Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
22-121 - ICON Materials - Tukwila Parkway Emergency Repair Project
City of Tukwila 6200 Southcenter Boulevard, Tukwila WA98188 CONTRACT FOR SERVICES Contract Number: 22-121 Council Approval 9/12/22 This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter optional municipal code city hereinafter referred to as "the City," and ICON Materials, hereinafter referred to as "the Contractor," whose principal office is located at 1508 Valentine Ave SE, Pacific, WA 98047-2103. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: . Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit A attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $495,595.00. 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Aareement. This Agreement shall be in full force and effect for a period commencing September 13, 2022, and ending December 31, 2022, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. CA Revised May 2020 Page 1 of 4 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. CA Revised May 2020 Page 2 of 4 E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeaina and Reaortina. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assianment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Aareement: Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA Revised May 2020 Page 3 of 4 14. . ,� ,;fi If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement., shall survive termination of this Agreement. . Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorneys fees and costs of suit. DATED this 0541.°1° day of 5?p *lean 6e 2022 CITY OF TUKWILA ICON Materials HP eSig Red via Seamless Docs.com imisissiasi="i`i." Key: lea SPcao-430]-406a-b'el-P]e223eb1? Allan Ekberg, Mayor 09 — 20_2022 0 - 2022 ATTEST/AUTHENTICATE e.,isnetl via Seamless Docs.com eh/r.;aty Qghq Kc v: 54852a1s0 888tl 2680 a355 cd111b18 City Clerk, Christy O'Flaherty APPROVED AS TO FORM: c oe. iaSeulee Key: 570,1,-0.242tl1'aYis-9,,,latl68^ Office of the City Attorney CA Reviised. Print/el' Name and Title: Addre9 wa (to c.y.;°')'r WA .. yvo ay 2020 Pas.4 of 4 Exhibit A City of Tukwila Public Works Department CONTRACT PROVISIONS FOR TUKWILA PARKWAY EMERGENCY REPAIR Project No. 22240101 Bid Documents July 2022 Prepared for: CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Prepared by: MPG 3131 Elliot Avenue, Suite 400 Seattle, WA 98121 206.286.1640 www.kpg.com CPM Development Corporation DBA ICON Materials TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal TUWKILA PARKWAY EMERGENCY REPAIR CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Tukwila City Council Members Thomas McLeod, President Kathy Hougardy De'Sean Quinn Kate Kruller Cynthia Delostrinos Jognson Tosh Sharp Mohamed Abdi City Administration Allan Ekberg, Mayor David Cline, City Administrator Christy O'Flaherty, MMC, City Clerk Hari Ponnekanti, P.E., Director of Public Works/City Engineer Approved for construction by: Hari Ponnekanti, RE., Director of Public Works CIA Bryan Still, Operations Manager Consulting Engineer ,1010.100$i 3131 Ell'ot Avo11/14 Suite 400 Scatile. WA 7,3121 206.284.1640 votyve.kr4com Signature TUWKILA PARKWAY EMERGENCY REPAIR r au. and grily of dd meat 20 4°07.18 # •-•4 2010032g, trs-rt:P(4) iONA L Date CPM Development Corporation DBA ICON Materials JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Z_ TABLE OF CONTENTS Call for Bids Information for Bidders Page 1-1 1-2 Proposal P-1 Bid Schedule P-2 Proposal Signature Sheet P-5 Bid Security P-6 Non -Collusion Declaration P-7 Responsible Bidder Determination Form P-11 Proposed Equipment and Labor Schedule P-15 Proposed Subcontractors P-16 Agreement Form C-1 Payment and Performance Bond C-2 Special Provisions SP -1 Appendices A Standard Plans and Details B Prevailing Wage Rates C Standard City Forms CPM Development Corporation DBA ICON Materials TUVVKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Information for Bidders 1-1 CITY OF TUKWILA CALL FOR BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Tukwila, Washingtonat the Office of the City Clerk, at Tukwila City Hall, 6200 Southcenter Boulevard, Tukwila, Washington 98188, up to the hour of 9:30 a.m. on Wednesday, August 10, 2022. Bids will be opened and publicly read aloud at 10:00 a.m. on that same day, Wednesday, August 10, 2022. Due to issues associatedwithCOV|D4S andaoo l distabids can be mailed to Tukwila City Hall OR dropped off on Wednesday morning up until 9:30 a.m. OR a box will also be located outside the double doors at Tukwila City Hall near the flagpole for receipt of bids on the day of the bid opening. Bids will be picked up, with the last pickup being at exactly 9:31 a.m. on Wednesday, August 10, 2022. based on the Atomic Clock in the City's Clerk's Office. Bids will be opened and publicly read aloud, via Microsoft Teams by dialing +1 253-292-9750, Conference ID: 573702720# at 10:00 a.m. on Wednesday, August 10, 2022. for: TUVVKILApARKWAY EMERGENCY REPAIR PROJECT NO. 22240101 The work to be performed within 25 working days from the date of Notice to Proceed consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: Schedules A will include restoration of asphalt roadway and an intersection corner all within the City of Tukwila. Specific tasks shall include, butane not necessarily Iimlted to: Paving with HKmA. Planing bituminous pavement, and pavement repairs; Adjusting surface utilities to grade; Removing trafflc loops; Removing and replacing junction boxes and signal pole, including foundations; Installing video detection camera; Installing new channelizatlon; Removing and replaclng concrete curbs, sldewalks, and ADA ramps; Providing all necessary traffic control labor and devices; And, other items necessary to complete the Work as shown on the Contract Documents. Proposals received Iater than the submittal deadline will not be accepted. The City will not be liable for delays in delivery of proposalsdue to handling by the U.S. Postal Service or any other type of delivery service. Faxed or emailed submittals will not be accepted. Each bid shall be in accordance with the bid documents available free of charge -line through Builders Exchange of Washington, Inc. at http://www.bxvva.com. Click on: "bxwa.com", "Posted Projects"; Public Works"; "City of Tukwila", and "Project Bidding". Bidders are encouraged to "Register as a Bidder" in order to receive automatic e-mail notification of addenda and to be placed on the "Bidders List". This service is provided free of charge to Prime Bidders, Subcontractors and Vendors bidding this project. Contact Builders Exchange of Washington at (425) 258-1303, should you require further assistance, Informational copies of any available maps, plans, specifications, and subsurface information are on file for inspection in the office of the Tukwila City Engineer, at the Public Works Department. All bid proposalsahaUhesubmittedaccordingtoMhe|rformation for Bidders and be accompanied by a bid proposal deposit in the form of a cash depositomrtifiadorcoahe/ocheck, postal money order, or surety bond made payable to the City of Tukwila, for a sum not less than five percent (5%) ch bid, including sales tax. Should the successful bidder fail to enter into such contract and furnish satisfactory payment and performance bonds within the time stated in the specifications, the bid depositlbond shall be forfeited to the City of Tukwila. The City of Tukwila hereby notifies all bidders that it will affirmativ this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. The City reserves the right to reject any and all bids or waive any informalities in the bidding and make the award as deemed to be in the best interest of the City. Project Manager: AdibAKa|la|AdibAlteUa|(@TuhwilaVVAgov Published Seattle Times: July 27, 2022 and August 3, 2022 Published Daily Journal: July 27, 2022 and August 3, 2022 CPM Development Corporation DBA ICON Materials TUWKILA PARKWAY EMERGENCY REPAIR JULY 202 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal Information for Bidders 1-2 INFORMATION FOR BIDDERS The following supplements the information in the Call for Bids: 1. Pre -Bid Conference A pre-bid conference will not be held for this project. 