HomeMy WebLinkAbout24-055 - ICON Materials - 2024 Overlay ProgramAGREEMENT FORM
CONTRACT NO.
24-055
Council Approval 5/6/24
24-055
C-1
THIS AGREEMENT is made and entered into on this 14th day of May 2024 , by and between
the City of Tukwila, Washington ("Owner") andCPM Development Corporation P P DBA ICON Materials ("Contractor"). Now,
therefore the parties agree as follows:
1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for
the project entitled 2024 OVERLAY PROGRAM, Project No. 82410401 including all changes to the Work
and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the
Supplemental General Requirements.
2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as
specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment.
The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work.
3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work
under this Agreement shall be completed within the time specified in the Proposal. If the Work under this
Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall
pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the
Proposal.
4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party
shall be entitled to recover its costs, including reasonable attorney's and expert witness fees.
5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement,
except as expressly provided in this Agreement.
6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of
which shall for all purposes be deemed an original.
CITY OF TUKWILA, WASHINGTON
(Owner)
By:
HP
--DocuSigned by:
tfamas ham',
Mayor 4/2024 I 4:26 PM
Attest:
This 14th day of Ma , 2024
City
Approved as to Form:
DocuSigned by:
1
ildrk46FA4E8...
DocuS:gned by:
�. sem.
City kiPhe` 5E452
Address for giving notices:
6200 Southcenter Blvd
Tukwila, WA 98188
2024 OVERLAY PROGRAM
CPM Development Corporation DB"CON Materials
(Contra.
By:
PDT
Title: Construction Manager
Attest:
This 13th day o( May , 20 24
Contractor's License No.
ICONM**982CF
Address for giving notices:
1508 Valentine Ave SE
Pacific, WA 98047-2103
Eichelberger
Kristin Portillo
MARCH 2024
Executed in Duplicate
PAYMENT AND PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond No. 9455350
We, CPM Development Corporation DGA ICON MaterIals
5 , and NOelity & Deposit Company of Maryland
(Principal)
(Surety)
antilmots _corporation, and as a surety corporation authorized to become a surety upon
Bonds of Contractors with municipal corporations in Washington State, are jointly and severally
bound to the City of Tukwila, Washington ("Owner"), in the penal sum of
One Million Forty Thousand Twelve and 00/100 Dollars
($ 1 040 012,00 ), the payment of which sum, on demand, we bind ourselves and our
successors, heirs, administrators, executors, or personal representatives, as the case may be. This
Payment and Performance Bond is provided to secure the performance of Principal in connection
with a contract dated May 14 , 20 24 , between Principal and Owner for a project
entitled 2024 OVERLAY PROGRAM , Contract No. 24-055 ("Contract"). The initial penal sum
shall equal 100% of the Total Bid Price, including sates tax, as specified in the Proposal submitted
by Principal.
NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only
upon the condition that Principal:
O Faithfully performs all provisions of the Contract and changes authorized by Owner in the
manner and within the time specified as may be extended under the Contract;
• Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men,
and all other persons or agents who supply labor, equipment, or materials to the Project;
O Indemnifies and holds Owner, its officers, and agents harmless from and against all
claims, liabilities, causes of action, damages, and costs for such payments for labor,
equipment, and materials by satisfying all claims and demands incurred under the
Contract, and reimbursing and paying Owner all expenses that Owner may incur in
eking good any default by Principal; and
O Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,
damages and costs, including property damages and personal injuries, resulting from any
defect appearing or developing in the material provided or workmanship performed under
the Contract.
The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by Owner in connection with the Project.
The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond.
No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect Surety's obligation on the Payment and
Performance Bond, Surety hereby waives notice of any change, extension of time, alteration, or
addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if
the Contract time is extended by more than twenty percent (20%).
If any modification or change increases the total amount to be paid under the Contract, Surety's
obligation under this Payment and Performance Bond shall automatically increase in a like amount.
Any such increase shall not exceed twenty-five percent (25%) of the original amount of the
Payment and Performance Bond without the prior written consent of Surety.
2024 VERLAY PROGRAM MARCH 2024
Perfor 'ance & Payment Bond C-3
This Payment and Performance Bond shall be governed and construed by the laws of the State of
Washington, and venue shall be in King County, Washington.
IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical
counterparts this day of 20
CPM Development Corporation DBA ICON Materials
Principal
Signature of AuthoriZed Official
Assistant Secretary
Title
Name and address of local office of
agent and/or Surety Company:
Fidelity & Deposit Company of Maryland
Surety
Signature of Authorized Official
By
Misty Witt,
Marsh USA LLC
Attorney in Fact
(Attach Power of Attorney)
500 Dallas St Ste. 1500
Houston.JX 77002
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.
2024 OVERLAY PROGRAM Mirth 2024
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY 111! SL 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 eollectively called the "Companies"), by
Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, ofthe By -Laws of said Companies, which
are set ffirth on the reverse side hereof and are herchy certified to be in full force and ,effect on the date hereof, do hereby nominate,
constitute, and appoint Neksty Witt , its true and lawful
agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds
and undertakings, and Me execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies.
as fully and amply, to all intents and purposes, as 0' they had been duly executed and acknowledged by the regularly elected officers of the
zuRicll 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 otTiee m 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 herchy certify that the extract set limit on the reverse side hereof is a true copy of .Arti.el.e 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/hcr names and affixed Ose Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 29th day of January, A.D. 21)24.
By: Robert D. Mnrray
Vice President
• 1)ciwn E Brown
Secretary
State of Maryland
County of Baltimore
ATTEST:
Zt MICH AMERICAN INSURANCE COMPA.NY
COLONIAL AMERICAN CASUALTY A.ND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
On this 29th day of .ianua.E-y, A.D. 2024, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and (whiled,
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, instilment., 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 instniment 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.
F' TESTIMONY \VFW R.E0F, I have hereunto set my hand and affixed my Official Scat the day and year !first above written_
Genevieve M. Alois()
GENEVIEVE N. MAISON
ISTARY PUBLIC
EALTINICRE COUNITy MD
C;01,141115sg:n Expirc5 JANUARY 27, 2028
EXTRACT FROM 13Y -LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, of any Executive Vice President or Vice President
may, by 14Titlen instrument under the attested corporate seal, appoint attorneys -in -fact with authority to exeeute bonds, policies,
recognizanees, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney-in-fact"to affix the corporate seal thereto., and may with or without cause modify of revoke any such appointment or authority at any
lirne
CERTIFICATE
1, the undersigned_ Vice President of the ZURICH AMP:RICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full Force and effect on the date of this certificate; and 1 do Further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power olAttorney and Certificate may be signed by facsimile under and by authority of thc following resolution of the Board of
Dircetors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and theattesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power .of Attorney,,,,Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be .valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the .COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 51h day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th. day of May, 1990.
RESOLVEla "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Viee-President, Secretary, or Assistant Secretary- of the Compa.ny, whether made heretofore or :hereafter, wherever appearing upon a
certifiedcopy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the sameforce, and effeci.
as though. manually affixed.
IN TESTIMONY WIIEREO1',1 have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this day of
Thomas a McClellan
Vice Presidem
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schatriburg, IL 60196-1056
wyk,vv.reonisfclairnsildyn richt . n
800-626-45.77
fr'
May 13, 2024
City of Tukwila, Washington
6300 Southcenter Blvd., Ste. 100
Tukwila, WA 98188
Misty Witt
Assistant Vice President - Surety
Marsh USA Inc.
500 Dallas Street, STE 1500
Houston, TX 77002
832-775-0287
Misty.witt@marsh.com
www.marsh.com
Subject: Interstate Concrete and Asphalt Company dba American Rock Products; Bond No.
9455350
TO WHOM IT MAY CONCERN:
We hereby give our authorization to date the above referenced Performance and Payment bonds
for 2024 Overlay Program; and attached Power of Attorney to correspond with the date of the
agreement.
Sincerely,
U3(
Misty Witt, Attorney -In -Fact
Fidelity and Deposit Company of Maryland
S .1 (..)r,,I1S, 0E11,1114E E1),„ DESRGNED, ANDDE H[.D,.
1'11111.1 00001
MARSH & McLENNANI
COM PA,111,4 1, ES
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 ofNew
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the. State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OL 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, Seetion 8, of the By -Laws of said Companies, which
are set .forth on the reverse side hereof and are hereby certified to he in full forceand effect on the date hereof, do hereby nominate,
constitute, and appoint Misty Witt its true and lawful
agent and Attorney -in -Fact, to make, execu-te, seat and deliver, ffir, and on its behalf as surety, and as its act and deed, any and all bonds
and undertakings, and he execution of such bonds or undertakings in pursuance of these pfesents, shall be as binding upon said Conwanies.
as fully and amply, to all iittents 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 al 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.
[N WITNESS WHEREOF, the, said Vice -President has hereunto subscribed his/her names and affixed thc Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 29th day ofIanuary. A.D. 2024.
By: Robert Alarray
Vice Presiclenr
Be: T)awn E Brown
Secretary
State of Maryland
County of Baltimore
ATTEST:
ZURICII AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDEITTY AND DEPOSIT COMPANY OF "MARYLAND
On this 29th day of January, A.D. 2024, before tho subscriber,. a Notary Public of the State of Maryland, duly commissioned and qualified,
Robert D. 'Murray, 'Vice President and Dawn E. Brown, Secretary or Me Companies, to me personally known to be the individuals and officers described
in and 1ia executed the preceding instrument, and acknowledged the execution of same, and being by me. duly sworn, deposeth. and saith, that he/she n. 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.
Es TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official' Seal he day and year first ithove written.
Genevieve 141..Maison
GENEVIEVE M. MASON
WilAgrPl.laUC
EAITIMORE COUNTY No
my G. J4,l 5' 2. '2.(Z
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other Like instruments on behalf of the Company, and may authorize any officer or any such
attorney-in-fact to affix thc corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
ti me."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY. the COLONIAT, AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and 1 do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of .Attorney and Certificate may be signed by facsitnile -under and by authority of the following resolution of the .Board. of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the :15th day of December 1998.
RITSOLVED: "That the signature of the President or a Vice 'President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal oldie Company may he affixed by facsimile on any Power oiAtiorney...Any such Power or any certificate thereof bearing suet)
facsimile signature and seal shall bc valid and binding on the Company."
