Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
20-123 - ICON Materials - Andover Park East Water Main Pavement Repair
20-123 Council Approval 11/16/20 C-1 AGREEMENT FORM CONTRACT NO. 20-123 THIS AGREEMENT is made and entered into on this 30th day of November , 2020 by and between the City of Tukwila, Washington ("Owner") and • kA 'V*lit- e 0. Si ("Contractor Now, therefore the parties agree as follows: ICON Materials 1. Project. Contractor shall complete all work and furnish ail labor, tools, materials, and equipment for the project entitled Andover Park East Water Main Pavement Repair, Project No. 92040102 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 attorneys and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) By: aSianoU via Saa min ea Daca.corn ((,,aA/t &ell'eAg K,,OctltlaA050.10.4.0ala289111-23,a Mayor 11/30/2020 Attest: This 30th day of November , 2020 oSionecl via ,:eainto 062eezire Key: 13‘111,5a,31,co50302,10c1313,,b1,46,71Z4 City Clerk Approved as to Form: aSionod via SaamlovolDecvcoin c Q65-)atCe Key- 23fai.i<eliiaCiaiar2c1CM10.2a521aciliccr)( City Attorney Address for giving notices: •L,4.;)kr4 ) A ••2. Andover Park E Water Main Pavement Repair CPM Development Corporation DBA ICON Materials (Contra By: / Title: Constr ction Manager Attest: This 18th day of November 2020 Lra ontractors License No. ICONM**982CF ct Administrator Address for giving notices: 1508 Valentine Ave SE Pacific, WA 98047-2103 c(). 0 (-1 October 2020 C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No, 9358588 CPM Development Corporation We, DBA ICON Materials , and Fidelity and Deposit Company of Maryland , llinois (Principal) (Surety) I a corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of One Hundred Forty One Thousand Five Hundred Forty Six and 00/100 Dollars ($ 141,546.00 ), 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 November 30 , 2020 , between Principal and Owner for a project entitled Andover Park East Water Main Pavement Repair, Contract No. 20-123 ClContract"). 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. Andover Park E Water Main Pavement Repair October 2020 Performance & Payment Bond C-3 This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 18th day of November , 20 20 . CPM Development Corporation DBA ICON Materials Fidelity and Deposit Company of Maryland Principal Surety Signature of Au orized Official Signature of A orized Official General Manager / VF By Lisa Hall Title Attorney in Fact (Attach Power of Attorney) Name and address of local office of agent and/or Surety Company: Marsh USA Inc 15 W. South Temple, Ste. 700 Salt Lake City, UT 84101 Surety companies executing bonds must appear on the current Authorized Insurance List in the State cf Washington per Section 1-02.7 of the Standard Specifications. Andover Park E Water Main Pavement Repair October 2020 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 Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, 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 Lisa Hall , 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 11th day of July, A.D. 2019. V4.\\.1904, ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 11th day of July, A,D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, 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, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 ---- • 1 ,4D® ACCIRD CERTIFICATE OF LIABILITY INSURANCE 41410.../.-- DATE (MM/DD/YYYY) 11/12/2020 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 Valerie Reece PHONE No Ext): 513-867-3822 FAX No): LICY EXP (MM I DIYYYY) E-MAIL ADDRESS: Oldcastle.certs@LibertyMutual.com www.LibertyMutual.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Liberty Mutual Fire Insurance Company 23035 INSURED CPM Development Corporation (120 -PAC) DBA ICON Materials 1508 Valentine Avenue SE Pacific WA 98047-2103 INSURER B: Liberty Insurance Corporation 42404 INSURERC: $2,000,000 a INSURER D: $ 300,000 INSURER E : INSURER F : ,/ • 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 ADDLIVSD INSD 1/41/DSUER NUMBER POLICPOLICY (MMIDDYEFF /YYYY) LICY EXP (MM I DIYYYY) LIMITS A / COMMERCIAL GENERAL LIABILITY ✓ TB2-C81-004095-110 XCU Coverage Included 9/1/2020 9/1/2021 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 CLAIMS -MADE ,/ OCCUR MED EXP (Any one person) $ 50,000 $ 2,000,000 $ 2,000,000 ✓ Primary/Non-Contributory PERSONAL & ADV INJURY ✓ GEN'L Separation AGGREGATE POLICY OTHER: ✓ of Insured LIMIT APPLIES 7P8 -r- PER: LOC GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $2000,000 $ A A AUTOMOBILE ✓ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY ^ SCHEDULED AUTOS NON -OWNED AUTOS ONLY ✓ AS2-C81-004095-120 AS2-C81-054502-520 Physical Damage only: Comprehensive Ded $10,000 Collision Ded $10,000 9/1/2020 9/1/2020 9/1/2021 9/1/2021 COMBINED SINGLE LIMIT (Ea accident) $2000'000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED RETENTION $ B B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A WA7-C8D-004095-020 All except OH, ND, WA, WY WC7-C81-004095-010 WI, MN 9/1/2020 9/1/2020 9/1/2021 9/1/2021 1 STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1.000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Washington Stop Gap Employers Liability Coverage ✓ TB2-C81-004095-110 9/1/2020 9/1/2021 BI Each Accident $1,000,000 BI Aggregate Limit $1,000,000 BI Each Employee $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) RE: Project# 92040102 Andover Park East Water Main Pavement Repair The City of Tukwila, its Officers, Elected Officials, Employees, Agents and Volunteers, KPG, P.S., and its Officers, Employees, Agents and Subconsultants 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. CERTIFICATE HOLDER CANCELLATION City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila WA 98188 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 Valerie Reece ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 58565567 1 LM 44 1 9/20-9/21 - Standard 2/2 w/WA Stop Gap 1 Linda Bradfish 1 11/12/2020 12:01:02 PM (CST) 1 Page 1 of 1 Policy Number: AS2-C81-004095-120 Issued by: Liberty Mutual Fire Insurance Co. 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 COVERAGE 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): City of Tukwila, its Officers, Elected Officials, Employees, Agents and Volunteers KPG, P.S, and its Officers, Employees, Agents and Subconsultants Regarding Designated Contract or Project: Project No. 92040102 Andover Park East Water Main Pavement Repair Location Code: 120 -PAC 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 II of the Coverage Form. The following is added to the Other Insurance Condition: If you have agreed in a written agreement 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. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 POLICY NUMBER:AS2-C81-004095-120 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE 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. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage 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 Organization(s): City of Tukwila, its Officers, Elected Officials, Employees, Agents and Volunteers KPG, P.S, and its Officers, Employees, Agents and Subconsultants Project No. 92040102 Andover Park East Water Main Pavement Repair Location Code: 120 -PAC Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section 11 - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 - Covered Autos Coverages of the Auto Dealers Coverage Form. CA20481013 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: TB2-C81-004095-110 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 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 permitted 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 insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: CG 20 10 0413 1. All work, including materials, parts or equipment furnished in connection with 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 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. 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. © ISO Properties, Inc., 2012 Page 1 of 2 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations City of Tukwila, its Officers, Elected Officials, Employees, Agents and Volunteers KPG, P.S, and its Officers, Employees, Agents and Subconsultants Project No. 92040102 Andover Park East Water Main Pavement Repair Location Code: 120 -PAC Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER: TB2-C81-004095-110 COMMERCIAL GENERAL LIABILITY 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 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations City of Tukwila, its Officers, Elected Officials, Employees, Agents and Volunteers KPG, P.S, and its Officers, Employees, Agents and Subconsultants Project No. 92040102 Andover Park East Water Main Pavement Repair Location Code: 120 -PAC Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 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" 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 additional insured only applies to the extent permitted 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. CG 20 37 0413 B. 