Loading...
HomeMy WebLinkAboutReg 2024-05-06 Item 5E - Bid Award / Contract - 2024 Annual Overlay with CPM Development Corporation dba ICON Materials for $1,040,012COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayar's review Council review 05/06/24 JR ITEM INFORMATION ITEM No. 5.E. STAFF SPONSOR: DAVID BAUS ORIGINAL AGENDA DATE: 05/06/24 AGENDA ITEM TITLE 2024 Annual Overlay Project Construction Bid Award CATEGORY ❑ Discussion Mtg Date ❑ Motion Mtg Date ❑ Resolution Mtg Date ❑ Ordinance Mtg Date 0 Bid Award 05/ 06/24 ❑ Public Hearing Mtg Date ❑ Other Mtg Date Mtg Date SPONSOR ❑Council ❑Mayor HR ❑DCD Finance Fire ❑11_S' P&R ❑Police IIPJV ❑Court SPONSOR'S This project is part of an ongoing mission to preserve and maintain the street structure. A SUMMARY call for bids was advertised for the 2024 Annual Overlay Project on March 25 and April 1 2024. Four bids were opened on April 9, 2024, and the confirmed lowest bidder was ICON Materials with a bid of $1,040,012.00. Council is being asked to approve the construction award with ICON Materials in the amount of $1,040,012.00 for the 2024 Annual Overlay Project. REVIEWED BY Trans&Infrastructure CommunitySvs/Safety ❑ Arts Comm. ❑ Finance ❑ Parks Comm. ❑ Planning/Economic Dev. Comm. ❑ Planning Comm. CHAIR: ARMEN PAPYAN ❑ LTAC DATE: 04/22/24 COMMITTEE RECOMMENDATIONS: SPONSOR/ADMIN. COMMII Public Works Department IEE Unanimous Approval; Forward to Regular Consent Agenda Meeting COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $1,040,012.00 $1,050,000.00 $0.00 Fund Source: Comments: 2023 CIP, Page 12 MTG. DATE RECORD OF COUNCIL ACTION 05/06/24 MTG. DATE ATTACHMENTS 05/06/24 Informational Memorandum dated 04/19/24 2023 CIP, Page 12 ICON Materials Contract Bid Tabulation Minutes from Transportation and Infrastructure Committee meeting of 04/22/24 41 42 City of Tukwila Thomas McLeod, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/City Engineer BY: David Baus, Project Manager CC: Mayor Thomas McLeod DATE: April 19, 2024 SUBJECT: 2024 Annual Overlay Project Project No. 82410401 Construction Bid Award ISSUE Approve construction bid award with ICON Materials for the 2024 Annual Overlay Project. BACKGROUND In 2023, the City contracted with KPG Psomas as the design consultant for the 2024 Annual Overlay Project under Contract No. 23-165. This project is part of an ongoing mission to preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. DISCUSSION A call for bids was advertised for the 2024 Annual Overlay Project on March 25 and April 1 2024. Four bids were opened on April 9, 2024, and the confirmed lowest bidder was ICON Materials with a bid of $1,040,012.00. The engineer's estimate was $1,060,000.00. FINANCIAL IMPACT Construction costs associated with the 2024 Annual Overlay Project is 100% funded by the Arterial Streets (104). The city has funding for the $94,013.20 overage and will be paid for by leftover money from the 2023 Overlay Project. Additionally the city has applied for a grant through TIB for $400,000 that if awarded will be used for construction costs. Contract 1,040,012.00 Contingency — 10% $104,001.20 Total $1,144,013.20 24 CIP Budget $1,050,000.00 2023 addtl funds $94,013.20 $1,144,013.20 RECOMMENDATION Council is being asked to approve the construction award with ICON Materials in the amount of $1,040,012.00 (Plus contingency) for the 2024 Annual Overlay Project and consider this item on the Consent Agenda at the May 6, 2024 Regular meeting. Attachments: 2023 CIP, Page 12 ICON Materials Contract Bid Tabulation 43 44 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Annual Overlay and Repair Program Project No. 80010401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL Through Estimated (in $000's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES Design 316 150 150 150 150 150 150 150 150 1,516 Land (R/W) 0 Const. Mgmt. 43 200 200 200 200 200 200 200 200 1,643 Construction 970 1,050 1,050 1,050 1,050 1,050 1,150 1,150 1,300 9,820 TOTAL EXPENSES 1,329 1,400 1,400 1,400 1,400 1,400 1,500 1,500 1,650 12,979 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Solid Waste Utility Tax 1,329 1,400 1,400 1,400 1,400 1,400 1,500 1,500 1,650 12,979 TOTAL SOURCES 1,329 1,400 1,400 1,400 1,400 1,400 1,500 1,500 1,650 12,979 2023 - 2028 Capital Improvement Program ® GLGIIBi- "'" 12 45 46 2024 OVERLAY PROGRAM City of Tukwila Public Works Department CONTRACT PROVISIONS FOR 2024 OVERLAY PROGRAM Project No. 82410401 Bid Document MARCH 2024 Prepared for: CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Prepared by: KPG P S O M A S 3131 Elliot Avenue, Suite 400 Seattle, WA 98121 206.286.1640 www.kpg.com CPM Development Corporation DBA ICON Materials MARCH 2024 47 2024 OVERLAY PROGRAM CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Tukwila City Council Members Mohamed Abdi - President Tosh Sharp Armen Papyan Hannah Hedrick Dennis Martinez Jovita McConnell De'Sean Quinn City Administration Thomas McLeod, Mayor Marty Wine, City Administrator Andy Youn, City Clerk Had Ponnekanti, P.E., Director of Public Works City Engineer Had Ponnekanti, P.E. Consulting Engineer KPG PSOMAS 3131 Elio; Avenue, CAP 400 Sezttle, N4 98121 206.286 1640 w H^w.4pg.co n Approved for construction by: Had Ponnekanti, P.E., Director of Public Works Bryan Still, Street Department Operations Manager Signature Date • 4._ CPM Development Corporation DBA ICON Materials 4 a024 OVERLAY PROGRAM MARCH 2024 TABLE OF CONTENTS Call for Bids Information for Bidders Page I-1 1-2 Proposal P-1 Bid Schedule P-2 Proposal Signature Sheet P-7 Bid Security P-9 Non -Collusion Declaration P-10 Responsible Bidder Determination Form P-11 Proposed Equipment and Labor Schedule P-15 Proposed Subcontractors P-16 Agreement Form Payment and Performance Bond Special Provisions Appendices A Standard Plans and Details B Prevailing Wage Rates C Standard City Forms 2024 OVERLAY PROGRAM CPM Development Corporation DBA ICON Materials C-1 C-2 SP-1 MARCH 2024 49 Information for Bidders I-1 CITY OF TUKWILA CALL FOR BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Tukwila; Washington at 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 Tuesday, April 9. Bids will be opened and publicly read aloud at 10:00 a.m. on that same day; Tuesday, April 9; 2024. Bids can be mailed to Tukwila City Hall and must be received by 9:30 a.m. the day the bids are due OR dropped off on Tuesday morning. 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 from 8:30 a.m. to 9:30 a.m. Bids will be picked up, with the last pickup being at exactly 9:31 a.m. on Tuesday April 9, 2024 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 (253) 292-9750, Conference ID#: 311 619 545# at 10:00 a.m. on Tuesday April 9, 2024 for: 2024 OVERLAY PROGRAM PROJECT NO. 82410401 The work to be performed within 40 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: The 2024 Overlay Program will include Hot Mix Asphalt (HMA) Overlay at several sites, all within the City of Tukwila. Specific tasks shall include, but are not necessarily limited to: Paving with HMA, planing bituminous pavement, and pavement repairs; reshaping existing roadbase to improvement roadway drainage; Adjusting surface utilities to grade; installing drainage modifications; installing new channelization and signage; Removing and replacing concrete curbs, sidewalks, driveways, and 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 later than the submittal deadline will not be accepted. The City will not be liable for delays in delivery of proposals due 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 on-line through Builders Exchange of Washington; Inc. at http://www.bxwa.