HomeMy WebLinkAboutTIS 2025-07-28 COMPLETE AGENDA PACKETCity of Tukwila
Transportation & Infrastructure
Safety Committee
O Mohamed Abdi, Chair
O ]ovita McConnell
O Hannah Hedrick
AGENDA
MONDAY, JULY 28, 2025 — 5:30 PM
Distribution:
REMOTE PARTICIPATION FOR THE PUBLIC:
M. Abdi
Mayor McLeod
J. McConnell
M. Wine
H. Hedrick
A. Youn
L. Humphrey
ON-SITE PRESENCE:
REMOTE PARTICIPATION FOR THE PUBLIC:
TUKWILA CITY HALL
1-253-292-9750, ACCESS CODE: 252508487#
COUNCIL CONFERENCE ROOM
Click here to: Join Microsoft Teams Meeting
6200 SOUTHCENTER BOULEVARD
For Technical Support: 1-206-433-7155
Item Recommended Action
1. BUSINESS AGENDA
a. Construction Bid Award for 2025 Annual Overlay a. Forward to 8/4 Regular
David Baus, Project Manger Meeting Consent
Page
Pg.1
b. Water District 125/2025 Overlay Project Cost Share b. Forward to 8/4 Regular Pg.45
David Baus, Project Manger Meeting Consent
c. Construction Bid Award for Sewer Lift Station 2 c. Forward to 8/4 Regular
Structural Modifications Meeting Consent
Adib Altallal, Water Sewer Project Manager
d. Sewer Lift Station 2 Structural Modifications CM d. Forward to 8/4 Regular
Contract Amendment #2 Meeting Consent
Adib Altallal, Water Sewer Project Manager
e. Construction Bid Award for Gilliam Creek Culvert Repair e. Forward to 8/4 Regular
at Inlet Meeting Consent
Mike Perfetti, Surface Water Senior Program Manager
f. Interlocal Agreement with Water Resource Inventory f. Forward to 8/11 C.O.W.
Area (WRIA) 9 Meeting & 8/18 Regular
Mike Perfetti, Surface Water Senior Program Manager Mtg. Consent Agenda
g. Amendment 2 to PACE Engineering Sewer Lift Station 5 g• Forward to 8/4 Regular
Retrofit Contract #23-019 Meeting Consent
Adib Altallal, Water Sewer Project Manager
(Continued)
SThe City of Tukwila strives to accommodate individuals with disabilities.
Please contact the City Clerk's Office at 206-433-1800(TukwilaCityClerkOTukwilaWA.gov) for assistance.
Pg.53
Pg.77
Pg.83
Pg.87
Pg.119
Transportation & Infrastructure Safety Committee Page 2
07/28/2025
h. Grant Application for USDOT Safe Streets 4 All for Ryan h. Committee Decision Pg.127
Way
Catrien de Sour, Public Works Grant Analyst
i. Grant Application for Transportation Improvement i. Committee Decision Pg.133
Board
Catrien de Bour, Public Works Grant Analyst
j. 2024 Annual Bridge Report j. Discussion Only Pg.141
Adam Cox, Interim Traffic Engineer
2. MISCELLANEOUS
Next Scheduled Meeting: August 25, 2025
SThe City of Tukwila strives to accommodate individuals with disabilities.
Please contact the City Clerk's Office at 206-433-1800(TukwilaCityClerk(a)TukwilaWA.gov) for assistance.
TO:
FROM
BY:
CC:
DATE:
SUBJECT
City of Tukwila Thomas McLeod, Mayor
Public Works Department - Jen Tetatzin, PE, PMP - Director
Transportation and Infrastructure Services Committee
Jen Tetatzin, Public Works Director
David Baus, Project Manager
Mayor Thomas McLeod
July 25, 2025
2025 Annual Overlay Project
Project No. 82510401
Construction Bid Award
ISSUE
Approve construction bid award with ICON Materials for the 2025 Annual Overlay Project.
BACKGROUND
In 2024, the City contracted with Psomas as the design consultant for the 2025 Annual Overlay Project
under Contract No. 25-079. This project is part of an ongoing mission to preserve and maintain existing
infrastructure in a safe and usable condition by resurfacing the street before pavement failure which
also minimizes lifecycle costs.
DISCUSSION
A call for bids was advertised for the 2025 Annual Overlay Project on July 8 and July 15, 2025. Three
(3) responsive bids were opened on July 22, 2025, and the confirmed lowest bidder was ICON
Materials with a bid of $1,984,599.00. The engineer's estimate was $2,159,310.
FINANCIAL IMPACT
Construction costs associated with the 2025 Annual Overlay Project are funded by the Arterial Streets
Fund (104). Following the recent watermain project undertaken by Water District 125, they will be
submitting funds totaling $102,124.00.
Contract $1,984,599.00 25 CIP Budget $2,000,000.00
Contingency — 10% $99,229.95 Water District 125 $102124.00
Total $2,083,828.95 $2,102,124.00
RECOMMENDATION
Council is being asked to approve the construction award with ICON Materials in the amount of
$1,984,599.00 (Plus contingency) for the 2025 Annual Overlay Project and consider this item on the
Consent Agenda at the August 4, 2025 Regular meeting.
Attachments:
2025 CIP
ICON Materials Contract
Bid Tabulation
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2025 to 2030
PROJECT: Annual Overlay and Repair Program Project# 80010401
Project Manager David Baus Department Arterial Streets
DESCRIPTION: Select, design, and construct asphalt and concrete pavement overlays of arterial and residential streets.
JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also
minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects.
STATUS:
Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay.
MAINTENANCE IMPACT:
Roughly 1,300 Man Hours
go to filling in
potholes per year, so if
budget is increased
this
could be cut in
half, hence
COMMENT:
Ongoing project.
Only one year actuals shown in fist
column.
FINANCIAL (in thousands)
2025
2026
2027
2028
2029
2030
Beyond
TOTAL
Project Costs
Project Mgmt (Staff Time/Cost)
$
50
$ -
$
20
$
20
$
20
$ 20
$ 20
$
150
Design
$
300
$
$
150
$
150
$
150
$ 150
$ 150
$
1,050
Construction Mgmt.
$
200
$
$
200
$
200
$
200
$ 200
$ 200
$
1,200
Construction
$
2,000
$
$
2,000
$
2,000
$
2,200
$ 2,200
$ 2,400
$
12,800
Contingency
$
-
$
$
150
$
150
$
150
$ 150
$ 150
$
750
Total Project Costs
$
2,550
$ -
$
2,520
$
2,520
$
2,720
$ 2,720
$ 2,920
$
15,950
Project Funding
Dedicated/Restricted Rev
$
2,550
$
$
1,520
$
1,520
$
1,650
$ 1,650
$ 1,650
$
10,540
General Fund Transfer
$
-
$
$
1,000
$
1,000
$
1,070
$ 1,070
$ 1,360
$
5,500
Total Project Funding
$
2,550
$ -
$
2,520
$
2,520
$
2,720
$ 2,720
$ 3,010
$
16,040
2 Return to CIP TOC
Docusign Envelope ID: 746173CB-136D-449D-9F7A-C171EBBAEF39
City of y
Z
J � Tukwila
—'1
Public WorksDepartment
2908
CONTRACT PROVISIONS
FOR
2025 OVERLAY PROGRAM
Project No. 82510401
Bid Document
JULY 2025
Prepared for:
CITY OF TUKWILA
6200 Southcenter Boulevard
Tukwila, Washington 98188
Prepared by:
PSOMAS
3131 HIM Ave, Suite 400
Seattle, WA 98121
206.286.1640
psoma<_.com
CpM [)evelopment
Corporation
DBA ICON Materials
2025 OVERLAY PROGRAM
JULY 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 3
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C1 71 EBBAEF39
2025 OVERLAY PROGRAM
CITY OF TUKWILA
6200 Southcenter Boulevard
Tukwila, Washington 98188
Tukwila City Council Members
Tosh Sharp- President
Armen Papyan
Hannah Hedrick
Dennis Martinez
Mohamed Abdi
Jovita McConnell
Verna Seal
City Administration
Thomas McLeod, Mayor
Marty Wine, City Administrator
Andy Youn, City Clerk
Jen Tetatzin, P.E., Director of Public Works
Interim Traffic Engineer
Adam Cox, P.E.
Consulting Engineer
PSOMAS
3131 DWI Me. Suite 400
Seal lx. WA 98121
206.286.1640
pscmas.com
Approved for construction by:
Jen Tetatzin, P.E., Director of Public Works
Bryan Still, Street Department Operations R
Signature Date
7/7/25
CPM Development
Corporation
2025 OVERLAY PROGRAM DBA ICON Materials JULY 2025
Prpvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
TABLE OF CONTENTS
Page
Call for Bids 1-1
Information for Bidders 1-2
Proposal
P-1
Bid Schedule
P-2
Proposal Signature Sheet
P-6
Bid Security
P-7
Non -Collusion Declaration
P-8
Responsible Bidder Determination Form
P-9
Proposed Equipment and Labor Schedule
P-13
Proposed Subcontractors
P-14
Agreement Form C-1
Payment and Performance Bond C-2
Special Provisions SP -1
Appendices
A Standard Plans and Details
B Prevailing Wage Rates
C Standard City Forms
CPM Development
Corporati®n
DBA ICON Materials
2025 OVERLAY PROGRAM JULY 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 5
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C1 71 EBBAEF39
Information for Bidders
CITY OF TUKWILA
CALL FOR BIDS
1-1
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Tukwila, Washington at the Office of the
City Clerk, at Tukwila City Hall, 6200 Southcenter Boulevard, Tukwila, Washington 98188, up to the hour of 9:30 a.m.
on Tuesday, July 22 Bids will be opened and publicly read aloud at 10:00 a.m. on that same day, Tuesday, July 22,
2025.
Bids can be mailed to Tukwila City Hall and must be received by 9:30 a.m. the day the bids are due OR dropped off on
Tuesday morning. A box will also be located outside the double doors at Tukwila City Hall near the flagpole for receipt
of bids on the day of the bid opening from 8:30 a.m. to 9:30 a.m. Bids will be picked up, with the last pickup being at
exactly 9:31 a. m. on Tuesday July 22, 2025 based on the Atomic Clock in the City's Clerk's Office. Bids will be
opened and publicly read aloud; via Microsoft Teams, Meeting ID: 233 626 197 155 6 Passcode: iC3Kw6Hi
or by dialing (253) 292-9750, Conference ID#: 245 210 5354 at 10:00 a.m. on Tuesday July 22, 2025 for.
2025 OVERLAY PROGRAM
PROJECT NO. 82510401
The work to be performed within 40 working days from the date of Notice to Proceed consists of furnishing all materials,
equipment, tools; labor, and other work or items incidental thereto for:
The 2025 Overlay Program will include Hot Mix Asphalt (HMA) Overlay along Klickitat Dr, 51 sc Ave S, and Macadam
Rd S, all within the City of Tukwila. Specific tasks shall include, but are not necessarily limited to: Paving with
HMA, planing bituminous pavement, and pavement repairs; reshaping existing roadbase to improvement roadway
drainage; Adjusting surface utilities to grade; installing drainage modifications; installing new channelization and
signage; Removing and replacing concretecurbs, sidewalks, driveways, and ramps; Providing all necessary traffic
control labor and devices; And, other items necessary to complete the Work as shown on the Contract Documents.
Proposals received later than the submittal deadline will not be accepted. The City will not be liable for delays in
delivery of proposals due to handling by the U.S. Postal Service or any other type of delivery service. Faxed or
emailed submittals will not be accepted.
Each bid shall be in accordance with the bid documents available free of charge on-line through Builders Exchange of
Washington, Inc. at http://www.bxwa.com., Click on. "bxwa.com"; "Posted Projects"; Public Works"; "City of Tukwila",
and "Project Bidding". Bidders are encouraged to "Register as a Bidder" in order to receive automatic e-mail notification of
addenda and to be placed on the "Bidders List'. This service is provided free of charge to Prime Bidders, Subcontractors
and Vendors bidding this project. Contact Builders Exchange of Washington at (425) 258-1303; should you require further
assistance. Informational copies of any available maps; plans, specifications, and subsurface information are on file for
inspection in the office of the Tukwila City Engineer; at the Public Works Department.
All bid proposals shall be submitted according to the Information for Bidders and be accompanied by a bid proposal
deposit in the form of a cash deposit; certified or cashier's check; postal money order; or surety bond made payable to the
City of Tukwila; for a sum not less than five percent (5%) of the amount of such bid, including sales tax. Should the
successful bidder fail to enter into such contract and furnish satisfactory payment and performance bonds within the
time stated in the specifications; the bid deposit/bond shall be forfeited to the City of Tukwila.
The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contracts entered into pursuant to
this advertisement, minority business enterprises 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; sex or national origin in consideration for an award.
The City reserves the right to reject any and all bids or waive any informalities in the bidding and make the award as
deemed to be in the best interest of the City.
Project Manager: David. Baus(aDtukwilawa gov
Published Seattle Times: July 8, 2025 and July 15; 2025
Published Daily Journal: July 8, 2025 and July 15; 2025
GPM Development
Corporacion
DDA ICON Materials
2025 OVERLAY PROGRAM
JULY 2025
Prrevided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
Information for Bidders 1-2
INFORMATION FOR BIDDERS
The following supplements the information in the Call for Bids:
1. Pre -Bid Conference
A pre-bid conference will not be held for this project.
2. Examination of Plans, Specifications, and Site
Before submitting his bid, the Contractor shall carefully examine each component of the Bid Documents
prepared for the Work and any other available supporting data so as to be thoroughly familiar with all the
requirements. However, the Owner or Consulting Engineer will not assume responsibility for variations
of subsoil quality or condition at locations other than places shown and at the time investigation was
made (if any). The availability of this information shall not relieve the Bidder of his duty to examine the
project site nor of any other responsibility under the Contract.
The Bidder shall make an alert, heads -up, eyes -open reasonable examination of the project site and
conditions under which the Work is to be performed, including but not limited to: current site topography,
soil and moisture conditions; underground obstructions; the obstacles and character of materials which
may be encountered; traffic conditions; public and private utilities; the availability and cost of labor; and
available facilities for transportation, handling, and storage of materials and equipment. Failure to become
familiar with the site conditions prior to the bid shall void the contractor from future claims or changes due
to site conditions.
See Section 1-05.14 of the Special Provisions for identification of any other work that is to be performed
on or near the project site by others.
3. Property Issues — Permits, Easements, Licenses to Construct
All bidders shall base their bids upon full restoration of all property within the right-of-way and easements,
and wherever Bidder will have'license to construct'. The easements and license to construct documents
that have been acquired are available for inspection and review. The Bidder is advised to review the
conditions of the permits, easements, and licenses to construct, as he shall be required to comply with
all conditions at no additional cost to the Owner. All other permits, licenses, etc., shall be the
responsibility of the Bidder. The Bidder shall comply with the requirements of each.
4. Interpretation of Bid Documents
The Bidder shall promptly notify Owner of any discovered conflicts, ambiguities, or discrepancies in or
between, or omissions from the Bid Documents. Questions or comments about these Bid Documents
should be directed via email submission to the attention of: David Baus, David. Ba us(cbtukwilawa.gov
and Megan Eide Florsheim P.E., mega n.eide @_psomas.com.
Questions received less than three (3) days prior to the date of bid opening may not be answered. Any
interpretation or correction of the Bid Documents will be made only by addendum, and a copy of such
addendum will posted to the BXWA project site for download by the prospective bidder. The Owner will
not be responsible for any other explanations or interpretations of the Bid Documents. No oral
interpretations of any provision in the Bid Documents will be made to any Bidder.
5. Special Schedule Considerations/Sequencing of Work
GPM Development
Corporation
DBA ICOR! Materials
2025 OVERLAY PROGRAM
mnAr IN1.
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 7
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
Information for Bidders
1-3
• The Contractor shall provide a minimum of 72 hours advance notice to adjacent property owners
in the event that the Contractor's operation will imped driveway access.
• Contractor shall provide temporary traffic control, driveway access, safe access for pedestrians,
and appropriate signing during construction
• Driveways shall be accessible and usable by adjacent residents at the close of each day.
• Contractor shall sequence and control work activities such that work shall not be performed at
more than two work sites at any given time except as approved by the Engineer. All locations
must have full coverage inspection.
6. Wages
Washington State Prevailing Wage rates apply to this project. The Owner requires strict adherence
to, and will monitor compliance with, applicable wage rates. Weekly Certified Payrolls are
required. All Contractors are responsible for payment of prevailing wages to all "workers employed
directly upon the site of the work" under the contract. All Contractors shall provide weekly certified payroll
reports that are complete and comply with State law and the conditions set out in the Contract
Documents. The Contractor is also responsible for the compliance to the above requirements of all
Subcontractors and Sub -Subcontractors. All contractors shall complete and provide all Owner required
documentation and forms. Non-compliance with the above requirements will result in denial of the
Contractor's application for payment. No exceptions will be made.
State Sales Tax (see also APWA GSP 1-07.2 in Special Provisions)
The work on this contract is to be performed upon lands whose ownership obligates the Contractor to
pay State sales tax. The Contractor shall include Washington State retail sales taxes in the various unit
and lump sum bid prices of the contract, in compliance with State Department of Revenue Rule 171.
These retail sales taxes shall include those the Contractor pays on purchases of materials, equipment,
and supplies used or consumed in doing the work. All tax payments shall be based on actual quantities
used, regardless of quantities stated in the Proposal.
8. Bidding Checklist
All bids shall be submitted on the exact forms provided in these Bid Documents, and listed below. Failure
to submit any of these forms is grounds for rejection of the bid. The only exception is if the bidder follows
the directions for Bids Submitted on Computer Printouts, following the bid proposal forms.
Sealed bids for this proposal shall be submitted as specified in the Call for Bids. Each bid must be
submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and must be
clearly marked with the name and number of the project for which the bid is submitted:
BID FOR 2025 OVERLAY PROGRAM
All bids will remain subject to acceptance for ninety (90) days after the day of the bid opening.
a. Proposal — Bidders must bid on all items contained in the Proposal. The omission or deletion of
any bid item will be considered nonresponsive and shall be cause for rejection of the bid.
CPM Development
Corporation
2025 OVERLAY PROGRAM DBA ICON Materials JULY 2025
Pr®vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
Information for Bidders
2
b. Bid Security/Bid Bond — Bid Bond is to be executed by the Bidder and the surety company
unless bid is accompanied by a cash deposit, certified or cashier's check, or postal money order.
The amount of this security/bond shall be not less than five percent (5%) of the total bid, including
sales tax, if applicable, and may be shown in dollars. Surety must be authorized to do business in
the State of Washington, and must be on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
The Bid Security form included in these Contract Provisions MUST be used; no substitute
will be accepted. If an attorney-in-fact signs bond, a certified and effectively dated copy of their
Power of Attorney must accompany the bond.
The deposit of the successful Bidder will be returned provided Bidder executes the Agreement,
furnishes satisfactory Payment and Performance Bond covering the full amount of work, and
provides evidence of insurance coverage, within ten (10) days after Notice of Award. Should Bidder
fail or refuse to do so, the Bid Deposit or Bond shall be forfeited to the City of Tukwila as liquidated
damages for such failure.
The Owner reserves the right to retain the security of the three (3) lowest bidders until the successful
Bidder has executed the Agreement and furnished the bond.
Non -Collusion Affidavit — Must be filled in, signed, and notarized.
Responsible Bidder Determination Form
Proposed Equipment and Labor Schedule
Proposed Subcontractors, if required
Regarding forms d, e, and f, the Owner reserves the right to check all statements and to judge the
adequacy of the Bidder's qualifications, and to reject Bidder as not responsible based on this
information.
9. Contract Checklist
The following forms are to be executed by the successful Bidder after the Contract is awarded. The
Agreement and Payment and Performance Bond are included in these Bid Documents and should be
carefully examined by the Bidder.
Agreement — Two (2) copies to be executed by the successful Bidder.
b. Payment and Performance Bond — Two (2) copies to be executed by the successful Bidder
and its surety company. This bond covers successful completion of all work and payment of all
laborers, subcontractors, suppliers, etc. The bond continues in effect at ten percent (10%) of the
total price bid for one year after final acceptance of the Work.
The bond form included in these Bid Documents MUST be used; no substitute will be
accepted. If an Attorney-in-fact signs bond, a certified and effectively dated copy of their Power of
Attorney must accompany the bond.
c. Certificates of Insurance — To be executed by an insurance company acceptable to the
Owner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special
2025 OVERLAY PROGRAM
JULY 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
Information for Bidders
1-5
Provisions (APWA GSP). The Owner and Consulting Engineer retained by Owner shall be named
as "Additional Insureds" on the insurance policies.
The above bid and contract documents must be executed by the Contractor's President or Vice -President
if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to
execute contracts, a copy of the resolution or other minutes establishing this authority must be attached
to the Proposal and Agreement documents.
2025 OVERLAY PROGRAM
JULY 2025
Prfdded to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171 EBBAEF39
P-1
PROPOSAL
(unit price)
CPM Development Corporation
Contractor's Name DBA ICON Materials
Contractor's State License No. ICONM"982CF
City of Tukwila Project Nos. 82510401
To the Mayor and City Council
City of Tukwila, Washington
The undersigned (Bidder) hereby certifies that he personally examined the location and construction
details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled 2025
OVERLAY PROGRAM, which consists of, but is not limited to Hot Mix Asphalt (HMA) overlay of 511
Ave S including planing bituminous pavement, grinding and reuse of asphalt pavement, removing
pavement and pavement repairs, installation of concrete curbs, sidewalks, driveways and ramps,
adjustment of junction boxes, adjusting surface utilities to grade, installing new channelization and
signage, providing all necessary traffic control labor and devices; the work shall include providing
temporary erosion/water pollution control and other items necessary to complete the Work as shown
on the Contract Documents; and has read and thoroughly understands these Documents which
govern all Work embraced in this improvement and the methods by which payment will be made for
said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake
and complete all Work embraced in this improvement in accordance with these Contract Documents
and at the following schedule of rates and 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, (check one) N(bid bond or ❑ cash, ❑ cashier's check, ❑ certified check,
or ❑ postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total
Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within
ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an
Agreement and furnish the required Payment and Performance Bond and liability insurance within
ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit
or Bond accompanying this Proposal shall be forfeited and become the property of Owner as
liquidated damages, all as provided for in the Bid Documents.
Bidder shall attain Physical Completion of all Work in all respects within Forty (40) working days from
the date stated in the written Notice to Proceed. If the work is not completed within this time period,
Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard
Specifications for every working day work is not Physically Complete after the expiration of the
Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering
inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay.
2025 OVERLAY PROGRAM JULY 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 11
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171 EBBAEF39
Proposal
2025 Annual Overlay & Repair Program
City of Tukwila
Project No. 82510401
UFA
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. 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. Applicable sales tax
shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171.
Item
No.
Spec
Section
No.
Item Description
Qty
Unit
Unit Price
Amount
ROADWAY
1
1-04
Unexpected Site Changes
1
FA
$ 20,000.00
$ 20,000.00
2
1-05
ADA Features Surveying
1
LS
$7,560.00
$7,560.00
3
1-07
Resolution of Utility Conflicts
1
FA
$ 10,000.00
$ 10,000.00
4
1-07
SPCC Plan
1
LS
$180.00
$180.00
5
1-07
Employee Apprenticeship Program (EAP) Utili
1
LS
$180.00
$180.00
6
1-07
Apprenticeship Hours
200
HR
$73.00
$14,600.00
7
1-07
Apprenticeship Utilization Goal Assessment
1
CALC
$ (5,00)
$ (5.00
8
1-09
Mobilization
1
LS
$137,000.00
$137,000.00
9
1-10
Pro ect Temporary Traffic Control
1
LS
$163,000.00
$163,000.00
10
2-01
Roadside Cleanup
1
FA
$ 5;000.00
$ 5,000.00
11
2-01
Clearing and Grubbing
1
LS
$4,800.00
$4,800.00
12
2-02
Removal of Structures and Obstructions
1
LS
$5,000.00
$5,000.00
13
1 2-02
Asphalt Pavement Removal Incl. Haul
800
SY
$43.00
$34,400.00
14
2-02
Cement Conc. Curb Removal Incl. Haul
390
LF
$13.00
$5,070.00
15
2-02
Cement Conc. Sidewalk Removal Incl. Haul
130
SY
$64.00
$8,320.00
16
2-02
Roadway Excavation Incl. Haul
270
CY
$106.00
$28,620.00
17
2-03
Unsuitable Foundation Excavation Incl. Haul
140
CY
$67.00
$9,380.00
18
4-04
Crushed Surfacing Top Course
2060
TON
$56.00
$115,360.00
19
5-03
HMA Joint Seal at Bridge End
240
LF
$100.00
$24,000.00
20
5-04
Pavement Repair Excavation Incl. Haul
550
CY
$110.00
$60,500.00
21
5-04
HMA Cl. 1/2" PG 58H-22
5520
TON
$121.00
$667,920.00
22
5-04
HMA for Pavement Repair Cl- 1/2" PG 58H-22
390
TON
$166.00
$64,740.00
23
5-04
Temporary Pavement
390
TON
1$153.00
$59,670.00
24
5-04
Thickened Ede
3120
LF
$3.25
$10,140.00
25
5-04
Planinq Bituminous Pavement
10930
SY
$7.20
$78,696.00
26
7-03
Storm Drain Marker
43
EA
$43.00
$1,849.00
27
7-05
Adjust Storm Manhole
3
1 EA
1$1,100.00
$3,300.00
28
7-05
Adjust Sewer Manhole
22
1 EA
$700.00
$15,400.00
Prijv�ded to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
Proposal
2025 Annual Overlay & Repair Program
City of Tukwila
Project No. 82510401
P-3
Item
No.
Spec
Section
No.
Item Description
Qty
Unit
Unit Price
Amount
29
7-05
Adjust Catch Basin
43
EA
$900.00
$38,700.00
30
7-05
Rectangular Frame and Vaned Grate
14
EA
$375.00
$5,250.00
31
7-05
Rectangular Frame and ADA Grate
16
EA
$375.00
$6,000.00
32
7-05
Catch Basin Type 2, 48 In. Diam.
1
EA
$15,000.00
$15,000.00
33
7-12
Adjust Water Valve
59
EA
$550.00
$32,450.00
34
8-01
Erosion Control and Water Pollution Preventio
1
LS
$600.00
$600.00
35
8-04
Cement Conc Curb and Gutter
460
LF
$39.00
$17,940.00
36
8-04
Cement Conc. Pedestrian Curb
30
LF
$44.00
$1,320.00
37
8-04
Cement Conc. Extruded Curb
140
LF
1$40.00
$5,600.00
38
8-11
Guardrail Repair
90
LF
$130.00
$11,700.00
39
8-13
Adjust Monument Case and Cover
5
EA
$725.00
$3,625.00
40
8-14
Cement Conc. Sidewalk
230
SY
$60.00
$13,800.00
41
8-14
Cement Conc. Curb Ramp Type Perpendiculai
8
EA
1 $3,100.00
$24,800.00
42
8-14
Cement Conc. Curb Ramp Type Parallel
1
EA
$3,100.00
$3,100.00
43
8-14
Detectable Warning Surface
120
SF
$55.00
$6,600.00
44
9-12
lEcology Block
21
EA
$325.00
$6,825.00
TRAFFIC CONTROL DEVICES
45
8-21
Permanent Signing
1
LS
$55,000.00
$55,000.00
46
8-22
Plastic Traffic Arrow
7
EA
$258.00
$1,806.00
47
8-22
Plastic Traffic Letter
8
EA
$166.00
$1,328.00
48
1 8-22
Plastic Pedestrian Marking
14
EA
1$400.00
$5,600.00
49
8-22
Plastic Stop Line
180
LF
$28.00
$5,040.00
50
8-22
Plastic Crosswalk Line
250
LF
$21.00
$5,250.00
51
8-22
Paint Line, 4 Inch
11000
LF
$0.98
$10,780.00
52
8-22
Plastic Line 4 Inch
34700
LF
$2.00
$69,400.00
53
8-22
Plastic Line 6 Inch
10780
LF
$3.00
$32,340.00
54
8-23
Temporary Pavement Markings
31930
LF
$0.50
$15,965.00
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 13
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C1 71 EBBAEF39
Proposal
2025 Annual Overlay & Repair Program
City of Tukwila
Project No. 82510401
P-4
Total Bid..........................................................$1,984, 599.00
Note: Determination of low bidder will be based solely on the'Total Bid'.
PrpVed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Spec
Item
Section
Item Description
Qty
Unit
Unit Price
Amount
No.
No.
ROADSIDE DEVELOPMENT
55
8-02
Property Restoration
1
FA
$ 10,000.00
$ 10,000.00
FRANCHISE UTILITY ITEMS
568-19
Ad Just Franchise UtilityManhDle/Vault
3
EA
$2,700.00
$8,100.00
57
8-19
Adjust Gas Valve
16
EA
$1,000.00
$16,000.00
Total Bid..........................................................$1,984, 599.00
Note: Determination of low bidder will be based solely on the'Total Bid'.
PrpVed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
P-5
Bids Submitted on Computer Printouts
Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may
submit an original computer printout sheet with their bid, as long as the following requirements are met:
1. Each sheet of the computer printout must contain the exact same information as shown on the hard-
copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc.
2. The computer printout of the Bid Proposal must have the exact certification language shown below,
signed by the appropriate officer of the firm.
3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which
acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc.
If any of these things are missing or out of order, the bid may be rejected by the Owner.
The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and
used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail
over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal
sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the
computer printout will be used to determine the bid.
Put this certification on the last sheet of the Bid computer printout, and sign:
(YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid
items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated
using these unit prices and no other information from this print-out. ( YOUR FIRM'S NAME) acknowledges and
agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid
amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated
quantities shown on the Bid form then totaling all of the extended amounts.
(� D—Signed by:
Signed: I Mavis 1;i" ff,Lr
'--E05F034534F9436.,.
Title: Construction Manager
Date: July 22nd, 2025
2025 OVERLAY PROGRAM JULY 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 15
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C1 71 EBBAEF39
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum
No.
2
Date of Receipt
July 17th, 2025
Addendum
No.
2
4
Date of Receipt
NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the
Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified.
By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid
Documents and will provide the required coverage.
The below signed bidder acknowledges that bids must be complete and submitted for the the entire
Bid Schedules. Partial or incomplete bids will not be considered.
The Basis for determining the low bidder shall be the lowest TOTAL BID.
TOTAL BID:
$ $1,9847599.00
Note: Unit prices for all items, all extensions and the total amount of bid must be shown. All
entries must be typed or entered in ink.
The Surety Company which will furnish the required Payment and Performance Bond is
Fidelity & Deposit Company of Maryland of 1299 Zurich Way, Schaumburg, IL 60196-1056
(Name) (Address)
Bidder: CPM Development Corporation DBA ICON Materials
Signature of Authorized Official:
Printed Name and Title: Tami Cain, Assistant Secretary
Address: 415 Lakeside Way SW, Mattawa, WA
Circle One: Individual/ Partnership/ State of Incorporation: Washington
Joint Venture / or ora Ion
Phone No.: (206) 575-3200 Date: 21 -Jul -2025
This address and phone number is the one to which all communications regarding this proposal should be sent.
NOTES:
1. If the Bidder is a co -partnership; give firm name under which business is transacted, proposal must be executed by a
partner. If the Bidder is a corporation; proposal must be executed in the corporate name by the president or vice-president
(or any other corporate officer accompanied by evidence of authority to sign).
2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the
Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit
price or extension for one or more bid item(s), the proposal will be rejected.
2025 OVERLAY PROGRAM JULY 2025
PT6ded to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C 171EBBAEF39
DATE OF ADDENDUM ISSUE:
DATE OF BID OPENING:
ADDENDUM NO. 1
City of Tukwila, Washington
2025 Overlay Program
Proiect No: 82510401
July 17, 2025
July 22, 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 Sheet or by signing in the space provided below and submitting the signed addendum
with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's
submittal.