This Power of Attocney and Certificate may be signed by facsimile under and by authority of the following resolution or the Hoard of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY 01 MARYLAN]) at a
ineeting duly called and held on the 10th day of May, 1990,
RESOLVED: "That the facsimile Of mechanically reproduced seal of the. company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretotbre or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed
IN TESTIMONY WHEREOF; I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 13th day of May 2024
;2 t
Thomas U. McClellan
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
wwwrepprtsiclailifs(&:aulich.na.com
800-626-4577
RELEASE OF RETAINAGE BOND
KNOW NI EN BY THESE PRESENTS, th
Executed in Duplicate
Bond Number: 9456901
anim Development Corporation dba Icon Matehaes
as Principal, (the "Principal"), nd Fidelity and Deposit Company of aryiand„ a corporation organized under the Va s of the
State if Ma land s Surety, (the "Surety"), are held and ft ly i.und unto
City of Tu la, thashengton
as Obligee„ (the 'Obligee"), in the penal sum of
One Meeelon Forty Thousand Twelve _ _ Dollars (..._
$1,040,012.00_),
which is 5% of the Piincipars bid for the payment of which su well and truly to be made, the Principai and the Surety„ bind
ourselves, our heirs, executors, administrators, sucLHtssors and assigns, jointly and severaliy, firmly by these presents,
WHERE S„ the Principal has by rIten agreement dated
(the 'Contract") Hth the Obligee for
202 Oyereay Program
hich Contract is by reference made a pad, hereof.
, entered into a Contract
NO THEREFORE, THE CONDM N OF THIS OBLIGATION iS SUCH, that the Surety is held and bound unto the Obligee in
the penal sum of 5% of the final contract cost, hilch shall include any increases due to change orders, increases in quantities of
ork or the addition of any new item of work.. If the Principal shall nderinify and save harmless the Obee against ioss to
hich the Obligee may be subject by reason of the Obligee's release of retainage relating to the above described Contract, then
this obligation shall be nu il and void; othe ise to remain in full force and effect,
PROVIDED AND SUBJECT TO THE CONIDMONS PRECEDENT:
No right of action shall accrue on this bond to or for the use of any personcorporation other than the Obligee named herein
or the heirs, xecutors, administrators or successors of the Obligee,
2. The Surety hereby waives notice of any alternation or extension of time made by the Obligee.,
3. The liabillity of the Surety hereunder shall not exceed 5% of the total amount earned by the Prindpai Ft no morOes are re
by the Obligee in estimates during the progress of . ristruction„
4. Any claim must be presented in writing to Zurich No th America Claims, PO
lau 2 24
DATED as of this _ day of _ May
Kristin Patric)
6
I lo
lined
37, Sc,:liatirtiburg, L (7-7,0 96.
,yr
CPM Deyeopjiient Corporation dba h Materials
By: ,
e:: Mfrk h
Title: Construction Manages
Fidelity and Deposit C rnpany of Ma land
ty /it AffOrrley-in-Fatt
(Seal)
(Seat)
ZURICH Al
CO Nt•LA E
ELITY
.ERICAN INSUR.ANCE CJ ANY
N 'CASUALTY AND SURETY C
ISIT COMPANY F
'ER. OF . TT RIE
IC .
D DE
.P0
A
'AN
II '11
KNOW ALL ON 13Y THESE PRESENTS 'That the ZURICH EWAN INSURANCE COMPANY, a corporation of the State of New
York, the COLO L A ERICA N CASUALTY AND SURETY COMPANY, a corpo •tion of the State of Illinois., and the FIDELITY
AND DEPOSIT COMPANY OF a corporation of the State of Illinois (herein collectively called the "Companies"), by
be nr.r y, Vice rcshjeirit, in pursuance of authority gninted by Article V, Section 8, of the By -Laws of said Companies, which
are set fOrth on the reverse side hereof and are hereby codified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Maly OM its true and lawful
agent and Atto.mey-in-Fact, to make, execute, seal and deliver, for„ and on its behalf a.s surety, and n its act an .deed: any and all bo ifs
id u de ..i ki , and the execution of such bonds or undertakings m pursuance of these presents, shall be as binding upon said Companies,
as fi.dly and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the re .ularly elected officets of the
ZURICH AMERICAN INSURANCE COMP . 4,TY at its office in New York, New York., the regularly elected officArs of the COLONIAL.
AMEIMAN CASUA.LTY A. SURETY CO.. PANY at its office in OwingsMHa 'Maryland., nd. t e regularly electe officers of the
FIDELITY AND DEPOSIT COMPANY OF .R.YLAND at its office in Owmi Mills, .Marylarid, in their own proper persons„
31
The s.ad Vice President does hereby certify that the ertract at forth on the reverse side hereof is a. trine copy of .Artie V, Section 8, of
the By -Laws of said Companies„ and is now in force.
ITNESS 'WHEF„E0E, the said Vice -President has hereunto subscribe,d ii/her names and
ZURIC.H. AMENA CAN DISH NCE C FA INIAL AIVIE,!1'4W N CA.SITAILT
ATY AND DEPOSIT CO A ' OF A YLA.N , this 29th day of 'January, A 1. 2024.
By: Robert. D. Murray
Vice President
;4,izovicr,
By Dawn E. Brown
Secretary
an
.Mu
and
1 re
affixed the Corporate Sea. s of .the said
A. '.1.) SU ,!!',TY C i 'ANY, anf
10"
ATTEST:
ZURICH A ERICAN INSURANCE COMPANY
COL( JEAN CA,SUALTY 00 ,ANY
FIDELITY NDDE M C M. ANY 1? ARMAND
Oti. this 29ah uy of January, A..ff, 2020, before esubscriber, a Notary Public of the State of Mary! nd, duly commissioned and qualified,
Robert „ _Mbar y, Vee Presideva Id an Thrown, Secretary of the Companies,to me personally known to be the individuals and officers described
in and who executed the preceding instrument, - d acknowledged the execution of same, and being by me duly morn, deposeth d saith, that hetsho is the
said officer of the Company aforesaid, and at the seals affixed Ito the preceding instrument 3TC the Corporate Seals of said Companies, and that the
said Corporate Seals and the signature as such officer 'were duly affixed and subscribed ID the said .instniment by the authority and direction of the
said Corporations,
IN TESTIMONY 'WHEREOF, I have hereunto set my hand and .affixed my O icial Seal the day and year find ,4tbove written.
f;euyievf AiL Air "
r GENEVVEVE, ii'"MAOd
10
pirnuc
6ALIINK:RECOUtay, MD
1101Cfsminv &Oro ,SAJAYAKif 27,. MK
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 13th day of May , 2024
Thomas O. McClellan
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, TSE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
wdww w.t portsfclaiPns@zauichn2
800-6264577
2024 OVERLAY PRCX3RAM
City of Tukwila
Pub ic Works Depot
CONTRACT PROVISIONS
FOR
2024 OVERLAY PROGRAM
Project No. 82410401
Or
id Document
MARC 2024
Prepared for:
CITY OF TUKWILA
6200 Southcenter ulevard
Tukwila, Washington 98188
Prepared by:
$ 0 M A S
3'131 EWA' AWfikte. 'Witt 4•00
Seatlia,, WA 98111
206,2$6.,i
WMPA.kpg.,13,fr
CPM Developrnent
Corporallon
DRA JCON ate.Sias
ent
MARCH 2024
2024 OVERLAY PROGRAM
CITY OF TUKWILA
6200 Southcenter Boulevard
Tukwiia, Washington '98168
TukwIIH City Council Members
Mohamed Abd i - 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
Hari Ponnekanti, PE,, Director of Public VVorks
City Engine
r
Hari Ponnekanti, P.E.
Consulting Enner
43,
p 141 A $
ARAIwoure., '0,114g. 460
.SCIMO., ON 9,612 r
j.ver .146 :1400
rrrerrr kirig corn
Approved for construction by:
Hari Ponnekanti, P,E, Director of Public Works
Bryan Still, Street Depart' ent Operations Manager
224 OVERLAY OGRA,
Signatu
Dae
CP M Developmea
Co rpo ration
D BA I0 CON NA ate ri a Is
MAR C;FI 2024
TABLE OF CONTENTS
Cali for Bids
information for Bidders
Pm.
1-2
Prooqesal P-1
Bid Schedule, P-2
Pro sal Signet Ure $1 z.et 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 C-1
Payment and Performance Bond C-2
Special Provisions SP -1
Appendices
A Standard Plans and Details,
Prevailing Wage Rates.
C Standard City Forms
2024 OVERLAY PROGRAM
CIFiA Developrnent
Corporation
DEloi ilCON Materiallt
MARCH 2024
Information for Bidders
CITY OF TUKVVILA
CALL FOR BIDS
NOTICE IS HEREBY OVEN that seated bids will: be received by the City of Ti Washington at the Office of the,
City Clerk, at Tukwila City Hall, i200 ,Southcenter Boulevard, Tukwila Washington' '98188, up to the.hour of 9730 ,.rrri.
on Tue ay April 9. will be opened and publicly read aloud t 10 00 a m, on that same bay, Tuesday, April 9
2024,
Bids can be mailed to Tukwila City Hall and must be received by 9,30 a m the, daythe bids are due QF dropped off or
Tuesday morning„ A box will also be located outside the double doors at Tukwila City Hail near the fia lJole for receipt
of bids gn,the ' cf the bid openinig from 8 3,0 a m to 9'313 a m Bids wiir be picked up, with the la,st pickup being at
exactly 9 31 a m on Tuesday April 9, 2024 based on the ,Atomic Ctock in the City's 'Clerk's Office Bids will be lc -net
and publiclyread aloud, vra Microsoft Teams, by dialing (253)292-9750, Conference ID 311 619 545 at 1000 a m
on Tuesday April 9, .1,24 for.
2 4 0"VERLAY PROGRAM
PROJECT NO, 132410401
The work to be performed withn 40 working clays from the date of Notice 'to,
equipment tools labor, and other work or items incidental thereto for
nsists of furnishing al materials.,
The 2024 Over! y Pro ram will include Hot Mix Asphalt (HMA) Overlay at several sites„ afl within the City of
Tukwila. Specific tasks shall irode, hut 're not necessarily limited to: Paving with HMA, planing bituminous
pavement, and pavement repairs; reshaping existing roadbase to improvement roadway [nage; Adjustin
surface utilities to grade; installing drain ge modifications; installing newchannelizatIon and signage; Removing
and replacing coner curbs, sidewalks, driveways, and ramps; Providing all necessary traffic control labor and
devices; And, other Reins necessary to complete the Work as 'shown on the Conk' ct Documents.
Pro sals received later than the submittal deadline wil not be, accepted The City will not be liable for delays in
delivery of pro sals due to handling by the U,S, Postal Service of any other type of delivery service FaxizeI or
entailed submittals will not be accepted
Each bid shall be in accordance with the bid documents available, free of charge oh -line through Builders Exchange of
Washngton, Inc, at lnlitpilwwwAy.yagoirriClick on '''borwa.,corn", 'Posted Projects" Public Works „ "City of Tukwila',
arid "Project zidding" 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 Vlotashington at ("425) 258-1303, 'shouild
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 Me Pubiic tAlarks Department
All bid proposals shall be subritted according to the inflormation for Bidders and be accompanied by a bid proposal
deposit in the form of a cash irposit, certified or cashiers check, postal money order„ or surety bone 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 fall to enter into such contract and furnish satisfactory' payment and performance bonds within
the time stated in the specifications„ (he bid deposit/bond shall be forfeited to the City of Tukwila,
The City of Tukwila hereby notifies all bidders that it wl affirmatively ensure that in any contracts entered into pursuant to
this advertisement mindety business enterprises will be afforded full opportunity to submit bids in res,iiinse 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
P101ect Manager rlAill1„,F43,9,01„419Yll#U19Y.