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 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. 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. © Insurance Services Office, Inc., 2012 Page 1 of 1 THIS ENDORSEMENT CHANGES 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 SCHEDULE Designated Construction Project(s): Project No. 92040102 Andover Park East Water Main Pavement Repair Location Coe: 120 -PAC Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section 1— Coverage A, and for all medical expenses caused by accidents under Section 1 — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 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 Declarations. 2. The Designated Construction Project General Aggregate Limit 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". CG 25 03 05 09 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 above. 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 Limit 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 obli- gated to pay as damages caused by "occur- rences" under Section 1 — Coverage A, and for all medical expenses caused by accidents under Section 1 — Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 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 © Insurance Services Office, Inc., 2008 Page 1 of 2 0 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section 111 — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 Policy Number TB2-C81-004095-110 Issued by Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT — 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 Name of Person(s) or Organization(s): City of Tukwila, its Officers, Elected Officials, Employees, Agents and Volunteers KPG, P.S, and its Officers, Employees, Agents and Subconsultants Location Code: 120 -PAC If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person(s) or organization(s) shown in the Schedule of this endorsement that qualifies as an additional insured on this Policy, this Policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV — Conditions will not apply. Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV — Conditions will apply. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured for the same "occurrence", claim or "suit". LC 24 20 11 18 © 2018 Liberty Mutual Insurance Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. City of Tukwila Public Works Department CONTRACT PROVISIONS FOR Andover Park East Water Main Pavement Repair Project No. 92040102 Bid Documents Octobor 2020 Prepared for: CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Prepared by: KPG Interdisciplinary Design 3131 Elliott Avenue Suite 400 Seattle, WA 98121 P I 206.286.1640 www.kpg.com P-1 PROPOSAL (unit price) CPM Development Corporation ContractorName DBA ICON Materials 's Contractor's State License No. ICONM**982CF City of Tukwila Project No. 92040102 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 Andover Park East Water Main Pavement Repair, which project includes but is not limited to pavement excavation, Hot Mix Asphalt Paving, removal and reinstallation of cement concrete curb and gutter, sidewalk, and driveway, removal and reinstallation of asphatt driveway, 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) M 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 FIFTEEN (15) 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. Andover Park E Water Main Pavement Repair October 2020 P-2 Andover Park East Water Main Pavement Repair Project No. 92040102 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. Include applicable Sales Tax In the various Unit and Lump Sum prices. Item No. Section No. Item Description Quantity Unit Unit Price Amount ROADWAY 1. 1-04 Unexpected Site Changes 1 FA $ 5,000.00 $ 5,000.00 2. 1-07 SPCC Plan 1 LS 10.00 101 . 00 3. 1-09 Mobilization 1 LS tQl0A1, .00 12101Z0 4. 1-10 Project Temporary Traffic Control 1 LS 5. 2-02 Cement Conc. Sidewalk and Driveway Removal Incl. Haul 100 SY '43,00 4, 6. 2-02 2-02 Cement Conc. Curb Removal Incl. Haul Roadway Excavation Incl. Haul 130 330 LF CY 13 i a) 5S+,00 I 1-755.00 V, [-0'00 7. 8. 2-03 Unsuitable Foundation Excavation Incl. Haul 60 CY I Oct POD 1019-10, °ID 9. 4-04 Crushed Surfacing Base Course 380 TON (W),00 lie, 10. 5-04 7-12 HMA Cl. 1/2" PG 58H-22 Adjust Sewer Manhole 470 1 TON EA R5,50 447 00 44 S a 1-147aDO 11. 