Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Reg 2025-08-04 COMPLETE AGENDA PACKET
20 Tukwila City Council Agenda ❖ REGULAR MEETING ❖ ILA-4,- di 90 Thomas McLeod, Mayor Councilmembers •:• Mohamed Abdi •:• Armen Papyan Marty Wine, CityAdministrator •:• Jovita McConnell •:• Dennis Martinez Tosh Sharp, CounciiPresident- •:• Hannah Hedrick •:• Verna Seal ON -SITE PRESENCE: TUKWILA CITY HALL COUNCIL CHAMBERS 6200 SOUTHCENTER BOULEVARD REMOTE PARTICIPATION FOR THE PUBLIC: 1-253-292-9750, ACCESS CODE: 670077847# Click here to: Join li icrosoft (realms IlI4eetlilnmg For Technical Support: 1-206-433-7155 Monday, August 4, 2025; 7:00 PM 1. CALL TO ORDER / PLEDGE OF ALLEGIANCE / ROLL CALL 2. LAND ACKNOWLEDGEMENT The City of Tukwila is located on the ancestral lands of the Coast Salish people. We acknowledge their continuing connections to land, waters and culture. We pay our respects to their elders past, present and emerging. 3. PUBLIC COMMENTS including comment on items both on and not on the meeting agenda Those wishing to provide public comments may verbaiiy address the City Council both on -site at Tukwila City Haii or via phone or Microsoft Teams for up to minutes for items both on and not on the meeting agenda. To provide comment via phone or Microsoft Teams, please email citycounciI tukwilawa.gov with your name and topic by 5:00 PM on the meeting 5 the date. Please cdeariy indicate that your message is for public comment during meeting, and you wiii receive further instructions. 4. PROCLAMATION a. A proclamation in support of August 5, 2025, as "National Night Out Against Crime" in the City of Tukwila. Pg.1 5. PRESENTATIONS a. Update from Seattle City Light. Presented by Seattle City Light Pg.3 6. CONSENT AGENDA a. Approval of Minutes: 7/21/25 (Regular Mtg.) b. Approval of Vouchers c. Award a bid and authorize the Mayor to sign a contract with ICON Materials for the 2025 Annual Overlay Project, in the amount of $1,984,599.00 (plus contingency). [Reviewed and forwarded to consent by the Transportation & Infrastructure Services Committee 8/4/251 d. Authorize the Mayor to sign a contract with King County Water District 125 for the Cost Share Agreement related to the 2025 Annual Overlay Project, for the City to receive $112,336.40. [Reviewed and forwarded to consent by the Transportation & Infrastructure Services Committee 8/4/251 e. Award a bid and authorize the Mayor to sign a contract with Combined Construction, Inc. for Sewer Lift Station #2 Structural Modifications Project, in the amount of $282,949.52 (plus contingency). [Reviewed and forwarded to consent by the Transportation & Infrastructure Services Committee 8/4/251 (Continued..) Pg.25 Pg.71 Pg.81 REGULAR MEETING August 4, 2025 Page 2 6. CONSENT AGENDA (Cont.) f. Authorize the Mayor to sign Amendment No. 2 to Contract #24-030 with PACE Engineers for the construction management and inspection services of the Sewer Lift Station #2 Structural Modifications Project, in the amount of $43,880.00 (bringing Amendment Nos. 1 & 2 over $60,000.00). [Reviewed and forwarded to consent by the Transportation & Infrastructure Services Committee 8/4/251 g. Award a bid and authorize the Mayor to sign a contract with Hoffman Construction, Inc. for the Gilliam Creek Culvert Erosion Repair Project, in the amount of $183,639.64 (plus contingency). [Reviewed and forwarded to consent by the Transportation & Infrastructure Services Committee 8/4/251 h. Authorize the Mayor to sign Amendment No. 2 to Contract #23-019 with PACE Engineers for construction management and inspection services related to the Sewer Lift Station #5 Retrofit, in the amount of $99,100.00. [Reviewed and forwarded to consent by the Transportation & Infrastructure Services Committee 8/4/251 Pg.107 Pg.115 Pg.121 7. NEW BUSINESS a. Authorize the Mayor to sign a Collective Bargaining Agreement with Teamsters Local Union #117 for Commissioned Police Officers for the period of January 1, 2025 through December 31, 2028. Pg.131 8. REPORTS a. Mayor b. City Council c. Staff — City Administrator Report Pg.153 9. MISCELLANEOUS 10. EXECUTIVE SESSION 11. ADJOURNMENT This agenda is available at www.tukwilawa.gov, and in alternate formats with advance notice for those with disabilities. Tukwila Council If you are in please meetings are audio/video taped, and available at www.tukwilawa.gov need of translation or interpretation services at a Council meeting, contact us at 206-433-1800 by 12:00 p.m. on the meeting date. WELCOME TO THE TUKWILA CITY COUNCIL MEETING The Tukwila City Council encourages community participation in the local government process and welcomes attendance and public comment at its meetings. MEETING SCHEDULE Regular Meetings are held at 7:00 p.m. on the 1st and 3rd Mondays of each month. The City Council takes formal action in the form of motions, resolutions and ordinances at Regular Meetings. Committee of the Whole Meetings are held at 7:00 p.m. on the 2nd and 4th Mondays of each month. The City Council considers current issues, discusses policy matters in detail, and coordinates the work of the Council at Committee of the Whole meetings. PUBLIC COMMENTS Members of the public are given the opportunity to address the Council for up to 5 minutes on items both on and not on the meeting agenda during Public Comments. The City Council will also accept comments on an agenda item when the item is presented in the agenda, but speakers are limited to commenting once per item each meeting. When recognized by the Presiding Officer, please go to the podium if on -site or turn on your microphone if attending virtually and state your name clearly for the record. The City Council appreciates hearing from you but may not respond or answer questions during the meeting. Members of the City Council or City staff may follow up with you following the meeting. PUBLIC HEARINGS Public Hearings are required by law before the Council can take action on matters affecting the public interest such as land -use laws, annexations, rezone requests, public safety issues, etc. The City Council Rules of Procedure provide the following guidelines for Public Hearings: 1. City staff will provide a report summarizing and providing context to the issue at hand. 2. City staff shall speak first and be allowed 15 minutes to make a presentation. 3. The applicant is then allowed 15 minutes to make a presentation. 4. Each side is then allowed 5 minutes for rebuttal. 5. After City staff and the applicant have used their speaking time, the Council may ask further clarifying questions of the speakers. 6. Members of the public who wish to address the Council on the hearing topic may speak for 5 minutes each. 7. Speakers are asked to sign in on forms provided by the City Clerk. 8. The Council may ask clarifying questions of speakers and the speakers may respond. 9. Speakers should address their comments to the City Council. 10. If a large number of people wish to speak to the issue, the Council may limit the total amount of comment time dedicated to the Public Hearing. 11. Once the Presiding Officer closes the public hearing, no further comments will be accepted, and the issue is open for Councilmember discussion. 12. Any hearing being held or ordered to be held by the City Council may be continued in the manner as set forth by RCW 42.30.100. For more information about the City Council, including its complete Rules of Procedure, please visit: https//w,tukwilawa.,,q©v/do,pairtiments/citi-courfcili Office of the Mayor City of Tukwila, Washington PROCLAMATION WHEREAS, the National Association of Town Watch (NATW) sponsors an annual nationwide crime, drug and violence prevention program on the first Tuesday of each August entitled National Night Out; and WHEREAS, National Night Out provides a unique opportunity for the City of Tukwila to join forces with thousands of other communities across the country in promoting cooperative, police -community crime prevention efforts; and WHEREAS, it is essential that all community members in the City of Tukwila be aware of the importance of crime prevention programs and the impact their participation can have on reducing crime, drugs and violence in the City of Tukwila; and WHEREAS, police -community partnerships, neighborhood safety, awareness, and cooperation are important themes of the National Night Out program; NOW THEREFORE, I, Thomas McLeod, Mayor of the City of Tukwila, do hereby proclaim August 5, 2025: National Night Out Against Crime in the City of Tukwila and encourage community members to join me, the Tukwila Police Department and the National Association of Town Watch in supporting this event. Presented this fourth day of August, 2025. Thomas McLeod, Mayor 2 W City Light Presenters Dawn Lindell General Manager and Chief Executive Officer Mike Haynes Chief Operating Officer Andrew Strong Environmental, Engineering, and Project Delivery Officer 522K Meters 9.05 Million Megawatt -hours 468K Residential customers 50K Commercial customers Service area 131 square miles Population served N 961,000 2025 Expected Total Revenue $1.7B First utility to achieve 100% net carbon neutrality (2005) SERVICE TERRITORY & SU TATIONS Shoreline Lake Forest Pa Unincorporated King County \ Burien Renton Tukwila SeaTac Normand4 Park 0) a) Average Outage Minutes Per 140 120 100 80 60 40 20 0 City Light Outage Duration vs Industry Average 75.2 53.8 106.7 72.6 • 82.4 60.1 119.8 ---- Industry Average City Light SAIDI 2018 2019 2020 2021 2022 2023 2024 4 • RESIDENTIAL RATE INCREASES & PROPOSALS Utility 2023 2024 2025 2026 Avg. Annual Change Seattle City Light 3.4% 5.5% 4.1% 4.8% 4.5% Tacoma Power 3.9% 3.9% 6.5% 6.5% 5.2% Puget Sound Energy 8.7% 1.7% 12.0% 6.3% 7.2% Snohomish PUD 2.0% 5.8% 4.9% tba' 4.2% Portland General 7.0% 18.0% 5.5% 1.6%2 10.2% Avista - Washington 5.0% 2.0% 1.7%3 4.4% 3.8% co • Unplanned outages remain relatively stable over time 0 0_ 0 40 35 30 �5 20 10 0 e town 7 8 6 8 11 2025* 12 (0 I1 • Tukwila's outage trends align with SCL service territory overall: • Majority (48%) of all outages are due to unforeseen circumstances (e.g., trees, animals, car/pole, etc.) • Equipment failure is the main singular cause (30% of all outages) Outage 2022 2023 11 Cause 2020 7 2021 12 8 2024 9 2025 3 Total I Equipment Failure 50 Planned Outage 8 8 5 10 3 34 Trees 5 9 4 3 7 3 31 Bird / Animal 4 1 5 6 16 Lightning 11 11 Car / Pole 2 1 1 4 8 Fire 3 1 1 2 7 Unknown 4 2 1 7 Other 1 1 2 Operator Error 1 1 Customer Problem 1 1 Total 20 38 27 33 35 15 168 8 Allentown Outage Data by Cause Type (Jan 2020 —Jun 2025*) • Majority (62%) of all outages are due to unforeseen circumstances (e.g., trees, animals, car/pole, etc.) • Trees are the main singular cause of outages (25% of all outages) 2021 2023 2 Outa • e Cause 2020 1 2022 2 2024 2025* 1 Total '13 Trees 7 Equipment Failure 2 2 2 3 9 Planned Outage 2 2 3 1 8 Car / Pole 2 3 1 1 7 Unknown 1 3 1 5' Bird / Animal 1 1 1 3 Operator Error 1 1 1 3 Other 1 1 2 Dig Up 2 Fire 1 '1 Total 9 10 9 8 12 5 53 • 1467 streetlights • 129 floodlights • 1287 maintained by City Light 2 Non-functioning • 309 maintained by City of Tukwila Vegetation Management Tukwila • 5-year trim cycle • Radial clearance of 10+ feet • Trim 2025 Q3 • Predictive, Risk -Based Approach: Leveraging LiDAR, satellite imagery, and AI -powered analytics within Work Studio to target high -risk areas —moving beyond traditional cycle -based trimming. • Proactive Grid Resilience: Enables real-time vegetation monitoring, prioritizes fall -in risk mitigation, reduces outages, and optimizes crew deployment for a smarter, data -driven response. w Electric Grid — Transmission to Distribution: Investments & Reliability Andrew Strong, Environmental, Engineering, and Project Delivery Officer Substation System Improvements - :��.. .. .\* Fed from Creston -Nelson a n d Duwamish Substations: Sufficient available capacity Duwamish Substation upgrade $9.5M Creston Nelson Substation Upgrade $13M 13 System Work Outside of Substations: Pole Replacement Program Transformer Replacement Program 14 Culture Dawn Lindell, General Manager and Chief Executive Officer Seattle City Light co THANK YOU Seattte City Light Sea le City Light seattle.gov/city-IIght gri X co O _.-. ion Seattle City Light safely provides our customers with affordable, reliable, and environmentally responsible energy services. sion Create a shared energy future by partnering with our customers to meet their energy needs in whatever way they choose. Seattle City Light alues Customers First Environmental Stewardship Equitable Community Connections Operational and Financial Excellence Safe and Engaged Employees WE POWER SEATTLE Appendix SCL territory, Lake Forest Park, & Shoreline Outage information January 2020 —June 2025 Seattle City Light SCL 2020 2021 2022 2023 2024 2025 Total Bird / Animal 130 99 131 133 142 60 695 Car / Pole 27 31 35 24 16 18 151 Equipment Failure 342 357 313 288 373 163 1,836 Trees 130 229 220 111 293 82 1,065 Planned 223 319 252 267 326 177 1,564 Fire 13 21 11 13 11 5 74 Lightning 57 7 1 54 27 9 157 Ice / Snow 3 3 Operator Error 3 3 9 4 3 4 26 Other 19 26 30 26 28 13 142 Customer Problem 2 7 3 5 4 21 Dig Up 2 3 1 2 2 10 Unknown 27 67 42 41 73 23 273 Total 975 1,172 1,048 968 1,298 556 , 20 Lake Forest Park Outage Data (Jan 2020 —Jun 2025) LFP 2020 2021 2022 2023 2024 2025 Total. Bird / Animal 9 5 3 10 3 1 31 Car / Pole 2 1 3 Equipment Failure 18 16 26 27 28 11 126 Trees 29 41 69 16 51 8 214 Planned 10 8 7 3 19 7 54 Fire 1 2 1 1 4 Lightning Ice / Snow Operator Error 2 2 Other 1 2 2 2 2 2 11 Customer Problem Dig Up Unknown 2 3 4 1 1 12 Total 70 76 111 66 104 30 47 21 • Shoreline 2020 2021 2022 2023 2024 22S Total Bird / Animal 5 4 6 9 11 3 38 Car / Pole 2 1 1 1 5 Equipment Failure 19 33 35 30 29 14 160 Trees 12 29 42 11 33 8 135 Planned 9 10 16 22 50 3 110 Fire 1 1 2 Lightning 1 1 2 Ice / Snow Operator Error 1 1 2 Other 1 2 2 1 3 9 Customer Problem Dig Up 1 1 2 Unknown 1 4 3 2 1 11 Total 49 85 107 76 130 29 4 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 08/04/25 JR ITEM INFORMATION ITEM NO. 6.C. STAFF SPONSOR: David Baus ORIGINAL AGENDA DAIL: 08/04/25 AGENDA ITEM TITLE 2025 Annual Overlay Project - Construction Bid Award CATEGORY ❑ Discussion Mtg Date E Motion Mtg Date 8/4/25 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date 0 Bid Award 8/4/25 ❑ Public Hearing Mtg Date ❑ Other Mtg Date Mtg Date SPONSOR ❑Council ❑Mayor HR DCD ❑Finance ❑Fire TS ❑P&R ❑Police OP1t ❑Court SPONSOR'S This project is part of an ongoing mission to preserve and maintain existing infrastructure SuM\L RY in a safe and usable condition. 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. Council is being asked to approve the construction award with ICON Materials in the amount of $1,984,599.00 for the 2025 Annual Overlay Project . REVIEWED BY 0 Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev. ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. 07/28/25 COMMIIIEE CHAIR: MOHAMED ABDI ❑ LTAC DATE: RECOMMENDATIONS: SPONSOR/ADMIN. CONDE_LIEE Public Works Department Unanimous Approval; Forward to the Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $1,984,599.00 $2,000,000.00 $0.00 Fund Source: WATER DISTRICT 125, ARTERIAL STREETS Comments: Annual Overlay and Repair Program CIP MTG. DATE RECORD OF COUNCIL ACTION 08/04/25 MTG. DATE ATTACHMENTS 08/04/25 Informational Memorandum dated 07/25/25 CIP Sheet - Annual Overlay and Repair Program CIP ICON Materials Contract Bid Tabulation Minutes from Transportation and Infrastructure Committee meeting of 07/28/25 25 Thomas McLeod, Mayor TO: FROM: Public Works Department - Jen Tetatzin, PE, PMP - Director Transportation and Infrastructure Services Committee Jen Tetatzin, Public Works Director BY: David Baus, Project Manager CC: Mayor Thomas McLeod DATE: July 25, 2025 SUBJECT: 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 $102,124.00 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 26 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. USTI FICATION: STATUS: MAINTENANCE IMPACT: COMMENT: 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. Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. Roughly 1,300 Man Hours go to filling in potholes per year, so if budget is increased this could be cut in half, hence Ongoing project. Only one year actuals shown in fist column. FINANCIAL(inthousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) Design Construction Mgmt. Construction Contingency $ 50 $ 300 $ 200 $ 2,000 $ - $ 20 $ 150 $ 200 $ 2,000 $ 150 $ 20 $ 150 $ 200 $ 2,000 $ 150 $ 20 $ 150 $ 200 $ 2,200 $ 150 $ 20 $ 150 $ 200 $ 2,200 $ 150 $ 20 $ 150 $ 200 $ 2,400 $ 150 $ 150 $ 1,050 $ 1,200 $ 12,800 $ 750 Total Project Costs $ 2,550 $ 2,520 $ 2,520 $ 2,720 $ 2,720 $ 2,920 15,950 Project Funding Dedicated/Restricted Rev General Fund Transfer $ 2,550 $ 1,520 $ 1,000 $ 1,520 $ 1,000 $ 1,650 $ 1,070 $ 1,650 $ 1,070 $ 1,650 $ 1,360 $ 10,540 $ 5,500 Total Project Funding $ 2,550 $ 2,520 $ 2,520 $ 2,720 $ 2,720 $ 3,010 16,040 27 Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 City of Tukwila Public Works Department CONTRACT PROVISIONS FOR 2025 OVERLAY PROGRAM Project No. 82510401 Bid Document JULY 2025 Prepared for: CITY OF TUKVVILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Prepared by: PSOMAS 3131 Elliott Ave, Suite 400 Seattle, WA 98121 206.286.1640 psomas.com c, CPM Development Corporation DBA ICON Materials 2025 OVERLAY PROGRAM JULY 2025 P18ded 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 2025 OVERLAY PROGRAM CITY OF TUKINILA 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 VInne, City Administrator Andy Youn, City Clerk Jen Tetatzin, P.E., Director of Public Works Approved for construction by: Interim Traffic Engineer Adam Cox, P.E. Consulting Engineer PSOMAS 3131 Elliott Ave, -1.:1111e 46C $4, A tile, WA 94121 206.286 1640 psomas.com Sign ure Date 7/7/2025 Jen Tetatzin, P.E., Director of Public Works Bryan Still, Street Department Operations Manager 2025 OVERLAY PROGRAM CPIVi Development Corporation DBA ICON Materials 7/7/25 JULY 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 29 Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 TABLE OF CONTENTS Call for Bids Information for Bidders Page I-1 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 Corporation DBA ICON Materials 2025 OVERLAY PROGRAM JULY 2025 Psttded 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 1-1 CITY OF TUKWILA CALL FOR BIDS 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#: 245 210 535# 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 otherwork or items incidental thereto for: The 2026 Overlay Program will include Hot Mix Asphalt (HMA) Overlay along Klickttat Dr, 6164 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 channelizatlon and signage; Removing and replacing concrete curbs, 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.,offkukwilawa.clo Published Seattle Times: July 8, 2025 and July 15, 2025 Published Daily Journal: July 8, 2025 and July 15, 2025 CPM Development 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 31 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. usatukwilawa.gov and Megan Eide Florsheim P.E., megan.eideftpsomas.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 ICON Materials 2025 OVERLAY PROGRAM JULY 2025 Pmided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal oocumNnEnvelope ID: 74V17oc*1m:o-44go*F7A-C171EaaAspay Information for Bidders |-3 * The Contractor shall provide mminimum of 72 hours advance notice toadjacent property owners inthe event that the Contractor's operation will irnpeddriveway access. w Contractor shall provide temporary traffic cnntrn|, driveway mccasn, oah* mcnmoo 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. G. Wages Washington State Prevailing Wage rates apply to this project. The Owner requires strict adherence to, and will monitor compliance with, applicable m/aqe rates. VVeak|V Certified payrolls are required. All Contractors are responsible for payment of prevailing vvm8eo to all "workers employed directly upon the site nfthe work" under the contract. All Contractors shall provide weekly certified payroll reports that are cornp|ab* and comply with State |mvv 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 {}vvnwr required documentation and forms, Non-compliance with the above requirements will result indenial ofthe Contractor's application for paVrnent. No exceptions will be made. 7. State Sales Tax (see also APWA GSP 1-07.2 in Special Provisions) The work onthis contract istobeperformed 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 ofthe contract, incompliance with State Department ofRevenue Rule 171. These vata|| sales taxes mheU include those the Contractor pays on purchases of materials, equipment, and supplies used orconsumed indoing the work. All tax payments shall bebased onactual quantities used, regardless ofquantities stated inthe Proposal. 8. Bidding Checklist All bids shall besubmitted onthe exact forms providedinthese Bid Documents, and listed below. Failure to submit any ofthese forms iogrounds for rejectioncfthe bid. The only exception isifthe 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 ofthe project forvvh|ohthebidisoubrnitted: BID FOR 202GOVERLAY PROGRAM All bids will remain subject to acceptance for ninety (90) days after the day of the bid opening. a. Proposal — Bidders must bid onall items contained inthe Proposal. The omission ordeletion of any bid item will be considered nonresponsive and shall be cause for rejection of the bid. 2025OVERLAY PROGRAM CPM[levSlODO18Dt Corporation~U[�O��0D DBA ICON Materials Provided to auizae,o Exchange of na. Inc. For "o°ee Conditions Agreement see °°°.bz°a.cvm az°^va verify ooaz 33 000usignEnvelope ID: 746173:8-136o449D-9F7*-C171EeaAsp39 Information for Bidders 1-4 h.Bid Security/Bid Bond — Bid Bond is to beexecuted bythe Bidder and the surety company unless bid is accompanied by cash depoait, certified or cashier's ohnck, or postal money order. The amount of this security/bond shall be not |eon than five percent (59@ 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 \8ashington, and must be on the current Authorized Insurance List in the State of Washington per Section 1'D27ofthe Standard Specifications. The Bid Security form included |nthese Contract Provisions MUST be used; no substitute will be accepted. If an attorney -in -fact signs bpnd, o certified and effectively dated copy of their Power of Attorney must accompany the bond. The deposit qfthe successful Bidder will he returned provided Bidder executes the Anvoennwnt furnishes satisfactory Payment and Performance Bond covering the full amount of vvork, 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 tothe City ofTukwila 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, o. Non -Collusion Affidavit — Must bofilled in, signed, and notarized. d. Responsible Bidder Determination Form e. Proposed Equipment and Labor Schedule f. Proposed Subcontractors, ifrequired Regarding forms d, e. and [ the Owner reserves the rightto check all statements and to judge the adequacy of the Bidder's que|hinmtiono, and to reject Bidder as not responsible based on this information. 9. Contract Checklist The following forms are tobeexecuted bvthe 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. a. Agreenment—TvvoCQoopiestobeaxeoutedbvtheouooeosfu|Biddmr. b. Payment and Performance Bond —Tvvo C8 copies to be executed by the successful Bidder and its surety company. This bond covers successful completion ufall work and payment ofall |oborers, subcontractora, suppliers, etc. The bond continues in effect at ten percent M096\ of the total price bid for one year after final acceptance of the Work. The bond form included in theme 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 —TV 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 2029OVERLAY PROGRAM JULY 2025 Pstdeu to Builders Exchange of wa' Inc. For usage c"=aitiooa Agreement see °°°.ux°a.com Always ve,icv aoaz Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 Information for Bidders 1-5 Provisions (APVVA 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 35 oommignEnvelope ID: 7461mo8-136o-449D*F7x-C171ssBAe 39 PROPOSAL (unit price) CPN1Development Coqpnration Contractor's Name DBAICON Materials Contractor's State License No. |C0NK8°1982CF City ofTukwila Project Noo. 82510401 Tothe Mayor and City Council City of Tukwila, Washington The undersigned /Biddedherebvcedifienthethepersona|k/exmmnined the location and construction details ofWork outlined in the Contract Documents for the City ofTukwila (C�vnah projecttitled 2025 OVERLAY PROGF0AK8, which consists of, but in not limited to Hot Mix Asphalt (HK8A) overlay of51m Ave 8 including planing bituminous pmvennent, grinding and reuse of asphalt pavement, removing pavement and pavement repairs. installation of concrete curbs, sidavvo|ks, driveways and ,arnpa, adjustment of junction boxes, adjusting surface utilities to grmde, installing new channe|izet|on and signoge, providing all necessary traffic control labor and devices; the work shall include providing tennpurmryarooion/matar pollution control and other items necessary to oornp|mtn 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 Wbrk, 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 mtthe following schedule ofrates and prices. The Bidder understands that the qumnUU*o 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 |naccordance with the Contract Documents. As evidence of good faith. (check one) 8(bid bond or [] cash. [] cashier's check. [] certified check. or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price isattached hereto. Bidder understands that, should this offer beaccepted byOwner 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 dannmQes, all as provided for in the Bid Documents. Bidder shall attain Physical Completion ofall Work in all respects within Forty (40)vvodking days from the date stated in the written Notice to Proceed. If the work is not oornp|wied within this time period. Bidder nhmU pay liquidated damages to {}vvnor as specified in Section 1-08.9 of the Standard Specifications for every vvorh|nO 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. zo25OVERLAY PROGRAM JuLv2ozo to onizuera Exchange of nu' Inc. For usage Conditions Agreement see v°w.bxwa.o°m Always Verify azal omuoignEnvelope ID: 7*a17no*1aVo-44eo-9r7A-C171eeexerno Proposal 2025Annual Overlay & Repair Program City of Tukwila Project No. 82510401 Note: Unit prices for all items, all extensions, and the total amount bid must uoshown. 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 untt and lump sum prices, per section 1-07.2(l) and WAC 458-20-171. Spec 9eo Section No. kernDescdpUon {�tv Unit Un�Price Amount ROADWAY 1 1-04 Unexpected Site Changes 1 FA $ 20.000.00 $ 20.00000 2 1-05 ADAFeatunas Surveying 1 L8 $7.560.00 $7.560.00 3 1'07 Resolution o[Utility Conflicts 1 FA $ 10.000.00 $ 10.00000 4 1-07 SPCCP|en 1 LS $180,00 $180.00 5 1-07 Employee Apprenticeship Program (EAP) Uti|i� 1 L8 $180.00 $180.00 O 1'07 Apprenticeship Hours 200 HR $73.00 $14.600.00 7 1-07 Apprenticeship Utilization Goal Assessment 1 CALC $ (5,00) $ (500) O 1-09 Mobilization 1 LS $137.000.00 $137.00000 9 1-10 Project Temporary Traffic Control 1 LS $163.000.00 $163.000.00 10 2-01 Roadside Cleanup 1 FA $ 5.00000 $ 5000,00 11 2-01 Clearing and Grubbing 1 L8 $4.80000 $4.800,00 12 2-02 Removal nfStructures and Obstructions 1 LS $5.000.00 $5,000.00 13 2-02 Asphalt Pavement Removal |nu| Haul 800 GY $43.00 $34.400.00 14 2-02 Cement Conc,Curb Removal Incl. Haul 590 LF $13.00 $5.070.00 15 2-02 Cemen1Conc Sidewalk Removal Incl. Haul 130 SY $64.00 $8.320.00 16 2'02 Roadway Excavation Incl. Haul 270 CY $108.00 $28.620.00 17 2'03 Unsuitable Foundation Excavation Incl. Haul 140 cY $67.00 $0.380.00 18 4-04 Crushed Surfacing Top Course 2060 TON $59-00 $115.360.00 19 5-03 HMAJoint Seal a\Bridge End 240 LF $100.00 $24.000.00 20 5-04 Pavement Repair Excavation Incl. Haul 550 CY $110.80 $60.500.00 21 5'04 HMACl. 1/2''PG5OH-22 5520 TON $121.00 $667.920.00 22 5-04 HMAfor Pavement Repair Cl. 1/Z''PG58H-22 OSO TON $166.00 $64.740.00 23 5-04 Temporary Pavement 390 TON $153.00 $59.670.00 24 5'04 Thickened Edge 3120 LF $3.25 $10.140.00 25 5-04 Planing Bituminous Pavement 10950 8Y $7.20 $78.696.00 20 7-03 Storm Drain Marker 43 EA $43.00 $1.849.00 27 7-05 Adjust Storm Manhole O EA $1.100.00 $3.380.00 28 7'05 Adjust Sewer Manhole 22 EA $700.00 $15.400.00 ez"viueu to Builders azch°ose of WA, Inc. For usage c"ouitiooa Agreement see wv*.bz°a.cm" Azv^ya vezicv acal 37 oucuoignEnvelope ID: 74s17n:8-1oso-4*no*p7A-on1EoBxEFno Proposal 202GAnnual Overlay & Repair Program City of Tukwila Project No. 82610401 �—' Spec peo Section No. |tennDeocr�ton [�h/ Unit Un�Phoo Amount 29 7-05 Adjust Catch Basin n 4a EA �SOO -OD $38'7OO.00 30 7-05 Rectangular Frame and Vaned Grate 14 EA $375.00 $5.250.00 31 7'05 meandADAGxate Rectangular Frame 1O EA �3�5�OO �S '000.OU 02 7'05 Catch Basin Type 2.4DIn. 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 Preventior 1 LS $600M $800.00 35 8-04 Cement Conc. Curb and Gutter 460 LF $39.00 $17.940.00 DO 8'04 Cement Conc. Pedestrian Curb 50 LF $44.00 $1.320.00 37 8-04 Cement Conc. Extruded Curb 140 LF $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 Perpendicular O EA $3.100.00 $24.800.00 42 8-14 Cement Cono,Curb Ramp Type Parallel 1 EA $3.100.00 $3.100.00 48 8-14 Detectable Warning Surface 120 8F $55.00 $6,600.00 44 9-12 Ecology Block 21 EA $325.00 $6.825.00 TRAFFIC CONTROL DEVICES 45 8-21 Permanent Signing 1 LG $55.000.00 $55.000.00 45 8'22 Plastic Traffic Arrow 7 EA $258,08 $1.806.00 47 8'22 Plastic Traffic Letter 8 EA $166.00 $1.328.00 48 8'22 Plastic Pedestrian Marking 14 EA $400.00 $5'600.00 49 8'22 Plastic Stop Line 180 LF $28.00 $6.040.00 50 8-22 Plastic Crosswalk Line 250 LF $21.00 $5.250.00 51 8'22 Paint Line, 4|noh 11000 LF $0.98 $10.780.00 52 8-22 Plastic Line, 4Inch 34700 LF $2.00 $88.400.00 53 8'22 Plastic Line, O|noh 10780 LF $3.00 $32.340.00 54 8'23 Temporary Pavement Markings 31930 LF $0.50 $15.865.00 to Builders oxoxaose of pm, Inc. For usage Conditions Agreement see w°°.bxwa.com Always verify acal Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 Proposal P-4 2025 Annual Overlay & Repair Program City of Tukwila Project No. 82510401 Item No. Spec Section No. Item Description Qty Unit Unit Price Amount ROADSIDE DEVELOPMENT 55 8-02 Property Restoration 1 FA $ 10,000.00 10,000.00 FRANCHISE UTILITY ITEMS 56 8-19 Adjust Franchise Utility Manhole/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'. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 39 Docusign Envelope ID: 746173C8-136D-449D-9F7A-Cl7lEBBAEF39 Bids Submitted on Computer Printouts Biddam, 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- copybidform—PYn/eotName.Snhedu|oName.co|umnheodinQa—intheordershown.toto|o.etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed bythe appropriate officer ofthe 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. Ifany nfthese things are missing orout oforder, the bid may barejected bythe Owner. The unit and lump sum prices shown onacceptable printouts will bethe unit pricesused botabulate the Bid and used in the Contract |fawarded bythe City. |nthe event cfconflict between the two, unit Bid prices will prevail over the extended (Tota|)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 beused todetermine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRMS NAME) certifies that the unit prices shown on this complete computer print-outfor 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 nuother information from this pr|nt-out. (YOUR FIRMS 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 Ed prices shown in this print-out by the respective estimated quantities shown onthe Bid form then totaling all ofthe extended amounts. ,_~="""by; Title: Construction Manager Date: July 22nd.2O25 zo2oOVERLAY PROGRAM Juc/2ozo ez�p4oea to Builders Exchange of WA, Inc. For usage Conditions Agreement see °ww.uvwa.c=m Always vezicr ocal ^+u Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 P-6 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. 