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 proposals shall be submitted according to the Information for Bidders and be accompanied by a bid proposal deposit in the form of a cash deposit, certified or cashier's check, postal money order, or surety bond made payable to the City of Tukwila, for a sum not less than five percent (5%) of the amount of such 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 deposit/bond shall be forfeited to the City of Tukwila. The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contracts entered into pursuant to 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. David.Baust tukwilawa.gov Published Seattle Times: March 25; 2024 and April 1, 2024 Published Daily Journal: March 25, 2024 and April 1; 2024 CPM Development Corporation DBA ICON Materials 52524 OVERLAY PROGRAM MARCH 2024 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 his 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 his duty to examine the project site nor of any other responsibility under the Contract. The Bidder shall make an alert, heads -up, eyes -open reasonable examination of the project site and conditions under which the Work is to be performed, including but not limited to: current site topography, soil and moisture conditions; underground obstructions; the obstacles and character of materials which may be encountered; traffic conditions; public and private utilities; the availability and cost of labor; and available facilities for transportation, handling, and storage of materials and equipment. Failure to become familiar with the site conditions prior to the bid shall void the contractor from future claims or changes due to site conditions. See Section 1-05.14 of the Special Provisions for identification of any other work that is to be performed on or near the project site by others. 3. Property Issues — Permits, Easements, Licenses to Construct All bidders shall base their bids upon full restoration of all property within the right-of-way and easements, and wherever Bidder will have 'license to construct'. The easements and license to construct documents that have been acquired are available for inspection and review. The Bidder is advised to review the conditions of the permits, easements, and licenses to construct, as he shall be required to comply with all conditions at no additional cost to the Owner. All other permits, licenses, etc., shall be the responsibility of the Bidder. The Bidder shall comply with the requirements of each. 4. Interpretation of Bid Documents The Bidder shall promptly notify Owner of any discovered conflicts, ambiguities, or discrepancies in or between, or omissions from the Bid Documents. Questions or comments about these Bid Documents should be directed via email submission to the attention of: David Baus, David.Bausatukwilawa.gov and Bryce Corrigan P.E., Bryce.corrigan@psomas.com. 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 2024 OVERLAY PROGRAM CPM Development Corporation DBA ICON Materials MARCH 2024 51 Information for Bidders 1-3 • The Contractor shall provide a minimum of 72 hours advance notice to adjacent property owners in the event that the Contractor's operation will imped driveway access. • 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 shall not be performed at more than two work sites at any given time except as approved by the Engineer. All locations must have full 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 waqe rates. Weekly Certified Payrolls are required. All Contractors are responsible for payment of prevailing wages to all "workers employed directly upon the site of the work" under the contract. All Contractors shall provide weekly certified payroll reports that are complete and comply with State law and the conditions set out in the Contract Documents. The Contractor is also responsible for the compliance to the above requirements of all Subcontractors and Sub -Subcontractors. All contractors shall complete and provide all Owner required documentation and forms. Non-compliance with the above requirements will result in denial of the Contractor's application for payment. No exceptions will be made. 7. State Sales Tax (see 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 retail sales taxes in the various unit and lump sum bid prices of the contract, in compliance with State Department of Revenue Rule 171. These retail sales taxes shall include those the Contractor pays on purchases of materials, equipment, and supplies used or consumed in doing the work. All tax payments shall be based on actual quantities used, regardless of quantities stated in the Proposal. 8. Bidding Checklist All bids shall be submitted on the exact forms provided in these Bid Documents, and listed below. Failure to submit any of these forms is grounds for rejection of the bid. The only exception is if the bidder follows the directions for Bids Submitted on Computer Printouts, following the bid proposal forms. Sealed bids for this proposal shall be submitted as specified in the Call for Bids. Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and must be clearly marked with the name and number of the project for which the bid is submitted: BID FOR 2024 OVERLAY PROGRAM All bids will remain subject to acceptance for ninety (90) days after the day of the bid opening. a. Proposal — Bidders must bid on all items contained in the Proposal. The omission or deletion of any bid item will be considered nonresponsive and shall be cause for rejection of the bid. 52,24 OVERLAY PROGRAM CPM Development Corporation DBA ICON Materials MARCH 2024 Information for Bidders 1-4 b. Bid Security/Bid Bond — Bid Bond is to be executed by the Bidder and the surety company unless bid is accompanied by a cash deposit, certified or cashier's check, or postal money order. The amount of this security/bond shall be not less than five percent (5%) of the total bid, including sales tax, if applicable, and may be shown in dollars. Surety must be authorized to do business in the State of Washington, and must be on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. The Bid Security form included in these Contract Provisions MUST be used; no substitute will be accepted. If an attorney -in -fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. 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 right to check all statements and to judge the adequacy of the Bidder's qualifications, and to reject Bidder as not responsible based on this information. 9. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. The Agreement and Payment and Performance Bond are included in these Bid Documents and should be carefully examined by the Bidder. a. Agreement — Two (2) copies to be executed by the successful Bidder. b. Payment and Performance Bond — Two (2) copies to be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. The bond continues in effect at ten percent (10%) of the total price bid for one year after final acceptance of the Work. The bond form included in these Bid Documents MUST be used; no substitute will be accepted. If an Attorney -in -fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance — To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special 2024 OVERLAY PROGRAM CPM Development Corporation DBA ICON Materials MARCH 2024 53 Information for Bidders 1-5 Provisions (APWA GSP). The Owner and Consulting Engineer retained by Owner shall be named as "Additional Insureds" on the insurance policies. The above bid and contract documents must be executed by the Contractor's President or Vice - President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. CPM Development Corporation DBA ICON Materials 52424 OVERLAY PROGRAM MARCH 2024 P-1 PROPOSAL (unit price) Contractor's Name CPM Development Corporation DBA ICON Materials Contractor's State License No. ICONM••982CF City of Tukwila Project Nos. 82410401 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled 2024 OVERLAY PROGRAM, which consists of, but is not limited to Hot Mix Asphalt (HMA) overlay of several sites including planing bituminous pavement, grinding and reuse of asphalt pavement, removing pavement and pavement repairs, installation of concrete curbs, sidewalks, driveways and ramps, adjustment of junction boxes, signal modification including replacement of induction loops, adjusting surface utilities to grade, installing new channelization and signage, providing all necessary traffic control labor and devices; the work shall include providing temporary erosion/water pollution control and other items necessary to complete the Work as shown on the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within Forty (40) working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every working day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. 