Published Seattle Times,„ March 25„ 2024 and ,April 1. 2024
Published Daily Journal March 25, 2024 and April 1 2024
CPM Deve)prnenot
Corporaton
DBA [CON 1,41aterials
2024 OVERLAY ,PROGRAM ARCH 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 car fully examine each component of the Bid Documents
prepared for the Work and any other available supporting data so as to thoroughly %miller 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 mad (if any), The availability of this information shall not relieve the Bidd:r 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: curr:nt site
topography, soil and moisture conditions, und:rground 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 co ractor
from future claims or changes due to site conditions,
See Section 1-0514 of the Special Provisions for identification of any other work that thatisto be performed
on or near the project site by others,
3, Property Issues — Permits, Easements, Licenses to Construct
AR 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 ben acquir: d are available for inspection and review, The Bidder is
advised to review the conditions of the 1. :rmits, easements, and licenses to construct, as he shall be
required to corn* with all conditions at noadditional cost to the Owner. All other rrnits, 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 otify 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 Batts, gaividApu§21420..qpwgi,flOy
and Bryce Corrigan P.E., Prygg,purion „ lolonarnugm.
Qu stions 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 responsibll: for any other explanations or interpretations of the id 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 C.N/1-.:RLAY PROGRAM
C Development
Corporation
DEVit, ICON Materials
MARCH 2024
Intorn lion for Biddors
The Contractor shall provide a minimum of 72 hours advance notice to adpcenl property
'owners in the even that the Contractor's operation will imped driveway access.
Contractor shalt provide temporary traffic control, driveway access, safe access for pedestrians,
and appropriate signing during construction
Driveways shall be accessible ,nd 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 toll coverage inspection.
6. Wages
Washington State Prevailing Wage rates apply to this project, The Owner reouires strict adherence
to, a d will monitor compliance with, applicable wage f ates, 'Weekly Cerlifi d Payrolls are
required. AH Contractors are responsible for payment of prevailing wages to all "workers employed
directly upon the site of the work" under the contract. All Contrac irs shall provide weekly certified
payroll reports that are comslete 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 ail Owner required
documentation and forms. Non-com Hance 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 $pedal Provisions)
Th; work on this contract is to be performed upon lands whose ownership obligates the Contractor to
pay State sales tax. The Contractor shall include VVashington State retail sales taxes in the various unit
and lump sum hid prices of the contract, in compliance with State Department of Revenue Rule 171,
These retail sales taxes shalt 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 actuai quantities
used, regardless of quantities stated in the Proposal,
B. Biddin NI Checklist
Ail bids shall be s,ulornitted on the exact forms provised in these Bid Documents, and fisted 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 Pr i touts, following the bid proposal
forms.
Seabed bids, for this proposal shall be submitted as sp cified in the Call for Bids. Each bid MUSt be
submitted in a sealed envelope bearing on the outside the name and address of the Bidden and must.
be clearly marked with the name and number of the project for which the bid is submitted.
BID FOR 2024 OVERLAY PROGRAM
Ali bids will remain subject to acceptance for ninety (90) days after the day of the bid op ning.
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.
'2024 flLflLA pretog. A M
D e ttcl)et opme rit
Co rpotettio n
DBA C INA ate rirtts imArat 2024
Information for Bidders
1-4
b. id Security!: id Bond — Bid Bond is to be executed by the Bidder and the surety company
unless bid us 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 use 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 condi 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 Afti avit — Must be filled in, sign ;c1, and notarized.
d. Responsible Bidder Determination F rm
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 basedon this
information,
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 inciudecl in these Bid Documents and should be
carefully examined by the idder.
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 ane year after final acceptanc4 of the Work,
The bond form included in these id Documents 11 UST 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 accep ble to the
Owner, on ACORD Forms, Required coverages are listed in Section 1-07.18 of the Special
2024 OVERLAY PRCX3RAM
CF)M Evellopment
-torporatir-tn
DBA.ICOrtl tolaterials mARcti 2024
Inform tion for Bidders 1-5
Provisions (APRA GSP). The Owner and Consulting Engineer retained by Owner shall be named
as "Additional insureds" on the insurance policies.
The above bid and contract document must be, executed by the Contractor's President or Vice -
President if a corporation, cr 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 Dertaroplirtent
Corporaturrn
BA, CON Kateria!s
20.24 OVERI„„„AN PRPGRAM .. ARCH 2024
PROPOSAL
unit
(unit price)
nem neveilopment Corpooliol
Co tractor's Name DOA ICON Materials
C retractor's State License No. ICC""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, hut is not limited to Hot Mix Asphalt
(HMA) overlay of several slices 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 boxessignal modification including
replace ent of induction loops, adjusting( 'surface utilities to grade, installing new channelization and
signage, providing &1 necessary traffic control 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 hich 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 provement in accordance with these Contract
Documents and at the following schedule of rates and pries
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 'Illociuments..
As evidence of good faith, (check one) tif"bid bond or 0 cash, • cashier's check, DI certified check,
or 0 postal money order made payable to the City of Tukwilaequal 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 shalt be null and void and the id
Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner
as liquidated damages, all as provid d for in the Bid Documents.,
Bidder shat] attain Physical Completion of all Work in all respects within Forty (40) working days
from the date stated in the wrthen Notice to Proceed. If the work is not completed within this time
period, Bidder shall pay liquidated, damages to Owner as specified in Section 1-00,9 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 Addendurn
Marcil 2024
2024 Annual Overlay & Repair Program
City of Tukwila
Project No, 82410401
Note: Unit prks lof all items, ati extensions, ami Me total amount 13dd most be s Mogi. Where con! id DOCUIS between Me
unit price and Me total amount specified Mr any item, the unit price shall prevail, and totals shaPI be crrerJed10 contorm
t ammo, Applicable sales tax shall be included In the various unit and lump sum prices, per section 147.2(1) and
WACI1155-20-171.
item No. Rem Description
SCHEDULE A
ROADWAY
3
Qty
UNEXPECTED SITE CHANGES 1
ADA FEATURES SURVEYING
RESOLUTION OF UT LITY
CONFLICTS
SPCC PLA
1
MOBILIZATION 1
PROJECT TEMPORARY TRAFFIC 1
CONTROL
ROADSIDE CLEANUP.
Unit
FA
LS
FA
LS
LS
LS
FA
CLEARING AND GRUBCNO 1 LS
" ASPHALT PAVEMENT REMOVAL
INCL. HAUL
10
CEMENT CONIC, CURB REMOVAL
'370
INCL. HAUL
CEMENT .CONC SIDEWALK
REMOVAL INCE HAUL
ROADWAY EXCAVATION INCL
HAUL
UNSUITABLE FOUNDATION
EXCAVATION INCL HAUL
C USHED SURFACING TO
1,41,
COURSE
AVEMENT REPAIR
15
EXCAVATION INCL„ HAUL
SY
F
SY
CY
6 HMA CL 1/2 P0 58H-22
HMA FOR PAVEMENT REPAIR
CY
TON
CY
2600
CL, 112'' PG 55H-27
TEMPORARY PAVEMENT
THICKENED EDGE
70
80
TON
TON
TON
380
Unit Price
$35,000 00
$3$00.00
$10,000 00
$174,00
$50,000,00
$63,000.00
$5,000 00
$3,960 00
$38.50
$16,50
$57.00
$68,00
$64=1,00
$505C
$109 00
$121.00
$161,00
$164.0O
$5.00
Amount
$35, 000 00
$3,900,00
$10,00000
$174,00
$50„000.00
63,000..00
$5.,000.00
$3,960,00
$6,775.00
PLANING BITUMINOUS
PAVEMENT
6350
21 STORM DRAIN MARKER
22 ADJUST MANHOLE
2024 OIL RI._ A R UGRAIM - Adder
36
D"Frriato
21
nrP
0*. Corporation
es,n,k1 hAtrOidtail711C!
SY
EA
EA
$8,00
$31.00
$754,00,
, 05.00
5,130.00
$8,160 00,
$12,800,00
$45,450,00
$10,900.00
$314,600,00
$11„270.00
$13,120.00
$1,900,00
$66,800,00
$1,116,00
$15,834.00
%Ella 2024
ADJUST CATCH BASIN
RECTANGULAR FRAME AND
VANED GRATE
ADJUST WATER VALVE
EROSIONW ATER POLLUTION
CONTROL
INLET PROTECTION
P-3
..........................
22 E.A $754.00 $16,588,00,
111 EA 8383.00 $4,213,00,
20 EA $ 540.00 $49,800.99
1 FA $7,000„00 $7,00000
EA $36.00 $1,332,00
$58,00 $9,860,00
$35.00 $2,800.00
CEMENT CONC, CURB AND
3,UTTIER
CEMENT CONC. PEDESTRIANI
CIJR
CEMENT CONC„ EXTRUDED ..
CURB
00 LE
24,00 $9,120,00
540.00 780 00
ADJUST MONUMENT CASE AND
„OVER
CEMENT CONC. SIDEVVAL:K
EA
C SY
EMENT CONC. CURB RA iP
TYPE
RAISED PAVEMENT MARKER
TYPE '1
RAISED PAVEMENT MA,RII ER
TYPE
PERMANENT SIGNING
4
48
:75.50 1 $3,775.00
$4,060 , 00 $16,240 00
$12.00 $576.00
X1,276,00
$29,000.00
1,392.00
$696.00
2,900 00
37 PLASTIC TRAFFIC ARROW
PLASTIC SHARED LANE
MARKING
PLASTIC SOP LINE;
22 EA
1 LS
4 EA
PLA,STIC LINE, € INCH
41
42
43
PLASTIC LINE, 4 INCH
RANT LINE, 4 INCH
TEMPORARY PA...__
vP :ENT
MARKINGS
PROPERTY RESTORATION
ADJUST FRANCHISE UTILITY
MANHO'LEIVAULT
100 L F
1290 LF
4110 LE
3440 LF
$58,00
$29,000.00
$348.00
$348,00
$29 00
4783
1,10 $1,419.00
$1 20
$1,00
$0.40
1
ADJUST GAS VALVE
Total Bid Sclhedu e
$4,932,00
$3,440 00
,912.~00
$10,000.00 ,003.00
1,740,00 $1,7'40 00
540,00
M, 835, 25.00
$540.00
Note. Deter "nation of low bidder will be based on the *Total i t Schee dile A'.
2024 4 1.A' 1' ,[R, ,„- Actle oum °1
D vek k 4Iwt,r
<<' 'Corporation
DBA 1O {` 'Ia.IIMs.
eP d 2024
2024 Annual Overlay & Repair Progra
City of Tukwila
o
ect No. 82
Par�a� 8241040
Nola. Unit prices ,- Tor u5, 'aVN fmnr,, 9h vNaown. 'Ita?rF" conflict cc.urs V3a,lwre,leirtu the aauidl, price
aae'ecJ II"ir; total a crioaao1 spocitied tear zany° it um, tine tuinol price st II prevail, and tixEll $ ,2IIalJ be carretaod"to r,nnl`r rm thereto, Applicable
files„apx s 1 Pe 11909 o uri PW various unNt and iunip SUM Races, par s?ec1lo i1-072 ij and WAC 4 -20-171.
