Loading...
HomeMy WebLinkAboutTIS 2022-08-29 Item 2B - Contract - Tukwila Parkway Emergency Repair with ICON Materials INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/ City Engineer BY: Adib Altallal, Utilities Engineer CC: Mayor Ekberg DATE: August 26, 2022 SUBJECT: Tukwila Parkway Emergency Repair Project No. 22240101 Construction Contract Award ISSUE Approve the award of the Construction Contract to ICON Materials for the project Tukwila Parkway Emergency Repair. BACKGROUND On March 30, 2022, at the southeast corner of the intersection of Tukwila Parkway and Andover Park West, the City’s 10” caste iron watermain failed. The failure caused extensive damage to a portion of the street and the sidewalk. The water crew worked tirelessly to repair the main. The damages caused by the watermain to the road features could not be repaired inhouse. Temporary repairs were made to the roadway to keep it open until a construction contract could be awarded. DISCUSSION KPG was selected from the on-call engineering roster to perform the emergency design work. Their existing 21-187 overlay contract was modified on June 13th, 2022 to include the design work. KPG completed the design on July 26th, 2022. The project documents were advertised the week of July 27th, 2022 and August 3rd, 2022. Under the supervision of the City Clerk, the bid opening took place on August 10th, 2022. Six bids were received and ICON Materials were selected as the low bidder with a total of $495,595.00. FISCAL IMPACT Funding for the construction contract will be provided by the Water Enterprise Fund. Cost Estimate Fund Source Budget ICON Contract $495,595.00 Water Fund $594,714.00 Contingency (20%) 99,119.00 Total $594,714.00 RECOMMENDATION Council is being asked to approve the award of the Construction Project to ICON Materials for $594,714.00 and consider this item on the Consent Agenda at the September 12, 2022 Special Council Meeting. Attachments: Bid Tabulation Recommendation Letter ICON Construction Contract Construction Bid Documents & Verification 29 City of Tukwila Tukwila Parkway Emergency Repair KPG Psomas Project No. 22067 Probable Construction Cost Estimate 7/25/2022 BID TABS Bid Item No. Section No.Item Quantity Unit Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost 1 1-04 Minor Change 1 FA $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 2,500.00 $ 2,500.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 2 1-05 Roadway Surveying 1 LS $ 6,000.00 $ 6,000.00 $ 4,200.00 $ 4,200.00 $ 6,000.00 $ 6,000.00 $ 25,000.00 $ 25,000.00 $ 5,694.00 $ 5,694.00 $ 12,500.00 $ 12,500.00 $ 3,700.00 $ 3,700.00 3 1-05 ADA Features Surveying 1 LS $ 2,500.00 $ 2,500.00 $ 1,800.00 $ 1,800.00 $ 6,000.00 $ 6,000.00 $ 5,000.00 $ 5,000.00 $ 5,694.00 $ 5,694.00 $ 2,500.00 $ 2,500.00 $ 3,700.00 $ 3,700.00 4 1-05 Record Drawings ($5000 min bid)1 LS $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 12,000.00 $ 12,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 5 1-07 SPCC Plan 1 LS $ 1,000.00 $ 1,000.00 $ 240.00 $ 240.00 $ 500.00 $ 500.00 $ 1,090.00 $ 1,090.00 $ 6,655.00 $ 6,655.00 $ 250.00 $ 250.00 $ 250.00 $ 250.00 6 1-07 Property Restoration 1 FA $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 7 1-09 Mobilization 1 LS $ 50,000.00 $ 50,000.00 $ 57,000.00 $ 57,000.00 $ 115,000.00 $ 115,000.00 $ 13,675.00 $ 13,675.00 $ 25,042.00 $ 25,042.00 $ 41,500.00 $ 41,500.00 $ 77,000.00 $ 77,000.00 8 1-10 Project Temporary Traffic Control 1 LS $ 75,000.00 $ 75,000.00 $ 26,000.00 $ 26,000.00 $ 10,000.00 $ 10,000.00 $ 50,000.00 $ 50,000.00 $ 37,173.19 $ 37,173.19 $ 35,000.00 $ 35,000.00 $ 44,000.00 $ 44,000.00 9 1-10 Off Duty Uniformed Police Officer 300 HR $ 120.00 $ 36,000.00 $ 170.00 $ 51,000.00 $ 130.00 $ 39,000.00 $ 163.00 $ 48,900.00 $ 132.00 $ 39,600.00 $ 100.00 $ 30,000.00 $ 190.00 $ 57,000.00 10 1-10 Flaggers and Spotters 300 HR $ 65.00 $ 19,500.00 $ 74.00 $ 22,200.00 $ 140.00 $ 42,000.00 $ 70.00 $ 21,000.00 $ 70.75 $ 21,225.00 $ 76.00 $ 22,800.00 $ 104.00 $ 31,200.00 11 2-01 Clearing and Grubbing 1 LS $ 5,000.00 $ 5,000.00 $ 1,500.00 $ 1,500.00 $ 35,000.00 $ 35,000.00 $ 5,150.00 $ 5,150.00 $ 1,075.00 $ 1,075.00 $ 4,000.00 $ 4,000.00 $ 4,500.00 $ 4,500.00 12 2-02 Removal of Structures and Obstructions 1 LS $ 30,000.00 $ 30,000.00 $ 12,000.00 $ 12,000.00 $ 40,000.00 $ 40,000.00 $ 32,000.00 $ 32,000.00 $ 18,110.00 $ 18,110.00 $ 40,000.00 $ 40,000.00 $ 13,000.00 $ 13,000.00 13 2-03 Unsuitable Foundation Excavation Incl. Haul 100 CY $ 90.00 $ 9,000.00 $ 97.00 $ 9,700.00 $ 65.00 $ 6,500.00 $ 215.00 $ 21,500.00 $ 130.75 $ 13,075.00 $ 125.00 $ 12,500.00 $ 150.00 $ 15,000.00 14 4-04 Crushed Surfacing Top Course 300 TN $ 60.00 $ 18,000.00 $ 65.00 $ 19,500.00 $ 45.00 $ 13,500.00 $ 69.00 $ 20,700.00 $ 96.50 $ 28,950.00 $ 100.00 $ 30,000.00 $ 100.00 $ 30,000.00 15 5-04 Planing Bituminous Pavement 830 SY $ 10.00 $ 8,300.00 $ 11.50 $ 9,545.00 $ 8.00 $ 6,640.00 $ 20.00 $ 16,600.00 $ 16.09 $ 13,354.70 $ 10.00 $ 8,300.00 $ 20.00 $ 16,600.00 16 5-04 Pavement Repair Excavation Incl. Haul 200 CY $ 125.00 $ 25,000.00 $ 161.00 $ 32,200.00 $ 43.00 $ 8,600.00 $ 93.00 $ 18,600.00 $ 247.50 $ 49,500.00 $ 185.00 $ 37,000.00 $ 104.00 $ 20,800.00 17 5-04 HMA Pavement, Cl 1/2" PG 58H-22 500 TN $ 350.00 $ 175,000.00 $ 160.00 $ 80,000.00 $ 190.00 $ 95,000.00 $ 190.00 $ 95,000.00 $ 254.00 $ 127,000.00 $ 175.00 $ 87,500.00 $ 215.00 $ 107,500.00 18 7-04 Solid Wall PVC Storm Sewer Pipe, 12 In. Diam 10 LF $ 165.00 $ 1,650.00 $ 235.00 $ 2,350.00 $ 210.00 $ 2,100.00 $ 235.00 $ 2,350.00 $ 430.45 $ 4,304.50 $ 150.00 $ 1,500.00 $ 450.00 $ 4,500.00 19 7-05 Catch Basin, Type 1 1 EA $ 2,500.00 $ 2,500.00 $ 2,000.00 $ 2,000.00 $ 3,300.00 $ 3,300.00 $ 5,290.00 $ 5,290.00 $ 2,850.00 $ 2,850.00 $ 3,500.00 $ 3,500.00 $ 4,500.00 $ 4,500.00 20 7-05 Connection to Drainage Structure 1 EA $ 1,000.00 $ 1,000.00 $ 240.00 $ 240.00 $ 500.00 $ 500.00 $ 4,650.00 $ 4,650.00 $ 1,790.00 $ 1,790.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 21 7-05 Adjust Manhole 1 EA $ 2,500.00 $ 2,500.00 $ 700.00 $ 700.00 $ 450.00 $ 450.00 $ 600.00 $ 600.00 $ 1,110.00 $ 1,110.00 $ 2,000.00 $ 2,000.00 $ 1,300.00 $ 1,300.00 22 7-12 Adjust Water Valve Box 2 EA $ 600.00 $ 1,200.00 $ 500.00 $ 1,000.00 $ 350.00 $ 700.00 $ 600.00 $ 1,200.00 $ 822.00 $ 1,644.00 $ 2,000.00 $ 4,000.00 $ 1,000.00 $ 2,000.00 23 8-01 Erosion/Water Pollution Control 1 FA $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 24 8-01 Inlet Protection 4 EA $ 150.00 $ 600.00 $ 45.00 $ 180.00 $ 65.00 $ 260.00 $ 170.00 $ 680.00 $ 132.00 $ 528.00 $ 100.00 $ 400.00 $ 90.00 $ 360.00 25 8-04 Cement Conc. Traffic Curb and Gutter 100 LF $ 75.00 $ 7,500.00 $ 55.00 $ 5,500.00 $ 60.00 $ 6,000.00 $ 65.00 $ 6,500.00 $ 60.00 $ 6,000.00 $ 120.00 $ 12,000.00 $ 67.00 $ 6,700.00 26 8-04 Cement Conc. Pedestrian Curb 30 LF $ 45.00 $ 1,350.00 $ 60.00 $ 1,800.00 $ 72.00 $ 2,160.00 $ 65.00 $ 1,950.00 $ 62.40 $ 1,872.00 $ 70.00 $ 2,100.00 $ 61.00 $ 1,830.00 27 8-09 Raised Pavement Marker, Type 1 40 EA $ 3.50 $ 140.00 $ 11.00 $ 440.00 $ 30.00 $ 1,200.00 $ 26.00 $ 1,040.00 $ 12.00 $ 480.00 $ 30.00 $ 1,200.00 $ 13.00 $ 520.00 28 8-09 Raised Pavement Marker, Type 