2. Examination of Plans, Specifications, and Site Before submitting the bid, the Contractor shall carefully examine each component of the Bid Documents prepared for the Work and any other available supporting data so as to be thoroughly familiar with all the requirements. However, the Owner or Consulting Engineer will not assume responsibility for variations of subsoil quality or condition at locations other than places shown and at the time investigation was made (if any). The availability of this information shall not relieve the Bidder of the duty to examine the project site nor of any other responsibility under the Contract. The Bidder shall make an m|ert, heods-up, eyes -open reasonable examination of the projectsde and conditions under which the Work is to be performed, including but not limited to: current site topography, soil and moisture conditions; underground obstructions; the obstacles and character of materials which may be encountered; traffic conditions; public and private utilities; the availability and cost of labor; and available facilities for transportation, handling, and storage of materials and equipment. See Section 1-05.14 of the SpecialProvisions for identifioetiwnofany other work that is to be performed on or near the project site by others. 3. Property Issues — Permits, Easements, Licenses to Construct All bidders shall base their bids upon full restoration of all property within the and easements, and wherever Bidder will have 'license to construct'. The easements and Ucense to construct documents that have been acquired are available for inspection and review. The Bidder is advised to review the conditions of the permits, easements, and licenses to construct, as he shall be required to comply with all conditions at no additional cost to the Owner. All other permits, |icenseo, etc., shall be the responsibility of the Bidder. The Bidder shall comply with the requirements of each. 4. Interpretation of Bid Documents The Bidder shall promptly notify Owner of any discovered conflicts, ambiguities, or discrepancies in or betmmen, or omissions from the Bid Documents. Questions or comments about these Bid Documents should be directed to the aftention of: Adib Alta|Um|, 6300 Southcenter Bou|evaod, Tukmi|o, WA 98188. phone 206-240-0633, ennai|adib.aKo||a|Otuhwi|avva�ov. Questions received less than three (3) days prior to the date of bid opening may not be answered. Any interpretation or correction of the Bid Documents will be made only by addendum, and a copy of such addendum will posted to the BXWA project site for download by the prospective bidder. The Owner will not be responsible for any other explanations or interpretations of the Bid Documents. No oral interpretations of any provision in the Bid Documents will be made to any Bidder. 5. Special Schedule Considerations/Sequencing of Work Corporation DB/1k >C()0 Materials TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see ww°,bzva.00m Always Verify Scal Information for Bidders 1-3 • The Contractor shalt provide a minimum of 72 hours advance notice to adjacent property owners in the event that the Contractor's operation wilt imped drivewayaccess. • Contractor shall provide temporary traffic control, driveway access, safe access for pedestrians, and appropriate signing during construction • Driveways shall be accessible and usable by adjacent residents at the close of each day. � Contractor shall sequence and control work activities such that work shafl not be performed at more than two work sites at any given time except as approved by the Engineer. All locations must have futt coverage inspection. 6. Wages Washington State Prevailing Wage rates apply to this project. The Owner requires strict adherence to, and will monitor compliance with, applicable mage rates. Weekly Certified Payrolls are required. Al/ Contractors are responsible for payment of prevailing wages to all "workers employed directly upon the site of the work" underthe contract. All Contractors shalt provide weekty certified payroll reports that are complete and comply with State law and the conditions set out in the Contract Documents. The Contractor is also responsibte for the compliance to the above requirements of all Subcontractors and Sub -Subcontractors. All contractors shall complete and provide alt Owner required documentation and forms. Non-compliance with the above requirements will resutt in denial of the Contractor's application for pavment. No exceptions wilt be made. 7. State Sales Tax (see also APWA GSP 1-07.2 in Special Provisions) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax. The Contractor shall include Washington State retait sates taxes in the various unit and lump sum bid prices of the nonbect, in compliance with State Department of Revenue Rule 171. These retail sales taxes shall inctude those the Contractor pays on purchases of materials, equipment, and supplies used or consumed in doing the work. Alt tax payments shall be based on actual quantities used, regardless of quantities stated in the Proposal. 8. Bidding Checklist Alt bids shall be submitted on the exactforms provided in these Bid Documents, and tisted betow.Failure to submit any of these forms is grounds for rejection rejection ofthe bid. The only exception is if the bidder foltows the directions for Bids Submitted on Computer Printouts, following the bid proposal forms. Sealed bids for this proposal shall be submitted as specified in the Call for Bids. Each bid must be submitted in a seated envetope bea ring on the outside the name and address ofthe Bidder, and must be clearty marked with the name and number of the projectject for which the bid is submitted: BID FOR TUWKILA PARKWAY EMERGENCY REPAIR All bids wilt remain subject to acceptance for ninety (90) days after the day of the bid opening. 1-4 a. Proposal — Bidders must bid on all items contained in the Proposal. The omission or deletion of any bid item will be considered nonresponsive and shall be cause for rejection of the bid. b. Bid Security/Bid Bond — Bid Bond is to be executed by the Bidder and the surety company unless bid is accompanied by a cash deposit, certified or cashier's check, or postal money order. CPM Development Corporation TuvvKuxPARxmAY EMERGENCY REPAIRDBA ICON MaterialsJULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal Information for Bidders The amount of this security/bond shall be not less than five percent (5%) of the total bid, including sales tax, if applicable, and may be shown in dollars. Surety must be authorized to do business in the State of Washington, and must be on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. The Bid Security �fonn included in these Contract Provisions MUST be used; no substitute will be accepted. If an attorney-in-fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. The deposit of the successful Bidder will be returned provided Bidder executes the Agreement, furnishes satisfactory Payment and Performance Bond covering the full amount of work, and provides evidence of insurance coverage, within ten (10) days after Notice of Award. Should Bidder fail or refuse to do so, the Bid Deposit or Bond shall be forfeited to the City of Tukwila as liquidated damages for such failure. The Owner reserves the right to retain the security of the three (3) lowest bidders until the successful Bidder has executed the Agreement and furnished the bond. c. Non -Collusion Affidavit Must be filled in, signed, and notarized. d. Responsible Bidder Determination Form e. Proposed Equipment and Labor Schedule f. Proposed Subcontractors, if required Regarding forms d, e, and f, the Owner reserves the rightto check all statements and to judge the adequacy of the Bidder's quo|iUomtiono, and to reject Bidder as not responsible based on this information. 9. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. The Agreement and Paymentand Performance Bond are included in these Bid Documents and should be carefully examined by the Bidder. a. Agreement — Two (2) copies to be executed by the successful Bidder. b. Payment and Performance Bond — Two (2) copies to be executed by the successful Bidder and its surety company. This bond covers successful completion of alt work and payment of all |mbovers, oubcontnsctons, suppliers, etc. The bond continues in effect at ten percent (10%) of the total price bid for one year after final acceptance of the Work. �� The bond form included in these Bid Documents YNUSTbe used; no substitute vv,n be accepted. If an Attorney-in-fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance — To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions (APWA GSP). The Owner and Consulting Engineer retained by Owner shall be named as "Additional lnsureds" on the insurance policies. TuwmLxPARKWAY EMERGENCY REPAIR CPM Development Corporation DBA ICON Materials JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w°°.bx*a.00m Always Verify Scal Information for Bidders The above bid and contract documents must be executed by the Contractor's President or Vice -President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. CPM Development Corporation DBA ICON Materials TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-1 PROPOSAL (unit price) Contractor's Name CPM Development Corporaton DBA ICON Materials Contractor's State License No. ICONM**982CF City of Tukwila Project No. 22240101 To the Mayor and City Councfl City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personaily examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) projecttiUed TUWKILA PARKWAY EMERGENCY FtEPA|R, which project includes but is not limited to Hot Mix Asphalt (HMA) pavement ropair, planing bituminous povenlant, installation of concrete curbs, sidevma|ks, rannps, instaflation of traffic loops andjunction boxes, signal nmod|fioation, adjusting surface utilities to grade, installing new channelization and signoge, providing all necessary traffic control labor and devices; work for all schedules includes 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 VVb/k, 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) 0 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 tofive percent (5%) cfthe 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 andthe Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated dornagea, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within TWENTY FIVE (25) 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. TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see wow.ux*a.com - Always Verify Scal Proposal P-2 Tukwila Parkway Emergency Repair Project No22240101 Note: Unit prices for all items, alt extensions, and the total amount bid must be shown. Where conflict occmbew,m»nVm"nitpnce and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to Divisiori 10 for definhlion of pay items. Include appllcable sales tax shall upincluded inthe various unit and lump sum prices, per section 1+>r.c(1)and WAC osu'2n'17`. Item No. Spec Item Description Qty Unit Unit Price Amount 1 1-04 Minor Change 1 FA 35000 25000 2 1-05 Roadway Surveying 1 LS 4'200.00 4.200.00 3 1-05 ADA Features Surveying 1 LS 1.800.00 1.800.00 4 1-05 Record Drawings ($5000 min bid) 1 LS 5,000.00 5'000.00 5 1-07 SPCC Plan 1 LS 240.00 240.00 6 1-07 Property Restoration 1 FA 2000 2000 7 1-09 Mobilization 1 LS 57'000.00 57'000.00 8 1-10 Project Temporary Traffic Control 1 LS 28.000.00 28.000.00 9 1-10 Off Duty Uniformed Police Officer 300 HR 170.00 51'000.00 10 1-10 Flaggers and Spotters 300 HR 74.00 22'200.00 11 2-01 Clearing and Grubbing 1 LS 1'500.00 1,500.00 12 2'02 Removal of Structures and Obstructions 1 LS 12.000.00 12'000.00 13 2-03 Unsuitable Foundation Excavation |no| ' Haul' 100 CY 97.00 � ����0O 14 4-04 Crushed Surfacing Top Course 300 TN 65.00 19'500.00 15 5-04 Pianing Bituminous Pavement 830 SY 11.50 9.545.00 16 5-04 Pavement Repair Excavation mci. HauI 200 CY 161.00 32'200.00 17 5-04 HMA Pavement, C11/2''PG58H'22 500 TN 160.00 80'000.00 18 7-04' Solid Wall PVC Storm Sewer Pipe, 12 |n ' Diann' 10 LF 235.00 � �3��D0 19 7-05 Catch Basin, Type 1 1 EA 2,000.00 2.000.00 20 7-05 Connection to Drainage Structure 1 EA 240.00 240.00 21 7-05 Adjust Manhole 1 EA 700.00 700.00 22 7-12 Adjust Water Valve Box 2 EA 500.00 1,000.00 CPM Development Corporation DBA ICON Materials Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w°°.bxpa.com Always Verify Scal Proposal P-3 Tukwila Parkway Emergency Repair Project No. 22240101 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. Spec Item Description Qty Unit Unit Price Amount 23 8-01 Erosion/Water Pollution Control 1 FA 4500 4500 24 8-01 Inlet Protection 4 EA 45.00 180.00 25 8-04 Cement Conc. Traffic Curb and Gutter 100 LF 55.00 5,500.00 26 8-04 Cement Conc. Pedestrian Curb 30 LF 60.00 1,800.00 27 8-09 Raised Pavement Marker, Type 1 40 EA 11.00 440.00 28 8-09 Raised Pavement Marker, Type 2 20 EA 11.00 220.00 29 8-14 Cement Conc. Sidewalk 40 SY 140.00 5,600.00 30 8-14 Cement Conc. Curb Ramp Type Parallel A 1 EA 8,600.00 8,600.00 31 8-19 Adjust Gas Valve 1 EA 500.00 500.00 32 8-20 Traffic Signal Modifications 1 LS 100,000.00 100,000.00 33 8-22 Plastic Stop Line 40 LF 22.00 880.00 34 8-22 Plastic Crosswalk Line 220 SF 9.00 1,980.00 35 8-22 Plastic Traffic Arrow 2 EA 110.00 220.00 Total Bid $ 495,595.00 CPM Development Corporation DBA ICON Materials Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-4 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 sh•wn on t Bid form then .taling all of the extended amounts. Signed: Title: Construction Manager Date: August 10th, 2022 CPM Development Corporation DBA ICON Materials TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-5 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. 1 3 2 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. The below signed bidder acknowledges that bids must be complete and submitted for the the entire Bid Schedule A. Partial or incomplete bids will not be considered. Total Bid Schedule A: $ g5,595. o0 Note: Unit prices for all items, all extensions and the total amount of bid must be shown. All entries must be typed or entered in ink. The Surety Company which will furnish the required Payment and Performance Bond is Fidelity & Deposit Company of Maryland of 1299 Zurich Way, Schaumburg, IL 60196-1056 (Name) (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: CPM-Demelopment Corporation DBA ICON Materials Rob Meidinger General llanagerNP 1508 Valentine Ave SE, Pacific, WA 98047-2103 Circle One: Individual / Partnership / Joint Venture 1 or•o a to Phone No.: (206) 575-3200 State of Incorporation: Washington Date: July 27th, 2022 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. TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CP DEVELOPMENT CO A CRH Company AERICAN ROC PRODUCTS ONICREle A CAN COMPANY CI L AZY HALT -..0000)0 G.COMOANY HELENA SAND &G VEL A CRH COMPANY CONLREII AZIPliral, A OM COMPS.fer RiverBend 4.414'ERALS CM/ COMPANY PO r T0 CE TIFICATE OF AUTI-I0 TY 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 ManagerNice President Mark Eichelberger, Construction Manager Darci Morris, Operations Manager Steve Eichelberger, Project Manager STATE OF WASHINGTON ) ) ss. COUNTY OF SPOKANE Signature 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 if2 day of_________ 2022. MICHELLE M WELCH OT. *Y PUBLIC COMM. EXPIRES NOV. 7, 2024 STATE OF WASHINGTON COMMISSION NO. 7 1 WENATCHEE SAND & GRAVEL A CRN COMPANY An Equal Opportunity Employer -fieteitz/&_\-m aziek Sipzature ofNotprry M Width Print or Type Name of Notary NOTARY PUBLIC in and for the State of Washington Residing at cl4K12.,, 1,C)/(4 - My Commissio expires on it /7/c,20,-,74 . 