V1nr _.n.. _ ...,.,
� �.n .� .. QVC Item �7e�e,rN�han �� LJr11.� Unit (Price Amount
P-4
SCHEDULE B S 114TH ST
ROADWAY
TINEXPECTED SITE, CHANGES
I
RE` C LISTIt” NOF UTILITY C"; A" FI.ICTW,
.PCC PLAN
MOBILIZATION
PRO.JF :T 'TEMPORARY TRAFFIC
CONTROL
ROADSIDE CLEANUP
00.00
FA 50.0
IW 7 98.00
L �n
,000.00
17„700.00
FA
$ 1, 000 00
10.00
$198,06
119,36066
$17„760.00
$1.000„ 00
650,00
E7'
88
B10
811
8112
CLEARING AND GRUBBING
UNSUITABLE L)NDAT ION EXCAVATION
CC. H.ALL.
CRUSHED, SURFACING T'OP COURSE
$1,650.66
CY 9.00
210 T N $1116.00
PAVEMENT REPAIR EXCAVATION UNCI,
HAUL
IIA CL 1,T” PG 584-22
309.00
HMA FOR P
581--1.22
EPAIR CL 1!'2"' PG'
roN
254.00
TEMPORARY PAVE ENT
$254.00
450.00
$24°360.46,
$4,800.00
" 970,00
$3 „810.00
2,540.00
AANING BITUMINOUS PAVET ENT
TORM DRAIN MARKER
170
ADJUST WATER VALVE'
EROS'IO N/IA/ATER POLL
PERMANENT SIGMNS
PLASTIC 16 TOP LINE.
T IGT
TTROL..
SY
EA.
EA
FA
LS
'42.00
$25.00
614.00
1.5001 007
,600,00
$7,140
$2.500
614.00
S 1
R20 PROPERTY F"E,ST0RAI I N
'I 500.0
Total Bid Schedule B.w°° .,......°.........m.r °.........a.........$ 204,687.00
„500.00
6,600.00
1330.00
1 50000
l” te: Determination n of low bidder will be based on, the 'Total Bid Schedule A.
4IDove 1opmen
PE, Corporation
ra A (YIN l „ tPlir t '
2024 O°117RIV_AY PROGRAM . A tier"rr'Ium #1
March 2024
Skis Submitted onc9put!rPr!rItquts
P5
Bidders, at their option, in lieu ot 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,
t3, It a computer printout is used,, the bidder must still execute that portion of the unit price lid form which
acknowledges the Bid Guaranty, Time of Completion, and aI addenda that may ,hove been issued, eto,
If any of these thingsare missing or out or order, the bid may be rejected by the Owner
The unit and lump sura prices shown on acceptable printouts will be the unit prices used to tabuiate the Bid
and used the Contract ii awarded by the (ity. In the event of conflisibetween therAwd_ unit Bid prices will
grey 'a i over the extended ITotajamices if the Bid submitted by the bidder contains both the 'form ori these
Bid Proposal sheets, and also a computer pi Mout competed according to the instructions the unit hid prices
shown ori the computer printout will be used to determine the bid,
Put this certification on the last sheet of the Bid computer printout, arid sign:
YOUR FrRIVI"S NAME) certifies that the unit prices shown en 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, printout (YOUR FIRM'S NAME)
acknowiedges and agrees that the total bid amount shown will be read as its total bid and further agrees that
the Iiinil total: id amount will be deterylined by multiplying the unit Bid price's, shown in this print-out b' the
fespootive o' 'at 0 pow:tidies showOrfin the Bid form then totalling all of the eKtended amounts_
,
Signed:
Title:C,onstructon Manager
Date:April 'LI, 2024
2024 01,TER.L.AY PROGRAM - Atteodurr.
DetvetloprrierIt
CIorpoUif
D ICON: l',„,filaterials
M MCA 20"24
DocuSign Enveope, 110! p79FF6'10-61405-4384-8t'95-775aA.9461152
P-6
y signing beiow, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum
No.
1
2
te of Rece
April dth,, 2024
Addendum
No.
3
4
Date of Receipt
NOTE: Failure to acknowledge ceipt of Addenda may considered as an ir !! Warty in the
Bid Proposal and Owner reserve the right to de mine wheth the bid will be cfisqualified
By signing below, Bidder certifies that Bidder hs reviewed th insuranc
Documents and will provide the required coverag
provisions of the Bid
The below signed bidder acknowledges that bids must be complete and submitted for the he entire
Bid Schedules. Partial or incomplete bids will not be considered.
The Basis for det mining the lowest responsible bidder shall be the 'olives* TOTAL BID
Schedule A. The City of Tukwila reserves the right to Award only Schdeule A. The City may elect to
award Schedule 1: to the lowest responsible bidder based on avail ble f nding at the time of Contract
Award.
TOTAL BID Schedule A.
TOTAL BID Schedule 0:
Note: Unit
ricesuc
for all items allextensions and the
ntries must be z‘d or entered in ink.
al
unt of bid must be shownjj,
The Surety Company which will furnish the required Payment and Performance nd is
ridelity a, Deposit Company of Maryland of 1209 Zurich Way, Schaumburg, IL 60196-1056
(Address)
CPM Development Corporation DBA ICON Materials
(Afach)
Bidder:
Si! nature of Authorized Official.
Printed Name and Title:
Address:
Circle One; Individual( Partnershi
Joint Venture
pho e No,; 296 575
Mt
Mike McBreen, Vice President
1508 Valentine Ave SE, Pacific, WA 98047-2103
Stat of Incorporation: Washington
O8 -Apr -2024
Date°
This address and phone n.trnb& w one to which ail .communications rsgardinj this proposal sh Jict
sent
NOTES:
1. It the Bidder is a cb-partherShip, give firm name, under which business is traiisaoted, proposal must be executed by a
partner If the Bidder iis a corporaWn, proposal must be executed in the corporate name by the president or Vice-
president (or any other corporateofficer amompanied by evidence of authority to sct)
2 A bid must be received on all iterris, either a unit price ou an extension 15 left blank (but riot both) for a d ltem, the
Owner will multiply or divide te available entry by the quantity, as applicable, and enter it on the bd form If there is no
Unit price or extension for one or more bid item(s), the proposal mil be rejected,
21024 ovERLAyIPROGRAM Addendum 41
march 20241
AD
ENDUM NO, 1
City of Tukwila, Washington
2024 Overlay Program
Project No: 82410401
DATE OF ADDENDUM ISSUE:
DATE OF BID OPENING:
April 4, 2024
April 9, 2024
NOTE TO ALL PLANHOLDERS:
This Addendu No. 1, containing the following revisions, additions, deletions, and/or clarifications, is
hereby made a part of the Plans and Contrilct 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
submitta
CONTRACT PROVISIONS
Proposal Pages:
DELETE Proposal Pages P9 - P21 and REPLACE with, the Attached Proposal Pages P1 - P15.
2. Contract Specifications:
DELETE Divisuon 10 (SP 87 -SP 96) and REPLACE wUi the Attached Division 10 (SP 87 SP 101)
Contract Pian 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 adden um with the bid package. Failure to provide this written acknow$edge may result in
disqualification of the Bidder's submittal.
Sincerely,
David Baus
Project Manager
City of Tukwila
Receipt acknowl dged, and conditions agrejd to this 4th day of April 2024
Bidder
2021 Overlay Program
[Development
Corporation
1:43A Wiaterid[s
Add Qnclurr
DowSign Envelope. ID 079F1:670 -6F0.5 -4384 -8F95 -7788A9461152
BID SECURITY
P-7
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in
the form of a cash deposit, certufi,®d or cashiers check, or postal money order in the amount of
dollars ($
—OR —
Bid Bond: The undersigned, CPM Development Corporation DBA ICON Materials (Principal),
and Fidelity & Deposit Company of Nlaryland (Surety), are held and firmly bound unto the
City of Tukwila (Owner) in the penal sum of Five Percent if 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 irs accept;d and Principal shall duly make and enter into an Agreement with
Ciwn r in accordance with the terms of the Proposal and shall furnish a bon for the faithful
performance of said Project and for the ezyment of all persons peilotrrJing Ilabor 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 id Deposit or Surety shall immediahly pay and forfeit to Owner the
amount of the Bid Bond, as penalty and liquidated damages.
The obligations. of Surety and its Bid Bond shall be in no way impaired or affected by any extension
of time within which Owner may accept bids; and Surety does hereby waive notice of any such
extension.,
Signed and dated this 8th day f APIll
CPM Deveo ment Car
kit /Me
lure of Authorized Official
oration DBA lCON Materials
Principal
Vice President
20 24
Fidelity & Deposit Company of Ma land
Surety
Mike careen By
A
Title
Name and address of local office of
agent and/or Surety Company:
2024 OVERLAY PROGRAM
dendum
Kristin Portillo
mey in Fact (Attach Power of Attorney"
Fidelity & Deposit Company of Maryland
1299 Zurich Way
SchaumbosaitL 60196-1058
Mach 2024
71,,Ricit A MERK:AN INSU AN( E IllOMPANY
COIAINIAL AMERICAN CASUALTY AND SUREFY COMPA
FIDELITY AND IMKPOSIT COMPANY OJ 'MARY LAND
POWER OF „VIFTORNEY
KNOW ALL MEN RV FF. PRE Thar the 7.1lRICH AMERICAN INSURANCE CON1P.A N"Y. a corporation of the Slate of Nov
York, the (01 NM Al A mERICAN (ASIIM ,TY AND SI !R IV COMPANY, a corporation of the State ofillinarts, and the HOEI.-vrY AND
DEposiT CON1PANY OE 4A RYI...AND a corporation of the State ittl Illinois (herein collectively called tlie "CCimpantes"), hy Robert 11),
Murray, Vice ,Presteleril„ in pursuance of antliortry granted by Article VSection 8., of the By -Laws of Shid Companies, which aresiat forth on
die reverse
sick hereof and are' hereby certified to be in force and effect on the date hereof, do ,hereby nominate, constiltute, and apim
Kristin PRTILLO, SAIS4111 L. DEVANEY and Mar,k EICHELBER,GER, all of Pacifie„ Wa,shingron, EACH, as hue and
lawilal agent and Allorney-in-Fael, make, execute, seid 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 dha ICON MATERIALS, Pacific,
Washington„ each in a penalty. not to exceed the sung of $0300,000, and the execntion ranch bd bondsin pursuance ()Idlest
preSenta„ Shan be fis binding upon said Companies,, as fully and amply, to ntent$; and purpo.ses, as if they had been duly
executed and acknoviledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its
alike in New 'York, New York., the regularly elected officers, of the COLONIAL ,AMERICAN CASUALTY AD SURETY
COMPA-NY at its, dfliee in Owings Mills, 'Maryland, and the regularly elected officers oldie FIDEI.IIFY AND DEPOSIT
COMPANY OF MARYLAND ai its office in Owings Mills, I'vtairTy land., in their own proper persons.