CONTRACT PROVISIONS
1. Notification:
The City of Tukwila and WSDOT are in the final approval stages of a construction permit for the
contract work within WSDOT Limited Access. A copy of the permit conditions will be furnished to
contractor when approved.
2. Proposal Pages:
DELETE Proposal Pages P7— P8 and REPLACE with the Attached Proposal Pages P7 — P8.
3. Contract Specifications:
Revise the first paragraph of 1-08.0(2) to state the following:
(Special Provision)
New
Typical work hours for the non -limited access planing and paving activities within each site are restricted to
the hours shown below.
8 -hour period between 7:00 a. m. and 6.00 p.m.
Typical work hours for the limited access planing and paving activities shall conform to the construction permit
between lIVSDOT and the City of Tukwila. The contractor shall anticipate work hours for contract work within
limited access outside the typical 6 -hour period established herein.
Add a third paragraph to 1-08.4 Notice to Proceed and Prosecution of Work
Contract work shall not proceed within WSDOT Limited Access until the final construction permit is granted to
the City of Tukwila and furnished to the Contractor.
4. Plan Sheets:
Add sheet 39, Detour for 518 off ramp left turn closure, at the end of the plan set. The total sheet count is
now 39.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided
on the Proposal Signature Sheet or by signing in the space provided below and submitting the
2025 Overlay Program
Addendum No.1
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 17
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C1 71 EBBAEF39
signed addendum with the bid package. Failure to provide this written acknowledge may result in
disqualification of the Bidder's submittal.
Sincerely,
David Baus
Project Manager
City of Tukwila
Receipt acknowledged, and conditions agreed to this 17th day of MY 2025
�Dolc1uuSigned by:
Biddern..' II
_
Signature
2025 Overlay Program
Addendum No.1
Pritded to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
BID SECURITY
P-7
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in
the form of a cash deposit, certified or cashier's check, or postal money order in the amount of
dollars ($ ).
IM61:4121
Bid Bond: The undersigned, CPM Development Corporation DBA ICON Materials (Principal),
and Fidelity & Deposit Company of Maryland (Surety), are held and firmly bound unto the
City of Tukwila (Owner) in the penal sum of Five Percent of Total Amount Bid
dollars ($ 5% of Total Amount Bid ), which for the payment of which
Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of
this Bid Bond.
Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the
total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for
2025 OVERLAY PROGRAM, Project No. 82510401, according to the terms of the Proposal and Bid
Documents.
Now therefore,
a. If the Proposal is rejected by Owner, or
b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful
performance of said Project and for the payment of all persons performing labor or furnishing
materials in connection therewith, with Surety or Sureties approved by Owner,
then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal
shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the
Bid Bond, as penalty and liquidated damages.
The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension
of time within which Owner may accept bids; and Surety does hereby waive notice of any such
extension.
Signed and dated this 21 day of July , 20 25
CPM Development Corporation DBA ICON Materials Fidelity & Deposit Company of Maryland
r—D*10S11111d ay:
Principal Surety
By rt�o so tlby:
� &.- Paw.
g ature of Authorized Official Tami Cain Attorney in Fact (Attach Power of Attorney)
Kristin Portillo
Assistant Secreta
Title
Name and address of local office of
agent and/or Surety Company:
Fidelity & Deposit Company of Maryland
1299 Zurich Way
Schaumburg, IL 60196-1058
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 9-02.7 of the Standard Specifications.
2025 OVERLAY PROGRAM JULY 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 19
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 l 5th 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 Z'UD day of j 14 L=f 17-0% .
�,"Ildlp„� V,,,,xwIM�4 MN wasv,
USEAL m fE
x
s
oe
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
reportsfclaim s64urichna. com
800-626-4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
20
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171 EBBAEF39
NON -COLLUSION DECLARATION
STATE OF WASHINGTON )
ss.
COUNTY OF KING )
The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership,
joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly,
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free competitive bidding in connection with the City of Tukwila project named 2025 OVERLAY
PROGRAM, Project No. 82510401.
CPM Development Corporation DBA ICON Materials
Name of Firm
DxuSamnnU by:
�C—flcEaBan 0epctUl
Signature of Authorized Official Tami Cain
Assistant Secretary
Title
Signed and sworn to before me on this 21 day of July 20_25__
S1. d b
0-61 `u""2" Wendy Hayes
arosrmrxez�•io...
Signature of Notary Public in and for the State of Washington, residing at Algona, Washington
My appointment expires
DS
SEAL
r irni 1
02/07/2026
To report bid rigging activities call:
NOTICE TO ALL BIDDERS
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday
through Friday, 8:00 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.
2025 OVERLAY PROGRAM
JULY 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 21
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: CPM Development Corporation DBA ICON Materials
Address of Bidder: 1508 Valentine Ave SE
Pacific WA
City State
Contractor's License No. ICONM**982CF WA State UBI No
601-006-854
Dept. of L& I
License Bond Registration No. 8876949 Worker's Comp. Acct. No
98047
Zip Code
700,174-00
Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture &Incorporated in the state of WA
If Out -of -State Corporation, has Bidder complied with WA Corporation laws? ❑ YES ❑ NO
List business names used by Bidder during the past 10 years if different than above
SEE ATTACHED
Year
Bank Reference Bank of America Lois D. Marshall (800) 325-6999
Bank Account Officer Officer's Phone
No. of regular full-time employees: 125+
Number of projects in the past 10 years completed: 15%ahead of schedule 85%on schedule
behind schedule
Total value of contracts in hand (gross): $ 78,897,804
Bidder has been in business continuously from 1960
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 64 years.
As a subcontractor for 64 years.
Describe the general character of work performed by your company:
Asphalt concrete paving, aggregates, road construction, and grading.
List major equipment anticipated for this project; state whether Contractor -owned, or if it will be rented
or leased from others.
SEE ATTACHED
2025 OVERLAY PROGRAM
JULY 2025
Prr zed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
A CRH COMPANY
PAST COMPANY NAMES
The current business name, ICON Materials, (dba of CPM Development Corporation)
has been in use since January 1, 2002. The company was formed April 1998 to purchase
the assets and continue the operations of M.A. Segale, Inc. a Washington Corporation
since 1960.
CPM Development Corporation DBA ICON Materials Jan. 1, 2002 to Present
ICON Materials, Inc. June 2000 to Dec 2001
Oldcastle NW, Inc., d/b/a M.A. Segale, Inc. April 1998 to June 2000
M. A. Segale, Inc. Startup 1960 to April 1998
23
Responsible Bidder Determination Form
P-10
List the supervisory personnel to be employed by the Bidder and available for work on this project
(Project Manager, Principal Foreman, Superintendents, and Engineers):
1RNIV
Bill Johnson
Steve Nelson
Lauren Worrel
Jake Webster/Trevor Warren
Title
Superintendent/Estimator
Paving Manager
Paving Superintendent
Paving Foreman
How Lonq With Bidder
37 years
5 years
6 years
12 years
Name the Surveyor to be used on this Project who will directly supervise all surveying activities.
Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor
licensed in the State of Washington (a PLS)? Yes ❑ No
Surveyor's Name: American Surveying & Enviromental, LLC
List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous
experience working with these firms, if any.
Subcontractor
Scope of Work
No of Previous
Contracts
Worked with
Bidder
Transportation Systems, Inc.
Concrete
>10
Dirt & Aggregate Interchange Inc.
Guardrail
2
C.R. Contracting
Joint Sealing
2
Ground Up Road Const.
Milling
>10
See next page for more subcontracors
List all those projects of similar nature and size completed by Bidder within the past 10 years. Include
a reference for each. Any attached preprinted project listing must include all this information. Bidder
must have at least 10 years' experience working on projects of similar nature and size.
Year Contract
Project Name Completed Amount Owner/Reference Name and Phone
SEE ATTACHED
CPM Development
IN Corporation
DBA ICON Materials
2025 OVERLAY PROGRAM
JULY 2025
Pr2v4ded to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Subcontractor
Scope of Work
No of Previous
Contracts
Worked with
Bidder
Specialized Pavement Marking, LLC
:-"avement Markings
>10
Northwest Traffic, Inc.
Permanent Signing
>10
Cascade Utility Adjusting
Utility Adjusting
>10
CPM Development
Corporation
DBA ICON Materials
25
American Surveying & Environmental. LLC
Land SU�,yc SL.0-WINM,
PRINCiPAL U-Sl_JMES
Michael Sjohn, Director of Surveys, Principal
Registered Professional Land Surveyor No. 45174 (WA)
Certified Federal Surveyor No, 1570
Michael has more than twenty-five years' of experience in the land surveying profession. During
this time he has conducted and supervised cadastral surveys, topographic surveys and
r:onstruction layout surveys•, and been involved as project manager of many different types and
sizes of projects. He has vast experience drafting numerous types of survey maps, including
boundary surveys, topographic, ALTA, condominium, wetland delineation, long and shark plats,
G15 mapping, and boundary line adjustments. In addition, he is well -versed at preparing various,
types of legal descriptions and easement documents including exhibit maps using Autodesk Civil
3D, Michael also has ample experience conducting and supervising FEMA Elevation Certificate
surveys used for flood insurance. Michael has a very methodic and systematic approach to
insure a high level of quality control, His attention to detail and careful project approach makes
him a valuable member of ASE's professional team.
Michael's experience also includes performing complex boundary computations and construction
staking pre -calculations for a variety of different projects in bath the private and public sector.
His project experience range includes small residential lots, large site development projects; bath
private and public, airports, county roads and state highways. He is highly capable and has the
experience needed to simultaneously manage multiple projects from beginning to completion
with accuracy and attention to detail and the ability to maintain recloired project budgets and
gime constraints.
In June of 2012 Michael received Certified Federal ,Surveyor (CFedS) statu ; from the United
States Department of the. Interior, Bureau of Land Management. The CFedS program, which has
been approved by the U.S. Secretary of the Interior, was designed specifically to enhance the
level of knowledge and expertise in the professional land surveying community for surrey work
performed on federal lands and especially on Indian trust lands. To earn the CFedS designation,
professional land surveyors must complete approximately 1.20 hours of course materials
prepared by the BLM's National Training. Center, in Phoenix, Arizona, and pass the certification
examination. To maintain the certification, a CFedS must complete 10 hours of continuing
education annually. This certification has provided Michael the additional knowledge and skill to
offer superior boundarysurvey practice.
Page 5A
26
1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 . Tel. (425) 881-7430 .
Fax (425)$81-7731 avviw.anierican-engineee:rinp.net
CPM Development
Corporation
DBA iCON Materials
City of Algona
Algona, WA Ellingson Road Overlay
Kang County
Various Locations, King County, WA 2024 Countywide Pavement P-
-ti -City of Tukwila
Tuktnla, WA 2024 Tukwila Oveday Program
City of Kent
Kent, WA 2024 Pavement Preservation
City of Fife
Fife, WA North Levee Road Oveday
City of Des Moines
Des Maines, WA 2024 Oveday Project
City of Federal Way
Federal Way, WA
City of Kent
Kent WA
Dry of Federal Way
Federal Way, WA
city of Covington
Covington, WA
City of Burien
Sun- WA
City of Enumuaw
Enumclaw, WA
City of snoqualmie
Snoquaimie, WA
City of Snoquaime
Snoqualmie, WA
City of Kent
Kant WA
City of Federal Way
Federel Way, WA
City of Buren
Bunen, WA
City of Tukwila
WA
Military Road South Pr —IJon Project
Excavation. Paving, Grading
Ulilties. Concrete. Ebctrioal
(Signals), Traffic Control,
Project Manager
Est. Spring
Brian Scurwine
^' —OR PROJECTS, 11ru-2024
$630,918
2025
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171 EB6AEF39
Pnme
Excavation, Paving, Grading,
IOWNER/GENERAL
CONTRACTAMT/ COMPLETION
FED$
NAME/LOCATION PROJECT NAME/LOCATION
CLASS OF WORK
FINALAMT DATE
CONTACT PIS YM
(Sgnale), Taffc Control,
Excavation, Paving, Grading,
Est. Sprung
Sujay Shandil
Est 2024
Ulilties, Concrete, Electrical
$3,764,880
2025
City of Milton
(Signals), TraRc C-1,ol,
November
Bran Sourwine
Millon, WA Milton My 6 Porter Way Overlay
Stnping
$482,257 2024
425-753-1124 Prime
City of Algona
Algona, WA Ellingson Road Overlay
Kang County
Various Locations, King County, WA 2024 Countywide Pavement P-
-ti -City of Tukwila
Tuktnla, WA 2024 Tukwila Oveday Program
City of Kent
Kent, WA 2024 Pavement Preservation
City of Fife
Fife, WA North Levee Road Oveday
City of Des Moines
Des Maines, WA 2024 Oveday Project
City of Federal Way
Federal Way, WA
City of Kent
Kent WA
Dry of Federal Way
Federal Way, WA
city of Covington
Covington, WA
City of Burien
Sun- WA
City of Enumuaw
Enumclaw, WA
City of snoqualmie
Snoquaimie, WA
City of Snoquaime
Snoqualmie, WA
City of Kent
Kant WA
City of Federal Way
Federel Way, WA
City of Buren
Bunen, WA
City of Tukwila
WA
Military Road South Pr —IJon Project
Excavation. Paving, Grading
Ulilties. Concrete. Ebctrioal
(Signals), Traffic Control,
Exravalion, Paving, Grading,
Est. Spring
Brian Scurwine
Striping
$630,918
2025
425753-1124
Pnme
Excavation, Paving, Grading,
UtIties, Concrete, Electrlal
Ore. Holwmb
(Sgnale), Taffc Control,
64th Ave S. (EVH) Preservadon
Est. Sprung
Sujay Shandil
Est 2024
Striping
$3,764,880
2025
206423-9181
Prime
Excavation, Paving, Gradnrg,
UEldod, Concrete, EI -trial
UGllles, Concrete, Electrical
(Signals), Trarcc Corbel,
December
David Eau.
SMping
$667,538
2024
206-019-1698
Prime
Excavation, Paving, Grading,
$927,576
Est 2D24
2536614900
Pnme
Ulilties, Concrete, El antral
Excavation, Paving, Grading,
(Sgnals), Traffic Control,
Brian Shields
UtilGes, Concrete, Electrial
Striping
$4,771,296
EST 2024
253-293-0973
Prime
Excavation, Paving, Grading,
(Signals), TaRc Control,
Bob Lindskov
Utilbes, Concrete, Electrical
SE 256th St— Overlay
Striping
$454,B50
(Signals), Traffic Control,
253460.2400
Prime
Ken Gunther
Shlping
$586,234
EST 2024
253-696-8203
Prime
Excavation, Paving, Grading,
Unities, Concrete, Ebctrisal
Uzi- , Concrete, EI—t—1
(Signals), Traffic Contra,
(Signals), T.M. Control,
Cavid Traub
John Beuvog
Stnping
$1,211,177
EST 2024
253504-6602
Pnme
Excavation, Paving, Grading,
No
Excavation, Paving, Grading,
Utiltas, Concrete, Eleotnal
(signals), Taflc Central,
Jeff Huynh
Striping
$956,369
EST 2024
2518352721
Prime
27
Exravalion, Paving, Grading,
Ulilties, Concrete, EI—al
(Signals), TaRc Control,
Ore. Holwmb
64th Ave S. (EVH) Preservadon
Striping
$2,600,556
Est 2024
253-856-5508
Prime
Exc vatian, Paving, Gradhg,
UGllles, Concrete, Electrical
(Sgnals), Ta Rc Control,
Jonathan Strong
S 226th St Road Diol
Stnping
$927,576
Est 2D24
2536614900
Pnme
Excavation, Paving, Grading,
UtilGes, Concrete, Electrial
(Signals), TaRc Control,
Bob Lindskov
SE 256th St— Overlay
Striping
$454,B50
Est 2024
253460.2400
Prime
No
Exavaton, Paving, Grading,
Unities, Concrete, Ebctrisal
(Signals), Traffic Contra,
Cavid Traub
2023 Pavement Management Program-Oveday Project
Striping
$570,252
Octaber 2023
206988-5078
Prime
No
Excavation, Paving, Grading,
UGldea, Concrete, Electrical
(Signals), TnRc Control,
Dwayno Walker
2023 Street Pavement Rehabilitation
Striping
$242,748
Est 2023
360615-5730
Primo
No
ExcavaHan, Paving, Grading,
UVties, Concrete, Electrical
(Signals), Traff, Control,
Hind Ahmed
2023 Overlay Proled
Striping
$522,095
E.12024
425-507-5480
Prime
No
Excavation, Paving, Grading,
Ulilties, Concrete, El—iml
(Signals), TaRc Control,
Hlnd Ahmed
Snoqualmie Parkway Rehabilitation Propcl
Striping
$3,744,494
Eat 2023
425-507-5480
Prime
No
Excavation, Paving, Grading,
Wilt—, Concrete, Electrical
(Signals), TaRc Control,
Brian Shields
2023 Asph.k Ovedays
Striping
$2,872,118
Est 2023
253-2934973
Pnme
No
Excavation, Paving, Grading.
Ulilties, Concrete, Electrical
(Signals), Traffic Control,
John Cole
2123 Aapf h Oveday Project
Striping
$3,421,942
Est 2023
253$35-2718
Prime
No
re , septan
Paving, Aggregelee, Srip,q, TaMk
A.-Io,St,
December
David Taub
2022 Pavement Management Program - Oveday Pajed
camral
$656,148
21122
206-0365552
Prima
Na
ExavMion, Raring, Gm nspaa
Tukwila,
Tu
T
Paring, Agpegalec SallanV , TreRrt
Adib Altallal
eol.aoaaru
v,.au.n.^�ila zi tan. viat
Tukvtila Parkway Emergency Repair
—I
$495,595
Est 2022
2(16-240-0633
Prime
Na
27
Project Managar
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171 EBBAEF39 'GR PROJECT., Third -2624
10—ER/GENERAL CONTRACTAMT/ COMPLETION FED$
NAMElLOCATION PROJECT NAME/LOCATION CLASS DF WDRK FINAL AMT DATE CONTACT PIS Y/N
KMg county Various
Exuvatlon, Grad,no C, ehi,
Splay Shandil206-
seesThroughoutSiaLounty
2022 Countyvnde Pavement Preservation
Ebctrkal(6lgnals), Tai Lontrol
$3,614924
Eat 2023
4239181
Prime No
King County
No
Exwvai Grading, Cancrum,
Excavation, Paving, Grading,
Lee nn Snyder
Seattle, WA
SE Kam Kanglay RD @ Landsburg RD SE
Ebctrkal (Signals), Trallc Lontrol
$202,222
Est 2023
206-2633517
Prime No
Chad Bieren
Excavation, Plan,, C—elo,
Kent WA
2021 Aell Overlays
(Signals), Milling
C lty of Algona
Eat 2023
Aspha4 Paving, Aggragatos
Prime
No
Bnan Sourv+irre
Algona, WA
2022 Overlay Project
6utpag, Trunk Coneol
$168,030
October 2022
206-284-O
No
CenlerPolnl Sita Vert Construction
Asphalt Paving
$543,438
Est 2023
503332-1163
Calvin Nun 206
No
Burlington Northern Santa Fe
South Seattle Intermodal Facility
Asphalt paving, Milling, Striping
$1,982,347
Est 2025
625-6150
Sub No
Clty of Enumclaw
Sumne r, WA
Paving, Gentling, U➢liges,
Asphalt Paving
$528,354
EST 2023
253442-9732
Enumclaw, VJA
2022 Pavement Preservation
Striping, CTB
$601349
Oci 2022
Prime No
Julie iSaoNe,
Excavation, Paving, Grading,
WA
SR99AIaska Way Viduct- Replacement South Axaes Asphalt Paving
$643,254
EST 2023
City of Fee l My
Sub
Ulilties, Concrete, Electrical
Jansen IncMark
John Cole
Federal Way, WA
2022 Asphalt Overlays
(Signals), Milling
$3,212,302
Eat 2023
253-835-2718
Prime No
a
Page ]
n canal un url nq.emxxis
ta.v ur<1
Paving, Grading, Utillies,
Bruce Dammeier
Pierce County
Sumner-BuckleyHighway East HighEast
Guardrail, Traffic Control
$1,098,239
Est 2023
253 795-7477
Prime
No
Excavation, Paving, Grading,
City of Kanl
UtilGea, Concrete, Electrical
Chad Bieren
Kent WA
2021 Aell Overlays
(Signals), Milling
$5,064,977
Eat 2023
253 656-550D
Prime
No
Sian, Conetruchon Cc
Kris Milani
Woodinville, WA
CenlerPolnl Sita Vert Construction
Asphalt Paving
$543,438
Est 2023
503332-1163
Sub
No
Pivetla Brothers
Nathan Walker
Sumne r, WA
CP1922 Lead Service Line Replacement
Asphalt Paving
$528,354
EST 2023
253442-9732
Sub
Yes
Sczrsella Bras
Julie iSaoNe,
WA
SR99AIaska Way Viduct- Replacement South Axaes Asphalt Paving
$643,254
EST 2023
253672-7173
Sub
No
Jansen IncMark
Woite
Belinpham, WA
Madison Steel Bus Rapid Transit
Asphalt Paving
$648,159
Est 2023
360 319-0091
Sub
Yes
Excavation, Paving, Grading,
City of Auburn
Lulties, Concrete, Electrical
$1,210,442/
Cindy Met
Auburn, WA
Lakeland Hills Way Preservation
(Signals), Milling
$1,163,074
112021
253 931-3010
Prime
No
Excavation, Paving, Grading.
City of Seatac
iConcrete, Electrical
Brenton Cook
Seared, WA
2021 Overlays Project
(Signals), Milling
$886,020
Spring 2022
206 586-2107
Prime
No
BNSF Railway
Asphalt Paving, Milling, Paving
Tukwila, WA
South Seattle Intermodal Fadlity
Fabric
$1,982,347
Spring 2022
Prime
No
Sorrell. Bros, Inc
2021 Airfield Pavement 8 Supporting In(rastructune
Julia Prinz
Seattle, WA
Sealac Airport
Asphalt Paving
$719,000/$601,854
112021
253672-7173
Sub
No
City of Tukwila
Andover Park East Water Main Pavement Repair
Excavation, Concrete,
Scott Bales
Tukwila, WA
Tukwila, WA
UOlity Adj., Asphat Paving
$143,155/$114,156
12021
205431-2193
Prime
No
Pennon Conebuction Co., Inc
Pacific Gateway Bldgs 2,3,4,5 8 6
Josh Boulmer
Seattle, WA
Kant WA
Asphalt Paving, AgHregetes
$1,079,684
206687-6318
Sub
No
Goodfellow Bros,
Remote Aircraft Diedng
Dennis Diteman
iHl
Bali Airport
Asphalt Paving
$604,500/5563,214
62021
425466-3899
Sub
Yes
Pennon Construction Co., Inc
PSE Puyallup Service Canter
Dave Scott
Seatba, WA
5807 Milwaukee Ave East, Puyallup
Ashalt Paving
3504,913
350701-9479
Sub
No
Pennon Construdion Co., Inc
PSE Kent Substation Operations
Kaleb IOngman
Seattle, WA
8001 South 212th Street, Ke nt
Asphalt Paving
$512,670/$503,630
June 2021
360918-3033
Sub
No
Gary Merlin, Construction Co.. Inc Temmat 18
Mark Ruth
Saari WA
1131 SW Klkkitat Way, Seatte
Asphalt Paving
$327,973 / Sill i
112021
2156 762-9125
Sub
No
Port of Saari
Terminal 46 Pavement Rahibilitalian
Paving, Grinding, Survey,
$1,611.320/
W.H. Jarvi
Seattle, WA
Port of Seattle
Excavation, Crack Seal
$2,231
1/2021
206 781
Prima
Yes
Excavation, Paving, Grading,
King County
2020 Cauntyvnde Pavement Preservation
Wass, Concrete, Elactriral
$6,177,518 /
Paul Moore
Seattle, WA
Various L,cotions vAthin King County
(Signals)
$6,041,061
5/2021
206 423-1081
Prime
No
Skanska USA Biildinglnc
Pioneer Elementary
Kyle York
Sean:, WA
2301 M Slreel SE, Auburn
Asphalt Paving
$552,638/$542,646
72021
2064169318
Sub
No
E—iii Paving, Grading,
City of Enumclaw
Will Cencrete, Electrical
Dwayne Mike,
Enumclaw, WA
2020 Pavement Preservation
(Signals)
$576,574/$600,546
72020
360615-5730
Prime
No
Jansen, Inc
D,Iedga Way SW-Rapidride H Line
Grant Jansen
Bsllingham, WA
Deledeg Way SW 8 SW Brandon Sl
Asphalt Paving
$837,609
Fell 2022
3609334607
Sub
N,
Excavation, Paving, Grading,
City of Kent
Meet Me On Meeker/Riverband D -mg Range Imp
Ufilties, Concrete. Electrical
$2,31
Timothy LaPorte
Kent WA
Green River Trail, Russell Road, W Meeker
(Signals)
/$2,129,417
10/2021
253 856-55W
Prime
No
Asphalt Paving, Excavation
Mehirglon State D.O.T.
C/N 94891ntorsi 5, Sea -Tec NB Weigh Station
Planing, Concrete,
Edward Kane
Seattle. WA
Praearvation
Electrical
$339,698/5279,190
72020
206768-5861
Prime
No
Kiewil Inhasbucture West Cc
Ian Enright
Federal Way
Federal Way Link Este— (FWLE) Doi Build
Asphalt Paving
$6,087,835
EST 2023
757 630-5049
Sub
No
a
Page ]
n canal un url nq.emxxis
ta.v ur<1
29
Project Manager
-""'ORPROJECT$Thru-"'
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
(OWNER/GENERAL
CONTRACTAMT/ COMPLETION
FED$
(NAME/LOCATION
PROJECT NAME/LOCATION
CLASS OF WORK
FINAL AMT
DATE
CONTACT
PIS
V/N
Exwvat.h, Paving, Grading,
King County
Utilties, Concrete, Electrical
KIK11,536 /
Paul Moore
Seaalc, WA
2019 CountyMda Pay.—nl Pr..,.ton
(Signals)
$4,392,253
92020
206 423-1081
Primo
No
Stellar G..P,lnc
$1,223,115/
Tan Casey
Jacksonville, FL
Sysco SeatBe Facility Expansion
Grading, Paving, Grinding
$403,332
904 574-2906
Sub
No
Abohm Construction Co
Mike WCan-
Puyallup,WA
Auburn Elementary Schao1 a15
Asphalt Paving
$449,203/5447,603
92020
253446-3339
Sub
No
Pi -he Brothers ConsVuction
Jeremy Fudge
Sumner, WA
A Street SE Preservation
Asphalt Paving
$528,600/$399,548
52020
206396-5525
Sub
Yes
Skanska USA Building Inc
Kyle York
Seattle, WA
Dick Smbae Elementary School BP l0205D
Asphalt Paving
$419,698 / $429,895
82020
206 416-9316
Sub
No
SEACON, LLC
Mike Telkamp
Issaquah, WA
Poulsbo RV, Sumner
Aggregate B Asphalt Paving
5571,200/$7W,186
812020
425677-0869
Sub
No
Paving, Grading, Utilties,
City of Auburn
Concrete, Striping, Traffic
Jai Carter
Aubum, WA
2019 Citywide Patching and Overlay
Control
$838,078 / $878,1 81
52020
253 804-5286
Prime
No
Flatiron West, Inc, Lane Construction
Carp JV
Renton, WA
1405 Renton to Bellevue Weaning 8 Express Tall Lanes Asphalt Paving
$24,667,502
2025
Sub
No
Stotler Canstructian
BNSF Onllia automotive Facility L
$2,224,116/
Ned—Andersh
Bellingham, WA
Kent Intermodal Facility
Asphalt Paving
$2,038,233
72019
360390.1234
Sub
No
Kiewil Infrasbuclurs west Co
SR99 D—Ilton, Decommissioning 8 Surface Start
Jeff (tittle
Federal Way, WA
Frajeq
Grinding, Patching Backfill
$491,9651$710,092
112019
425301-7970
Sub
No
Asphalt Paving, Excavatio,
Planing, Comate,
2
Washington State DOT
111(Signals)
$15,205,127 /
Mika Aulanan, PE
Seattle. WA
SR99 Roy Street to N 145th Street
$12,575,500
92020
206 768.5861
prime
Vet,
JR Hayes C. To ration
Jeff Thome.
Maple Valley, WA
Forest Canyon Estates
Paving
$696,948
Fall 2020
4253925722
Sub
No
Asphalt Paving, Excavater
Planing. Concrete,
King County
Elednwl (Signals)
$4,603,6831
Cavo Nadal
Seattle, WA
2018 Vachon Highway Pavement
$4.660,249
5/19
20641/-3626
Prime
No
Jansen, Inc
Gant Jansen
Bellnagham, WA
2018 AAC Package 02
Asphalt Paving
$909,040/$836,809
5119
360933-4807
Sub
No
Asphalt Paving, Excavatio,
Planing, C.—t.,
City of Auburn
EleWiol(Signals)
$2,124,7391
Kim Trueng, PE
Aub., WA
15th Street NEINW Preservation
$2,525,288
11118
253804-5059
Prime
Yes
Asphalt Paving. Excavation
Planing, Con—W,
City or )Kant
Eleetnaal(Signals)
$1,754,376/
Draw Holcomb PE
Kent, WA
2018 Aaphalt Oveday.
$1,531,008
11/18
253856-5500
Prima
No
Asphalt Paving. Exwvation
Planing, Concrete,
City of Tukwila
Elscbical (Signals)
David Sorensen PE
Tukwila, WA
2016 Ovedey B Repair
$955,946/$696,634
9/1B
200431-3653
Prime
No
Excavation. Paving. Grading,
City of Algona
Pacific Avenue North (Eilingeon Road
U thio.,Lancrole. Electrical
Brun Sound -
Algona, WA
Io Safeway Entionw)
(Signals)
$333,540/$331,395
6/17
200284-0880
Prime
No
Gary Medino Construction Ca., Inc
$1,964,2501
Rhuel Reedy
Seattle, WA
2016 Tri Improvements
Asphalt Paving
$2,127,055
9/18
2062554628
Sub
Yes
Gorham Contacting, LTD
Pacifc Highway South HOV Lanes
51,859,665 /
Greg Rinke
Bellevue, WA
Phase V
Asphalt Paving
$1,989,966
9/18
425691-3591
Sub
CA Carey Corpeatlan
$675,571 /
Steve Murdoch
Issaquah, WA
2014 County Safety Selection
Asphalt Paving
$660,941
5/17
425 392-6016
Sub
Yes
Excavation, Paving, Grading,
City of Auburn
UtZrr, Concrete, Electrical
$627.2901
Jai Carer
Aubum, WA
Lake Tapp, Parkway Preservation
(Signals)
$865,202
12/17
253 804-5286
Pnme
Yes
Exwvation, Paving, Grading,
WA State DOT
SR 410, Wife River Bridge to SR 164
Utilties, Concato, Electrical
$1,988,350 /
Timothy Le Porte
Olympiva, WA
Paving 8 ADA Conitanw
(Signals)
$1,976,056
12117
253856.5500
Prime
Yes
29
Phq'e Manager
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171 EBBAEF39 ^" OR PROJECTS, Th u-2024
IDWNER/GENERAL CONTRACTAMT/ COMPLETION FED$
NAMEILOCATION PROJECT NAMEILGCATION CLASS OF WORK FINAL AMT DATE CONTACT P/S YM
30
Peg
woausMml Lw ual cavi Ncorc�n
la+��r1al
Excavation, Paving, Grading,
City of Renton
2017 Street Patch 8 Overlay
Utittes, Concrete, Electrical
$1,6691231
Jayson Grant
Renton, WA
w/Curb Ramps
(Signals)
$1,707,046
17/17
425430-7400
Prime
No
Excavation. Paving, Grading,
City of Tukwila
Utilbr,, Concrete, Ekctr I
Robin Taohmak
Tukvnla, WA
2017 Overlay Program
(Signals)
$659,4411$526,510
9/17
206 433-0179
Prime
No
Gary Martino Const, Co
Stave Simmons
Seattle, WA
15 NB 260th St to Duwamish River Br
Asphalt Paving
$8,717,258
8/16
206 255-2619
Sub
No
MidMounraln Contractors
i5 SB So- 320th St to D—hrish
$4,686.5001
Dave Stumbau91,
Kirkalnd, WA
Riva. Bridge
Asphalt Paving
S3,988940
9/16
206 348-4356
Sub
No
Excavation, Paving, Grading,
King County Procurement
Ulittisa, Concrete, Electrical
Mark Hoge
Saette. WA
2016 Countywide Pavement Presarvalion
(Signals)
S6,9338841
12117
2W 263-9325
Prime
No
30
Peg
woausMml Lw ual cavi Ncorc�n
la+��r1al
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
Responsible Bidder Determination Form P-11
List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the
Contract by arbitration or litigation in the courts:
Total Claims Amount of
Contract Arbitrated Settlement
Name of Client and Project Amount or Litigated ted of Claims
We (ICON materials) were involved with litigation against our subcontractor due to subcontractor's damage to property.
