1/14) Responsible Bidder Determination Form P-15 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 NONE Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? a No D Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within the past 5 years? 1 No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any offense that has resulted in your firm being barred from bidding or performing work for any State, Local or Federal agency? No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any illegal restraints of trade, including collusive bidding? al No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? a No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder ever been found guilty of violating any State or Federal employment laws? r No 0 Yes If yes, give details: 2018 OVERLAY AND REPAIR PROGRAM MARCH 2018 Page 23 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Responsible Bidder Determination Form P-16 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? ■ No ❑ Yes If yes, give details: Does the Bidder owe any delinquent taxes to the Washington State Department of Revenue? O No 0 Yes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? NI No ❑ Yes Has any adverse legal judgment been rendered against Bidder in the past 5 years? 40 No 0 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? el No 0 Yes If yes, please state: Date Type of Iniury Agency Receiving Claim Attach additional sheets as needed. 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 contain in. _ Signature of Bidder Rob Meidinger Title: General Manager / VP Date: April 5, 2018 2018 OVERLAY AND REPAIR PROGRAM MARCH 2018 Page 24 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-17 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT SEE ATTACHED Labor to be used: Paving Superintendent, Paving Foreman, Topside, Screedman, Roller Operators, Rakers, General Laborers, Truck Drivers CPM Development Corporation DBA ICON Materials Name of Bidder Signature ofAuth zed Official General Manage Title 2018 OVERLAY AND REPAIR PROGRAM MARCH 2018 Page 25 Proposed Equipment & Labor Schedule Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Page 1 Major Items Equipment Detailed List 3.7.18 CPM Development Corporation DBA ICON Materials Major Equipment Detailed List Qty Description Model Model Yr Age Condition 10 3 Axle Pup Trailer Peerless 1991 25 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2007 9 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2006 10 Good Own 2 3 Axle Pup Trailer Transfer Reliance 2005 11 Good Own 2 3 Axle Pup Trailer Transfer Sturdyweld 2012 4 Excellent Own 3 4 Axle Pup Trailer Sturdyweld 2006 10 Good Own 1 Booster w/ Pintle Hitch Superior 2010 6 Excellent Own 1 Detachable Lowboy Trailer Superior 2010 6 Excellent Own 2 Side Dumps Trail King 2007 9 Good Own 1 Grove Hyd Crane 40 Ton RT740 1980 36 Good Own 1 Pettibone Hyd Crane 35 Ton RT35 1976 40 Good Own 1 Tymco Sweeper 600BAH 2007 9 Good Own 1 John Deere Dozer JD65OLGP 2005 13 Good Own 1 JD Backhoe Landscraper 210LE 1998 18 Good Own 2 CAT Off-Hwy Dump Trucks 773B 1993 23 Good Own 1 CAT Off-Hwy Dump Trucks 773B 1990 26 Good Own 1 CAT Off-Hwy Dump Trucks 773B 1981 35 Good Own 1 CAT Off-Hwy Dump Trucks 773E 2003 13 Good Own 1 CAT Grader 140H 2004 14 Very Good Own 1 Rahco Grader 140H 2004 14 Very Good Own 1 Hitachi Mini Excavator 5OZTS 2005 13 Very Good Own 1 Cat Backhoe 420 2013 5 Excellent Own 70 Maint. & Operation Vehicles Various 2016 2 Excellent Own 1 Freightliner Dump Truck FLD/TM 2005 11 Good Own 5 Freightliner Dump Truck FLD/TM 2006 10 Good Own 4 Freightliner Dump Truck FLD/TM 2007 9 Good Own 1 Kenworth Dump Truck T800B 1997 19 Good Own 1 Mack Dump Trucks RD688S 1998 18 Good Own 2 Western Star Dump Trucks 49F/TM 2012 4 Excellent Own 2 Western Star Tractors 49S/DS 2007 9 Good Own 2 Western Star Lowboy Tractors 4900SA 2010 6 Excellent Own 2 International Distributors Bearcat 1995 21 Good Own 1 Road Widener Midland 2006 12 Very Good Own 1 RoadTec Shuttlebuggy SB2500D 2006 12 Good Own 1 Weiler Transfer Machine E2850 2017 1 Excellent Lease 1 CAT Paver AP1055B 2003 15 Good Own 1 CAT Paver AP1055E 2012 6 Excellent Own 1 CAT Paver AP1055D 2008 10 Excellent Own 1 CAT Paver AP555E 2010 8 Excellent Own 1 CAT Paver AP555E 2016 2 Excellent Own 1 Volvo Paver PF6110 2009 8 Very Good Own Page 1 Major Items Equipment Detailed List 3.7.18 2 CAT Grade Rollers CS563C 1995 23 Good Own 1 Hypac Pneumatic Roller C560B 2001 17 Good Own 1 Writgen Milling Machine W1200FT 2001 17 Very Good Own 5 Truck Scales & (2 Portables) 30 to 150 Ton Excellent Own 1 Auburn Asphalt Plant Gencor Very Good Own 1 Seattle Asphalt Plant StanSteel/Gencor Very Good Own 1 Complete Crushing Plant Metso/JCI Excellent Own 1 Cat Excavator 320LLR 2010 8 Very Good Own 1 Cat Excavator 345D 2011 7 Very Good Own 1 Cat Excavator 336D 2011 7 Very Good Own 1 Cat Mini Excavator 305E 2013 5 Excellent Own 1 CAT AC Roller CB224B 2007 11 Good Own 2 CAT AC Rollers CB24B 2016 2 Excellent Lease 1 CAT AC Roller CB24B 2017 1 Excellent Lease 1 CAT AC Roller CB34B 2016 2 Excellent Lease 2 CAT AC Rollers (15 Ton) CB54B 2016 2 Excellent Lease 1 CAT AC Roller (15 Ton) CB54XW 2013 5 Very Good Own 1 CAT AC Roller (15 Ton) CB434D 2012 6 Very Good Own 1 CAT Mini Excavator 305E 2013 3 Excellent Own 2 3 Axle Tilt Trailers Dump Trk 1999 17 Good Own 1 2 Axle Lowboy Trlr Trail King 1999 17 Good Own 1 3 Axle Lowboy Trlr TrailKing 1999 17 Good Own Page 2 Major Items Equipment Detailed List 3.7.18 P-18 PROPOSED SUBCONTRACTORS Name of Bidder CPM Development Corporation DBA ICON Materials In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as descrbed in chapter 19.28 RCW, or to name itself for the work. The Bidder shall riot list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission 7of the Owner to make any change to this list. Percent of total bld to be performed by Bidder `$ % Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bld Ge3r. tnCorporatod 31 32. 4 70 2018 OVERLAY AND REPAIR PROGRAM Page 28 Proposed Subcontractors Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale MARCH 2018