The said Vice Pl7t51,1trpl. does hereby certify Mao the e.xtraet set C'nih on the reverse side hereof' is a title enpy of Article V, Settron
the 1.3,,y4„mitpos ell said Companinis, and ia gar)* in :force.
woNEss witERE0117.,. tre said Vazi-President .1).0 lido:unto sulascribed r,ais/bur names and affixed the Corporate Seals or the said
ZURICH AM E RI CAN INSURANCE COMPANY, COLONIAL ,AME RICAN CAS U ALTA S CRETY
C(YMPANY „ until FIDEI „ITV' ANDO EP OSIT COMPANY OF ARVIANIJ 1is 25th day' nflarniary, A.O. 20(22,
liv: Rober, D. Murat
i'rosititmt
Dawn EH Brown
Secretary
.ArrEsr:
ztuRiCti AME ICAN' INS( IRA NCF COMPANY
COI OM A it AMERICAN CA Mt ALIA' ANI) SURETY COMPANY
FIDELITY A.NR DEPOSIT CC/Mt-ANY OF NUARYLA,NII
Mate riiNturytanci
Canary air Radii MO re
On it i5 25th day of A D. 4d41,. before, the subscriber. a NOta!'y Pubne of the Stale of Maryland, duly conantseinneu „and aualifica, Robert ID,
Murray, Vire President and Dawn E. Brown., Secretary of the Corn pen i& u c p lIkintiM11 to be file. indiv Omits trid officers detteribed in and echo
accouted the, pc acedin.g insts urnent and at knowlzdtatit Me execution of same, and biting, tyv me duly swoin,„ dr nil and midi kiherlieSdd officer (AI
PIc Cloninatni oforrisaid. and that the led 11.affixed to the pitatiting i netturnato are the C,orporitte, „,Seals of srl lid Companies, arid that the said Corporate SailIs rgl
the signature as such onkelwore, duly iithrtud and sulys,cp. died to the silid inizroment by the earn and dOcer ion of the mid Corporations
TIN TEsrnmoNY WIIEREOF„ I bare hereunto set my hand and affixed my ITIficial Seal 'Me day and year first atknot vattien
1lariboo
gmory NUN,.
vl
Comnipabon npittg 5411M10.., 30., 24112)
„A, tillacanti city cif; this bond eau ernfirind ni bndhdtor.zukhns com r 4110-5594790
Proposal (continued) P-6
Surety companies executing horOS must appear on the current ,Authorized insuronoe List in The State of
14i,ashington per SaCtiOn 1-02_ 7 of the Standard Specifications„,
ClttM Devetoprnettit
coii!'"pOra.tttta
D iCOPti Materials
Match 2
20241 O ;;;;.
VERLAY PROGR • Adlerolurn L2
DociaSign Envelope 110: 0791:F57D-6F05-4,3 .4-8F95j788A9461152
P-9
NON -COLLUSION DECLARATION
STATE OF WASHINGTON )
) ss
CO NTY OF KING
The undersigned, being first duly swarn, 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, enter td into any agreem nt, 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.
Signed and sworn to before me on this
Signature of Notary Public in and for t
My appointmentoiipko: 02/01/2025
,,zietc2r, .iler
SEAL
. .,
!Y tiOTARy o\ li
1 puBuO / i
Op ''',GfrIlk
No, WA, 0,0
To report bird rig , rholivities ced:
CPM Development Corporation DBA ICON Materials
Name of Firm
rioduakimrd,
Mitt n
'ignatik
Vice President
Title
day of AprO
Mike McRreen
ath
tate of Washington, residing at Aigona, wash' i2:2
y
0
:
WendHa
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:#0 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid
rigging, bidder collusion, or oth,r fraudulent activities should use the "hotline" to report such
activiti s.
The 'hotline" is part of US*OTs 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 PR,C.IFR AM — Addendum #1 Mara 2024
P-10
RESPONSIBLE BIDDER !DETERMINATION FO
M
Attach additional sheets as necessary to fully provide the information required
Name of Bidder: CPM Development Corporation DBA ICON Materials
Address of Bidder: 1508 Valentin
Ave SE
Pacific
City
Contractor's License No, IICONM"982CF.
tilsi shi ng t, on
95047-2103
State
WA State UBI No 601-006-854
yup Code
Dept. of Lad
LicenseLconse orid Registration No, 8876949 Worker's Comp. Acct. No. 70i7400
Bidder is a(n): 'IN Individual 0 Partnership, 0 Joint Venture 63/Incorporated in the, state of WA
if Out -of -State Corporation, has Bidder complied 'with WA Corporation laws? YES 1111
List business names used by Bidder during the past 10 years if different than
SEE ATTACHED
Bank Reference bank of America
Bank
No, of regular full-timc; employees: 125+
Year
Lois D, Marshal
Account Officer
VO:
NO
(800), 325-6999
fficer's Phone
Number of projects in the past 10 years completed: 1/4ahead c schedule 75% on scheduIe
0 behind schedule
Total value of contracts in hand (gross)! $ 71°'549,194
Bidder has Ibeen in business continuously from ...1,960
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 caving, aggregates, road construction, and grading.
List major eiduipment anticipated for this project state whether Contractor -owned, or if it will be
rented or leased from others,.
SEE ATTACHED
2024 tDVER LAY' pri0C3RAM kideridum #1
Mara 2024.
T
A CRII COMPANY
PAST COMPANY' NAMES
The current business name, ICON Materials, (dna of CPM Development Corporation)
has been in use since January I, 2002. The company was formed April 1998 W purchase
the assets and continue the operations Of MJ Segale, Inc. a Washington. Corporation
since 1960.
CPM Development Corporation DBA ICON Materials Jan. , 2002 to Present
ICON M ateri alshic. june 2,000 to Dec 20111
Oldeastle NW, inc. d/b/a Segale, Inc, April 1998 to June 2000
M. A. Segalc, Inc. Startup 1960 to April 1998
t" Description
Axle Pup Trailer
3 Axle Pup Trailer Tans
_...... Axle Pup
up Trailer Trans
AY Ile Pup Trailer Transfer
2 Axle Pup Trailer Transfer
4 Axle HitchtC
Pup Trailer
poster
1 B.. .._.._ c
w/iPiratle �
IDetachable Lc
wboy Trailer
Side Dumps
1 Grave Hyd Crarwe 40 Ton
1 Pettibone Hyd Crane 35 Ton
1 Tyrrwco Sweeper
1
John Deere Dozer
10
4
4
CP f Development Corporation DBA ICON Materials
Major Equipment Detailed List.
Model IModei Yr I Age Condition
eerless
Reliance
1
2
Reliance
P1el ante
urdyweld
5turdy'weld
Superior
Superior
Trail Kung
RT740
RT35_ ..,..
Ca�rIBAH
J D650LGP
JD Backhoe L,andscraper 21, LE
CAT Off -Hwy ..w....� . .._ ...._..._ _ ....._._
Dump Trucks 77:318
CAT Dump Trucks, 7738
CAT Off; Hwy Dump Trucks 773B
CAT Off -Hwy D....rm ...
up Trucks 773E
1991 25 Good
2007 Gaod
2006 10 � cad
2005 11. Good Cdwn
2012 Excellerwt,,,. Ow..
201016 101 Good t3wrwrrw
Own
On
Own
2010
2010.
2007
19801
1976
2007
2005
6
Excellent .Own
ExcellentM Own
Good Own
36.. 0cwod �0wn
40 ;Good l0wn
9
ood GDwrw
1..
God Dawn
1.998 18
1993 23 Good Own
1990. 26 Good O'Jwn
1.981 35 Goad Clwn
2003 13.... -Good.,,,,,... Own
1
CAT Grader 140H 2004 Very Goon Own
1 Ptahco Grader 140H 2004 1 'Very Good) Own
Hitachi Mini Excavator S0 2005 1. Very Good Own
1 0`at
Backhoe 420 2013 5 .. Excellent Own
70 Int, & Operation Vehicles Various 2016 2 Excellent own
reightliner Dump2005 Truck FLO/TM
... Fr ., �.,.. ....
.._Good .., �......n
,
ei htliner Dump TruckFLD/TM0Good Dwn206
4reightliner Dump Truck FLO/TM 2007 9 Good Own
1 Kenwnrth Dump Truck T8008 1.997 19 Gorki Own
Mack Dump Trucks 8 6885 1998 .18 Good Own
rn
2 Lectern Star Tractors 495/D5
495
Dump 49F/TM 2012 Cxc client Own
2 �:,°D5. 2007 9 Good Own
2
Western Star Lowboy Tractors 9!905 2010 6 Excellent Own
2 dnternatiorw�al Distributers Bearcat 1995 21 Good Own
1 B��aad' Widener:...... ... ..w..m didland., m,, .._....... 2006
1 P1oadiTec Shuttichuggy 582500D 2006
1 Weiler Transfer Machine E285d 20 1.7
1 CAT Paver AP1055B 2003
1 CA Paver AP1B5SE 2012.
1 CAT Paver AP10155D 2008'
CAT Paver APSSSE
201,0
1. CAT Paver AP555E 2016 2, 0.1wn
12
71
Very Good Own
Good -TOw n
8xr,ellerwtLease...., �.�
rt,
Good Dwnrn
ExcellentM
Excellent ;Own
Excellent Own
Volvo Paver
CAT Grade Rollers
Hypac Pneumatic Rohrer
PF61;10
CS563C;
'56'08
20
tj9
"3i
7
Excellent
Very Good':..
Goad
'Good
Own
0 wn
10wn
1
5
1
writgen milling Maanne
Truck Scales Re, (2 Portables)
,Auburn Asphalt Plant
Seattle Asphalt Plant
Complete Crushing: Plant
Cal Excavator
1 Cat Excavator
1 Cat Excavator
1 Cat Mini Excavator
1 CAT AC Roller
CAT AC Rolle rs
1 CAT AC Roller
1 ,CAT AC Roller
VV1200FT 2001 17 Very Good lOwn
30 to 150 Ton :Excellent rOwn
Gencor Very Good Own
StanSteel/Gencor i Very Good Own
Metso/ICI Excellent Own
32011R 2010 8 Very Good Own
345D 2011 7 I Very Good Own '
3360
2011,
305E
2013 5 Excellent Own,
7 Very Good 'Own
'CB224B 2007 11 Good Own
,,—
CB24B 2016 2 Excellent Lease
C 24B 2017 1 Excellent Lease
C 34B 2016 2 Excellent I Lease
CAT AC Rollers, (15 Ton) CB54 2016 2 'Excellent Lease
1 CAT AC Roller (15 Ton) iC854XVV 2013 5 'Very Good Own
1 CAT AC Roller (15 Ton) CB434D 2012 6 VP ry Good Own
1 CAT Minl Excavator
305E 2013 3 IExce1nt Own
2 3 Axle Tilt Trailers Dump Trk 199 17 Good Own
i Trail King 1999 17 Good
Own
1 3 Axle Lowboy Trlr lTrailKing
1 2 Axle Lowboy TrIr
1999 17 Good Own
CPM De Ve 10 PM eat
Gorporatbrt
DNA, CCirq materials
espansIb1e 8ldder D termination Form
p-11
List th sup rvisory personnel to be employed by the Bidder and avaUable for wort( on this project
(Project Manager, Principal Foreman, Superintendents. and Engineers):
Nam
Bill Johnson
Steve Nelson
Lauren Worrel
Jake Webste
r e
Ti
Construction Stiperintendent
Paving Manager
Paving Superintendent
Paving, Foreman
How Lotto With Bidder
35 Years
4 Years
5 Years,
10 Years
Tyler Townsend Project Manager 10 Years
Name the Surveyor to be used on this Project who will directly su ervise all surveying activities,
Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor
licensed in the State of Washington (a PLS)? Yes No
Surveyors Na e: American Surveying & Environmental, LLC.