12. 8-01 Inlet Protection 3 EA R(oaDD 18,00 13. 8-04 Reinforced Cement Conc. Curb and Gutter 130 LF 43 iCe 5,5610 DD 14. 8-13 Remove and Replace Monument Case and Cover 1 EA ;?)7 ib0 0?)720 • 00 15. 8-06 Driveway Cement Conc. Entrance 80 SY SO s 6,9-(20,C0 SIDEWALK 16. 8-14 Cement Conc. Sidewalk 30 SY 0,55 .?,0E,6 a SO TRAFFIC CONTROL DEVICES 17. 8-09 Raised Pavement Marker Type 1 100 EA 256 556,00 18. 8-09 Raised Pavement Marker Type 2 25 EA I p :sc.+ 3g1,00 19. 8-22 Paint Line 70 LF . gg7 .50 20. 8-22 Plastic Traffic Arrow 3 EA 1.4 CC) (- CPM Development Corporation DBA ICON Materials Andover Park E Water Main Pavement Repair Total Bid $ t1 -54, Q0 October 2020 Proposal P-3 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 if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the 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: Date: N/A CPM Development Corporation DBA ICON Materials By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Andover Park E Water Main Pavement Repair October 2020 Proposal P-4 Addendum No. Date of Receipt Addendum No. 1 /4301 9(A D 3 2 i 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. The below signed bidder acknowledges that bids must be submitted for the Bid Schedule. Partial bids will not be considered. It is understood that Owner may accept or reject all bids. The basis for determination of the low bidder shall be based solely on the `Total Bid' or the total Bid Price. The Owner reserves the right to accept any, all, or no Additive Items at time of Award, or any time thereafter. The Surety Company which will furnish the required Payment and Performance Bond is Marsh USA Risk & Insurance Services, Inc of 15 West South Temple, Ste 700 Salt Lake City, UT 84101 (Name) (Address) Bidder: CPM Development Corporation DBA ICON Materials Signature of Authorized Official: Printed Name and Title: Rob Meidinger Generai'lanager / VP Address: 1508 Valentine Ave SE Pacific, WA 98047-2103 Circle One: Individual / Partnership / State of Incorporation: Washington Joint Venture / Corporation Phone No.: 206 575-3200 Date: 11/3/2020 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. Andover Park E Water Main Pavement Repair October 2020 AMERICAN ROCK PRODUCTS —� CPM DEVELOPMENT COG' -IP a' d `M,TION A CRH Company CENTRAL PRE -MIX COLUWR ASPHALT b HELENA SAND & GRAVEL A CRN COMPANY ,,,,:t.,„::,,i/ RiverBend MATERIALS WENATCFHEE SAND & GRAVEL A CRN COMPANY CERTIFICATE OF AUT':!ORITY 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 Mark Eichelberger, Construction Manager Darci Morris, Operations Analyst STATE OF WASHINGTON ) ) ss. COUNTY OF SPOKANE ) Signature Respectfully submitted, CPM DEVELOPMENT CORPORATION (71 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 this64day of Oar , 2019. JEFF L CAVINESS Notary Public State of Washington My Appointment Expires Mar 18, 2022 Si , ''�'a ure ofotary Print or Type Name of Notary NOTARY PUBLIC in and for the State of Washington Residing at My Commission expires on An Equal Opportunity Employer 5111 E. Broadway, Spokane Valley, WA 99212 P.O. Box 3366, Spokane WA 99220-3366 Office: (509) 534-6221 # Fax: (509) 536-3051 Proposal P-5 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). --OR -- Bid Bond: The undersigned, CPM Development Corporation DBA ICON Materials (Principal), and Fidelity and Deposit Company of Maryland (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent of Total Amount Bid dollars ($ 5% of Bid Amount ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not Tess than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for Andover Park East Water Main Pavement Repair, Project No. 92040102, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this 3rd day of November , 20 20 CPM D;. elopment Corporation DBA ICON Materials Fidelity and Deposit Company of Maryland Principal gn°-ture of Authorized Official Construction Manager Title Name and address of local office of agent and/or Surety Company: Surety By did= rney in Fact (Attach Power of Attorney) Fidelity and Deposit Company of Maryland 1299 Zurich Way Schaumburg, IL 60196-1056 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. Andover Park E Water Main Pavement Repair October 2020 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 Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, 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 Mark EICHELBERGER, 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 bid bonds issued on behalf of CPM DEVELOPMENT CORPORATION dba ICON MATERIALS, Pacific, Washington each in a penalty not to exceed the sum of $1,000,000, and the execution of such bid bonds 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 LITI CO , NY OF MARYLAND, this 10th day of October, A.D. 2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By.