1 July 17th, 2025 3 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 vvill not be considered. The Basis for determining the low bidder shall be the lowest TOTAL BID. TOTAL BID: $$1,984,599.00 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: Signature of Authorized Official: Printed Name and Title: Address: Circle One: CPM Development Corporation DBA ICON Materials Tami Cain, Assistant Secretary 415 Lakeside Way SW, Mattawa, WA Individual / Partnership / Joint Venture 4Corporationi Phone No.: (206) 575-3200 State of Incorporation: Washington 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 41 Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 ADDENDUM NO. 1 City of Tukwila, Washington 2025 Overlay Program Project No: 82510401 DATE OF ADDENDUM ISSUE: July 17,2025 DATE OF BID OPENING: 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 WSDOT and the City of Tukwila. The contractor shall anticipate work hours for contract work within limited access outside the typical 8-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 Pr42.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 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 "--DocuSIgned by: 144. fidulio9tX Bidder Cf1ZrnlASIALI2A1A Signature July , 2025 2025 Overlay Program Addendum No.1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 43 Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 P-7 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 ($ ). -- OR -- 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`)/0 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 —DocuSigned by: Principal Surety Cz 4 gPeihture of Authorized Official Assistant Secretary Tami Cain Title Name and address of local office of agent and/or Surety Company: By 6istiv. Porhaa AttaFeVin Fact (Attach Power of Attorney) Kristin Portillo 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 1-02.7 of the Standard Specifications. 2025 OVERLAY PROGRAM JULY 2025 P44ded to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal EXT <GCT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attomey 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 loth 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 'D Z P day of ciV l._•"1` 1026 • 7149/9m By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SU MIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 reportsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirm +, at bondvalidator.zurichna.com or 410-559-8790 45 Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 P-8 NON -COLLUSION DECLARATION STATE OF VVASHINGTON ) ) 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 —a...W. by: C.4.;a„ yeyyy gnarre of Authorized Official Tami Cain Assistant Secretary Title Signed and sworn to before me on this 21 clay of July ,.--11pneel by: 1'3'1.47 46144' ,207 • Wendy Hayes Signature of Notary Public in and for the State of Washington, residing at Algona, Washington My appointment expires: 02/07/2026 SEAL DS 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 PAtded 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-9 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 98047 City State Zip Code 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. 700,174-00 Bidder is a(n): 0 Individual D Partnership 0 Joint Venture 12(Incorporated in the state of WA If Out -of -State Corporation, has Bidder complied with WA Corporation laws? E. YES E 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 1 960 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 47 ICON 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 48 Responsible Bidder Determination Fonn 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): Name Bill Johnson Steve Nelson Lauren Worrel Jake Webster/Trevor Warren Title How Long With Bidder Superintendent/Estimator 37 years Paving Manager 5 years Paving Superintendent 6 years Paving Foreman 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)? g Yes El No Surveyor's Name: American S rveying & Enviroment-I 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 Interchinge Inc. Guardrail 2 Cr P, Contracting Joint Sealing 2 Ground Up 1,,ac 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 SEE ATTACHED Owner/Reference Name and Phone CPM Development iN 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 49 Subcontractor Scope of Work No of Previous Contracts Worked with Bidder Specialized Pavement Marking, LLC Pavement Markings >10 Northwest "Traffic, inc„ Permanent Signing >10 Cascade Utility Adjusting Utility Adjusting >10 CPM Development Ow Corporation .4 DI3A ICON Materials 50 ��|K � ����� ArnericaoSurveying & Environmental, LLO /_/D�| ���U&�c� ~''''�`'^�~'.,.�~ Michael Sjohn,Director ofSurveys, Principal Registered Professional Land Surveyor No. 45174(WA) Certified Federal Surveyor No. 1570 Michael has more then years' ofexperience {ntheksmdsu ' g profession. During this time behas conducted and supervised cadastrm|surveys, topographic surveys and ronstruction 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 short plats, G|Smapping, and boundary line adjustments, |naddition, lie iswell-versed atpreparing various, types oflegal descriptions and easement documents including exhibit maps using AutodeukOvi| 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 high level of quality control. His attention todetail and careful project approach makes, him valuable member ofASE'sprofessional tearm. Michael's experience eboimdudesperforminBcomplemboundarycom9utatonsmndconstruobon staking pre-ca|cVbtkonsfmra,variety ofdifferent projects hmboth the private and public sector. His project experience range includes small residential lots, large site development projects; both private and public, airports, county roads and state highways, Heishighly capable and has the experience needed tnsimultaneously manage multiple projects from beginning tocompletion with accuracy and attention todetail and the ability tomaintain [e4Wi[edproject budAe\s and t|nleconst[aimt-5. |n]urie of201ZMichael received Certified Federal Surveyor (CFed5) status from the United States Department ofthe Interior, Bureau ofLand, Management. The [FedSprogram, which has been approved bythe U.S. Secretary of the |ntehor-,was designed speci6ca||vto enhance the level cfknowledge and expe,rtiseinthe professional land surveying community for survey work performed on federal lands and especially on Indian trust landsJo, earn the CFedSdcdgnadon, professional land surveyors must complete approximately 120 hours of course materials prepared by the BLVI's National Tr�ining Center, in Phoenix, Arizona, and pass the certification examination. Tomaintain the certification, aCFedSmust complete 1Dhours ofcontinuing education annually. This certification has provided Michael the additional knowledge and skill to offer superior boundarysu,veypractice. 1485NYVGilman Blvd Ste14 Issaquah, VVAB8027# Tel. (42S Fax(4J5)881-7731wew.amehoan`emgnee�mg.�� Page5A 1'743&~ GPM Development Corporation FlA� |��N �� ^~.~. . .L��).~ .,aitt,,rhals 51 Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 IOVOTIER/GENERAL NAME/LOCATION Project Manager CONTRACT AMT/ COMPLETION FEDS PROJECT NAME/LOCATION CLASS OF WORK FINAL AMT DATE CONTACT P/S Y/N Excavation, Paving, Grading, Ulillies, Concrete, Electrical City of Milton (Signals), Traffic Control, November Brian Sourwine Milton, WA Milton Way & Porter Way Overlay Striping $482.257 2024 425-753-1124 Prime Excavation, Paving, Grading, Ulilties, Concrete, Electrical City of Algona (Signals), Traffic Control, Est. Spring Brian Sounvine Algona, WA Ellingson Road Overlay Striping $630,918 2025 425.753-1124 Prime Excavation, Paving, Grading, Willies, Concrete, Electrical King County (Signals), Traffic Control, Est. Spring Sujay Shandil Various Locations, Kn9 County, WA 2024 Countywide Pavement Preservation Singing $3.764,880 2025 206-423-9181 Prime Excavation. Paving, Grading. Utilties, Concrete, Electrical City of Tukwila (Signals), Traffic Control, December David Baus Tukwila, WA 2024 Tukwila Overlay Program Striping $867,538 2024 206-419-1898 Prime Excavation, Paving, Grading, Ulilties, Concrete, Electrical City of Kent (Signals), Traffic Control, Brian Shields Kent, WA 2024 Pavement Preservation Striping $4.771.296 EST 2024 253-293-4973 Prime Excavation, Paving, Grading, Utilties, Concrete, EWctripl City of File (Signals), Traffic Control, Ken Gunther File. WA North Levee Road Overlay Striping $586,234 EST 2024 253-696-8203 Prime Excavation, Paving, Grading, Mitres, Concrete, Electrical City of Des Moines (Signals), Traffic Control, John Bet3veg Des Moines, WA 2024 Overlay Project Striping $1,211,177 EST 2024 253.604 6602 Prime Excavation, Paving, Grading, Utilties, Concrete, Electrical City of Federal Way (Signals), Traffic Control, Jeff Huynh Federal Way, WA Military Road South Prsserva8on Project Striping $956,369 EST 2024 253-835.2721 Prime City of Kent Kent, WA City of Federal Way Federal Way, WA City of Covington Covington, WA City of Burien Burien, WA City of Enumclaw Enumclaw, WA City of Snoqualmie Snoqualmie, WA City of Snoqualme Snoqualmie, WA City of Kent Kent WA City of Federal Way Federal Way, WA City of Burien Burien, WA Excavation, Paving, Grading, Ulillies, Concrete, Electrical (Signals), Traffic Control, Drew Holcomb 84th Ave S, (EVH) Preservation Striping $2,600,556 Est 2024 253-856-5508 Prime Excavation. Paving, Grading, Ulilties, Concrete, Electrical (Signals), Talc Control, Jonathan Strong 5228th 5t Road Diet Striping $927,67B Est 2024 253-661-4000 Prime Excavation, Paving, Grading, Ulilties, Concrete, Electrical (Signals), Traffic Control, Bob Lindskov SE 256th Street Overlay Striping $454.850 Est 2024 253-480-2400 Prime No Excavation, Paving, Grading, Utlllies, Concrete, Electrical (Signals), Traffic Control, David Traub 2023 Pavement Management Program -Overlay Project Striping $570,252 October 2023 206-988-5078 Prime No Excavation, Paving, Grading, Ulilties, Concrete, Electrical (Signals), Traffic Control, Dwayne Walker 2023 Street Pavement Rehabilitation Striping $242,748 Est2023 360615-5730 Prime No Excavation, Paving, Grading. UNltios, Concrete, Electrical (Signals), Traffic Control, Hind Ahmed 2023 Overlay Project Striping $622,095 Est 2024 425-507-5480 Prime No Excavation, Paving, Grading, Utilties, Concrete, Electrical (Signals), Traffic Control, Hind Ahmed Snoqualmie Parkway Rehabilitation Project Striping $3,744,494 Est 2023 425-507-5480 Prima No Excavation, Paving, Grading, Utilbes, Concrete, Electrical (Signals), Traffic Control, Brian Shieds 2023 Asphalt Overlays Striping $2,872,118 Est 2023 253-293-4973 Prime No Excavation, Paving, Grading, Willies, Concrete, Electrical (Signals), Traffic Control, John Cole 2023 Asphalt 0veday Project Striping $3,421,942 Est 2023 253-835-2718 Prime No Excavation, Planing, Concrete,Avpbalt Paving, Aggregates, Staging, TreRic December David Traub 2022 Pavement Management Program - Overlay Project Control $658,148 2022 206436-5552 Prime No City of Tukwila WA 52 Excavation, Planing, Commie, Axonalr Atlib Allallal v,o1 wPage 'I eomts Tel kWh, Paving, Aggregates Striemp, Tra Ric Pee. ,rat at (Rev eels Tukwila Parkway Emergency Repair Control $495,595 Est 2022 206-240-0633 Prime No Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 IOVJNER/GENERAL NAME/LOCATION PROJECT NAME/LOCATION Project Manager CLASS OF VVORK CONTRACTAMT/ COMPLETION FEDS FINAL AMT DATE CONTACT P/5 Y/51 King County Various Stun Throughout the County 2022 Countywide Pavement Preservation Excavation, Grading, Concrete, Sujay Shandi1206- Electrical (Signals), Tragic Control $3,614 924 Est 2023 423-9181 Prime No City of Algona Algona, WA King County Seattle, WA SE Kent Kangley RD CO Landsburg RD SE 2022 Overlay Project Burlington Northern Santa Pe South Seattle Intormodal Facility City of Enumclaw Enumclaw, WA 2022 Pavement Preservation City of Federal Way Federal Way, WA 2022 Asphalt Overlays Pierce County Sumner -Buckley Highway East 2021 Asphalt Overlays CenterPoint Silo Ven Construction CP1922 Load Service Line Replacement City of Kent Kent, WA Siena Construction Co Woodinville, WA Pivetta Brothers Sumner, WA Scarsella Bros Seattle, WA Jansen Inc Belingham, WA City of Auburn Auburn, WA City of Seatac Seabee, WA BNSF Railway Tukwila, WA Scarsella Bros, Inc Seattle, WA City of Tukwila Tukwila, WA Excavation, Grading, Concete, Leann Snyder Electrical (Signals), Traffic Control $202,222 Eat 2023 206-263-3517 Prime No Excavation, Planing, Concrete, Asphalt Paving, Aggregates Swiping, Tref, , Control Brian Scuruina $166,000 October2022 206-284-0860 Prime No Calvin Nun 206 Asphalt paving, Milling, Striping $1,982,347 Est 2025 6256150 Sub No Paving, Grinding, U011000, Striping, CTB $601,349 October 2022 Prime Excavation, Paving, Grading, titilties, Concrete, Electrical John Cole (Signals), Milling $3,212,302 Est 2023 253-835-2716 Prime No Paving. Grading, Utides, Guardrail, Traffic Control Bruce Dammeier $1,098,239 Est 2023 253798-7477 Prime No Excavation, Paving, Grading, U51ties, Concrete, Electrical Chad Bieren (Signals), Milling $5,064,977 Est 2023 253 856-5500 Prima No Kris Milarii Asphalt Paving $543,438 Est 2023 503 332-1163 Sub No Asphalt Paving SR99 Alaska Way Viduct - Replacement South Access Asphalt Paving Madison Street Bus Rapid Transit Lakeland Hills Way Preservation 2021 Overlays Project South Seattle Inlermodal Facility 2021 Airfield Pavement& Supporting Infrastructure Seatac Airport Andover Park East Water Main Pavement Repair Tukwila, WA Pennon Construction Co. , Inc Pacific Gateway Bides 2,3,4,5 8 6 Seattle, WA Kent, WA Goodfellow Bros. Kihoi, HI Remola Aircraft Dlecing SeaTac Airport Pennon Construction Co., Inc PSE Puyallup Service Center Seattle, WA 5807 M.Iwaukee Ave East, Puyallup Pennon Construction Co., Inc P5E Kent Substation Operations Seattle, WA 8001 South 212th Street, Kent Gary Medina Construction Co., Inc Terminal 18 Seattle, WA 1131 SW Miclotat Way, Seattle Port of Seattle Seattle, WA King County Seattle, WA Skanska USA Building Inc Seattle, WA City of Enumclaw Enumclaw, WA Jansen. Inc Bellingham, WA City of Kent Kent, WA Washington Stale D.O.T. Seattle, WA Terminal 46 Pavement Rehabilitation Port of Seattle 2020 Countywide Pavement Preservation Various Locations within King County Pioneer Elementary 2301 M Street SE, Auburn 2020 Pavement Preservation Delrid9a Way SW- Rapidride H Line Delrideg Way SW 8 SW Brandon St Meet Me On Meeker/Riverbend Driving Range Imp Green River Trail, Russell Road, W Meeker C/N 9489 Interstate 5, Sea-Tac NB Weigh Station Preservation Asphalt Paving Excavation, Paving, Grading, Utiltias, Concrete, Electrical (Signals), Milling Excavation, Paving, Grading. Utiltias, Concrete, Electrical (Signals), Milling Nathan Walker $528,354 EST 2023 253442-9732 Sub Yes Julie Pdnlz $643,254 EST 2023 253672-7173 Sub No Mark White $648,159 Est 2023 360319-0091 Sub Yes $1,210.442 / Cindy West $1,163,074 11/2021 253 931-3010 Prime No Brenton Cook 5686,020 Spring 2022 206586-2107 Prime No Asphalt Paving, Milling, Paving Fabric $1,982,347 Spring 2022 Asphalt Paving Excavation, Concrete, Utility Adj., Asphalt Paving Asphalt Paving, Aggregates Asphalt Paving Ashalt Paving Asphalt Paving Asphalt Paving Paving, Grinding, Survey, Excavation, Crack Seal Excavation, Paving, Grading, UIi1Les, Concrete, Electrical (Signals) Asphalt Paving Prime No Julie Printz $719,000 / $601,854 11/2021 253672-7173 Sub No Scott Bales $143,155 / $114,158 12021 206 431-2193 Prime No Josh Boeteter 91079,664 206687-6318 Sub No Dennis Diteman $604,500 / $563,214 6/2021 425466-3898 Sub Yes Dave Scott $504,913 360701-9479 Sub No Kaleb Kingman $512,870/$503,830 June 2021 360918-3033 Sub No Math Ruth :327,973 / $498,024 1112021 206 762-9125 Sub No $1,611,320 / Valarie Jarvi 92,230900 1/2021 206 787-7685 Prime Yes $6,177,518 / Paul Moore $6,041,061 5/2021 206 423-1061 Prima No Kyle York $552,638/$542,646 7/2021 206418-9316 Sub No Excavation, Paving, Grading, Utiltias, Concrete, Electrical Dwayne Walker (Signals) $576,574 / $600,548 7/2020 360615-5730 Prime No Asphalt Paving Excavation, Paving, Grading, Utilities, Concrete. Electrical (Signals) Grant Jansen $637,609 Fall 2022 360933-4607 Sub No $2,305,304 Timothy LaPorte /$2,129,417 10/2021 253 856-5500 Prime No Asphalt Paving, Excavation Planing, Concrete, Edward Kane Electrical $339,698/ $279,198 72020 206768-5861 Prime No Kiewit Infrastructure West Co Ian Enright Federal Way Federal Way Link Extension (FWLE) Design Build Asphalt Paving $6,087,635 EST 2023 757 630-5049 Sub No Pape Prep.', utt rnal wo,aoManc (Re t/141 53 Project Manager Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 OWNER/GENERAL CONTRACT AMT/ COMPLETION FEDS NAME/LOCATION PROJECT NAME/LOCATION CLASS OF WORK FINAL AMT DATE CONTACT pis Y/N Excavation, Paving, Grading, King County Utilties, Concrete, Electrical $4,931,536/ Paul Moore Seattle, WA 2019 Countywide Pavement Preservation (Signals) $4,392,253 9/2020 206423-1081 Prime No Stellar Group, Inc $1,223,115/ Tan Casey Jacksonville, FL Sysco Seattle Facility Expansion Grading, Paving, Grinding $403,332 904 574-2906 Sub No Absher Construction Co Mike McCann Puyallup, VJA Auburn Elementary School 415 Asphalt Paving $449,203 / $447,603 9/2020 253446-3339 Sub No Pivetta Brothers Construction Jeremy Fudge Sumner, WA A Street SE Preservation Asphalt Paving $528,600 / $399,548 5/2020 206396-5525 Sub Yes Skanska USA Building Inc Kyle York Seattle, WA Dick Scobee Elementary School BP 402050 Asphalt Paving $419,698 / $429,895 8/2020 206416-9318 Sub No SEACON, LLC Mike Tolkamp Issaquah, WA Poulsbo RV, Sumner Aggregate B Asphalt Paving 5571,200 / $70,6,186 8/2020 425677-0869 Sub Paving, Grading, Utilties, City of Auburn Concrete, Striping, Traffic Jai Carter Auburn, WA 2019 Citywide Patching and Overlay Control $638,078 / $678,181 5/2020 253804-5286 Prime No Flatiron West, Inc, Lane Construction Corp JV Renton, WA 1405 Renton to Bellevue Wdening 8 Express Toll Lanes Asphalt Paving $24,667,502 2025 Sub No Strider Construction BNSF Onllia automotive Facility & $2,224,116 / Nathan Andersh Bellingham, WA Kent lnlermodel Facility Asphalt Paving $2,038,233 7/2019 360380-1234 Sub No Kiewit Infrastructure west Co SR99 Demolition, Decommissioning & Surface Street Jeff Kittle Federal Way, WA Project Grinding, Patching 8ack(II $491,865 /$710,092 11/2019 425301-7970 Sub No Asphalt Paving, Excavatiot Planing, Concrete, Washington State DOT Electrical (Signals) $15,205,127 / Mike Askarian, PE Seattle, WA SR99 Roy Street to N 145th Street $12,576,500 9/2020 206 768-5861 Prime Yes JR Hayes Corporation Jeff Thomas Maple Valley, WA Forest Canyon Estates Paving $696,948 Fall 2020 425392.5722 Sub No Asphalt Paving, Excavator Planing. Concrete, King County Electrical (Signals) $4,803,683 / Dave Nadal Seattle, WA 2016 Vashon Highway Pavement $4,660,249 5/19 206477-3626 Prime No Jansen, Inc Grant Jansen Bellingham, WA 2018 AAC Package q2 Asphalt Paving $909,040 / $836,809 5/19 360933-4807 Sub No Asphalt Paving, Excavation Planing, Concrete, City of Auburn Electrical (Signals) $2,124,739 / Kim Truong, PE Auburn, WA 15th Street NE/NW Preservation $2,525,288 11/18 253804-5059 Prime Yes Asphalt Paving, Excavation Planing, Concrete, City of Kent Electrical (Signals) $1,754,376 / Drew Holcomb PE Kent, WA 2018 Asphalt Overays $1,531,008 11/18 253856-5500 Prime No Asphalt Paving, Excavation Planing, Concrete, City of Tukwila Electrical (Signals) David Sorensen PE Tukwila, WA 2018 Overlay & Repair $955,946 / $696,834 9/1B 206431-3653 Prime No Excavation, Paving, Grading, City of Algona Pack Avenue North (Ellingson Road Utilties, Concrete, Electrical Bran Sourwine Algona, WA to Safeway Entrance) (Signals) $333,540 / $331,395 6/17 206284-0860 Prime No Gary Martino Construction Co., Inc $1,964,250 / Rhuel Reedy Seattle, WA 2018 Taxiway Improvements Asphalt Paving $2,127,055 9/18 2062552628 Sub Yes Graham Contracting, LTD Pacific Highway South HOV Lanes $1,859,665 / Greg Rilke Bellevue, WA Phase V Asphalt Paving $1,959,986 9/18 425 691-3591 Sub CA Carey Corporation $675,571 / Steve Murdoch Issaquah, WA 2014 County Safety Selection Asphalt Paving $660,941 5/17 425 392-8016 Sub Yes Excavation, Paving, Grading, City of Auburn Utilties, Concrete, Electrical $827,290 / Jai Carter Auburn, WA Lake Tapps Parkway Preservation (Signals) $865,202 12/17 253 804-5286 Prime Yes Excavation, Paving, Grading, WA State DOT SR 410, Write River Bridge to SR 164 Utilties, Concrete, Electrical $1,988,350 / Timothy LaPorte Olympiva, WA Paving & ADA Comliance (Signals) $1,976,056 12/17 253 656-5500 Prime Yes 54 Peas 3 q 0,01u,t t yet e,nticral Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 Project Manager OWNER/GENERAL CONTRACTAMT/ COMPLETION FED$ NAME/LOCATION PROJECT NAME/LOCATION CLASS OF NbRK FINAL AMT DATE CONTACT P/S Y/N Excavation, Paving, Grading, City of Renton 2017 Street Patch 8 Overlay Ut9ios, Concrete, Electrical $1,669123 / Jayson Grant Renton, WA w/Curb Ramps (Signals) 51,707,04E 12/17 425430-7400 Pnme No City of Tukwila Tukwila, WA 2017 Overlay Program Excavation, Paving, Grading, Utilties, Concrete, Electrical Robin Tiachmak (Signals) $659,441/$526,510 9(17 206 433.0179 Prime No Gary Morlino Constr Co Stave Simmons Seattle, WA 15 NB 250th St to Duwamish River Br Asphalt Paving 56,717,258 6/18 206 255-2619 Sub No MidMountaln Contractors Kirkalnd, WA King County Procurement Seattle, WA 15 SB South 3201h St to Duwamish River Bridge 2016 Countywide Pavement Preservation Asphalt Paving 34,686,500 / Dave Stumbaugh S3,988,940 9(16 206348-4356 Sub Excavation, Paving, Grading, Utilties, Concrete, Electrical Mark Hoge (Signals) 56,933,684 / 12/17 206 263-9325 Prime No Page 4 a ri,rual Plot wco (Rev lig) 55 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: Name of Client and Project Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims We (ICON materials) were involved with litigation against our subcontractor due to subcontractors damage to property. Hs Bidder, or any representative or partner thereof, ever failed to complete a contract? No 0 Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within the past 5 years? El No F'Yes If yes, give details: I A ( rFor o -I- Ac 29-_.? er/PI-0-( GAY 6 me 1,41 p 14.e, A nd ssc.e5 L., ;4-k rn6,v4-ineet-TS 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? TZIN o 0 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? PIN° 0 Yes If yes, give details: s Bidder ever had any Payment/Performance Bonds called as a result of its work? No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount Hs Bidder ever been found guilty of violating any State or Federal employment laws? Ov: No 0 Yes If yes, give details: 2025 OVERLAY PROGRAM JULY 2025 PsEred 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 Responsible Bidder Determination Form P-12 Has Bidder ever fil3d for protection under any provision of the federal bankruptcy laws or state insolvency laws? No 0 Yes If yes, give details: D es the Bidder owe any delinquent taxes to the Washington State Department of Revenue? No 0 Yes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? 0 No 0 Yes H9s any adverse legal judgment been rendered against Bidder in the past 5 years? :11 No 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other invrance company for accidents resulting in fatal injury or dismemberment in the past 5 years? 12f No 0 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. Signature of Bidder ,--Docullioned by: USFO345300436 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 57 Docusign Envelope ID: 746173C8-1360-449D-9F7A-C171EBBAEF39 P-13 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: 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 DeauSigned .n.114Vti.o Signature of Authorized Official Assistant Secretary Title 2025 OVERLAY PROGRAM JULY 2025 PbeIred to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSED SUBCONTRACTORS Name ofBidder CPMDevelopment Corporation D13wICON Materials \naccordance with RCVV3Q.3IUGOasamended, every bid that totals $1 million uvmore 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 (heodng, venLi|ation, and air conditioning); plumbing aodescribed in chapter 18.106 RCW; and electrical eo 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 a|ternoten, in which case the Bidder must indicate which subcontractor will baused for which alternate. Failure cfthe Bidder hnsubmit ae part ofthe tidthmnames ofsuch subcontractors ortoname itself toperform such work orthe naming cf two ormore subcontractors bzperform 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 76.64 % Schedule/Bid Item Numbers % of Name Subcontractor vAll perform Total Bid ! C-'.')M Fleye|OO[Oenf CO[DOrat'OD [lB& \G[lN Materials 2ouoOVERLAY PROGRAM pzo.iueu to Builders Exchange of wa. Inc. For usage Conditions Agreement see °°,.bx°a.00m azvayo Verify acal 59 Docusign Envelope ID:746173C6-136D-449D-9F7A-C171EBBAEF39 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 JD65OLGP 2005 13 Good Own 1 JD Backhoe Landscraper 210LE 1998 18 Good Own 2 CAT Off -Hwy Dump Trucks 773B 1993 23 Good Own 1 CAT Off -Hwy Dump Trucks 773B 1990 26 Good Own 1 CAT Off -Hwy Dump Trucks 773E 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 5OZTS 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 60 Docusign Envelope ID: 746173C8-136D-449D-9F7A-C171EBBAEF39 1 Writgen Milling Machine W1200FT 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 320LLR 2010 Very Good Own 1 Cat Excavator 345D 2011 Very Good Own 1 Cat Excavator 336D 2011 7 Very Good Own 1 Cat Mini Excavator 305E 2013 Excellent Own 1 CAT AC Roller CB224B 2007 Good Own 2 CAT AC Rollers CB24B 2016 Excellent Lease 1 CAT AC Roller CB24B 2017 Excellent Lease 1 CAT AC Roller CB34B 2016 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 1999 m Good Own 1 3 Axle Lowboy Trlr TrailKing 1999 17 Good Own Page 2 Major Items Equipment Detailed List 1- 29 2020 61 oomsignEnvelope ID: 746173c8-136o-449D-9F7*-C171esB*Ep39 PROPOSED SUBCONTRACTORS Name ofBidder CPMDevelopment Corporation DBA ICON Materials |naccordance with RCVV3Q.3IOGOasamended, every bid that totals $1 million nrmore 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' venti|ation, and air conditioning); plumbing as described in chapter 18.106 RCVV; and electrical as described in chapter 1928 RCVV or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work idenLifind, unless subcontractors wary with bid e|be/natea, 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 oftotal bid to be performed by Bidder Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid zn2nOVERLAY PROGRAM JuLY2000 e�n�ueu to Builders E,chvoe" of WA, Inc. For usage Conditions Agreement see ww°.uxwa.com Always ve,icr acal °� Certificate Of Completion Envelope Id: 746173C8-136D-449D-9F7A-C171EBBAEF39 Subject: Complete with Docusign: Bid Docs - 2025 Overlay Program - CITY OF TUKWILA.pdf Source Envelope: Document Pages: 30 Signatures: 3 Certificate Pages: 4 Initials: 0 AutoNav: Enabled Envelopeld Stamping: Enabled Time Zone: (UTC+01:00) Amsterdam, Berlin, Bern, Rome, Stockholm, Vienna Record Tracking Status: Original 7/22/2025 5:15:46 PM Signer Events Mark Eichelberger mark.eichelberger@iconmaterials.com Construction Manager Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 2/13/2024 4:11:07 PM ID:93de7911-52b8-41c0-81e0-90cb4e0484e0 In Person Signer Events Editor Delivery Events Agent Delivery Events Intermediary Delivery Events Certified Delivery Events Carbon Copy Events Witness Events Notary Events Envelope Summary Events Envelope Sent Certified Delivered Signing Complete Completed Payment Events Holder: Kristin Portillo kristin.portillo@iconmaterials.com Signature Docuttbined by: 114444 6) L r'p E05F03453-0F9430... Signature Adoption: Pre -selected Style Using IP Address: 136.226.56.124 Signature Status Status Status Status Status Signature Signature Status Hashed/Encrypted Security Checked Security Checked Security Checked Status Electronic Record and Signature Disclosure 0 docusignw Status: Completed Envelope Originator: Kristin Portillo 42 Fitzwilliam Square Dublin, Dublin 2 D02 R279 kristin.portillo@iconmaterials.com IP Address: 136.226.54.106 Location: DocuSign Timestamp Sent: 7/22/2025 5:19:44 PM Viewed: 7/22/2025 5:21:01 PM Signed: 7/22/2025 5:21:15 PM Timestamp Timestamp Timestamp Timestamp Timestamp Timestamp Timestamp Timestamp Timestamps 7/22/2025 5:19:44 PM 7/22/2025 5:21:01 PM 7/22/2025 5:21:15 PM 7/22/2025 5:21:15 PM Timestamps 63 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 immediately 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 format 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 format, 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 64 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; 65 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.docixsin.com/•uideslsigner-•uide- 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.. 66 CP EV • T C 1 Ti 0 AMERiCAN ROCK CENTRAL PRE -MIX D.JTRAMATERIMS HELENA 3AND GRAV,I. PC. C01.8811 ICON el.101.411, A501.1/..i PGI.00,1143itt MONTANA MArOilAL5 COWVO RVv.V.vv: PON RiverGend NtAirvivvVVAI A MI 80 04/80PY ITJA to 61.1.-sqEL: WENATCHEE sAND & GIvPAVLL A CRH COMPANY 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 STATE OF WASHINGTON) ) ss. COUNTY OF SPOKANE ) Respectfully submitted, CPM DEVELOPMENT CORPORATION Maricar Hajdare Northwest Division CFO On this day personally appeared before me Maricar Hajdarevic, known to me to be the person that executed the foregoing instrumen on behalf of CPM Development Corporation, d/b/a ICON Materials and acknowledged said instrument to be the free and voluntary act of said Corporation for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me this /3 day of , 2025. (Al-ki CY\ otary Public State of Washington Michelle Welch Commission No, 78431 Commission Expires 11-07-28 Signatvg of Notary „ , L PA 1€4 Ice. Print or Type Name of Notary NOTARY PUBLIC in and for the State of Washington Residing at 5pOKCA-4-a-, My Commissior expires on II - tY7 An Equal Opportunity Employer 5111 E. Broadway, Spokane Valley, WA 99212 P.O. Box 3366, Spokane WA 99220-3366 Office: (509) 534-6221 • Fax: (509) 56y051 CITY OF TUKWILA - DEPARTMENT OF PUBLIC WORKS Opening 7/22/2025 I No. I Section I Item ROADWAY Qua miry I Unit 1 1-04 Unexpected Site Changes 1 2 1-05 ADA Features Surveying 3 1-07 Resolution of Utility Conflict 4 1-07 SPCC Plan 5 1-07 Employee Apprenticesjip Program (EAP) Utilization Plan 6 1-07 Apprenticeship Hours 200 7 1-07 Apprenticeship Utlization Goal Assessment 8 1-09 Mobilization 9 1-10 Project Temporary Traffic Control 10 2-01 Roadside Cleanup 11 2-01 Clearing and Grubbing 12 2-02 Remova I of Structures and Obstructions 13 2-02 AsphaIt Pavement Removal Incl. Haul 800 14 2-02 Cement Conc. Curb Removal Incl. Haul 390 15 2-02 Cement Conc. Sidewalk Removal Incl. Haul 130 16 2-02 Roadway Excavation Incl. Haul 270 17 2-03 Unsuitable Foundation Excavation Incl. Haul 140 18 4-04 Crushed Surfacing Top Course 2060 19 5-03 HMAJoint Seal at Bridge End 240 20 5-04 Pavement Repair Excavation Incl. Haul 550 21 5-04 H MA Cl. 1/2" PG58H-22 5520 22 5-04 H MA for Pavement Repair Cl. 1/2" PG 58H-22 390 23 5-04 Temporary Pavement 390 24 5-04 Thickened Edge 3120 25 5-04 Planing Bituminous Pavement 10930 26 7-03 Storm Drain Marker 43 27 7-05 Adjust Storm Manhole 3 28 7-05 Adjust Sewer Manhole 22 29 7-05 Adjust Catch Basin 43 30 7-05 Rectangu lar Fra me a nd Vaned Grate 14 31 7-05 Rectangular Fa me and ADA Grate 16 32 7-05 Catch Basin Type 2, 48 In. Dira m. 1 33 7-12 Adjust Water Valve 59 34 8-01 Erosion Control and Water Pollution Prevention 1 35 8-04 Cement Conc. Curb and Gutter 460 36 8-04 Cement Conc. Pedestr'ra n Curb 30 37 8-04 Cement Conc. Extruded Curb 140 38 8-11 Guardrail Repair 90 39 8-13 Adjust Monument Case and Cover 5 40 8-14 Cement Conc. Sidewalk 230 41 8-14 Cement Conc. Curb Ramp Type Perpendicula r 8 42 8-14 Cement Conc. Curb Ramp Type Parallel 1 43 8-14 Detectable Warning Surface 120 44 9-12 Ecology Block 21 FA LS FA LS LS HR CALC LS LS FA LS LS SY LF SY CY CY TON LF CY TON TON TON LF SY EA EA EA EA EA EA EA EA FA LF LF LF LF EA SY EA EA SF EA TRAFFIC CONTROL DEVICES 45 46 47 48 49 50 51 52 53 54 8-21 Perms nent Signing 1 8-22 Plastic Traffic Arrow 7 8-22 Plastic Traffic Letter 8 8-22 Plastic Pedestrian Marking 14 8-22 Plastic Stop Line 180 8-22 Plastic Crosswa Ik Line 250 8-22 Paint Line, 4Inch 11000 8-22 Plastic Line, 4 Inch 34700 8-22 Plastic Line, 6 Inch 10780 8-23 Temporary Pavement Markings 31930 LS EA EA EA LF LF LF LF LF LF ROADSIDE DEVELOPMENT 55 8-02 Property Restoration 1 FA FRANCHISE UTILITY ITEMS 56 8-19 Adjust Fa nchise Utility Manhole/Vauh 3 57 8-19 Adjust Gas Va lye 16 EA EA Engineer's Estimate ICON Mater'ra Is Lakeside Industries Inc. Northwest Asphalt Unit Cart I TotaI Cost Unit Cost TotaI Cost Unit Cart TotaI Cart Unit Cart TotaI Cart $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 5,000.00 $ 5,000.00 $ 7,560.00 $ 7,560.00 $ 8,000.00 $ 8,000.00 $ 7,000.00 $ 7,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 500.00 $ 500.00 $ 180.00 $ 180.00 $ 1,000.00 $ 1,000.00 $ 450.00 $ 450.00 $ 5,000.00 $ 5,000.00 $ 180.00 $ 180.00 $ 1,000.00 $ 1,000.00 $ 450.00 $ 450.00 $ 10.00 $ 2,000.00 $ 73.00 $ 14,600.00 $ 10.00 $ 2,000.00 $ 55.00 $ 11,000.00 $ (5.00) $ (5.00) $ (5.00) $ (5.00) $ (5.00) $ (5.00) $ (5.00) $ (5.00) $ 140,000.00 $ 140,000.00 $ 137,000.00 $ 137,000.00 $ 240,000.00 $ 240,000.00 $ 220,000.00 $ 220,000.00 $ 175,000.00 $ 175,000.00 $ 163,000.00 $ 163,000.00 $ 240,000.00 $ 240,000.00 $ 150,000.00 $ 150,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 2,500.00 $ 2,500.00 $ 4,800.00 $ 4,800.00 $ 15,000.00 $ 15,000.00 $ 25,000.00 $ 25,000.00 $ 4,400.00 $ 4,400.