'
Li all other anticipated subcontract rs idd r nds to us on this project. Indicate previous
experience working with th se firms, if any.
Subcontractor
Cascade Utility Adjusting
Ground Up Road Construction, Inc.
Northwest Traffic, Inc.
Specialized Paviiment Markings, Inc.
Transportation Systems, iric,
No of Previous
Contracts
Worked with,
Bidder
Adjustinglutiliti s 10
Milr 10
Permanent Signage 10
Permanent Striping
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 aftachi‘d prilprinted project listing must include ail this
information Bidch r must hav at hest 10 yearsexperience working on projects of similar nature
and size.
Year Contract
Project Name Cowl 11,ated Amount Owner/Reference Name and Phone
SEE ATTACitEpii__
!'2024 ,OVERLAY PROC3RAM Addend:in #1
CPM Development
Corporate,-
DBA 1COP, ..aterials
March 2024
Provided 1:0 Builders Exchange of WA, ing.. For U150,50 Centhtians cement see www,hemacom - Always Verity Scal
American Si & Enyironrne taL LLC
rud 54APApeorg A CormAltAA11,
!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 manaer 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 maoping„ 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
survey,s, 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 performi g 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 highw,ays, He is highly capable and has the
experience needed to si uitaneously manage multiple projects from be Jnning to completion
with accuracy and attention to detail and the ability to maintain required project budgets and
time constraints.
ln 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 Ulterior, 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 96027 • Tel, (425) 881-743
Fax (425)881-7731. iii/ww,ara Ticank-encon6„tering met
Pag* 5A
C)evelopment
Corporatim
DBA. corl aterials
4± 44
AIM..00AT
OW 0 10011
IA,INA WA
Cly E0U00 Woo,
00,d 44 441/44, V4A,
6y, )0
.CWWwW,9490
On' INAWY,
44±4 pot CO
,ssos losssAss
sossm.s tosums ssr %sem simosecss. t*, 4418191
GWV,,WGGI
4'4 '4444,
C'9148E1,4441 444AG,0
rd,ohdi.
4±44 CADI4 104: P-
60.0,000, 1,,,,,000 6,www;
Ugliow .011011110, 01010,00
19 '448 isokessssi Loss,' 444/ 84
1.1110011.4 4,4914004 44±44' '±'4 FAWN,
1444444441± 44/44 ±4 cirodowo
WOW. l4,,444 44
awl Waft CwiffrW,
1,44,4 4401 646 ,o41±l± .1.1,11,001 010101.1
44±44 44 19
LIcwokarr wow% ,Auldhlv
1444 4,4 48144 14'
y,!Iriorww, '1110W c',..wwg,
1444444 44'
rwwwWw, I.WwW,
044ft14 Comae* 1. 0',
1,.1101101) 44984± Cu..,
,1,0102,4 000000.11 Goankpovorm W WW1wWWWWK. WW.wl .8,1941
44 448±4± Akky4,61
,www,
'4, 8, 4.0010.u4
Gto±4 mown. 000,x±410 740l11 8,1M0
44 w0 P 00000 %FAN
r0v ?0,0400.4 n
gi.nnexemv 040
ity Sgm 00k rm
.E0100,044,1 „10 Swwww 484444480 P0060,
Ld,6(
404 404 '±03 11,..11011118,0111A ,hE
C4114PRO., 4, 490,j
14114 0h44, VOA ,GGIZN Palm Got 441M4
COv IWO*
WA.
944 44'' 44±1
444±42 '4444'
GIG4G.104900440
016,0
zap 1,0p, tE,
1,448,8 4444,44444,
Ett 2413 11.V.1 Fr.o.wy,
Cwwwl.ww PSYMI(11 ri4MAI8/4
11066,
LSIMMILIJ 441418 1M. n4,01,00.0
Swor,G $(),D 04> 11:412,494 4'00 0000iofy 10E,
1j,±9,2,4,
GLOGEIMAG
19/0 7/00 C0,00,01,
41441 Fulley (40
li..tarfe, 0001041 C.44110E4
4101Ge44 44,4 '±448 E.11410011
1,50,44W. 44W8*'0.1,
mn,wwo 9, 44 119 ww 2r,),493,44V9 QR.
8144484 ,
44444 81 C10/100,
giortrold,
•1!48.4 844
1P00011,
t ,E01.11,1,112
Admp.olow44
142nOlu18o444!i 41140.00.0441 .0E4000 ir0045,,,,,000 WRA4 1.6
11/0004, 0 04 001,8448109004110
16844P± 44! EGG,GGGi M.;GG;GAFGOGOVIA 11.0,01191..v.4,0/000
44ai00,0, CriTynOv
N14*. 1111.10,0014000.100.
EE,E1,04, 0000
8ww.4.84. qWWWw. c.wow4r„
1.401,4W,
•GGGZG Poilw
10.01,0100
150. Rww, 44
44Ai9/•14,100,1M
Etna.. Vetrylawtt., 'teak ..:,ytepoi 94.70 DI:2N1 44 49, 144 AK
00,C0e44 gAwmim 6,01,9mE9061,
1.0.11k. VVA 011-. "'9'"'" la D. 44 , .2Ar Imwo 101E,
100.. 000E:0.
1111110 011 FEW,. 0000014, hem4 44/44 44, 9,9! 1910/44
0rrox ,, 44 4444,,,WWCW,Ow
8,' 01
44 4449' 9A010,10 9±84,$W,,,,At (4 4444,44 WWW WWWitl W.W4444 $1WWWI: L',14> 4±4±449 444/
04,111.1.1011000, 9.4 411,00.01611, !110,,114'
448W40,1444 O8I1044110elli .500CI"M Seri. 70;77
114,
4,44 8,8 VGA
1110 0 0 11000
Oty OGGI
014,4,040
SOW. (rn171,0,C.,4011t.,,,
VV04,0'0.140/444
Omoom ir,WAwn.
10111110,111 Vef,
1S01,4010,
GE 40 0 4, 0 II Er
11041.00,10111 C1191,01111 0.404
1114411.71,00 1444446 14
Wh.W164'4444Cwolvw Wrow krIloWg MA 013'44/ zri44 soss oss
rFa41±rn.w,.:W49441 Www.,
94 .41±44611,411,14, 1110,111 :01,110400111,,e44 4,4000 :10 010...4'9 EVEIM21 "11.3
±41' ±4 P,44(1V0144., G444,114,
kAlant E4,o.10.04 .t0,4,40 Bam110
;4NZ.1 40,01 Chd.V104,1 00,140 148.111E1)C1' 1,10 1;00$ 444' M.00! 40,0, Nr
0.* ik0h
54,0 'OW 11.001103:0E1 A8t401.. r'orv),(,•0,5 Efi43,444, :1440 4,00 ±44
mwrkw W4Ww
wrwo mowv 44449. 01,474
001,
GRUPkaim00,0Y±9 FWWwwwwdi SoWN Awww 1l 444Whwto E.9.r 21i4, 444>4T.49W.17,1 P,dt!
444,1' 4440 WAr 4±44, '4414
44 Pwro .1.640
(00, Woo.
ISE N,5,0,11,, (p11
Mno,o)pl
440*442411 IVOING OP MAJOR 141ro Arm a, fl'1 3023
421424222 2244220
NAKRI, P4011044
214O2 24,40414'.0;;'4A VON 120/11,,
C:14¼1 4412424, 40
FIrvg /14 Y41:
um; 414,44,4
Ruby. ,14,01
44444, 'OR
11,441, Ruovilivi
2,2,2 2214
L2422aMr0 CRY, VYRy PTO* 24 41
20:.!
44
P242242422424 244 2442)42
Su*, "Ovorm imogwrgvlo fAitoRy fprw,gf.44)402,4
•Iram!YR, e42ligg43
!„116,22 C RANO!, ICaN,VAIRY
1 2224, 011,Nra
EACIEMINK 2.440110 f.0 MIN%
L0s90 11,;.,4124el 24oo'ne,24
.0,11plek111 4)oi09,
44 1/24
22 '22222 42,
C64
4419br2W2 1,44 44 2222 0ere teltervu Co", kla
RAYON*, %,C., 2Y.C, dk011d 1441412224414242424ocv
t41,11491,1, VVA ',n24,, 2214 n11,4¼iwit
y
21 4,4
41 (o LW 4.1124 Roralf04244244490
711.1,M2 424 44 444 , AYURYINI P!RRNy
Cleadneton P. P644,, O'h..* 0,W 6
SCA: AV,
r0,0 '140
sr ',414l4) 1011
*RR RS, !AVIV, VC. r242
501'101, .E111,10,4
'24444422 ,!41441 22'. 414404,1 Nen
A.,4114,
22)4124242 24va44ue420, !IX, ,Y00"
CYNNY,Y,R,,,, 104 142..0t +41,NO 22 SYYN ROY/ I 421244 42
24019111,1 24224 iog re06,4 24', 2224 ania, 24 42ve.0:,22421
4/,2424,,,,,,,,C5OfliinVS11,0, C:0 InE 12244444
4292244)22 VINY fig 42!I44N1,3 62470 1$4,41,
owovar E-.40441,120OZ,N,24 V Ktrl %00,94itrn ,1:06whilxons VV rere,7 e '24224 244)2421
522424 WVA NEU Hug, :CCM Akohmk P00,5, VA!, .co, NCR14 '0 221
MEM.
42 21 02, 2Onig,
'222 '2 WY! !IIC p'errekf 'Hwy YRZOCII MIS RICYC,4.auk I'Y!!
Val II 0,40! 4,(4NYAYIkuly, Nom, CiewutRRII/2,244, %CYR!, !any
'4) 102424 2)424) 24 422704220 vez IIRtrno Cu,
nc.0 ut,e442
144,11,12% (4242
l/4)l4i0.,,24424
l
Skfta 0142
CRY 1 2.'2')' (4
Encrvcc, 101f
24N Crnr,totle T,1 2444 442244' 2442
430 24 Atufmn
209f, PI,NeuRRIcni
221222' '2C440,42464. 42124 22 422 Rwaolt ,*
0011M40,01, 422 014,,to Nog ON 4 1":14440,44 .5!