5111 E. Broadway, Spokane Valley, WA 99212 P.O. Box 3366, Spokane WA 99220-3366 Office: (509) 534-6221 Fax: (509) 536-3051 P-6 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash depoait, certified or cashier's check, or postal money order in the amount of dollars ($ Bid Bond: The undersigned, CPM Development Corporation DBA ICON Materials (Principal), and Fidelity & 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 Bid Amourit dollars ($5% of Total Bid ), which for the payment of which Principal and Surety bind themselves, their heirs, exacutora, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for TUWKILA PARKWAY EMERGENCY REPAIR, Pr'ectNo.22240101.00nondingtothetornlsofthe Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. Ifthe Proposal is accepted and Principall 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 27th day of July . 2022 . CPM Development Corporation DBA ICON Materials Fidelity & Deposit Company of Ma land Principal Suretyl By Qenera|K8onegenVP '— Title Name and address of Jocal office of agent and/or Surety Company: Surety companies executing bonds must appear Washington per Section 1-02.7 of the Standard Spe r ey in Facc Power of Attorney) Fidelity & Deposit Company of Maryland 1299 Zurich Way Schaumburg, IL 60196- O58 on the current Authorized Insurance List in the State of cifications. TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w°°.bzva.nnm - Always Verify Scal 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, Kristin PORTILLO, 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 WI-IEREOF, 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 16'h day of June, A.D. 2022. ATTEST: By: Robert D. Murray Vice President 4 /Loa)._ By: Dawn E. Brown Secretary ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND State of Maryland County of Baltimore On this 16th day of June, A.D. 2022, 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. oon 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 P-7 STATE OF WASHINGTON ) COUNTY OF KING NON-COLLUSION DECLARATION SS. 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 egreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named TUWKILA PARKWAY EMERGENCY REPAIR, Project No. 22240101. Signed and sworn to before me on this 27th CPM Development Corporation DBA ICON Materials Firm Signature of Author' Official General Manage Title day of July Wendy Hayes . 20 22 Signature of Notary Public in and for the State of Washington, residing at Algona SEAL MOOS LA PUBLIC To report bid rigging activities call: NOTICE TO ALL BIDDERS 1-800-424-8071 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. TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wv°.urwa.00m - Always Verify Scal P-8 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 City Contractor's License No. ICONM**982CF Washington 98047-2103 State Zip Code WA State UB I 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 D Incorporated in the state of WA If Out -of -State Corporation, has Bidder complied with WA Corporation laws? El YES E NO List business names used by Bidder during the past 10 years if different than above: SEE ATTACHED Year Bank Reference Bank of America Lois D. Marshall (800) 325-6999 ext.35913 Bank Account Officer Officer's Phone No. of regular full-time employees: 125 Number of projects in the past 10 years completed: 15% ahead of schedule 85% on schedule behind schedule Total value of contracts in hand (gross): $ 45 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 62 years. As a subcontractor for 62 years. Describe the general character of work performed by your company: Asphalt concrete paving, aggregates, road construction, and grading. List major equipment anticipated for this project; state whether Contractor -owned, or if it will be rented or leased from others. SEE ATTACHED TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal MATERIALSICON A CRH COMPANY PAST COMPANY NAMES The current business name, ICON Materials, (dba of CPM Development Corporation) 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 Jan. 1, 2002 to Present 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 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 I 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 1D65OLGP 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 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 Responsible Bidder Determination Form P-9 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 Bill Johnson Steve Nelson Lauren Worrel Ray Babcock Title How Long VVith Bidder Construction Superintendent 35 Years Paving Manager 3 Years Paving Superintendent Paving Foreman 4 Years 26 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 ❑ No Surveyor's Name: Q' SrAn en 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 Tronsfor}t4r0n $ .S S rnr. (w'b1Te. ' r.-, s%IPWoift- 10 G&G loc. PIRci-riod (0 -1- Grow, Roo) onrfruc-Fion, Tic . M i11+"1 r4 t 1140,y�.fiLoes T fffc . TnC. 1- ,�TI`iPrio to 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 SEE ATTACHED Owner/Reference Name and Phone TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Project Manager SAMPLE LISTING OF MAJOR PROJECTS, Thru - 2022 OWNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION CLASS OF WORK CONTRACT AMT/ COMPLETION FED$ FINAL AMT DATE CONTACT P/5 Y/N King County Seattle, WA SE Kent Kangley RD @ Landsburg RD 5E City of Algona Algona. WA 2022 Overlay Project Excavation, Grading, Concrete), Est August Leeann Snyder Elocctrlcal (Signaler), Traffic Control $202,222 2022 208.283-3517 prime No Excavation, Planing, Concrelo, Asphalt Paving, Aggrogaleer striping, Traffic Control 5186,000 2022 200.204-0660 prime No Est August Brian SourMne Calvin Nutt Burlington Northern Santa Fe South Seattle Intermodal Facility Asphalt paving, Mlling, Striping $1082,347 Est 2025 200-625.8150 Sub No City of Enumclaw Paving, Grinding, UUIiUes, Est August Dwayne Walker Enumclaw. WA 2022 Pavement Preservation Striping, CTB $601,340 2022 360615.5730 prime No City of Federal Way Federal Way, WA Pierce County City of Kent Kent, WA Sierra Construction Co Woodinville, WA Pivella Brothers Sumner, WA Scarsella Bros Seattle, WA Excavation, Paving, Grading, Willies, Concrete, Electrical John Cole 2022 Asphalt Overlays (Signals), Milling 53,212,302 Est 2023 prime Na minty Paving, Grading, Utilhes, Bruce Dammeler Sumner -Buckley Highway East Guardrail, Traffic Control $1,098,239 Est Sept 2022 253708-7477 Prime No Excava0on, Paving, Grading, Wales, Concrete, Electrical Chad Bleren 2021 Asphalt Overlays (Signals), Milling $5,004,077 Est 2022 253 850-5500 prime No Kris Mlaril CenlerPoinl Site Ven Construc0an Asphalt Paving $543,438 Est 2022 503 332-1163 Sub No CP1022 Lead Service Line Replacement Asphalt Paving 0809 Alaska Way Viducl- Replacement South Access Asphalt Paving Jensen Inc Belingham, WA Madison Street Bus Rapid Transit City o/ Auburn Auburn, WA Lakeland Hills Way Preservation City of Seatac Seatac, WA 2021 Overlays Project BNSF Railway Tukwila, WA South Seattle Intermodal Facility Asphalt Paving Nathan Walker $528,354 E50 2022 253442-0732 Sub Yes Julie PrinIo 5043.254 EST 2022 253872-7173 Sub No Mark White $848,150 Est 2023 380 319-0091 Sub Yes Excavation, Paving, Grading, Utilties, Concrete, Electrical $1,210,442 / Cindy West (Signals), Wing 01,103,074 11/2021 253031-3010 Prime No Excavation. Paving. Grading, UUWes, Concrete, Electrical (Signals), Milling Brenton Cook $880,020 Spring 2022 206580-2107 Prime No Asphalt P8Nng, Milling, P84ng Fabric 91,982,347 Spring 2022 Prime No Scarsella Bros, Inc 2021 Airfield Pavement & Supporting Infrastructure 5710,000 / Julie Prints Seethe, WA Seatac Airport Asphalt Paving 0601,854 11/2021 253872-7173 Sub No City of Tukwila Tukwila, WA Andover Park East Water Main Pavement Repair Excavation, Concrete, Tukwila, WA Utility Adj., Asphalt Paving 5143,155/ Scall Bales 5114,158 1/2021 200 431-2103 Prime No Pennon Construction Co., Inc Pacific Gateway Bldgs 2,3,4,5 & e Josh 600/5,er Seattle. WA Kent, WA Asphalt Paving, Aggregates 01,070,604 200087-0318 Sub No Goodfellow Bros. Remote Aircraft Diecing 5004,500/ Dennis Dileman Kihel, Hl SeaTac Airport Asphalt Paving 5583.214 0/2021 