2024 OVERLAY PROGRAM — Addendum #1 March 2024 55 P-2 2024 Annual Overlay & Repair Program City of Tukwila Project No. 82410401 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. App icable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. Item No. Item Description Qty Unit Unit Price Amount SCHEDULE A ROADWAY 1 UNEXPECTED SITE CHANGES 1 FA $35,000.00 $35,000.00 2 ADA FEATURES SURVEYING 1 LS $3,900.00 $3,900.00 3 RESOLUTION OF UTILITY CONFLICTS 1 FA $10,000.00 $10,000.00 4 SPCC PLAN 1 LS $174.00 $174.00 5 MOBILIZATION 1 LS $50,000.00 $50,000.00 6 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $63,000.00 $63,000.00 7 ROADSIDE CLEANUP 1 FA $5,000.00 $5,000.00 8 CLEARING AND GRUBBING 1 LS $3,960.00 $3,960.00 9 ASPHALT PAVEMENT REMOVAL INCL. HAUL 150 SY $38.50 $5,775.00 10 CEMENT CONC. CURB REMOVAL INCL. HAUL 370 LF $16.50 $6,105.00 11 CEMENT CONC. SIDEWALK REMOVAL INCL. HAUL 90 SY $57.00 $5,130.00 12 ROADWAY EXCAVATION INCL. HAUL 120 CY $68.00 $8,160.00 13 UNSUITABLE FOUNDATION EXCAVATION INCL. HAUL 200 CY $64.00 $12,800.00 14 CRUSHED SURFACING TOP COURSE 900 TON $50.50 $45,450.00 15 PAVEMENT REPAIR EXCAVATION INCL. HAUL 100 CY $109.00 $10,900.00 16 HMA CL. 1/2" PG 58H-22 2600 TON $121.00 $314,600.00 17 HMA FOR PAVEMENT REPAIR CL. 1/2" PG 58H-22 70 TON $161.00 $11,270.00 18 TEMPORARY PAVEMENT 80 TON $164.00 $13,120.00 19 THICKENED EDGE 380 LF $5.00 $1,900.00 20 PLANING BITUMINOUS PAVEMENT 8350 SY $8.00 $66,800.00 21 STORM DRAIN MARKER 36 EA $31.00 $1,116.00 22 ADJUST MANHOLE 21 EA $754.00 $15,834.00 2024 OVERLAY PROGRAM—Adden1Lem ueveiopi iiCI It 56 F Corporation 4 ..�-, A innnl ttAn+orinlc March 2024 P-3 23 ADJUST CATCH BASIN 22 EA $754.00 $16,588.00 24 RECTANGULAR FRAME AND VANED GRATE 11 EA $383.00 $4,213.00 25 ADJUST WATER VALVE 20 EA $540.00 $10,800.00 26 EROSION/WATER POLLUTION CONTROL 1 FA $7,000.00 $7,000.00 27 INLET PROTECTION 37 EA $36.00 $1,332.00 28 CEMENT CONC. CURB AND GUTTER 170 LF $58.00 $9,860.00 29 CEMENT CONC. PEDESTRIAN CURB 80 LF $35.00 $2,800.00 30 CEMENT CONC. EXTRUDED CURB 380 LF $24.00 $9,120.00 31 ADJUST MONUMENT CASE AND COVER 7 EA $540.00 $3,780.00 32 CEMENT CONC. SIDEWALK 50 SY $75.50 $3,775.00 33 CEMENT CONC. CURB RAMP TYPE 4 EA $4,060.00 $16,240.00 34 RAISED PAVEMENT MARKER TYPE 1 48 EA $12.00 $576.00 35 RAISED PAVEMENT MARKER TYPE 2 22 EA $58.00 $1,276.00 36 PERMANENT SIGNING 1 LS $29,000.00 $29,000.00 37 PLASTIC TRAFFIC ARROW 4 EA $348.00 $1,392.00 38 PLASTIC SHARED LANE MARKING 2 EA $348.00 $696.00 39 PLASTIC STOP LINE 100 LF $29.00 $2,900.00 40 PLASTIC LINE, 6 INCH 1290 LF $1.10 $1,419.00 41 PLASTIC LINE, 4 INCH 4110 LF $1.20 $4,932.00 42 PAINT LINE, 4 INCH 3440 LF $1.00 $3,440.00 43 TEMPORARY PAVEMENT MARKINGS 4780 LF $0.40 $1,912.00 44 PROPERTY RESTORATION 1 FA $10,000.00 $10,000.00 45 ADJUST FRANCHISE UTILITY MANHOLENAULT 1 EA $1,740.00 $1,740.00 46 ADJUST GAS VALVE 1 EA $540.00 $540.00 Total Bid Schedule A $ 835,325.00 Note: Determination of low bidder will be based on the 'Total Bid Schedule A'. 2024 OVERLAY PROGRAM — Addendum #1 (,CPM Development 05= Corporation DBA ICON Materials March 2024 57 P-4 2024 Annual Overlay & Repair Program City of Tukwila Project No. 82410401 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. Applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2 1) and WAC 458-20-171. Item No. Item Description Qty Unit Unit Price Amount SCHEDULE B - S 114TH ST ROADWAY B1 UNEXPECTED SITE CHANGES 1 FA $5,000.00 $5,000.00 B2 RESOLUTION OF UTILITY CONFLICTS 1 FA $500.00 $500.00 B3 SPCC PLAN 1 LS $198.00 $198.00 B4 MOBILIZATION 1 LS $19,000.00 $19,000.00 B5 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $17,700.00 $17,700.00 B6 ROADSIDE CLEANUP 1 FA $1,000.00 $1,000.00 B7 CLEARING AND GRUBBING 1 LS $1,650.00 $1,650.00 B8 UNSUITABLE FOUNDATION EXCAVATION INCL. HAUL 50 CY $89.00 $4,450.00 B9 CRUSHED SURFACING TOP COURSE 210 TON $116.00 $24,360.00 B10 PAVEMENT REPAIR EXCAVATION INCL. HAUL 25 CY $192.00 $4,800.00 B11 HMA CL. 1/2" PG 58H-22 330 TON $309.00 $101,970.00 B12 HMA FOR PAVEMENT REPAIR CL. 1/2" PG 58H 22 15 TON $254.00 $3,810.00 B13 TEMPORARY PAVEMENT 10 TON $254.00 $2,540.00 B14 PLANING BITUMINOUS PAVEMENT 170 SY $42.00 $7,140.00 B15 STORM DRAIN MARKER 1 EA $25.00 $25.00 B16 ADJUST WATER VALVE 1 EA $614.00 $614.00 B17 EROSION/WATER POLLUTION CONTROL 1 FA $1,500.00 $1,500.00 B18 PERMANENT SIGNING 1 LS $6,600.00 $6,600.00 B19 PLASTIC STOP LINE 10 LF $33.00 $330.00 B20 PROPERTY RESTORATION 1 FA $1,500.00 $1,500.00 Total Bid Schedule B $ 204,687.00 Note: Determination of low bidder will be based on the 'Total Bid Schedule A'. 2024 OVERLAY PROGRAM — Addendum #1 58 CPM Development Corporation non lCCN Materials March 2024 P-5 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 dete ined by multiplying the unit Bid prices shown in this print-out by the respective e yP%t duantities sho n the Bid form then totaling all of the extended amounts. Signed: Title: Construction Manager Markice erger Date: April 9th, 2024 2024 OVERLAY PROGRAM — Addendum #1 CPM Development Corporation DBA ICON Materials March 2024 59 DocuSign Envelope ID: 079FF67D-6F05-4384-8F95-7788A9461152 P-6 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 April 4th, 2024 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 Schedules. Partial or incomplete bids will not be considered. The Basis for determining the lowest responsible bidder shall be the lowest TOTAL BID Schedule A. The City of Tukwila reserves the right to Award only Schdeule A. The City may elect to award Schedule B to the lowest responsible bidder based on available funding at the time of Contract Award. TOTAL BID Schedule A: TOTAL BID Schedule B: $ 835,325. oo $ 204, tn431, 00 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: Circle One: CPM Development Corporation DBA ICON Materials —Docu9gmd Cy: kik, M.d.vwu,tA. -572enmoe1}5.4 Mike McBreen, Vice President 1508 Valentine Ave SE, Pacific, WA 98047-2103 Individual / Partnership / State of Incorporation: Washington Joint Venture / CCorporation Phone No.: (206) 575-3200 Date: 08-Apr-2024 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. 2024 OVERLAY PROGRAM — Addendum #1 March 2024 60 ADDENDUM NO. 1 City of Tukwila, Washington 2024 Overlay Program Project No: 82410401 DATE OF ADDENDUM ISSUE: April 4, 2024 DATE OF BID OPENING: April 9, 2024 NOTE TO ALL PLANHOLDERS: This Addendum No. 1, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above -named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. CONTRACT PROVISIONS 1. Proposal Pages: DELETE Proposal Pages P9 — P21 and REPLACE with the Attached Proposal Pages P1 — P15. 2. Contract Specifications: DELETE Division 10 (SP 87 — SP 96) and REPLACE with the Attached Division 10 (SP 87 — SP 101). 3. Contract Plan Pages: DELETE Pages 16 and 17 and REPLACE with the Attached Pages 16 and 17. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. Sincerely, David Baus Project Manager City of Tukwila Receipt acknowledged, and conditions agregd to this 4th day of April , 2024 Bidder Signatre Mark Eichelberger 2024 Overlay Program CPM Development Corporation DBA ICON Materials Addendum No.1 61 DocuSign Envelope ID: 079FF67D-6F05-4384-8F95-7788A9461152 P-7 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). -OR- Bid Bond: The undersigned, 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 Amount dollars ($ 5% of Total Amount Bid ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for 2024 OVERLAY PROGRAM, Project No. 82410401, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice !if any such extension. Signed and dated this 8th day of April , 20 24 CPM Development Corporation DBA ICON Materials Fidelity & Deposit Company of Maryland Principal Surety IDocuSignned by: N t.t, kdovu.44' Mike McBreen By - /�1�ACJUy7 b4b4.. �,gnat3ure of Authorized Official Vice President Title Name and address of local office of agent and/or Surety Company: Kristin Portillo Attbrney in Fact (Attach Power of Attorney) Fidelity & Deposit Company of Maryland 1299 Zurich Way Schaumburg, IL 60196-1058 2024 OVERLAY PROGRAM — Addendum #1 62 March 2024 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 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 WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 25th day of January, A.D. 2023. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President ,c)-1 to ice.... By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 25th day of January, A.D. 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Iva Bethea Notary Public My Commission Expires September 30, 2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 63 Proposal (continued) P-8 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. CPM Development Corporation DBA ICON Materials 2024 OVERLAY PROGRAM — Addendum #1 March 2024 64 DocuSign Envelope ID: 079FF67D-6F05-4384-8F95-7788A9461152 P-9 NON -COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING ) The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named 2024 OVERLAY PROGRAM, Project No. 82410401. CPM Development Corporation DBA ICON Materials Name of Firm — DocuSigned by: ktk t&divtua, SignafureboD9Wu1'iorized Official Vice President Mike McBreen Title Signed and sworn to before me on this 8th day of April ,2024 Wendy Hayes Signature of Notary Public in and for the State of Washington, residing at Algona, Washington My appointmen�s��s: 02/01/2025 !•`` Y L. 114'6, :� 4-` AAA • s� SEAL : 4' NOTARY N PUBLIC 1 .,,,.y O?/01/2 .� ' 5'/ To report bid riggiFfnctivities call: NOTICE TO ALL BIDDERS 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 2024 OVERLAY PROGRAM — Addendum #1 March 2024 65 P-10 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 Washington City 98047-2103 State Zip Code Contractor's License No. ICONM**982CF WA State UBI No. 601-006-854 Dept. of L&I License Bond Registration No. 8876949 Worker's Comp. Acct. No. 700,174-00 Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture Incorporated in the state of WA If Out -of -State Corporation, has Bidder complied with WA Corporation laws? ❑ YES ❑ NO List business names used by Bidder during the past 10 years if different than above: SEE ATTACHED Bank Reference Year Bank of America Lois D. Marshall (800) 325-6999 Bank Account Officer Officer's Phone No. of regular full-time employees: 125+ Number of projects in the past 10 years completed: 25%ahead of schedule 75% on schedule 0 behind schedule Total value of contracts in hand (gross): $ 70,549,194 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 63 years. As a subcontractor for 63 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 2024 OVERLAY PROGRAM — Addendum #1 March 2024 66 ICON MATER I A L S 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 67 CPM Development Corporation DBA ICON Materials Major Equipment Detailed List Qty Description Model Model Yr Age Condition 10 3 Axle Pup Trailer Peerless 1991 25 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2007 9 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2006 10 Good Own 2 3 Axle Pup Trailer Transfer Reliance 2005 11 Good Own 2 3 Axle Pup Trailer Transfer Sturdyweld 2012 4 Excellent Own 3 4 Axle Pup Trailer Sturdyweld 2006 10 Good Own 1 Booster w/ Pintle Hitch Superior 2010 6 Excellent Own 1 Detachable Lowboy Trailer Superior 2010 6 Excellent Own 2 Side Dumps Trail King 2007 9 Good Own 1 Grove Hyd Crane 40 Ton RT740 1980 36 Good Own 1 Pettibone Hyd Crane 35 Ton RT35 1976 40 Good Own 1 Tymco Sweeper 600BAH 2007 9 Good Own 1 John Deere Dozer JD650LGP 2005 13 Good Own 1 JD Backhoe Landscraper 210LE 1998 18 Good Own 2 CAT Off -Hwy Dump Trucks 773B 1993 23 Good Own 1 CAT Off -Hwy Dump Trucks 773E 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 68 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 32OLLR 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 CPM Development Corporation DBA ICON Materials 69 Responsible Bidder Determination Form P-11 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 Jake Webster/Trevor Warren Title How Long With Bidder Construction Superintendent 35 Years Paving Manager 4 Years Paving Superintendent 5 Years Paving Foreman 10 Years Tyler Townsend Project Manager 10 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)? 1=° Yes ❑ No Surveyor's Name: American Surveying & Environmental, LLC. 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 Cascade Utility Adjusting Adjusting utilities 10 Ground Up Road Construction, Inc. Milling 10 Northwest Traffic, Inc. Permanent Signage 10 Specialized Pavement Markings, Inc. Permanent Striping 10 Transportation Systems, Inc. Cement Concrete 10 List all those projects of similar nature and size completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years' experience working on projects of similar nature and size. Year Contract Project Name Completed Amount Owner/Reference Name and Phone SEE ATTACHED 2024 OVERLAY PROGRAM — Addendum #1 CPM Development Corporation 1 DBA ICON Materials March 2024 Providlgo Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal American Surveying & Environmental, LLC Land Surveyors & Consultants PRINCIPAL RESUMES Michael Sjolin, Director of Surveys, Principal Registered Professional Land Surveyor No. 45174 (WA) Certified Federal Surveyor No. 1570 Michael has more than twenty-five years' of experience in the land surveying profession. During this time he has conducted and supervised cadastral surveys, topographic surveys and construction layout surveys and been involved as project manager of many different types and sizes of projects. He has vast experience drafting numerous types of survey maps, including boundary surveys, topographic, ALTA, condominium, wetland delineation, long and short plats, GIS mapping, and boundary line adjustments. In addition, he is well -versed at preparing various types of legal descriptions and easement documents including exhibit maps using Autodesk Civil 3D. Michael also has ample experience conducting and supervising FEMA Elevation Certificate surveys used for flood insurance. Michael has a very methodic and systematic approach to insure a high level of quality control. His attention to detail and careful project approach makes him a valuable member of ASE's professional team. Michael's experience also includes performing complex boundary computations and construction staking pre -calculations for a variety of different projects in both the private and public sector. His project experience range includes small residential lots, large site development projects; both private and public, airports, county roads and state highways. He is highly capable and has the experience needed to simultaneously manage multiple projects from beginning to completion with accuracy and attention to detail and the ability to maintain required project budgets and time constraints. In June of 2012 Michael received Certified Federal Surveyor (CFedS) status from the United States Department of the Interior Bureau of Land Management. The CFedS program, which has been approved by the U.S. Secretary of the Interior, was designed specifically to enhance the level of knowledge and expertise in the professional land surveying community for survey work performed on federal lands and especially on Indian trust lands. To earn the CFedS designation, professional land surveyors must complete approximately 120 hours of course materials prepared by the BLM's National Training Center, in Phoenix, Arizona, and pass the certification examination. To maintain the certification, a CFedS must complete 10 hours of continuing education annually. This certification has provided Michael the additional knowledge and skill to offer superior boundary survey practice. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425)881-7731 www.american-engineering.net CPM Development Page 5A Corporation DBA ICON Materiatis1 Project Manager SAMPLE LISTING OF MAJOR PROJECTS, Thu -2023 OWNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION CLASS OF WORK CONTRACT AMT/ COMPLETION FED$ FINAL AMT DATE CONTACT p/S YIN City of Kent Kent, WA City of Federal Way Federal Way, WA City of Covington Covington, WA City of Buren Buren, WA City of Enumclaw Enumclaw, WA City of Snoqualmie Snoqualmie, WA City of Snoqualmie Snoqualmie, WA City of Kent Kent, WA City of Federal Way Federal Way, WA City of Burien Burien, WA City of Tukwila WA Tukwila, 84th Ave S. (EVH) Preservation S 228th St Road Diet Excavation, Paving, Grading, Ultras, Concrete, Electrical (Signals), Traffic Control, Drew Holcomb Striping $22,600,556 Est 2024 253-856-5508 Prime Excavation, Paving, Grading, Whites, Concrete, Electrical (Signals), Traffic Control, Striping $927,878 Est 2024 253-661-4000 Prime Jonathan Strong Excavation, Paving, Grading, Utilties, Concrete, Electrical (Signals), Traffic Control, Bob Lindskov SE 256th Street Overlay Striping $454,850 Est 2024 253-480-2400 Prime No Excavation, Paving, Grading. thirties, Concrete, Electrical (Signals), Traffic Control, 2023 Pavement Management Program -Overlay Project Striping 2023 Street Pavement Rehabilitation David Traub $570,252 October 2023 206-988-5078 Prime No Excavation, Paving, Grading, Willies, Concrete, Electrical (Signals), Traffic Control, Dwayne Walker Striping $242,748 Est2023 360815-5730 Prime No Excavation, Paving, Grading, thirties, Concrete, Electrical (Signals), Traffic Control, Hind Ahmed 2023 Overlay Project Striping $622,095 Est 2024 425-507-5480 Prime No Excavation, Paving, Grading, Utilties, Concrete, Electrical (Signals), Traffic Control, Hind Ahmed Snoqualmie Parkway Rehabilitation Project Striping $3,744,494 Est 2023 425-507-5480 Prime No Excavation, Paving, Grading, dirties, Concrete, Electrical (Signals), Traffic Control, Brian Shields 2023 Asphalt Overlays Striping $2,872,118 Est 2023 253-293-4973 prime No Excavation, Paving, Grading, Mitres, Concrete, Electrical (Signals), Traffic Control, John Cole 2023 Asphalt Overlay Project Striping $3,421,942 Est 2023 253-835-2718 Prime No Excavation. Planing. Concrete. Asphalt Paving. Aggregates, striping. December David Traub 2022 Pavement Management Program - Overlay Project Traffic control $658,148 2022 206-436-5552 Prime No Tukwila Parkway Emergency Repair Inng County Various Sites Throughout the County 2022 Countywide Pavement Preservation King County Seattle, WA SE Kent Kangley RD @ Landsburg RD SE City of Algona Algona, WA 2022 Overlay Project Burlington Northern Santa Fe South Seattle Intermodal Facility City of Enumclaw Enumclaw, WA 2022 Pavement Preservation City of Federal Way Federal Way, WA Pierce County City of Kent Kent, WA Sierra Constructor Co Woodinville, WA Pivetta Brothers Sumner, WA Scarsella Bros Seattle, WA Jansen Inc Belingham, WA 2022 Asphalt Overlays Sumner -Buckley Highway East 2021 Asphalt Overlays CenterPoint Site Vert Construction Excavation. Planing, Concrete. Asphalt Paving, Aggregates striping. Adib Allege! Traffic control 3495,595 Est 2022 206-240-0633 Prime No Excavation, Grading. Concrete, Sujay Shandil 206- Electrical(sgnata),Traffic Control S3,814,924 Est 2023 423-9181 Prime No Excavation, Grading, Concrete, Leeann Snyder Electrical (Signals). Traffic Control $202,222 Est 2023 206-263-3517 Prime No Excavation, Planing, Concrete, Asphalt Paving, Aggregates Striping, Traffic Control Brian Sourwine $168,000 October 2022 206-284-0860 Prime No Calvin Nutt Asphalt paving, Milling, Striping $1.982.347 Est 2025 206-625-6150 Sub No Paving, Grinding, Utilities, Striping, CTB $601,349 October2022 Prime No Excavation, Paving, Grading, Utilties, Concrete, Electrical John Cole (Signals), Milling $3,212,302 Est 2023 253.835-2718 Prime No Paving, Grading, thirties, Guardrail, Traffic Control Bruce Dammeier $1,098,239 Est2023 253798-7477 Prime No Excavation, Paving, Grading, thirties, Concrete, Electrical Chad Bieren (Signals), Milling $5,064,977 Est 2023 253856-5500 Prime No Asphalt Paving CP1922 Lead Service Line Replacement Asphalt Paving SR99 Alaska Way Viduct - Replacement South Access Asphalt Paving Madison Street Bus Rapid Transit Asphalt Paving Kris Milani $543,438 Est2023 503 332-1163 Sub No Nathan Walker $528,354 EST 2023 253442-9732 Sub Yes Julie Print $643,254 EST 2023 253 872-7173 Sub No To- w -i 0 TD ^> ^oo z (I)o- ® oU tit co Mark White $648,159 Est 2023 360319-0091 Sub Yes Pap 1 .quaof a:t161, Pro, wCo tatal 72 Project Manager SAMPLE LISTING OF MAJOR PROJECTS, Thru -2023 OWNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION CLASS OF WORK CONTRACT AMT/ COMPLETION FED$ FINAL AMT DATE CONTACT p/S YIN City of Auburn Auburn, WA City of Seatac Seatac, WA BNSF Railway Tukwila. WA Scarsella Bros, Inc Seattle, WA City of Tukwila Tukwila, WA Lakeland Hills Way Preservation 2021 Overlays Project South Seattle Intermodal Facility 2021 Airfield Pavement 8 Supporbng Infrastructure Seatac Airport Andover Park East Water Main Pavement Repair Tukwila, WA Pennon Construction Co., Inc Pacific Gateway Bldgs 2,3,4,5 8 6 Seattle, WA Kent, WA Goodfellow Bros. Remote Aircraft Diecing Kihei, HI Searac Alert Pennon Construction Co., Inc PSE Puyallup Service Center Seattle, WA 5807 Milwaukee Ave East, Puyallup Pennon Construction Co., Inc PEE Kent Substation Operations Seattle, WA 8001 South 212th Street, Kent Gary Merlin Construction Co., Inc Terminal 18 Seattle, WA 1131 SW Klickitat Way, Seattle Port of Seattle Seattle, WA King County Seattle, WA Skanska USA Building Inc Seattle, WA City of Enumclaw Enumclaw, WA Jansen, Inc Bellingham, WA City of Kent Kern, WA Terminal 46 Pavement Rehabilitation Port of Seattle Excavation, Paving, Grading, Utilties, Concrete, Electrical (Signals), Milling Excavation, Paving, Grading, Willies, Concrete, Electrical (Signals), Milling Asphalt Paving, Milling, Paving Fabric $1,982,347 Spring 2022 $1,210,442 / Cindy West $1,163,074 112021 253 931-3010 Prime No Brenton Cook $886,020 Spring 2022 206586-2107 Prime No Prime No $719,000 / Julie Print Asphalt Paving $601,854 112021 253 872-7173 Sub No Excavation, Concrete, $143,155 / Scott Bates U61ity Adj., Asphalt Paving $114,158 1/2021 206431-2193 Prime No Asphalt Paving, Aggregates Asphalt Paving Ashalt Paving Asphalt Paving Asphalt Paving Paving, Grinding, Survey, Excavation, Crack Seal Excavation, Paving, Grading, 2020 Countywide Pavement Preservation Utilties, Concrete, Electrical Various Locations within King County (Signals) Pioneer Elementary 2301 M Street SE, Auburn 2020 Pavement Preservation Asphalt Paving Josh Boettner $1,079,664 2066876318 Sub $604,500 / Dennis Diteman $563,214 6/2021 425 466-3898 Sub Dave Scott $504,913 360701-9479 Sub No Yes No $512,870 / Kaleb Kingman $503,830 June 2021 360918-3033 Sub No $327,973 / Mark Ruth $498,024 11/2021 206 762-9125 Sub No $1,611,320 / Valerie Jane $2,230,900 1/2021 206 787-7685 Prime Yes $6.177,518 / Paul Moore $6.041.061 5/2021 206 423-1081 Prime No $552,638 / Kyle York $542,646 7/2021 206418-9318 Sub No Excavation, Paving, Grading, Utilties, Concrete, Electrical $576,574 / Dwayne Walker (Signals) $600,548 72020 360615-5730 Prime No Delridge Way SW - Rapidride H Line Delrideg Way SW 8 SW Brandon St Asphalt Paving Meet Me On Meeker/Riverbend Driving Range Imp. Green River Trail, Russell Road, W Meeker Washington State D.O.T. C/N 9489 Interstate 5, Sea-Tac NB Weigh Station Seattle, WA Preservation Excavation, Paving, Grading, Utilties, Concrete, Electrical (Signals) Asphalt Paving, Excavation Planing, Concrete, Electrical