�H s Bidder, or any representative or partner thereof, ever failed to complete a contract?
No ❑ Yes If yes, give details:
Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within
the past 5 years?
❑ No &(Yes If yes, give details: I,( -/A /-0— 040
o t�&ev- An d .Sc. rv-P -' " ssc-2S x:4-1\ a,0,ye-,1n0--7S AtS'rl.
r
A/ e_,
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest,
or been convicted of any offense that has resulted in your firm being barred from bidding or performing
work for any State, Local or Federal agency?
VNo ❑ Yes If yes, give details:
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest,
or been convicted of any illegal restraints of trade, including collusive bidding?
VNo ❑ Yes If yes, give details:
H s Bidder ever had any Payment/Performance Bonds called as a result of its work?
Ko ❑ Yes If yes, please state:
Project Name Contracting Party Bond Amount
�H s Bidder ever been found guilty of violating any State or Federal employment laws?
No ❑ Yes If yes, give details:
2025 OVERLAY PROGRAM JULY 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 3 1
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C1 71 EBBAEF39
Responsible Bidder Determination Fo►m P-12
Has Bidder ever fil d for protection under any provision of the federal bankruptcy laws or state
insolvency laws? V No ❑ Yes If yes, give details:
D es the Bidder owe any delinquent taxes to the Washington State Department of Revenue?
>i'No ❑ Yes
If yes, does the Bidder have an approved payment plan with the Washington State Department of
Revenue?
❑ No ❑ Yes
�H s any adverse legal judgment been rendered against Bidder in the past 5 years?
No ❑ Yes If yes, give details:
Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation
or other ins rance company for accidents resulting in fatal injury or dismemberment in the past 5
years? 1No ❑ Yes If yes, please state:
Date Type of Injury Agency Receiving Claim
Attach additional sheets as needed.
The undersigned warrants under penalty of Perjury that the foregoing information is true and
accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify
all information contained herein.
----DocuSIpned by:
Signature of Bidder I (
Title: Construction Manager
2025 OVERLAY PROGRAM
Date: July 22nd, 2025
JULY 2025
Pv3,}ded to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets V required)
Equipment to be used:
P-13
DESCRIPTION/TYPE YEAR CONDITION OWN/RENT
SEE ATTACHED
Labor to be used: General foreman, paving foreman, paving_ superintendent, topside,
screedman, roller operators, rakers, general laborers, excavators operator, traffic control,
flaggers, TCS.
CPM Development Corporation
DBA ICON Materials
Name of Bidder
oocusioMa er
Signature of Authorized Official
Assistant Secretary
Title
2025 OVERLAY PROGRAM
1111111INWiYk7
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal 33
P-14
PROPOSED SUBCONTRACTORS
Name of Bidder CPM Development Corporation DBA ICON Materials
In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names
of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of:
HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as
described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor
for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must
indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names
of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform
the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void.
The successful Bidder must have the written permission of the Owner to make any change to this list.
Percent of total bid to be performed by Bidder
Schedule/Bid Item Numbers % of
Name Subcontractor will perform Total Bid
CPM Development
Corporation
DBA ICON Materials
2025 OVERLAY PROGRAM
JULY 2025
Pngv4ded to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Docusign Envelope ID: 746173CB-136D-449D-9F7A-C171EBBAEF39
Page 1 Major Items Equipment Detailed List 1- 29 2020
35
CPM Development
Corporation DBA ICON Materials
Major Equipment Detailed List
Qty
Description
Model
Model Yr
Age
Condition
10
3 Axle Pup Trailer
Peerless
1991
25
Good
Own
4
3 Axle Pup Trailer Transfer
Reliance
2007
9
Good
Own
4
3 Axle Pup Trailer Transfer
Reliance
2006
10
Good
Own
2
3 Axle Pup Trailer Transfer
Reliance
2005
11
Good
Own
2
3 Axle Pup Trailer Transfer
Sturdyweld
2012
4
Excellent
Own
3
4 Axle Pup Trailer
Sturdyweld
2006
10
Good
Own
1
Booster w/ Pintle Hitch
Superior
2010
6
Excellent
Own
1
Detachable Lowboy Trailer
Superior
2010
6
Excellent
Own
2
Side Dumps
Trail King
2007
9
Good
Own
1
Grove Hyd Crane 40 Ton
RT740
1980
36
Good
Own
1
Pettibone Hyd Crane 35 Ton
RT35
1976
40
Good
Own
1
Tymco Sweeper
600BAH
2007
9
Good
Own
1
John Deere Dozer
JD650LGP
2005
13
Good
Own
1
JD Backhoe Landscraper
21OLE
1998
18
Good
Own
2
CAT Off -Hwy Dump Trucks
7738
1993
23
Good
Own
1
CAT Off -Hwy Dump Trucks
773B
1990
26
Good
Own
1
CAT Off -Hwy Dump Trucks
773B
1981
35
Good
Own
1
CAT Off -Hwy Dump Trucks
773E
2003
13
Good
Own
1
CAT Grader
140H
2004
14
Very Good
Own
1
Rahco Grader
140H
2004
14
Very Good
Own
1
Hitachi Mini Excavator
50ZTS
2005
13
Very Good
Own
1
Cat Backhoe
420
2013
5
Excellent
Own
70
Maint. & Operation Vehicles
Various
2016
2
Excellent
Own
1
Freightliner Dump Truck
FLD/TM
2005
11
Good
Own
5
Freightliner Dump Truck
FLD/TM
2006
10
Good
Own
4
Freightliner Dump Truck
FLD/TM
2007
9
Good
Own
1
Kenworth Dump Truck
T800B
1997
19
Good
Own
1
Mack Dump Trucks
RD688S
1998
18
Good
Own
2
Western Star Dump Trucks
49F/TM
2012
4
Excellent
Own
2
Western Star Tractors
49S/DS
2007
9
Good
Own
2
Western Star Lowboy Tractors
4900SA
2010
6
Excellent
Own
2
International Distributors
Bearcat
1995
21
Good
Own
1
Road Widener
Midland
2006
12
Very Good
Own
1
RoadTec Shuttlebuggy
SB2500D
2006
12
Good
Own
1
Weiler Transfer Machine
E2850
2017
1
Excellent
Lease
1
CAT Paver
AP1055B
2003
15
Good
Own
1
CAT Paver
AP1055E
2012
6
Excellent
Own
1
CAT Paver
AP1055D
2008
10
Excellent
Own
1
CAT Paver
AP555E
2010
8
Excellent
Own
1
CAT Paver
AP555E
2016
2
Excellent
Own
1
Volvo Paver
PF6110
2009
8
Very Good
Own
2
CAT Grade Rollers
CS563C
1995
23
Good
Own
1
Hypac Pneumatic Roller
C560B
2001
17
Good
Own
Page 1 Major Items Equipment Detailed List 1- 29 2020
35
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39
1
Writgen Milling Machine
W120OFT
2001
17
Very Good
Own
5
Truck Scales & (2 Portables)
30 to 150 Ton
Excellent
Own
1
Auburn Asphalt Plant
Gencor
Very Good
Own
1
Seattle Asphalt Plant
StanSteel/Gencor
Very Good
Own
1
Complete Crushing Plant
Metso/JCI
Excellent
Own
1
Cat Excavator
32OLLR
2010
8
Very Good
Own
1
Cat Excavator
345D
2011
7
Very Good
Own
1
Cat Excavator
336D
2011
7
Very Good
Own
1
Cat Mini Excavator
305E
2013
5
Excellent
Own
1
CAT AC Roller
CB224B
2007
11
Good
Own
2
CAT AC Rollers
CB24B
2016
2
Excellent
Lease
1
CAT AC Roller
CB24B
2017
1
Excellent
Lease
1
CAT AC Roller
CB34B
2016
2
Excellent
Lease
2
CAT AC Rollers (15 Ton)
CB54B
2016
2
Excellent
Lease
1
CAT AC Roller (15 Ton)
CB54XW
2013
5
Very Good
Own
1
CAT AC Roller (15 Ton)
CB434D
2012
6
Very Good
Own
1
CAT Mini Excavator
305E
2013
3
Excellent
Own
2
3 Axle Tilt Trailers
Dump Trk
1999
17
Good
Own
1
2 Axle Lowboy Trlr
Trail King
1999
17
Good
Own
1
3 Axle Lowboy Trlr
TrailKing
1999
17
Good
Own
Page 2 Major Items Equipment Detailed List 1- 29 2020
Im
Docusign Envelope ID: 746173C8-136D-449D-9F7A-C1 71 EBBAEF39
P-14
PROPOSED SUBCONTRACTORS
Name of Bidder CPM Development Corporation DBA ICON Materials
In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names
of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of:
HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as
described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor
for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must
indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names
of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform
the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void.
The successful Bidder must have the written permission of the Owner to make any change to this list.
Percent of total bid to be performed by Bidder %
2025 OVERLAY PROGRAM
Schedule/Bid Item Numbers % of
Name Subcontractor will perform Total Bid
JULY 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 37
0 docusign.
Certificate Of Completion
Envelope Id: 746173C8-136D-449D-9F7A-C171EBBAEF39 Status: Completed
Subject: Complete with Docusign: Bid Docs - 2025 Overlay Program - CITY OF TUKWILA.pdf
Source Envelope:
Document Pages: 30 Signatures: 3 Envelope Originator:
Certificate Pages: 4 Initials: 0 Kristin Portillo
AutoNav: Enabled 42 Fitzwilliam Square
Envelopeld Stamping: Enabled Dublin, Dublin 2 D02 R279
Time Zone: (UTC+01:00) Amsterdam, Berlin, Bern, Rome, Stockholm, Vienna kristin.portillo@iconmaterials.com
IP Address: 136.226.54.106
Record Tracking
Status: Original
Holder: Kristin Portillo
Location: DocuSign
7/22/2025 5:15:46 PM
kristin.portillo@iconmaterials.com
Timestamp
Signer Events
Signature
Timestamp
Eichelberger
b,:Mark
Sent: 7/22/2025 5:19:44 PM
mark.eichelberger@iconmaterials.com
ED—Wo-d
AY► tit,�.11ru^y
Viewed: 7/22/2025 5:21:01 PM
Construction Manager
E06FO3453AF9436...
Signed: 7/22/2025 5:21:15 PM
Security Level: Email, Account Authentication
Signature
Timestamp
(None)
Signature Adoption: Pre -selected Style
Timestamp
Using IP Address: 136.226.56.124
Electronic Record and Signature Disclosure:
Accepted: 2/13/2024 4:11:07 PM
ID:93de7911-52b8-41c0-81e0-90cb4e0484e0
In Person Signer Events
Signature
Timestamp
Editor Delivery Events
Status
Timestamp
Agent Delivery Events
Status
Timestamp
Intermediary Delivery Events
Status
Timestamp
Certified Delivery Events
Status
Timestamp
Carbon Copy Events
Status
Timestamp
Witness Events
Signature
Timestamp
Notary Events
Signature
Timestamp
Envelope Summary Events
Status
Timestamps
Envelope Sent
Hashed/Encrypted
7/22/2025 5:19:44 PM
Certified Delivered
Security Checked
7/22/2025 5:21:01 PM
Signing Complete
Security Checked
7/22/2025 5:21:15 PM
Completed
Security Checked
7/22/2025 5:21:15 PM
Payment Events
Status
Timestamps
Electronic Record and Signature Disclosure
Electronic Record and Signature Disclosure created on: 4/2/2020 1:52:27 PM
Parties agreed to: Mark Eichelberger
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, CRH Group Procurement Services Ltd. (we, us or Company) may be required
by law to provide to you certain written notices or disclosures. Described below are the terms
and conditions for providing to you such notices and disclosures electronically through the
DocuSign system. Please read the information below carefully and thoroughly, and if you can
access this information electronically to your satisfaction and agree to this Electronic Record and
Signature Disclosure (ERSD), please confirm your agreement by selecting the check -box next to
`I agree to use electronic records and signatures' before clicking `CONTINUE' within the
DocuSign system.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. You will have the ability to download and print documents we send
to you through the DocuSign system during and inunediately after the signing session and, if you
elect to create a DocuSign account, you may access the documents for a limited period of time
(usually 30 days) after such documents are first sent to you. After such time, if you wish for us to
send you paper copies of any such documents from our office to you, you will be charged a
$0.00 per -page fee. You may request delivery of such paper copies from us by following the
procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper fonnat and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper fonnat,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from us or to sign electronically documents
from us.
All notices and disclosures will be sent to you electronically
39
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through the DocuSign system all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or made
available to you during the course of our relationship with you. To reduce the chance of you
inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact CRH Group Procurement Services Ltd.:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To advise CRH Group Procurement Services Ltd. of your new email address
To let us know of a change in your email address where we should send notices and disclosures
electronically to you, you must send an email message to us at and in the body of such request
you must state: your previous email address, your new email address. We do not require any
other information from you to change your email address.
If you created a. DocuSign account, you may update it with your new email address through your
account preferences.
To request paper copies from CRH Group Procurement Services Ltd.
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an email to and in the body of such request you
must state your email address, full name, mailing address, and telephone number. We will bill
you for any fees at that time, if any.
To withdraw your consent with CRH Group Procurement Services Ltd.
To inform us that you no longer wish to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your signing session, and on the subsequent page,
select the check -box indicating you wish to withdraw your consent, or you may;
M
ii. send us an email to and in the body of such request you must state your email, full name,
mailing address, and telephone number. We do not need any other information from you to
withdraw consent.. The consequences of your withdrawing consent for online documents will be
that transactions may take a longer time to process..
Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current system requirements are found here: https://support.docusign.coin/guides/si ner- ug_ide-
signing-system-requirements.
Acknowledging your access and consent to receive and sign documents electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please confirm that you have
read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for
your future reference and access; or (ii) that you are able to email this ERSD to an email address
where you will be able to print on paper or save it for your future reference and access. Further,
if you consent to receiving notices and disclosures exclusively in electronic format as described
herein, then select the check -box next to `I agree to use electronic records and signatures' before
clicking `CONTINUE' within the DocuSign system.
By selecting the check -box next to `I agree to use electronic records and signatures', you confirm
that:
You can access and read this Electronic Record and Signature Disclosure; and
You can print on paper this Electronic Record and Signature Disclosure, or save or send
this Electronic Record and Disclosure to a location where you can print it, for future
reference and access; and
Until or unless you notify CRH Group Procurement Services Ltd. as described above,
you consent to receive exclusively through electronic means all notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided
or made available to you by CRH Group Procurement Services Ltd. during the course of
your relationship with CRH Group Procurement Services Ltd..
41
AMERICAN ROCK
* PRODOM
(a
CENTRAL PREMIX
�/LJiRA MATERIALS
OHELENA
sono s GNAvtt
p CRN COMPANY
HO°.DLRI ER
,u�
ACRN CMIMNY
.. AJC
9SPMAL7'
1#0 M Mrrr&
can. rr J; TIM
I_-1
RhrerBelnd
MATERIAL 5
ACMICOMMMY
UWgUj
Snru�'6 GlanvE'C
ACRMCOMPINY
WENATCHEE
GAND & GRAVLL
ACRNCOMPANY
42
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
Development Corporation trade name.
Name and Title
Ric Linares, Regional President
Michael McBreen, Vice President
Mark Eichelberger, Construction Manager
Christopher Williams, Operations Manager
Tami D. Cain, Assistant Secretary
Respectfully submitted,
nature
CPM DEVELOPMENT CORPORATION
Maricar Haidare*ic
Northwest Division CFO
STATE OF WASHINGTON)
)SS.
COUNTY OF SPOKANE )
On this day personally appeared before me Maricar Hajdarevic, known to me to be the person that executed the foregoing instrum
on behalf of CPM Development Corporation, d/b/a ICON Materials and acknowledged said instrument to be the free and voluntary
of said Corporation for the uses and purposes therein mentioned.
SUBSCRIBED and sworn to before me this 13 day of _, 2025.
Notary Public
State of Washington
Michelle M Welch
Commission No, 78431
Commission Expires 11-07-28
An Equal Opportunity Employer
si n A ("ell e rg e �A .
Print or Type Name of Notary
NOTARY PUBLIC in and for the State of Washington
Residing at ®� WA -
My
Commissiod expires on 1 t • b'1
5111 E. Broadway, Spokane Valley, WA 99212
P.O. Box 3366, Spokane WA 99220-3366
Office: (509) 534-6221 P Fax: (509) 536-3051
CITY OF TUKWILA -DEPARTMENT OF PUBLIC WORKS
Opening 7/22/2025
Fneinewr', F,timatn IrON Material, I ake,ide Indu,triw, InnNnrthww,t Anhalt
No.
Section I Item
Quantity
Unit
Unit Cost
Total Cost
Unit Cost
Total Cost
Unit Cost
I Total Cost
Unit Cost
I Total Cost
ROADWAY
1
1-04 Unex ected Site Changes
1
FA $
20,000.00
$ 20,000.00 $
20,000.00
$ 20,000.00 $
20,000.00
$ 20,000.00 $
20,000.00
$ 20,000.00
2
1-05 ADA Features Surveying
1
LS $
5,000.00
$ 5,000.00 $
7,560.00
$ 7,560.00 $
8,000.00
$ 8,000.00 $
7,000.00
$ 7,000.00
3
1-07 Resolution of Utility Conflicts
1
FA $
10,000.00
$ 10,000.00 $
10,000.00
$ 10,000.00 $
10,000.00
$ 10,000.00 $
10,000.00
$ 10,000.00
4
1-07 SPCC Plan
1
LS $
500.00
$ 500.00 $
180.00
$ 180.00 $
1,000.00
$ 1,000.00 $
450.00
$ 450.00
5
1-07 Employee Apprenticespic Program (EAP) Utilization Plan
1
LS $
5,000.00
$ 5,000.00 $
180.00
$ 180.00 $
1,000.00
$ 1,000.00 $
450.00
$ 45010
6
1-07 Apprenti-hip ApprenticeshipHours
200
HR $
10.00
$ 2,000.00 $
73.00
$ 14,600.00 $
10.00
$ 2,000.00 $
55.00
$ 11,000.00
7
1-07 Apprenticeship Utlization Goal Assessment
I
CALC $
(5.00)
$ (5.00) $
5.00
$ (5.00) $
(5.00)
$ (5.00) $
(5.00)
$ (5.00)
8
1-09 Mobilization
1
LS $
140,000.00
$ 140,000.00 $
137,000.00
$ 137,000.00 1 $
240,000.00
$ 240,0i:Klm $
220,000.00
$ 220,000.00
9
1-10 Project Temporary Traffic Control
1
LS $
175,000.00
$ 175,ODD.00 $
163,000.00
$ 163,000.00 $ 240,000.00
$ 240,000.00 $ 150,000.00
$ 150,000.00
10
2-01 1 Roadside Cleanup
1
FA $
5,000.00
$ 5,000.00 $
5000.00
$ 5,000.00 $
5,000.00
$ 5,000.00 $
5,000.00
$ 5,000.00
11
1 2-01 IClearing and Grubbing
1
LS $
2,500.00
$ 2,500.00 $
4,800.00
$ 4,800.00 $
15,000.00
$ 15,000.00 $
25,000.00
$ 25,ODD.DO
12
2-02 Removal of Structures and Obstructions
1
LS $
4,400.00
$ 4,400.00 $
5,000.00
$ 5,000.00 $
5,000.00
$ 5,000.00 $
25,000.00
$ 25,000.00
13
2-02 Asphalt Pavement Removal Incl. Haul
800
SY $
40.00
$ 32,000.00 $
43.00
$ 34,400.00 $
25.00
$ 20,000.00 $
25.00
$ 20,000.00
14
2-02 Cement Conc. Curb Removal Incl. Haul
390
LF $
20.00
$ 7,800.00 $
13.00
$ 5,070.00 $
50.00
$ 19,500.00 $
20.00
$ 7,800.00
15
2-02 Cement Cont. Sidewalk Removal Incl. Haul
130
SY $
40.00
$ 5,200.00 $
64.00
$ 8,320.00 $
110.00
$ 14,300.00 $
60.00
$ 7,800.00
16
2-02 Roadway Excavation Incl. Haul
270
CY $
90.00
$ 24,300.00 $
106.00
$ 28,620.00 $
200.00
$ 54,000.00 $
320.00
$ 86,400.00
17
2-03 Unsuitable Foundation Excavation Incl. Haul
140
CY $
95.00
$ 13,300.00 $
67.00
$ 9,380.00 $
65.00
$ 9,100.00 $
150.00
$ 21,000.00
18
4-04 Crushed Surfacing Top Course
2060
TON $
75.00
$ 154,500.00 $
56.00
$ 115,360.00 1 $
40.00
$ 82,400.00 $
85.00
$ 175,100.00
19
5-03 HMA Joint Seal at Bridge End
240
LF $
80.00
$ 19,200.00 $
100.00
$ 24,000.00 $
100.00
$ 24,000.00 $
9.00
$ 2,160.00
20
5-04 Pavement Repair Excavation Incl, Haul
550
CY $
75.00
$ 41,250.00 $
110.00
$ 60,500.00 $
100.00
$ 55,000.00 $
145.00
$ 79,750.00
21
5-04 HMA Cl. 1/2" PG 58H-22
5520
TON $
130.00
$ 717,600.00 $
121.00
$ 667,920.00 $
150.00
$ 828,000.00 $
150.00
$ 828,000.00
22
5-04 HMA for Pavement Repair Cl. 1/2" PG 5811-22
390
TON $
175.00
$ 68,250.00 $
166.00
$ 64,740.00 $
265.00
$ 103,350.00 $
250.00
$ 97,500.00
23
5-04 ITemporary Pavement
390
TON $
175.00
$ 68,250.00 $
153.00
$ 59,670.00 $
150.00
$ 58,500.00 $
250.00
$ 97,500.00
24
5-04 Thickened Ede
3120
LF $
5.00
$ 15,600.00 $
3.25
$ 10,140.00 $
2.00
$ 6,240.00 $
4.00
$ 12,480.00
25
5-04 Planing Bituminous Pavement
10930
SY $
6.00
$ 65,580.00 $
7.20
$ 78,696.00 $
8.00
$ 87,440.00 $
6.00
$ 65,580.00
26
7-03 Storm Drain Marker
43
EA $
5.00
$ 215.00 $
43.00
$ 1,849.00 $
130.00
$ 5,590.00 $
100.00
$ 4,300.00
27
7-05 Adjust Storm Manhole
3
EA $
2,000.00
$ 6,000.00 $
1,100.00
$ 3,300.00 $
1,200.00
$ 3,600.00 $
750.00
$ 2,250.00
28
7-05 Adjust Sewer Manhole
22
EA $
2,000.00
$ 44,000.00 $
700.00
$ 15,400.00 $
1200.00
$ 26,400.00 $
750.00
1 $ 16,500.00
29
7-05 Adjust Catch Basin
43
EA $
1,100.00
$ 47,300.00 $
900.00
$ 38,700.00 $
750.00
$ 32,250.00 $
800.00
$ 34,400.00
30
7-05 Rectangular Frame and Vaned Grate
14
EA $
1000.00
$ 14,000.00 $
375.00
$ 5,250.00 $
300.00
$ 4,200.00 $
600.00
$ 8,400.00
31
7-05 Rectangular Frame and ADA Grate
16
EA $
1,250.00
$ 20,000.00 $
375.00
$ 6,000.00 $
300.00
$ 4,800.00 $
600.00
$ 9,600.00
32
7-05 Catch Basin Type 2, 481n. Diam.
1
EA $
3500.00
$ 3,500.00 $
15,000.00
$ 15,ODD.00 $
10000.00
$ 10,000.00 $
5,000.00
$ 5,000.OD
33
7-12 lAdjustWater Valve
59
EA $
800.00
$ 47,200.00 $
550.00
$ 32,450.00 $
750.00
$ 44,250.00 $
500.00
$ 29,500.00
34
8-01 Erosion Control and Water Pollution Prevention
1
FA $
10,900.00
$ 10,900.00 $
600.00
$ 600.00 $
40,000.00
$ 40,000.00 $
5,000.00
$ 5,000.00
35
8-04 Cement Conc. Curb and Gutter
460
LF 1 $
65.00
$ 29,900.00 $
39.00
$ 17,940.00 $
45.00
$ 20,700.00 $
38.00
$ 17,480.00
36
8-04 Cement Conc Pedestrian Curb
30
LF $
50.00
$ 1,500.00 $
44.00
$ 1,320.00 $
30.00
$ 900.00 $
38.00
$ 1,140.00
37
8-04 Cement Conc. Extruded Curb
140
LF $
45.00
$ 6,300.00 $
40.00
$ 5,600.00 $
43.00
$ 6,020.00 $
32.00
$ 4,480.00
38
8-11 Guardrail Repair
90
LF $
100.00
$ 9,000.00 $
130.00
$ 11,700.00 $
130.00
$ 11,700.00 $
180.00
$ 16,200.00
39
8-13 Adjust Monument Case and Cover
5
EA $
700.00
$ 3,500.00 $
725.00
$ 3,625.00 $
500.00
$ 2,500.00 $
550.00
$ 2,750.00
40
8-14 Cement Conc Sidewalk
230
SY $
90.00
$ 20,700.00 $
60.00
$ 13,800.00 $
65.00
$ 14,950.00 $
80.00
$ 18,400.00
41
8-14 Cement Cont. Curb Ramp Type Perendicular
8
EA $
3,500.00
$ 28,000.00 $
3,100.00
$ 24,800.00 $
2,300.00
$ 18,400.00 $
3,500.00
$ 28,000.00
42
8-14 Cement Conc Curb Ramp Type Parallel
1
EA $
3,500.00
$ 3,500.00 $
3,100.00
$ 3,100.00 $
2,700.00
$ 2,700.00 $
3,500.00
$ 3,500.00
43
8-14 Detectable Warning Surface
120
SF $
20.00
$ 2,400.00 $
55.00
$ 6,600.00 $
30.00
$ 3,600.00 $
75.00
$ 9,000.00
44
1 9-12 1 Ecology Block
21
EA $
250.00
$ 5,250.00 $
325.00
$ 6,825.00 $
500.00
$ 10,500.00 $
300.00
$ 6,300.00
TRAFFIC CONTROL DEVICES
45
8-21 Permanent Signing
1
LS $
42,000.00 $ 42,000.00 $
55,000.00 $ 55,000.00 $
60,000.00 $ 60,000.00 $
25,000.00 $ 25,000.00
46
8-22 Plastic Traffic Arrow
7
EA $
100.00
$ 700.00 $
258.00 $ 1,806.00 $
250.00 $ 1,750.00 $
195.00 $ 1,365.00
47
8-22 Plastic Traffic Letter
8
EA $
100.00
$ 800.00 $
166.00
$ 1,328.00 $
160.00
$ 1,280.00 $
195.00
$ 1,560.00
48
8-22 Plastic Pedestrian Marking
14
EA $
350.00 $ 4,900.00 $
400.00 $ 5,600.00 $
400.00 $ 5,600.00 $
400.00 $ 5,600.00
49
8-22 Plastic Stop Line
180
LF $
20.00
$ 3,600.00 $
28.00
$ 5,040.00 $
30.00
$ 5,400.00 $
11.00
$ 1,980.00
50
8-22 Plastic Crosswalk Line
250
LF $
20.00 $ 5,000.00 $
21.00 $ 5,250.00 $
22.00 $ 5,500.00 $
16.00 $ 4,000.00
51
8-22 Paint Line, 4Inch
11000
LF $
2.00
$ 22,000.00 $
0.98
$ 10,780.00 $
1.00
$ 11,000.00 $
0.80
$ 8,800.00
52
8-22 Plastic Line, 41nch
34700
LF $
2.50 $ 86,750.00 $
2.00 $ 69,400.00 $
2.00 $ 69,400.00 $
2.00 $ 69,400.00
53
8-22 Plastic Line, 61nch
10780
LF $
3.00
$ 32,340.00 $
3.00
$ 32,340.00 $
3.00
$ 32,340.00 $
2.00
$ 21,560.00
54
8-23 ITemporary Pavement Markings
31930
LF $
1.00 $ 31,930.00 $
0.50 $ 15,965.00 $
0.55 $ 17,561.50 $
0.50 $ 15,965.00
ROADSIDE DEVELOPMENT
55
8-02 Pro ertRestoration
1
FA $
10,000.00 1 $ 10,000.00 $
10,000.00 1 $ 10,000.00 $
10,000.00 1 $ 10,000.00 $
10,000.00 $ 10,000.00
FRANCHISE
UTILITY ITEMS
56
8-19 Adjust Franchise Utilit Manhole/Vault
3
EA $
900.00 $ 2,700.00 $
2,700.00 $ 8,100.00 $
1,500.00 $ 4,500.00 $
1,200.00 $ 3,600.00
57
8-19 Adjust Gas Valve
16
EA $
700.00 $ 11,200.00 $
1,000.00 $ 16,000.00 $
800.00 $ 12,800.00 $
550.00 $ 8,800.00
TOTAL $ 2,159,310.0D ITOTAL $ 1,984,599.OD (TOTAL $ 2,409,016.50 (TOTAL $ 2,374,795.00 I
43
m
TO:
FROM
BY:
CC:
DATE:
SUBJECT
City of Tukwila Thomas McLeod, Mayor
Public Works Department - Jen Tetatzin, PE, PMP - Director
Transportation and Infrastructure Services Committee
Jen Tetatzin, Public Works Director
David Baus, Project Manager
Mayor Thomas McLeod
July 25, 2025
Water District 125, 2025 Overlay Project
Cost Share Agreement
ISSUE
Approve cost -share agreement with Water District 125 to help fund the construction of the 2025 Annual
Overlay Project.
BACKGROUND
During the Summer of 2024 Water District 125 had a project to update some of their watermain along
51St Ave S eventually becoming Macadam Road S. Working with the District final overlay paving was
able to be held off with the contingency that Water District 125 would give us a lump sum payment for
the paving costs saved in order for the funds to be used in a bigger city performed overlay that would
capture the work area from the water districts watermain project.
DISCUSSION
A takeoff was performed using the plan set from the watermain project showing how much of the road
would have been overlayed. Converting this area into a price per ton of asphalt a unit price was finally
applied to show the cost to purchase and install the asphalt using recent bid cost data.
FINANCIAL IMPACT
No contribution from the City. This is to accept funding from Water District 125.
RECOMMENDATION
Council is being asked to approve the cost -share agreement and to authorize signature of the contract
with Water District 125, therefore accepting the lump sum payment of $112,336.40, which includes a
contingency of $10,212.40.
Attachments:
Water District 125 Signed Contract
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
45
FUNDING AGREEMENT
This Funding Agreement ("Agreement") is made by and between the City of Tukwila
("City") and Water District 125 ("District"), a political subdivision of the State of
Washington, a franchise utility district within Tukwila limits. These entities may be referred
to individually as "Party" or collectively as the "Parties."
