Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
ICON Materials
1 • 1071`f(-2S i 7 /A CITY OF RENTON OCT 14 2025 RECEIVED CITY CLERK'S OFFICE ICON MATERIALS A CRH COMPANY SEALED BID PROPOSAL 1508 Valentine Ave SE • Pacific,WA.98047-2103 Oakesdale Ave SW Pavement Preservation -SW 34" St to SW 16"' St, CAG-25-278 Fed Aid #STBGUL-1277(002) Deliver: Tuesday, October 14th, 2025,at 11 AM City of Renton Renton City Hall 1055 South Grady Way Renton, WA 98057 • 1 t Project No.: CAG-25-278 Contract No: Contract Provisions Award Amount: Award Date: 100% Submittal Award To: OAKESDALE AVE SW PAVEMENT PRESERVATION Federal Aid #STBGUL-1277(002) City Project # CAG-25-278 tr a II -+asp r r. _ s "-'1 "• Federal .11 s ti7. fir.• t ii, Reserve �.�� \��i I N '.. r Y \ A Abskn Seattto 1 Ka�sm 4 ,;.;. Bmk _ Attunes Sounders +ie�Permanent"' ; l y '•� ' Volume 1 of 2 General Bid Information: �`��i,N w,ti ti:;. Builders Exchange of Washington, Inc. //�' �a r (425)258-1303 i I" City Contact: Keith Woolley,(425)430-7318 jr Consultant Contact: Brett Schock,(425)896-5229 it 9zoit92ls fri1sTP.µ.P,j`' GNAL v''' A r d for Bid...._�� 1�1i t.�'+-wit /9/ 08/28/2025Prepared by: City of Renton Date Approved for Construction transpogroup 'Wr City of Renton Date Public Works Department '.5ett3, Transportation Systems Division 1055 South Grady Way, Renton,Washington 98057 CPM Development Corporation DBA ICON Materials i t Project No.: CAG-25-278 Contract No: Contract Provisions Award Amount: Award Date: 100% Submittal Award To: OAKESDALE AVE SW PAVEMENT PRESERVATION Federal Aid #STBGUL-1277(002) City Project # CAG-25-278 T 7..p. J[r/�_ - "rk i v Boeing Federal .` ; , t S�. Reserve Alaska Seattle Kaiser i , ..� .._ _. .. . ._ ... Airlines Sounders "'s Permaneat ,j'i°" - '" =;..., .. Volume 1 of 2 General Bid Information: Q}s.<04 AA �o Builders Exchange of Washington,Inc. P` c). (425)258-1303 - ti City Contact: Keith Woolley,(425)430-7318 Consultant Contact:Brett Schock,(425)896-5229 p p201192199 c{ Approved for Bid 08/28/2025 Prepared by: City of Renton Date Approved for Construction tra nspogroup adr' City of Renton Date O\S Y 0, Public Works Department Transportation Systems Division DF N 1055 South Grady Way, Renton,Washington 98057 CPM Development Corporation DBA ICON Materials 5 7 CITY OF RENTON Oakesdale Ave SW Pavement Preservation SW 34th St to SW 16th St Table of Contents VOLUME I I. INVITATION TO BID II. INSTRUCTIONS AND CHECKLIST FOR BIDDERS 1. Instructions and checklist for bidders 2. Summary of Fair Practices Policy, City of Renton 3. Summary of Americans with Disabilities Act Policy, City of Renton III. PROJECT PROPOSAL (SUBMIT AS PART OF THE BID) 1. Project proposal cover sheet 2. Proposal 3. Schedule of prices 4. Local agency certification for federal aid contracts (WSDOT 272-040A) 5. Non-collusion declaration (WSDOT 272-0361) 6. Subcontractor list (WSDOT 271-015LP) 7. Proposal for incorporating recycled materials into the project 8. Contractor certification, Wage Law compliance (WSDOT 272-009) 9. DBE Utilization Certification (WSDOT 272-056) 10. DBE Written Confirmation (WSDOT 422-031) 11. DBE Bid Item Breakdown (WSDOT 272-054) 12. DBE Trucking Credit Form (WSDOT 272-058) 13. DBE Bidder Questionnaire (WSDOT 272-022) 14. Proposal signature page 15. Proposal bid bond IV. AGREEMENT FORMS (SUBMIT WITHIN 10 DAYS AFTER NOTICE OF AWARD) 1. Agreement 2. Contract bond to the City of Renton 3. Fair Practices and Non-Discrimination Policy Declaration V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS (FHWA 1273) VI. SPECIAL PROVISIONS VII. WAGE RATES VOLUME II - PLANS CPM Development Corporation Contract Documents DBA ICON Materials Page 1 Oakesdale Ave SW Pavement Preservation September 2025 S 2 City of Renton Contract Provisions for Oakesdale Ave SW Pavement Preservation I. INVITATION TO BID CPM Development Corporation DBA ICON Materials Contract Documents Page 2 Oakesdale Ave SW Pavement Preservation September 2025 \T Y s c + + r N-f o+ CITY OF RENTON - CALL FOR BID OAKESDALE AVE SW PAVEMENT PRESERVATION SW 34TH ST TO SW 16TH ST FEDERAL AID # STBGUL-1277(002) PROJECT NO. CAG-25-278 Sealed bids will be received until 11:00 AM,Tuesday, October 7,2025 at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, USPS, FedEx, or UPS delivered bids will be accepted. Please include the bidder's name, address, and the name of the project on the envelope. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 11:00 AM,Thursday,October 9,2025. Any bids received after the published bid submittal time cannot be considered and will not be accepted. The bid opening meeting can be accessed via videoconference by: • Clicking this link to join the Zoom meeting: https://us06web.zoom.us/j/81984014027?pwd=eKY2C4JWVyVusfL6tpmZusUby0x7gg.1 • Using the Zoom app: Meeting ID: 819 8401 4027; Passcode:469118 • Via telephone by dialing:1-253-215-8782,followed by 81984014027#,,,,*469118# • Zoom is free to use and is available at https://zoom.us/. Approved Plans, Specifications,Addenda, and Plan Holders List for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com.Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future Addenda and to be placed on the Bidders List), contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. All Bid Proposals shall be accompanied by a Bid Proposal deposit (certified check or Surety bond) in an amount equal to five percent(5%)of the amount of such Bid Proposal. Should the successful Bidder fail to enter into such Contract and furnish satisfactory performance bond within the time stated in the Specifications,the Bid Proposal deposit shall be forfeited to the City of Renton. The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A,Office of the Secretary, Part 21,nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively insure that in any Contract entered into pursuant to this advertisement,disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit Bids in response to this invitation and will not be discriminated against on the grounds of race,color, national origin, or sex in consideration for an Award. The improvement for which Bids will be received is described below: Construct the Oakesdale Ave SW Pavement Preservation project.The work includes but is not limited to: resurfacing the roadway along Oakesdale Ave SW from SW 34th St to SW 16th St; installing bike lanes; updating channelization through restriping; upgrading intersection ramps to current ADA standards; adjusting or CPM Development Corporation Page 1 of 2 Publication-Call for Bid-CAG-25-278 DBA ICON Materials g c.y Y o�. + + 4)�NIO evaluating replacement of existing features affected by resurfacing such as monuments, catch basins, or drainage grates;temporary traffic control; property protection and restoration; and all other Work necessary to complete the Work as specified and shown in the Contract Provisions. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available 9/16/2025. Plans, specifications, addenda, and the plan holders list for this project are available online through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects","Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List"). Bid documents will also be available at http://rentonwa.gov/bids/under "Calls for Bids". Should you require further assistance,contact Builders Exchange of Washington at (425)258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. A certified check or bid bond in the amount of five percent(5%) of the total of each bid must accompany each bid. Women and Minority Business Enterprises (WMBE) are encouraged to bid. The city's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Questions about the project shall be addressed to Keith Woolley, Public Works Department, at 1-425- 430-7318 or k_wooltey((IenLon_wa.gov. Jason A. Seth, CMC, City Clerk Published: Daily Journal of Commerce: 9/16/2025, 9/23/2025, 9/30/2025 Seattle Times: 9/16/2025, 9/23/2025,9/30/2025 CPM Development Corporation DBA ICON Materials Publication-Call for Bid-CAG-25-278 Page 2 of 2 t City of Renton Contract Provisions for Oakesdale Ave SW Pavement Preservation II. INSTRUCTIONS AND CHECKLIST FOR BIDDERS CPM Development Corporation DBA ICON Materials Contract Documents Page 4 Oakesdale Ave SW Pavement Preservation September 2025 INSTRUCTIONS AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Wages. This project includes federal funding. The State Prevailing Wages and Federal Wage Rates in effect at time of Advertisement are provided in Appendix A. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. b. Traffic Control and Hours of Work. This project is on an arterial roadway in the City. Traffic control and the safety of the traveling public will be paramount. The Contractor will be required to keep lanes open to traffic during the day per the construction channelization plans, except when approved by the City during intersection closures. Night work may be required to meet the construction schedule; at night, additional lane closures will be permitted. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: a. Submit questions in writing to Renton City Hall —Transportation Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Keith Woolley, or b. Submit questions via e-mail to: kwoolley@rentonwa.gov. The subject line should include "Oakesdale Ave SW Pavement Preservation". c. No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. Payment for this work will be made in cash warrants. CPM Development Contract Documents Page 5 Oakesdale Ave SW Pavement Preservation R Corporation September 2025 DF3A ICON Materials 8. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time bids are due. The following documents shall be submitted with the bid. 0 Project Proposal Cover Sheet—The form included in these Bid Documents must be used; no substitute will be accepted. 0 Proposal—The form included in these Bid Documents must be used; no substitute will be accepted. 0 Schedule of Prices —The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the 9 extension column. © Local Agency Certification for Federal-Aid Contracts. C Non-Collusion Declaration —The form included in these Bid Documents must be used; no substitute will be accepted. Local Agency Subcontractor List—This form is available at https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and complete the form to include with Bid. The DOT form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. 121 Proposal for Incorporating Recycled Materials into the Project—The form included in these Bid Documents must be used; no substitute will be accepted. Ii Contractor Certification,Wage Law Compliance — Responsibility Criteria, Washington State Public Works Contracts—This form is available at https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete, print, and sign the form to include with Bid. The DOT form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. d DBE Utilization Form—This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted. CPM Development Contract Documents Corporation Page 6 Oakesdale Ave SW Pavement Preservation DBA ICON Materials September 2025 Oct DBE Written Confirmation Form—This form is available at https://wsdot.wa.gov/forms/pdfForgasila html The form included in these Bid Documents must be used; no substi kevi accepted. DBE Trucking Credit Form—This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted. G1/ DBE Bid Item Breakdown Form—This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted.El/ Proposal Signature Page - The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non- / responsive and the Bid will be rejected. ® Proposal Bid Bond —The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 10. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. ❑ Agreement—The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. ❑ Contract Bond —The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall 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. If an attorney-in- fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. ❑ Fair Practices Policy Affidavit of Compliance - The form included in these Bid Documents must be used; no substitute will be accepted. ❑ Certificates of Insurance —To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1- 07.18 of the Special Provisions. The City of Renton shall be named as "Additional Insureds" on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. CPM Development Corporation Contract Documents Page 7 DBA ICON Mater, ' September 2025 Oakesdale Ave SW Pavement Preservation CITY OF RENTON SUMMARY Of FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry;sex;age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES- The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS- Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7 th day of March , 201_l_ CITY RENTON r RENTON CITY COUNCIL Denis Law, Mayor until President Attest: ul Bonnie I. Walton,City Clerk `a ��'+r!luNNu i n m�itt��•` CPMI Development Corporation Contract Documents DBA ICON Materials Page 8 Oakesdale Ave SW Pavement Preservation September 2025 CITY OF RENTON SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY ADOPTED BT RESOLUTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to ail citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All 'activities relating to employment such as recmitmeat, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staC og requirements,and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this pokey (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, r,+oa+lrants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor Council President Attest: City Cleric CPM Development Corporation DBA ICON Materials Contract Documents Page 9 Oakesdale Ave SW Pavement Preservation September 2025 City of Renton Contract Provisions for Oakesdale Ave SW Pavement Preservation III. PROJECT PROPOSAL CPM Development Corporation DBA ICON Mater;..,i:, Contract Documents Page 10 Oakesdale Ave SW Pavement Preservation September 2025 PROJECT PROPOSAL Project: Oakesdale Ave SW Pavement Preservation Federal Aid No: STBGUL-1277(002) City Contract Number: CAG-25-278 Company: CPM Development Corporation DBA ICON Materials Address: 1508 Valentine Ave SE Pacific, WA 98047-2103 Phone Number: (206) 575-3200 Fax Number: (206) 575-3207 Total Bid Amount: $ 1 ,806 125 00 (Total of Bid Schedule) Contract Documents Page 11 Oakesdale Ave SW Pavement Preservation September 2025 1 � PROPOSAL Rio Oakesdale Ave SW Pavement Preservation TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned(Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents,for the Total Bid Amount shown on the attached Schedule of prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of(check one) ' bid bond, or ❑ cashier's check(made payable to the City of Renton), or ❑ postal money order(made payable to the City of Renton), in an amount equal to five percent (5%)of the Total Bid Price, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures,and notaries. Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352. Bidder hereby agrees to complete the Physical Work in all respects within 60 working days. Contract time shall begin on the first working day following the Notice to Proceed date. CPM Developrk-, ,_ Contract Documents Corporation Page 12 Oakesdale Ave SW Pavement Preservation DBA CON Mate-- September 2025 PROPOSAL (BID SCHEDULE—Oakesdale Ave SW, SW 34th St to SW 16th St) Oakesdale Ave SW Pavement Preservation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item Spec. Description Quantity Unit Unit Price* Amount No. Section 1. 