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 25,000.00 $ 25,000.00 $ 40.00 $ 32,000.00 $ 43.00 $ 34,400.00 $ 25.00 $ 20,000.00 $ 25.00 $ 20,000.00 $ 20.00 $ 7,800.00 $ 13.00 $ 5,070.00 $ 50.00 $ 19,500.00 $ 20.00 $ 7,800.00 $ 40.00 $ 5,200.00 $ 64.00 $ 8,320.00 $ 110.00 $ 14,300.00 $ 60.00 $ 7,800.00 $ 90.00 $ 24,300.00 $ 106.00 $ 28,620.00 $ 200.00 $ 54,000.00 $ 320.00 $ 86,400.00 $ 95.00 $ 13,300.00 $ 67.00 $ 9,380.00 $ 65.00 $ 9,100.00 $ 150.00 $ 21,000.00 $ 75.00 $ 154,500.00 $ 56.00 $ 115,360.00 $ 40.00 $ 82,400.00 $ 85.00 $ 175,100.00 $ 80.00 $ 19,200.00 $ 100.00 $ 24,000.00 $ 100.00 $ 24,000.00 $ 9.00 $ 2,160.00 $ 75.00 $ 41,250.00 $ 110.00 $ 60,500.00 $ 100.00 $ 55,000.00 $ 145.00 $ 79,750.00 $ 130.00 $ 717,600.00 $ 121.00 $ 667,920.00 $ 150.00 $ 828,000.00 $ 150.00 $ 828,000.00 $ 175.00 $ 68,250.00 $ 166.00 $ 64,740.00 $ 265.00 $ 103,350.00 $ 250.00 $ 97,500.00 $ 175.00 $ 68,250.00 $ 153.00 $ 59,670.00 $ 150.00 $ 58,500.00 $ 250.00 $ 97,500.00 $ 5.00 $ 15,600.00 $ 3.25 $ 10,140.00 $ 2.00 $ 6,240.00 $ 4.00 $ 12,480.00 $ 6.00 $ 65,580.00 $ 7.20 $ 78,696.00 $ 8.00 $ 87,440.00 $ 6.00 $ 65,580.00 $ 5.00 $ 215.00 $ 43.00 $ 1,849.00 $ 130.00 $ 5,590.00 $ 100.00 $ 4,300.00 $ 2,000.00 $ 6,000.00 $ 1,100.00 $ 3,300.00 $ 1,200.00 $ 3,600.00 $ 750.00 $ 2,250.00 $ 2,000.00 $ 44,000.00 $ 700.00 $ 15,400.00 $ 1,200.00 $ 26,400.00 $ 750.00 $ 16,500.00 $ 1,100.00 $ 47,300.00 $ 900.00 $ 38,700.00 $ 750.00 $ 32,250.00 $ 800.00 $ 34,400.00 $ 1,000.00 $ 14,000.00 $ 375.00 $ 5,250.00 $ 300.00 $ 4,200.00 $ 600.00 $ 8,400.00 $ 1,250.00 $ 20,000.00 $ 375.00 $ 6,000.00 $ 300.00 $ 4,800.00 $ 600.00 $ 9,600.00 $ 3,500.00 $ 3,500.00 $ 15,000.00 $ 15,000.00 $ 10,000.00 $ 10,000.00 $ 5,000.00 $ 5,000.00 $ 800.00 $ 47,200.00 $ 550.00 $ 32,450.00 $ 750.00 $ 44,250.00 $ 500.00 $ 29,500.00 $ 10,900.00 $ 10,900.00 $ 600.00 $ 600.00 $ 40,000.00 $ 40,000.00 $ 5,000.00 $ 5,000.00 $ 65.00 $ 29,900.00 $ 39.00 $ 17,940.00 $ 45.00 $ 20,700.00 $ 38.00 $ 17,480.00 $ 50.00 $ 1,500.00 $ 44.00 $ 1,320.00 $ 30.00 $ 900.00 $ 38.00 $ 1,140.00 $ 45.00 $ 6,300.00 $ 40.00 $ 5,600.00 $ 43.00 $ 6,020.00 $ 32.00 $ 4,480.00 $ 100.00 $ 9,000.00 $ 130.00 $ 11,700.00 $ 130.00 $ 11,700.00 $ 180.00 $ 16,200.00 $ 700.00 $ 3,500.00 $ 725.00 $ 3,625.00 $ 500.00 $ 2,500.00 $ 550.00 $ 2,750.00 $ 90.00 $ 20,700.00 $ 60.00 $ 13,800.00 $ 65.00 $ 14,950.00 $ 80.00 $ 3,500.00 $ 3,500.00 $ 18,400.00 $ 3,500.00 $ 28,000.00 $ 3,100.00 $ 24,800.00 $ 2,300.00 $ 18,400.00 $ 28,000.00 $ 3,500.00 $ 3,500.00 $ 3,100.00 $ 3,100.00 $ 2,700.00 $ 2,700.00 $ 3,500.00 $ 20.00 $ 2,400.00 $ 55.00 $ 6,600.00 $ 30.00 $ 3,600.00 $ 75.00 $ 9,000.00 $ 250.00 $ 5,250.00 $ 325.00 $ 6,825.00 $ 500.00 $ 10,500.00 $ 300.00 $ 6,300.00 $ 42,000.00 $ 42,000.00 $ 55,000.00 $ 55,000.00 $ 60,000.00 $ 60,000.00 $ 25,000.00 $ 25,000.00 $ 100.00 $ 700.00 $ 258.00 $ 1,806.00 $ 250.00 $ 1,750.00 $ 195.00 $ 1,365.00 $ 100.00 $ 800.00 $ 166.00 $ 1,328.00 $ 160.00 $ 1,280.00 $ 195.00 $ 1,560.00 $ 350.00 $ 4,900.00 $ 400.00 $ 5,600.00 $ 400.00 $ 5,600.00 $ 400.00 $ 5,600.00 $ 20.00 $ 3,600.00 $ 28.00 $ 5,040.00 $ 30.00 $ 5,400.00 $ 11.00 $ 1,980.00 $ 20.00 $ 5,000.00 $ 21.00 $ 5,250.00 $ 22.00 $ 5,500.00 $ 16.00 $ 4,000.00 $ 2.00 $ 22,000.00 $ 0.98 $ 10,780.00 $ 1.00 $ 11,000.00 $ 0.80 $ 8,800.00 $ 2.50 $ 86,750.00 $ 2.00 $ 69,400.00 $ 2.00 $ 69,400.00 $ 2.00 $ 69,400.00 $ 3.00 $ 32,340.00 $ 3.00 $ 32,340.00 $ 3.00 $ 32,340.00 $ 2.00 $ 21,560.00 $ 1.00 $ 31,930.00 $ 0.50 $ 15,965.00 $ 0.55 $ 17,561.50 $ 0.50 $ 15,965.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 900.00 $ 2,700.00 $ 2,700.00 $ 8,100.00 $ 1,500.00 $ 4,500.00 $ 1,200.00 $ 3,600.00 $ 700.00 $ 11,200.00 $ 1,000.00 $ 16,000.00 $ 800.00 $ 12,800.00 $ 550.00 $ 8,800.00 TOTAL $ 2,159,310.00 TOTAL $ 1,984,599.00 TOTAL $ 2,409,016.50 TOTAL $ 2,374,795.00 68 City of Tukwila City Council Transportation & Infrastructure Services Committee Meeting Minutes July 28, 2025, 5:30 p.m. - Hybrid Meeting; City Council Conference Room & MS Teams Councilmembers Present Mohamed Abdi, Chair; Hannah Hedrick Staff Present Jen Tetatzin, Griffin Lerner, David Baus, Adib Altallal, Catrien de Boer, Adam Cox, Bryan Still, Mike Perfetti I. PRESENTATION II. BUSINESS AGENDA A. Bid Award: 2025 Annual Overlay Staff is seeking approval to award a bid to ICON Materials in the amount of $1,984,599.00 plus contingency for the project. * Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. B. 2025 Annual Overlay Project Cost Share Agreement Staff is seeking approval of cost -sharing agreement with Water District 125 to accept $112,336.40 to help fund construction of the 2025 Annual Overlay Project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. C. Bid Award: Sewer Lift Station 2 Structural Modifications Project Staff is seeking approval of a contract with Combined Construction, Inc. in the amount of $282,949.52 for construction of the project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. D. Contract Amendment: Sewer Lift Station 2 Structural Modifications Project Staff is seeking approval of Amendment 2 to the agreement with Pace Engineers in the amount of $43,880.00 for additional construction management and inspection on the Project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. 69 70 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 08/04/25 JR ITEM INFORMATION ITEM NO. 6.D. STAFF SPONSOR: DAVID BAILS ORIGINAL AGENDA DA IL: 08/04/25 AGENDA ITEM TITLE Water District 125, 2025 Overlay Project Cost Share Agreement CAILGORY ❑ Discussion Mtg Date a Motion Date 8/4/25 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date Mtg SPONSOR ❑Council ❑Mayor HR DCD ❑Finance ❑Fire TS ❑P&R ❑Police 0Pit ❑Court SPONSOR'S During the Summer of 2024, WD 125 had a project to work on a water main replacement Su t L RY along 51st Ave S and through coordination with the City, delayed final paving so it could be included in the City's larger paving effort. Part of that contingency, the District will provide a lump sum contribution equal to the paving costs they saved by partnering with the City. Council is being asked to approve the cost -share agreement and to authorize signature of the contract with WD 125, therefore accepting the lump sum payment of $112,336.40. REVIEWED BY 0 Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Arts Comm. 07/28/25 ❑ Finance ❑ Parks Comm. ❑ Planning/Economic Dev. Comm. ❑ Planning Comm. CHAIR: MOHAMED ABDI ❑ LTAC DATE: COMMITTEE RECOMMENDATIONS: SPONSOR/ADMIN. CONDIT Public Works Department UIEE Unanimous Approval; Forward to the Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $112,336.40 $0.00 $0.00 Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 08/04/25 MTG. DATE ATTACHMENTS 08/04/25 Informational Memorandum dated 07/25/25 Water District 125 Signed Contract Minutes from Transportation and Infrastructure Committee meeting of 07/28/25 71 Thomas McLeod, Mayor TO: FROM: Public Works Department - Jen Tetatzin, PE, PMP - Director Transportation and Infrastructure Services Committee Jen Tetatzin, Public Works Director BY: David Baus, Project Manager CC: Mayor Thomas McLeod DATE: July 25, 2025 SUBJECT: 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 72 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. i 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 73 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: Step Two: The Parties' Agreement administrators shall confer and attempt to resolve the dispute within ten (10) business days of written notification by any Party. 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 74 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 Prroo'ects Nothing in this Agreement shall preclude any Party 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 Party 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 Party 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 3 75 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@waterdistrict125.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 Inco orbrated. The Recitals and Exhibits to this Agreement are incorporated as if fully set forth herein. This 4 76 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 02 jut fiance 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 Law; 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 Le gal 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 5 77 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 Expend t e in Excess ofAppj prialion. Nothing in this Agreement shall be construed as obligating any Party 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. 10.12mmNo Third -Party Beneficiaries. There are no third -party beneficiaries to this Agreement, and this Agreement shall not impart any rights enforceable by any person or entity that is not a party hereto. 10.13Counterparts. 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] 6 78 IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date affixed to their signatures. WATER D1ST'CT Water District 125 Attorney A t' THE CITY OF TUKWILA Printed Name Position 7 Date 79 City of Tukwila City Council Transportation & Infrastructure Services Committee Meeting Minutes July 28, 2025, 5:30 p.m. - Hybrid Meeting; City Council Conference Room & MS Teams Councilmembers Present Mohamed Abdi, Chair; Hannah Hedrick Staff Present Jen Tetatzin, Griffin Lerner, David Baus, Adib Altallal, Catrien de Boer, Adam Cox, Bryan Still, Mike Perfetti I. PRESENTATION II. BUSINESS AGENDA A. Bid Award: 2025 Annual Overlay Staff is seeking approval to award a bid to ICON Materials in the amount of $1,984,599.00 plus contingency for the project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. B. 2025 Annual Overlay Project Cost Share Agreement Staff is seeking approval of cost -sharing agreement with Water District 125 to accept $112,336.40 to help fund construction of the 2025 Annual Overlay Project. * Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. C. Bid Award: Sewer Lift Station 2 Structural Modifications Project Staff is seeking approval of a contract with Combined Construction, Inc. in the amount of $282,949.52 for construction of the project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. D. Contract Amendment: Sewer Lift Station 2 Structural Modifications Project Staff is seeking approval of Amendment 2 to the agreement with Pace Engineers in the amount of $43,880.00 for additional construction management and inspection on the Project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. 80 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 08/04/25 JR ITEM INFORMATION ITEM NO. 6.E. STAFF SPONSOR: ADIB ALTALLAL ORIGINAL AGENDA DAIL: 08/04/25 AGENDA ITEM TITLE Lift Station No. 2 Structural Modifications - Construction Bid Award CATEGORY ❑ Discussion Mtg Date X Motion Mtg Date 8/4/25 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date 0 Bid Award 8/4/25 ❑ Public Hearing Mtg Date ❑ Other Mtg Date Mtg Date SPONSOR ❑Council ❑Mayor HR DCD ❑Finance ❑Fire TS ❑P&R ❑Police 0Pit ❑Court SPONSOR'S The Lift Station No. 2 Structural Modifications Project was advertised for bid in March 2025 SuM\L RY for three weeks, and two bids were received and opened on March 25, 2025. The apparent low bidder is Combined Construction, Inc. with a bid of $282,949.52. This project will maintain safety and serviceability for operations and maintenance staff. 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. REVIEWED BY 0 Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Arts Comm. 07/28/25 ❑ Finance ❑ Parks Comm. ❑ Planning/Economic Dev. Comm. ❑ Planning Comm. CHAIR: MOHAMED ABDI ❑ LTAC DATE: COMMITTEE RECOMMENDATIONS: SPONSOR/ADMIN. CONDE_LIEE Public Works Department Unanimous Approval; Forward to the Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $282,949.52 $500,000.00 $0.00 Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 08/04/25 MTG. DATE ATTACHMENTS 08/04/25 Informational Memorandum dated 07/25/25 Bid tabulation Combined Construction, Inc. Bid Package Minutes from Transportation and Infrastructure Committee meeting of 07/28/25 81 • 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 Contract Budget (`26) LS2 Structural Modifications $282,949.52 Contingency (20%) $56,589.91 Total $339,539.43 $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 82 BID TABULATION CITY OF TUKWILA LS #2 STRUCTURAL RETROFIT 80040201 PACE ENGINEERS General Mechanical u) O 0 O 0 O O 0 $ 440,000.00 O 0 O O 0 N O 0 O N O 0 O O 0 N UNIT PRICE O O O O O O O O O O O O O O O N O O O N O O O O O N H N O 0 O O O O V O O O N 0 O O 0 O O O O 0 O O O O O O O N UNIT PRICE O 0 O O V O O O N 0 O O 0 0 O O O 0 0 O O O O O O N ENGINEER'S ESTIMATE H N O 0 O O r V O O O O co co O O O O O O O N O O O O O N UNIT PRICE O CO 1- Z cc O w W H TASK DESCRIPTION M -J M -J M -J M -J LL. Mobilization Structural Retofit of Existing Lift Station N Modification of Inlet Drop Pipe co Site Restoration and Cleanup $ 527,500.00 O 0 ri SUBTOTAL SALES TAX 0 0 r TOTAL BID 83 P-1 PROPOSAL (unit price) Contractor's Name Combined Construction, Inc. Contractor's State License No. COMBICI893NT City ofTukwila Project Nos. 80040001 Tnthe Mayor and City Council City ofTukwila, 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 titted LIFT STATION #2 STRUCTURAL MODIFICATIONS, which includes but is not limited to: Retrofit of the existing access hatch and existing concrete stab 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 stab to facilitate stab cutting and demolition. New floor coverings witL be installed at the new stab opening to maintain floor space. The project also includes cutting a section of the inlet tee "downpipe" located within the wetwett. The Bidder shalt 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 atthe following schedule ofrates 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 ordecreased inaccordance with the Contract Documents. As evidence of good faith, (check one) I bid bond or E71 cash, Ocashier's check,0 certified check, or F 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 f urnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shaltbenuKandvoid 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 shalt attain Physical Completion of aLLWork 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 shalt 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 ofsuch delay. LiFTSmmw#xSmUCnURAL MOmFICAVONS FEs1?uA1?c2025 to Bnizueco Exchange of ma' Inc. For usage Conditions Agreement see ww*.uxwa.com Always Verify acaz LIFT STATION #2 STRUCTURAL MODIFICATIONS PROJECT NO. 8Q0 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 shalt prevail, and totals shall becorrected 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 (|nciErosion and Traffic Control) 1 LS '3%L-w.,.Ao '7d\b0o.w 2 Structural Retrofit ofExisting Lift Station 1 LS I V7`UO&.,)w Y�ZLAw.Lb 3 Modification of Inlet Drop Pipe 1 LS 1J\An.w 4 Site Restoration and Cleanup 1 LS I()Ab'L* $20.000,00 iqdli�).w $20.00000 5 Unexpected Site Changes 1 FA SUBTOTAL ��i~�7L_i)'D� +'"—\ . 