RECITALS
A. The City is performing a grind and overlay on 51St Ave S continuing to Macadam Rd
S from Klickitat Dr to 43rd Ave S. This is part of the City's Annual Overlay Project.
B. In the summer of 2024, Water District 125 completed upgrades to its watermain
infrastructure along Macadam Rd S. The City agreed to allow the District to leave the
Macadam Rd S with a permanent trench patching, rather than require the District to
undertake full re -paving in exchange for the District providing funding in the amount
of $102,124.00 to be allocated to the City of Tukwila for their Annual Overlay
Project.
C. The purpose of this Agreement is to set forth the terms and conditions by which the
City permitted a temporary patch instead of a permanent repair, in exchange for
receiving $102,124.00 dollars for the purposes of the Annual Overlay Project.
NOW, THEREFORE, in consideration of the mutual promises and other
undertakings by and between the Parties and set forth in this Agreement, the sufficiency of
which is hereby acknowledged, the Parties agree as follows:
AGREEMENT
1. Term
This Agreement shall take effect once executed by the Parties ("Effective Date") and
shall remain in effect until December 31, 2026. In addition, this Agreement also applies
to costs incurred and actions taken prior to the "Effective Date" that specifically fall
within the terms of this Agreement.
2. Responsibilities
2.1. District Responsibilities.
Within thirty (30) days of the Effective Date of this Agreement, The
District 125 shall pay a one-time lump sum payment of one hundred
two thousand one hundred twenty-four dollars ($102,124.00)
("Lump Sum Payment") to the City of Tukwila for the purchase and
installation of hot mix asphalt, as further described in Attachment A.
ii. In addition to the Lump Sum Payment, the District will hold in
reserve a contingency payment of $10,212.40 ("Contingency
Payment"), to be made available to the City within thirty (30) days
M
written notice by the City of the need for the Contingency Payment.
Use of the Contingency Payment is to address unforeseen subsurface
conditions, including but not limited to unsuitable or unstable sub-
base material discovered during grinding and overlay operations. Use
of these funds shall be limited to corrective measures such as
excavation, replacement, stabilization, or other remedial work
necessary to ensure structural integrity and compliance with project
specifications.
2.2. City Responsibilities:
The City will be responsible for completing, or causing to be
completed, the work described in Attachment B ("Work") and all
associated attachments, including design, permitting, and
construction of Macadam Rd S asphalt overlay.
3. Dispute Resolution.
3.1 The Parties agree to negotiate in good faith to resolve any disputes arising ,
under this Agreement. The Parties shall designate representatives for purposes
of managing this Agreement and the dispute resolution process under this
Section 3. The Parties' Agreement administrators are the persons identified in
Section 8 to receive notice. Except as otherwise provided in this Agreement,
the Parties shall use the following dispute resolution process:
Step One: The Parties' Agreement administrators shall confer and attempt to
resolve the dispute within ten (10) business days of written notification
by any Party.
Step Two: If the Agreement administrators are unable to resolve the dispute
within ten (10) business days, any Party may refer the dispute to the
District Director or designee and the superior to the contract
administrator for the City.
3.2 No Party may seek relief in a court of law until and unless the two-step
process in Paragraph 3.1 is completed in good faith.
3.3 If the Parties cannot resolve the dispute using the process in Section 3. 1, the
Parties may, by agreement, submit the matter to non-binding mediation. The
Parties shall share equally in the cost of the mediation. If additional parties
participate in the mediation then each participant shall pay a share of the cost
of the mediation, such share to be calculated by dividing the total cost of the
mediation by the number of parties participating. Mediation shall not be a
prerequisite to litigation.
2
47
3.4 The Parties agree that during any conflict or dispute resolution process they
shall continue to diligently perform their respective responsibilities under this
Agreement.
4. No Preclusion of Separate but Related Activities or Projects
Nothing in this Agreement shall preclude any Parry from choosing or agreeing to fund or
implement any work activities or projects associated with any of the purposes hereunder by
separate agreement or action, provided that any such decision or agreement shall not impose
any funding, participation, or other obligation of any kind on the other Parties.
5. Hold Harmless and Indemnification
To the extent permitted by state law, and for the limited purposes set forth in this Agreement,
each Parry shall protect, defend, hold harmless, and indemnify the other Parties, their
officers, elected and appointed officials, agents and employees, while acting within the scope
of their duties as such, from and against any and all claims (including demands, suits,
penalties liabilities, damages, costs, expenses, or losses of any kind or nature whatsoever)
("Damages") resulting from such Party's own negligent acts or omissions related to such
Party's participation and obligations under this Agreement. Each Party agrees that its
obligations under this subsection extend to any claim, demand, and/or cause of action
brought by or on behalf of any of its employees or agents. For this purpose, each Party, by
mutual negotiation, hereby waives, with respect to the other Party only, any immunity that
would otherwise be available against such claims under the industrial insurance act provision
of Title 51 RCW. The Parties acknowledge that this Section 5 was expressly negotiated and
agreed to by them. The provisions of this Section 5 shall survive and continue to be
applicable to any Party exercising the right of termination pursuant to Section 9.
6. Notice; Designation of Agreement Administrators; Signature Authority
6.1 Any notice permitted or required to be given by any Party shall be given in
writing and may sent by certified United States mail, with return receipt
requested, properly addressed, postage prepaid; or by reputable overnight
delivery service; or by personal service. Notice shall be deemed given two (2)
days after deposit in the U.S. mail as specified in the preceding sentence; or
upon delivery (or refusal of delivery) by an overnight delivery service or by
personal service. Notwithstanding anything in this Section 8 to the contrary, a
Party may provide notice by email or other electronic means with delivery
confirmation or read receipt (or both) but the Parry providing electronic notice
shall bear the burden to prove the date that notice was delivered.
6.2 All notices, invoices, correspondence, or other materials, including Dispute
Resolution Notices, shall be given to the Agreement administrators
electronically. A Party may change their Agreement administrators by
providing notice to the other Party. The initial Agreement administrators are
as follows:
Dylan Bailey
Water District 125
3460 S 148`h, Suite 110
Tukwila, WA 98168
206-242-9547
dylanbailey@waterdistrictl25.com
Jen Tetatzin
The City of Tukwila
6200 Southcenter Blvd
Tukwila, WA 98188
206-433-0179
Jen.Tetatzin@TukwilaWA.gov
7. Records and Audit
7.1 For a period not less than six (6) years from the date of completion of the
Work or for such retention period as may be required by law, whichever is
longer, records and accounts pertaining to the Work of this Agreement shall
be kept available for inspection and audit by representatives of the Parties.
Copies of the records shall be furnished upon request. Records and accounts
shall be maintained in accordance with applicable state law and regulations.
8. Extension; Amendments.
8.1 The Parties may agree in writing to extend or renew the term of this
Agreement at any time prior to its expiration date as specified in Section 1,
Such a change must be added as an amendment to the Agreement at which
time an extension or renewal of the Agreement is enacted.
8.2 This Agreement may only be amended or extended by the mutual written
consent of all Parties.
9. Termination
9.1 This Agreement can only be terminated by mutual written agreement of the
Parties.
10. General Terms and Conditions
10.1 Entire Agreement; Recitals and Exhibits Incomorated. The Recitals and
Exhibits to this Agreement are incorporated as if fully set forth herein. This
C!
. •
document contains all of the terms, conditions, and provisions agreed upon by
the Parties hereto, and shall not be modified except by written amendment.
There are no other agreements between the Parties with respect to the matters
described herein, whether in writing or otherwise, and all prior agreements
and understandings are superseded with respect to the subject matter of this
Agreement.
10.2 Legal relations. This Agreement is solely for the benefit of the Parties hereto
and creates no right, duty, privilege, or cause of action in any other person or
entity not a party to it. No joint venture or partnership is formed as result of
this Agreement. No employees or agents of one Party or its contractors shall
be deemed, or represent themselves to be, employees of the other Party.
10.3 Compliance with Laws. The Parties shall comply and shall insure that their
respective contractors and subcontractors comply, with all Federal, state, and
local laws, regulations, and ordinances applicable to the Work to be performed
under this Agreement, including but not limited to prevailing wages
requirements under Chapter 39.12 RCW.
10.4 Remedies Cumulative. The Parties' rights and remedies in this Agreement are
in addition to any other rights and remedies provided by law or equity.
10.5 Nonwaiver. A Party's failure to require full and timely performance of any
provision of this Agreement at any time shall not waive or reduce that Party's
right to insist upon complete and timely performance of any other provision
thereafter.
10.6 Choice of La,,v; Venue. Any and all claims relating to this Lease shall be
governed by and construed in accordance with the substantive and procedural
laws of the State of Washington without giving effect to its conflicts of law
rules or choice of law provisions. The sole and exclusive venue for any legal
action arising from or related to this Lease shall be in the Superior Court of
King County, Washington; and the Parties hereby agree to the personal
jurisdiction of such court.
10.7 Legal Fees. In any lawsuit between the Parties with respect to the matters
covered by this Agreement, the prevailing party shall be entitled to its
reasonable attorney's fees, costs and expenses to be paid by the other Party, in
addition to any other relief it may be awarded.
10.8 Survival. The provisions of Section 5 (Indemnity) and this Section 11 shall
survive the expiration or earlier termination of this Agreement.
10.9 Severability. If any term of this Agreement is to any extent illegal, otherwise
invalid, or incapable of being enforced, such term shall be excluded to the
extent of such invalidity or unenforceability; all other terms hereof shall
50
remain in full force and effect; and, to the extent permitted and possible, the
invalid or unenforceable tern shall be deemed replaced by a term that is valid
and enforceable and that comes closest to expressing the intention of such
invalid or unenforceable term.
10.10 No Expenditure In Excess of Appropriation. Nothing in this Agreement shall
be construed as obligating any Parry to expend money in excess of
appropriation authorized by law and administratively allocated for the Work
in this Agreement.
10.11 No Assignment. Neither this Agreement nor any of the rights or obligations
of any of the Parties arising under this Agreement may be assigned, without
the other Parties' prior written consent. Subject to the foregoing, the
Agreement will be biding upon, enforceable by, and inure to the benefit of the
Parties and their successors and assigns.
10.12 No Third -Party Beneficiaries. There are no third -parry beneficiaries to this
Agreement, and this Agreement shall not impart any rights enforceable by any
person or entity that is not a party hereto.
10.13 Counterparts. This Agreement may be executed by facsimile or any other
electronically reproduced signature that is consistent with Chapter 19.360 RCW
in any number of current parts and signature pages hereof with the same effect
as if all Parties had all signed the same document. All executed current parts
shall be construed together, and shall, together with the text of this agreement,
constitute one and the same instrument.
10.14 Force Majeure. Any Party shall be excused from performing its obligations
under this Agreement during the time and to the extent that it is prevented from
performing by a cause beyond its control, including, but not limited to: any
incidence of fire, flood, earthquake or acts of nature; strikes or labor actions
commandeering material, products, or facilities by the federal, state or local
government; when satisfactory evidence of such cause is presented to the other
Party, and provided further that such non-performance is beyond the control and
is not due to the fault or negligence of the Party not performing. Upon any force
majeure, all Parties may jointly elect to terminate this Agreement or suspend
work upon written notice. In no event should this provision eliminate the need
to make any payment to either Party to the extent any such payment is required
pursuant to this Agreement.
[Signatures -Proceed to Next Page]
501
51
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date
affixed to their signatures.
WATER
-711
Date
?edo Form B
y: G-�� I'1�brl
Water District 125 Attorney As Date
THE CITY OF TUKWILA
Printed Name
Position
52
7
Date
City of Tukwila wila Thomas McLeod, Mayor
Public Works Department - Jen Tetatzin, PE, PMP - Director
INFORMATIONAL MEMORANDUM
TO: Transportation & Infrastructure Services Committee
FROM: Jen Tetatzin, Public Works Director
BY: Adib Altallal, Utilities Engineer
CC: Mayor Thomas McLeod
DATE: July 25, 2025
SUBJECT: Lift Station No. 2 Structural Modifications
Construction Award
ISSUE
Award a construction contract for the Lift Station No. 2 Structural Modifications Project to the lowest
responsible bidder, Combined Construction, Inc.
BACKGROUND
Lift Station No. 2 is a critical component of the City's sewer collection system. In 2015, upgrades
were identified to improve pump reliability and reduce maintenance needs. The City completed
major upgrades in 2022, which included new pumps, valves, and piping. As the system has been in
operation, the need for improved structural access and modifications was identified to maintain
safety and serviceability for operations and maintenance staff. This project provides structural
retrofits within the existing lift station to facilitate safe removal and replacement of pumps, including
the installation of a new steel gantry beam and hoist, modification of the concrete slab, and related
structural improvements.
DISCUSSION
The Lift Station No. 2 Structural Modifications Project was advertised for bid in March 2025 for three
weeks, and two bids were received and opened on March 25, 2025. The engineer's estimate for the
construction work was $200,839.50. The apparent low bidder is Combined Construction, Inc. with a
bid of $282,949.52. Staff and the City's consultant, PACE Engineers, have reviewed the bids for
accuracy and responsiveness. Combined Construction, Inc. submitted the lowest responsive bid,
which is approximately 40% higher than the engineer's estimate. The increased cost is attributed to
current market conditions and the specialized nature of the structural retrofits within an active lift
station.
FINANCIAL IMPACT
LS2 Structural Modifications
Contingency
Total
Contract
$282,949.52
_$56,589.91
$339,539.43
Budget (`26)
$500,000.00
RECOMMENDATION
The Council is being asked to award a construction contract to Combined Construction, Inc. in the
amount of $282,949.52 for the Lift Station No. 2 Structural Modifications Project and to consider this
item on the Consent Agenda at the August 4, 2025 Regular Council Meeting.
ATTACHMENTS
Bid Tabulations
Combined Construction, Inc. Bid Package
53
BID TABULATION
Owner:
CITY OF TUKWILA
Bid Date:
3/25/25
Project:
LS #2 STRUCTURAL RETROFIT
Bid Time:
10:00 AM
Engineers:
PACE ENGINEERS
Job No.
80040201
ITEM OR
ITEM NO. TASK DE CRIPTION
UNIT
FENGINEER'S ESTIMATE
UNIT PRICE COST
Combined Construction
UNIT PRICE COST
General Mechanical
UNIT PRICE COST
1 Mobilization
LS
1 $14,750.00
$ 14,750.00
34,000.00
$ 34,000.00
40,000.00
$ 40,000.00
2 Structural Retofit of Existing Lift Station
LS
1 $135,000.00
$ 135,000.00
$182,400.00
$ 182,400.00
$440,000.00
$ 440,000.00
3 Modification of Inlet Drop Pipe
LS
1 $5,000.00
$ 5,000.00
$9,680.00
$ 9,680.00
$20,000.00
$ 20,000.00
4 Site Restoration and Cleanup
LS
1 $7,500.00
$ 7,500.00
$10,680.00
$ 10,680.00
$7,500.00
$ 7,500.00
5 Unexpected Site Changes
FA
1 $20,000.00
$ 20,000.00
$20,000.00
$ 20,000.00
$20,000.00
$ 20,000.00
11
1 $
$
$
SUBTOTAL
10.20% SALES TAX
TOTAL BID
$ 182,250.00
$ 18,589.50
$ 200,839.50
$ 256,760.00
$ 26,189.52
$ 282,949.52
$ 527,500.00
$ 53,805.00
$ 581,305.00
Error in Bid
Apparent low bidder
I hereby certify that this tabulation represents all bids received and that
the total bid prices have been checked or corrected based on the unit
prices provided in the bids. Corrections did not change the order of the
bids, unless noted otherwise.
https://tukwilawa.sharepoint.com/sites/pubIicworks/engineering/Shared Documents/Projects/A- SW Projects/LS2 Structural Modifications/01 - Preliminary Engineering/Draft Bid Documents/LS 2 Bid Tab
Form 4/16/2025
CITY OF TUKwILA
PROPOSAL
(unit price)
P-1
Contractor's Name Combined Construction, Inc.
Contractor's State License No. COMBICI893NT
City of Tukwila Project Nos. 800 402 01
To the Mayor and City Council
City of Tukwila, Washington
The undersigned (Bidder) hereby certifies that they personally examined the location and
construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner)
project titled LIFT STATION #2 STRUCTURAL MODIFICATIONS, which includes but is not limited to:
Retrofit of the existing access hatch and existing concrete slab within an underground lift station
to facilitate the removal of existing pumps. This will allow the pumps to be lifted out of their
current position within the lift station by a new steel gantry beam and hoist installed in the upper
level of the lift station. The project also includes installing a new structural steel floor support
system underneath existing slab to facilitate slab cutting and demolition. New floor coverings will
be installed at the new slab opening to maintain floor space. The project also includes cutting a
section of the inlet tee "downpipe" located within the wetwell. The Bidder shall attain Physical
Completion of all Work in all respects within 45 working days from the date stated in the written
Notice to Proceed.
The undersigned further certifies that they have read and thoroughly understand these Documents
which govern all Work embraced in this improvement and the methods by which payment will be
made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to
undertake and complete all Work embraced in this improvement in accordance with these
Contract Documents and at the following schedule of rates and 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, (check one) ® bid bond or ❑ cash, ❑cashier's check,[] certified
check, or ❑ postal money order made payable to the City of Tukwila equal to five percent (5%) of
the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by
Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses
to enter into an Agreement and furnish the required Payment and Performance Bond and liability
insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void
and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the
property of Owner as liquidated damages, all as provided for in the Bid Documents.
The Bidder shall attain Physical Completion of all Work in all respects within 45 working days from
the date stated in the written Notice to Proceed. If the work is not completed within this time
period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the
Standard Specifications for every calendar day work is not Physically Complete after the expiration
of the Contract time stated above. In addition, Bidder shall compensate Owner for actual
engineering inspection and supervision costs and any other legal fees incurred by Owner as a
result of such delay.
LIFTSTAT/ON#2 STRUCTURAL MODIFICATIONS
PRO/ECT NUMBER 800 402 01 FEBRUARY2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 55
CITYOF TUKwILA
P-2
LIFT STATION #2 STRUCTURAL MODIFICATIONS
PROJECT NO. 800 402 01
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. 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.
It is the intent of the OWNER to award the lowest responsible BIDDER for the total price bid for the
project.
BID SCHEDULE
ITEM
NO.
ITEM DESCRIPTION
QTY
UNIT
UNIT
PRICE
TOTAL
1
Mobilization Incl. Erosion and Traffic Control
1
LS
'31ALj)0,W
jN i boo,m
2
Structural Retrofit of Existing Lift Station
1
LS
O $Z LAW.00
ISL NW.Lb
3
Modification of Inlet Drop Pie
1
LS
1J kA -0.w
4A,V-o,oJ
4
Site Restoration and Cleanup
1
LS
5
Unexpected Site Changes
1
FA
$20,000.00
$20,000.00
SUBTOTAL
6(v;(90.00
10.2% SALES TAX
1 Gl. 5q—
TOTAL AMOUNT BID
I q A.1J2.
I ax KUle _I ru appues per ,�)ecruon i-ur. z.
Total Bid Price in Words: "I—wo 3AkmA LA "tu 1LJo RLAA, oA f me,
LIFT STATION #2 STRUCTURAL MODIFICATIONS
PROJECT NUMBER 800 402 01
FEBRUARY2025
rovid5bto Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKWILA
Bids Submitted on Computer Printouts
P-3
Bidders, at their option, in lieu of handwriting in the unit prices in figures in ink on the Bid forms
above, may submit an original computer printout sheet with their bid, as long as the following
requirements are met:
1. Each sheet of the computer printout must contain the exact same information as shown on the
hard -copy bid form — Project Name, Schedule Name, column headings — in the order shown,
totals, etc.
2. The computer printout of the Bid Proposal must have the exact certification language shown
below, signed by the appropriate officer of the firm.
3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid
form which acknowledges the Bid Guaranty, Time of Completion, and all Addenda that may
have been issued, etc.
If any of these things are missing or out of order, the bid may be rejected by the Owner.
The unit and lump sum prices shown on acceptable printouts will be the unit prices used to
tabulate the Bid and used in the Contract if awarded bythe City. In the event of conflict between
the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the
Bidder contains both the form on these Bid Proposal sheets, and also a computer printout,
completed according to the instructions, the unit bid prices shown on the computer printout will
be used to determine the bid.
Put this certification on the last sheet of the Bid computer printout, and sign:
(YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for
all of the bid items contained in this Proposal are the unit and lump sum prices intended and that
its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR
FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total
bid and further agrees that the official total Bid amount will be determined by multiplying the unit
Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form
then totaling all of the extended amounts.
Signed:
Title: President
Date: March 25, 2025
LIFTS7ATIoN#2STRUCTURAL MODIFICATIONS
PRO/ECT NUMBER 800 402 01
FEBRUARY2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal 57
CITYOF TUKw/LA
P-4
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum Addendum
No. Date of Receipt No. Date of Receipt
1 March 13, 2025 3
2
4
NOTE.- Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid
Proposal and Owner reserves the right to determine whether the bid will be disqualified.
By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid
Documents and will provide the required coverage.
It is understood that Owner may accept or reject all bids.
The Surety Company which will furnish the required Payment and Performance Bond is
HUB International Of 12100 NE 195th St, Suite 200, Bothell, WA 98011
(Name) (Address)
Bidder: Combined Construction Inc.
Signature of Authorized Official:
Printed Name and Title: Kyle Smith Pre 'dent
Address: 3701 South Rd. Mukilteo, WA 98275
Check One: ❑ Individual ❑ Partnership State of Incorporation: Washington
❑ Joint Venture ® Corporation
Phone No.: 425-610-4334 Date: March 25, 2025
This address and phone number is the one to which all communications regarding this proposal
should be sent.
NOTES:
1. If the Bidder is a copartnership, give the firm name under which business is transacted;
proposal must be executed by a partner. If the Bidder is a Corporation, proposal must be
executed in the Corporate name by the president or vice-president (or any other corporate
officer accompanied by evidence of authority to sign).
2. A bid must be received on all items. If either a unit price or an extension is left blank (but
not both) for a bid item, the Owner will multiply or divide the available entry by the quantity,
as applicable, and enter it on the bid form. If there is no unit price or extension for one or
more bid item(s), the proposal will be rejected.
L IFT STATION #2 STRUCTURAL MOOIFICAT/ONS
PROJECT NUMBER 800 402 01
FEBRLIARY2025
Provi58 to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
C/TYOF TUKW/LA
P-5
BID SECURITY
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in
the form of a cash deposit, certified or cashier's check, or postal money order in the amount of
dollars ($ ).
Erg=
Bid Bond: The undersigned, Combined Construction, Inc. (Principal), and
Arch Insurance Company (Surety), are held and firmly bound unto the City of
Tukwila (Owner) in the penal sum of Five Percent (5%) of Total Amount Bid
dollars ($ 5% --- ), which for the payment of which
Principal and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the
penal sum of this Bid Bond.
Conditions: The Bid Deposit or Bid Bond shall be an amount not Less than five percent (5%) of the
total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal
for Lift Station #2 Structural Modifications Project No. 800 402 01, according to the terms of the
Proposal and Bid Documents.
Now therefore,
a. If the Proposal is rejected by Owner, or
If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful
performance of said Project and for the payment of all persons performing Labor or furnishing
materials in connection therewith, with Surety or Sureties approved by Owner,
then this Bid Security shall be released; otherwise, it shall remain in full force and effect and
Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the
amount of the Bid Bond, as penalty and Liquidated damages.
The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension
of time within which Owner may accept bids; and Surety does hereby waive notice of any such
extension.
Signed and dated this 13th day of March
Combined Construction. Inc.
Name and address of local office of
Agent and/or Surety Company:
2o25 .
Arch Insurance Company
Surety
Attorney -in -Fact Emma C. Doleshel
(Attach Power of Attorney)
HUB International Northwest LLC
P.O. Box 3018
Bothell, WA 98041-3018
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
LIFT STATION #2 STRUCTURAL MOOIFICAT/ONS
PROJECT NUMBER 800 402 01
FEBRUARY2025
59
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
10499
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated
Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees.
POWER OF ATTORNEY
Know All Persons By These Presents:
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City
New Jersey (hereinafter referred to as the "Company") does hereby appoint:
Chad Epple, Dana Brown, Emma C. Doleshel, Grant E. Ingalls, Heather L. Allen, Jim S. Kuich, Jim W. Doyle, Natalie C. Chau, Steven Wagner and Theresa
A. Lamb of Bothell, WA (EACH) Amanda Ivey, Annette Troseth, Carol Lowell, Cheri Mrak, Clayton McCaul, Jacqueline Hansen, Tamara Combs, Tam!
Miller and Ted Baran of Anchorage, AK (EACH) Sarah H. Behrens of Palmer, AK
its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed:
Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding One Hundred Fifty Million Dollars ($150.000.000.00).
This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth
herein.
The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as
fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative
office in Jersey City, New Jersey.
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on August 31, 2022, true and
accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their
appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to
authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for
acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of
Directors of the Company on August 31, 2022:
VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business
Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the
Secretary, may be affixed by facsimile on any power ofattorney or bond executed pursuant to the resolution adopted by the Board of Directors on August 31, 2022, and
any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the
Company. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 10" day
of December, 2024.
Attested and Certified
A s RX,-- WK AL
Regan .Shulman, Secretary Ion
STATE OF PENNSYLVANIA SS
COUNTY OF PHILADELPHIA SS MLSfOYI�
Arch Insurance Company
Stephen C. Ruschak, Executive Vice President
I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the same persons whose names
are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of
Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,
sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and
purposes therein set forth.
Commorr"aM of Venns/Ivanla • Notary Seal /i f
NWEIETAIPMt,liptaryklArc
Ah%adelph;acounty Mich e ipodi,Notar ublic
AVCo*ntnUM Exp:et AA 31, 2035
CortunlE w KJMW 1168622 My commission expires 07/31/2025
CERTIFICATION
I, Regan A. Shulman, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated December 10, 2024 on behalf of the
person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was on the date of execution
ofthe attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. 2klp
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this �� J day of l�lG�� ,
2D:��.
1/t s U�t
ReR A. Shulman, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company
except in the manner and to the extent herein stated. ��—
PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: ��^^�
Arch Insurance Company Claims Department
�Ugrt7RA1 E
Surety Claims Ira), SF>ti
P.O. Box 542033 9� i477
Omaha, NE 68154 $ .
suretyclaims(r)archinsurance.com
To verify the authenticity of this Power ofAttorney, please contact Arch Insurance Company at SuretyAuthentic art• ins
Please refer to the above named Attorney -in -Fact and the details of the bond to which the power is attached.
6bCPOA040120 Printed in U.S.A.
CITYOF TUKwILA
This page is intentionally left blank.
L lFT STATION #2 STRUCTURAL MODIFICATIONS
PRO/ECT NUMBER 800 402 01
P-6
FEBRUARY2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 61
CITY OF TUKwILA
NON -COLLUSION DECLARATION
STATE OF WASHINGTON )
) ss
COUNTY OF KING )
P-7
The undersigned, being first duly sworn, on oath states that the person, firm, association,
partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly
or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any
action in restraint of free competitive bidding in connection with the City of Tukwila project named
Lift Station #2 Structural Modifications, Project No. 800 402 01.
Combined Construction, Inc.
Name of Firm
President
Title
SEAL
of Authorized
\`01111iii1JI1114i
StAENT '•;O_�
NOTARY
Pusoc,
yap`
To report bid rigging activities call:
Signed and sworn to before me on this &4--:) /day of
MSZM��, 20
Signature of Notary Public in and
for ,the State of
Washington, residing at�G��l��l.%,
a�
My appointment expires:
NOTICE TO ALL BIDDERS
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday
through Friday, 8:00 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.
LIFT STATION #2 STRUCTURAL MODIFICAT/ONS
PROJECT NUMBER 800 402 01
FEBRUARY2025
Provi&2 to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITYOF TUKwILA
This page is intentionally left blank.
LIFTSTAT/ON #2 STRUCTURAL MODIFICATIONS
PRO/ECT NUMBER 800 402 01
P-8
FEBRUARY2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 63
CITYOF TUKwILA
P-9
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: Combined Construction. Inc.
Address of Bidder: 3701 South Rd
Mukilteo Washington 98275
City State Zip Code
Contractor's License No. COMBICI893NT WA State UBI No
603-119-288
License Bond Dept. of L&I
Registration No. SU11647690000 Worker's Comp. Acct. NO. 433852000
Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture
® Incorporated in the State of Washington
List business names used by Bidder during the past 10 years if different than above:
Bidder has been in business continuously from
Year
Bank Reference Pacific Premier Nikki Dickerson 425-330-6868
Bank Account Officer Officer's Phone No.
No. of regular full-time employees: 25
Number of projects in the past 10 years completed: 425 ahead of schedule 25 on schedule
0 behind schedule
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 14 years.
As a subcontractor for 14 years.
List the supervisory personnel to be employed by the Bidder and available for work on this project
(Project Manager, Principal Foreman, Superintendents, and Engineers):
How Long
Name Title With -Bidder
Kyle
Smith
Project Manager
14
years
Zane
Gardner
Foreman
12
years
Colin
Smith
Superintendent
12
years
bFTSTATION#2STRUCTURAL MODIFICATIONS
PROJECT NUMBER 800402 01 FEBRUARY2025
Provi&4 to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITYOF TUKWILA
P-10
Name the Surveyor to be used on this Project, who will directly supervise all surveying activities.
Attach a resume outliningthe experience and qualifications of the Surveyor. Is the Surveyor
Licensed in the State of Washington (a PLS)? ❑ Yes ❑ No
Surveyor's Name: N/A
List all those projects, of similar nature and size, completed by Bidder within the past 10 years.
Include a reference for each. Any attached preprinted project listing must include all this
information. The bidder must have at least ten (10) years' experience working on projects of similar
nature and size.
City of Tacoma - Hood St Facilities
& S Tacoma Pump Station
City of Yakima - 1st Level Reservoir
Alderwood Water & Wastewater District -
1 Vault Rehab
Chelan County PUD - Rocky Reach Dam
Concrete Repairs
Year
Completed
Contract Amount
Owner/Reference
Name and Phone
2023
$4,300,000
Geff Yotter - 253-502-8742
2023
$1,100,000
Mike Shane - 509-576-6480
2021
$480,000
David MacDonald - 425-741-7966
2022
$600,000
Jesse Fulwiler - 509-661-4507
List all projects undertaken in the last ten (10) years which have resulted in partial or final
settlement of the Contract by arbitration or litigation in the courts:
Total Claims Amount of
Contract Arbitrated Settlement
Name of Client and Project Amount or Litigated of Claims
N/A
Has Bidder, or any representative or partner thereof, ever failed to complete a contract?
Z No ❑ Yes If yes, give details:
Has Bidder ever had any Payment/Performance Bonds called as a result of its work?
❑x No ❑ Yes If yes, please state:
Pmje-ct-Name Contracting -Party B nd Amouat
LIFTSTArloN A2 STRUCTURAL MODIFICATIONS
PROJECT NUMBER 800 402 01 FEBRUARY2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
65
CITY OF TUKWILA
P-11
Has Bidder ever been found guilty of violating any State or Federal employment laws?
❑x No ❑ Yes If yes, give details:..__
Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state
insolvency laws? ❑x No ❑ Yes If yes, give details:
Has any adverse legaljudgment been rendered against Bidder in the past five (5) years?
Z No ❑ Yes If yes, give details:
Has Bidder or any of its employees filed any claims with Washington State Workman's
Compensation or other insurance company for accidents resulting in fatal injury or
dismemberment in the past five (5) years? ® No ❑ Yes If yes, please state:
Date Iyoe of Injury Agency Receiving Claim
The undersigned warrants under penalty of Perjury that the foregoing information is true and
accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify
all information contained herein.
Signature of Bidder
Title: President Date: March 25. 2025
bFT STATION #2 STRUCTURAL MODIFICATIONS
PROJECT NUMBER 800 402 01 FEBRUARY 2025
Provif to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITYOF TUKwILA
This page is intentionally left blank.
