HomeMy WebLinkAboutSpecial 2022-09-12 Item 2G - Bid Award / Contract - Tukwila Parkway Emergency Repair with ICON Materials for $495,595 (to Include Contigency)ITEM INFORMATION
STAFF SPONSOR: ADIB ALTALLAL ORIGINAL AGENDA DATE: 09/12/22
AGENDA ITEM TITLE Tukwila Parkway Emergency Repair
Construction Contract Award
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date Mtg Date 09/12/22 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date
SPONSOR Council Mayor HR DCD Finance Fire TS P&R Police PW Court
SPONSOR’S
SUMMARY
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 porton of the street and sidewalk. Bids were advertised July 27th, 2022, and
August 3rd, 2022. Six bids were received, with the apparent low bid of $495,595.00 from
ICON Materials. Council is being asked to have the Mayor sign the contract with ICON
Materials for the Tukwila Parkway Emergency Repair project in the amount of $495,595.00.
REVIEWED BY Trans&Infrastructure CommunitySvs/Safety Finance Comm. Planning/Economic Dev.
LTAC Arts Comm. Parks Comm. Planning Comm.
DATE: 08/29/22 COMMITTEE CHAIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works Department
COMMITTEE Unanimous Approval; Forward to Special Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$ 495,595.00 $594,714.00 $0.00
Fund Source:
Comments:
MTG. DATE RECORD OF COUNCIL ACTION
09/12/22
MTG. DATE ATTACHMENTS
09/12/22 Informational Memorandum dated 08/26/22
Bid Tabulation
Recommendation Letter
ICON Construction Contract
Construction Bid Documents & Verification
Minutes from Transportation and Infrastructure Committee meeting of 08/29/22
COUNCIL AGENDA SYNOPSIS
----------------------------------Initials --------------------------------- ITEM NO.
Meeting Date Prepared by Mayor’s review Council review
09/12/22 JR Spec 2.G.
359
360
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
Award a bid and authorize the Mayor to sign a contract with ICON Materials for the Tukwila Parkway
Emergency Repair project in the amount of $495,595.00 (to include contingency) 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
361
362
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
3
6
3
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
364
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.
365
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.
366
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.
367
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
368
E
x
h
i
b
i
t
A
3
6
9
3
7
0
3
7
1
3
7
2
3
7
3
3
7
4
3
7
5
3
7
6
3
7
7
3
7
8
3
7
9
3
8
0
3
8
1
3
8
2
3
8
3
3
8
4
3
8
5
3
8
6
3
8
7
3
8
8
3
8
9
3
9
0
3
9
1
3
9
2
3
9
3
3
9
4
3
9
5
3
9
6
3
9
7
3
9
8
3
9
9
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
400
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.
401
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
402
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
403
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
404
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
405
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
406
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
407
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
408
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:
411
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.
413
414
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
August 29, 2022 5:30 p.m. – Hybrid Meeting; Duwamish Conference Room & MS Teams
Councilmembers Present: Kate Kruller, Chair; Mohamed Abdi, Tosh Sharp
Staff Present: Rachel Bianchi, Hari Ponnekanti, Griffin Lerner, Brittany Robinson, Adib
Altallal, Brandon Miles, Seong Kim, Nancy Eklund
Guests: Justine Kim, Shiels Obeltz Johnson; John Palewicz, PMQA
Chair Kruller called the meeting to order at 5:30 p.m.
I.BUSINESS AGENDA
A.Interagency Agreement: 2021-2023 Local Solid Waste Financial Assistance
Staff is seeking Council approval to accept $30,464 in grant funding to support residential
recycling collection events, single use plastics reduction campaign, and homeless encampment
cleanup.
Committee Recommendation
Unanimous approval. Forward to September 12, 2022 Special Consent Agenda.
B.Contract Award: Tukwila Parkway Emergency Repair
Staff is seeking Council approval of a contract with ICON Materials in the amount of
$594,714.00 for construction of the Tukwila Parkway Emergency Repair.
Committee Recommendation
Unanimous approval. Forward to September 12, 2022 Special Consent Agenda
C.Contract Amendment: Fleet & Facilities Building Improvements
Staff is seeking Council approval of Change Order No. 17 to Contract No. 21.046 with Lincoln
Construction, Inc. in the amount of $1,667,894.00 to complete the roof improvements and
exterior envelope on the Fleet & Facilities Building.
Item(s) for follow-up:
•Ensure Mr. Palewicz has ample opportunity to revi ew and provide feedback on items
coming before Council.
Committee Recommendation
Unanimous approval. Forward to September 12, 2022 Special Consent Agenda
415