425400-3808 Sub Yes Pennon Construc0on Co., Inc PSE Puyallup Service Center Dave Scott Seattle, WA 5807 Mhvaukee Ave East, Puyallup Ashalt Paving 5504,013 300 7010470 Sub No Pennon Construction Ca., Inc PSE Kent Substation Operations $512,870 / Kaleb Kingman Seattle, WA 8001 South 212th Street, Kent Asphalt Paving 5503,830 June 2021 380 018-3033 Sub No Gary Merlin Construction Co., Inc Terminal 18 $327,0731 Mark Ruth Seattle, WA 1131 SW Klickllal Way, Seattle Asphalt Paving 0458,024 11/2021 200 702-9125 Sub No Pan of Seattle Terminal 40 Pavement Rehabllita0on Paving, Grinding, Survey, $1,611,320 / Valarle Jarvi Seattle, WA Port of Seattle Excavation, Crack Seal $2,230,000 1/2021 206 787-7685 Prime Yes King County Seattle, WA Skanska USA Building Inc Scathe, WA Excavation, Paving, Grading, 2020 Countywide Pavement Preservation Utillies, Concrete, Electrical $8,177,518/ Paul Moore Various Locations within King County (Signals) 56,041,061 5/2021 206423-1081 Prime No Pioneer Elementary 5552,838 / Kyle York 2301 M Street SE, Auburn Asphalt Paving 5542,848 7/2021 208 418-9316 Sub No Excavation, Paving, Grading, City of Enumclaw UUIBes, Concrete, Electrical $576,574 / Dwayne Walker Enumclaw, WA 2020 Pavement Preservation (Signals) $600,546 7/2020 360615-5730 Prime No Jansen, Inc Delrldge Way SW - Rapldride H Line Grant Jansen Bellingham, WA Delrideg Way SW & SW Brandon Sl Asphalt Paving 5037,608 Fall 2022 380033-4807 Sub No Excavation, Paving, Grading, City of Kent Meet Me On Meeker/Rlverbend Driving Range Imp. UtilUes, Concrete, Electrical 02,305,304 Timothy LaPorte Kent, WA Green River Trail, Russell Road, W Meeker (Signals) /$2,120,417 10/2021 253 856-5500 Prime No Washington State D.O.T. Seattle, WA Klewil Infrastructure West Co Asphalt Paving, Excavation C/N 0480 Interstate 5, Sea -Tac NB Weigh Station Planing, Concrete, $330,008 / Edward Kane Preservation Electrical 5270,198 7/2020 206 768-5801 Prime No lan Enright Federal Way Federal Way Link Edenton (FWLE) Design Build Asphalt Pa4ng 96,087,835 EST 2023 757830-5049 Sub No Page 1 Pnnusrnni u.l Vel P,nl ncentrcte (Rev. Vial Project Manager SAMPLE LISTING OF MAJOR PROJECTS, Thru • 2022 OWNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION CLASS OF WORK CONTRACT AMT/ COMPLETION FED$ FINAL 93,17 DATE CONTACT p/$ Y/N King County Seattle, WA 2010 Countywide Pavement Preservation Stellar Group. Inc Jacksonville, FL Sysco Seattle Facility Expansion Grading, Paving, Grinding Excavation, Paving, Grading, UthUes, Concrete, Electrical $4.931,538 / Paul Moore (Signals) $4,302,253 9/2020 208423-1081 Prime No Absher Construction Co Puyallup. WA Auburn Elementary School 415 Asphalt Paving Pivella Brothers Construction Sumner, WA A Street SE Preservation Asphalt Paving Skanska USA Building Inc Seattle. WA Dick Scobee Elementary School BP 402050 Asphalt Paving SEACON, LLC Issaquah. WA Poulsbo RV, Sumner Aggregate & Asphalt Paving 51,223,115/ Tan Casey 0403,332 B04 574-2900 Sub No 0440,203 / Mike McCanns 5447,603 0/2020 253445-3335 Sub No 55283800 / Jeremy Fudge 5300,548 5/2020 206 390-5525 Sub Yes $410,008 / Kyle York 3420,805 8/2020 206416-0318 Sub No $571.200/ Mike Telkamp 5700.150 8/2020 425877-0800 Sub No Paving, Grading, UGlties, City of Auburn Concrete, Striping, Traffic 0838,078/ Jal Caner Auburn, WA 2010 Citywide Patching and Overlay Control $878,181 5/2020 253504-5265 Prime No Flatiron West, Inc, Lane Construction Corp JV Renton, WA 1405 Renton to Bellevue Widening & Express Toll Lanes Asphalt Paving $24,567.502 2025 Sub No Strider Construction Bellingham, WA Kiewil Infrastructure west Co Federal Way. WA BNSF 004/0 automotive Facility & $2,224.110 / Nathan Andersh Kent Intermodal Facility Asphalt Paving 52,038,233 7/2019 350 3130-1234 Sub No SR00 Demolition, Decommissioning & Surface Street $491,865 / Jeff Kittle Project Grinding, Patching Backfill 5710,002 11/2010 425 301-7970 Sub No Washington Slate DOT Seattle, WA 5090 Roy Street to N 145th Street 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 Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) 515,205,127/ Mke Askanan, PE 512,575,500 B/2020 200 708-5861 Prime Yes Jeff Thomas Forest Canyon Estates Paving 0090.948 Fall 2020 425352-5722 Sub No Asphalt Paving, Excavation Planing. Concrete, Electrical (Signals) 54,803,583 / Dave Nadal 2016 Vashon Highway Pavement 54,600.249 5/10 200477-3820 Prime No 5000,040 / Grant Jansen 2018 AAC Package 42 Asphalt Paving 5838,800 5/19 380 933-4807 Sub No Asphalt Paving. Excavation Planing, Concrete, Electrical (Signals) 02.124,739/ Kim Truong, PE 15th Street NE/NW Preservation $2,525,288 11/18 253804-5050 Prime Yes Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) 51,754,370 / Drew Holcomb PE 2018 Asphalt Overlays 51,531,008 11/18 253850-5500 Prime No Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) $055,940 / David Sorensen PE 2016 Overlay & Repair $800,834 0/18 200431-3553 Prime No Excavation, Paving, Grading, Pacific Avenue North (Ellingson Road Willies, Concrete, Electrical $333,540 / Brian Sourwine Io Safeway Entrance) (Signals) 0331,385 6/17 206284-0850 Pnme No Gary Merlin Construction Co., Inc 51,004,250 / Rhuel Reedy Seattle, WA 2018 Taxiway Improvements Asphalt Paving 52,127,055 0/18 206255-2628 Sub Yes Graham Contracting, LTD Pacific Highway South HOV Lanes 01,850,865 / Greg Rilke Bellevue, WA Phase V Asphalt Paving 51,980.950 9/15 425 581.3501 Sub CA Carey Corporation 5675,571/ Steve Murdoch Issaquah, WA 2014 County Safely Selection Asphalt Paving 5660,041 5/17 425 302-8018 Sub Yes Excavation, Paving, Grading, City of Auburn Willes, Concrete, Electrical 5827,250 / Jab Caner Auburn, WA Lake Tapps Parkway Preservation (Signals) $665,202 12/17 253804-5288 Prime Yes Excavation, Paving, Grading, WA Stale DOT SR 410, While River Bridge to SR 154 Willies, Concrete, Electrical $1,088,350 / Timothy LaPorte Olympiva, WA Paving & ADA Cornllance (Signals) $1,078,058 12/17 253856-5500 Prime Yes Pape ] P,0G11.„Pob L,,l u o8Pml.wntn<e Project Manager SAMPLE LISTING OF MAJOR PROJECTS, Thru • 2022 OWNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION CLASS OF WORK CONTRACT AMT/ COMPLETION FEDS FINAL AMT DATE CONTACT p/$ Y/N City of Renton Renton, WA City of Tukwila Tukwila, WA Gary Merlin Constr. Co 2017 Street Patch & Overlay w/Curb Ramps 2017 Overlay Program Excavation. Paving, Grading, UtitUes, Concrete, Electrical (Signals) 91,009123 / Jayson Grant 01.707,048 12/17 425430-7400 Prime No Excavation, Paving, Grading, Willies, Concrete, Electrical Robin Tischmak (Signals) $659,441/$526,510 9/17 206 433-0179 Prime No Steve Simmons Seattle, WA 15 NB 20011 Sl to Duwamish River Br Asphalt Paving 28,717,258 8/16 206 255-2810 Sub No MidMounlaln Contractors Klrkalnd, WA King County Procurement Seattle, WA 15 SB South 320th Sl to Duwamish River Bridge 2016 Countywide Pavement Preservation Asphalt Paving $4,686,500 / Dave Stumbaugh 03,988,940 9/10 206346-4358 Sub No Excavation, Paving, Grading, UUlUes, Concrete, Electrical Mark Hoge (Signals) $6.033,884 / 12/17 208 283-0325 Prime No Popo 3 P,pua/S,ol Llrt Mai Pro., wCantacl (Rev. l/14) Responsible Bidder Determination Form P-10 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 Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims We (ICON Materials) were involved with litigation against our subcontractor due to subcontractor's damage to property. Has Bidder, or any representative or partner thereof, ever failed to complete a contract? O 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? E2J 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? 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 illegal restraints of trade, including collusive bidding? O No 0 Yes If yes, give details: Has Bidder ever had anyPayment/Performance Bonds called as a result of its work? El No [] 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? O No 0 Yes If yes, give details: TuvvxuxPARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal Responsible Bidder Determination Form F-11 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? 