L LFT STATION #2 STRUCTURAL MODIFICATIONS
PROJECT NUMBER 800 402 01
P-12
FEBRUARY2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 67
CITYOF TUKWILA
CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES
P-13
The bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision
of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice
of assessment issued by the Department of Labor and Industries or through a civil judgement
entered by a court of limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the foregoing is
true and correct.
Combined Construction, Inc.
fidders woo; sfi4ame
ire of Authorized Off icia
Smith
Printed a
President
Title
March 25, 2025
Date
Mukilteo
City
Check One:
❑ Sole Proprietorship ❑ Partnership
Washington
State
❑ Joint Venture ❑x Corporation
State of Incorporation, or if not a corporation, State where business entity was formed:
Was
If a co -partnership, give firm name under which business is transacted:
*If a corporation, proposal mustbe executed in the corporate name by the president or vice-
president (or any other corporate officer accompanied by evidence of authority to sign). if a co-
partnership, a proposal must be executed by a partner.
LIFTSTATION #2 STRUCTURAL MODIFICATIONS
PRO/ECT NUMBER 800 402 01
FEBRUARY2025
ProviN to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITY OF TUKwILA
This page is intentionally left blank.
P-14
LIFTSTATION#2STRUCTURAL MODIFICATIONS
PROJECT NUMBER 800 402 01 P-14 FEBRUARY2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 69
CITY OF TuKwILA
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
P-15
DESCRIPTIONITYPE
YEAR
CONDITION
OWN/RENT
Ford F-450 Service Body
2023
Excellent
Own
Gehl Reach Forklift
2021
Very good
Own
Lincoln Welder
2022
Excellen
Own
Hand Tools
2024
t
Excellent
Own
La borto be used: PM, Foreman, Superintendent, laborers ironworkers
L LFT STAT/ON #2 STRUCTURAL MODIFICATIONS
PRO/ECT NUMBER 800402 01
Combined Construction, Inc.
NameolcjdP�
Signature of Authorized Official
f�
l President
Title
FEBRUARY2025
ProviTO to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITYOF TUKwILA
This page is intentionally left blank.
L 1FT STATION #2 STRUCTURAL MODIFICATIONS
PRO/ECT NUMBER 800 402 01
P-16
FEBRUARY2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 71
CITY OF TUKWILA
PROPOSED SUBCONTRACTORS
Name of Bidder Combined Construction, Inc.
P-17
In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall
include below the names of the subcontractors with whom the Bidder, if awarded the contract,
will subcontract for performance of the work of: structural steel installation, rebar installation,
electrical, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and
electrical as described in RCW 19.28, and, or to name itself for the work. The Bidder shall not list
more than one subcontractor for each category of work identified, unless subcontractors varywith
bid alternates, in which case the Bidder must indicate which subcontractor will be used for which
alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to
name itself to perform such work or the naming of two or more subcontractors to perform the
same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. Prime
Contractor must declare if they intend to perform any of these items.
The successful Bidder must have the written permission of the Owner to make any change to this
list.
Percent of total bid to be performed by Bidder loo %
Name
N/A
Schedule/Bid Item Numbers
Subcontractor will perform
WORK TO BE PERFORMED BY PRIME CONTRACTOR
All phases of project
LIFTSTATLON#2 STRUCTURAL MODIFICATIONS
PRO/ECT NUMBER 800 402 01
% of Total Bid
FEBRUARY2025
Provi7e2 to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CITYOF TUKwILA
This page is intentionally left blank.
LIFT STAT/ON #2 STRUCTURAL MODIFICATIONS
PRO)ECTNUMBER 800402 01
P-18
FEBRUARY2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal 73
7/15/25, 3:02 PM
[JI�,b.,"&"'I'�nd"u�stries.(ht.tRs://Ini.wa.ga,
Combined Construction Inc
Contractors
Combined Construction Inc
Owner or tradesperson
3701 SOUTH RD
...................................................................
Principals
MUKILTEO, WA 98275
Smith, Kyle Charles, PRESIDENT
425-610-4334
SNOHOMISH County
COMBINED CONSTRUCTION INC, AGENT
Jones, Richard Owen, SECRETARY
Effective date
(End: 08/28/2013)
07/12/2020
A. Shawn Hicks P.S., AGENT
Expiration date
(End: 08/28/2013)
Until Canceled
Doing business as
Combined Construction Inc
WA UBI No. Business type
603 119 288 Corporation
Governing persons
KYLE
SMITH
AUGUST JOHN SMITH;
Registration
Verify the contractor's active registration / license / certification (depending on trade) and any past violations.
Construction Contractor Active
Meets current requirements.
License specialties
GENERAL
License no.
COMBICI893NT
Effective — expiration
08/30/2011— 08/31/2025
L&I Contractor Registration:
1-800-647-0982 - Email: ContReg@Lni.wa.gov
Bond
Arch Insurance Co
$12,000.00
Bond account no.
SU11647690000
Received by L&I
Effective date
06/17/2020
07/12/2020
Expiration date
Until Canceled
Bond history
Insurance
...............................
Admiral Insurance Co
$1,000,000.00
Policy no.
CA000051202-01
Received by L&I
Effective date
10/22/2024
12/05/2023
Expiration date
12/05/2025
Insurance history
h7p4//secure.Ini.wa.gov/verify/Detail.aspx?U B 1=603119288&LIC=COM B I C1893NT&SAW= 1/2
7/15/25, 3:02 PM
Combined Construction Inc
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.
L&I Account ID
216,146-00
....... _.......................
Account is in good standing.
Quarterly report received and is being
processed.
Doing business as
COMBINED CONSTRUCTION INC
Estimated workers reported
Pending current quarter filing
Workers' Comp Account Contact
TO / JOSHUA TONN (360) 902-4802 - Email: TONK235@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.
No inspections during the previous 6 year period.
https://secure.Ini.wa.gov/verify/Detail.aspx?UB1=603119288&LIC=COMBIC1893NT&SAW= 752
76
City of Tukwila wila Thomas McLeod, Mayor
Public Works Department - Jen Tetatzin, PE, PMP - Director
INFORMATIONAL MEMORANDUM
TO: Transportation & Infrastructure Services Committee
FROM: Jen Tetatzin, Public Works Director
BY: Adib Altallal, Utilities Engineer
CC: Mayor Thomas McLeod
DATE: July 25, 2025
SUBJECT: Lift Station No. 2 Structural Modifications
Design & Construction Management — Amendment #2
ISSUE
Approve Amendment #2 to the professional services agreement with PACE Engineers to provide
additional construction management and specialty inspection services for the Lift Station No. 2
Structural Modifications Project.
BACKGROUND
Lift Station No. 2 is a critical component of the City's sewer collection system. In 2015, upgrades
were identified to improve pump reliability and reduce maintenance. Major improvements were
constructed in 2022, followed by the current project focused on structural modifications to improve
maintenance access and operational safety. These include structural retrofits, a new hoist system,
and internal slab and grating modifications.
DISCUSSION
Due to the complex nature of the structural retrofits within an active sewer lift station, additional
construction management and specialty inspection services are needed to ensure successful project
delivery. These services include electrical, mechanical, and structural inspections as well as
coordination and quality assurance support.
FINANCIAL IMPACT
Contract + Amendment 1
Amendment 2
Total
Contract
$92,737.00
_$43,880.00
$136,617.00
Budget (`26)
$500,000.00
RECOMMENDATION
The Council is being asked to approve Amendment #2 to the professional services agreement with
PACE Engineers in the amount of $43,880.00 for construction management and inspection services
for the Lift Station No. 2 Structural Modifications Project, and to consider this item on the Consent
Agenda at the August 4, 2025 Regular Council Meeting.
ATTACHMENTS
Amendment #2 to Professional Services Agreement
Fee Estimate & Scope of Services
77
City of Tukwila Agreement Number:
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Amendment No. 2
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 24-030 between the City of Tukwila and PACE Engineers is hereby
amended as follows:
Section 4A: Payment.
Payment for the work provided by the Consultant shall be made as provided on Exhibit "B"
attached hereto, provided that the total amount of payment to the Consultant shall not exceed
$136,617.00 without express written modification of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this day of
CITY OF TUKWILA
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED
Andy Youn, MMC, City Clerk
CA Reviewed May 2020
M
2025.
PACE ENGINEERS
Printed Name:
APPROVED AS TO FORM
Office of the City Attorney
Page 1 of 1
fllli PACE
WATER I LAND I INFRASTRUCTURE I FACILITIES
ADDITIONAL SERVICES AGREEMENT #2
TO: City of Tukwila PROJECT NAME: Tukwila LS #2 — Structural Modifications
C/O Adib AltaUal, PE Contract No. 24-030
6300 Southcenter Blvd Ste 100
Tukwila, WA 98188 PROJECT NO.: 24444
FROM: Bill Reynolds, PE
DATE: July 16, 2025
SUBJECT: Construction Administration & Inspection proposal
This Service Agreement is intended to advise that a request for services has been made which is
not in our Scope of Services or Fee. The subject contract is herein amended to incorporate the
following scope of services:
Scope of Services
The addition of Construction Administration & Inspection services for the Tukwila LS #2 —
Structural Modifications project has been requested by The City of Tukwila. The following
narrative is meant to be an expansion of the currently executed contract between the City of
Tukwila and PACE Engineers, Inc.
PACE Engineers, Inc. proposes to amend the current contractual scope to include engineering
inspection and construction administration services. These services or tasks are listed below
and provide a brief description of what each task entails.
Tasks
Task 1 — Project Management
■ PACE will provide administration and coordination throughout the duration of the
project, including contracting and invoicing, scheduling, and client coordination.
■ PACE will conduct regular coordination and update meetings virtually with The City
of Tukwila Staff at project milestones and as needed.
Task 2 — Materials Submittal Review (10 Total)
■ PACE will provide Structural Engineer review and approval for materials used in the
completion of the project. A maximum of 16 submittals have been assumed.
Task 3 — RFI Review and Coordination (8 total)
■ PACE will provide assistance to the contractor and Jurisdiction in finding the most
appropriate solution to RFIs.
■ Lead coordination efforts with interested parties.
11255 Kirkland Way, Suite 300
Kirkland, Washington 98033-3417
425.827.2014
79
July 16, 2025
Adib Altallal, PE
City of Tukwila Public Works
Additional Services Agreement #1
Page 2 of 3
Task 4 — Construction Inspection Services
PACE will provide Inspection services that will include observation and reporting of
contractor and subcontractor installation activities. This task also includes special
inspections on an as needed basis. Construction inspection services assume a 15 -
day duration of 4 hours per day for a total of 60 hours.
Task 5 — Closeout, Punchlist, & As-Builts
PACE will provide services for this task which will include punchlist development &
walkthrough, as -built preparation, and final project acceptance assistance.
Deliverables
■ Inspection reports which will include written documentation of onsite contractor
labor, machinery, and material deliveries.
■ Confirmation of approved materials being used on the project and collection of
delivery tickets.
■ Engineering review and coordination of project materials.
■ Project compliance with the approved plans, specifications, and other applicable
standards.
■ Photo documentation.
■ Inspector's as -built markups and documentation.
■ Punchlist walkthrough and administration.
Fee
Client agrees to pay PACE for the above services on the basis of an hourly labor rate plus
reimbursable expenses, not to be exceeded without written authorization from the Client.
Specifically, PACE will invoice the Client for the additional services of project inspection as
mentioned above.
For inspection and construction services, we are requesting a change order of $43,880.00.
This includes the tasks and deliverables as mentioned in this amended services agreement,
approximately 156 hours of effort on a time and expense basis. This will provide materials
review and approval, RFI review and coordination, and site project management and
inspection funding from the start of mobilization to the final acceptance of the project by the
City. This amount will be applied in conjunction with the requested inspection services
amount for the duration of the contract.
The subtotal for this scope amendment is $43,880.00. The total amended budget would
increase from $92,737.00 to $136,617.00.
All services provided within the scope of this ASA will be performed as per the terms and
conditions approved under the above-mentioned base contract for the project, unless stated in
the scope within this document. If you have any questions, require any additional information, or
would like to discuss this project further, please do not hesitate to contact us at your earliest
convenience.
At PACE
80 P\KIRIP24124444 LIFE STATION 110.2 STRUC MODS\PROIECTMA.AGEME11T\PRO10SALS\ASA#1124444Tukwil2 LS2-ASA #1.dO
July 16, 2025
Adib Altallal, PE
City of Tukwila Public Works
Additional Services Agreement #1
Page 3 of 3
Authorized PA"e
Signature
William Reynolds
Printed Name
Sr. Principal Engineer
Title
July 18, 2025
Date
I accept the above described Scope of
Services and Fee Structure.
Authorized Client Representative Signature
Printed Name
Title
Date
At PACE
P:\KIR\P24\24444 LIFT STATION NO. 2 STRUC MODS\PRO)ECT MANAGEMENT\PROPOSALS\ASA #1 \24444 Tukwila LS 2 -ASA #1.docx 8
Project Estimates should consider a 10% to 15% contingency for unknown conditions where applicable.
Project Estimates should consider escalation for projects Welding over one calendar year.
PACE Engineers
d n8 awee
Ray. 7/Z =/202v
Fee Schedule: IF STANDARD
Be Form Input - Project Budgeter can define work item descriptions, expense and subconsultant as required
Defined Input - Project budgeter must use defined Labor Codes and Staff Type from Dehek EMS Project Mgmt System (Tables Attached)
Project Budget Worksheet - 2025
Expenses
Reimbursable
Rate/Unit
................................................ ............
Quantity Cost
Postage/Courier
Printing Costs
------------
photoNidec
MileageRraveVPer Diem (40 miles round [rip per day) I $0.70
6001 $420.00
Previous Contract Adjustment
total
$420.00
T.:kk 1: Project Management
To 2 Materials Submittal Review (10TWOL)
Task 3 RFI IS Total)
Task 4 Construction Inspection (15 days C� 4 hr/d)
Expenses
Reimbursable
Rate/Unit
................................................ ............
Quantity Cost
Postage/Courier
Printing Costs
photoNidec
MileageRraveVPer Diem (40 miles round [rip per day) I $0.70
6001 $420.00
Previous Contract Adjustment
total
$420.00
File: 24444 Inspection Services ASA #1 Budget Est, Fee Worksheet
99
Subconsultants
Utility Locate
Mechanical Engineer
Electrical Engines
Gectechnicat Engineer
18 C Engineer
Subconauhent Subtotal
Markup 15%
Total
PACE BIIIed Labor Total $43,460.00
Reimbursable Expenses $420.00
Subcon--tans
Total Project Budget 43,880.00
Printed: 711612025,3:39 PM
TO:
FROM
BY:
CC:
DATE:
SUBJECT
City of Tukwila Thomas McLeod, Mayor
Public Works Department - Jen Tetatzin, PE, PMP - Director
Transportation and Infrastructure Services Committee
Jen Tetatzin, Public Works Director
Sherry Edquid / Josh Hopkins, Project Manager
Mayor Thomas McLeod
July 25, 2025
Gilliam Creek Culvert Erosion Repair
Project No. 82541202
Construction Bid Award
ISSUE
Request Council approval to award the construction contract for the Gilliam Creek Culvert Erosion
Repair to Hoffman Construction, Inc., the lowest responsive and responsible bidder, in amount of
$182,639.64
BACKGROUND
The Gilliam Creek bank upstream of the inlet to the culvert that runs beneath the S. 66th Avenue bridge
has experienced increased scouring over time, particularly in response to large storm events.
Unimpeded scour at this location could compromise the adjacent road embankment. This project
entails repairing eroded portions of the bank by placing rock and boulders to armor the embankment
and protect the inlet, and permeable ballast to reinforce the embankment and vegetation restoration.
Work is anticipated to be completed within approximately 18 working days. The construction schedule
will need to comply with the permitted in -water work window between August 1 and September 30.
DISCUSSION
A call for bids was advertised on June 30 and July 7, 2025, editions of the Seattle Times and DJC. Five
(5) bids were opened on July 15, 2025. The bids were tabulated and checked for errors. Three (3)
bids were above the engineer's estimate of $339,834.76 and two below. The confirmed lowest bidder
was Hoffman Construction, Inc. with a bid price of $182,639.64.
FINANCIAL IMPACT
Construction costs associated with the Gilliam Creek Culvert Erosion Repair Project are funded by a
King County Flood Control District Flood Reduction grant of $479,639.00.
Contract $182,639.64 KC FCD Grant $479,639.00
Contingency — 20% $36,527.93
Total $219,167.57
RECOMMENDATION
Council is being asked to approve the construction award with Hoffman Construction, Inc. in the
amount of $182,639.64 plus contingency for the Gilliam Creek Culvert Erosion Repair Project and
consider this item on the Consent Agenda at the August 4, 2025 Regular meeting.
Attachments:
Bid tabulation
Gilliam Creek Erosion Repair CIP
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
CITY OF TUKWILA
IEEICLIE33ffiIl=��
GILLIAM CREEK CULVERTEROSION REPAIR PROJECT
PROJECT NUMBER: 8125 412 02
July 15, 2025 - 10:00 A.M.
�ids were accepted untii the hour of 9,30 a.m. via USPS mail and in-person at the City Clem���-counter;
Bidders could access the bid opening and hear bids read plublicly alloud via Microsoft Teams, by dialing
(253) 292-9750, Conference ID: 136i 653 345#
BIDDER NAME &
SECURM
.
ADDENDA
ACKNOWLEDGED
.....
TOTAL BID PRICE
. . . ....... .
APPARENT
LOWEST BIDDER
DATE OF RECEIPT
BID RECD. ?
(0)
(Including Tax)
(RANK ORDER)
Hloffm,an Construction, Inc
---------------- --- --
Yes
X
$182,639�64
1
July 15, 2025 @ 9:30AM
. ..... ..............................
TMC Contractors, LLC
Yes
X
$312,394u96
2
July_15, 2025 @ 9:30AM
--]'
011s,oun Brothers Excavating, Inc
Yes
X
, ,
$34660655
3
July 15, 2025 @ 9:30AM
Southworth, & So,ns, Inc
Yes
X
$448,854.19
4
July 15 20125 @ 9:300M
Northwest Cascade, Inc
Yes
X
$518,064�53
5
.............. . .... July 15 20251 9:30AM
ENGINIEER'S ESTIMATE
$3391834,76
The aibove figures appear as written within bild documents-, and as read aloud at blid
opening. THEY DO NOT, hiowever, REPRESENT ANY BID AWARD, apparent low, or,
otherwise.
§M100
z
PROJECT:
Project Manager
FICATION:
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2025 to 2030
Gilliam Creek Erosion Repair
Joshua Hopkins
Department
Project # 82541202
Surface Water
Stabilize and protect eroded streambank slopes upstream of the 66th Ave S culvert inlet
This project is intended to protect the 66th Ave S roadway infrastructure and prevent future flooding to
Southcenter.
The project has been scoped for design, permitting and construction and a grant applied for with the Flood
Control District to cover all costs.
M&O is for three years, so 3x $8,400. Mitigation is expected in the form of vegetation restoration for
MAINTENANCE IMPACT:
temporary and permanent impacts, cost is unknown.
This work is to occur during the in -water work window for the Green River and Gilliam Creek and may
COMMENT: require mitigation for project impacts to aquatic and stream buffer habitat.
FINANCIAL (in thousands)
2025
2026
2027
2028
2029
2030
Beyond
TOTAL
Project Costs
Design
$ 128
$ -
$ -
$ -
$ -
$ -
$
$ 128
Construction Mgmt.
$ 90
$
$
$
$
$
$
$ 90
Construction
$ 263
$
$
$
$
$
$
$ 263
Total Project Costs
$ 481
$ -
$ -
$ -
$ -
$ -
$ -
$ 481
Project Funding
Proposed Grant
$ 481
$
$
$
$
$
$
$ 481
Total Project Funding
$ 481
$ -
$ -
$ -
$ -
$ -
$ -
$ 481
Return to CIP TOC
85
TO:
FROM
BY:
CC:
DATE:
SUBJECT
City of Tukwila Thomas McLeod, Mayor
Public Works Department - Jen Tetatzin, PE, PMP - Director
Transportation and Infrastructure Services Committee
Jen Tetatzin, Public Works Director
Mike Perfetti, Surface Water Sr. Program Manager
Mayor Thomas McLeod
July 25, 2025
WRIA 9 Interlocal Agreement 2026-2034
Project No. 91641205
ISSUE
Approve the 2026-2034 Interlocal Agreement (ILA) for the Green River, Duwamish River and Central Puget
Sound Watersheds within the geographic planning area of Water Resource Inventory Area 9.
BACKGROUND
There are 62 WRIAs in Washington State that delineate the state's major watersheds. Tukwila is one of 17 local
jurisdictions within WRIA 9, whose main responsibilities include addressing long-term watershed planning and
conservation of the aquatic ecosystems and floodplains of the Green River, Duwamish River, and Central Puget
Sound watersheds and proactively working to address the ESA listing of Puget Sound Chinook salmon.
DISCUSSION
Tukwila has been party to versions of this interlocal agreement since 2001 and is currently operating under a
2016 ILA that expires at the end of 2025. Tukwila is represented at the Watershed Ecosystem Forum by Mayor
McLeod; this body of elected officials governs WRIA 9, making decisions about funding and priorities. The
Management Committee, which also includes Mayor Mcleod, is responsible for oversight and evaluation of
service providers, administration of the budget and work plan and providing recommendations on administrative
actions. City staff participate in the Interagency Technical Committee (ITC), who discuss the latest science, status
and trends, project updates and make recommendations to the Forum. WRIA 9 provides stand-alone access to
SRFB, PSAR and allotted CWM funding. WRIA 9 also provides project review and technical support for City CIP
projects and other initiatives.
FINANCIAL IMPACT
The ILA does not have a fixed cost associated with it, but rather each jurisdiction's cost share is calculated
annually and approved by the Forum during the fall budget session. The City's cost share is based on population,
assessed value and area (Exhibit A). In 2025, the City's 3.10% cost share amounted to $17,977. The cost share
is adjusted annually to account for cost -of -living increases and other factors. Utility revenues to support the ILA
are budgeted for the entirety of the current six-year CIP.
RECOMMENDATION
Council is being asked to authorize the Mayor to sign the Interlocal Agreement, and forward this item to the
August 11, 2025 Committee -of -the Whole for discussion, where Matt Goehring, WRIA 9 Salmon Recovery
Manager, will present the ILA and WRIA 9 work prior to forwarding to the August 18, 2025 Regular Consent
agenda.
Attachments:
WRIA 9 Interlocal Agreement
Exhibit A: sample annual cost share matrix
2025-30 Regional Surface Water Partnerships CIP page
WRIA 9 ILA Presentation to City Council
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
INTERLOCAL AGREEMENT
For the Green River, Duwamish River, and Central Puget Sound Watersheds
within the geographic planning area of Water Resource Inventory Area 9 (which
includes portions of Water Resource Inventory Areas 8, 10, and 15)
PREAMBLE
THIS AGREEMENT ("Agreement') is entered into pursuant to Chapter 39.34 RCW by and among
the eligible county and city governments signing this Agreement that are located in King County or Pierce
County, lying wholly or partially within or having a major interest in the Green River, Duwamish River, and
Central Puget Sound Watersheds and within the planning and management area of Watershed Resource
Inventory Area 9, which includes portions of WRIA 8, 10, and 15, ("WRIA 9") all political subdivisions of the
State of Washington (individually, for those signing this agreement, "Party", and collectively "Parties");
WHEREAS, the planning and management area of WRIA 9 includes all of the area recognized by
the State of Washington as WRIA 9 and portions of WRIA 8, 10, and 15;
WHEREAS, the Parties share interests in and responsibility for addressing long-term watershed
planning and conservation of the aquatic ecosystems and floodplains of the Green River, Duwamish River,
and Central Puget Sound Watersheds and wish to collectively provide for planning, funding and
implementation of various activities and projects therein; and
WHEREAS, the parties recognize their participation in this Agreement demonstrates their
commitment to proactively working to address the ESA listing of Puget Sound Chinook salmon; and
WHEREAS, the Parties have participated in an Interlocal Agreement for the years 2001-2005 to
develop "Making Our Watershed Fit for a King" as approved in 2005 and updated in 2021 ("Salmon Habitat
Plan"), contributed to the federally -approved Puget Sound Salmon Recovery Plan, and desire to continue
providing efficient participation in the implementation of such plans; and
WHEREAS, the Parties took formal action in 2005/2006 and 2021/2022 to ratify the Salmon
Habitat Plan and Salmon Habitat Plan Update, and
WHEREAS, the Parties have participated in an Interlocal Agreement for the years 2001-2005,
2007-2015, and 2016-2025 in implementing the Salmon Habitat Plan; and
WHEREAS, the Parties have demonstrated in the Salmon Habitat Plan that watershed ecosystem
services are worth billions of dollars of value to local people in terms of stormwater management, pollution
treatment, recreational value, and other expensive and difficult to replace services; and
WHEREAS, the Parties seek information on watershed conditions and salmon conservation and
recovery needs to inform local decision-making bodies regarding actions in response to listings under the
Endangered Species Act ("ESA"); and
WHEREAS, the Parties have prioritized and contributed resources and funds for implementing
projects and programs to protect and restore habitat; and
WHEREAS, the Parties wish to monitor and evaluate implementation of the Salmon Habitat Plan
through adaptive management; and
ILA WRIA9 2026-2034 FINAL.docx
Page 1
WHEREAS, the Parties wish to continue to use adaptive management for identifying, coordinating
and implementing basin plans and water quality, flood hazard reduction, water quantity, and habitat projects
in the watersheds; and
WHEREAS, the Parties have a strong interest in participating on the Puget Sound Salmon
Recovery Council because of the contributions of the Green River, Duwamish River, and Central Puget
Sound Watersheds to the overall health of Puget Sound; and
WHEREAS, the Parties have a strong interest in participating on the Washington Salmon Coalition
and other groups associated with the Salmon Recovery Funding Board to collectively seek funding to
implement the Salmon Habitat Plan; and
WHEREAS, the Parties have a strong interest to implement the Puget Sound Partnership Action
Agenda to restore the Puget Sound; and
WHEREAS, the Parties have a strong interest in participating on the Puget Sound Salmon
Recovery Council and other entities associated with Puget Sound salmon recovery and Puget Sound South
Central Action Area Caucus Group to collectively seek funding to implement the Salmon Habitat Plan; and
WHEREAS, the Parties have a strong interest to achieve multiple benefits by integrating salmon
recovery planning and actions; and
WHEREAS, the Parties recognize that identification of watershed issues, and implementation of
salmon conservation and recovery actions may be carried out more efficiently if done cooperatively than if
carried out separately and independently; and
WHEREAS, individual Parties are taking separate and independent actions to improve the health
of the Green River, Duwamish River, and the Central Puget Sound Watersheds and the overall health of
Puget Sound;
NOW, THEREFORE, the Parties hereto do mutually covenant and agree as follows:
MUTUAL CONVENANTS AND AGREEMENTS
DEFINITIONS. For purposes of this Agreement, the following terms shall have the meaning
provided for below:
1.1 ELIGIBLE GOVERNMENTS: The entities eligible for participation in this Agreement as
parties are state, local, and tribal governments, state and local agencies, and special
purpose districts within WRIA 9 including: King County, and the Cities of Algona, Auburn,
Black Diamond, Burien, Covington, Des Moines, Enumclaw, Federal Way, Kent, Maple
Valley, Normandy Park, Renton, SeaTac, Seattle, Tacoma, Tukwila, and any other
interested public agencies and tribes that lie fully or partially within the boundaries of WRIA
9.
1.2 WRIA 9 ILA PARTIES: The Parties to the WRIA 9 Interlocal Agreement ("Party' or
"Parties") are the Parties who sign this Agreement and are the Parties responsible for
implementing this Agreement. The Parties to this ILA shall each designate a representative
and alternate representative to the WRIA 9 Watershed Ecosystem Forum.
ILA WRIA9 2026-2034 FINAL.docx
Page 2
1.3 WRIA 9 WATERSHED ECOSYSTEM FORUM: The WRIA 9 Watershed Ecosystem
Forum referred to herein is the cooperative body comprised of the designated
representatives of the Parties and a balance of Stakeholders. The WRIA 9 Watershed
Ecosystem Forum shall be an advisory body responsible for making recommendations
for implementing the Salmon Habitat Plan including substantive plan amendments
recommended as a result of adaptive management or other changed conditions.
1.4 GREEN/DUWAMISH AND CENTRAL PUGET SOUND WATERSHED WATER
RESOURCE INVENTORY AREA 9 SALMON HABITAT PLAN: The Green/Duwamish
and Central Puget Sound Watershed Water Resource Inventory Area 9 Salmon
Habitat Plan (Salmon Habitat Plan) is the plan developed by the WRIA 9 Watershed
Ecosystem Forum and ratified by all Parties for its development and implementation. The
Salmon Habitat Plan recommends actions that should be taken to protect and restore
salmon habitat, using an ecosystem approach, in the Green/Duwamish and Central Puget
Sound Watersheds. The Salmon Habitat Plan may be amended from time to time
according to the procedure in Section 6 herein and approved amendments shall be
considered integral parts of the Salmon Habitat Plan. Efforts under the Salmon Habitat
Plan are intended to complement habitat improvements in other parts of Puget Sound and
hatchery and harvest actions to recover Puget Sound Chinook salmon, steelhead, and
bull trout, and when implemented achieve multiple ecosystem benefits. The Salmon
Habitat Plan constitutes a chapter of the Puget Sound Salmon Recovery Plan.
1.5 MANAGEMENT COMMITTEE: The Management Committee as referred to herein
consists of seven (7) elected officials or their designees. The seven officials of the
Management Committee are chosen by the Parties, according to the voting procedures
in Section 5 herein, charged with certain oversight and administrative duties on the Parties'
behalf.
1.6 SERVICE PROVIDER: The Service Provider, as used herein, means that agency,
government, consultant, or other entity which supplies staffing or other resources to and
for the Parties, in exchange for payment. The Service Provider may be a Party to this
Agreement.
1.7 FISCAL AGENT: The Fiscal Agent refers to that agency or government which performs
all accounting services for the WRIA 9 ILA Parties as it may require, in accordance with
the requirements of Chapter 39.34 RCW.
1.8 STAKEHOLDERS: Stakeholders refers to those public and private entities within WRIA
9 who reflect the diverse interests integral to implementing the Salmon Habitat Plan, and
may include but is not limited to environmental and business interests.
2. PURPOSES. The purposes of this Agreement include the following:
2.1 To provide a funding mechanism and governance structure for jointly implementing and
adaptively managing the Salmon Habitat Plan.
ILA WRIA9 2026-2034 FINAL.docx
M
Page 3
2.2 To serve as the salmon recovery "Lead Entity" as designated by state law (Chapter 77.85
RCW) for WRIA 9, The Lead Entity is responsible for developing a salmon recovery
strategy, working with project sponsors to develop projects, convening local stakeholders
to annually recommend WRIA 9 salmon habitat restoration and protection projects for
funding by the State of Washington Salmon Recovery Funding Board, and representing
WRIA 9 in the Puget Sound region and state wide salmon recovery forums.
2.3 To annually recommend WRIA 9 administrative support, projects, and programs for funding
by the King County Flood Control District through the District's Cooperative Watershed
Management grant program.
2.4 To provide information for Parties to inform land use planning, regulations, environmental
programs, education, and enforcement of applicable codes.
2.5 To develop and articulate WRIA-based positions on policies, legislation, and project
proposals that may impact implementation of the Salmon Habitat Plan.
2.6 To provide a mechanism for cooperative review and implementation of recommended
policies and regulations needed for response to listings under the Endangered Species
Act.
2.7 To provide a venue for the ongoing participation of community members and other
stakeholders to ensure continued public outreach efforts to educate and garner support for
current and future watershed and Endangered Species Act response efforts .
2.8 To provide a mechanism for securing technical assistance and any available funding from
federal, state, and other sources to implement the Salmon Habitat Plan.