1-05 Roadway Surveying 1 LS $12,000.00 $12,000.00 2 1-05 ADA Feature Surveying 1 LS s4,300.00 s4,300.00 3 1-07.15 SPCC Plan 1 LS $ 165.00 $ 165.00 4. 1-09 Mobilization 1 LS $26,200.00 $26,200.00 5. 1-10 Work Zone Safety Contingency 1 FA $11,000 $11,000 6. 1-10 Pedestrian Traffic Control 1 LS $ 3,700.00 $3,700.00 7 1-10 Traffic Control Supervisor 603 HR $ 90.00 $54,270.00 8 1-10 Flagger 48 HR $77.00 $3,696.00 9 1-10 Other Traffic Control Labor 1205 HR $ 82.00 $98,810.00 10. 1-10 Construction Signs Class A 126 SF $ 20.00 $2,520.00 11. 1-10 Other Temporary Traffic Control Devices 1 LS $3,400.00 $3,400.00 12. 1-10 Sequential Arrow Board 1315 HR $ 1.00 $1,315.00 13. 2-01 SP Clearing and Grubbing 1 LS $3,167.00 $ 3,167.00 14. 2-02 GSP Removal of Structures and Obstructions 1 LS $21,700.00 $21,700.00 15. 4-04 Crushed Surfacing Top Course 315 TON $61.00 $19,215.00 16. 5-04 Planing Bituminous Pavement 41500 SY $4.20 $174,300.00 17. 5-04 SP HMA CL 1/2" , PG 64-22" 4866 TON $1 07.00 $520,662.00 18. 7-05 SP Adjust and Replace Utility Lid 4 EA $1,100.00 $4,400.00 19. 8-01 Erosion Control and Water Pollution Prevention 1 LS $3,494.00 $3,494.00 20. 8-01 Inlet Protection 64 EA $33.00 $2,112.00 21. 8-02 Seeded Lawn Installation 19 SY $ 8.00 $152.00 CPM Development Contract Documents—Addendum#2 Corporation Page 13 Oakesdale Ave SW Pavement Preservation October 2025 DBA ICON Materials PROPOSAL (BID SCHEDULE-Oakesdale Ave SW, SW 34th St to SW 16th St) Oakesdale Ave SW Pavement Preservation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item Spec. Description Quantity Unit Unit Price* Amount No. Section 22. 8-02 SP Topsoil,Type A(8"Depth) 5 CY $92.00 $460.00 23. 8-33 SP Synthetic Turf,Complete 1660 SF $16.00 $26,560.00 24. 8-22 SP Plastic Crosswalk Treatment 9979 SF $19.00 $189,601.00 25. 8-04 Cement Conc.Traffic Curb and Gutter 159 LF $62.00 $ 9,858.00 26. 8-04 Extruded Curb 4256 LF $20.00 $85,120.00 27. 8-04 Cement Conc. Pedestrian Curb 121 LF $47.00 $5,687.00 28. 8-09 Raised Pavement Marker Type 2 6 HUND $900.00 $5,400.00 29. 8-10 SP Traffic Separator with Flexible Delineator 59 EA $290.00 $17,110.00 30. 8-14 Cement Conc.Sidewalk 65 SY S122.00 $7,930.00 31. 8-14 Cement Conc.Curb Ramp Type Combination 2 EA $3,500.00 $7,000.00 32. 8-14 Cement Conc.Curb Ramp Type Perpendicular 7 EA $3,500.00 $24,500.00 33 8-14 Cement Conc.Curb Ramp Type Parallel 1 EA $4,000.00 $4,000.00 34. 8-14 Cement Conc.Curb Ramp Type Bike 4 EA $650.00 $2,600.00 35. 8-20 SP Traffic Signal System Modification- 1 IS $53,000.00 $53,000.00 Oakesdale Ave SW&SW 27th St 36. 8-20 SP Traffic Signal System Modification- 1 IS $40,000.00 $40,000.00 Oakesdale Ave SW&SW 20th St 37. 8-20SP Traffic Signal System Modification - 1 LS $32,000.00 $32,000.00 Oakesdale Ave SW&SW 16th St 38. 8-21 Permanent Signing 1 LS $24,000.00 $24,000.00 39. 8-22 Remove Pavement Markings 1 LS $ 3,800.00 $3,800.00 40. 8-23 Temporary Pavement Markings 1 LS $ 10,320.00 $10,320.00 41. 8-22 Plastic Bicycle Lane Symbol 40 EA $370.00 $14,800.00 42. 8-22 Plastic Traffic Arrow 38 EA $370.00 $14,060.00 Contract Documents-Addendum#2 CPM Development Page 14 Oakesdale Ave SW Pavement Preservation Corporation October 2025 DBA ICON Materials 2 PROPOSAL (BID SCHEDULE—Oakesdale Ave SW, SW 34th St to SW 16th St) Oakesdale Ave SW Pavement Preservation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item Spec. Description Quantity Unit Unit Price* Amount No. Section 43. 8-22 Plastic Traffic Letter 14 EA $105.00 $ 1,470.00 44. 8-22 Plastic Stop Line 330 LF $ 12.50 $4,125.00 45. 8-22 Plastic Crosswalk Line 1100 SF $ 11.00 $12,100.00 46. 8-22 SP Plastic Shared Lane Marking 2 EA $380.00 $ 760.00 47. 8-22 SP MMA Profiled Embossed Line 42000 LF $3.60 $151,200.00 48 8-22 SP MMA Crosshatch Marking 6000 LF $7.00 $42,000.00 49. 8-22 SP MMA Crosswalk Line(Green) 1300 SF $20.00 $26,000.00 HY 8-22 SP MMA Transit Box(Red) 980 SF $20.00 $19,600.00 51• 8-22 SP KCM Red and Yellow Curb Paint 90 LF $ 5.40 $486.00 Total Schedule (Oakesdale Ave SW, SW 34th St to SW 16th St)* $1 ,806, 125.00 *All applicable sales tax shall be included in the unit and lump sum Bid price per Section 1-07.2(1) and WAC 458-20-171. CPM Development Corporation Contract Documents—Addendum#2 l-`BA ICON Materials Page 15 Oakesdale Ave SW Pavement Preservation October 2025 Local Agency Certification for Federal-Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment. or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying." in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than S10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed S100,000 and that all such subrecipients shall certify and disclose accordingly. CPM Develoornent Corporation SR DBA ICON `materials DOT Form 272-040A EF U712011 Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. CPM Development 5H Corporation DOT Form272-0361EF DBA ICON Materials °"201 Washington State VA/ Department of Transportation Subcontractor List Prepared in compliance with RCW 39.30 060 as amended To Be Submitted with the Bid Proposal Project Name Oakesdale Ave Sw Pavement Preservation CAG-25-278, Federal Aid #STBGUL-1277(002) Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation rebar installation. heating, ventilation and air conditioning, plumbing as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below The work to be performed is to be listed below the subcontractor(s) name If RCW 39.30.060 requires a proof of license,the license number of that Subcontractor is required. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is listed below to perform such work,the bidder certifies that the work will either(i) be performed by the bidder itself, or(ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name G & G, Inc. (and License Number if required) Work to be performed Bid Item#'s: 18, 35, 36, 37 Subcontractor Name NOT APPLICABLE (and License Number if required) Work to be performed Subcontractor Name NOT APPLICABLE (and License Number if required) Work to be performed Subcontractor Name NOT APPLICABLE (and License Number if required) Work to be performed Subcontractor Name NOT APPLICABLE (and License Number if required) Work to be performed * Bidder's are notified that it is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work even if the installation is for future use and no wiring or electrical current is connected during the project CPM Development DOT Form 271-015 Revised 06/2025 Corporation .Previous Versions Obsolete• DBA ICON Materials Agit APWA-WA Division 1 Committee rev. 5/13/2022 Proposal for Incorporating Recycled Materials into the Project In compliance with RCW 70A.205.700, the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. �G Proposed total percentage: percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03. 