12I No 0 Yes If yes, give details: Does the Bidder owe any deliuent taxes to the Washington State Department of Revenue? E4 No OYes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? 0 N Yes Has any adverse legal judgment been rendered against Bidder in the past 5 years? El No 0 Yes If yes, give details: Has Bidder or any of its efUed any claims wfth Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? RI No 0 Yes If yes, please state: Date Type of Injury Agency Receiving Claim Attach addifional sheets as needed. The undersigned warrants under penalty of Perjury that the foregoiinformation is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained her- n. Signature of Bidder Title: Construction Manager Date: August 10th, 2022 TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see xww.ux°v.com Always Verify Scal P-12 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, paving superintendent, topside, screedman, roller operators, rakers, general laborers, excavator operator, traffic control, flaggers, TCS. CPM Development Corporation DBA ICON Materials ame of Bidder I Signature of AStnolized fficial General ManagerNP Title TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 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 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 LowboyTrlr TrailKing 1999 17 Good Own Page 2 Major Items Equipment Detailed List 1- 29 2020 P-13 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 1-5 Trosrr 7r'F 11,1 C7SC? / anr. Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Sy g-h� r 2.sI t6 s z/ 30 77" 3.8'/. Gr A4.41 r foul C01,01'4% 04' 4' �,. . IS /16 2 ,% Ndr*hwr Tr•Pfic /,T^r. 27 / 2 g o 33, .1(1) 3S 0I WI', co 8�3 1%. TUWKILA PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 8/11/22, 11:57 AM Washington State Department of Labor & Industries-(https://Ini.wa.gov) Contractors ICON MATERIALS ICON MATERIALS Owner or tradesperson Principals GAUGER, JAMES DEAN, PRESIDENT MADDEN JR, JOHN JAMES, VICE PRESIDENT LEWIS-DEVANEY, SUSAN GAIL, VICE PRESIDENT Franz, Paul, VICE PRESIDENT Shogren, John Nicholas, VICE PRESIDENT Nudell, Kimberly Sue, SECRETARY BROWN II, CHARLES RODNEY, TREASURER PARSON, JOHN W, DIRECTOR CYR, BRUCE, PRESIDENT (End: 01/27/2006) SHAFFER, JEFFREY S, PRESIDENT (End: 09/04/2013) RADICH, JIM, VICE PRESIDENT (End: 09/04/2013) MURPHY, MARK DANIEL, VICE PRESIDENT (End: 11/30/2015) SALISBURY, PAUL DOUGLAS, SECRETARY (End: 11/30/2015) O'DRISCOLL, MICHAEL G, DIRECTOR (End: 11/30/2015) Doing business as ICON MATERIALS WA UBI No. 601 006 854 1508 VALENTINE AVE SE PACIFIC, WA 98047 206-575-3200 KING County Business type Corporation Governing persons DAN W MURPHY J TIMOTHY MURPHY; MICHAEL K MURPHY; License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. ICONM"982CF Effective — expiration 02/06/2002— 02/07/2024 Bond FIDELITY & DEP CO OF MARYLAND $12,000.00 https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM"982CF&SAW= 1/3 8/11/22, 11:57 AM ICON MATERIALS Bond account no. 8876949 Received by L&I Effective date 02/12/2007 02/06/2007 Expiration date Until Canceled Insurance Liberty Mutual Fire Insurance $2,000,000.00 Policy no. TB2C81004095111 Received by L&I Effective date 08/30/2021 09/01/2021 Expiration date 09/01/2022 Insurance Ihiistar y Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent Registered training agent. Check their elliigiiblle programs and occupatiions. Workers' Comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. Self Insured. This business is certified to cover its own workers' comp costs. No premiums due. L&I Account ID 700,174-00 Doing business as CRH AMERICAS Estimated workers reported N/A L&I account contact - Email: @Ini.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training— Effective July 1, 2019 ........................... Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 03/03/2020 Inspection no. 317958019 Location 1351 S Wenatchee Ave Wenatchee, WA 98801 Viiollatiioims https://secure.lni.wa.gov/verify/Detail.aspx?UB1=601006854&LIC=ICONM"982CF&SAW= 2/3 8/11/22, 11:57 AM ICON MATERIALS Inspection results date 07/26/2019 Inspection no. 317954462 Location Argone and Sinto Spokane Valley, WA 99212 Inspection results date 10/05/2017 Inspection no. 317946154 Location 2010 N Sullivan Rd Spokane, WA 99212 Inspection results date 01/25/2017 Inspection no. 317941807 Location 12905 E. Sprague Ave Spokane, WA 99220 Inspection results date 09/16/2016 Inspection no. 317941530 Location 1508 Valentine Ave SE Pacific, WA 98047 Viiollaf ons No violations Viiollaf ons No violations https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM"982CF&SAW= 3/3 8/11/22, 11:59 AM < Business Lookup License Information: Washington State Department of Revenue Entity name: CPM DEVELOPMENT CORPORATION Business ICON MATERIALS name: Entity type: Profit Coirpoiraaiioiri UBI #: 601-006-854 Business ID: 001 Location ID: 0009 Location: Active Location address: 1508 VALENTINE AVE SE PACIFIC WA 98047-2103 Mailing address: PO BOX 3366 SPOKANE WA 99220-3366 Excise tax and reseller permit status: Secretary of State status: Cliicl< here Cliicl< heire Page 2 of 2 Endorsements Filter New searc Back to resu is IEir . ,ors urneirmts Ill,,,iceurmse # C ,uuuurmt IG Status I II Gur G ,ur I11:oirst iissuuua https://secure.dor.wa.gov/gteunauth/_/#3 1/6 8/11/22, 11:59 AM Washington State Department of Revenue IEnRI sirserneirfts hek. IIiceirse # C unt II::etis Status IExpiir tisir 111:irst issua MHtoiri Genera9331 Busftiess Non- Resdent v1 i nor NAfork Per trIt Newcastle Genera Busftiess Non- IResdent Active Jul -31-20, Nov -15-2 Active Active Jul -31-20, Feb -26-2( Jul -31-20, Dec -16-21 Normandy Park Active Jul -31-20, Feb -25-2( GenerallBusness Non -Res derit North Bend 15322.0 Active Jul -31-20, Dec -22-21 GenerallBusness Non -Res delrit Ort ng Genera17949 Active Jul -31-20, Feb -06-2( 13usftiess Non- IResdent Pacific General 101095 Active Jul -31-20, Oct -27-2( Busness IPuya lup General 2007756 Active Jul -31-20, Jul -27-201 13usftiess Non- IResdent Sannmanrks1 Active Jul -31-20, Jul -13-20 General Illliusness Non-lResdent SeaTac General Active Jul -31-20, Jun -12-2C 13usftiess Non- IResdent https://secure.dorwa.gov/gteunauth/_/#3 2/6 8/11/22, 11:59 AM Washington State Department of Revenue IEir . ,ors urneirfts Ill,,,iceurmse # Cs(J Irm't IDe Status I Il Blur ' lil ,ur I11:iirs't issu a Sumner Genera II Active Busiiiriess N©irn-. Res d e crit Tulkwiilla Ceirierall Active Busiiiriess N©irn-. Res d e crit Uiriiiversity Race General 113u.usii mess Non if tesiideirit W Illlkes©ri Cerierall 58 N©iri-. Reside crit Active Active Jul -31-20, Aug -06-2 Jul -31-20, Mar -27-2 Jul -31-20, Dec -15-21 Jul -31-20, Jan -13-2C Governing People May include governing people not registered with Secretary of State Filter G ,veururiirm II pile DEVANEY, SUSAN L. FRANZ, PAUL HOLT, TROY KLOSTERMAN, K. C. LEMONS, JEREMIAH LINARES, RICARDO MADDEN, JOHN llf"itIII Secretary, Treasurer Vice President Vice President Vice President Vice President President Vice President https://secure.dor.wa.gov/gteunauth/_/#3 3/6 8/11/22, 11:59 AM Washington State Department of Revenue G ,v ururmoiurm II pie "II urtlll MCBREEN, MICHAEL Vice President MCCALL, WILLIAM Vice President MEIDINGER, ROB Vice President PARSON, SCOTT W. SMITH, STEVEN J. Vice President STOVER, DANIEL Registered Trade Names Filter 11 Isteure urm ernes St tuuus 11:oiurst issue Sep -19-2017 Jul -27-2010 ACME MATERIALS & CONSTRUCTION CO CENTRAL PRE MIX CONCRETE COMPANY Active Active CENTRAL PREMIX Active Jun -13-2008 CONCRETE CO CENTRAL PRE -MIX Active Jan -03-2002 CONCRETE CO. CENTRAL WASHINGTON Active Jan -03-2002 CONCRETE CPM DEVELOPMENT Active Apr -10-2012 CORPORATION GRAHAM & MORRIS Active Sep -19-2017 https://secure.dor.wa.gov/gteunauth/_/#3 4/6 8/11/22, 11:59 AM IFte. is ur tur urm un es St tus Active INLAND ASPHALT Active COMPANY RIVERBEND MATERIALS Active SALEM ROAD AND Active DRIVEWAY VALLEY READY -MIX Active WENATCHEE SAND & Active ICON MATERIALS GRAVEL