2'
1,JW2144
ExamalAm Pmeffrp CaleAN,
CONyuldr. Coy:0,R24
Markd1
.402.2 r..00
At,r ne.„01r P114 .041.w24
VY CY RORY CRRY 03,1),1 Fria,
alida2241,
0,211,11a,
2 224'24124 24442) ICYTY
!Army ,R1,,Rryce
1r.4441144 10144644
Ay, "rw,
221 4141,1434)! YIraiy, YR,
['WO,. WOO We,
3.11IIIARY,57,44/) 44 4224N,
Crwr4 j14'.11,
Adiehe 44 2222. 22 VCR, MO 111,34107: Rei
WOVI 422AYohltI1R010,00.0!IIYIN14! COCA 11:4. kkflAbmk, Igmliptaoh
444,10 Phipi.rjP 42424 404424ekAr 0,06.d42w,
4'Mu2424ip.q441.2n•5444)1 !!",II4 9,144 0*,,,114,01X6 .•bmiffl-Taq: 44, ,,444(94 IAN.
g440112 4124 44'
44,04, Wdio4*YIg41.0* CYPIN
ydaysiMuy 449.0
Anhori P I42 E,XAVAINAt
21IP11.122411 V.4.6401.,
22VA1119
4,22 ‚4
'14,414144 41144,40).
0024? 4)41) '1/,1 44,44, M.AT
22 '4 4224 b244,4,11,41,1.
urriL 7614, IV 1(4' 02
erouphi
41222214) 2442', TYIy 44 tyy!,
GPM Developr"nent
Corporatio,ri
ICON N4aterials
444094,4431464444„
444441,44.44A9AIN,.:44
444444 144440
5144.4,
41
1444/4444 V404,4440
1444.4114.4 4.1,14411641 4444444404,14541 .04444.444',144, 44, 4424
0 °JAW, , fkOoll , ,,,,WN 44 4444 ,..t.
.., ,4444760..fl (0.849414 ,,;,..,,,M, .4444 4444n,I.,44,, r ,7". MIA 4141:4 4.',14A,' ACT ,,,,,, 'ON
E,C,41410644,, Poww 4.444144
1.44044. 1,444, 044 '444444* ,44.494 A .4341 1
4444 444.140.4444 l,,,,,i,op,,,,, FM, 4441,4,, g14eau14,0 44 )91
,,,,,,,,,, ,,,0,4141,, r 14/ 44,44411
A,,,,,,,ir C,,,climi, CI, 44,44244 ,' 4444 44rA:44,44
IN,v6p11,4 '00, ,,,,,I,,,, Dm:444q 6,,,,,,S, 0 It 444444'41'44m4;4444 44'SW 101,44 kV ,440 4,,,,, 4, 4 %,.'.1 1414 Rat ,i11,
A,,, 4.4444,4444 4,444444e , .444,447 F 0,110
Suirmr WA, 4 E.11444 4444 P.4444,14,,4141414, 7,1,4,,,,1,11 i,,,,,VINR,) $1144 947 brIcn AA 44444 4444' A44 ,4,4
84,6ipV.414,,, ,f 444414 44 f AN vpi 9., IA 44440 ,
!lam Ar WA DIA ,,,,,,,de BO V1111.1,Arr $1010A 01,,' it,Q,0"4,, A ,,,, vet 1,,,n01,19 KM 40 44,4AKA,: ,,,I)144:4:7,,, .,,,4, '19,,
4444',,
1144;4474 XS 4234 RAi 01,0,4
'144'
,4#49,4, u,44, WA, M44.414',". 94,4 ST4 2.4fE AA, 44,
4,44`4444
444/
44444
41414 1440
4444!(NNW .9
..11V
9,0' 4444
74 I 00444 RiOuhing Ownko
r 4444 , 44*44744444
A
4,414.4 AlkyArati 4.9 4441444 454,../ 444 61, 45;640
414144 /04441LAMM,
4441, 44 4444044 44 Amp,
.4 4444 4 AU. 4;444 I pt
,* er11,,,, 40100 (RmoN.,,
'40 441414,044, 4944' 44444 4114 1444444 M" 4'n
414410444 .444
4 44444' 44484
Par P rook
4014,4667502 20,!,
,42,2244 444444 .444444,,
42,11:144231 44,440 304 ,1441.14 734 Ato
/4*4, 44444844114 4!rllllll 4444' 4444 4' 44 4144,,,114 14,,
44444449/44 4'?4,!4ri roxforp Pkge , bern q 174 ,,[11 n
4444440 A 449, e,'.0301411,1
l,,, 444449444
DOT .1,03.114*11 1944 4404,44444
:S1449440. WV, 'AiAniA Par 44' 41 4, P !;444444, .211E ,smme,
.44 44404 Lwreowt,, 9444444,441A
04049 V4401,444 WA 44444 4;14444 Ardfilttirk 4,144446 44444' 49 1,4 2E10 05
44,4444 4494
4444194941,49 L8',44,'
14m,v,v4 COPIC1101,,,
EI,Ogr,4044 44444 444 4,944,44444
4414 44004 444444 4444444,4 44,04,414 444 4744 • W44
,.447444
4,4446.44444, 4144 44k,440e, 444041 444.6 5444940 Ion 211,40,R 3,,,p46
A444,4! 4.4441 4444440m
A 4414,44 4 444
47 AN, AN y 144444, 414
.4444,0 WA 'AN;ItrorA AEA WV 44,4404,0404 4 4514q,
0,444,4414444414Emnomogo
FIAA444 Q:444y r,,,,,
14,11, 4144444,41 MIO 04464 !447544444,' A*. 444444,41, PE
4444 j 44 .Kro. 40,41,1' 0,,,,,i, 41. V.,,,.1.04i ,A44 263 4444M,C,, Prow 44..
0,141,144, 044,44,44. 4441444444'
Alamkig„
r;47 9444,44 44 447(7 44 4.44444W 444A 47 44 44481 54,44,44 FAA
444044 Py011,049 44,44o 44444414 1444 4* 944
14,44444444444444444844,4
44(644444444, Of .7, 444 AA, Alert irarra4an loyald 441,, 4414 10444,44 sansim nita.a0u060
km RN: 4444 4414 NIAt,,,Ok 4331 4:44.4 441 2.ZE ,21042,42, R..
coo, pNrepot WP4,474K9101 ,
44444 A44, :44 4444(44AW,40)
cr040.44,,,* WNW. VD 1,409t ,4110.024 51401
4,414.444„ 4444, 4444 4041,44 Pirrow
A CoOp Proponumw
PPPPIrpr, 444. .704 00,,11184
'444441,40 044144 44
0'!44414 wit J,44 ',44,4414 444
41.460 AAA 4,44A14444
4, IMAMS ^.',.411 425 4414 '44,'l
$60,37
S4,00,94 *VI 444!41.14 !:4,4„
44949 4444, '49114
0,0,111 ak,
4419,m, 44.4 44 44 44441, 44448444,444 441444k 44444202
4444,44 pm, 8444
1414 040 WI 4,4 444414 44444 1444444 FR 444491 4,4444A499A 1414444,441
CA4,4444 '044 70 4414 494. A 4441444, 14440444C
Hour
751 NA 4246 14,
449411:.154 41444444 i„44044,
A,A4.4% '4,M 7 V14 &RAMIE 4,044,
Nor
, prA, Oar. or 44,
Pht49,1 Y411.49?
9444419 4199 999119999'61.99401'4 PRDJECIS Thrim 202$
99949
1.44
999,41
0,tlyn1 Tear..OA
,roknato,'00,
999 44 9999 9, 9 9.999
Oaf
V.H0,1!gr 1,9944.:4upc„.p,T99114 etr.044,99994
999'91999999,
9941
(.imafort F.11.011P1
9' 99 9N941
9. .41'Jl 41445,14,1*191
ANo INvIr
2016 co., woo* *999 999 04909 99'
9, 94499 I ,VOTe C.::,17.111944,.r, NOM
9994 117Mil!IE CMO TALI'
EMIE4,6441.1, F110,1,0,9999 99
-1,06M ,ANATO, AM,
01199 W917 99' 4551,15L
EVAIMOM 012,4191199 99 99
49999 94199
Ogran, g.94+9 41 WI' tNN,r, 'HO
999999 *9
99 ,l9999 w000w NoNy
9999Co,:1;046,99
,,S,QP010
2y,ye.,9.31:117gi99
Souroot
lih1:01,25t tV1.49 B0,945 9999
9491, 99 name .'ibumino,*119
99 994499 'OM Vja 341.431a 'sat,*99
oNN
99444 9919 9999 .9' Ptio,
()PM Developmerir
C';orpo ration
[A3A, ICON Materials
Responsible Bidder Determination Form
P-12
List all projects undertaken in the last 10 years which have resulted n partor final settlement of
the Contract by arbitration ar litigationin the courts:
Name of Client and Proect
Contract
Amount
Total Claims Amount of
Arbitrated Settlement
giratedi of Claims.
We (ICON materials) were involved with litigation against our subcontractor duet°,
S boo or's, daira9e to prperty,
idder, 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?
liNo 0 Yes If yes, gwe details:
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no
contest, or ben 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, plod guilty, pled no
contest or been convicted of any illegal restrains of trade, including collusive bidding?
riNc 0 Yes if yes give ,detaits:
Hs Bidder ever had any Payment/Performance Bonds called as a result of its work?
No 0 Yes If yes, please state:
Preect Name
Contractinct Party
Bond Amount
H s Bidder ever been found guilty of violating any State or Federal employment laws?
No 0 Yes If yes, give details:
2024 OVERILA"Y'' PROGR,AM Adoendurn
C;(7)rr,lcpraliclri
DBA 1(;(24,4, Niaterials
March 2024
Responsible
!dder D&terrnination Form
Has i'zikider ever fileji for protection under any provision of the fed
insolvency laws? No ID Yes If yes, give, details:
P-13
ral bankruptcy laws or state
Dies the Bidder owe any delinquent taxes to the Washington State Department of Revenue?
No 1:71 Yes
If yes, does the Bidder have an approved payment plan with the Washington State Department of
Revenue?
flNo 0 Yes
H'.* any adverse legal j tgment been rendere
Nc 0 Yes If yes, give details
geinst Bidder in the past 5 years?
Has Bidder or any of its employees filed any claims with Washington State Workman's
Compensation or other i2surance company for accidents resulting in fatal injury or dismemberment
in the past 5 years? I'No 11 Yes If yes, please state:
Date
Att:ch additional sh ts as nee
Agency_Receiving. Claim
The undersigned warrants uniier penalty of Perjury that the foregoing information is true and
accurate to the best of his/her knowledge. The under igned authorizes the City of Tukwila to verify
all infor ation contained her-16in.