1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: CPM D lop ent Coration DBA ICON Materials Signature of Authorized Official: Date: October 7th, 2, 25 Washington State V/ Department of Transportation Contractor Certification Wage Law Compliance - Responsibility Criteria Washington Staa0Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: CPM Development Corporation DBA ICON Materials /Name of Contra r/Bidder- Print full legal entity name of firm By: Mark Eichelberger Signature o /'authorized person Print Name of person making certifications for firm Title: Construction Manager Place: Pacific, WA Title of person signing certificate Print city and state where signed Date: October 7th, 2025 Form 272-009 082017 Ik ViWashington State Disadvantaged Business Department of Transportation Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected.An example form has been provided on Page 3.The successful Bidder's DBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1, CPM Development Corporation DBA ICON Materials certifies that the DBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.) Box 2: Oakesdale Ave Sw Pavement Preservation CAG-25-278, Federal Aid #STBGUL-1277(002) Column 1 Column 2 Column 3 Column 4 Column 5 Name of DBE Project Role Description of Work Dollar Amount Dollar Amount (See instructions) (See instructions) (See instructions) Subcontracted to be Applied to DBE Towards Goal (See instructions) (See instructions) A & H RoadWurx Subcontractor Milling $37,530.00 $0.00 G & G, Inc. Subcontractor Electrical $122,000.00 $0.00 O'Bunco Subcontractor Surveying $18,880.00 $0.00 Engineering Disadvantaged Business Enterprise $0.00 Total DBE Commitment Dollar Amount $0.00 Condition of Award Contract Goal Box 3 Box 4 5❑ By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056 C Ravisprl mon1R Instructions for Disadvantaged Business Enterprise Utilization Certification Form Box 1: Name of Bidder (Proposal holder) submitting Bid. Box 2: Name of the Project. Column 1: Name of the Disadvantaged Business Enterprise (DBE). DBE firms can be found using the Diversity Management and Compliance System web page: trttps.i/wsdot.diversitycompliarrce.cori. Repeat the name of the DBE for each Project Role that will be performed. Column 2:The Project Role that the DBE will be performing as follows; • Prime Contractor • Subcontractor • Subcontractor (Force Account) • Work sublet as Force Account must be listed separately. • Manufacturer • Regular Dealer • Work sublet to a Regular Dealer must be listed separately. • Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity, Washington State Department of Transportation, on each Contract. • Broker • Work sublet to a Broker must be listed separately. List each project role to be performed by a single DBE individually on a separate row. The role is used to determine what portion of the amount to be subcontracted (Column 4) may be applied toward meeting the goal (column 5). Column 3: Provide a description of work to be performed by the DBE. The work to be performed must be consistent with the Certified Business Description of the DBE provided at the Diversity Management and Compliance System web page irttpsl/wsdot.diversitycompliance corn • A Bidder subletting a portion of a bid item shall state "Partial"and describe the Work that is included. • For example; "Electrical (Partial) —Trenching". • "Mobilization" will not be accepted as a description of Work. Column 4: List the total amount to be subcontracted to each DBE for each Project Role they are performing. Column 5:This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting the COA Contract goal. It may be that only a portion of the amount subcontracted to a DBE in Column 4 is eligible to be credited toward meeting the goal See Note 1, Note 2, Note 3.The Contracting Agency will utilize the sum of this column (Box 4) to determine whether or not the bidder has met the goal. In the event of an arithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in column four, See Note 1, Note 2, Note 3, then the mathematics will be corrected and the total (Box 4) will be revised accordingly. Note 1: For Work sublet as Force Account the bidder may only claim 50%of the amount subcontracted (Column 4) towards meeting the goal (Column 5). This information will be used to demonstrate that the DBE contract goal is met at the time that the bidder submits their bid. For example; amount sublet as force account= $100,000 (Column 4) equates to ($100,000 X 50%) = $50,000 (Column 5)to be applied towards the goal. Note 2: For Work sublet to a Regular Dealer the bidder may only claim 60% of the cost of the materials or supplies (Column 4)towards meeting the goal (Column 5). For example; Material cost = $100,000 (Column 4) equates to ($100,000 X 60%) = $60,000 (Column 5)to be applied towards the goal Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting the goal (Column 4). For example; amount sublet to a broker = $100,000 (Column 4) equates to ($100,000 X reasonable fee %) = $ (Column 5) to be applied towards the goal. Box 3: Box 3 is the COA Contract goal which is the minimum required DBE participation. The goal stated in the Contract will be in terms of a dollar amount or a percentage in the Contract. When expressed as a percentage you must multiply the percentage times the sum total of all bid items as submitted in the Bidder's Proposal to determine the dollar goal and write it in Box 3. In the event of an error in this box, the Contracting Agency will revise the amount accordingly. Box 4: Box 4 is the sum of the values in column 5. This value must equal or exceed the COA Contract goal amount written in Box 3 or; Box 5: Check Box 5 if insufficient DBE Participation has been achieved and a good faith effort is required. Refer to the subsection titled, Selection of Successful Bidder/Good Faith Efforts(GFE) in the Contract. See the Disadvantaged Business Enterprise Participation specification in the Contract for more information. GPM Development Corporation DOT Form 272-056 DBA ICON leak(':— Ravisprl n3nn1R Washington State Disadvantaged Business Department of Transportation Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal. a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected.An example form has been provided on Page 3.The successful Bidder's DBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: A Plus Construction Company certifies that the DBE firms listed below have been contacted regarding participation on this project. I(this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.) Box 2: US 395, Spokane City Limits to Stevens County Line - Paving and Safety Cdumn 1 Column 2 Column 3 Cdumn 4 Cdumn 5 Name of DBE Project Role Description of Work Dollar Amount Dollar Amount See instructions) See instructions) See instructions) Subcontracted to be Applied to DBE Towards Goal See instructions) See instructions) A Plus Construction Prime Asphalt and concrete paving,asphalt milling,preleveling K'A 900,000 Company and pavement repair In the Line Services.Inc. Subcontractor(Force Crack sealing 0,000 10.000 Account) ` In the Line Services,Inc Subcontractor Guideposts,Joint seal,pavement markers,temporary 200,000 200,000 signage,construction sign installation The Regular Dealer Rental and sales of highway construction and related 100,000 60,000 Everything Guys,LLC equipment and matenals Optimus Prime Trucking. Subcontractor Dump Trucking 50,(00 50,000 Inc Metalheads,Inc Manufacturer Dowel Ears 75.000 75,000 Erosion Under Control Broker Erosion control blankets.straw bales and wattles.sand bags 15.000 250 Co. —411‘15?Vi-V) Disadvantaged Business Enterprise 356,968.16 Total DBE Commitment Dollar Amount 1,295,250 Condition of Award Contract Goal Box 3 Box 4 5 E By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE particip-tion to meet the C,OA Contract goal has been unsuccessful and good faith effort will be submitfeiPhilaatibur- M,t Section 1-02.9 of the Contract Corporation DOT Form 272-056 DBA ICON 1\.1?