WINDSOR ROCK PRODUCTS Active YAKIMA ROCK PRODUCTS Active Washington State Department of Revenue is:: iurst issue Jan -03-2002 Jan -03-2002 May -07-2018 Jun -27-2014 Feb -06-2003 Jan -03-2002 May -09-2019 Sep -19-2017 Vew Addiloiriall Il....ocatiioir�s The Business Lookup information is updated nightly. Search date and time: 8/11/2022 11:58:54 AM Cintact us How are'Ve doiiirig? https://secure.dor.wa.gov/gteunauth/_/#3 5/6 8/11/22, 11:59 AM Washington State Department of Revenue ,,,Fake uiiir survey!! CI https://secure.dor.wa.gov/gteunauth/_/#3 Don't see what y©u expected? leek if yn iiiir Ilbur eur is suuupp ur 6/6 8/11/22, 12:02 PM An official website of the United States government Here's how you know You have 2 new alerts Show / Hide Alerts 111E,ntity Registi Core 0) t tion Business Information Entity Types Financial Information Points of Contact Assertions Reps and Certs SAM.gov 1 Entity Download U Follow Exclusions Responsibility / Qualification CPM DEVELOPMENT CORPORATION Unique Entity ID NX3KGMR7P617 CAGE/NCAGE 0RV52 egistration Status Active Registration Expiration ate Apr 28, 2023 https://sam.goy/entity/NX3KGMR7P617/coreData?status=actiye&emrKeyValue=4608443-1648575971081644 1/5 8/11/22,12:02 PM Review Debt Subject to Offset Purpose of Registration All Awards Physical Address 1508 Valentine AVE SE Pacific, Washington 98047-2103, United States Mailing Address PO Box 3366 Spokane, Washington 99220, United States Version Current Record BUSINESS INFORMATION Doing Business As ICON MATERIALS URL gni\ni\N. ii C I: iriia is cor State / Country of Incorporation Washington, United States Division Name (blank) Division Number (blank) Congressional District Washington 08 Registration Dates Activation Date Mar 31, 2022 Submission Date Mar 29, 2022 SAM.gov 1 Entity https://sam. gov/entity/NX3KGM R7 P617/core Data?status=active&e m rKeyVa lue=46084431648575971081644 2/5 8/11/22, 12:02 PM SAM.gov 1 Entity Initial Registration Date Dec 21, 2016 Entity Dates Entity Start Date Dec 31, 2001 Fiscal Year End Close Date Dec 31 Immediate Owner CAGE 6PWR1 Legal Business Name OLDCASTLE MATERIALS, INC. Highest Level Owner CAGE SXX19 Legal Business Name CRH PLC Executive Compensation Registrants in the System for Award Management (SAM) respond to the Executive Compensation questions in accordance with Section 6202 of P.L. 110-252, amending the Federal Funding Accountability and Transparency Act (P.L. 109-282). This information is not displayed in SAM. It is sent to USAspending.gov for display in association with an eligible award. Maintaining an active registration in SAM demonstrates the registrant responded to the questions. Proceedings Questions Registrants in the System for Award Management (SAM) respond to proceedings questions in accordance with FAR 52.209-7, FAR 52.209-9, or 2.C.F.R. 200 Appendix XII. Their responses are not displayed in SAM. They are sent to FAPIIS.gov for display as applicable. Maintaining an active registration in SAM demonstrates the registrant responded to the proceedings questions. SAM Search Authorization authorize my entity's non -sensitive information to be displayed in SAM public search results: https://sam.gov/entity/NX3KGMR7P617/core Data?status=active&emrKeyValue=46084431648575971081644 3/5 8/11/22, 12:02 PM SAM.gov 1 Entity Yes ENTITY TYPES Business Types Entity Structure Corporate Entity (Not Tax Exempt) Organization Factors Foreign Owned Entity Type Business or Organization Profit Structure For Profit Organization Socio -Economic Types Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if the entity is an SBA -certified HUBZone small business concern. Additional small business information may be found in the SBA's Dynamic Small Business Search if the entity completed the SBA supplemental pages during registration. FINANCIAL INFORMATION Accepts Credit Card Payments Yes Debt Subject To Offset ( hi its this?) Yes Account Details EFT Indicator 0000 CAGE Code 0RV52 POINTS OF CONTACT Electronic Business https://sam.gov/entity/NX3KGMR7P617/core Data?status=active&emrKeyValue=46084431648575971081644 4/5 8/11/22, 12:02 PM SAM.gov 1 Entity 0 r* JEFF CAVI NESS 1508 Valentine AVE SE Pacific, Washington 98047 United States Government Business 0 r* RICARDO LINARES 1508 Valentine AVE SE Pacific, Washington 98047 United States ROB MEIDINGER, MR. 1508 Valentine AVE SE Pacific, Washington 98047 United States Feedback Our Website Our Partners Policies Customer Service General Services Administration This is a U.S. General Services Administration Federal Government computer system that is "FOR OFFICIAL USE ONLY." This system is subject to monitoring. Individuals found performing unauthorized activities are subject to disciplinary action including criminal prosecution. https://sam.gov/entity/NX3KGMR7P617/core Data?status=active&emrKeyValue=46084431648575971081644 5/5 C-1 AGREEMENT FORM CONTRACT NO. 22-121 er THIS AGREEMENT is made and entered into on this 15 day of Septemb2022, by and between the City of Tukwila, Washington ("Owner) and CPM Development Corporation DEA ICON Materials ("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 TUWKILA PAR AY EMERGENCY REPAIR, Project No. 22240101 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 er'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 shall be entitled to recover its costs, including reasonable attomey's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) By: eSignecl via Seamlessnocs.com 1,1w 6,66e/g mayor Attest: This 20th day of September , 20.2.2 Okt,eze-90677(ah&te-9 Key: 54852,3-88,1-4690 a3" c11111,8 a City Clerk Approved as to Forum: oe. A SCU/ed I eSianecl via SeamlessDocs.com Si703'alebenc62-42tleaffle-9engeagad833iiiiiine dress for giving notices: 6200 Southcenter Boulevard Tukwila, WA 98188 '11-UWKILA PARKWAY EMERGENCY RERNR CPM Develop (Contractor By: nt Corporalon DBA prevailing party this Agreement, parties, each of ICON Ma erials Title: Mark Eichelb Attest: This 5 day of rger, Construction Mana ber, 20 22 Contractor's License No. ICONM"982CF Address for giving notices: 1508 Valentine Ave SE Pacific, WA 98047-2103 er JULY 202:2 O•2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. _9404739____ we, CPM Development Corporation DBA ICON Materials and Fidelity and Deanit Compan_y of M.qryland (Principal) (Surety) an Illineiscorporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in shington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of Four HundredNinety Five Thousand Five Hundred NinetLFive Dollars (16559566_______„___), the payment of Which sum, on demand, bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be, This Paynt and Performance Bond is provided to secure the performance of Principal in connection with a contract dated .September 15th 2022 be en Principal and er for a project entitled TUWKILA PARKWAY EMERGENCY REPAIR , Contract No. ("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 0 er in the nner and within the time specified as 1, y be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lo r tier subcontractors, terial men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds er, its officers, and agents harmless from and against all clai liabilities, causes of action, damages, and costs for such payments for labor, equipment, and terials by satisfying all clai and de nds incurred under the Contract, and reimbursing and paying er all expenses th default by Principal; and • Indemnifies and holds • er harmless from all clai , liabilities, causes of action, da ges and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the 1.terial provided or workmanship performed under the Contract. The indemnities to 0 er shall also inure to the benefit of the Consulting Engineers and other design professionals retained by er in connection with the Project. y incur in making good any The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of ti alteration, or addition to the te s of the Contract or to the Work to be performed under the Contract shall in any y affect Surety's obligation on the