Loading...
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