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