2 20 EA $ 7.00 $ 140.00 $ 11.00 $ 220.00 $ 35.00 $ 700.00 $ 26.00 $ 520.00 $ 12.00 $ 240.00 $ 30.00 $ 600.00 $ 13.00 $ 260.00 29 8-14 Cement Conc. Sidewalk 40 SY $ 225.00 $ 9,000.00 $ 140.00 $ 5,600.00 $ 85.00 $ 3,400.00 $ 65.00 $ 2,600.00 $ 150.00 $ 6,000.00 $ 150.00 $ 6,000.00 $ 90.00 $ 3,600.00 30 8-14 Cement Conc. Curb Ramp Type Parallel A 1 EA $ 5,500.00 $ 5,500.00 $ 8,600.00 $ 8,600.00 $ 5,000.00 $ 5,000.00 $ 4,250.00 $ 4,250.00 $ 9,000.00 $ 9,000.00 $ 6,000.00 $ 6,000.00 $ 3,100.00 $ 3,100.00 31 8-19 Adjust Gas Valve 1 EA $ 700.00 $ 700.00 $ 500.00 $ 500.00 $ 350.00 $ 350.00 $ 785.00 $ 785.00 $ 852.00 $ 852.00 $ 2,000.00 $ 2,000.00 $ 1,100.00 $ 1,100.00 32 8-20 Traffic Signal Modifications 1 LS $ 90,000.00 $ 90,000.00 $ 100,000.00 $ 100,000.00 $ 95,000.00 $ 95,000.00 $ 116,000.00 $ 116,000.00 $ 103,200.00 $ 103,200.00 $ 135,000.00 $ 135,000.00 $ 183,000.00 $ 183,000.00 33 8-22 Plastic Stop Line 40 LF $ 7.00 $ 280.00 $ 22.00 $ 880.00 $ 20.00 $ 800.00 $ 20.00 $ 800.00 $ 24.00 $ 960.00 $ 20.00 $ 800.00 $ 25.00 $ 1,000.00 34 8-22 Plastic Crosswalk Line 220 SF $ 8.00 $ 1,760.00 $ 9.00 $ 1,980.00 $ 10.00 $ 2,200.00 $ 13.00 $ 2,860.00 $ 9.60 $ 2,112.00 $ 13.25 $ 2,915.00 $ 10.00 $ 2,200.00 35 8-22 Plastic Traffic Arrow 2 EA $ 500.00 $ 1,000.00 $ 110.00 $ 220.00 $ 750.00 $ 1,500.00 $ 390.00 $ 780.00 $ 120.00 $ 240.00 $ 400.00 $ 800.00 $ 125.00 $ 250.00 $ 623,620.00 $ 495,595.00 $ 563,360.00 $ 570,570.00 $ 571,830.39 $ 582,665.00 $ 678,470.00 $22,500 Error TOTAL ESTIMATED CONSTRUCTION COST Total Engineer's Estimate Lakeridge Paving Company LLC LOW BIDDER Total Quantities CPM Development Corporation DBA Icon Materials RW Scott Construction Puget Paving & Construction, Inc.Miles Resources, LLC Tucci & Sons, Inc. 1 of 1 30 August 12, 2022 City of Tukwila 6200 Southcenter Blvd. Tukwila, WA 98188 RE: Tukwila Parkway Emergency Repair Dear Mayor & City Council, As requested, KPG Psomas has completed the verification for CPM Development Corporation DBA ICON Materials for the Tukwila Parkway Emergency Repair for their bid in the amount of $495,595.00. We have checked the status of CPM Development Corporation DBA ICON Materials on the Washington State Labor and Industries web page to confirm they are currently insured, bonded, and licensed. Additionally, no strikes or debarment records arose federally or statewide regarding CPM Development Corporation DBA ICON Materials. There were no subs to be used. We phoned the references listed in CPM Development Corporation DBA ICON Materials’s bid and spoke to Cindy West from the City of Auburn, and Brenton Cook from the City of Seatac . They both spoke highly of CPM Development Corporation DBA ICON Materials’s work ethic and stated that they were very satisfied with the finished product. KPG Psomas recommends the Tukwila Parkway Emergency Repair be awarded to CPM Development Corporation DBA ICON Materials We have enclosed the contractor verification package & reference checks for your review. Sincerely, KPG Psomas Inc. Bryce Corrigan, P.E. Cc: Enclosures: CPM Development Corporation DBA ICON Materials Verification Package 31 CA Revised May 2020 Page 1 of 4 City of Tukwila Contract Number: 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter optional municipal code city hereinafter referred to as “the City,” and ICON Materials, hereinafter referred to as “the Contractor,” whose principal office is located at 1508 Valentine Ave SE, Pacific, WA 98047-2103. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit A attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $495,595.00. 