2.9 To provide a mechanism for implementing other multiple benefit habitat, stormwater,
surface and groundwater quality, water quantity, floodplain management, and flood hazard
reduction projects with other local, regional, tribal, state, federal and non-profit funds as
may be contributed to or secured by the Parties and/or Watershed Ecosystem Forum.
2.10 To periodically recommend projects for implementation of planning, engineering, permitting
and construction tasks for the Green/Duwamish Ecosystem Restoration Project in
partnership with the U.S. Army Corps of Engineers.
2.11 To provide a framework for cooperating and coordinating among the Parties on issues
relating to WRIA 9 to meet the requirement of a commitment by any Party to participate in
WRIA 9 planning and implementation, to prepare or implement a basin plan, or to respond
to any state or federal law which may require these actions as a condition of any funding,
permitting or other program of state or federal agencies. Participation is at the discretion
of such Party to this Agreement.
It is not the purpose or intent of this Agreement to create, supplant, preempt or supersede the
authority or role of any jurisdiction, governmental entity or water quality policy bodies including the
Regional Water Quality Committee.
ILA WRIA9 2026-2034 FINAL.docx
Page 4
91
3. EFFECTIVE DATE AND TERM. This Agreement shall become effective upon its execution by at
least five (5) of the Eligible Governments representing at least seventy percent (70%) of the
affected population within the geographic area of WRIA 9, as authorized by the legislative body of
each Party, and further provided that after such signatures this Agreement has been filed by King
County in accordance with the terms of RCW 39.34.040 and .200. Once effective, this Agreement
shall remain in effect for an initial term of ten (10) years; provided, however, that this Agreement
may be extended for such additional terms as the Parties may agree to in writing with such
extension being effective upon its execution by at least five (5) of the Eligible Governments
representing at least seventy percent (70%) of the affected population within the geographic area
of WRIA 9, as authorized by the legislative body of each local government, and further provided
that after such signatures this Agreement has been filed by King County in accordance with the
terms of RCW 39.34.040 and .200. Such extension shall bind only those Parties executing the
extension.
4. ORGANIZATION AND MEMBERSHIP. The Parties serve as the formal governance structure for
carrying out the purposes of this Agreement.
4.1 Each Party except Tacoma shall appoint one (1) elected official to serve as its primary
representative, and one (1) alternate representative to serve on the WRIA 9 Watershed
Ecosystem Forum. The alternate representative may be a different elected official or
senior staff person. Tacoma's representative shall be the Tacoma Water Superintendent
or designee, which designee shall be a senior staff position. Party representatives shall be
responsible for maintaining the Party's status as an active party by attending WRIA 9
Watershed Ecosystem Forum meetings. A Party representative's position will be
considered vacant on the third consecutive absence and shall not be included in calculating
a quorum under Section 5.
4.2 Upon the effective execution of this Agreement and the appointment of representatives to
the WRIA 9 Watershed Ecosystem Forum, the appointed representatives of the Parties
shall meet and choose from among its members, according to the provisions of Section 5
herein, seven (7) officials or their designees, to serve as a Management Committee to
oversee and direct the scope of work, funds, and personnel agreed to and contributed
under this Agreement, in accordance with the adopted annual budget and work program
and such other directions as may be provided by the Parties. Representatives of the
Fiscal Agent and Service Provider may serve as non-voting ex officio members of the
Management Committee. The Management Committee shall act as the executive
subcommittee of the Parties, responsible for oversight and evaluation of any Service
Providers or consultants, administration of the budget and work plan, and for providing
recommendations on administrative matters to the Parties for action, consistent with other
subsections of this section.
ILA WRIA9 2026-2034 FINAL.docx
92
Page 5
4.3 The services cost -shared under this agreement shall be provided to the Parties and the
Watershed Ecosystem Forum by the Service Provider, which shall be King County
Department of Natural Resources and Parks, unless selected otherwise by the Parties,
pursuant to the voting provisions of Section 5. The Management Committee shall prepare
a Memorandum of Understanding to be signed by a representative of the Service
Provider, and the Chair of the Management Committee, and this Memorandum of
Understanding shall set out the expectations for services so provided. Services should
include, without limitation, identification of and job descriptions for dedicated staff,
description of any supervisory role retained by the Service Provider over any staff
performing services under this Agreement, and a method of regular consultation between
the Service Provider and the Management Committee concerning the performance of
services hereunder.
4.3.1 A subset of the Parties, at such subset's sole cost, may purchase and cost share
services from the Service Provider in addition to the annual cost -shared services
agreed to by all Parties pursuant to Section 4.3 herein.
4.3.2 The Management Committee shall prepare a Memorandum of Understanding to
be signed by a representative of the Service Provider, the subset of Parties
requesting additional services pursuant to Section 4.3.1, and the Chair of the
Management Committee, which shall set out the expectations for the additional
services to be provided to the subset of the Parties.
4.4 The Parties by October 1 of each year shall establish and approve an annual budget and
work plan that provides for the level of funding and total resource obligations of the Parties
for the following calendar year. Such obligations are to be allocated on a proportional basis
based on the average of the population, assessed valuation and area attributable to each
Party, in accordance with the formula set forth in Exhibit A, which formula and
accompanying data shall be updated every third year by the Management Committee.
Individual cost shares may change more frequently than every three years for Parties
involved in an annexation that changes the area, population, and assessed value
calculation of such Party to the extent that the cost shares established by the formula set
forth in Exhibit A would be changed by such annexation. Tacoma's cost share will be
determined on an annual basis by the Management Committee, and will be included in
the annual updates to Exhibit A. The weight accorded Tacoma's vote for weighted voting
pursuant to Section 5 herein shall correspond to Tacoma's cost share for each year relative
to the cost shares contributed by the other Parties.
4.4.1 The level of funding, total resource obligations, and allocation of obligations for
those members of the Parties that agree to cost share additional services pursuant
to Subsection 4.3.1 herein shall be negotiated and determined by those Parties
purchasing the additional services.
ILA WRIA9 2026-2034 FINAL.docx
Page 6
93
4.5 The Parties shall incorporate the negotiated additional cost share and incorporate the
services in the annual budget and work plan. The Parties shall oversee and administer the
expenditure of budgeted funds and shall allocate the utilization of resources contributed by
each Party or obtained from other sources in accordance with the approved annual work
program.
4.6 The Parties shall review and evaluate the duties to be assigned to the Management
Committee hereunder and the performance of the Fiscal Agent and Service Provider to
this Agreement, and shall provide for whatever actions are necessary to ensure that quality
services are efficiently, effectively and responsibly delivered in the performance of the
purposes of this Agreement. The performance of the Service Provider shall be assessed
every year.
4.7 The Parties may contract with similar watershed forum governing bodies such as the Puget
Sound Partnership or any other entities for any lawful purpose related to the purposes
provided for in this Agreement. The Parties may choose to create a separate legal or
administrative entity under applicable state law, including without limitation a nonprofit
corporation or general partnership, to accept private gifts, grants or financial contributions,
or for any other lawful purpose consistent with the purposes provided for herein.
4.8 The Parties shall adopt other rules and procedures that are consistent with its purposes
as stated herein and are necessary for its operation.
5. VOTING. The Parties shall make decisions, approve scopes of work, budgets, priorities, and any
other actions necessary to carry out the purposes of this Agreement as follows:
5.1 Decisions shall be made using a consensus model as much as possible. Each Party
agrees to use its best efforts and exercise good faith in consensus decision-making.
Consensus may be reached by unanimous agreement of the Parties. If unanimous
agreement of Parties cannot be reached then the Parties to this agreement may reach
consensus by a majority recommendation with a minority report. Any Party who does not
accept a majority decision may request weighted voting as set forth below.
5.1.1 No action or binding decision will be taken by the Watershed Ecosystem Forum
without the presence of a quorum of active Parties, as specified in Section 4.1. A
quorum exists if a majority of the active Parties' representatives are present at the
Watershed Ecosystem Forum meeting, provided that positions left inactive on
the Watershed Ecosystem Forum by Parties shall not be included in calculating
the quorum.
5.2 In the event consensus cannot be achieved, as determined by rules and procedures
adopted by the Parties, the Parties shall take action on a dual -majority basis, as follows:
5.2.1 Each Party, through its appointed representative, may cast its weighted vote in
connection with a proposed Watershed Ecosystem Forum action.
ILA WRIA9 2026-2034 FINAL.docx
Page 7
5.2.2 The weighted vote of each Party in relation to the weighted votes of each of the
other Parties shall be determined by the percentage of the annual contribution
made by each Party as set in accordance with Section 4.4 herein in the year in
which the vote is taken.
5.2.3 For any action subject to weighted voting to be deemed approved, valid and
binding, an affirmative vote must be cast by both a majority of the active Parties
and by a majority of the weighted votes of the active Parties.
6. IMPLEMENTATION and ADAPTIVE MANAGEMENT OF THE SALMON HABITAT PLAN. The
Salmon Habitat Plan shall be implemented consistent with the following:
6.1 The Watershed Ecosystem Forum shall provide information to the Parties regarding
progress in achieving the goals and objectives of the Salmon Habitat Plan.
Recommendations of the Watershed Ecosystem Forum are to be consistent with the
purposes of this Agreement. The Parties may authorize additional advisory bodies to the
Watershed Ecosystem Forum such as a technical committee and adaptive management
work group. The Watershed Ecosystem Forum shall develop and approve operating and
voting procedures for its deliberations, but such procedures do not affect the voting
provisions contained in this Agreement for the Parties.
6.2 The Parties shall act to approve or remand any substantive changes to the Salmon
Habitat Plan based upon recommendations by the Watershed Ecosystem Forum within
ninety (90) days of receipt of the proposed changes, according to the voting procedures of
Section 5 herein. In the event that the Salmon Habitat Plan changes are not so approved,
the recommended changes shall be returned to the Watershed Ecosystem Forum for
further consideration and amendment and thereafter returned to the Parties for decision.
6.3 The Parties shall determine when ratification is needed of substantive changes to the
Salmon Habitat Plan. The changes shall be referred to the Parties for ratification prior to
the submission to any regional, state, or federal agency for further action. Ratification
means an affirmative action, evidenced by a resolution, motion, or ordinance of the local
government's legislative body, by at least five Parties representing at least seventy percent
(70%) of the total population within the geographic planning and management area of
WRIA 9.
6.4 Upon remand for consideration of any portion or all of the changes to the Salmon Habitat
Plan by any regional, state or federal agency, the Parties shall undertake a review for
consideration of the remanded changes to the plan. The Parties may include further
referral to the Watershed Ecosystem Forum for recommendation or amendments
thereto.
6.5 The Parties agree that any changes to the Salmon Habitat Plan shall not be forwarded
separately by any Party or Stakeholder to any regional, state or federal agency unless
the changes have been approved and ratified as provided herein.
ILA WRIA9 2026-2034 FINAL.docx
Page 8
95
7. OBLIGATIONS OF PARTIES; BUDGET; FISCAL AGENT; RULES.
7.1 Each Party shall be responsible for meeting only its individual obligations hereunder as
established in the annual budget adopted by the Parties, including all such obligations
related to the Parties and Watershed Ecosystem Forum funding, technical support and
participation in related planning and implementation of projects, and activities as set forth
herein. It is anticipated that separate actions by the legislative bodies of the Parties will be
necessary from time to time in order to carry out these obligations.
7.2 The maximum funding responsibilities imposed upon the Parties during each year of this
Agreement shall not exceed the amounts that are established annually pursuant to Section
4.4 herein.
7.3 No later than October 1 of each year of this Agreement, the Parties shall adopt a budget,
including its overhead and administrative costs, for the following calendar year. The budget
shall propose the level of funding and other (e.g., staffing) responsibilities of the individual
Parties for the following calendar year and shall propose the levels of funding and
resources to be allocated to specific prioritized planning and implementation activities
within WRIA 9. The Parties shall thereafter take whatever separate legislative or other
actions as may be necessary to address such individual responsibilities under the
proposed budget, and shall have done so no later than December 1 of each year. Parties
may elect to secure grant funding to meet their individual obligations.
7.4 Funds collected from the Parties or other sources on behalf of the Parties shall be
maintained in a special fund by King County as Fiscal Agent and as ex officio treasurer
on behalf of the Parties pursuant to rules and procedures established and agreed to by
the Parties. Such rules and procedures shall set out billing practices and collection
procedures and any other procedures as may be necessary to provide for its efficient
administration and operation.
7.5 Any Party to this Agreement may inspect and review all records maintained in connection
with such fund at any reasonable time.
8. LATECOMERS. An Eligible Government may become a Party by obtaining written consent of
all the Parties to the Agreement. The provisions of Section 5 herein otherwise governing decisions
of the Parties shall not apply to this section. The Parties and any governments seeking to become
a Party shall jointly determine the terms and conditions under which a government may become a
new Party. The terms and conditions shall include payment of an amount by the new Party to the
WRIA 9 Fiscal Agent. The amount of payment is determined jointly by the existing Parties and
the new Party. The payment of the new Party is to be a fair and proportionate share of all costs
associated with activities undertaken by the Parties as of the date the government becomes a new
Party. Any government that becomes a Party pursuant to this section shall thereby assume the
general rights and responsibilities of all other Parties.
9. TERMINATION.
ILA WRIA9 2026-2034 FINAL.docx
0
Page 9
9.1 Termination can only occur on an annual basis, beginning on January 1 of each calendar
year, and then only if the terminating Party, through action of its governing body, provides
at least sixty (60) days' prior written notice of its intent to terminate. The terminating Party
shall remain fully responsible for meeting all of its funding and other obligations through
the end of the calendar year in which such notice is given, together with any other costs
that may have been incurred on behalf of such terminating Party up to the effective date
of such termination. It is possible that the makeup of the Parties to this Agreement may
change from time to time. Regardless of any such changes, the Parties choosing not to
exercise the right of termination shall each remain obligated to meet only their respective
share of the obligations of the Parties as reflected in the annual budget. The shares of
any terminating Party shall not be the obligation of any of the Parties not choosing to
exercise the right of termination.
9.2 This Agreement may be terminated in its entirety at any time by the written agreement of
all of the Parties. In the event this Agreement is terminated all unexpended funds shall be
refunded to the Parties pro rata based on each Party's cost share percentage of the total
budgeted funds and any real or personal property acquired to carry out the purposes of
this Agreement shall be returned to the contributing Party if such Party can be identified,
and if the Party cannot be identified, the property shall be disposed of and the proceeds
distributed pro rata as described above for unexpended funds.
10. HOLD HARMLESS AND INDEMNIFICATION. To the extent permitted by federal law as governing
to tribes and state law as to all other Parties , and for the limited purposes set forth in this
Agreement, each Party shall protect, defend, hold harmless and indemnify the other Parties, their
officers, elected officials, agents and employees, while acting within the scope of their employment
as such, from and against any and all claims (including demands, suits, penalties, liabilities,
damages, costs, expenses, or losses of any kind or nature whatsoever) arising out of or in any way
resulting from such Party's own negligent acts or omissions related to such Party's participation
and obligations under this Agreement. Each Party to this Agreement agrees that its obligations
under this subsection extend to any claim, demand and/or cause of action brought by or on behalf
of any of its employees or agents. For this purpose, each Party, by mutual negotiation, hereby
waives, with respect to the other Parties only, any immunity that would otherwise be available
against such claims under the industrial insurance act provisions of Title 51 RCW. In the event that
either Party incurs any judgment, award, and/or cost arising therefrom, including attorneys' fees,
to enforce the provisions of this Section, all such fees, expenses, and costs shall be recoverable
from the responsible Party to the extent of that Party's culpability. The provisions of this Section
shall survive and continue to be applicable to Parties exercising the right of termination pursuant
to Section 9 herein.
11. NO ASSUMPTION OF LIABILITY. In no event do the Parties to this Agreement intend to assume
any responsibility, risk or liability of any other Party to this Agreement or otherwise with regard to
ILA WRIA9 2026-2034 FINAL.docx
Page 10
97
any Party's duties, responsibilities or liabilities under the Endangered Species Act, or any other
act, statute, regulation or ordinance of any local municipality or government, the State of
Washington, or the United States.
12. VOLUNTARY AGREEMENT. This Agreement is voluntary and is acknowledged and agreed that
no Party is committing to adopt or implement any actions or recommendations that may be
contained in the Salmon Habitat Plan.
13. NO PRECLUSION OF ACTIVITIES OR PROJECTS. Nothing herein shall preclude any one or
more of the Parties from choosing or agreeing to fund or implement any work, activities or projects
associated with any of the purposes hereunder by separate agreement or action, provided that any
such decision or agreement shall not impose any funding, participation or other obligation of any
kind on any Party which is not a party to such decision or agreement.
14. NO THIRD PARTY RIGHTS. Nothing contained in this Agreement is intended to, nor shall it be
construed to, create any rights in any third party, including without limitation the National Oceanic
and Atmospheric Administration - Fisheries, United States Fish and Wildlife Service, any agency
or department of the United States, or the State of Washington, or to form the basis for any liability
on the part of the Parties or any of the Parties, or their officers, elected officials, agents and
employees, to any third party.
15. AMENDMENTS. This Agreement may be amended, altered or clarified only by the unanimous
consent of the Parties to this Agreement, and requires authorization and approval by each Party's
governing body.
16. COUNTERPARTS. This Agreement may be executed in counterparts.
17. APPROVAL BY PARTIES' GOVERNING BODIES. The governing body of each Party must
approve this Agreement before any representative of such Party may sign this Agreement.
18. FILING OF AGREEMENT. This Agreement shall be filed by King County in accordance with the
provisions of RCW 39.34.040 and .200 and with the terms of Section 3 herein.
19. ENTIRE AGREEMENT. This Agreement contains the entire Agreement among the Parties, and
supersedes all prior negotiations, representations, and agreements, oral or otherwise, regarding
the specific terms of this Agreement.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the dates indicated below:
Approved as to form: CITY OF ALGONA:
By: By:
Title: Title:
Date: Date:
ILA WRIA9 2026-2034 FINAL.docx
Page 11
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
ILA WRIA9 2026-2034 FINAL.docx
CITY OF AUBURN:
By:
Title:
Date:
CITY OF BLACK DIAMOND:
By:
Title:
Date:
CITY OF BURIEN:
By:
Title:
Date:
CITY OF COVINGTON:
By:
Title:
Date:
Page 12
i�
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
ILA WRIA9 2026-2034 FINAL.docx
100
CITY OF DES MOINES:
By:
Title:
Date:
CITY ENUMCLAW:
By:
Title:
Date:
CITY OF FEDERAL WAY:
By:
Title:
Date:
CITY OF KENT:
By:
Title:
Date:
Page 13
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
ILA WRIA9 2026-2034 FINAL.docx
KING COUNTY:
By:
Title:
Date:
CITY OF MAPLE VALLEY:
By:
Title:
Date:
CITY OF NORMANDY PARK:
By:
Title:
Date:
CITY OF RENTON:
By:
Title:
Date:
Page 14
101
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
Approved as to form:
By:
Title:
Date:
ILA WRIA9 2026-2034 FINAL.docx
102
CITY OF SEATAC:
By:
Title:
Date:
CITY OF SEATTLE:
By:
Title:
Date:
CITY OF TACOMA:
By:
Title:
Date:
CITY OF TUKWILA:
By:
Title:
Date:
Page 15
O
W
Exhibit A
2025 WRIA Based Cost Share: WRIA 9
Regional Watershed Funding
Watershed Ecosystem Forum Approved August 8, 2024 Total: $606,781
Costs shares, jurisdictional area, population, and assessed value are to be recalculated every three years or if there is a significant annexation per the WRIA 9 interlocal
agreement for 2026-2035. Cost shares last updated in 2024 using 2023 data.
WRIA 9 Jurisdiction
Population
Pop %
Adjusted
Pop
Assessed
Value (AV)
%
Adjusted AV
Area %
Adjusted
Acres
Cost Share*
(2023 Data)
WRIA 9 Jurisdiction
1 Algona*
0.17%
1,372
0.23%
$590,936,599.00
0.16%
363
0.19% $1,079
1 Algona
2 Auburn*
6.80%
56,079
5.24%
$13,623,563,442.00
5.74%
12,710
5.93% $34,389
2 Auburn
3 Black Diamond
0.83%
6,880
0.83%
$2,159,906,081.00
2.08%
4,609
1.25% $7,246
3 Black Diamond
4 Burien
6.37%
52,560
4.28%
$11,113,591,561.00
2.84%
6,292
4.50% $26,092
4 Burien
5 Covington
2.62%
21,600
1.75%
$4,558,408,175.00
1.75%
3,870
2.04% $11,837
5 Covington
6 Des Moines
4.03%
33,260
2.55%
$6,615,094,232.00
1.78%
3,949
2.79% $16,172
6 Des Moines
7 Enumclaw*
0.76%
6,253
0.58%
$1,510,785,781.00
0.91%
2,014
0.75% $4,350
7 Enumclaw
8 Federal Way*
8.56%
70,596
4.32%
$11,229,759,643.00
3.63%
8,049
5.50% $31,942
8 Federal Way
9 Kent*
16.87%
139,100
12.88%
$33,463,962,407.00
9.74%
21,569
13.16% $76,361
9 Kent
10 King County*
11.17%
92,164
8.54%
$22,189,710,471.00
52.75%
116,854
24.15% $140,160
10 King County
11 Maple Valley*
2.94%
24,228
2.09%
$5,443,488,799.00
1.51%
3,354
2.18% $12,662
11 Maple Valley
12 Normandy Park
0.83%
6,840
1.01%
$2,612,824,298.00
0.72%
1,596
0.85% $4,942
12 Normandy Park
13 Renton*
4.49%
36,996
4.21%
$10,936,234,975.00
2.77%
6,131
3.82% $22,170
13 Renton
14 SeaTac
3.85%
31,740
2.53%
$6,563,915,515.00
1.84%
4,071
2.74% $15,884
14 SeaTac
15 Seattle*
26.96%
222,335
45.22%
$117,510,460,706.00
9.00%
19,935
27.06% $157,008
15 Seattle
16 Tukwila
2.76%
22,763
3.75%
$9,757,681,342.00
2.78%
6,157
3.10% $17,977
16 Tukwila
100.0%
824,768
100.0%
$259,880,324,027
100.0%
221,524.55
100.0% $580,267
SUBTOTAL
+Tacoma $26,514
$606,781 TOTAL
NOTES:
• Population estimates are based on 2023 OFM April 1st Estimates and 2023 OFM Small Area Estimate Program (SAEP) data for census blocks.
• Jurisdictions entirely within a WRIA are assigned the 2023 OFM April 1st Estimate directly.
• Jurisdictions that straddle WRIA boundaries are assigned a percent share of the estimate based on a geographic allocation of census blocks.
• Parcels are allotted to jurisdictions (cities and unincorporated King County) and W RIAs based on the location of the centerpoint of the parcels.
• Assessed value and area (sq. miles) excludes Upper Green River Watershed and Port of Seattle Aviation Division properties
* Cost share amount is an averaging of the population, assessed value, and area percentage of each jurisdiction within WRIA 9
2026-2036 WRIA 9 ILA
PROJECT:
Project Manager
FICATION:
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2025 to 2030
Regional Surface Water Partnerships Project# 70041201
Mike Perfetti Department Surface Water
The City is party to a number of ongoing inter -agency partnerships related to surface water including WRIA
91 a streamgages funding program with USGS and a Duwamish Steward ILA.
These partnerships generally arise as part of collaboration to recover salmon species listed under the
Endangered Species Act (ESA) and to improve water quality within the Green/Duwamish watershed.
WRIA 9 ILA is through 2025; Duwamish Steward ILA through 2026; Streamgages annually.
NTENANCE IMPACT: N/A
Ongoing partnerships. Some discussions about a formalization of Our Green Duwamish Partnership on
MENT: going, which could have cost implications.
FINANCIAL (in thousands)
2025
1 2026
2027
2028
2029
1 2030
Beyond
TOTAL
Project Costs
Project Mgmt (Staff Time/Cost)
Design
$
$
5
75
$ 5
$ 80
$
$
5
100
$
$
5
100
$
$
5
100
$ 5
$ 100
$
$
5
100
$ 35
$ 655
Total Project Costs
$
80
$ 85
$
105
$
105
$
105
$ 105
$
105
$ 690
Project Funding
Utility Revenues
$
80
$ 85
$
105
$
105
$
105
$ 105
$
105
$ 690
Total Proiect Funding
$
80
$ 85
$
105
$
105
$
105
$ 105
$
105
$ 690
104 Return to CIP TOC
Green/Duwamish & Central Puget Sound
Watershed (WRIA 9) Interlocal Agreement Renewal
Matt C-7nphring, WWA 9 Salrnc , Rp(F10\/ery �,Ipn,�,upr
August 11, 20'? �
F`�r¢ral PugetSa4'�
�a
O�
d
MAKING OUR WATERSHED
FIT FOR A KING
Presentation Outline
Goal: Provide Council context for consideration of 2026-2035
Interlocal Agreement (ILA) Renewal
1. Salmon Recovery Context
11. Salmon Habitat Plan
111. ILA Overview
IV. Funding & Accomplishments
V. Looking Forward
central Puget
`Sr&so4'�
�a
as
w /
d
t� f
MAKING OUR WATERSHED
FIT FOR A KING
Chinook Salmon
Recovery Timeline
Railroad 1870
7501k Northern Pacific Railroad survey triggers land boom
Loggingl981
Rrsl splash dam bu ilt for loggi ng in Washington
Papulation 1390
650k Sea-dtiopopulation 42,000
White River 1906
Diverted oul Othe Green River into the Puyallup River
Flarberlaland finished 1909
650k Much of the Duwamish Estuary filled for industry
4450k
M
150k
etc
9,000
7,000
6,000
6,000
4,000
=0
2,000
1,000
0
Green River
Chinook salmon escapement
— NO-12Pearers
9—WGPAC vah nid
Nu k nff
40 #0ry4P le
CedarRiver1916
f Divertedawayfrom the Green River, WRIA 9 Chinook
nG into Lake Washington salmon abundance goals:
Green River 1919 q /� �7 ,(� reiuming natural origin
Pvateleveecnnslucfionbegins 17�oO—`t7LQl1 spawning adultfish by2025
0 throughout the river
�Popularion1950r/{/��1/�'{/�� returning natural origin
Seattle 465,000 27,000 spawnin g adults by 20 55
Green River 1963
Puget Sound I190.
Howard Hanson Dam Built
Wild Chinook s,l-
Population
OkJ � I
270 1861 1890 1906 1909 1913 1916 1919
1950 1963 1975
1999 1
2009 —j 10161019
Puget Sound
Lowest number
Chinook
ofnaturaIorigin
listed as
spawners 062]
threatened
recorded in the
species
Green River
0
Salmon Recovery Framework
Wh$HINGTON
STATE
RECREATION AND CONSERVATION OFFICE
Governor's Salmon
Recovery Office
OAA Fisherie
Fed. Gov't),
8 Regions
Puget Sound Partnership
r
15 Lead Entities
WRIA 9
OTHER SYMBOLS LAND USE CATEGORIES
�rE Incorporated Area Name Industrial=?
RiverTreak Commercial
Major Road Mixed Use F9gUfB 3
Urban Growth Area Line Residential
WRIA 9 Boundary Rural Residential Land Use Designations
5� F
+.M Open Water and Name Agricultural Green/buwarrmishand
• Central Puget Sound Watershed
King County Roundar Public Lands
Tribal Lands Forest
Ci
Parks, Open Space or Golf Course
71
EM SensitivelCritical Area
v�eo-
t,
Mineral Resource Lands
AviationlTransportation
Undesignated
.V
1
AMA
r
-'� rR'gb r t~• `fit +-1
....6:g ma^n � oiA moo. miles
r+,o�+u rum �ivn. C...v�...WAIls hS[.�Iuc..N IL.YGi 0[t[Scr pOS]
I.
•
Salmon Habitat Plan
Chinook salmon status assessment
Best available science
Habitat goals
Recovery strategies
Capital project list
Monitoring & Adaptive Management
GREENIDUWAMISH AND
CENTRAL PUGET SOUND WATERSHED
Approved by the WRIA 9 Watershed Ecosystem Forum on
February 11, 2021
r) i;
""'
WRIA 9
ILA
2026 2035
it
N WRIA g Watershed Ecosystem Forum
✓ Implementation & Adaptive Management of Salmon Habitat Plan
✓ Governance Structure — Watershed Ecosystem Forum
✓ Funding Mechanism
0,
&"ntraiPugefSo4V
✓ Annual Work Plan & Budget
✓ 2001-20061 2007-20151 2016-2025
MAKING OUR WATERSHED
FIT FOR A KING
2026 2035 ILA Timeline
Winter 2024
Spring 2024
Summer 2024
September 2024
Fa I I/Winter 2024
Spring -September 2025
Early coordination across WRIA 8/9
Review approach with partners
Draft ILA partner comment period
Optional attorney conference call
Watershed Ecosystem Forum Approval
Partner approval / Execution
2025 WRIA 9 Work Plan
Watershed Coordination
• Watershed Ecosystem Forum
Project Coordination & Implementation
• Funding strategy & annual grant round
Monitoring & Adaptive Management
• Implementation Technical Committee
Stewardship Services
• Partner coordination and project
development
Fenster Levee Setback, Auburn
Salmon Recovery Funding
ILA Funding
• $606,781 ($17,977 Tukwila)
• Cost Share= Ave (% population + Assessed Value +Area)
Grant Funding
• $4.2 Million Cooperative Watershed Management (Flood
Control District)
■ Large Capital (>65%), Regreen (15%), Research/Monitoring
(10%), Outreach & Education (5%), Implementation Fund (5%)
• $1.1 Million Puget Sound Acquisition & Restoration
• $300,000 Salmon Recovery Funding Board
Accomplishments
>$200 Million of leveraged
investments
• —3.5 miles of levee setback
• >500 acres revegetated
• —4.5 miles marine shoreline
conserved
• 1 mile of marine shoreline
armor removed
Lower Russell Rd., Kent
Seahurst Park, Burien
Accomplis
(Tukwila)
Completed
hments
• Duwamish Gardens ($2.91M,
2017)
• Riverton Flapgate ($1.4M,
2022)
Active
• Nelson Side Channel
• Gilliam Creek
• Chinook Wind Extension
• Riparian Revegetation
�; Trees at w97Kr
Looking Forward
Howard A. Hanson Dam
• Flood protection
• Drinking water supply
• 100+ miles of inaccessible
habitat
• Fish Passage required by 2031
i
e
Questions?
WRIA 9 Staff
Matt Goehring, Salmon Recovery Manager
mgoehring@kingcounty.gov 1 (206) 263-6826
Suzanna Smith, Habitat Projects Coordinator
Iris Kemp, Technical Coordinator
Renee Leichliter, Administrative Coordinator
I
&cotral Puget Soon
syr a
�J
W /
� 4
MAKING OUR WATERSHED
FIT FOR A KING
City of Tukwila Thomas McLeod, Mayor
TO:
FROM:
BY:
DATE:
SUBJECT
Public Works Department - len Tetatzin, PE, PMP - Director
INFORMATIONAL MEMORANDUM
Thomas McLeod, Mayor
Jen Tetatzin, Public Works Director
Adib Altallal, Utilities Engineer
July 25, 2025
Sewer Lift Station 5 Rebuild — Construction Management Supplement
Project No. 92340201
Contract No. 23-019, Amendment #2
ISSUE
Amendment #2 to the Consultant Agreement with PACE Engineers, Inc. is needed to add partial
engineering inspection services for the Tukwila Lift Station #5 Retrofit construction phase.
BACKGROUND
The City executed a consultant agreement with PACE Engineers, Inc. in 2023 for design services for
the Tukwila Lift Station #5 Retrofit project. The original contract amount was $366,277.30. As
construction commences, additional engineering inspection support is required to supplement City staff
resources during the first half of the construction period. We are anticipating the availability of the City
inspector for the latter portion of the project.