Pay nt and Performance Bond. Surety hereby waives notice of any change, extension of ti , alteration, or addition to the terms of the Contract or the rk, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any •dification or change increases the total a unt to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall auto Itically increase in a like a unt. Any such increase shall not exceed twenty-five percent (25%) of the original a • unt of the Payment and Perfor nce Bond without the prior written consent of Surety. TUWKAUN PARKWAY EMERGENCY REPAIR JULY 2022 Provided to Hu: lderEt Exchange of WA, Inc, For usage ConditionAgreement see www.hxma.com - Always Ve,rify ScaL Perfo awe & Pa tit Bond This Pay nt and Performance Bond shall be governed and construed by the Washington, and venue shall be in King County, Wshngton. C-3 of e State of IN WITNESS EREOF, the parties have executed this instru nt in (2) identical counterparts day of , 20 CPM Deyeir )ment Corporation DBA ICON Materials / ncipal ature of Authorized Mark Eichelberser, Construction Mana er Title Fidelity and Deposit Company of Maryland Surety Signature of Authorized Official By Linda Nipw :mey in Fact (Attach Po of Attor Na and address of local office of Marsh USA Inc. agent andfor Surety Company: 15 W South Temple Ste 700 Salt Lake City UT 84101 Surety companies executing bonds must apr oi the cont Authorized insure Washington per Section 1-027 of the Standard ifications. List in the State of TUWKLA PARKWAY EMERGENCY REPAIR JULY 2022 Provided. to Builders Exchange of. WA, Eric. For u!aage Condition:a Agreement see www.bxma-com - Aiways Verify Scel ZURICH AMERICAN INSURANCE CO1, I'' ANY COLONIAL ERICAN CASUALTY AND SURETY CO ANY ITV AND :DE 'SIT COMPANY F MARYLAND POWER OE ATTORNEY II KNOW .MEN BY THESE PRESENT& That the Z ICI{ A. EWAN 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 ANI.) lIVEPOSFI COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by :R hell D. :t.I,:iIitarray, Vice rresident in pursuance of authority granted by Article V, Section 8, of the Ey-Laws of said Companie.s, which are set frirth urn the reverse side hereof and arc herebycertblerioinpefrull force and effect on the date hereof, do hereby nominate, ctitut onse, and appoint ifixlilitn()ad, its true and lawfill agent and Artornerin.Eact, to make, execute, seal and deliver, far, and on its behalf as surety, and as its act and dee& any and 11.I bonds and Ian ertakin s, and the execution of such bonds or undertakings in plITSUance of these presents, shall he as binding on said Companies, as illy and amply, to all intents and purposes, as if they had been. duly executer! and acknowledg., by the regularly elected officers nfilue ZURICH AMEIUCAN INSURANCE COMP.ANY at its office in New York, New York., the re larly elected officers of the COLONIAL AMERICAN C.ASUALTY AND SURETY COMPANY at its office in Owings Mills, 'Maryland., and the regularly elected. officers of the FIDELITY "AND DEPOSIT COMP.ANY OE .MARYLAND at its office in Owings Mills, Maryland.„ in their own proper persons. The said Vice President does hereby certify that the utract 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 IDOW fdree.. IN WITNESS WHEREOF„ the said Vice -President has hereunto subscribed his/her nanaes mid affixed the Corporate Seals of the said ZURICH AMERICAN INSU'""I'ANCE C MPANY„ COLONIAL A ERICAN CASUALTY AND SURETY CO PANY, and FIDELITY AND DEPOSIT CO. PANY OF MARYLAND, this 1 1 th. day o:fJuly, A.D. 2019., ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AN 5 DEPOSIT COMPANY OP MARYLAND By: Robert a Murray Vice Presiden By: Dawn E ro we Secretary State of Marland County of itimore On this 1.1.011 day of July, AD. 2019, before the subscriber, a Notary Public of the State of Maryland, duly comnaissioned and qualified., Robed 10. Murray, Vice PresIdent and Dawn E., Brown, Secretary of the Corn nics, to :me personally known to be the individuals and offierits dt*cribed in and who executed the preceding instrument, and acknowledged the rixr;eution of same, and being by ri.K, duly swam, depose& and. saith, that he/she is the said officer of the (.74,Unpany atOrcsard, and that the seals affixed to the preceding instrument are the Coriporrite Seals of said Companies, and that the said Corporate Seals and the signature as 5uchofficer were duly affixed and subscribed to the said instrument hy the authority and direction of the said CA>rpgratiME, IN 'TESTIMONY )NTIEREOF, it hairs hereunto set my hand and affixed my OfficiIal Sea) the day and year first above written., Constance A, Duna, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM OIF 'TIRE COMP NIES "Article V, Section 8, ,At19pasy,§Atlaut, The Chief Executive Officer, the President, or any Diecutive Vice President or Vice President may, by written. instrument ander the attmitcd corp seal, appoint: attorneys -in -fact with authority to execute bonds, policies, recognizance., stipulations„ undertakings, or other like :strurnni! ui behalf of the Company, and may authorize any officer or may such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revok,e any such appointment or authority at any time." CERTIIIFIC TE 1, the undersigned, Vice President o the ZURICH AMERICAN INSURANCE COMPANY„ the COLONIAL AMERICAN CASUALTY AND SURETY COMP.ANY„ and the FIDELITY AND DEPOS]T COMPANY OF MARYLAND, do hereby certify that the foregoing Power &Attorney is still in hall force and effect on the date of this certificate;., and I do hurler certify. that Article V. Section 8, of the By -Laws of the Companies is still in ford, This Power of Attorney and Certificate may be signed by fausimile under and by authority of the following resolution of the Board of Directors of the ZURICH AME CAN INSURANCE COMPANY at a meeting duly called and held on the 15th day &December 1998., RESOLVED: That the signature of the Presiddat or a Vice Presickm and the Vesting signature of a Secretary or an Assistant Secretary and the Seal &the Company may be affixol by hesimile on any POWer of .Altarriey.,.,.,Any Such Power or any certificate thereof bearing such fitcsinalle signature and sealshall be valid and binding on the Company.," This Power of A„norney and Certificate may be signed by fiat:simile under and by authority of the %Bowing resolution of the Board of Dime:tors of the COLONIAL AMERICAN CASUALTY .AND SURETY CO RANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the .FIDELFTY .AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 RESO.LVED: "That the facsimile or mechanically reproduced seal &the company and facsimile Or mechanically reproduced signature of any Vice -President„, Secretary„ or .Assistant Secretary of the Company, whether made heretolbre or hereafter, wherever appearing upon a. certified copy of any power of attorney kruu by the Company, shall be .valid and binding upon .the Company with the same %ace and effect as though.manually affix IN TESTIMONY 'WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, .this lith day of August 2022 TO REPORT A CLAIM W OF E CL I INCLUDING T INFO I AT ION TO: , Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 601964056 121;82611129.184t1149,182i 011328811,9281 800-626-4577 1111 Flodgcs, Vice President GA TO A SURETY BOND, PLEASE SUB IT A COMPLETE DESCRIPTION E PRINCIPAL ON Ti E BOND, THE 0 NUMBER, A k YOUR CONTACT ADDENDUM Electronic Seals Approved for Surety Bonds To ensure business continuity during the COVID-1.9 pandemic, Zurich erican Insurance Company and its related companies authorize their Attorneys -in -Facts within all 50 U.S. States, territories and possessions, to affix an electronic seal to all bond documents as if it were a raised corporate seal. Effective this 2nd day of April, 2020. Zurich American Insurance Company Fidelity and Deposit Company of Maryland Colonial American Insurance Company Robert D. Murray Executive Vice President Head of Surety 11111111,11,111111111111101 11„ 111111111::o1111,„11111111„„„„ 1,1111111111 1,111,111111111111101111111111111111'111,1