+'-' Revised 03/2018 Fl41116' i state Disadvantaged Business Enterprise (DBE) o Department of Transportation Written Confirmation Document See Contract Provisions: DBE Document Submittal Requirements Disadvantaged Business Enterprise Participation THIS FORM SHALL ONLY BE SUBMITTED TO A DBE THAT IS LISTED ON THE CONTRACTOR'S DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PARTA To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: OAKESDALE AVE SW PAVEMENT PRESERVATION Bidder's Business Name: CPM Development Corporation DBA ICON Materials DBE's Business Name: G & G INC Description of DBE's Work: ELECTRICA L Dollar Amount to be Applied Towards DBE Goal: $0.00 Dollar Amount to be Subcontracted to DBE*: $122,000.00 *Optional Field PART B: To be completed by the Disadvantaged Business Enterprise As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract,we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in Part A of this form. Name(printed): BONNIE GRAHAM Signature: Title: PRESIDENT 18044 SE 224TH ST Address: KENT,WA 98042 Date: 10/13/2025 DOT Form 422-031 Revised 07/2016 lk Washington State WI Business Enterprise (DBE) Department of Transportation Written Confirmation Document See Contract Provisions: DBE Document Submittal Requirements Disadvantaged Business Enterprise Participation Tills FORM SHALL ONLY I3E SUBMITTED TO A DBE THAT IS LISTED ON TI-IE CONTRACTOR'S DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PART A: To be completedby the bidder 111e entries below shall be consistent with what is shown on the Iidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: Oakesdale Ave Sw Pavement Preservation CAG-25-278, Federal Aid#STBGUL-1277(002) Bidder's Business Name: CPM Development Corporation DBA ICON Materials I)BE's Business Name: O'Bunco Engineering Description of[)BE's Work: Surveying Dollar Amount to be Applied Towards DBE Goal: $0.00 Dollar Amount to be Subcontracted to DBE*: $1 8,880.00 *Optional Field PART B: To be completed by the Disadvantaged Business Enterprise As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract,we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in Part A of this form. Name(printed): Samuel buni{ Signature: Title: President Address: 33650 6th Ave S Suite 102 Date: 10/13/2025 Federal Way WA 98003 DOT Form 422-031 Revised 07/2016 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal mi Washington State Disadvantaged Business Enterprise (DBE) VI/ Department of Transportation Written Confirmation Document See Contract Provisions: DBE Document Submittal Requirements Disadvantaged Business Enterprise Participation THIS FORM SHALL ONLY BE SUBMITTED TO A DBE THAT IS LISTED ON THE CONTRACTOR'S DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PART A: To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: Oakesdale Ave Sw Pavement Preservation CAG-25-278, Federal Aid#STBGUL-1277(002) Bidder's Business Name: CPM Development Corporation DBA ICON Materials DBE's Business Name: A& H RoadWurx Description of DBE's Work: Planing Dollar Amount to be Applied Towards DBE Goal: $0.00 Dollar Amount to be Subcontracted to DBE*: $37,530.00 *Optional Field PART B: To be completed by the Disadvantaged Business Enterprise As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in Part A of this form. Name (printed): Ashley Diemert Signature: 00114p400616". Title: President Address: 26819 173rd St E Date: 10/13/2025 Buckley, WA 98321 DOT Form 422-031 Revised 07/2016 • Instructions for Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form Box 1: Provide the Contract Number as stated in the project information webpage. Box 2: Provide the Name of the project as stated in the project information webpage. Box 3: Provide the Name of the bidder (Proposal holder) submitting Bid. Box 4: Provide the name of the prime contractor's representative available to contact regarding this form. Box 5: Provide the phone number of the prime contractor's representative available to contact regarding this form. Box 6: Provide the email of the prime contractor's representative available to contact regarding this form. Column 1: Provide the Name of the Disadvantaged Business Enterprise (DBE) Firm. DBE Firms can be found using the search tools under the Firm Certification section of the Diversity Management and Compliance System (DMCS) webpage https://wsdot.diversitycompliance.com. Column 2: Provide the Bid Item Number (as it appears in the engineer's estimate bid check report) available on the project information webpage. Column 3: If the DBE is performing only part of the bid item, mark"Partial". If the DBE is performing the entire bid item, mark"Complete". Column 4: Provide the estimated quantity for the specific bid item. For trucking firms, use hour or another unit of measure. Column 5: Provide a description of the work to be performed by the DBE. Column 6: Provide the price per unit and specify the type of unit used. For trucking firms, use hour or another unit of measure. Column 7: Provide the estimated total unit cost amount per bid item. Column 8: Provide the amount of the bid item being used to fulfil the DBE goal. The work to be performed must be consistent with the Certified Business Description of the DBE provided in the DMCS webpage https://wsdot. diversitycompliance.com. Mobilization up to 10% is acceptable. If mobilization is more than 10% additional information and/or justification may be requested. The total amount shown for each DBE shall match the amount shown on the DBE Utilization Certification Form. Use Additional Sheets if necessary. CPI Development Corporation DOT Form 272-054 D�/4 IC®i V Materials Revised 09/2020 WIInk Washington State Disadvantaged Business Enterprise Department of Transportation (DBE) Bid Item Breakdown Form 1. Contract Number 2. Contract Name CAG-25-278, Federal Aid#STBGUL-1277(002) Oakesdale Ave Sw Pavement Preservation 3. Prime Contractor 4. Prime Contractor Representative Name CPM Development Corporation DBA ICON Materials Mark Eichelberger 5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email Construction Manager mark.eichelberger@iconmaterials.com Column 7 Column 8 Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied (See Instructions) (See Instructions) (See Instructions) (See Instructions) (See Instructions) (See Instructions) Towards Goal (See Instructions) (See Instructions) G & G Inc. 18 Full 4 EA Replace Electrical Junctiton Box $1,000.00 $4,000.00 $0.00 G & G Inc. 35 Full 1 LS Traffic Signal MOD Oakesdale&27th $50,000.00 $50,000.00 $0.00 G & G Inc. 36 Full 1 LS Traffic Signal MOD $38,000.00 $38,000.00 $0.00 Oakesdale&20th G & G Inc. 37 Full 1 LS Traffic Signal MOD $30,000.00 $30,000.00 $0.00 Oakesdale&27th Subtotal: Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal A& H RoadWurx 4 Partial 1 LS MOB $3,500.00 $3,500.00 $0.00 A & H RoadWurx 16 Full 41500 Asphalt Planing Up to 2" $0.82 $34,030.00 $0.00 with Sweeping Subtotal: Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal O'Bunco 1 Full 1 LS Roadway Surveying $11,820.00 $11,820.00 $0.00 Engineering O'Bunco 2 Full 1 LS ADA Feature Surveying $4,050.00 $4,050.00 $0.00 Engineering O'Bunco 4 Partial 1 LS MOB $3,010.00 $3,010.00 $0.00 Engineering Subtotal: Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal Subtotal: TOTAL UDBE Dollar Amount: $178,410.00 $0.00 DOT Form 272-054 Revised 09/2020 Disadvantaged Business Enterprise Washington State IA Department of Transportation (DBE)Trucking Credit Form PART A: TO BE COMPLETED BY THE BIDDER This form is in support of the trucking commitment identified on the DBE Utilization Certification Form submitted with the proposal. Please note that DBE's must be certified prior to time of submittal Federal Aid# STBGUL-1277(002) Contract#CAG-25-278 Project Name Oakesdale Ave SW Pavement Preservation If listing items by hours, or by lump sum amounts, please provide calculations to substantiate the quantities listed Bid Item Item Description NOT APPLICABLE Use additional sheets as necessary. Bidder CPM Development Corporation DBA ICON Materials Name/Title (please print) Mark Eichelberger, Construction Manager Phone Fax Signatur (206) 575-3200 (206) 575-3207 Address 1508 Valentine Ave SE, Pacific, WA 98047-2103 I certify that the above information is complete and accurate. Email mark.eichelberger@iconmaterials.com Date October 7th, 2025 PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM Note: DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also recognized as a supplier of the materials used on the project and approved for this project as a regular dealer. 