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing September 13, 2022, and ending December 31, 2022, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. 32 CA Revised May 2020 Page 2 of 4 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor’s liability hereunder shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor’s maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor’s Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. 33 CA Revised May 2020 Page 3 of 4 E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors’ coverage. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City’s intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor’s insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 34 CA Revised May 2020 Page 4 of 4 14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Applicable Law; Venue; Attorney’s Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney’s fees and costs of suit. DATED this day of , 2022. CITY OF TUKWILA ICON Materials Allan Ekberg, Mayor ATTEST/AUTHENTICATED: By: Printed Name and Title: Address: City Clerk, Christy O’Flaherty APPROVED AS TO FORM: Office of the City Attorney 35 E x h i b i t A 3 6 3 7 3 8 3 9 4 0 4 1 4 2 4 3 4 4 4 5 4 6 4 7 4 8 4 9 5 0 5 1 5 2 5 3 5 4 5 5 5 6 5 7 5 8 5 9 6 0 6 1 6 2 6 3 6 4 6 5 6 6 8/11/22, 11:57 AM ICON MATERIALS https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW=1/3 WA UBI No. 601 006 854 Business type Corporation Governing persons DAN W MURPHY J TIMOTHY MURPHY; MICHAEL K MURPHY; Owner or tradesperson Principals GAUGER, JAMES DEAN, PRESIDENT MADDEN JR, JOHN JAMES, VICE PRESIDENT LEWIS-DEVANEY, SUSAN GAIL, VICE PRESIDENT Franz, Paul, VICE PRESIDENT Shogren, John Nicholas, VICE PRESIDENT Nudell, Kimberly Sue, SECRETARY BROWN II, CHARLES RODNEY, TREASURER PARSON, JOHN W, DIRECTOR CYR, BRUCE, PRESIDENT (End: 01/27/2006) SHAFFER, JEFFREY S, PRESIDENT (End: 09/04/2013) RADICH, JIM, VICE PRESIDENT (End: 09/04/2013) MURPHY, MARK DANIEL, VICE PRESIDENT (End: 11/30/2015) SALISBURY, PAUL DOUGLAS, SECRETARY (End: 11/30/2015) O'DRISCOLL, MICHAEL G, DIRECTOR (End: 11/30/2015) Doing business as ICON MATERIALS 1508 VALENTINE AVE SE PACIFIC, WA 98047 206-575-3200 KING County FIDELITY & DEP CO OF MARYLAND $12,000.00 Construction Contractor Active Meets current requirements. License specialties GENERAL License no. ICONM**982CF Effective — expiration 02/06/2002— 02/07/2024 ICON MATERIALS License Verify the contractor’s active registration / license / certification (depending on trade) and any past violations. Bond  (https://lni.wa.gov) Contractors 67 8/11/22, 11:57 AM ICON MATERIALS https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW=2/3 Bond account no. 8876949 Received by L&I 02/12/2007 Effective date 02/06/2007 Expiration date Until Canceled Liberty Mutual Fire Insurance Policy no. TB2C81004095111 $2,000,000.00 Received by L&I 08/30/2021 Effective date 09/01/2021 Expiration date 09/01/2022 L&I Account ID 700,174-00 Self Insured. This business is certified to cover its own workers’ comp costs. No premiums due. Inspection results date 03/03/2020 Inspection no. 317958019 Location 1351 S Wenatchee Ave Wenatchee, WA 98801 Violations Insurance Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent Registered training agent. Check their eligible programs and occupations. Workers’ Comp Do you know if the business has employees? If so, verify the business is up-to-date on workers’ comp premiums. Doing business as CRH AMERICAS Estimated workers reported N/A L&I account contact - Email: @lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training– Effective July 1, 2019 Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. 