Kiewit Infrastructure West Co Federal Way Federal Way Link Extension (FWLE) Design Build Asphalt Paving Grant Jansen $637,609 Fall 2022 360933-4807 Sub No $2,305,304 Timothy LaPorte /$2,129,417 102021 253 856-5500 prime No $339,698 / Edward Kane $279,198 72020 206768-5861 Prime No Ian Enright $6,087,835 EST 2023 757630-5049 Sub No CPM Development Corporation CE3A ICON Materials Pau3 Requa qL 1 e� 73 Project Manager SAMPLE LISTING OF MAJOR PROJECTS, Thru -2023 OWNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION CLASS OF WORK CONTRACT AMT/ COMPLETION FEDS FINAL AMT DATE CONTACT p/S YIN King County Seattle. WA Stellar Group, Inc Jacksonville, FL 2019 Countywide Pavement Preservation $1,223,115/ Tari Casey Sysco Seattle Facility Expansion Grading, Paving. Grinding $403,332 904 574-2906 Sub No Absher Construction Co $449,203 / Mike McCann Puyallup. WA Aubum Elementary School #15 Asphalt Paving $447,603 92020 253 446-3339 Sub No Pivetta Brothers Construction Excavation, Paving, Grading. Utilties, Concrete, Electrical 64,931,538/ Paul Moore (Signals) $4,392,253 92020 206423-1081 Prime No $528,600 / Jeremy Fudge Sumner, WA A Street SE Preservation Asphalt Paving $399,548 52020 206 396-5525 Sub Yes Skanka USA Building Inc $419,698 / Kyle York Seattle, WA Dick Scobee Elementary School BP #02050 Asphalt Paving $429,895 82020 206 418-9318 Sub No SEACON, LLC $571,200 / Mike Telkamp Issaquah. WA Poulsbo RV, Sumner Aggregate & Asphalt Paving $708.188 82020 425 677-0869 Sub No Paving, Grading, Utilises, City of Auburn Concrete, Striping, Traffic 6838,078 / Jai Carter Auburn, WA 2019 Cityvnde Patching and Overlay Control $878,181 52020 253 804-5286 Prime No Flatiron West, Inc, Lane Construction Corp JV Renton, WA 1405 Renton to Bellevue Widening & Express Toll Lanes Asphalt Paving $24,867,502 2025 Sub No Strider Construction Bellingham, WA Kiewrt Infrastructure west Co Federal Way, WA BNSF Onllia automotive Facility & $2,224,116 / Nathan Andersh Kent Intermodal Facility Asphalt Paving $2,038,233 72019 360 380-1234 Sub No SR99 Demolition, Decommissioning 8 Surface Street $491,865 / Jell Kittle Project Grinding. Patching Backfill $710,092 112019 425 301-7970 Sub No Washington State DOT Seattle, WA SR99 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 Cry of Tukwila Tukwila, WA City of Algona Algona. WA Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) 615,205,127 / Mike Askarian, PE 612,575,500 92020 206768-5861 Prime Yes Jeff Thomas Forest Canyon Estates Paving $696,948 Fall 2020 425 392-5722 Sub No Asphalt Paving. Excavation Planing. Concrete, Electrical (Signals) $4,803,683/ Dave Nadal 2018 Vachon Highway Pavement $4,660,249 5/19 206 477-3626 Prime No $909,040 / Grant Jansen 2018 AAC Package #2 Asphalt Paving $836,809 5/19 360 933-4807 Sub No Asphalt Paving. Excavation Planing, Concrete, Electrical (Signals) 62,124,739 / Kim Tmong, PE 15th Street NE/NW Preservation $2,525,288 11/18 253804-5059 prime Yea Asphalt Paving, Excavation Planing. Concrete, Electrical (Signals) 61,754,378 / Drew Holcomb PE 2018 Asphalt Overlays $1,531,008 11/18 253856-5500 Prime No Asphalt Paving, Excavation Planing, Concrete, Electrical (Signals) $955,946 / David Sorensen PE 2018 Overlay & Repair $896,834 9/18 206 431-3653 Prime No Excavation, Paving, Grading, Pacific Avenue North (Ellingson Road Utilises, Concrete, Electrical $333,540 / Brian Sourwine to Safeway Entrance) (Signals) 6331,395 6/17 206 284-0860 Prime No Gary Merlin° Construction Co., Inc $1,964,250 / Rhuel Reedy Seattle. WA 2018 Taxivray Improvements Asphalt Paving $2,127,055 9/18 206255-2628 Sub Yes Graham Contracting, LTD Pacific Highway South HOV Lanes $1,859,665 / Greg Ritke Bellevue, WA Phase V Asphalt Paving 61,969,986 9/18 425691-3591 Sub CA Carey Corporation $675,571 / Steve Murdoch Issaquah, WA 2014 County Safety Selection Asphalt Paving $660,941 5/17 425 392-8016 Sub Yes Excavation, Paving, Grading. City of Auburn 0ti5es, Concrete, Electrical $827,290 / Jai Carter Aubum, WA Lake Tapps Parkway Preservation (Signals) $865,202 12/17 253 804-5286 Prime Yes Excavation, Paving, Grading. WA State DOT SR 410, White River Bridge to SR 164 Utitties, Concrete, Electrical $1,988.350 / Timothy LaPorte Oympiva, WA Paving & ADA Comliance (Signals) S1,976,056 12/17 253858-5500 Prime Yes 74 Page 3 PrequalSP,qL Pro,Coracts vial Project Manager SAMPLE LISTING OF MAJOR PROJECTS, Thru - 2023 OWNER/GENERAL NAME/LOCATION CONTRACT AMT/ COMPLETION FED$ PROJECT NAME/LOCATION CLASS OF WORK FINAL AMT DATE CONTACT p/S 'UN City of Renton Renton, WA City of Tukwila Tukwila, WA Gary Merino Constr. Co Seattle, WA MidMountain Contractors Kirkalnd, WA King County Procurement Seattle, WA 2017 Street Patch S Overlay w/Curb Ramps 2017 Overlay Program Excavation, Paving, Grading, Willies, Concrete, Electrical (Signals) Excavation, Paving, Grading, U61ties, Concrete, Electrical (Signals) 6659,441/ $526,510 9/17 206433-0179 Prime No $1,669123 / $1,707,048 Jayson Grant 12/17 425430-7400 Pnme No Robin Tischmak Steve Simmons 15 NB 260th St to Duwamish River Br Asphalt Paving $8,717,258 6/18 206 255-2619 Sub No 15 SB South 320th St to Duwamich River Bridge 2016 Countywide Pavement Preservation Asphalt Paving $4,686,500 / Dave Stambaugh $3,988,940 9/16 206348-4356 Sub No Excavation, Paving, Grading, U8Nes, Concrete, Electrical Mark Hoge (Signals) $6,933,884 / 12/17 206263-9325 Prime No CPM Development Corporation DBA ICON Materials Page 4 „ ,ei(Re i,n 75 Responsible Bidder Determination Form P-12 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 Proiect 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. H s Bidder, or any representative or partner thereof, ever failed to complete a contract? No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within the past 5 years? 12/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? dNo 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? IS/No 0 Yes If yes, give details: H s Bidder ever had any Payment/Performance Bonds called as a result of its work? Ii No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount H s Bidder ever been found guilty of violating any State or Federal employment laws? INo ❑ Yes If yes, give details: 2024 OVERLAY PROGRAM - Addendum #1 CPM Development Corporation DBA ICON Materials March 2024 76 Responsible Bidder Determination Form P-13 Has Bidder ever file for protection under any provision of the federal bankruptcy laws or state insolvency laws? No ❑ Yes If yes, give details: Des the Bidder owe any delinquent taxes to the Washington State Department of Revenue? 11 ' No ❑ Yes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? ❑ No ❑ Yes Ha�.ss any adverse legal judgment been rendered against Bidder in the past 5 years? I "No 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other i9surance company for accidents resulting in fatal injury or dismemberment in the past 5 years? gNo 0 Yes If yes, please state: Date Type of Injury Agency Receiving Claim Attach additional sheets as needed. The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undej igned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: Construction Manager 2024 OVERLAY PROGRAM — Addendum #1 Mark Eichelberger Date: April 9th, 2024 CPM Devek7nrnei-it Corporation DBA ICON Mat.,:* March 2024 77 DocuSign Envelope ID: 079FF67D-6F05-4384-8F95-7788A9461152 P-14 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, general laborers, excavator operator, traffic control, flaggers, TCS. CPM Development Corporation DBA ICON Materials r. _. - Docusigned by. L M Lc- Aktlo u C7f0I 7L013D$ .. Signature of Authorized Official Name of Bidder Mike McBreen Vice President Title 2024 OVERLAY PROGRAM — Addendum #1 March 2024 78 CPM Development Corporation DBA ICON Materials Major Equipment Detailed List Qty Description Model Model Yr Age Condition 10 3 Axle Pup Trailer Peerless 1991 25 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2007 9 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2006 