10.2% SALES TAX 76, I'P ^5q TOTALAyN��UNTBID ��d� �� /_�� w �, ` ^ `. �*�~ Tax Rule 170 applies per Section 1-07 2. Total Bid Price in Words: 0 'r��|(��� uFrSrAmoNm2SmucmRAL MoolncA rIoNs F»unyr ft*BEn80D482o, /EBRuAxr2025 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 85 CITY OF TuKwILA Bids Submitted onComputer Printouts 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 tong 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 bythe appropriate officer ofthe 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 o computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will beused todetermine 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 wit[ 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 ofthe extended amounts. Date: March os. ooxs LlFrSmmoN#2STRUCTURAL MODIFICATIONS 8EBRUARY2025 ProvAA to ooizoezo Exchange of WA, Inc. For usage Conditions Agreement see www.ba°a.com ' Always Verify Scal Bysigning below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt March za' e025 Addendum No. 4 Date of Receipt NOTE. Failure to acknowledge receipt of Addenda may fmconsidered aaanirregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will bedisqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and wilt provide the required coverage. It iaunderstood that Owner may accept nrreject all bids. The Surety Company which wilt furnish the required Payment and Performance Bond is HUB International Of 12100 NE 195th St, Suite 200, Bothell, WA 98011 (Name) Bidder: Combined Construction, Inc. Signature ofAuthorized Off iciei: - _ Printed Name and Title: Kvle Smith, .�ent Address: 3701 South Rd, Mukilteo, WA 98275 (Address) Check One: [] Individual [] Partnership State ofIncorporation: waoainntou E]]ointVenture Fx]Corpmration 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 besent. NOTES: 1. If the Bidder is a co partnership, 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 off ioeraccompanied byevidence ofauthority toaign). 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 ordivide the available entry bythe quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid itern(a),the proposal will berejected. L1FrSmnow#2STRmrrumALMnmvcwm,m/ FEBRUAmY2025 Provided to ouauezo Exchange of na' Inc. For usage Conditions Agreement see °xv.b^wa.00m nzwava Verify aoaz 87 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 ($ ). _OR -- Bid Bond: The undersigned, Combined Construction, Inc. (Principal), and Arch Insurance Company (Suroty)'are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of Total /\DlOUDt Bid doiiaro($ 596--- )' which for the payment ofwhich 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 ofthis 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 #2Structural Modifications Project No. 800402 01,according tothe terms ofthe Proposal and Bid Documents. Nmw1herefore' a. |fthe Proposal iorejected byOwner, 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 ofthe Bid Bond, aepenalty 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 2o25 . Combined Construction, Inc. Name and address of Local office of Arch Insurance Company Surety By: y� " ( \� Attorney- in- Fact Emma C.[oleshel (Attach Power of Attorney) HUB International NOdhvveStLLC Agent and/or Surety Company: P.O. Box 3018 Bothell, WA 98041-3018 Surety companies executing bonds must appear on the current Authorized Ins urance List in the State of Washington per Section 1-02.7 of the Standard Specifications. bFrSrAmoN #oSrRUCnURAL MOmmCA7701VS fRoxEcrNbmnsn8004020/ FEonuARr2025 88 Provided to Builders o`oua"se of WA' Inc.For usage Conditions Agreement see www.bxwa.com nzwavv Verify ucal 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 thc 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, Tami 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, rccognizances and other surety obligations, in the penal sum not exceeding One Hundred Fifty Million Dollars (S150,000,000.00). 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, rccognizances 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 arc hereinafter set forth and arc 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 Vicc President, or any Senior Vicc President, of the Surety Busincss Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have thc 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 Powcr of Attorney is signed, scaled 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 Vicc President, or any Senior Vice President, of the Surety Busincss 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 of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on August 31, 2022, and any such power so executed, scaled 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, thc Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 10'h day of December, 2024. Attested and Certified Regan . Shulman, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS 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 arc respectively as Secretary and Executive Vice President of thc Arch Insurance Company, a Corporation organized and existing under thc laws of thc Statc of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, scaled with the corporate scal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for thc uses and purposes therein set forth. 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 thc 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 thc Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this ) day of l",i(:Vt"r", , • Mich ltrapodi, Notary Public My commission expires 07/31/2025 nmarw alt9tadPenne/Feela•Notary Seal MIctIEI E TEIPCDI, Notary Public Philadelphia County Nly Calm!' Expires July 31, 202S Commission Number 116E622 Regafi 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 thc 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 Surety Claims P.O. Box 542033 Omaha, NE 68154 suretyclaims{auarchinsurance.com To verify the authenticity of this Power of Attorney, please contact Arch Insurance Company at SuretyAuthentic archinsurance,com Please refer to the above named Attorney -in -Fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A. 89 CITYOF TUKW/LA P-6 This page is intentionally left blank. LIFT STATION #2 STRUCTURAL MODIFICATIONS PROJECT 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 NODECLARATION STATE OFVVASH|NGTON ) /ee COUNTY OFKING ) The undersigned, being first duty sworn, onoath 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 onycoiiueion. 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 To report bid rigging activities call: Signed and sworn to before me on this dayof ,2D;/-� Signature of Notary Public in andfo the Washington, residing at Myappointment expires: NOTICE TO ALL BIDDERS 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above to[L-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 The"hodine" is part ofUSDOT'acontinuing effort toidentify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information wilt be treated confidentially, and caller anonymity will be respected. LiFrSmmoN*rSTRUCTURAL MmDIFICA TONS FEsmmRY2025 Provided to Builders Exchange of wu' Inc. For usage Conditions Agreement see wyw.uxwa.cmn az°ava Verify ocaz 91 CITY OF TUKW/LA P-8 This page is intentionally left blank. LIF7SrAr/oN #2 STRUCTURAL MODIFICATIONS PROJECT NUMBER 800402 01 FEBRUAAY2025 Provi92 to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets aanecessary &ofullypmvide the information required. Name ofBidder: Address ofBidder: mukilteo Combined Construction, Inc. 3701 South Rd Washington City State Contractor's License No. COMBICIS93NT WA State U BI No. Zip Code oos'zzo'zoo License Bond Dept. ofL&| Registration No. on11647690000 Worker's Comp. Acct. No. 433852000 Bidder iea(n): [] Individual [] Partnership [] Joint Venture M Incorporated inthe State of naouiogcou List business names used by Bidder during the past 10 years if different than above: Bidder has been inbusiness continuously from zozz Year Bank Reference Pacific Premier Nikki Dickerson 4e533v-oa6n Bank Account Officer Officer's Phone No. No. nfregular fuU'tinnnemployees: us Number ofprojects inthe past 1Oyears completed: 4zsahead ufschedule zs on schedule » behind schedule Bidder has had experience in work comparable to that required for this Project: Aaaprime contractor for 14 years. As a subcontractor for m years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and En8ineera): How Long Name Ttte With�Ud.dmr. Kyle Smith Project Manager 14 years Zane Gardner cpzio Smith Foreman zz years Superintendent zc years LiFrSrAmo1v»mSmUCnURA/MOoIFIC^TIONS RBRuAnu2025 pzo"iueo to Builders Exchange of wa' Inc. For usage Conditions Agreement see w°w.u^°a.com - azwavo Verify acaz 93 P-m Name the Surveyor tobeused onthis Project, who will directly supervise all surveying activities. Attach a resume outtiningthe experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? F-1 Yes El 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 at[ this information. The bidder must have at Least ten (10) years' experience working on projects of similar nature and size. aoie-ct Name & S Tacoma Pump Station City of Yakima - Ist Level Reservoir ^ld°="odWater ^ Wastewater District - Chelan County PUD - Rocky Reach Dam Concrete Repairs Completed Contract Amount Name and Phone Year Owner/Reference ¢1.100.000 Mike Shane 509-576'64e0 2021 $480'000 2022 $600,000 David MacDonald 425'741'7966 Jesse ruzvizez 509-661-4507 List at[ projects undertaken in the last ten (10) years which have resulted in partial or final settlement ofthe Contract byarbitration orlitigation )nthe courts: Total Claims Amount of Contract Arbitrated Settlement NanoexxfClient and Project Amount ocJftigatwd oLctaicuo Has Bidder, or any representative or partner thereof, ever failed to complete a contract? I No E Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? Mx No [] Yes If yes, please state: Project- Name -Gootractiogfadty. Emmd-Am{-unt L1FrSmmwm2SmucnuRALnoDI*cAnoNs 8EBRuARY2025 pzovi 94 to aoilueza Exchange of wn, Inc. For usage Conditions Agreement see vn°.uxwa.com ouwava Verify onal Has Bidder ever been found guilty of violating any State or Federal employment laws? Has Bidder ever filed for protection under any provision of the federal bankruptcy taws or state insolvency laws? M No 7 Yes If yes, give details: Has any adverse legaLjudgment been rendered against Bidder in the past five (5) years? F1No[]Yes |fyes, give dotoiby:___ HaoBiddarnranyofituarnpkoyoeafibndanyoieirnovvithVVaahinQtonStateVVorkman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment inthe past five (5)years? NNo[]Yes |fyes, please state: Date Typs-odnIw Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information iatrue 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 zs. zozs LIFTSmmON #2 SmUCnURA/MOmFICA TIONS /EmuARr2025 Provided to Builders ozouaoee of WA, Inc. For usage Conditions Agreement see w°*.bx*a.00m Always Verify aoaz 95 CITY OF TUKWILA P-12 This page is intentionally left blank. LIFT STATION #2 STRUCTURAL MODIFICATIONS PROJECT NUMBER 800 402 01 FEBRUARY 2025 Provi96 to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKW/LA P-13 CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES 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. BiJgar.:s.144ei+tee lame <::!: Signature of Authorized Official* yle Smith Printe an President Title March 25, 2025 Date Mukilteo Washington City State Check One: ❑ Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑x Corporation State of Incorporation, or if not a corporation, State where business entity was formed: Washington If a co -partnership, give firm name under which business is transacted: N/A */f 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). if a co- partnership, a proposal must be executed by a partner. LIFT STATION #2 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 97 CITYOF TUKWILA P-14 This page is intentionally left blank. LIFTSTATION #2 STRUCTURAL MODIFICATIONS PROJECT NUMBER 800 402 01 P-14 FEBRUARY2025 Provi98 to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA P-15 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE 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 Labor to be used: PM, Foreman, Superintendent, laborers, ironworkers Signature of Authorized Official CPresident Title LIFT STATION #2 STRUCTURAL MODIFICATIONS PROJECT NUMBER 800 402 01 FEBRUARv2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 99 C/TYOF TUKW/LA P-16 This page is intentionally left blank. LIFT STATION #2 STRUCTURAL MODIFICATIONS PROJECT NUMBER 800 402 01 FEBRUARY2025 Provi44)Go Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA P-17 PROPOSED SUBCONTRACTORS Name of Bidder Combined Construction, Inc. 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 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. 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 '00 % Name N/A Schedule/Bid Item Numbers Subcontractor will perform % of Total Bid WORK TO BE PERFORMED BY PRIME CONTRACTOR All phases of project LIFT STATION #2 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 101 CITY OF TUKw/LA P-18 This page is intentionally left blank. LIFT STATION #2 STRUCTURAL MODIFICATIONS PROJECT NUMBER 800 402 01 FEBRUARY 2025 ProviO2o Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 7/15/25, 3:02 PM Combined Construction Inc Contractors Combined Construction Inc Owner or tradesperson Principals Smith, Kyle Charles, PRESIDENT ol COMBINED CONSTRUCTION INC, AGENT it Jones, Richard Owen, SECRETARY (End: 08/28/2013) A. Shawn Hicks P.S., AGENT (End: 08/28/2013) Doing business as Combined Construction Inc WA UBI No. 603 119 288 3701 SOUTH RD MUKILTEO, WA 98275 425-610-4334 SNOHOMISH County Business type 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 Bond account no. SU11647690000 $12,000.00 Received by L&I Effective date 06/17/2020 07/12/2020 Expiration date Until Canceled hiistowy 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 hiistowy https://secure.lni.wa.gov/verify/DetaiLaspx?UB1=603119288&LIC=COMBIC1893NT&SAW= 10212 7/15/25, 3:02 PM 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. Combined Construction Inc Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent Registered training agent. Check their eliigiible programs and occupattions. 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@Ini.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. httQ/4ecure.lni.wa.gov/verify/Detail.aspx?UBI=603119288&LIC=COMBICI893NT&SAW= 2/2 City of Tukwila City Council Transportation & Infrastructure Services Committee Meeting Minutes July 28, 2025, 5:30 p.m. - Hybrid Meeting; City Council Conference Room & MS Teams Councilmembers Present Mohamed Abdi, Chair; Hannah Hedrick Staff Present Jen Tetatzin, Griffin Lerner, David Baus, Adib Altallal, Catrien de Boer, Adam Cox, Bryan Still, Mike Perfetti I. PRESENTATION II. BUSINESS AGENDA A. Bid Award: 2025 Annual Overlay Staff is seeking approval to award a bid to ICON Materials in the amount of $1,984,599.00 plus contingency for the project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. B. 2025 Annual Overlay Project Cost Share Agreement Staff is seeking approval of cost -sharing agreement with Water District 125 to accept $112,336.40 to help fund construction of the 2025 Annual Overlay Project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. C. Bid Award: Sewer Lift Station 2 Structural Modifications Project Staff is seeking approval of a contract with Combined Construction, Inc. in the amount of $282,949.52 for construction of the project. * Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. D. Contract Amendment: Sewer Lift Station 2 Structural Modifications Project Staff is seeking approval of Amendment 2 to the agreement with Pace Engineers in the amount of $43,880.00 for additional construction management and inspection on the Project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. 105 106 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 08/04/25 JR ITEM INFORMATION ITEM NO. 6.F. STAFF SPONSOR: ADIB ALTALLAL ORIGINAL AGENDA DAIL: 08/04/25 AGENDA ITEM TITLE Lift Station No. 2 Structural Modifications Design & Construction Management — Amendment #2 CAILGORY ❑ Discussion Mtg Date a Motion Date 8/4/25 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date Mtg SPONSOR ❑Council ❑Mayor HR DCD ❑Finance ❑Fire TS ❑P&R ❑Police 0Pit ❑Court SPONSOR'S Due to the complex nature of the structural retrofits within an active sewer lift station, SuM\L RY additional construction management and specialty inspection services are needed to ensure successful project delivery. 