68 8/11/22, 11:57 AM ICON MATERIALS https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW=3/3 Inspection results date 07/26/2019 Inspection no. 317954462 Location Argone and Sinto Spokane Valley, WA 99212 Violations Inspection results date 10/05/2017 Inspection no. 317946154 Location 2010 N Sullivan Rd Spokane, WA 99212 No violations Inspection results date 01/25/2017 Inspection no. 317941807 Location 12905 E. Sprague Ave Spokane, WA 99220 Violations Inspection results date 09/16/2016 Inspection no. 317941530 Location 1508 Valentine Ave SE Pacific, WA 98047 No violations 69 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 1/6 License Information: Entity name:CPM DEVELOPMENT CORPORATION Business name: ICON MATERIALS Entity type: UBI #:601-006-854 Business ID:001 Location ID:0009 Location:Active Location address:1508 VALENTINE AVE SE PACIFIC WA 98047-2103 Mailing address:PO BOX 3366 SPOKANE WA 99220-3366 Excise tax and reseller permit status: Secretary of State status: Business Lookup New search Back to results Profit Corporation Click here Click here Endorsements held a License #Count Details Status Expiration First issua Endorsements Page 2 of 2  Filter Endorsements held a License #Count Details Status Expiration First issua Washington State Department of Revenue  70 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 2/6 9331 Jul-31-202Nov-15-2 Jul-31-202Feb-26-20 Jul-31-202Dec-16-20 Jul-31-202Feb-25-20 15322.0 Jul-31-202Dec-22-20 17949 Jul-31-202Feb-06-20 101095 Jul-31-202Oct-27-20 2007756 Jul-31-202Jul-27-200 Jul-31-202Jul-13-20 Jul-31-202Jun-12-20 Endorsements held a License #Count Details Status Expiration First issua Milton General Business - Non- Resident Active Minor Work Permit Active Newcastle General Business - Non- Resident Active Normandy Park General Business - Non-Resident Active North Bend General Business - Non-Resident Active Orting General Business - Non- Resident Active Pacific General Business Active Puyallup General Business - Non- Resident Active Sammamish General Business - Non-Resident Active SeaTac General Business - Non- Resident Active  71 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 3/6 Jul-31-202Aug-06-2 Jul-31-202Mar-27-2 Jul-31-202Dec-15-20 58 Jul-31-202Jan-13-20 DEVANEY, SUSAN L.Secretary, Treasurer FRANZ, PAUL Vice President HOLT, TROY Vice President KLOSTERMAN, K. C.Vice President LEMONS, JEREMIAH Vice President LINARES, RICARDO President MADDEN, JOHN Vice President Endorsements held a License #Count Details Status Expiration First issua Sumner General Business - Non- Resident Active Tukwila General Business - Non- Resident Active University Place General Business - Non-Resident Active Wilkeson General Business - Non- Resident Active Governing people Title Governing People May include governing people not registered with Secretary of State Filter Governing people Title  72 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 4/6 MCBREEN, MICHAEL Vice President MCCALL, WILLIAM Vice President MEIDINGER, ROB Vice President PARSON, SCOTT W. SMITH, STEVEN J.Vice President STOVER, DANIEL ACME MATERIALS & CONSTRUCTION CO Active Sep-19-2017 CENTRAL PRE MIX CONCRETE COMPANY Active Jul-27-2010 CENTRAL PREMIX CONCRETE CO Active Jun-13-2008 CENTRAL PRE-MIX CONCRETE CO. Active Jan-03-2002 CENTRAL WASHINGTON CONCRETE Active Jan-03-2002 CPM DEVELOPMENT CORPORATION Active Apr-10-2012 GRAHAM & MORRIS Active Sep-19-2017 Governing people Title