• Robert D. Murray Vice President )cool- til By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 10th day of October, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, 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. ,,owlish,� IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. .��; ; °•-'7� y?., 1. PIP:}' ? l5115 Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 P-6 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 Andover Park East Water Main Pavement Repair, Project No. 92040102. CPM Development Corporation DBA ICON Materials Construction Manager Title Signed and sworn to be re me on this 3rd day of November , 20 20 Signature of Notary Public in and for the State of Washington, residing at Algona ',..k" My a ppoilfi*nteXpirvi:',..., 2/1/2021 0: N TA ii,), SEAL : ta %.,,°•4 -02% .. 64'.'3 ."' ''''''' la 4" • , '1,''''' '''. ,''''' ''''''r,i, , ? VA b V , „ t'.4.'• To report bid rigging activities call: NOTICE TO ALL BIDDERS 1-800.424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Andover Park E Water Main Pavement Repair October 2020 P-7 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 Dept. of L&I License Bond Registration No. 8876949 Worker's Comp. Acct. No. 700,174-00 Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture M Incorporated in the state of WA If Out -of -State Corporation, has Bidder complied with WA Corporation laws? 0 YES 0 NO List business names used by Bidder during the past 10 years if different than above: SEE ATTACHED Bank Reference Bank of America Year Lois Marshall 800 325-6999 Bank Account Officer Officer's Phone No. of regular full-time employees: 125 Number of projects in the past 10 years completed: 75%ahead of schedule 0 behind schedule Total value of contracts in hand (gross): $ 18 Million Bidder has been in business continuously from 1960 2•5°/0 on schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 60 years. As a subcontractor for 60 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 Andover Park E Water Main Pavement Repair October 2020 ICON MATERIAL s A CRH 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 Page 1 Major Items Equipment Detailed List 1- 29 2020 CPM Development Corporation DBA ICON Materials Major Equipment Detailed List Qty Description Model Model Yr Age Condition 10 4 3 Ale PuTrailer 3 Axle Pup Trailer Transfer Peerless Reliance 2S Good Good Own 2007 9 4 3 Axle Pup Trailer Transfer Reliance 2006 10 Good Own 2 3 Axle Pup Trailer Transfer Reliance 2005 1l 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 1 CAT Off -Hwy Dump Trucks CAT Grader 773E 140H 2003 2004 13 Good Own 14 Very Good Own 1 Rahco Grader 140M 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 T8008 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 RoadTecShutt|ebuQgy SB2500D 2006 12 Good Own 1 Weiler Transfer Machine E2850 2017 1 Excellent Lease 1 CAT Paver AP1O55B 2003 15 Good Own 1 CAT Paver AP1O55E 2012 6 Excellent Own 1 CAT Paver AP1O55D 2008 10 Excellent Own 1 1 CAT Paver AP555E AP555E 2010 2016 8 Excellent Own Own CAT Paver 2 Excellent 1 Volvo Paver PF611O 2009 8 Very Good Own 2 CAT Grade Rollers C5563C 1995 23 Good Own 1 HypacPneumatic Roller C5608 2001 17 Good Own Page 1 Major Items Equipment Detailed List 1- 29 2020 1 VVhtgenMilling Machine W1200FT 2001 17 Very Good Own 5 Truck Scales & (2 Portables) 30 to 150 Ton Excellent Own 1 Auburn Asphatt 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 32OLLR I010 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 A[Roller [B2248 2007 11 Good Own 2 CAT ACRollers C824B 2016 2 Excellent Lease 1 CAT AC CB24B CB34B 2017 1 2 Excellent Lease 1 CAT ACRoller 2016 Excellent Lease 2 CAT A[Rollers (15Ton) CB54B 2016 2 Excellent Lease 1 CAT A[Roller (l5Ton) CB54XW 2013 5 Very Good Own 1 CAT A[Roller (l5Ton) [8434D 2012 6 Very Good Own 1 CAT Mini Excavator 305E 2013 3 Excellent Own 2 JAxle Tilt Trailers Dump Trk 1999 17 Good Own 12 Axle Lowboy Td/ 3Axle Lowboy Tdr Trail King 1999 17 Good Own 1 TrailKing 1999 17 Good Own Page 2 Major Items Equipment Detailed List 1- 29 2020 Responsible Bidder Determination Form P-8 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 Lon o With Bidder Bill Johnson General Foreman 31 Years Steve Nelson Paving Supervisor Ray Babcock 2 Years Paving Foreman 25 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)? m Yes 0 No Surveyor's Name: (15 Ora) n List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous experience working with these firms, if any. Subcontractor _0 Bunco 64,rin IvanKActiim &round 16... 