1 Type of Material expected to be hauled? 2. Number of fully operational trucks Tractor/trailers: Dump trucks. expected to be used on this project? 3 Number of trucks and trailers owned by Tractor/trailers: Dump trucks. the DBE that will be used on this project? 4 Number of trucks and trailers leased by Tractor/trailers Dump trucks. the DBE that will be used on this projPrt2 DBE Firm Name Name/Title (please print) Certification Number Phone Fax Signature Address I certify that the above information is complete and accurate. Email Date DOT Form 272-058 Revised 09/2020 Submit this form to in accordance with section 1-02.9 of the Contract. Instruction to Bidder: The Bidder shall complete and submit the Disadvantaged Business Enterprise (DBE)Trucking Credit Form in accordance with Section 1-02.9 of the Contract. INSTRUCTIONS Please note—All Fields are required PART A: TO BE COMPLETED BY THE BIDDER Federal Aid: Include the project federal-aid number. County: Specify the County where the project will take place. Contract#: Specify the Project Contract Number which can be found in the Engineer's estimate bid check report. Bid Item: Provide the Bid Item Number (as it appears in the engineer's estimate bid check report) for which trucking services will be utilized. Item Description: Provide description of the bid item (as it appears in the engineer's estimate bid check report)for which trucking will be utilized. Bidder: In this section, provide the bidder's legal name, title, Business address, Phone and email. The bidder's representative signature is required in addition to the date the form was signed. PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM Question 1: Specify type of material that will be hauled (i.e. Sand, HMA, gravel) Question 2: Specify the total number of operational trucks that will be used on the project. Question 3: Specify the total number of operational trucks and trailers owned by the DBE that will be used on the project. Question 4: Specify the total number of operational trucks and trailers leased by the DBE that will be used on the project. DBE Firm: In this section, provide the DBE Firm's legal name, DBE Firm's representative legal name and title, certification Number(Found in the firm's OMWBE Profile page in the OMWBE directory), Business address, Phone, fax and email. The DBE Firm's representative signature is required in addition to the date the form was signed. CPM Development Corporation DOT Foam 272-058 DRA ICON Ma ..... Revised 09/2020 4111k► Washington State V/ Department of Transportation Bidder Questionnaire Agency Name City of Renton Federal Aid Number STBGUL-1277(002) Prime Contractor Name CPM Development Corporation DBA ICON Materials Contract Number CAG-25-278 Contract Name Oakesdale Ave SW Pavement Preservation Firm/ Address DBE NAICS Subcontractor (incl.Zipcode) Status Race Gender Codes Scope of Work Firm Age Firm Gross Receipts Name O'Bunco DBE Black American Male 541370 Surveying 26 Years $6-10 Million Engineering 33650 6th Ave S,STE 102 Federal Way,WA 98003 G & G Inc. DBE Hispanic American Female 238210 Electrical 33 Years p $6 10 Million 18044 SE 224th St i Kent.WA 98042 - A & H RoadWurx 26819 173rd St E Buckley, DBE White Female 237310 Asphalt Milling 2 Years Less than$1 Million WA 98321 Tyee Concrete 11403 58th Ave E 237310 Construction, Inc. Puyallup,WA 98373 Non-DBE White N/A Concrete 21 yr $6 million Specialized Pavement 11095 SW Industrial Way Pavement Marking Greater than$30.72 Millior Ste A. Non-DBE NOT APPLICABLE N/A 237310 28 Years Marking Tualatin, OR 97062 If you have additional Firms or Subcontractors that submitted Bids, please complete additional forms. Mark Eichelberger Construction Manager October 13th,2025 Prime Contractor Representative Title Date DOT Form 272-022 Revised 09/2024 •Previous Versions Obsolete• Form Instructions The following information on each firm that submitted a bid is required as part of part of 49 CFR 26.11(c)(2): Firm/Subcontractor Name: Enter the name of each firm or subcontractor who submitted a quote or a bid on the contract. Address: Enter the date the main address of the firm/subcontractor. Include the zip code. DBE Status: Enter the DBE status. Options are DBE and Non-DBE. Race: Enter the race of the majority Owner. Options are"Black American". "Hispanic American". 'Native American", "Asian-Paci Ic American". "Subcontinent Asian American". and"White". N/A should only be used if there is not a majority owner such as when the Firm is a corporation. Gender: Enter the gender of the majority Owner. Options are "Female"and"Male". N/A should only be used if there is not a majority owner such as when the Firm is a corporation. NAICS Codes: Enter the appropriate NAICS Codes for the work the bid was submitted. Scope of Work: Enter the scope of the work the bid was submitted for. Firm Age: Enter the age of the Firm. Firm Gross Receipts: Enter the annual gross receipts. Options are "Less than$1 million". "$1-$3 million". "$3-$6 million". '$6-$10 million". 110-$20 million ". 120- $30.72 million "Greater than$30.72 million Prime Contractor Representative: The name of the person who filled out the form. 0 7O 0 O-2 (r) O � O O i DOT Form 272-022 Revised 09/2024 •Previous Versions Obsolete• PROPOSAL SIGNATURE PAGE t By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 10/02/2025 4 2 10/03/2025 5 3 �1 O1�j� 6 Note:a Proposal maybe considered irregular and may be rejected if the receipt of Addenda is not acknowledged. The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. CPM Development Corporation DBA ICON Materials [ igna ure Authorized 0 icial]* [Business Name] Mark Eichelberger 1508 Valentine Ave SE [Printed Name] [Address Line 1] Construction Manager Pacific, WA 98047-2103 [Title] [Address Line 2] October 7th, 2025 (206) 575-3200 [Date] [Telephone Number] *Note:Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise. the submitted Bid will be considered irregular and non- responsive and the Bid will be rejected. Note: The address and phone number listed will be used for all communications regarding this Proposal. Type of business entity(e.g. corporation, partnership,etc.) Corporation State of Incorporation,or State where business entity was formed: Washington Contract Documents Page 31 Oakesdale Ave SW Pavement Preservation September 2025 WA State Contractor's Registration# ICONM**982CF UBI# 601-006-854 Industrial Insurance Account# 700,174-00 Employment Security Department# 618584 01 0 State Excise Tax Registration# 600 664 231 DUNS# 075251322 The Surety Company which will furnish the required Contract Bond is: Fidelity & Deposit Company of Maryland 1299 Zurich Way [Surety] [Address Line 1] (801) 533-3600 Schaumburg, IL 60196-1058 [Telephone Number] [Address Line 2] CPM Corporc-� Contract Documents DBA ICON I'vi er ^IS Page 32 Oakesdale Ave SW Pavement Preservation September 2025 (�tY 0 + + al AN10 OAKESDALE AVENUE SW PAVEMENT PRESERVATION ADDENDUM NO. 1 Federal Aid Number: STBGUL-1277(002) City Project Number: CAG-25-278 DATE OF ADDENDUM ISSUE: October 2, 2025 BID DUE DATE: October 7, 2025 DATE OF BID OPENING: October 9, 2025 NOTE TO ALL PLANHOLDERS: This Addendum No. 1, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Page or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. BID PROPOSAL 1. REVISE Bid Item 5, as follows: The unit price and dollar amount for Work Zone Safety Contingency, FA, is $11,000. 