Registered trade names Status  First issued Registered Trade Names Filter Registered trade names Status  First issued  73 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 5/6 Contact us How are we doing? ICON MATERIALS Active Jan-03-2002 INLAND ASPHALT COMPANY Active Jan-03-2002 RIVERBEND MATERIALS Active May-07-2018 SALEM ROAD AND DRIVEWAY Active Jun-27-2014 VALLEY READY-MIX Active Feb-06-2003 WENATCHEE SAND & GRAVEL Active Jan-03-2002 WINDSOR ROCK PRODUCTS Active May-09-2019 YAKIMA ROCK PRODUCTS Active Sep-19-2017    The Business Lookup information is updated nightly. Search date and time: 8/11/2022 11:58:54 AM Registered trade names Status  First issued View Additional Locations  74 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 6/6 Take our survey! Don't see what you expected? Check if your browser is supported  75 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 1/5 An o 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 2/5 Review Debt Subject to O 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 3/5 Initial Registration Date Dec 21, 2016 Entity Dates Entity Start Date Dec 31, 2001 Fiscal Year End Close Date Dec 31 Immediate Owner CAGE 6PWR1 Legal Business Name OLDCASTLE MATERIALS, INC. Highest Level Owner CAGE SXX19 Legal Business Name CRH PLC Executive Compensation Registrants in the System for Award Management (SAM) respond to the Executive Compensationquestions in accordance with Section 6202 of P.L. 110-252, amending the Federal Funding Accountabilityand Transparency Act (P.L. 109-282). This information is not displayed in SAM. It is sent toUSAspending.gov for display in association with an eligible award. Maintaining an active registration inSAM demonstrates the registrant responded to the questions. Proceedings Questions Registrants in the System for Award Management (SAM) respond to proceedings questions in accordancewith FAR 52.209-7, FAR 52.209-9, or 2.C.F.R. 200 Appendix XII. Their responses are not displayed in SAM.They are sent to FAPIIS.gov for display as applicable. Maintaining an active registration in SAMdemonstrates the registrant responded to the proceedings questions. SAM Search Authorization I authorize my entity's non-sensitive information to be displayed in SAM public search results: 78 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 4/5 Yes ENTITY TYPES Business Types Entity Structure Corporate Entity (Not Tax Exempt) Organization Factors Foreign Owned Entity Type Business or Organization Profit Structure For Profit Organization Socio-Economic Types Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if theentity is an SBA-certified HUBZone small business concern. Additional small business information may befound in the SBA's Dynamic Small Business Search if the entity completed the SBA supplemental pagesduring registration. FINANCIAL INFORMATION Accepts Credit Card Payments Yes Debt Subject To O 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 5/5 JEFF CAVINESS 1508 Valentine AVE SEPacific, Washington 98047United States Government Business RICARDO LINARES 1508 Valentine AVE SEPacific, Washington 98047United States ROB MEIDINGER, MR. 1508 Valentine AVE SEPacific, Washington 98047United States Our Website Our Partners Policies Customer Service General Services Administration This is a U.S. General Services Administration Federal Government computer system that is "FOR OFFICIAL USE ONLY." This system is subject to monitoring. Individuals found performing unauthorized activities are subject to disciplinary action including criminal prosecution. 80