Signature of Bidder
/
Title: Construction lViana
20 24 OVERLAY PR 'OGRAM Ackjendurn
Date:
gth, 2024
APIrl
r
DE3/1",,, I CON PO
rk Ec
M a rah 2024
DocuSigoEnvelop 079FIF67D51; 1-4384.8F95,7788A94611152
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
P-14
Labor to be us
di General foreman, avin' foreman, su erintendent t side
screedman, roller o erators, eneral laborers, excavator o erator, traffic centre
flaggers, TCS,
2024 )VLA PROGRAM Addendurn #1
11
CPM Development Corporation
DBA ICON Materials
Name of Bidder
kik VtU M kNlicEreen
Signature of Authorized °mca(
Vice President
WO 2024
Qty
10
4
1
1
CPM
escription
3 Axle Pup Trailer
3 Axle Pup Trailer Transfer
Axle Pup Trailer Transfer
3'
Axle P .�.....
Pup Trailer Transfer
3 axle Pup_._....
Trailer Transfer
4 Axle Pup Trller
evedopment Corporation DBA ICON Mat
Major Equipment Detailed gist
Model del Yr
Peerless 1991
Booster w/ Pirtle Hitch
Detachable Lowboy Trailer
rde
Dumps
Grove Hyd Crane 40 Tran
Hyd o „,�__
Pettibone
Crane 35 Too
'Sweeper
lnhn Deere Dozer
Twn,c
•
lt� Raclahoe l andscraper
CAT Gaff -Hy Dump Trucks
CM Off -Hwy Dump Trucks
1 AT Cuff -Hwy Durrio Truwcks
1 CCT Off -Hwy tournp'Trucks
1' CAT Grader
1 Raltco Grader
1
Hitachi Mini Excavator
1 C.at
Backhoe
70 Operation Veltrcles
1 P'reiwhtlinerw Dr...
f„ ump Truck
5 Preu htliin�er Dump Truck
4 Freightliner Du
rnp Truck
1 Kenworth Duurnp Truck
1 hack Dump Trucks
2 "stern Star Duurnp Trucks
1
1
1
Wwstern Star Tractors
astern Star Lowboy Tractors
national Distributors
Read \ r'i'dener
RrmdTec Shutt lehug y
NAleller Transfer
CAT Paver
CAT Paver
CAT Paver.
CAT Paver
CAT Paver
Volvo Paver
CAT Grade Rollers
Hypac Pneumatic Roller
Reliance 2007
Reliance 2006,
Reliance
Stuurdyeld .�
2005
2012
Stuardyweld 2006
Superior 2010
2010
Superior
Trail King
RT 40
ltT3.5 ..
3....
,JDSCLGP
210E
177313
77313
773
773E
r1 OH
SOZ'T'S
42
ri014
f LVA/TMI
FLD/TI .............
FV_D/TNN
ITBOOB
R06885
49F/T
495/05 ...._
4900SA
Bea r
I Cat
Midland
S132500D
...........................
E2850
AP1CS5
AP1155E"
AP10'5D
APSSSE
13
AP55E:
,.
P E G 11 p
C5563C
056013
2007
1980
1976
2
2003
20114
2004
2005
2016
2015
2006
207.
1997
1998
2012
2007
2010
1995
2006
2006
7
2012
2003
2010
2015
2009 ..
1995 ....
20131.......
ll
Age „, 1G?wrtdrrr n
25 Good
9 Good
10 Good
Own
IOwn
j O w m
Good Own
Excellent Own
'Good Own
Excellent_.. Own
Excellent....., Own
Gored w i
36 Grund
4Gwod
Good
d
23
26
35
14
14
1,3
•'.
n
n
Good Cin
Gond Own
Good Own
Good Own
Gond Own
Very Good l Own
'VeryVery ._
Good Own
Gond
ry Own
Excellent Own
2 Excellent Own
1.1 Good Own
10 Good Own
9red Own
9
Good
Good
Excellet
Good
Excellent
21. Good12. ,Very Good Own
12 Good Own
Own
G'n
Own
Own
Own
Own
15
6
10
23
Excellent Lease
Gard Own
Excellent : Own
Excellent
Own
Excellent ....__ Own
Excellent Own
Very G od.. Own
'Good
.... Own
17 U Good
1 Writgen Milling Machine W1200FT
5 Truck Scales (2 Portables) 30 to 150 Ton
1 Auburn Asphalt Plant Gencor
1.Seattle Asphalt Plant sransteellGencor
1 Complete Crushing Plant Metso/JCI
2001 17 Very Good Own
1 Cat Excavator
3701.1R 2010
1 Cat Excavator 345D 2011
1 Cat E xcava tor 3360 2011
1 Cat Mini Excavator
305E 2013
CAT AC Roller C82248 2007
CAT AC Rollers CB24B
1 CAT AC Roder
1 CAT AC Roller
2016
Excellent Own
Very Good Own
Very Good Own
lExcellent Own
Very Good Own
7 Very Good Own
7 Very Good Own
5 Excellent Own
Good Own
Excellent Lease
Excellent Lease
Excellent Lease
2 Excellent Lease
CB24B 2017 1
CB34B 2016
2 ICAT AC Rollers (15 Ton) CB5413 2016
1 CAT AC Roller (15 Ton) CB54XW
1 CAT AC Roller (15 Ton) C84.34D
1 CAT Mini Excavator
2013 5 Very Good Own
2012 6—IVery Good Own
.305E 2013 . 3 Excellent Own
2 3 Axle Tilt Trailers Dump, Trk
1 2 Axle Lowboy Trlr flail King
1 3 Axle Lowboy Trir TrailKing
1999 17 Good Own
199 17 Good Own
1999 l 17 Good Own
CPtil Deve[oprnent
orporation
URA ICON KAat.erials
PROPOSE SUBCONTRACTORS
CPM Development Corporation
Name of Bidder
4$111, LI 0 Ao.1
P-15
In accordance with ROW 39 30 060 as. amended, every bid that to s $1 rillIlkoh or more shall include below the
names of the subcontractors with whom the Bidden 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, ROW: and
electrical as descriitd in chapter 19.28 POW, or to name itself for the work The trdder shall not list more than one
subcontractor for each category' of work identified, unless subcontractors vary with bid alternates, io which case the
Bidder must indicate which ;subcontractor will be used for which alternate, Failure of the Bid er to submit as oast of the
bid thenames of such subcontractors or to name itself to perform such work or the naming of two oir more
subcontractors to perform the same work shall reg 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 ,erformed by idder
Name
NOT APPLICABLE
,Iihmnrmrnrrrmarrnmnrrninnnnnn
2021 OVERLAY PROGRAM Addendum #1
Schedule/Bid item Numbers
contractor witi ierform
CPM Dwain, ament
' Corporation
DBA tC N Materials
% of
Tota i Bid
Marti 2024
Pl...Pliidetd. to, Builder, AtchArigo of WA, Inc For onage Condi t ions Agreement Hee Hyvo „ bxwe„ eote - Wayerify Bcaa
CP DEVELOPMENT CORPORATIOW
, MaHC141,14,)KKO,',
- "
d 1011
flJwAa
HELENA SAND
& GRAVEL
/4 COON el)rilkhlilf
mopig
JCON
.1.111.E•Met
WENATCHEE
EAHE ilmwm.
cgua =maim
CERTIFICATE OF AUTHORITY
Please be advised, that, the Individuals whose names, titles ,ardsignatures appear elow are a uthort2ed
Th execute proposals, contracts, bonds, and other documents and/or Instruments On Ihe ha of CPM
Development Cor rra lions, db,a ICON Maters. !cow materials is a CPM Development Corporation trade name.
NIIMAI01,4
Michael McBreen, 'Vice President
Mark Eichelberger, Consuuction Manager
Chris
ib Williams, 'Operations, Manager
STATE OF ' IGTON )
) ss.
COUNTY OF SPOKANE
Respectinlly submitted„
CPM DEVELOPMENT CORPORATION
Susan L. Devaney C„)
Assistant Treasurer & ,Assistam Secretary
On this day personally appeared before Me St sti L. Devaney, known to me to be the person that;
executed, the 'foregoing instrument, on behalf of CPM Development Corporation, 4: la ICON and Is and
acknowledged said ifiilru i ant to be the and voluntary act of said CorpoistiOn for th uses and purposes therein
mentioned.
SUBSCRIBF
and sworn
o before me this
' day of Moo
111.641,,trich
Signature ofNataty
MICHELLE M WELCH , ;'.. j1' L,, ..,..,,I 1,1g, , ' etAkeiN
,I JAW PUBLIC COMM, EXPRIES NOM 7,, 20 ' tere or 7.,cype Name ofNotary
STATE OF 'WASHINGTON MAM RY Pu LAC in and for the SMof Washington
2022
DOMMISSION NO. 78431 My commission expirJJ
es on 01111,„„„?1,
An Equa i Opportunity El ' r
5111 F3o.
Po. Box
Office; 05
Spokarta May, WA 21
Spokane WA 220-33
4221 Fax: (509) 538-3051
Certificate Of Completion
Envelope, id: 070PF6706,F05435148F957788A9441152
Sulbjecit Complete with DocuSign: Authorized Signature Pages
Source Envelope:
Document Pages: 4
Certificate Pages: 1
AutoNav Enabled
Envelopeld Stamping2 Enabled
Time :Zone, (DTC -05::00) Pacinc Time (US & Canada)
Status Completed
- CITY. CF TUKWILA - 2024 Overlay Program,pdt
SigrialureS: 4
Initials: 0
Record Tracking
Status Original
410/2024 6:4.47 AM
Signer Events
mike mcbreell
michael,mcbreenOna.crh corn
Vic President
CPM DEVELOPMENT CORP D A INLAND
ASPHALT
Security Leven Email, Account Authentication
(None),
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
In Person Sinner Events
Editor Delivery Events
Agent Delivery Events
intermediary Delivery Events
Certified Delivery Events,
Crbon Copy Events
Witness Events
Notary Events
Envelope Slimmer/ Events
Envelope Sent
Certified Delivered
Signing Complete
Completed
Payment Events
Holder Kristin Portillo
kristin.portillo@lconmaterials.com
Signature
IfientetliOnaid
Mkt, iltdortuk.
---Fwvommo
Signature Adoption: Pre -selected Style
Using IP Address; 50,1231E7,114
Si
nature
Statu
Status
Status
Status
Status
Signature
,SIgnature
Status,
HashedEncrypted
Security Checked
Security Checked
Security Checked
Status
DocuSign
Envelope Ori,girrator:
Kristin Fortino
42 Fitzwilliam Square
Dublin, Dublin 2 002 R279
kristin.00rtilio@iconmaterials corn
IP Address: 1/3160.252.5
Location: .DocuSign
Tirnestamp
Sent: 4/8/2024 847;54 AM
Resent 4/812024 2:03:33 PM
Viewed.: 418/2024 311,25 PM
Signed: 41R12024 3:11:38 PM
Timestamp
Tim stamp
Tim stamp
Timestamp
Iltnestemp
Timestamp
Timesta p
Timestamp
Timestamps
418/2024 8:47:54 AM
4/8/2024 3:11;25 PM
4/8,9024 311:.38 PIM
4/8/2024 3,11:38 PM
iirileStairrips