2. REVISE Bid Item 24, as follows: The bid item description should be changed from to Plastic Crosswalk Treatment. SPECIAL PROVISIONS 3. DELETE from Special Provision Section 5-04.2, as follows: CPMM Develops : Oakesdale Avenue SW Pavement Preservation Corporation Addendum No. 1 DBA ICON Mate;; Page 1 of 4 4. REPLACE in Special Provision Section 5-04.3, as follows: • Section 5-04.3(17) Construction Joint Sealing, REPLACE as follows: DELETE HMA CL. W' PG 64 22 ADD HMA CL. %" PG 58-22 • Section 5-04.3(18) Incidental Uses for HMA, REPLACE as follows: DELETE HMA CL. 1/Y" PG 61 22 ADD HMA CL. '/z" PG 58-22 • Section 5-04.3(21) Temporary Pavement, REPLACE as follows: DELETE HMA CL. %" PG 64 22 ADD HMA CL. '/" PG 58-22 5. REPLACE in Special Provision Section 5-04.4, as follows: • Section 5-04.4 Measurement, REPLACE as follows: DELETE HMA CL. '/:" PG 64 22 ADD HMA CL. '/z" PG 58-22 6. ADD in Special Provision Section 5-04.4, as follows: Protection in place and minor adjustments to utilities in the roadway shall be considered incidental to the measurement of planing. 7. REPLACE in Special Provision Section 5-04.5, as follows: • Section 5-04.5 Payment, REPLACE as follows: DELETE HMA CL. '/" PG 64 22 ADD HMA CL. '/" PG 58-22 8. ADD to Special Provision Section 8-04.3(1), as follows: Extruded cement concrete curb shall be constructed with Class 3000 concrete conforming to the requirement of Section 6-02. 9. ADD to Special Provision Section 8-04.3(1), as follows: Extruded cement concrete curb shall be constructed with Class 3000 concrete conforming to the requirement of Section 6-02. 10. REPLACE in Special Provision Section 8-22 PAVEMENT MARKING, as follows: CPiV1 Development Oakesdale Avenue SW Pavement Preservation Addendum No. 1 Corporation Page 2 of 4 DBA ICON M • Section 8-22.2 Materials, REPLACE as follows: DELETE ADD Plastic Crosswalk Treatment • Section 8-22.3(3)A Marking Colors, REPLACE as follows: DELETE ADD Plastic Crosswalk Treatment • Section 8-22.3(3)C Line Surfaces, REPLACE as follows: DELETE ADD Plastic Crosswalk Treatment DELETE Frisco Cobble pattern ADD rectangular cobble pattern • Section 8-22.4 Measurement, REPLACE as follows: DELETE DELETE ADD Plastic Crosswalk Treatment • Section 8-22.5 Payment, REPLACE as follows: DELETE " DELETE ADD Plastic Crosswalk Treatment CPM Devrl+pment Oakesdale Avenue SW Pavement Preservation Corporation Addendum No. 1 DBA ICON Materials Page 3 of 4 It 1 PLANS 11. DELETE Sheets RS01-RS03, PV01-PV08, and PVD03 and REPLACE with attached revised sheets. Revisions include: • Updated binder on HMA to PG 58-22 (RS01-RS03, PVD03) • Updated asphalt median legend description (PV01-PV08, PVD03) ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Sincerely, r 0;,-/-, ..-ti4:-,-,--- Bob Hanson, P.E. Transportation Design Manager City of Renton Receipt ac !edged, and conditions agreed to this '24vD day of Meg. , 2025 Bidder Signatu CPM De"e!opment Oakesdale Avenue SW Pavement Preservation Cort"jOi anon Addendum No. 1 DBA ICu N iv aterials Page 4 of 4 A Ca rJ 1 OAKESDALE AVENUE SW PAVEMENT PRESERVATION ADDENDUM NO. 2 Federal Aid Number: STBGUL-1277(002) City Project Number: CAG-25-278 DATE OF ADDENDUM ISSUE: October 3, 2025 BID DUE DATE: October 7, 2025 DATE OF BID OPENING: October 9, 2024 NOTE TO ALL PLANHOLDERS: This Addendum No. 2, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Page or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. BID PROPOSAL 1. REPLACE the Bid Proposal with the attached revised bid proposal, which is modified to match the changes described in Addendum No. 1. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Sincerely, Bob Hanson, P.E. Transportation Design Manager City of Renton Receipt acknouvledged, and conditions agreed to this 111 day of Off , 2025 Bidder ignatur GPM Development Oakesdaie Avenue SW Pavement Preservation Corporation Addendum No. 2 DBA ICON Materials Page 1 of 1 G' Y Q� NT0 OAKESDALE AVENUE SW PAVEMENT PRESERVATION ADDENDUM NO. 3 Federal Aid Number: STBGUL-1277(002) City Project Number: CAG-25-278 DATE OF ADDENDUM ISSUE: October 8, 2025 BID DUE DATE: October 14, 2025 DATE OF BID OPENING: October 9, 2025 October 17, 2025 NOTE TO ALL PLANHOLDERS: This Addendum No. 3, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 3 in the space provided on the Proposal Signature Page or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. INVITATION TO BID 1. REPLACE 1. INVITATION TO BID with attached revised CITY OF RENTON — CALL FOR BID, PROJECT NUMBER CAG-25-278. Revisions include: • Sealed Bids will be received until 11:00 AM on the 14`" of October, 2025. • Bid packages will be opened at 11:00 AM on the 17th of October, 2025. SPECIAL PROVISIONS The following directive is in response to Interim Final Rule (IFR) 2025-19460 (90 FR 47969) Disadvantaged Business Enterprise Program and Disadvantaged Business Enterprise in Airport Concessions Program Implementation Modifications; A Rule by the United States Department of Transportation (USDOT) on 10/03/2025. CPM Development Oakesdale Avenue SW Pavement Preservation Corporation Addendum No. 3 DF3A ICON Materials Page 1 of 2 2. REPLACE in Special Provision Section 1-07.11, as follows: • Section 1-07.11 Requirements for Nondiscrimination (September 3, 2024, APWA GSP, OPTION B) DBE COA Goal (SP-44, Line 44), REPLACE as follows: DELETE ° e final Contract ate: ADD 0.00% which applies to the final Contract amount. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Sincerely, /' ob Hanson, P.E. Transportation Design Manager City of Renton Receipt acknowledged, an conditions agreed to this eller day of Wad—, 2025 Bidder ./7" Signature CPM Development Corporation DBA ICON Materials Oakesdale Avenue SW Pavement Preservation Addendum No. 3 Page 2 of 2 L\I Y O� 'PFNTOc‘ CITY OF RENTON - CALL FOR BID OAKESDALE AVE SW PAVEMENT PRESERVATION SW 34TH ST TO SW 16TH ST FEDERAL AID # STBGUL-1277(002) PROJECT NO. CAG-25-278 Seated bids will be received until 11:00 AM,Tuesday,October 14,2025 at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, USPS, FedEx,or UPS delivered bids will be accepted. Please include the bidder's name, address, and the name of the project on the envelope. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 11:00 AM, Friday, October 17,2025. Any bids received after the published bid submittal time cannot be considered and will not be accepted. The bid opening meeting can be accessed via videoconference by: • Clicking this link to join the Zoom meeting: https://us06web.zoom.us/j/81984014027?pwd=eKY2C41WVyVusfL6tpmZusUbyOx7gg.1 • Using the Zoom app: Meeting ID: 819 8401 4027; Passcode:469118 • Via telephone by dialing:1-253-215-8782,followed by 81984014027#,,,,*469118# • Zoom is free to use and is available at https://zoom.us/. Approved Plans, Specifications,Addenda, and Plan Holders List for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future Addenda and to be placed on the Bidders List), contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. All Bid Proposals shall be accompanied by a Bid Proposal deposit (certified check or Surety bond) in an amount equal to five percent (5%) of the amount of such Bid Proposal. Should the successful Bidder fail to enter into such Contract and furnish satisfactory performance bond within the time stated in the Specifications,the Bid Proposal deposit shall be forfeited to the City of Renton. The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.2000d to 2000d-4 and Title 49,Code of Federal Regulations, Department of Transportation,subtitle A,Office of the Secretary, Part 21,nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively insure that in any Contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit Bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an Award. The improvement for which Bids will be received is described below: Construct the Oakesdale Ave SW Pavement Preservation project.The work includes but is not limited to: resurfacing the roadway along Oakesdale Ave SW from SW 34th St to SW 16th St; installing bike lanes; updating channelization through restriping; upgrading intersection ramps to current ADA standards; adjusting or CPM Development Publication-Call for Bid-CAG-25-278-revised 10-8-25 Corporation Page 1 of 2 P A ICON Materials L\1Y O,. + c + 'PFNTO� evaluating replacement of existing features affected by resurfacing such as monuments, catch basins, or drainage grates; temporary traffic control; property protection and restoration; and all other Work necessary to complete the Work as specified and shown in the Contract Provisions. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available 9/16/2025. Plans, specifications, addenda, and the plan holders list for this project are available online through Builders Exchange of Washington, Inc., at http //www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List"). Bid documents will also be available at http://rentonwa.gov/bids/ under "Calls for Bids". Should you require further assistance, contact Builders Exchange of Washington at (425)258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. A certified check or bid bond in the amount of five percent(5%)of the total of each bid must accompany each bid. Women and Minority Business Enterprises (WMBE) are encouraged to bid. The city's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Questions about the project shall be addressed to Keith Woolley, Public Works Department, at 1-425- 430-7318 or kwoolley@rentonwa.gov. Jason A. Seth, CMC, City Clerk Published: Daily Journal of Commerce: 9/16/2025, 9/23/2025, 9/30/2025 Seattle Times: 9/16/2025, 9/23/2025,9/30/2025 CPM Development Corporation ICON Materials Publication-Call for Bid-CAG-25-278- revised 10-8-25 Page 2 of 2 » ' A Y ox. PROPOSAL BID BOND TO THE CITY OF RENTON Type tere CPM Development Corporation KNOW ALL MEN BY THESE PRESENTS,That we,[Bidder] DBA ICON Materials of[address] 1508 Valentine Ave SE, Pacific, WA 98047-2103 as Principal, and[Surety] Fidelity & Deposit Company of Maryland a corporation organized and existing under the laws of the State of Illinois as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total amount of the proposal of said Principal for the work hereinafter described,for the payment of which,well and truly to be made,we bind ourselves and our heirs,executors, administrators and assigns, and successors and assigns,jointly and severally,firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project,to wit: Oakesdale Ave SW Pavement Preservation said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10)days from and after said award, exclusive of the day of such award,then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal,following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the State of Washington, and venue shall be in King County,Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this 7th day of, October 20 25 CPM Dev-"npment Contract Documents Corgi :,,<tion Page 33 Oakesdale Ave SW Pavement Preservation DBA ICON [Viaterialc September 2025 1 It PRINCIPAL SURETY CPM Development Corporation DBA ICON Materials Fidelity & Deposit Company of Maryland [PRIN [S E ] Signature of Aut orize Official] Signature of Aut orized Official] Kristin Portillo [Printed Name] [Printed Name] v I te Pretz4IVeNT Attorney-in-Fact [Title] [Title] October 7th, 2025 October 7th, 2025 [Date] [Date] Name and address of local office of Fidelity & Deposit Company of Maryland Agent and/or SURETY Company: 1299 Zurich Way Schaumburg, IL 60196-1058 Telephone: (801) 533-3600 Surety WAOIC# 442 Surety NAIC# 39306 CPM Deve►^pment Corpora.ton DBA ICON Contract Documents `waterials Page 34 Oakesdale Ave SW Pavement Preservation September 2025 I ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Robert D. Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Kristin PORTILLO,Susan L.DEVANEY and Mark EICHELBERGER,all of Pacific,Washington,EACH,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed,any and all bid bonds issued on behalf of CPM DEVELOPMENT CORPORATION dba ICON MATERIALS,Pacific, Washington,each in a penalty not to exceed the sum of$1,000,000,and the execution of such bid bonds in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills,Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 25th day of January,A.D.2023. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ppp".'7 ±'�i°L €+ Pl)/prj'p� pp• w1/4.. Q,s !3 s 7 V SEAL'" =i �S�° E By: Robert D.Murray SEAL"' SFr S s Vice President \ '•' rf 119 . c_1.'J(240 r `thicYam.. By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 25th day of January, A.D.2023, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. 5 JJJ Iva Bethea Notary Public My Commission Expires September 30,2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 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 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 I'M day of Ufrr— , L . iM'—^ �d��IMq�F� ��pNM`.�-WNq'y4 S . rEAL € 6` `r miEAL -SEAL tb r • s z. *° •. 19fL By: Mary Jean Pethick 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 reportsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 CIPIVI DEVELOPMENT CORPORATION ,47AMERICAN ROCK snaoUc "'°'" CERTIFICATE OF AUTHORITY Please be advised, that the individuals whose names, titles and signatures appear below are authorized to execute proposals, contracts, bonds, and other documents and/or instruments on behalf of CPM Development Corporation, d/b/a ICON Materials. ICON Materials is a CPM GENERAL PRE-MIX Development Corporation trade name. AN% Name and Title Si•nature LeuTiMATEttl,S, Ric Linares, Regional President J ' OHELENA Michael McBreen, Vice President SAND 8 GRAS', A CM COMPANY Mark Eichelberger, Construction Manager HOOD RIB R Christopher Williams, Operations Manager owl GRAVEL& Tami D. Cain, Assistant Secretary ICON Respectfully submitted, 1„ CPM DEVELOPMENT CORPORATION V;l I iw )111a-4-64, ALL J ACRX COMCOMMNY Maricar Hajdare ic Northwest Division CFO STATE OF WASHINGTON) ss. COUNTY OF SPOKANE ) MONTANA On this day personally appeared before me Maricar Hajdarevic,known to me to be the person that executed the foregoing instrumen, PSA;EIYIAL5 8 on behalf of CPM Development Corporation,d/b/a ICON Materials and acknowledged said instrument to be the free and voluntary ad �''• `''`T ON of said Corporation for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me this /.3wr day off , 2025. RiverBend Notary Public Si n tur of Notary vrr N "C.NThe r�� 'M .We,1 ch """""'""' State of Washington Michelle M Welch Print or Type Name of Notary NOTARY PUBLIC in and for the State of Washington ���pn Commission No, 78431 Residing at S 0( 0 cc>H- V��''``Z Commission Expires 11-07-28 My Commission'expires on {f D 7• ZS SA_ND8 GRAAVE!. A CRN COMPANY ESZO WENATCHEE SAND&GRAVEL A CNN COMPANY An Equal Opportunity Employer 5111 E. Broadway, Spokane Valley,WA 99212 P.O.Box 3366,Spokane WA 99220-3366 Office: (509)534-6221 -Fax: (509)536-3051