DISCUSSION
Amendment #2 will authorize PACE Engineers, Inc. to perform site inspection and project management
services related to the construction of the Lift Station #5 Retrofit. This includes observation and
documentation of demolition, piping, structures, electrical work, wet well and meter vault installation,
site improvements, and project testing and closeout preparation. PACE will provide a field inspector for
approximately 50 days at 8 hours per day, including limited support from technical staff and
subconsultants. The amendment includes 466 hours of labor and necessary expenses.
FINANCIAL IMPACT
This amendment adds $99,100.00 to the contract, increasing the total not -to -exceed amount from
$366,277.30 to $465,377.30. Funding for this work is available in the Sewer Fund.
Design Contract
Amendment #1
Amendment #2
Total
RECOMMENDATION
PACE Contract
$236,801.25
$129,476.05
$99,100.00
$465,377.30
2025-2026 Budget
$2,175,000.00
The Council is being asked to approve Amendment #2 to the professional services agreement with
PACE Engineers in the amount of $99,100 for construction management services for the Lift Station
No. 5 Project, and to consider this item on the Consent Agenda at the August 4, 2025 Regular Council
Meeting.
Attachments: 2025 CIP, Page 115
PACE Contract
119
Agreement Number:
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Amendment #2
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 23-019 between the City of Tukwila and PACE Engineers is hereby amended as
follows:
Section 4: Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B"
attached hereto, provided that the total amount of payment to the Consultant shall not
exceed $465,377.30.
All other provisions of the contract shall remain in full force and effect.
Dated this day of 2025.
CITY OF TUKWILA
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CONSULTANT:
By: �✓ /Z.L
Printed Name: Kenneth H Nilsen
Title: President
120 CA Reviewed May 2020 Page I of I
A& PACE
ADDITIONAL SERVICES AGREEMENT #1
TO: City of Tukwila
c/o Adib Altalla1, PE
6300 Southcenter Blvd, Suite 100
Tukwila, Washington 98188
FROM: Ken Nilsen, PE
SUBJECT: Scope Revision — Inspection Services
WATER I LAND I INFRASTRUCTURE I FACILITIES
PROJECT NAME: Tukwila LS #5 - Retrofit
PROJECT NO.: 23415
DATE: April 14, 2025
This Service Agreement is intended to advise that a request for services has been made which is
not in our Scope of Services or Fee. The subject contract is herein amended to incorporate the
following scope of services:
SCOPE OF SERVICES
The addition of engineering inspection services for the first half of the Tukwila Lift Station #5 -
Retrofit project has been requested by The City of Tukwila. The following narrative is meant to be
an expansion of the currently executed contract between the City of Tukwila and PACE Engineers,
Inc.
PACE Engineers, Inc. (PACE) proposes to amend the current contractual scope to include
engineering inspection services. These services or tasks are listed below and provide a brief
description of what each task entails. The Terms and Conditions and approved rates under the
existing contract for Tukwila Lift Station #5 - Retrofit will remain in effect for this Additional
Services Agreement.
TASKS
Task 1 - Project Management
PACE will provide administration and coordination throughout the duration of
construction activities, including contracting and invoicing, scheduling, and Client
coordination. PACE will conduct regular coordination and update meetings virtually
with the City of Tukwila Staff at project milestones and as needed.
Task 2 - Demolition Inspection
Inspection services related to demolition of the existing infrastructure as labeled on
the approved plans. This work will include compliance with specified demolition
depths, application of backfill for pipe and structure abandonment, and removal of
existing curb and gutter.
Task 3 - Pipe and Structure Inspection
Inspection services performed will include observation and reporting of installation
and backfill of gravity pipe, force main pipe, external bypass connection, and
sanitary sewer manhole. This task will also include observation of connections to the
existing systems for water and sewer.
11255 Kirkland Way, Suite 300
Kirkland, Washington 98033-3417
425.827.2014
121
April 11, 2025
Adib Altallal, PE
City of Tukwila Public Works
Additional Services Agreement #1
Page 2 of 3
Task 4 — Electrical Inspection
Inspection services for Electrical inspection will include observation and reporting of
contractor and subcontractor installation activities. This task also includes
inspections by the Electrical Engineer on an as -needed basis. Inspection services
and additional review under this task will be performed by Follett Engineering and
will not exceed 25 hours.
Task 5 — Wet Well and Meter Vault Inspection
Inspection services for wet well and meter vault inspection will include observation
of meter vault installation, pipe alignment, backfill, wet well retrofit with riser and
hatch, wet well pipe penetrations, pumps and all required appurtenances, setting of
floats and sensors, grouting and coating, and wet well piping.
Task 6 — Surface Improvements Inspection
Inspection services for site improvements will include observation and reporting of
contractor and subcontractor installation activities related to items such as bollards,
grass pavers, relocation of existing generator, site lighting, installation of FRP
electrical building, and installation of site water services.
Task 7 — Testing, Punchlist, and Closeout
Inspection services for this task will include observation of pressure testing of the
installed force main, pump and electrical operational testing, punchlist development
and walkthrough, and final project acceptance assistance.
DELIVERABLES
• Daily inspection reports which will include written documentation of onsite contractor
Labor, machinery, and material deliveries.
• Confirmation of approved materials being used on the project and collection of delivery
tickets.
• Project compliance with the approved plans, specifications, and other applicable
standards.
• Photo documentation.
• Inspector's as -built markups and documentation.
• Punchlist walkthrough and administration.
ASSUMPTIONS
• Inspection services will occur over the course of 50 days. Each day will consist of
8 hours, which includes travel time.
• The City of Tukwila Inspection staff will take over at the project halfway mark.
• RFIs and any additional submittals will be handled by the Engineer as part of the existing
Construction Administration contract.
• The Engineer is budgeted for 60 total hours over the course of the 50 days for technical
and design support.
A& PACE
122 PAKIR\P23123415 LIFT STATION NO S RETRO\PROIECTMANACEll.11CONTRACTSWSA#1 C.I.T. INSPECTION 111112.1 I Tukwila I.ASA.1 HALF_F-Ldocz
April 11, 2025
Adib Altallal, PE
City of Tukwila Public Works
Additional Services Agreement #1
Page 3 of 3
The existing Construction Administration contract had a budget of $14,832.00 for
Construction inspections and site visits and $10,660.00 for project closeout. The total of
$25,492.00 remains from this original contract amount for construction administration.
EXCEPTIONS
FEE
Special inspections are not included under this agreement and may only occur with the
Owner's approval and at the Contractor's expense.
Client agrees to pay PACE for the above services on the basis of an hourly labor rate plus
reimbursable expenses, not to be exceeded without written authorization from the Client.
Specifically, PACE will invoice the Client for the additional services of project inspection as
mentioned above.
For inspection services, we are requesting a change order of $99,100.00.This includes the
tasks and deliverables as mentioned in this amended services agreement, approximately
466 hours of effort on a time -and -expense basis. This will provide site project management
and inspection funding from the start of mobilization until the City inspection staff take over at
approximately 50 days into the project. Note that $25,492.00 remains from the construction
administration contract for inspection services and project closeout. This amount will be
applied to the requested inspection services amount for the duration of the contract.
The subtotal for this scope amendment is $99,100.00. The total amended budget would
increase from $366,277.30 (original contract plus construction administration contract) to
$465,377.30.
All services provided within the scope of this ASA will be performed as per the terms and
conditions approved under the above-mentioned base contract for the project, unless stated in
the scope within this document. If you have any questions, require any additional information, or
would like to discuss this project further, please do not hesitate to contact us at your earliest
convenience.
_V *
I � &ZO-e,
Authorized PACE Representative Signature
Ken Nilsen, PE
Printed Name
President
Title
April 14, 2025
Date
I accept the above-described Scope of
Services and Fee Structure.
Authorized Client Representative Signature
Printed Name
Title
Date
fllli PACE
PAKIR\P23\23415 LIFT STATION NO 5 RETRO\PROIECTMANAGEMENT\CONTRACTS\NSA#1 CONST. I NSPECTION HALF\23415Tukwii. LS5 ASA #7 HALF_Fin L.d... 123
Project Estimates should consider 10% to 15% contingency for unknown conditions where applicable. cowmnz
Project Estimates should consider escalation for projects extending over one calendar year. Fee Schedule: STANDARD
Free Form Input -Project Budgeter can define work item descriptions, expense and subconsultant as required
Defined Input - Project budgeter must use defined Labor Codes and Staff Type from Deltek FMS Project Mgmt System (Tables Attached)
PACE Engineers Project Budget Worksheet - 2025
Project Name Tukwila Lift Station #5 Retrofit Location: Tukwila, WA Prepared By: James Schouten
Project #: 1 23415 1 Billing Group #: I Task #: I I Date: 1 4/7/2025
Staff Type # (See Labor Rates Table)
Staff Type Hourly Rate
Staff Name (optional)
Drawing/Task Title
Labor
Code
Job
Title
1
$305
Sr. Principal
Engineer
14
$222
Project
Engineer
68
$192
Engineering
Staff III
Labor Hours by Classification
Hour Total Dollar Total
Construction Inspection (Assumes 50 days @ 8 hrs/d).
Task 1 - Project Management
Task 2 - Demolition Inspection
6
60
1 400
466.0 $91,950.00
Task 3 - Pipe & Structure Inspection
Task 4 - Electrical Inspection
Task 5 - Wet well & Vault Inspection
Task 6 - Surface Improvements Inspection
Task 7 -Testing, Punchlist, & Closeout
Hours Total
Labor Total
Expenses
Postage/Courier
Printing Costs
Photo/Video
Mileage/TraveVPer Diem (40 miles round trip per day)
Miscellaneous
6.0
$1,830
Rate/Unit
$0.70
Total
60.0
$13,320
Quantity
ReimbursableIffElectrical.
2000
400.0
$76,800
Coechanical
$1,400.00
$1,400.00
II
ubconsultants
tility Locate
Engineer
Engineer
eotechnical Engineer
& C Engineer
Subconsultant Subtotal
Markup
Total
$2,500
$2,500
5,000.00
15%
$5,750.00
PACE Billed Labor Total
Reimbursable Expenses
Subconsultants
Total Project Budget
466.0
$91,950.00
$91,950.00
$1,400.00
$5,750.00
99,100.00
File: Inspection Services ASA #1- HALF, Fee Worksheet
Page 1 of 1
Printed: 417/2025, 3:13 PM
2025 - 2026 Biennial Budget
PROJECT:
Project Manager
DESCRIPTION:
City of Tukwila, Washington
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2025 to 2030
Sewer Lift Station 5 Rebuild Project# 92340201
AdibAltallal Department Sewer
Rebuilding of sewer lift station 5 will reduce maintenance costs and reduce the risk of failure.
Project Funding
Aging sewer lift station requires the replacement of motors, pumps, and controls at older lift stations to reduce
JUSTIFICATION:
maintenance.
The sewer lift station has been seeing a lot of issues with maintenance of pumps and motors. The existing panels and
STATUS:
valves are in a confined space and will need to be moved to grade for safer access.
$ 2,075
$ 100
MAINTENANCE IMPACT:
N/A
$ -
$ -
$ -
Moving controls to grade level will greatly improve the safety of the access.
COMMENT:
FINANCIAL (in thousands)
2025 2026 1 2027 2028 2029 2030
Beyond
TOTAL
Project Costs
Project Mgmt (Staff Time/Cost)
$ 15
$ -
$ -
$ -
$ -
$ -
$
$ 15
Design
$ 60
$
$
$
$
$
$
$ 60
Construction Mgmt.
$ 250
$
$
$
$
$
$
$ 250
Construction
$ 1,750
$ 100
$
$
$
$
$
$ 1,850
Total Proiect Costs
S 2.075
S 100
S
S
S
S
S
S 2.175
Project Funding
Utility Revenues
$ 2,075
$ 100
$ -
$ -
$ -
$ -
$ -
$ 2,175
Total Project Funding 1 $ 2,075 1 $ 100 $ $ $ $ $ $ 2,175
Return to CIP TOC
115 125
126
City of Tukwila Thomas McLeod, Mayor
Public Works Department - Jen Tetatzin, PE, PMP - Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Jen Tetatzin, Public Works Director
BY: Catrien de Boer, Public Works Grant Analyst
CC: Mayor McLeod
DATE: July 25, 2025
SUBJECT: USDOT Safe Streets for All (SS4A) Grant Application
Project No. 92510404
S Ryan Way
ISSUE
Approval is required to authorize the submittal of a grant application to the USDOT Safe Streets for All
(SS4A) Grant Program for design and construction funding for S Ryan Way road reconfiguration and
repairs.
BACKGROUND
The primary goals of this project are to restore the pavement condition of S Ryan Way, improve
pedestrian and bicycle facilities, and modify roadway drainage systems. This project was identified as a
priority in the City's Transportation Element of the 2024-2044 Comprehensive Plan and in the Local
Road Safety Plan (LRSP), which was developed through a Planning Safe Streets and Roads for All
(SS4A) Grant. This project is currently listed in the City's 6 -Year Capital Improvement Plan.
DISCUSSION
The City is requesting implementation funding to support the design, permitting, right-of-way
acquisition, and full reconstruction of S Ryan Way between Martin Luther King Jr. Way and 51st Ave S.
The S Ryan Way improvement project will likely consist of the following project elements: Improving
surface transportation facilities by repaving and restriping the roadway to a three -lane section,
improving pedestrian and bicycle facilities with buffered bike lanes, enhanced pedestrian crossings, and
ADA sidewalk improvements. Most of this roadway has a poor pavement condition rating and needs full
reconstruction.
In April 2025, the Local Road Safety Plan was adopted by the City Council which, among other things,
identified high priority safety projects like S Ryan Way. Soon after, the next round of SS4A grants was
released and City staff began preparing an application for implementation funding. This is a highly
competitive national grant program with only two years of appropriated funding left under the
Infrastructure Investment and Jobs Act (IIJA).
Due to the granting agency's timeline, City staff submitted an application for the design, right of way,
and construction of S Ryan Way in early June and are now requesting the Committee's approval for
this application. While the likelihood of winning a grant this cycle is low, we believe that submitting the
application will at least result in valuable insights from USDOT staff to strengthen our application next
year.
FISCAL IMPACT
The City is seeking $12,240,000 from the SS4A program for the design and construction of the S Ryan
Way project. The program requires a 20% non-federal match of $3,060,000. The City currently has
$1,175,000 in dedicated non-federal funding budgeted for this project in 2025-2026. The project team
has discussed this project with the Northwest Region Engineer at the Transportation Improvement
127
Board (TIB) who is interested in funding this project. We feel reasonably confident the City will secure a
TIB grant to augment the City's contribution if we are awarded the SS4A grant.
Amount Notes
USDOT Request $12,240,000 Design, Permitting, Right of Way, Construction
Budgeted City Funds $1,175,000 City 104 Funds (in 2025-2026 Budget)
Remaining Non -Federal $1,885,000 Potential Transportation Improvement Board
Match Grant
Total $15,300,000
RECOMMENDATION
Approve the submittal of the USDOT SS4A grant application for the S Ryan Way Project. Alternatively,
the Committee may recommend that the City rescind its application.
Attachments: Maps
CIP Page
128
CITY OF TUKWILA I LOCAL ROAD SAFETY PLAN
All Modes and Vulnerable Road Users High Injury Network
High Injury Network
(HIN) Map 3
All Modes
Corridors highlighted in seethe -1 N
highest levels of traffic -related injuries
and fatalities for all road users.
Bicycle and
Pedestrian Modes
Corridors highlighted in=see the
highest levels of traffic -related injuries
and fatalities for bicycle and pedestrian
modes.
59%'f fatalities and serious
injuries involving all road
users occur on(Mof
Tu=wila's streets
11�
16% us
inju ie involving
and ing bi ycl
injuries involving bicycle
and pedestrians occur on
Eoof Tu kwi la's streets.
Source: Fehr & Peers, 2024.
LaK<
IN.151, 1 n<lt�n
Proposed Project:
S Ryan Way (MLK Jr Way
to 51 st Ave S)
All Modes
— Bicycle and
Pedestrian
Modes
A
599 �
o
129
High Injury Network Map at Proposed Project Location:
S Ryan Way (M LK Jr Way to 51 st Ave S)
S Victor_.
Legend - - -
Fatal
Serious Injury -
0 Minor Injury Project
0 Possible Injury s 104th P1 limit
Ca
High Injury Network v
0
Project
Limit
S 107th St
LO
C En, <
O Vs
CG
a
130
2025 - 2026 Biennial Budget
PROJECT:
Project Manager
DESCRIPTION:
JUSTIFICATION
STATUS:
City of Tukwila, Washington
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2025 to 2030
S Ryan Way
Project # 9251
Cyndy Knighton � Ed Department [ Arterial Streets M
Design and construct major road improvements on S Ryan Way from east of Martin Luther King, Jr. Way to east City
limits. Project will include full overlay/roadway reconstruction, re-channelization to a 3 -lane roadway section with
protected bike lanes, new and/or replacement sidewalk and curb ramps to meet ADA requirements, enhanced
pedestrian crossings, intersection realignment at 47th Ave S/S 107th St, and new illumination. New water for
project length and new sewer main to extend existing sewer limits. New drainage system for length of project with
treatment and detention. Undergrounding of certain overhead utilities may be included. New walls may be required
for sidewalk construction. ROW acquisition will be necessary.
Pavement condition is extremely poor. History of speeding and safety concerns warrant the road diet. Area
development off 47th Ave S require channelization changes. Improvements to pedestrian and bicycle network are
needed.
New project for 2025. Project scope under development in 2024.
Reduction in Streets maintenance will come from the overlay. Increases in Streets will result from new illumination
MAINTENANCE IMPACT:
and bike lanes. Overall reduction in impacts to Streets is anticipated.
Improvements to S Ryan Way have been needed for manyyears. Afull overlay is warranted due to poor pavement
COMMENT: condition. Full reconstruction of the road may be warranted in some locations. Speeding and safety concerns can
be addressed by road diet to 3 lane section and intersection realignments. Pedestrian and bike facilities are needed.
FINANCIAL (in thousands)
2025
2026
2027
2028
2029
2030
Beyond
TOTAL
Project Costs
Project Mgmt (Staff Time/Cost)
$ -
$ 15
$ 21
$ -
$ -
$ -
$
$ 36
Design
$ 675
$ 600
$ -
$
$
$
$
$ 1,275
Land (RNV)
$ -
$ 300
$ -
$
$
$
$
$ 300
Construction Mgmt.
$
$ -
$ 1,530
$
$
$ -
$ -
$ 1,530
Construction
$
$
$ 9,960
$
$
$ -
$ -
$ 9,960
Contingency
$
$
$ 1,270
$
$
$
$
$ 1,270
Total Project Costs
$ 675
$ 915
$ 12,781
$ -
$ -
$ -
$ -
$ 14,371
Project Funding
Proposed Grant
$ -
$ 400
$ 8,650
$ -
$ -
$ -
$ -
$ 9,050
Dedicated/Restricted Rev
$ 675
$ 500
$ -
$ -
$ -
$ -
$ -
$ 1,175
Fund Balance
$ -
$ 15
$ 21
$ -
$ -
$ -
$ -
$ 36
Utility Revenues
$
$ -
$ 1,690
$ -
$ -
$ -
$ -
$ 1,690
General Fund Transfer
$
$ -
$ 2,420
$ -
$ -
$ -
$ -
$ 2,420
Total Project Funding
$ 675
$ 915
$ 12,781
$ -
$ -
$ -
$ -
$ 14,371
Return to CiP TOC
37 131
132
City of Tukwila Thomas McLeod, Mayor
• Public Works Department - Jen Tetatzin, PE, PMP - Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Jen Tetatzin, Public Works Director
BY: Catrien de Boer, Public Works Grant Analyst
CC: Mayor McLeod
DATE: July 25, 2025
SUBJECT: Transportation Improvement Board Complete Streets Grant Application
Project No. 82510403
Interurban Ave Overlay & Pedestrian Improvements
ISSUE
Approval is needed to authorize the submittal of a grant application to the Transportation Improvement Board
(TIB) Complete Streets Program for design and construction funding for Interurban Avenue Pedestrian
Improvements. The required match funds are currently not budgeted.
BACKGROUND
The primary goals of this project are to restore the pavement condition of S Ryan Way, improve pedestrian
and bicycle facilities, and modify roadway drainage systems. This project was identified as a priority in the
Local Road Safety Plan (LRSP) and is within the project limits for the existing Interurban Avenue Overlay
project, which is currently listed in the City's 6 -Year Capital Improvement Plan. City staff are proposing
additional spot improvements to increase safety and connectivity.
DISCUSSION
In 2024, the City was awarded NHS Asset Management funding to overlay 2.2 miles of Interurban Avenue
S. A design contract was awarded to Psomas, and the project is currently at approximately 10% design. In
April 2025, the City Council adopted the Local Road Safety Plan (LRSP), which identifies priority projects to
enhance safety for all road users. LRSP Project #5—located at the southern end of the Interurban Overlay
project limits—is eligible for grant funding and City staff are proposing these elements be incorporated into
the planned overlay project. If the grant application is successful, the additional safety improvements will be
installed between S 140th St and S 144th St. These improvements include landscaped medians, a new
pedestrian hybrid beacon (mid -block crossing), upgraded curb ramps, striping, and trail wayfinding signage.
The Interurban Ave overlay project is currently in the design phase, so if successful, there is time to add
these project elements to the overlay project before construction begins in 2027 or 2028, pending design
completion and advertisement. City staff would need to submit an application to the TIB Compete Streets
program for these additional site elements by August 15th, 2025, with an expected notice of award on
November 21St, 2025. If the grant application is unsuccessful, the project will continue as currently scoped.
FISCAL IMPACT
The City is seeking $680,000 from the TIB Complete Streets program for design and construction of the
Interurban Ave Pedestrian Improvements project. The program requires a 20% match, which is estimated to
be $170,000 and is currently not budgeted. The project team has discussed this project with the Northwest
Region Engineer at the Transportation Improvement Board (TIB) who is interested in funding this project.
Amount Notes
TIB Request $680,000 Medians, Hybrid Beacon, Wayfinding, Curb ramps, Striping
NHS Asset Management $70,000 Curb ramps, Striping
Remaining Unbudgeted $100,000 104 Fund balance
Match
Total $850,000
133
RECOMMENDATION
Approve the submittal of the Transportation Improvement Board grant application for the Interurban Ave S
project. Alternatively, the Committee may recommend the City not move forward with this application.
Attachments: CIP Page
Local Road Safety Plan Project Summary
134
2025 - 2026 Biennial Budget
City of Tukwila, Washington
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2025 to 2030
PROJECT: Interurban Avenue S Overlay Project# 82510403
Project Manager David Baus Department Arterial Streets
DESCRIPTION: Complete pavement repairs, overlay, and curb and gutter repair.
JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also
minimizes costs.
STATUS: Project was awarded fullfunding by National Highway Performance Program January of 2024.
MAINTENANCE IMPACT: 1,300 staff hours not needed to fill in potholes/crack sealing.
(COMMENT: Construction must be completed as a single contract and authorized by August 31, 2026.
FINANCIAL (in thousands) 2025 2026 2027 2028 2029 2030 1 Beyond TOTAL
Project Costs
Project Mgmt (Staff Time/Cost)
$ -
$ 50
$ 50
$ -
$ -
$ -
$
$ 100
Design
$
$ 397
$ -
$
$
$
$
$ 397
Construction Mgmt.
$
$ -
$ 545
$
$
$
$
$ 545
Construction
$
$
$ 3,650
$
$
$
$
$ 3,650
Contingency
$
$
$ 365
$
$
$
$
$ 365
Total Project Costs
$
$ 447
$ 4,610
$
$
$ -
$ -
$ 5,057
Project Funding
Awarded Grant
$
$ 397
$ 4,561
$
$
$
$ -
$ 4,958
Fund Balance
$
$ 50
$ 49
$
$
$
$ -
$ 99
Total Project Funding
$
$ 447
$ 4,610
$
$
$ -
$ -
$ 5,057
Return to CiP TOC
52 135
LRSP Project #5:
Interurban Avenue (140th Street to 144th Street)
Project Narrative
EXTENT
1401h St to 144th St
JURISDICTION
City of Tukwila
LAND USE CONTEXT
Office, commercial, institutional, and residential
CROSS SECTION
Two travel lanes in each direction, with a center turn lane
SPEED LIMIT
35 MPH
AA DT
17,000
CRASH PATTERNS
23 crashes within the corridor between 2018 and 2022, including 3 fatal or
severe injury (KSI) crashes
PRIORTIZATION
The highest -scoring segment of this corridor was 2.7 out of 3.0. Interurban
SCORING
Ave scored highly on vulnerable road user crashes and proximity to
destinations.
136
Crash History Addressed
The following crash types resulted in KSI crashes:
- Pedestrian: Any crash involving a pedestrian.
- Angle: Angle crashes involve a driver hitting another motor vehicle at an angle, or the "Angle
(T)" WSDOT crash classification.'
- From opposite direction — Head-on: A crash occurring where vehicles traveling in opposite
directions hit each other directly.
Proposed Countermeasures
A series of countermeasures were selected for Interurban Ave to address the most severe and common
crash types. Key interventions address pedestrian connectivity and the high instance of angle crashes
from driveways of local businesses and minor street intersections. They also support users of the Green
River Trail in this corridor, which runs along the eastern side of Interurban Avenue from Interstate 5 to
58th Ave S.
The countermeasures include corridor -wide measures and spot improvements at specific locations. The
list below is not inclusive of proposed systemic, citywide countermeasures such as lane marking visibility
improvements and high -visibility crosswalks.
Interurban Ave S
ii ii
III
Proposed cross section of Interurban Ave S, looking north
Corridor Improvements
• Two segments of landscaped median would extend the treatment present from south of this
corridor's extent into this commercial and retail area. The median would limit turning conflicts
by limiting left turns into some driveways, restricting conditions that create some angle crashes
Further study may be required to determine regarding if allowing u -turns at signalized
intersections may be necessary to accommodate travel pattern changes. The median would be
added at these locations:
o Between 57th Ave S and S 141St PI
o Between 141" PI S and S 143rd St
' https://wsdot.wa.gov/sites/default/files/2022-01/NHFP-crash-data-dictionary.pdf
137
o Extending south beyond 143rd St, connecting to the existing median
Spot Improvements
• A new pedestrian crossing at S 1401h St would reduce the long distances between marked
crossings for pedestrians. Utilizing the proposed landscaped median, the crossing would have a
raised refuge to allow pedestrians to cross in two stages. There would be a Pedestrian Hybrid
Beacon (PHB) installed at this location to control cross -traffic along Interurban Ave S and allow
pedestrians to cross.
Trail wayfinding and green conflict striping is proposed for the intersection of Interurban Ave
and 58th Ave. Conflict striping at the driveway of the Riverside Casino can make drivers more
alert to the presence of people walking and bicycling along the trail. Further, wayfinding signage
can reinforce for users that the trail runs along Interurban Ave at this location, and that south of
the intersection it turns east towards the river.
138
m
d
0
O
U y
N
0] @
w
a �
2 �
c J of
N
N
y
° a Q�
0
0
139
C
@ 00
Cy9ras
!4+.
�L
xw o
139
140
TO:
FROM
BY:
CC:
DATE:
City of Tukwila Thomas McLeod, Mayor
Public Works Department - Jen Tetatzin, PE, PMP - Director
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Services Committee
Jen Tetatzin, Public Works Director
Adam Cox, Interim Traffic Engineer
Mayor Thomas McLeod
July 25, 2025
SUBJECT: Annual Bridge Inspections and Repairs Update
Project No. 70010402
2024 Presentation on the State of the City's Bridges
ISSUE
Provide the Transportation and Infrastructure Services Committee with information about the status of
the City's bridge inspection program and inventory, showing the overall condition of the City's bridges
after completion of the 2024 inspections.
BACKGROUND
The Federal Highway Administration (FHWA) and Washington State Department of Transportation
(WSDOT) require regularly scheduled inspections of all the City's vehicle -carrying bridge structures.
The City extends this effort to include its pedestrian bridges. This requirement allows for continuity in
reporting nationally, a standardized method of risk assessment, as well as the opportunity to identify
and potentially fund bridges in need of replacement and rehabilitation.
ANALYSIS
The City currently owns 24 bridges (16 traffic bearing and 8 pedestrians). Of those, two are jointly
owned jurisdictional bridges with shared ownership between the City of Renton (Grady Way) and the
City of Kent (S 1961h/200). The discussion will focus on why the City inspects its bridges, where the City
stands with respect to the state and the country, and recommendations for additional steps that can be
taken to address known issues. There were no new key findings or major concerns observed during the
2024 inspections.
The following structures were inspected in 2024:
Bridge Number
Bridge Name
Date Inspected
Tukwila 05
Southcenter Blvd over the Green River
8/15/2024
Tukwila 14
42nd Ave S Bride
4/30/2024
Tukwila 15
Pacific Highway over the Duwamish River
8/22/2024
Tukwila 17
Foster Golf Trail
4/30/2024
Tukwila 18
Green River Trail
8/15/2024
Tukwila 20
Interurban Trail
9/19/2024
Tukwila 21
Starfire over the Green River
8/22/2024
Tukwila 22
Fort Dent Trail
9/19/2024
Tukwila 25
Green River Ped Trail
9/19/2024
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
141
Annual Bridge Inspection Report
July 25, 2025
Page 2
The Federal Highway Administration (FHWA) has utilized the sufficiency rating (SR) for the National
Bridge Inventory (NBI) to inventory the over 600,000 bridges in the United States since 1995. In 2024,
the FHWA removed the SR for the inventory and switched to the Specifications for the National Bridge
Inventory (SNBI). The new inventory method can track multiple elements of bridges and provide a more
accurate evaluation of a bridge's overall assessment. This allows the FHWA to have a better
understanding of the conditions of all bridges throughout the US.
FISCAL IMPACT
The cost encumbered for King County to perform the 2024 inspections was $23,000.00.
RECOMMENDATION
None. Information only.
Attachment: 2024 Annual Bridge Inspection Report
2024 City of Tukwila Bridge Inspection Cover Letter
Map of Tukwila's Bridges
Annual Bridge Repair & Maintenance CIP page
Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov
142
Forward
The Bridge Inspection Report, dated July 2025, is published by the City of Tukwila Public Works Department, and
the information contained herein is the best available at the time of publication. It is to be used as an
information tool for planning and maintenance activities, and reflects the general condition of the City's bridges.
The repairs indicated are summarized from the more details bridge inspection reports for brevity.
Background
The Federal Highway Administration(FHWA ) issued the National Bridge Inspection Standards (NBIS) in 1971.
These standards established a comprehensive inspection for all bridges in the federal highway system. Minimum
qualifications were set forth for bridge inspectors. Specific types and frequencies of inspections for bridges were
established, and the reporting of certain standard information about each bridge was required. In 1978, these
requirements were extended to all public bridges carrying vehicular traffic.
A National Bridge Inspection Program has been in place ever since, and state and local agencies have performed
bridge inspection in accordance with these guidelines. Inspections for the City of Tukwila's bridges are
conducted every two years unless conditions warrant additional inspections or frequencies as dictated by the
NBIS.
