Loading...
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&central 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