10 Good Own 2 3 Axle Pup Trailer Transfer Reliance 2005 11 Good Own 2 3 Axle Pup Trailer Transfer Sturdyweld 2012 4 Excellent Own 3 4 Axle Pup Trailer Sturdyweld 2006 10 Good Own 1 Booster w/ Pintle Hitch Superior 2010 6 Excellent Own 1 Detachable Lowboy Trailer Superior 2010 6 Excellent Own 2 Side Dumps Trail King 2007 9 Good Own 1 Grove Hyd Crane 40 Ton RT740 1980 36 Good Own 1 Pettibone Hyd Crane 35 Ton RT35 1976 40 Good Own 1 Tymco Sweeper 600BAH 2007 9 Good Own 1 John Deere Dozer JD650LGP 2005 13 Good Own 1 JD Backhoe Landscraper 210LE 1998 18 Good Own 2 CAT Off -Hwy Dump Trucks 773B 1993 23 Good Own 1 CAT Off -Hwy Dump Trucks 773B 1990 26 Good Own 1 CAT Off -Hwy Dump Trucks 773E 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 79 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 32OLLR 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 CPM Development Corporation DBA ICON Materials 80 P-15 PROPOSED SUBCONTRACTORS CPM Development Corporation Name of Bidder 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 86 Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid NOT APPLICABLE 2024 OVERLAY PROGRAM — Addendum #1 CPM Development Corporation DBA ICON Materials March 2024 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 81 CPM DEVELOPMENT CORPORATION {A AMERICA.N ROC l�rrs,-. .__.. CENTRAL PRE -MIX HELENA SAND & GRAVEL ACMI COMPANY NORrVF AONItOPAPY ICON A0Y.a.Y1f. A CMS CONMIIY .0111.0111. c RiwrBend AINIKOOMIWO WENATCHEE SAND & GRAVEL ACCN COMPANY CERTIFICATE OF AUTHORITY Please be advised, that the individuals whose names, titles and signatures appear below are authorized To execute proposals, contracts, bonds, and other documents and/or instruments on behalf of CPM Development Corporations, dba ICON Materials. ICON Materials is a CPM Development Corporation trade name. Name and Title Michael McBreen, Vice President Mark Eichelberger, Construction Manager Christopher Williams, Operations Manager STATE OF WASHINGTON ) ss. COUNTY OF SPOKANE ) re Id 0 4 Respectfully submitted, CPM DEVELOPMENT CORPORATION Susan L. Devaney Assistant Treasurer & Assistant Secretary 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 fip day of November; 2022. ,catich Signature of Notary MICHELLE M WELCH Mc ehel G. M • V4� IOTARY PUBLIC NOV. 7, 20 nt or Type Name of Notary STATE COMM.OF M.WAEXPIRESN OTARY PUBLIC in and for the State of Washington Residing at SpO�A., (04 MyCommission expires on i i � COMMISSION N0.784317/6t0aip 82 An Equal Opportunity Employer 5111 E. Broadway, Spokane Valley, WA 99212 P.O. Box 3366, Spokane WA 99220-3366 Office: (509) 534-6221 • Fax: (509) 536-3051 DocuSign Certificate Of Completion Envelope Id: 079FF67D6F0543848F957788A9461152 Subject: Complete with DocuSign: Authorized Signature Pages Source Envelope: Document Pages: 4 Certificate Pages: 1 AutoNav: Enabled Envelopeld Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) Status: Completed - CITY OF TUKWILA - 2024 Overlay Program.pdf Signatures: 4 Initials: 0 Envelope Originator: Kristin Portillo 42 Fitzwilliam Square Dublin, Dublin 2 D02 R279 kristin.portillo@iconmaterials.com IP Address: 173.160.252.5 Record Tracking Status: Original 4/8/2024 8:46:47 AM Holder: Kristin Portillo kristin.portillo@iconmaterials.com Location: DocuSign Signer Events Signature Timestamp Mike Mcbreen michael.mcbreen@na.crh.com Vice President CPM DEVELOPMENT CORP DBA INLAND ASPHALT Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign r—DocuSgned by: ttit i�G htt,�Yt t t� '-5726AC7D9138464... Signature Adoption: Pre -selected Style Using IP Address: 50.123.87.114 Sent: 4/8/2024 8:47:54 AM Resent: 4/8/2024 2:03:33 PM Viewed: 4/8/2024 3:11:25 PM Signed: 4/8/2024 3:11:38 PM In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Certified Delivered Signing Complete Completed Hashed/Encrypted Security Checked Security Checked Security Checked 4/8/2024 8:47:54 AM 4/8/2024 3:11:25 PM 4/8/2024 3:11:38 PM 4/8/2024 3:11:38 PM Payment Events Status Timestamps 83 84 2024 Annual Overlay Project Certified Bid Tab CITY OF TUKWILA- DEPARTMENT OF PUBLIC WORKS Opening 4/9/2024 Engineer's Estimate ICON Materials Miles Resources, LLC Lakeside Industries Inc. Tuccl & Sons, Inc. No. [Section !Item I Quantity I Unit Unit Cost I Total Cost Unit Cost I Total Cost Unit Cost I Total Cost Unit Cost I Total Cost Unit Cost I Total Cost SCHEDULE A ROADWAY Al 1.04 Unexpected Site Changes 1 FA $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 A2 1-05 ADA Features Surveying 1 LS $ 5,000.00 $ 5,000.00 $ 3,900.00 $ 3,900.00 $ 3,700.00 $ 3,700.00 $ 0,650.00 $ 4,650.00 $ 12,000.00 $ 12,000.00 A3 1-07 Resolution of Utility Conflicts 1 FA $ 3,000.00 $ 3,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 A4 1-07 SPCC Plan 1 15 $ 3,000.00 $ 3,000.00 $ 174.00 $ 174.00 $ 500.00 $ 500.00 $ 1,000.00 $ 1,000.00 $ 300.00 $ 300.00 AS 1-09 Mobilization 1 15 $ 72,000.00 $ 72,000.00 $ 50,000.00 $ 50,000.00 $ 36,018.00 $ 36,018.00 $ 85,000.00 $ 85,000.00 $ 22,784.00 $ 22,784.00 A6 1-10 Project Temporary Traffic Control 1 LS $ 90,000.00 $ 90,000.00 $ 63,000.00 $ 63,000.00 $ 58,000.00 $ 58,000.00 5 105,000.00 $ 105,000.00 $ 120,000.00 $ 120,000.00 A7 2-01 Roadside Cleanup 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,030.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 A8 2-01 Clearing and Grubbing 1 LS $ 3,000.00 $ 3,000.00 $ 3,960.00 $ 3,960.00 $ 9,500.00 $ 9,500.00 $ 4,000.00 $ 4,000.00 $ 4,700.00 $ 4,700.00 A9 2-02 Asphalt Pavement Removal Incl. Haul 150 SY $ 40.00 $ 6,000.00 $ 38.50 $ 5,775.00 $ 43.00 $ 6,150.00 $ 73.00 $ 10,950.00 $ 35.00 $ 5,250.00 A10 2-02 Cement Conc. Curb Removal Incl. Haul 370 LF $ 20.00 5 7,400.00 $ 16.50 $ 6,105.00 5 8.00 $ 2,960.00 $ 35.00 $ 12,950.00 $ 15.00 $ 5,550.00 All 2-02 Cement Conc. Sidewalk Removal Incl. Haul 90 SY $ 40.00 $ 3,600.00 $ 57.00 $ 5,130.00 $ 43.00 $ 3,1370.00 $ 78.00 $ 7,020.00 $ 40.00 $ 3,600.00 Al2 2-02 Roadway Excavation Ind. Haul 120 CY 5 90.00 $ 10,800.00 $ 68.00 $ 8,160.00 $ 115.00 $ 13,800.00 $ 100.00 $ 12,000.00 $ 82.00 $ 9,840.00 A13 2-03 Unsuitable Foundation Excavation Incl. Haul 200 CY $ 95.00 $ 19,000.00 $ 64.00 $ 12,800.00 $ 65.00 $ 13,000.00 $ 100.00 $ 20,000.00 $ 80.00 $ 16,000.00 A14 1-04 Crushed Surfacing Top Course 900 TON $ 75.00 5 67,500.00 $ 50.50 $ 45,450.00 $ 57.00 5 51,300.00 $ 75.00 $ 67,500.00 $ 70.00 $ 63,000.00 A15 5-04 Pavement Repair Excavation Incl. Haul 100 CY $ 75.00 $ 7,500.00 $ 109.00 $ 10,900.00 $ 156.00 $ 15,600.00 $ 100.00 $ 10,000.00 $ 335.00 $ 33,500.00 016 5-04 HMA Cl. 1/2" PG 584-22 2600 TON $ 130.00 $ 338,000.00 $ 121.00 $ 314,600.00 $ 115.00 $ 299,000.00 $ 125.00 $ 325,000.00 $ 135.00 $ 351,000.00 A17 5-04 HMA for Pavement Repair CI. 1/2" PG 58H-22 70 TON $ 175.00 $ 12,250.00 $ 161.00 $ 11,270.00 $ 155.00 $ 10,850.00 $ 175.00 $ 12,250.00 $ 275.00 $ 19,250.00 Al8 5-04 Temporary Pavement 80 TON $ 175.00 $ 14,000.00 $ 164.00 $ 13,120.00 $ 135.00 $ 10,800.00 5 170.00 5 13,600.00 $ 80.00 $ 6,400.00 A19 5-04 Thickened Edge 380 LF $ 5.00 $ 1,900.00 $ 5.00 $ 1,900.00 $ 3.00 $ 1,140.00 $ 7.50 $ 2,850.00 $ 8.00 $ 3,040.00 A20 5-04 Planing Bituminous Pavement 8350 SY $ 8.00 5 66,800.00 $ 8.00 $ 66,800.00 $ 5.00 $ 11,750.00 $ 8.00 $ 66,800.00 $ 12.00 $ 100,200.00 A21 7-03 Storm Drain Marker 36 EA $ 5.00 $ 180.00 $ 31.00 $ 1,116.00 $ 55.00 $ 1,980.00 $ 58.00 $ 2,088.00 $ 40.00 $ 1,440.00 A22 7-05 Adjust Manhole 21 EA $ 1,500.00 $ 31,500.00 $ 754.00 $ 15,834.00 $ 1,600.00 $ 33,600.00 $ 750.00 5 15,750.00 $ 500.00 5 10,500.00 A23 7-05 Adjust Catch Basin 22 EA $ 1,100.00 $ 24,200.00 $ 754.00 $ 16,588.00 $ 1,415.00 $ 31,130.00 $ 750.00 $ 16,500.00 $ 950.00 $ 20,900.00 A24 7-05 Rectangular Frame and Vaned Grate 11 EA $ 1,000.00 $ 11,000.00 $ 383.00 $ 1,213.00 $ 1,300.00 $ 14,300.00 $ 1,200.00 $ 13,200.00 $ 950.00 $ 10,150.00 A25 7-12 Adjust Water Valve 20 EA $ 800.00 $ 16,000.00 $ 540.00 $ 10,800.00 $ 750.00 $ 15,000.00 $ 525.00 $ 10,500.00 $ 670.00 $ 13,400.00 A26 8-01 Erosion/Water Pollution Control 1 FA $ 