143
Bridge Quick Reference Data Summary
Deck
Superstructure
Substructure
WSDOT Bridge
Next
Next Inspection
UBIT
Last UBIT
Next UBIT
Fracture
Bridge Number
Name
Year Built
ADT
ADT
Last Inspection
Special Notes
Overall
Overall
Overall
ID
Date
Required
Inspection
Insp Reqd
Critical
Red
q
Tukwila 01
Macadam Road
1997
6
6
7
08674200
3,600
2024
4/26/2023
2025
N
-
-
N
Tukwila 02
Frank Zepp
1968
6
6
7
08561400
36,000
2022
4/26/2023
2025
Y
2021
2025
N
Tukwila 03
Lois T Newton
1973
6
7
7
08544400
18,900
2021
4/6/2023
2025
Y
2023
2029
N
Tukwila OS
South -center
1994
6
6
6
0014269D
10,616
2026
8/15/2024
2026
Y
2020
2026
N
Blvd
Tukwila 06
Foster 56th Ave
1985
7
7
6
08166200
2,850
2024
4/6/2023
2025
Y
2023
2029
N
Bridge Rail fixed on the north side
Tukwila 07
51st Ave South
1996
6
5
6
08634500
4,600
2024
4/26/2023
2025
N
-
-
N
Tukwila 08
Grady Way
1986
7
6
7
08543600
26,000
2024
4/13/2023
2025
Y
2019
2025
N
Jointly owned with City of Renton
Tukwila 09
E Marginal Way
1989
6
7
7
08110200
13,000
2024
4/5/2023
2025
Y
2023
2029
N
Tukwila 11
BAR Airport
1952
4
5
6
08001800
40,000
2024
4/11/2023
2025
N
-
-
N
Way
Tukwila 12
BAR BNSF
1945
5
5
6
08002500
40,000
2021
4/5/2023
2025
Y
2023
2027
N
Tukwila 13
Beacon Ave S
1971
7
6
6
7996800
500
2020*
4/25/2023
2025
N
2017
2019
Y
Tukwila 14
42nd Ave S
1949
5
5
4
08651500
10,300
2026
4/30/2024
2025
Y
2023
2025
Y
90% Plans and Estimate were
reviewed in December 2024
Tukwila 15
Pacific Hwy
2000
6
7
6
08651500
22,406
2025
8/22/2024
2026
Y
2020
2026
N
Tukwila 16
5 119th
1965
5
5
6
08104300
NA
NA
4/17/2023
2025
N
-
-
N
Foster Golf
Tukwila 17
1987
7
7
7
08584100
NA
NA
4/30/2024
2029
N
N
Course
Bridge Quick Reference
Data Summary
Deck
Superstructure
Substructure
WSDOT Bridge
Next
Next Inspection
UBIT
Last UBIT
Next UBIT
Fracture
Bridge Number
Name
Year Built
ADT
ADT
Last Inspection
Special Notes
Overall
Overall
Overall
ID
Date
Required
Inspection
Insp Reqd
Critical
Red
q
Tukwila 18
Green River
1983
7
5
6
08584200
NA
NA
8/15/2024
2026
N
N
Ped & Utility
Inter-urban
Tukwila 19
2006
8
8
8
08742500
NA
NA
8/18/2022
2026
N
N
Trail
180th Street
Tukwila 20
2001
8
7
5
08742600
NA
NA
9/19/2024
2026
N
Y
Trail
Tukwila 21
Fort Dent Road
1975
6
6
6
08328300
1,150
2025
8/22/2024
2026
y
2024
2030
N
Tukwila 22
Fort Dent Trail
2002
6
7
7
8718400
NA
NA
9/19/2024
2026
N
-
-
N
Tukwila 24
Klickitat
2012
7
7
8
08853600
14,024
2023
4/13/2023
2025
N
N
Tukwila
TUC Ped
2018
8
8
8
8919000
-
-
9/192024
2026
N
-
-
N
25
Bridge
Tukwila
Riverton Creek
2021
8
8
8
8931100
NA
-
8/16/2022
2027
N
-
-
N
26
Ped
4001
196-200th
1998
5
6
7
08712100
17,406
2023
4/7/2023
2025
y
2021
2027
N
Jointly owned with City of Kent
NOTES:
Deck Overall, Superstructure Overall, and Substructure Overall are based on a 1- 9 scale that encompasses the condidtion and defecnces observed
of the components during the regular scheduled inspection. The descriptions are:
N - NOT APPLICABLE
9 - EXCELLENT CONDITION
8 - VERY GOOD CONDITION - no problems noted.
7 - GOOD CONDITION - some minor problems.
6 - SATISFACTORY CONDITION - structural elements show some minor deterioration.
5 - FAIR CONDITION - all primary structural elements are sound but may have minor section loss, cracking, spalling or scour.
4 - POOR CONDITION - advanced section loss, deterioration, spalling or scour.
3 - SERIOUS CONDITION - loss of section, deterioration, spalling or scour have seriously affected primary structural components. Local failures are
possible. Fatigue cracks in steel or shear cracks in concrete may be present.
2 - CRITICAL CONDITION - advanced deterioration of primary structural elements. Fatigue cracks in steel or shear cracks in concrete may be present
or scour may have
removed substructure support. Unless closely monitored it may be necessary to close the
bridge until corrective action is taken.
1- "IMMINENT' FAILURE CONDITION - major deterioration or section loss present in critical structural components or obvious vertical or horizontal movement affecting structure stability. Bridge is closed to traffic but corrective action may put back in light
service.
0 - FAILED CONDITION - out of service - beyond corrective action.
UBIT - Under Bridge Inspection Truck. This indicates the bridge needs special equipment in order to reach portions of the structure for inspection.
ADT - Average Daily Traffic
Table of Contents
Executive Summary
Forward
Quick Reference Data Summary
Bridges Recommended for Replacement/Rehabilitation
Bridges Recommended for Major Maintenance
Posted Bridges
Bridges Recommended for Rail Retrofit
Bridge Repair Recommendations
ADT (Average Daily Traffic)
Bridges Maintenance and Repair History
146
iv
1
K
3
4
5
[..0
7
Executive Summary
The City currently has ownership of 24 bridges (16 traffic bearing and 8 pedestrian). Of those, two are jointly
owned jurisdictional bridges with shared ownership between the City of Renton (Grady Way) and the City of
Kent (S 196th/200). The different types of bridge configuration vary from steel truss, pre -cast concrete girders,
cast -in-place concrete girders, steel girder, wood girder, and steel tied arch spans.
The City owned bridges follow the National Bridge Inspection Standards (NBIS). The collected information is
maintained in the National Bridge Inventory (NBI) database which is maintained be the Federal Highway
Administration (FHWA), which enables state -level and national -level analyses and reporting, supports Federal
funding programs, and facilitates the identification of freight and defense -critical corridors and connectors. By
having a complete and thorough inventory, an accurate report can be made to the Congress on the number,
condition, and performance of the Nation's bridges.
WSDOT uses a state owned data collection system, BridgeWorks, where the City owned bridge inspection
information is uploaded after each inspection. WSDOT processes the information and submits the bridge
infomation to the FHWA for the entire state.
147
Bridges Recommended for Replacement or Rehabilitation
Bridge Number
Bridge Name
Location
Reason
Tukwila 14
42nd Ave South*
Allentown (42nd Ave)
Deteriorating Structural Condition of the steel superstructure
Note: See individual bridge reports in Public Works for detailed repair work.
* The City has been awarded three grants from PSRC, Move Ahead Washington, and the Local Bridge Program
Bridges Recommended for Major Maintenance
Bridge Number
Bridge Name
Location
Reason
Tukwila 12
Boeing Access Road over BNRR
Boeing Access Road
Replacing concrete deck as part of the BAR overlay
Tukwila 16
South 119th Pedestrian Bridge
119th St (Allentown)
Painting/Epoxy of entire structure with possible rot repair
as encountered.
Tukwila 18
Green River Pedestrian and Utility
Interurban Trail near 180th
Rehabilitation of structure coating and timber rot repair
and replacement
Cr
O
Posted Bridges
Bridge Number
Bridge Name
Location
Reason
Bridge is posted for reduced weight for single vehicle
Tukwila 03
Lois T Newton (Strander Blvd)
Southcenter
three axle ladder fire trucks.
Bridge is posted for reduced truck speed and posted for
Tukwila 14
42nd Ave South
Allentown
reduced loading on AASHTO Type 3 trucks and 6 and 7
axle vehicles.
Note: See individual bridge reports in Public Works for detailed repair work.
Bridges Recommended for Rail Retrofit
Bridge Number
Bridge Name
Location
Reason
Provide Guardrail, terminal and transitions that meet current
Tukwila 1
Macadam
Macadam Road
standards
Tukwila 2
Frank Zepp
180th Street
Provide bridge rail that meet current standards
Provide bridge rail, guardrail, terminal and transitions that meet
Tukwila 3
Lois T Newton
Stander Boulevard
current standards
Provide bridge rail, guardrail, terminal and transitions that meet
Tukwila 6
Foster 56th Ave South
56th Avenue South
current standards
Provide Guardrail, terminal and transitions that meet current
Tukwila 8
Grady Way
Grady Way
standards
Provide bridge rail, guardrail, terminal and transitions that meet
Tukwila 9
East Marginal Way
East Marginal Way
current standards
Provide bridge rail, guardrail, terminal and transitions that meet
Tukwila 11
Boeing Access Road - Airport Way
Boeing Access Road
current standards
Provide bridge rail, guardrail, terminal and transitions that meet
Tukwila 13
Beacon Ave South
Victor Street
current standards
Provide Guardrail, terminal and transitions that meet current
Tukwila 14
42nd Avenue South
42nd Avenue South
standards
Note: See individual bridge reports in Public Works for detailed repair work.
Cal
Bridge Average Daily Traffic (ADT)
Bridge
Next ADT Reqd
Name
Year Built
Structure ID
ADT
Number
(S yr Cycle)
Tukwila
Macadam Road
1997
08674200
3,600
2026
01
Tukwila
Frank Zepp
1968
08561400
36,000
2027
02
Tukwila
Lois T Newton
1973
08544400
18,900
2027
03
Tukwila
South -center Blvd
1994
0014269D
10,616
2026
05
Tukwila
Foster 56th Ave
1985
08166200
2,850
2026
06
Tukwila
51st Ave South
1996
08634500
4,600
2026
07
Tukwila
Grady Way
1986
08543600
26,000
2026
08
Tukwila
E Marginal Way
1989
08110200
13,000
2026
09
Tukwila
BAR Airport Way
1952
08001800
40,000
2026
11
Tukwila
BAR BNSF
1945
08002500
40,000
2027
12
Tukwila
Beacon Ave S
1971
7996800
550
2027
13
Tukwila
42nd Ave S
1949
08651500
10,300
2026
14
Tukwila
pacific Hwy
2000
08651500
22,406
2027
15
Tukwila
Fort Dent Road
1975
08328300
1,150
2025
21
Tukwila
Klickitat
2012
08853600
14,024
2026
24
4001
196 -200th
1998
08712100
17,406
2024
152
Bridge Repair Recommendations
PRIORITY CODEW Highest Priority- Structural integrity and safety involved.
PRIORITY CODE'B' Regular Priority- General bridge structural repair work not requiring immediate response.
PRIORITY CODEC' Low Priority- General minor maintenance or other workto be accomplished as time and funding allow.
PRIORITY CODE'M' Monitor -The repair or item described needs to be monitored at the rate indicated in the Repair Recommendations.
Note: See individual bridge reports in Public Works for
detailed repair work.
Bridge Number
Bridge Name
Location
Repair Recommendations
Priority
Inspection
Date
Tukwila1
Macadam
Macadam
1. No repairs recommended at this time.
NA
4/26/2023
Tukwila2
Frank Zepp
180th Street
1. No repairs recommended at this time.
NA
4/26/2023
Tukwila 3
Lois Newton
Strander Blvd
1. Post height clearance for Green River Trail
C
4/6/2023
1. Replace missing block spacer on guardrail post
C
Tukwila 5
South center
SC Blvd
2. Fix broken light above pile 2c
B
8/15/2024
Blvd
3. Trim the trees on the north side of the bridge.
B
1. Fill scour void under SE wingwall
B
Tukwila 6
Foster 56th
56th AveS
2. Replace expansion joint material
B
4/6/2023
Ave S
3. Repair damaged guardrail terminal end
B
4. Replace delineator sign on NE corner
C
1. Apply deck sealer to prevent ponding water to leak in to the box girders
B
2. Repair spalls at north expansion joint
B
Tukwila?
51st AveS
51st AveS
3. Investigate waterline in box girder
A
4/26/2023
4. Repair northwest rail terminal
B
5. Remove trees at Pier 2
B
1. Repair vertical sliding surfaces on columns
B
2. Repair damage bridge rail (spalling and delamination's)
B
3. Clean plugged Drains at NW approach
B
Tukwila 8
(Renton -Tukwila
Grady Way
Grady Way
4. Repair pedestrian fencing
B
4/13/2023
Joint Ownership)
S. Clear out material between hearings at Abutment 1
B
6. Repair metal bridge rail at NW approach
B
7. Remove vegetation on retaining wall
C
8. Clear sidewalk debris
C
1. Replace compression seals at expansion joints
B
Tukwila 9
E Marginal
E Marginal Way
2. Develop scour plan
C
4/5/2023
Way
3. Secure access hatch at south side
A
4. Empty box girder
B
1. Repair bridge rail damage
B
Tukwila 11
BAR Airport
Boeing Access
2 Roughen approach slabs
C
4/11/2023
Way
Road
3. Replace delineator sign
B
1. Repair the southeast approach rail.
B
2. Clean bridge deck and sidewalk
C
Tukwila 12
BAR BNSF
Boeing access
3. Repair failed overlay
B
4/5/2023
road
4. Tighten loose anchor bolts
B
5. Monitor spalling on girder
B
Tukwila 13
Beacon Ave
At Victor Street
1. Repair interior lighting.
B
4/25/2023
South
1. Clean out open joints over floor beams thoroughly and fill with a flexible sealant, priority 1 due to corrosion at top flanges of floor beams from leaking
B
joints.
2. Rework the sliding plate expansion joint so it is smooth with sidewalk and patch spalls near panel points, seal open cracks.
B
3. Replace missing guard rail and terminal at SW comer, replace damaged rail at SE comer, reset NW rail and posts to bring rail up to standard height.
B
4. Thoroughly pressure wash clean truss of all dirt/algae/guano, prepare surface, paint bridge to encapsulate pack rust and protect truss members. Add bird
B
deterrent at all panel points, upper and lower chords.
5. Replace steel sliding plate expansion joints with either a strip seal with steel header or modular joint to eliminate water intrusion onto steel bearings.
B
6. Recommend design seismic retrofit steel collar and construct around bearing columns, anchored to cap, then fill tight with epoxy.
B
7. FRP wrap columns 4 A -C. Reinforce west wingwall. Add quarry spall along abutment 4 and under span 3 to retain fill and discourage transient activity.
B
Tukwila 14
42nd Ave S
42nd Ave S
8. Replace missing riprap along banks and in front of piers.
B
4/30/202
9. Recommend raising portals and sways due to the high volume of truck traffic and existing damage to sway members.
B
10. Replace sliding plates with elastomene dynamic isolation bearings.
B
11. Chip any delaminated concrete from exposed rebar, clean and seal exposed bar and patch spalls. Sack honeycombed areas throughout soffit. Shotblast
B
deck surface, patch spalled areas and apply epoxy overlay.
B
12. Replace broken gas pipe couplers.
13. Unclog deck drains
C
C
1. Repair scour along Green River Trail
A
2. Arrest channel erosion along the south bank
A
Pacific/TIB at
3. Repair the approach guardrails at the southwest, southeast, and northeast ends
B
Tukwila l5
Pacific Hwy
Duwamish
4. Apply epoxy overlay on the bridge deck
C
8/22/201-
5. Spot paint at slice locations to extend paint life
B
6. Trim brush growing along Ped trail
B
1. Repair warped and twisted deck planks, deck has non-skid coating but timber is still weathered
B
S 119th
2. Major rehabilitation or replacement in near future
A
Tukwila 16
S 119th Street
3. Special inspection requested to inspect the underside of the superstructure
A
4/17/2023
pedestrian
4. Replace areas of top boards
A
S. Replace bearings at 1A 4A
B
1. Monitor bearing movement at Abutment 1 at 2029 inspection
M
Tukwila 17
Foster Golf
Foster GC
2. Remove blackberry bushes under the bridge
C
4/30/2024
Course
3, Repair leaky irrigation line
B
1. Straighten utility pipe alignment
C
2' Repair chord patching material debonding
B
Tukwila 18
Green River
Interurban trail
3. Repair and replace rotting timber pedestrian rail
B
8/15/2024
near 180th
4. Paint entire superstructure
B
5. Perform in-depth inspection
B
Tukwila 19
Interurban
Interurban Trail
1. No repairs noted
NA
9/18/2022
Trail
1. Monitor leaching cracks in abutment and retaining walls at the 2026 inspection
M
Interurban trail
2. Remove debris from bearing seat
C
Tukwila 20
180th Ped
at 180th
3. Repair approach settlement
B
9/19/2024
4. Repair broken conduit splices
B
1. Trim vegetation overhanging along sidewalk
C
2. Repair/replace wire cover plate at the NE approach
C
Tukwila 21
Fort Dent Road
Fort Dent Road
3 Post clearance attrail undercrossing under Span 3
C
8/22/2024
4. Apply epoxy overlay to deck surface
B
1. Trim overgrowing vegetation at approaches
C
2. Replace missing safety chains at corners of bridge
C
Tukwila 22
FortDent Trail
Interurban trail
3. Replace popped bolts at diagonal bracing
B
9/19/2024
4. Smooth out approach pathway at approach header
B
5. Rope access inspection
B
Tukwila 24
Klickitat Drive
Klickitat Drive
1. No repairs noted
NA
4/13/2023
Tukwila 25
Tuk Urban Ped
Green River
1. Align Ped rail in Span 3
B
9/19/2024
Bridge
Trail
Tukwila 26
Riverton Creek
Green River
1. No repairs noted
NA
8/16/2022
Ped
Trail
1. Repair joints and seals
B
4001 (Kent -Tukwila
196 -200th
196th Street
2. Clean deck drains
B
4/7/2023
Joint Ownership)
153
2010 - 2024 Bridges Maintenance and Repair History
Bridge
Bridge Name
Year
Amount
Repair/Maintenance
Number
Tukwila 2
Frank Zepp
2015
$2.6M
Paint steel, deck overlay, replace deck joint,
seismic protection
Tukwila 6
Foster 56th
2023
$52k
Bridge rail repair
Ave S
Tukwila 6
Foster 56th
2022
$4.5K
Scour report and plan of action performed
Ave S
Tukwila 8
Grady Way
2015
$350K
Seismic protection
Boeing Access
Tukwila
Road - Airport
2021
$1.61VI
Siesmic Retro Fit
11
Way
Tukwila
Boeing Access
2019
$10M
Siesmic Retrofit and deck repair
12
Road BNRR
Tukwila
Beacon Ave
2015
$1.1M
Replace bridge deck and paint steel
13
South
Tukwila
42nd Avenue
1994
*
Paint Truss
14
South
Tukwila
42nd Avenue
2017
$17K
42nd Ave S Bridge Structural Assessment
14
South
Tukwila
42nd Avenue
2020
$39K
In-depth inspection beyond the King County
14
South
inspections
Tukwila
S 119th St
2015
$100K
Paint and timber repair
16
Tukwila
Green River
2007
$100K
Paint and timber repair
18
Tukwila
Green River
2008
$126K
Paint and timber repair
18
4001
196th/200th
j 2019
j $500K
Approach Slab repair
4001
196th/200th
2023
$5k
Replace center crash barrier
* Unable to verify cost as project cost data is typical kept for 6 years and project was performed before the City's
current project tracking system
154
Docusign Envelope ID: DF58196B-9B65-4A6D-800E-C7EADFB35838
LIQ
King County
Road Services Division
Department of Local Services
201 South Jackson Street
KSC-TR-0313
Seattle, WA 98104-3856
kingcounty.gov/en/dept/local-services/
January 14, 2025
Adam Cox
Transportation Project Manager
City of Tukwila
6300 Southcenter Blvd
Tukwila, WA 98188
RE: 2024 Inspection of City of Tukwila Bridges
Dear Mr. Cox:
King County bridge engineers inspect the bridges owned by the City of Tukwila in accordance with agreements
between the City of Tukwila and King County Department of Local Services. The bridge inspections for
calendar year 2024 were conducted as follows:
Routine Inspections:
April 30, 2024 Foster Golf Course Pedestrian Bridge No. TUKxPx17
August 15, 2024 SC Blvd. Green River Bridge No. TUKxNx05
Tukwila International Blvd. Bridge No. TUKxNx15
Fort Dent Park Bridge No. TUKxNx21
Green River Ped & Utility Bridge No. TUKxPxl8
August 22, 2024 180' Pedestrian Bridge No. TUKxPx20
Fort Dent Trail Bridge No. TUKxPx22
Tukwila Urban Center Pedestrian Bridge No. TUKxPx25
Under Bridge Inspection Truck (UBIT,) Inspections:
August 20, 2024 Tukwila International Blvd Bridge No. TUKxNx15
Fort Dent Park Bridge No. TUKxNx21
Interim Inspections:
April 30, 2024 42nd Avenue South Bridge No. TUKxNxl4
Enclosed are the reports from the bridge inspection and the actions recommended to maintain these structures.
We submit the data in the report to Washington State Department of Transportation (WSDOT), in accordance
with state and federal laws to inform them of the bridge condition and to assure the bridge has been inspected on
a timely basis. This information is incorporated into state and federal databases. Bridge inspection reports are
divided into three primary sections: Condition/Appraisal Ratings, BMS Elements, and Notes/Repairs/Resources;
these sections are briefly explained below:
155
Docusign Envelope ID: DF58196B-9B65-4A6D-800E-C7EADFB35838
Adam Cox
January 14, 2025
Page 2
The first section "Condition/Appraisal Ratings" consists of collections of fields that depict ratings for a
variety of bridge related components, including the bridge as a whole. Generally, these ratings depict the
current or inherent overall condition of each of these components from 8 (best) to 0 (worst); however,
several fields have different or adjusted rating scales. Explanations of these codes and ratings are found
in the Washington State Bridge Inspection Manual (WSBIM) [Available online at:
https:Hwsdot.wa. og v/en ine�eriniz-standards/all-manuals-and-standards/manuals/bridge-inspection-
manual].
2. The second section of the report, Bridge Management System (BMS) Elements, quantifies each of the
primary bridge elements and rates them, breaking down the condition of each component into categories
that indicate how widespread a component is deteriorated. Generally, Condition State CSI is best and
CS4 is worst.
3. The third section consists of three parts: Notes, Repairs, and Inspection Resources Required. The Notes
section is comprised of information that provides details of the numbered fields in the first two sections.
The Repairs section includes recommended actions identified from the bridge inspection, prioritized
between 1 - High priority, and 3 - Low priority. The Resources Required section indicates any special
equipment or tools used to inspect the bridge.
You may notice that the bridge inspection reports appear slightly different than that of previous years,
particularly in Section 1. As you may be aware, the Specifications for the National Bridge Inventory (SNBI) was
adopted in 2022 and brings significant changes in bridge inspection reporting requirements. In total, there are
174 changes including 54 new fields, 100 modified fields, and 20 existing fields to be discontinued. These
reporting metrics will be fully in effect in 2026. In order to make these changes across all assets, we are
incorporating the 4 -year plan suggested by FHWA and adopted by WSDOT. King County has been
implementing the changes according to this plan since the start of 2023; however, there are upcoming changes
that require input / action from the asset owner and is unable to be done solely by our inspection team.
Here's what we'll be needing from your agency to effectively fill out a complete inspection report:
1. Historical Significance (SNBIItem ID B. CL. 04):
a. If applicable:
i. Year structure entered historical register.
ii. Which registers the bridges are on.
b. Any bridges in consideration to be placed on a register.
2. Seismic Vulnerability (SNBIItem ID B.AP.05):
a. Cities should have their own policies for determining whether a bridge has been designed or
retrofitted for seismic countermeasures. We can send examples of what qualifies as a seismic
countermeasure under King County design, if you wish to adopt our policy. Alternatively, you
can refer to the FHWA Seismic Retrofitting Manual for assessment guidance.
3. Scour Vulnerability (SNBIItem ID BAP. 03):
a. Scour evaluations are required for all bridges over water, regardless of scour condition code.
4. Scour POAs (SNBIItem ID BAP. 04)
a. A Scour Plan of Action needs to be developed for all scour critical bridges. This form can be
completed without the need for a scour engineer.
5. Overtopping Likelihood (SNBIItem ID BAP. 02):
a. If the City can provide overtopping likelihood or historical information, it would greatly assist
in filling out this field accurately. Our inspection team can produce a rating, but it will take
significantly more work (research, historical data, etc.).
156
Docusign Envelope ID: DF58196B-9B65-4A6D-800E-C7EADFB35838
Adam Cox
January 14, 2025
Page 3
6. AADT/AADTT counts (SNBIItem IDs B.H.09 /B.H.10 /B.H.11):
a. All roadway bridges report AADT and AADTT every 4 years — it would be optimal to get
updated counts scheduled prior to the next inspection cycle so they can be reported when the
routines inspections are due.
7. Roadside hardware crash test documentation (SNBIItem IDs B.RH.01 /B.RH.02)
a. If the City is using roadside hardware that is non-standard or proprietary, we need crash test
documentation for it. This applies to both the bridge rails and transition rail.
8. Bypass detour length (SNBIItem ID B.H. 17)
a. Since our team is not always familiar with city road and traffic restrictions, it is not always
feasible for us to accurately calculate the detour length. If it becomes necessary for the city to
close a bridge, a detour plan should be available.
i. The detour length is defined as the total distance for a vehicle to return to the original
route.
ii. The detour route cannot have weight restrictions lower than the applicable bridge or any
vertical clearance limits under 14'-3" or lower than the applicable bridge (whichever is
lower).
9. Load Rating
a. Anytime the City updates a load rating for a bridge, it is required for us to update the bridge file
with the new rating and to keep a copy in the bridge records.
b. Load ratings may need to be revisited if condition ratings change.
c. WA -105 Load Rating Update: New WSDOT guidance has updated load rating requirements
with a new state legal truck. The State has provided a preliminary review of the existing load
ratings of local agency structures and provided a list of structures that may require an updated
load rating by 2026. Both the design memorandum and preliminary review list with your
agency's affected structures are attached.
Attached is a form fillable excel file with the applicable options for each field and a collection of excerpts from
the WSBIM for reference for how these topics need to be coded on the inspection reports. While this
information is not due until 2027, if we are able to obtain this information sooner, we are able to update these
reports along with their scheduled routine inspections. We know that this is a lot of information and some of it
can be quite complicated — if it would be helpful, our team would be happy to schedule some time to discuss
specifics with you directly.
I hope this letter helps you in reviewing these inspection reports. We recommend the City of Tukwila bridges
continue to be routinely inspected on a 24 -month schedule. Our next scheduled bridge inspection in the City of
Tukwila will be in the spring of 2025. Please call Henry Jin at 206-263-7988 if you need any additional
information. We appreciate assisting your city with bridge engineering and inspection services.
Sincerely,
DocuSigned by: '' `
�Armi
38420FF2A3BC444...
Larry Jaramillo, P.E.
Managing Engineer
Bridge and Structural Design Unit
157
Docusign Envelope ID: DF58196B-9B65-4A6D-800E-C7EADFB35838
Adam Cox
January 14, 2025
Page 4
Enclosures:
1. Form Fillable SNBI Input Spreadsheet: SNBI _FourYearDataPlan — CITY.xlsx
2. Selected Excerpt from WSBIM 2024: SNBI Pages from WSBIMCoding.pdf
3. City of Tukwila Recommended Actions Matrix: 2024 REPAIRS TUKWILA.pdf
4. WSDOT Design Memorandum 2024-05: 2024-05-BDM-Memo.pdf
5. Preliminary Review to Load rate for WA -105 List: Preliminary Review WA -105 — Tukwila.pdf
6. City of Tukwila 2024 Bridge Inspection Reports — OneDrive Link
cc: Rey Sugui, Program Analyst, Road Services Division (RSD), Department of Local Services (DLS)
Jessy Jose, Supervising Engineer, Bridge and Structural Design Unit, RSD, DLS
Henry Jin, Engineer III, Bridge and Structural Design Unit, RSD, DLS
Justin Chan, Engineer III, Bridge and Structural Design Unit, RSD, DLS
158
159
d
'b
SEATTLE
a
City of
t�a^
Tukwila
m9as
13
�`
Bridges
_ � H
`u'
11 1 P 102M
a
t
i
112th SI
N
\
s
s„4 114 s1
sl
W . . E
1s
7
o9s"sMsl
„m
l y
Hath s11
s
S
F m
5 1 th16
§ $�
Not to Scale
B URIEN S
hath PI a s
5,22 tl51
f:
S 24th 51 i� E
128th S1 6tH
�
4
s
Ur
MIS Wind. Bdtlpea
s1z
,
" s tem 14 or
s,
a ,2gM �
c>B`da
a�2a1n
01)
aa)wl;izeneeas teMn so
adaae lstrarmrelml
ssma:es
oc)51-1aros
0BOn I_Ia
Road aNge Way
a
011614z�a�tlaros
o P
)eogn9a�xeala areraigon
,2)Boeing s BNscuds Roatl erBpaom S'
s
9
tsl Paam�N'wn.arrtla
z,l'on oem Park lnmaa
5135 S,
e5 9
E
z41 amkna anaga
m1
my 06 1,
3o)Mlry(NBIS VeMcle Bdtlape
081 Greaty MWa l2.nms
1 S13 55138,n $
1
3&A a
2sls tssms Ipcaml
139th , £
s sl
41st ,
S'13 51 S 17
S 1401 S, rg, wan
'°
\
PatleaUlan Bddp ea
,sls nam Pacaaman anaga
tajGreenR er PetleaManeM Dllli —&
u2m 1 s1 zn st
< ss42n
♦
te)Intanroan Trall Bridge
zpls,epm slP<aamaa edaaatmlp
g
s
22 1*”. D.mran anaga
281 TuPedeaMan eneae
� 514JM SI
m3'
� -�'� �..
z]I Wverun Geek Pedaman ansa.
s,4aM sl
m
Q a'
s
a
a
m 148th s, S
s N
14 M1 1
\\
1 thSt—
1 Ih5
\
®
S,SMn
5152ntl S!
`
151st St
S152nd St
1ngpn rer 07
s 52nd PI
19
a
06
Vicinity Map
05
P
s1saM t
2 s
a
A
S 160 slm
lsgln , 3
�_
1
51fita
5
_
S,fi41 rn a
aWa 4
So-anaerB Itl
P
pp
5
03
Disclaimer:
The location of features and boundaries
—pp, and are intended for
TraUcO
®
,aam at i
WI BIYdDal OrN
—
■
reference only. Data is based on beat
information available.
®
s
9
—
leo's
MMkler —
Upland Dr
]L. Ir Ic
..Ia. D
f
Cosm Dr
Tnland Dr
y
1
saaab Pan, o o.
9
18 0 0
<
r3
a
o
—J
s zaaM st
S 204thSt
6
•
aNal�aeaa,Takmgaad��,.a�aa�g�P.
159
2025 - 2026 Biennial Budget
City of Tukwila, Washington
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2025 to 2030
PROJECT: Annual Bridge Inspections and Repairs Project# 70010402
Project Manager Adam Cox Department Arterial Streets
DESCRIPTION: Ongoing program of bi-annual inspections, repairs, painting and rehabilitation of the 26 City vehicle and pedestrian
bridges.
Federally required program identifies safety or repair needs in the early stages to minimize hazards and costs. The
JUSTIFICATION: number of bridge inspections necessary each year can vary year to year. Inspection frequencies vary from bridge to
bridge and King County has provided some inspection services.
STATUS: Construction projects will be determined from inspection reports and noted deficiencies/problems.
MAINTENANCE IMPACT:
N/A
COMMENT:
Ongoing project,
only one
year
actuals
are shown in
the first column.
FINANCIAL (in thousands)
2025
2026
2027
2028
2029
2030
Beyond
TOTAL
Project Costs
Project Mgmt (Staff Time/Cost)
$
2
$
2
$ 2
$ 2
$
2
$ 2
$ 2
$ 14
Construction
$
100
$
220
$ 230
$ 235
$
240
$ 240
$ 240
$ 1,505
Total Project Costs
$
102
$
222
$ 232
$ 237
$
242
$ 242
$ 242
$ 1,519
Project Funding
Fund Balance
$
102
$
222
$ 232
$ 237
$
242
$ 242
$ -
$ 1,277
Total Project Funding
$
102
$
222
$ 232
$ 237
$
242
$ 242
$
$ 1,277
Return to CiP TOC
160 45