4111, A Scope ofWork No of Previous Contracts Worked with Bidder MoiiniO More +Iron ID iva(r. Wet 10 )iti/V-3)* Vor-kin ID 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 Andover Park E Water Main Pavement Repair October 2020 CPM Development Corporation DBA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS, Thru • 2020 OWNER/GENERAL NAME/LOCATION AMT/ COMPLETION FED$ PROJECT NAME/LOCATION CLASS OF WORK FINAL AMT DATE CONTACT P/S Y/N Pennon Construction Co., Inc Pacific Gateway Bldgs 2,3,4,5 & 6 Kent, WA Seattle, WA Goodfellow Bros. Remote Aircraft Diecing Kihei, HI SeaTac Airport Pennon Construction Co., Inc PSE Puyallup Service Center Seattle, WA 5807 Milwaukee Ave East, Puyallup Gary Merlino Construction Co., Inc Terminal 18 Seattle, WA 1131 SW Klickilat Way. Seattle Port of Seattle Seattle, WA King County Seattle, WA Terminal 46 Pavement Rehabilitation Port of Seattle 2020 Countywide Pavement Preservation Various Locations within King County Josh Boettner Asphalt Paving, Aggregates $1,079,664 Spring 2021 206 687-6318 Sub No Dennis Dileman Asphalt Paving $604,500 Spring 2021 425 466-3898 Sub Yes Dave Scott Ashalt Paving $504,913 Spring 2021 360 701-9479 Sub No Mark Ruth Asphalt Paving 0327,973 Spring 2021 206 762-9125 Sub No Paving, Grinding, Survey, Valerie Jarvi Excavation, Crack Seal $1,611,320 9/2020 206 787-7685 Prime Yes Excavation, Paving, Grading, Willies, Concrete, Electrical Paul Moore (Signals) $6,177,518 EST SPRING 2021 206 423-1081 Prime No Skanska USA Building Inc Pioneer Elementary Kyle York Seattle, WA 2301 M Street SE, Auburn Asphalt Paving $552,638 Fall 2021 206 418-9318 Sub No Excavation, Paving, Grading, City of Enumclaw Utilties, Concrete, Electrical Dwayne Walker Enumclaw, WA 2020 Pavement Preservation (Signals) $576,574 8/2020 360 615-5730 Prime No Jansen, Inc Delridge Way SW - Rapidride H Line Grant Jansen Bellingham, WA Delrideg Way SW & SW Brandon St Asphalt Paving $637,609 Spring 2021 360 933-4807 Sub No Meet Me On Meeker/Riverbend Driving Range Excavation, Paving, Grading, City of Kent Imp. Utilties, Concrete, Electrical Timothy LaPorte Kent, WA Green River Trail, Russell Road, W Meeker (Signals) 52,305.304 10/2020 253 856-5500 Prime No Washington State D.O.T. Seattle, WA C/N 9489 Inlersdtate 5, Sea -Tac NB Weigh Asphalt Paving, Excavation Station Planing, Concrete, Edward Kane Preservation Electrical 5339,698 8/2020 206 768-5861 Prime No Kiewit Infrastructure West Co Ian Enright Federal Way Federal Way Link Extension (FWLE) Design Build Asphalt Paving 06.087,835 EST 2021 757 630-5049 Sub No Excavation, Paving, Grading, King County Ulilties, Concrete, Electrical Paul Moore Seattle, WA 2019 Countywide Pavement Preservation (Signals) $4,931,536 9/2020 206 423-1081 Prime No Stellar Group, Inc $1,223,115 / 7/2020 Tari Casey Jacksonville, FL Sysco Seattle Facility Expansion Grading. Paving, Grinding $403,332 Job shut down 904 574-2906 Sub No Absher Construction Co $449,203 / Mike McCanna Puyallup, WA Auburn Elementary School 615 Asphalt Paving $447,603 9/2020 253 446-3339 Sub No Pivetla Brothers Construction $528.600 / Jeremy Fudge Sumner, WA A Street SE Preservation Asphalt Paving $399,548 5/2020 206 396-5525 Sub Yes Skanska USA Building Inc $419,698 / Kyle York Seattle. WA Dick Scobee Elementary School BP 602050 Asphalt Paving $429,895 8/2020 206 418-9318 Sub No SEACON, LLC $571,200 / Mike Telkamp Issaquah, WA Poulsbo RV, Sumner Aggregate & Asphalt Paving $706,186 6/2020 425 677-0869 Sub No Paving, Grading, Willies, City of Auburn Concrete, Striping, Traffic $838,078 / Jai Carter Auburn, WA 2019 Citywide Patching and Overlay Control $878,181 5/2020 253 804-5286 Prime No Strider Construction BNSF Orillia automotive Facility & $2,224,116 / Nathan Andersh Bellingham, WA Kent Intermodal Facility Asphalt Paving 52,038,233 7/2019 360 380-1234 Sub No Kiewit Infrastructure west Co SR99 Demolition, Decommissioning & Surface $491,865 / Jeff Kittle Federal Way, WA Street Project Grinding, Patching Backfill $710,092 11/2019 425 301-7970 Sub No P090 1 PnequarProl List Ma/ Pm/ oConlacts (am 1114) CPM Development Corporation DBA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS, Thru -2020 OWNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION CLASS OF WORK AMT/ COMPLETION FED$ FINAL AMT DATE CONTACT P/S YIN Washington Stale DOT Seattle, WA JR Hayes Corporation Maple Valley, WA King County Seattle, WA Jansen, Inc Bellingham, WA City of Auburn Auburn, WA City of Kent Kent, WA City of Tukwila Tukwila, WA City of Algona Algona, WA SR99 Roy Street to N 145th Street Forest Canyon Estates 2018 Vashon Highway Pavement 2018 AAC Package #2 151h Street NE/NW Preservation 2018 Asphalt Overlays 2018 Overlay & Repair Pacific Avenue North (Ellingson Road to Safeway Entrance) Gary Merlino Construction Co., Inc Seattle, WA 2018 Taxiway Improvements Graham Contracting, LTD Pacific Highway South HOV Lanes Bellevue, WA Phase V Asphalt Paving 01,969,986 9/18 425 691-3591 Sub Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) $15,205,127 / Paving Mike Askarian, PE $12,575,500 9/2020 206 768-5861 Prime Yes Jeff Thomas 5696,948 Fall 2020 425 392-5722 Sub No Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) $4,803,683 / Dave Nadal $4,660,249 5/19 206477-3626 Prime No Asphalt Paving $909,040 / Grant Jansen 0836,809 5/19 3609331807 Sub No Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) $2,124,739 / Kim Truong, PE $2,525,288 11/18 253 804-5059 Prime Yes Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) $1,754,376 / Drew Holcomb PE $1,531,008 11/18 253856-5500 Prime No Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) $955,946 / $896,834 David Sorensen PE 9/18 206431-3653 Prime No Excavation, Paving, Grading, Willies, Concrete, Electrical 0333,540 / Brian Sourwine (Signals) $331,395 6/17 206 284-0860 Prime No Asphalt Paving $1,964,250 / Rhuel Reedy $2,127,055 9/18 206255-2628 Sub Yes 51,859,665 / Greg Rilke Page 2 Prewoaromf 0 1 Mal Pro) wConacts (Rev. WM Responsible Bidder Determination Form P-9 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? • No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within the past 5 years? O 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? ■ No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? N 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? 13 No 0 Yes If yes, give details: Andover Park E Water Main Pavement Repair CPM Development Corporation DBA ICON Materials October 2020 Responsible Bidder Determination Form P-10 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? M No 0 Yes If yes, give details: Does the Bidder owe any delinquent taxes to the Washington State Department of Revenue? No 0 Yes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? 0 No 0 Yes Has any adverse legal judgment been rendered against Bidder in the past 5 years? 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? D No 0 Yes If yes, please state: Date Type of Injury 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/hejJnow1edge. The undersigned a orizes the City of Tukwila to verify all information contained e Signature of Bidder Title: Construction Manager Andover Park E Water Main Pavement Repair Date: 11/3/2020 October 2020 P-11 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: General Foreman, Paving Foreman, Topside, Screedman, Roller Operators, Rakers, General Laborers, Excavator Operator, Traffic Control CPM Development Corporation DBA I off" Materials ign Construction Manager ed Oficial Title Andover Park E Water Main Pavement Repair October 2020 Page 1 Major Items Equipment Detailed List 1- 29 2020 CPM Development Corporation DBA ICON Materials Major Equipment Detailed List Qty Description Model Model Yr Age Condition 10 4 3 Axle Pup Trailer 3 Axle Pup Trailer Transfer Peerless 1991 2007 25 9 Good Good Own Own Reliance 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 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 1 CAT Paver CAT Paver AP555E 2010 8 Excellent Own AP555E 2016 2 Excellent Own 1 Volvo Paver PF6110 2009 8 Very Good Own 2 CAT Grade Rollers CS563C 1995 23 Good Own 1 Hypac Pneumatic Roller C560B 2001 17 Good Own Page 1 Major Items Equipment Detailed List 1- 29 2020 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 1- 29 2020 P-12 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 described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. 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 85 % Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Andover Park E Water Main Pavement Repair October 2020