7,000.00 $ 7,000.00 $ 7,000.00 $ 7,000.00 $ 7,000.00 $ 7,000.00 $ 7,000.00 $ 7,000.00 $ 7,000.00 $ 7,000.00 A27 8-01 Inlet Protection 37 EA $ 60.00 $ 2,220.00 $ 36.00 $ 1,332.00 $ 85.00 $ 3,115.00 $ 85.00 $ 3,145.00 $ 75.00 $ 2,775.00 A28 8-04 Cement Conc. Curb and Gutter 170 LF $ 65.00 $ 11,050.00 $ 58.00 $ 9,860.00 $ 31.00 5 5,270.00 $ 36.00 5 6,120.00 $ 95.00 $ 16,150.00 A29 8-04 Cement Conc. Pedestrian Curb 80 LF $ - 50.00 $ 1,000.00 $ 35.00 $ • 2,800.00 $ 31.00 $ 2,480.00 $ 36.00 $ 2,880.00 $ 45.00 $ 3,600.00 A30 8-04 Cement Conc. Extruded Curb 380 LF $ 40.00 5 15,200.00 $ 24.00 $ 9,120.00 $ 15.00 $ 5,700.00 $ 16.00 $ 6,080.00 $ 25.00 $ 9,500.00 A31 8-13 Adjust Monument Case and Cover 7 EA $ 700.00 $ 4,900.00 $ 540.00 $ 3,780.00 $ 1,000.00 $ 7,000.00 $ 525.00 $ 3,675.00 $ 970.00 $ 6,790.00 A32 8-14 Cement Conc Sidewalk 50 SY $ 90.00 $ 1,500.00 5 75.50 $ 3,775.00 $ 70.00 $ 3,500.00 $ 82.00 $ 4,100.00 $ 110.00 $ 5,500.00 A33 8-14 Cement Conc. Curb Ramp Type 4 EA $ 3,500.00 $ 14,000.00 $ 4,060.00 $ 16,240.00 $ 3,500.00 $ 14,000.00 $ 4,000.00 $ 16,000.00 $ 2,800.00 $ 11,200.00 TRAFFIC CONTROL DEVICES AM 8-09 Raised Pavement Marker Type 1 48 EA $ 2.50 $ 120.00 $ 12.00 $ 576.00 $ 11.00 $ 528.00 $ 12.00 $ 576.00 $ 12.00 $ 576.00 A35 8-09 Raised Pavement Marker Type 2 22 EA $ 3.00 $ 66.00 $ 58.00 $ 1,276.00 $ 22.00 $ 484.00 $ 23.00 $ 506.00 $ 60.00 $ 1,320.00 A36 8-21 Permanent Signing 1 15 $ 13,000.00 $ 13,000.00 $ 29,000.00 $ 29,000.00 $ 27,500.00 $ 27,500.00 $ 28,000.00 $ 28,000.00 $ 14,000.00 $ 14,000.00 A37 8-22 Plastic Traffic Arrow 4 EA 5 100.00 $ 400.00 $ 348.00 $ 1,392.00 $ 440.00 $ 1,760.00 $ 465.00 $ 1,860.00 $ 480.00 $ 1,920.00 A38 8-22 Plastic Shared Lane Symbol 2 EA $ 350.00 $ 700.00 $ 348.00 $ 696.00 $ 495.00 $ 990.00 $ 520.00 $ 1,040.00 $ 350.00 $ 700.00 A39 8-22 Plastic Stop Une 100 IF $ 20.00 $ 2,000.00 $ 29.00 $ 2,900.00 $ 15.50 $ 1,550.00 $ 16.00 $ 1,600.00 $ 30.00 $ 3,000.00 A40 8-22 Paint One, 6 Inch 1290 IF $ 3.00 $ 3,870.00 $ 1.10 $ 1,419.00 $ 1.00 $ 1,290.00 $ 1.00 $ 1,290.00 $ 1.00 $ 1,290.00 A41 8-22 Plastic One, 41nch 4110 LF $ 3.00 5 12,330.00 $ 1.20 $ 4,932.00 $ 4.00 $ 16,440.00 $ 4.00 $ 16,440.00 $ 1.20 $ 1,932.00 A42 8-22 Paint Une, 4 Inch 3440 LF $ 3.00 $ 10,320.00 $ 1.00 $ 3,440.00 $ 1.00 $ 3,440.00 $ 1.00 $ 3,440.00 $ 1.00 $ 3,440.00 A43 8-23 Temporary Pavement Markings 4780 LF $ 1.00 $ 4,780.00 $ 0.40 $ 1,912.00 $ 0.85 $ 4,063.00 $ 0.70 $ 3,316.00 $ 0.80 $ 3,824.00 ROADSIDE DEVELOPMENT A44 8-02 !Property Restoration 1 FA I $ 10,000.00 $ 10,000.00 $ 10,003.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 FRANCHISE UTILITY ITEMS A45 8-19 Adjust Franchise Utility Manhole/Vault 1 EA $ 900.00 5 900.00 $ 1,710.00 $ 1,740.00 $ 1,700.00 $ 1,700.00 $ 2,000.00 $ 2,000.00 $ 2,600.00 $ 2,600.00 A46 8-19 Adjust Gas Valve 1 EA $ 700.00 $ 700.00 $ 540.00 $ 540.00 $ 840.00 $ 840.00 $ 525.00 $ 525.00 $ 500.00 5 500.00 TOTAL $ 975,686.00 TOTAL $ 835,325.00 TOTAL $ 842,928.00 TOTAL $ 988,231.00 TOTAL $ 993,721.00 Item No. Section !Description IQuantitiyt SCHEDULE (5114TH ST - S 115TH ST TO END) B1 1-04 Unexpected Site Changes 1 B2 1-07 Resolution of Utility Conflicts 83 1-07 SPCC Plan B4 1-09 Mobilization 1 85 1-10 Project Temporary Traffic Control 1 B6 2-01 Roadside Cleanup B7 2-01 Clearing and Grubbing BB 2-03 Unsuitable Foundation Excavation Ind. Haul 50 B9 4-04 Crushed Surfacing Top Course 210 B10 5-04 Pavement Repair Excavation Ind. Haul 25 B11 5-04 HMA C. 1/2" PG 58H-22 330 B12 5-04 HMA for Pavement Repair Cl. 1/2" PG 58H-22 15 B13 S-04 Temporary Pavement 10 814 5-04 Planing Bituminous Pavement 170 815 7-03 Storm Drain Marker B16 7-12 Adjust Water Valve 817 8-01 Erosion/Water Pollution Control 1 1318 8-21 Permanent Signing B19 8-22 Plastic Stop Une 10 820 8-02 Property Restoration UnO FA FA LS LS LS FA L5 CY TON CY TON TON TON SY EA EA FA LS LF FA Certified by David Baus, Project Manager Engineer's Estimate ICON Materials Miles Resources, LLC Lakeside Industries Inc. Tucci & Sons, Inc. Unit Cost Total Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost I Total Cost $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 5 5,000.00 $ 5,000.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 198.00 $ 198.00 $ 500.00 5 500.00 $ 1,000.00 $ 1,000.00 $ 300.00 $ 300.00 $ 12,000.00 $ 12,000.00 $ 19,000.00 $ 19,000.00 $ 10,000.00 $ 10,000.00 $ 13,500.00 $ 13,500.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 17,700.00 $ 17,700.00 $ 10,880.00 $ 10,880.00 $ 18,000.00 $ 18,000.00 $ 13,000.00 $ 13,000.00 S 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 S 45.00 S 500.00 5 1,650.00 $ 1,650.00 $ 3,500.00 $ 3,500.00 $ 1,750.00 $ 1,750.00 $ 1,700.00 $ 1,700.00 $ 95.00 $ 4,750.00 $ 89.00 $ 4,150.00 $ 75.00 $ 3,750.00 $ 100.00 $ 5,000.00 $ 80.00 $ 4,000.00 $ 75.00 $ 15,750.00 $ 116.00 $ 21,360.00 $ 81.00 $ 17,010.00 $ 75.00 $ 15,750.00 $ 70.00 $ 14,700.00 5 75.00 $ 1,875.00 $ 192.00 $ 4,800.00 $ 275.00 $ 6,875.00 $ 150.00 $ 3,750.00 $ 150.00 $ 3,750.00 $ 130.00 $ 42,900.00 $ 309.00 $ 101,970.00 5 140.00 $ 16,200.00 $ 150.00 $ 49,500.00 5 135.00 $ 44,550.00 $ 175.00 5 2,625.00 $ 254.00 $ 3,810.00 $ 270.00 $ 4,050.00 5 200.00 $ 3,000.00 $ 275.00 $ 4,125.00 $ 175.00 $ 1,750.00 $ 254.00 $ 2,540.00 $ 250.00 $ 2,500.00 $ 170.00 $ 1,700.00 $ 80.00 $ 800.00 $ 8.00 $ 1,360.00 $ 42.00 $ 7,140.00 5 22.00 $ 3,740.00 $ 45.00 $ 7,650.00 $ 27.00 $ 1,590.00 5 5.00 $ 5.00 $ 25.00 5 25.00 $ 55.00 $ 55.00 $ 58.00 $ 58.00 $ 40.00 $ 40.00 $ 800.00 $ 800.00 $ 614.00 $ 614.00 $ 825.00 $ 825.00 $ 525.00 $ 525.00 $ 500.00 $ 500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 3,000.00 $ 3,000.00 $ 6,600.00 $ 6,600.00 $ 5,500.00 $ 5,500.00 $ 5,750.00 $ 5,750.00 $ 2,800.00 $ 2,800.00 5 20.00 $ 200.00 $ 33.00 $ 330.00 $ 15.40 $ 154.00 $ 16.00 $ 160.00 $ 30.00 5 300.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 TOTAL $ 112,515.00 TOTAL $ 204,687.00 TOTAL $ 125,039.00 TOTAL $ 136,593.00 TOTAL $ 119,655.00 Engineer's Estimate ICON Materials Miles Resources, LLC Lakeside Industries Inc. Tucci & Sons, Inc. Schedule A48 Total $ 1,088,201.00 $ 1,040,012.00 $ 967,967.00 $ 1,124,824.00 $ 1,113,376.00 Date 4.12- V./- 85 86 City of Tukwila City Council Transportation & Infrastructure Services Committee Meeting Minutes April 22, 2024, 5:30 p.m. - Hybrid Meeting; Duwamish Conference Room & MS Teams Councilmembers Present: Armen Papyan, Chair; Dennis Martinez, Hannah Hedrick Staff Present: Hari Ponnekanti, Catrien de Boer, Seong Kim, Adib Altallal, Griffin Lerner, Cyndy Knighton, Pete Mayer, Eric Compton, Joel Bush, Adam Cox, Mike Ronda Chair Papyan called the meeting to order. I. BUSINESS AGENDA A. Ordinance: Franchise Agreement with Astound Staff is seeking approval of an ordinance granting Astound Broadband a new 5-year Franchise Agreement. Committee Recommendation Unanimous approval. Forward to May 13, 2024 Committee of the Whole. B. Project Completion: 2023 Overlay and Repair Project Staff is seeking approval of project completion with Lakeside Industries, Inc. in the amount of $1,098,038.59 for the 2023 Overlay and Repair Project. Committee Recommendation Unanimous approval. Forward to May 6, 2024 Regular Consent Agenda. C. Bid Award: 2024 Annual Overlay Project Staff is seeking approval of a contract with ICON Materials in the amount of $1,040,012.00 for the Project. Committee Recommendation Unanimous approval. Forward to May 6, 2024 Regular Consent Agenda. D. Contract Amendment: 2024 Annual Overlay Project Staff is seeking approval of an amendment with KPG Psomas, Inc. in the amount of $197,726.00 to include construction management services for the Project. Committee Recommendation Unanimous approval. Forward to May 6, 2024 Regular Consent Agenda. E. Consultant Contract: 2024 Annual Smal Drainage Program Staff is seeking approval of a contract with KPG Psomas, Inc. in the amount of $377,518 for design and construction services for the Program. Committee Recommendation Unanimous approval. Forward to May 6, 2024 Regular Consent Agenda. 87