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. REVIEWED BY 0 Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Arts Comm. 07/28/25 ❑ Finance ❑ Parks Comm. ❑ Planning/Economic Dev. Comm. ❑ Planning Comm. CHAIR: MOHAMED ABDI ❑ LTAC DATE: COMMIIIEE RECOMMENDATIONS: SPONSOR/ADMIN. CONDIT Public Works Department UIEE Unanimous Approval; Forward to the Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $43,880.00 $500,000.00 $0.00 Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 08/04/25 MTG. DATE ATTACHMENTS 08/04/25 Informational Memorandum dated 07/25/25 Amendment #2 to Professional Services Agreement Fee Estimate & Scope of Services Minutes from Transportation and Infrastructure Committee meeting of 07/28/25 107 • 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 Budget (`26) Contract + Amendment 1 $92,737.00 Amendment 2 $43,880.00 Total $136,617.00 $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 108 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 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 , 2025. CITY OF TUKWILA PACE ENGINEERS Thomas McLeod, Mayor Printed Name: ATTEST/AUTHENTICATED APPROVED AS TO FORM Andy Youn, MMC, City Clerk Office of the City Attorney CA Reviewed May 2020 Page 1 of 1 109 JJ ADDITIONAL SERVICES AGREEMENT #2 TO: City of Tukwila C/O Adib Altallal, PE 6300 Southcenter Blvd Ste 100 Tukwila, WA 98188 FROM: Bill Reynolds, PE WATER I LAND I INFRASTRUCTURE I FACILITIES PROJECT NAME: Tukwila LS #2 — Structural Modifications Contract No. 24-030 PROJECT NO.: 24444 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. Flask 3 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. 112,55 IK.Iiitlkiaind Way, Sulfite ,300 K,.liitIklaind, Wa:>IsIhliingtoin 96033....:34.1. 3.627,.2.014 July 16, 2025 Adib AltaRat, PE City of Tukwila Public Works Additional Services Agreement #1 Page 2 of 3 Task 4 ....... Construction II nslpection 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 II3uilts ■ 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. I P11,,.,,,:1I� ,11, I', I I'd III III.PI f,I d> ,. I July 16, 2025 Adib AltaRat, PE City of Tukwila Public Works Additional Services Agreement #1 Page 3 of 3 Authorized PA Signature esentative William Reynolds accept the above described Scope of Services and Fee Structure. Authorized Client Representative Signature Printed Name Printed Name Sr. Principal Engineer Title Title July 18, 2025 Date Date 112 I KII1 P21 0.1,,.I II ff, 1 >IIY I', I I'd PI f,I ,I I Project Estimates should consider a 10% to 15% contingency for unknown conditions where applicable. Project Estimates should consider escalation for projects extending over one calendar year. PACE Engineers Project Name Project#: Staff Type # (See Labor Rates Table) Staff Type Hourly Rate Staff Name (optional) Drawing/Task Title Task 1 - Project Management Task 2 - Materials Submittal Review (10 Total) Task 3 - RFI (8 Total) Task 4-Construction Inspection (15 days CC 4 hr/d) Task 5 -Closeout, Ponohllst, & As-Bullts SMOCI [NO cti curnen Free Form Input - Project Budgeter can define work item descriptions, expense and subconsuhant as required Defined Input - Project budgeter must use defined Labor Codes and Staff Type from ❑ehek FMS Project Mgmt System (Tables Attached) TukWita LiTt Sor6600 #2 Structural Mod0loat'io na 24444 Bitting Group P, I Tukwila, WA Task ICI Pe4schadu(er11l Prepared By: Date: ANDAR[ Project Budget Worksheet- 2025 S&SD 7/16/2025 Labor Hours by Classification Labor Code lob Title $222 Structural — Engineer 2 10 Hour Total Dollar Total 12.0 $2,630.00 2 32 34.0 $7,714.00 4 24 28.0 $6,548.00 6 60 66.0 $15,1 50.00 2 14 16.0 $3,718.00 Previous Contract Adjustment $7,500 00 Hours Total Labor Total 16.01 140.01. $4,880 j $31,080 j 156.0 $43,460.00 Expenses Reimbursable Rate/Unit Quantity I Cost Postage/Conner Printing Casts Ph Nrdec M1 g /Travel/P ❑ Pe ricrac Adl (4o'mile ,,,, ,,,,,,,,,,,, ant dtrip pera y')'' ,,,,,,,,,,,, ,,,,,,,,,,,,. $0.7o 600i $420.00 Total I $420.00 File: 24444 Inspection Services ASA 21 Budget Est, Fee Worksheet Subconsultants Utility Locate Mechanical Engineer Electrical Engineer Geotechriical Engineer I &C Engineet Subconaultent Subtotal Markup Total 15% Page 1 of 1 PACE Billed Labor Total Reimbursable Expenses Subconsultants Total Project Budget $43,460.00 $420.00 $43,880.00 Printed: 7/16/2225, 3:39 PM 113 City of Tukwila City Council Transportation & Infrastructure Services Committee Meeting Minutes July 28, 2025, 5:30 p.m. - Hybrid Meeting; City Council Conference Room & MS Teams Councilmembers Present Mohamed Abdi, Chair; Hannah Hedrick Staff Present Jen Tetatzin, Griffin Lerner, David Baus, Adib Altallal, Catrien de Boer, Adam Cox, Bryan Still, Mike Perfetti I. PRESENTATION II. BUSINESS AGENDA A. Bid Award: 2025 Annual Overlay Staff is seeking approval to award a bid to ICON Materials in the amount of $1,984,599.00 plus contingency for the project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. B. 2025 Annual Overlay Project Cost Share Agreement Staff is seeking approval of cost -sharing agreement with Water District 125 to accept $112,336.40 to help fund construction of the 2025 Annual Overlay Project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. C. Bid Award: Sewer Lift Station 2 Structural Modifications Project Staff is seeking approval of a contract with Combined Construction, Inc. in the amount of $282,949.52 for construction of the project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. D. Contract Amendment: Sewer Lift Station 2 Structural Modifications Project Staff is seeking approval of Amendment 2 to the agreement with Pace Engineers in the amount * of $43,880.00 for additional construction management and inspection on the Project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. 114 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 08/04/25 JR ITEM INFORMATION ITEM NO. 6.G. STAFF SPONSOR: SHERRY EDQUID ORIGINAL AGENDA DAIL: 08/04/25 AGENDA ITEM TITLE Gilliam Creek Culvert Erosion Repair - Construction Bid Award CA1LGORY ❑ Discussion Mtg Date 1X1 Motion Mtg Date 8/4/25 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date 0 Bid Award 8/4/25 ❑ Public Hearing Mtg Date ❑ Other Mtg Date Mtg Date SPONSOR ❑Council ❑Mayor HR DCD ❑Finance ❑Fire TS ❑P&R ❑Police OP1t ❑Court SPONSOR'S A call for bids was advertised on June 30 and July 7, 2025, editions of the Seattle Times SUMT\L RY and DJC. Five (5) bids were opened on July 15, 2025. The bids were tabulated and checked for errors. The confirmed lowest bidder was Hoffman Construction, Inc. with a bid price of $182,639.64. This project will repairing eroded portions of the bank and reinforce the embankment and vegetation restoration. Council is being asked to approve the construction award with Hoffman Construction, Inc. in the amount of $182,639.64. REVIEWED BY 0 Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Arts Comm. 07/28/25 ❑ Finance ❑ Parks Comm. ❑ Planning/Economic Dev. Comm. ❑ Planning Comm. CHAIR: MOHAMED ABDI ❑ LTAC DATE: COMMIIIEE RECOMMENDATIONS: SPONSOR/ADMIN. CONDE_LIEE Public Works Department Unanimous Approval; Forward to the Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $182,639.64 $479,639.00 $0.00 Fund Source: KC FCD GRANT Comments: MTG. DATE RECORD OF COUNCIL ACTION 08/04/25 MTG. DATE ATTACHMENTS 08/04/25 Informational Memorandum dated 07/25/25 Bid tabulation Gilliam Creek Erosion Repair CIP Minutes from Transportation and Infrastructure Committee meeting of 07/28/25 115 Thomas McLeod, Mayor TO: FROM: Public Works Department - Jen Ti zin, PE, PMP - Director Transportation and Infrastructure Services Committee Jen Tetatzin, Public Works Director BY: Sherry Edquid / Josh Hopkins, Project Manager CC: Mayor Thomas McLeod DATE: July 25, 2025 SUBJECT: 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 Contingency — 20% $36,527.93 Total $219,167.57 KC FCD Grant $479,639.00 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. Attach ments: Bid tabulation Gilliam Creek Erosion Repair CIP Tukwila City Hall • 6200 Southcenter B+ ulevard • Tukwila, WA 98188 • 206-433-1800 • ite:: TukwifQWAgav 116 CITY OF TUKWILA OFFICE OF THE CITY CLE K Jennifer Marshall, Deputy City Clerk BID OPENING GILLIAM CREEK CULVERT EROSION REPAIR PROJECT PROJECT NUMBER: 825 412 02 July 15, 2025 — 10:00 A.M. aids were accepted until the hour of 9:30 a.m. via USPS mail and in -person at the City Clerk's front counter. Bidders could access the bid opening and hear bids read publicly aloud via Microsoft Teams, by dialing (253) 292-9750, Conference ID: 136 653 345# BIDDER NAME & DATE OF RECEIPT Hoffman Construction, Inc Jul 15 2025 @ 9:30AM TMC Contractors, LLC JuIll 15 2025 9:30AM Olson Brothers Excavating, Inc Jul 15 2025 9:30AM Southworth & Sons, Inc Jul 15 2025 © 9:30AM Northwest Cascade, Inc Jul 15 2025 @ 9:30AM ADDENDA ACKNOWLEDGED (0) TOTAL BID PRICE (Including Tax) $182,639,64 $312,394.96 $346,606.55 $448,854.19 $518,064.53 $339/834.76 APPARENT LOWEST BIDDER (RANK ORDER) The above figures appear as written within bid documents; and as read aloud at bid opening. THEY DO NOT, however, REPRESENT ANY BID AWARD; apparent low or otherwise. DATED this 15th day of July 2025. 117 CITY OF TUKILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: Gilliam Creek Erosion Repair Project# 82541202 Project Manager Joshua Hopkins Department Surface Water DESCRIPTION: Stabilize and protect eroded streambank slopes upstream of the 66th Ave S culvert inlet JUSTIFICATION: STATUS: 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. COMMENT: This work is to occur during the in -water work window for the Green River and Gilliam Creek and may 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 Construction Mgmt. Construction $ 128 $ 90 $ 263 $ 128 $ 90 $ 263 Total Project Costs $ 481 $ 481 Project Funding Proposed Grant $ 481 $ $ 481 Total Project Funding $ 481 $ 481 118 Transportation & Infrastructure Services Committee Minutes July28, 2025 E. Bid Award: Gilliam Creek Culvert Erosion Repair Staff is seeking approval of a contract with Hoffman Construction, Inc. in the amount of *$182,639.64 for construction of the project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. F. Interlocal Agreement: Water Resource Inventory Area (WRIA) 9 Staff is seeking approval of an interlocal agreement for the Green River, Duwamish River and Central Puget Sound Watersheds within the planning area of Water Resource Inventory Area 9. Committee Recommendation Majority approval. Forward to August 11, 2025 Committee of the Whole. G. Contract Amendment: Sewer Lift Station 5 Retrofit Staff is seeking approval of Amendment 2 to the agreement with PACE Engineers, Inc. in the amount of $99,100.00 for partial engineering inspection services. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. H. Grant Application: South Ryan Way Project. Staff is seeking Committee approval to apply to the USDOT Safe Streets for All Grant Program in the amount of $12,240,000 for design and construction funding for the project. Committee Recommendation Majority approval. I. Grant Application: Interurban Avenue Pedestrian Improvements Project. Staff is seeking Committee approval to apply to the Transportation Improvement Board Complete Streets Program in the amount of $60,000 for design and construction of the project. Committee Recommendation Majority approval. J. 2024 Annual Bridge Report Staff provided the report. Committee Recommendation Discussion only. The meeting adjourned at 5:57 p.m. Committee Chair Approval Minutes by LH 119 120 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 08/04/25 JR ITEM INFORMATION ITEM NO. 6.H. STAFF SPONSOR: ADIB ALTALLAL ORIGINAL AGENDA DAIL: 08/04/25 AGENDA ITEM TITLE Sewer Lift Station 5 Rebuild - Construction Management Supplement, Amendment 2 CATEGORY ❑ Discussion Mtg Date ❑ Motion Mtg Date ❑ Resolution Mtg Date ❑ Ordinance Mtg Date 0 Bid Award 8/4/25 ❑ Public Hearing Mtg Date ❑ Other Mtg Date Mtg Date SPONSOR ❑Council ❑Mayor HR DCD ❑Finance ❑Fire TS ❑P&R ❑Police 0Pit ❑Court SPONSOR'S Amendment #2 will authorize PACE Engineers, Inc. to perform site inspection and SUNDI RY 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. REVIEWED BY 0 Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Arts Comm. 07/28/25 ❑ Finance ❑ Parks Comm. ❑ Planning/Economic Dev. Comm. ❑ Planning Comm. CHAIR: MOHAMED ABDI ❑ LTAC DATE: COMMIIIEE RECOMMENDATIONS: SPONSOR/ADMIN. CoMa1°IEE Public Works Department Unanimous Approval; Forward to the Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $99,1000 $2,175,000.00 $0.00 Fund Source: Sewer Fund Comments: MTG. DATE RECORD OF COUNCIL ACTION 08/04/25 MTG. DATE ATTACHMENTS 08/04/25 Amendment 2 to Contract 2025 CIP, Page 115 Minutes from Transportation and Infrastructure Committee meeting of 07/28/25 121 Thomas McLeod, Mayor Public Works Department - Jen Tetatzin, PE, PMP - Director INFORMATIONAL MEMORANDUM TO: Thomas McLeod, Mayor FROM: Jen Tetatzin, Public Works Director BY: Adib Altallal, Utilities Engineer DATE: July 25, 2025 SUBJECT: 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. PACE Contract Design Contract $236,801.25 Amendment #1 $129,476.05 Amendment #2 $99,100.00 Total $465,377.30 2025-2026 Budget $2,175,000.00 RECOMMENDATION 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 122 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 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 CONSULTANT: Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Andy Youn, City Clerk APPROVED AS TO FORM: Office of the City Attorney By: ..... Printed Name: Kenneth H Nilsen Title: President CA Reviewed May 2020 Page 1 of 1 123 JJ ADDITIONAL SERVICES AGREEMENT #1 TO: City of Tukwila c/o Adib Altallal, PE 6300 Southcenter Blvd, Suite 100 Tukwila, Washington 98188 WATER I LAND I INFRASTRUCTURE I FACILITIES PROJECT NAME: Tukwila LS #5 - Retrofit PROJECT NO.: 23415 FROM: Ken Nilsen, PE DATE: April 14, 2025 SUBJECT: Scope Revision - Inspection Services 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 Kiiirk aind Way, Siaite 300 gKiiirk aind, WaslhiiinE ton 980 3 3417 1 2 25 82..7.2014 April 11, 2025 AdibAltailal, 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. 125 April 11, 2025 AdibAltallai, PE City of Tukwila Public Works Additiona1Services 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. Authorized PACE Representative Signature Ken Nilsen, PE Printed Name President Title Aprit 14, 2025 Date I accept the above -described Scope of Services and Fee Structure. Authorized Client Representative Signature Printed Name Title Date 126 Project Estimates should consider a 10% to 15% contingency for unknown conditions where applicable. Project Estimates should consider escalation for projects extending over one calendar year. PACE Engineers Select this oolumn when adding more ootunw, 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) Fee S _ duce STANDARD Project Budget Worksheet - 2025 Project Name Project#: Tukwila Loft Station #5 Retrofit Location:) Tukwila, WA I Prepared By: Date: James Schouten 23415 I Billing Group#:I Task#:I I 4/7/2025 Staff Type # (See Labor Rates Table) Staff Type Hourly Rate Staff Name (optional) Drawing/Task Title Labor Hours by Classification Labor Code Job Title 1 14 68 $305 $222 $192 Sr. Principal Engineer Project Engineer Engineering Staff III Hour Total Dollar Total Construction Inspection (Assumes 50 days @ 8 hrs/d) Task 1 - Project Management Task 2 - Demolition Inspection 6 60 400 466.0 $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 6.01 60.0; 400.0; $1,830 1 $13,320 1 $76,800 1 466.0 $91,950.00 Expenses Reimbursable Rate/Unit Quantity 1 Cost Postage/Courier Printing Costs .......................................................................................................................................................................................... l PhotoNideo Mileage/TraveVPerDiem (40miles round trip per day) .....................................................1..........................,$0.70,,,............................... Miscellaneous ........................................................................................ ......... 2000i $1,400.00,,, Total I $1,400.00 Subconeultente Utility Locate Mechanical Engineer Electrical Engineer Geotechnical Engineer I &C Engineer ......................... ........ Subconeultant Subtotal 5,000.00 $2,500 $2,500 Markup Total 15% $5,750.00 PACE Billed Labor Total Reimbursable Expenses Subconsultants Total Project Budget I f $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: 41712025, 3:13 PM 2025 - 2026 Biennial Budget City of Tukwila, Washington CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: Sewer Lift Station 5 Rebuild Project# 92340201 Project Manager Adib Altallal Department Sewer Rebuilding of sewer lift station 5 will reduce maintenance costs and reduce the risk of failure. DESCRIPTION: JUSTIFICATION: STATUS: MAINTENANCE IMPACT: COMMENT: FINANCIAL (in thousands) Aging sewer lift station requires the replacement of motors, pumps, and controls at older lift stations to reduce maintenance. The sewer lift station has been seeing a lotofissues with maintenance of pumps and motors. The existing panels and valves are in a confined space and will need to be moved to grade forsafer access. N/A Moving controls to grade level will greatly improve the safety of the access 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) Design Construction Mgmt. Construction $ 15 $ 60 $ 250 $ 1,750 5 $ 100 $ 15 $ 60 $ 250 $ 1,850 Total Project Costs $ 2,075 $ 100 $ 2,175 Project Funding Utility Revenues $ 2,075 $ 100 $ 2,175 Total Project Funding $ 2,075 $ 100 $ 2,175 128 115 Transportation & Infrastructure Services Committee Minutes July28, 2025 E. Bid Award: Gilliam Creek Culvert Erosion Repair Staff is seeking approval of a contract with Hoffman Construction, Inc. in the amount of $182,639.64 for construction of the project. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. F. Interlocal Agreement: Water Resource Inventory Area (WRIA) 9 Staff is seeking approval of an interlocal agreement for the Green River, Duwamish River and Central Puget Sound Watersheds within the planning area of Water Resource Inventory Area 9. Committee Recommendation Majority approval. Forward to August 11, 2025 Committee of the Whole. G. Contract Amendment: Sewer Lift Station 5 Retrofit Staff is seeking approval of Amendment 2 to the agreement with PACE Engineers, Inc. in the *amount of $99,100.00 for partial engineering inspection services. Committee Recommendation Majority approval. Forward to August 4, 2025 Regular Meeting Consent Agenda. H. Grant Application: South Ryan Way Project. Staff is seeking Committee approval to apply to the USDOT Safe Streets for All Grant Program in the amount of $12,240,000 for design and construction funding for the project. Committee Recommendation Majority approval. I. Grant Application: Interurban Avenue Pedestrian Improvements Project. Staff is seeking Committee approval to apply to the Transportation Improvement Board Complete Streets Program in the amount of $60,000 for design and construction of the project. Committee Recommendation Majority approval. J. 2024 Annual Bridge Report Staff provided the report. Committee Recommendation Discussion only. The meeting adjourned at 5:57 p.m. Committee Chair Approval Minutes by LH 129 130 COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 08/04/25 TC ITEM INFORMATION ITEM No. 7.A. STAFF SPONSOR: TC CROONE ORIGINAL AGENDA DATE: 08/04/25 AGENDA ITEM TITLE Teamsters 117 Police Commanders Labor Agreement Contract 2025-2028 CATEGORY ❑ Discussion Mtg Date Z Motion Mtg Date 8/4/25 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date SPONSOR ❑ Council ® Mayor ❑ Adnain Svcs ❑ DCD ❑ Finance ❑ Fire ❑ P&R ❑ Police ❑ Pir SPONSOR'S SUM IARY Ratification of Teamsters 117 Police Commanders Labor Agreement Contract 2025-2028 REVIEWED BY ❑ Trans&Infrastructure Svcs ❑ Community Svcs/Safety ❑ Finance & Governance ❑ Planning & Community Dev. ❑ LTAC DATE: N/A ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. COMMITTEE CHAIR: N/A RECOMMENDATIONS: SPONsoR/ADMIN. Human Resources COMMIIIEE N/A COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED Fund Source: GENERAL FUND Comments: MTG. DATE RECORD OF COUNCIL ACTION MTG. DATE ATTACHMENTS 08/04 Informational Memorandum dated 08/04/2025 Teamsters 117 Police Commanders Labor Agreement 131 Thomas McLeod, Mayor Administrative Services Dept., Human Resources - TC Croone, Chief People Officer INFORMATIONAL MEMORANDUM TO: City Council FROM: TC Croone, Chief People Officer CC: Thomas McLeod, Mayor DATE: August 4, 2025 SUBJECT: Teamsters 117 Police Commanders Labor Agreement 2025-2028 ISSUE Consideration and approval of the Teamsters 117 Police Commanders labor agreement for 2025-2028. BACKGROUND The current labor agreement with Teamsters 117 Police Commanders expired on June 30, 2025. The City and the Union have reached agreement for 2025-2028. The contract has been voted on and passed by the Union membership. RECOMMENDATION The Council is being asked to consider and approve the contract at the August 4, 2025 Regular Council Meeting. ATTACHMENT Teamsters 117 Police Commander Labor Agreement 2025-2028 Tukwila City Hall • 6200 Southcenter B+ ulevard • Tukwila, WA 98188 • 206-433-1800 • ite:: TukuirilaWA.gav 132 AGREEMENT By and Between TEAMSTERS LOCAL UNION NO. 117 Affiliated With The International Brotherhood of Teamsters REPRESENTING THE POLICE COMMANDERS And CITY OF TUKWILA Term of Agreement July 1, 2025- .Tune 30, 2028 FG: 103775526.2 133 TUKWILA POLICE COMMANDERS TABLE OF CONTENTS Article # Title PAGE Agreement 1 1 Recognition and Bargaining Unit 1 2 Definitions 1 3 Dues Deduction 1 4 Hours of Work and Overtime Exemption 3 5 Management Benefits 3 6 Uniforms and Clothing 8 7 Salaries 8 8 Grievance Procedure 9 9 Management Rights 11 10 Civil Service 12 11 Non -Discrimination 12 12 Indemnification 13 13 Entire Agreement 13 14 No Strike and No Lockout 14 15 Savings Clause 14 16 Duration of Agreement 15 FG: 103775526.2 134 City of Tukwila (Commanders) AGREEMENT This mutual agreement has been entered into by the Teamsters Local Union No. 117 (hereinafter referred to as Union), and the City of Tukwila (hereinafter referred to as "City" or "Employer"). ARTICLE 1 RECOGNITION AND BARGAINING UNIT SECTION 1. The City of Tukwila recognizes the Teamsters Local Union No. 117, as the exclusive bargaining representative of the Police Department for all Police Commanders of the Tukwila Police Department. ARTICLE 2 DEFINITIONS SECTION 1. For the purpose of this Agreement, the following definitions will control: 2.1 "Bargaining Unit" shall mean all regular full-time commissioned Commanders who are employed by the City of Tukwila Police Department and working in the position of Commander per PERC certification dated January 6, 2022 (PECB 134668-E-21). 2.2 "Employer" shall mean the City of Tukwila, Washington. 2.3 "Commander" shall mean all Commanders included in the bargaining unit as set forth in Section 2.1 above. 2.4 "Union" shall mean Teamsters Local Union No. 117. 2.5 "Police Chief' shall mean the Police Chief or Police Chiefs designee. ARTICLE 3 DUES DEDUCTION 3.1 Notification — All employees working in the bargaining unit shall have the right to become a member of the Union. The City will inform new, transferred, promoted, or demoted employees prior to appointment into positions included in the bargaining unit of the Union's exclusive representation status. 1 FG: 103775526.2 135 City of Tukwila (Commanders) 3.2 Union Orientation — Within seven (7) calendars days of a new, transferred, promoted, or demoted employee being appointed to a position within the bargaining unit, the Union will be allowed thirty (30) minutes of presentation time for the purpose of orienting the employee to Union membership. 3.3 Union Dues and Fees - The Employer, upon voluntary written authorization of the employee, shall deduct from the first pay received each month by such employee, the union dues, initiation fees and assessments for the current month and promptly remit same to the appropriate officer of the Union. If dues are not deducted in one month for any reason, they shall be deducted the following pay period. The amount of such dues, fees and assessments are those currently in effect or as may hereinafter be established. The City will deduct the dues, fees, and assessments on the first pay day in the month. When an employee quits, is discharged or is laid off, any of the foregoing amounts due will be deducted from the last pay payable. The Employer will honor the terms and conditions of each employee's signed payroll deduction authorization card. 3.4 Dues Cancellation — Employees may cancel their payroll deduction by written notice to the Union in accordance with the terms and conditions of their signed payroll deduction authorization card. The Union will provide the Employer notice of all employees who are eligible for cancellation. The cancellation will become effective on the second pay period after receipt of confirmation from the Union that the terms of the employee's signed payroll deduction authorization card regarding cancellation have been met. 3.5 Teamsters Legal Defense Fund — The Employer agrees to deduct from the paycheck of each member covered by this Agreement who has so authorized it by signed notice submitted to the Employer, the necessary fee, assessment, and regular monthly fee to provide the Teamsters Legal Defense Fund. The Employer shall transmit such fees made payable to "Teamsters Legal Defense Fund" sent to American Legal Services, Inc. 3.6 Indemnification/Hold Harmless — The Union and employees covered by this agreement agree to indemnify, defend and hold harmless the Employer from any and all claims and liabilities, including legal fees and expenses incurred by the Employer in complying with this Article and any issues related to the deduction of dues and fees, unless such error was caused by the Employer's failure to maintain accurate records after receiving notification of a cancellation of deductions. The Union shall refund to the Employer any amounts erroneously paid by the Employer to the Union as union dues, initiation fees and/or assessments, upon presentation of proper evidence. J o "I t ��f 0I'l I �� ems, 1 i Iti f , ), t1..�1 nr (14) �..��It,I U ��P � 1 2 FG: 103775526.2 136 City of Tukwila (Commanders) conf fa r t n o 11 re r,:,) re S 11 tat VeS r g a If(1 S C re 0; i„,„), ('3 St i„::1 fa t fa Et rn r,,) o'y fo r n ot fo rn a i„::1 fa fo r a r t r a ry a n r a r„:„) r ot„„), s r fa asons„ v t \NOrkrlg r d S t a t t t"'"1 ree IT1 (Dint S b f4:9, d cflfed to 1'0 (Did OW E)V E) E) b E) 110 IflfE) 0 11 Of f. E) LTHI 0)/ E) 0 E) r 0 11 S f.0; f4:3," S S e tO rri 0 y ED; f4,3fS 'f,f3 1'1 ffl r" ED; F) l'EffS e 1'1 ta t EffS 0 f t e 0 1-1 t ',,F3 ty of HHIHHI,„), k„\N fi,?; rol Icy eifi,?; rg r s f4:3',Ifeiffl a S rl erOcg a tO ry of t e E. rn r) cxy r , t S fi,3,,,(:::',,,tf4:3,;(1 ffl s d 0t"'"1 e e S 011 e 3 FG: 103775526.2 137 City of Tukwila (Commanders) ARTICLE 4 HOURS OF WORK AND OVERTIME EXEMPTION 4.1 Police Commanders shall generally work forty (40) hours per week schedules. Furthermore, the management nature of their position qualifies as an Executive Exemption under the Fair Labor Standards Act and Washington State Minimum Wage Act, and thus Police Commanders are salaried employees who are not paid overtime. 4.2 Flexible work schedules will be utilized as may be acceptable to the Police Chief, after considering the coverage needed from the commander classification and commander duty responsibilities. 4.3 In lieu of overtime pay, informal release time may be authorized in recognition of the time demands of the positions, as mutually agreed by the bargaining unit member and the Police Chief. All Commanders within the bargaining unit who work contracted overtime shall be paid one hundred and forty dollars ($140) per hour for such work. 4.4 Longevity Pay - Longevity pay shall be added to each Commander's base monthly pay as follows: Commander shall receive two percent (2%) at the anniversary date of five years (5) of employment. Commander shall receive four percent (4%) at the anniversary date of ten years (10) of employment. Commander shall receive six percent (6%) at the anniversary date of fifteen years (15) of employment. Commander shall receive eight percent (8%) at the anniversary date of twenty years (20) of employment. Commander shall receive ten percent (10%) at the anniversary date of twenty five years (25) of employment. ARTICLE 5 MANAGEMENT BENEFITS Unless otherwise agreed, the provisions set forth in City of Tukwila Resolution no. 1700, dated November 9, 2009, shall continue to apply to police Commanders as outlined in the following provisions of the City Resolution: 4 FG: 103775526.2 138 City of Tukwila (Commanders) Holidays - Commanders shall receive the following holidays in accordance with existing city policy: January 1 Third Monday in January Third Monday in February Last Monday in May Fourth of July First Monday in September November 11 Fourth Thursday in November Fourth Friday in November December 25 June 19th (2) Two Floating Holiday New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Veterans Day Thanksgiving Day Day after Thanksgiving Christmas Juneteenth Commander's choice In the event a holiday falls upon a Sunday, the following Monday shall be deemed to be the legal holiday. In the event the legal holiday falls on a Saturday, the preceding Friday shall be deemed to be the legal holiday. The Floating Holidays must be taken during the calendar year of entitlement or the days shall be forfeited. 2. Sick Leave - A Commander shall accumulate sick leave pay at the rate of eight (8) hours for each completed calendar month of service, with an annual carryover of up to 720 hours (e.g. 90 8-hour days). Accumulated sick leave shall be paid at the rate of eight (8) hours perday at the Commander's regular straight time -hourly rate of pay from and including the Commander's first(s)working day absent. Sick leave benefits shall apply to bona fide cases of Commander's sickness, accident, doctor, dental or ocular appointments, maternity leave, or the illness or injury of a spouse or other family member as defined in RCW 49.46.210 with a health condition that requires treatment or supervision, and requests for Commander's presence by immediate family, doctor or clergy due to immediate family illness, or emergency, and any other authorized purpose under RCW 49.46.210. Commanders who exceed the carryover limit of seven hundred and twenty (720) hours of accumulated sick leave will, at the end of the year, receive into their individual HRA VEBA account twenty-five percent (25%) of the value of the accrued, unused sick leave hours that they have earned in excess of seven hundred and twenty (720). 5 FG: 103775526.2 139 City of Tukwila (Commanders) Domestic Partner Benefits The City of Tukwila Self -Insured healthcare plan and Kaiser-Permanente extend dependent eligibility to Commander's spouses, domestic partners and their children. The City provides benefit coverage to a domestic partner of the same or opposite sex and dependent children on the same basis as provided to a spouse and dependent children. Eligibility for domestic partnership status will be established by presentation of proof of a registered domestic partnership of the State of Washington or the submission of an affidavit and documentation as required by the City's Personnel Policies. Bereavement Leave A Commander who has a member of their immediate family taken by death or who has been notified by a physician in attendance of imminent death may request to use up to fifty-six (56) hours of leave of absence with pay. Immediate family shall be defined as: spouse, registered domestic partner, mother, father, mother-in-law, father-in-law, children (including registered domestic partner's children in compliance with City Policy & Procedure #01-02-14), brother, sister, son-in-law, daughter-in-law, brother-in-law, sister-in-law, grandparents, and grandchildren and any person acting in the capacity of a parent to the Commander as a child (applying "in loco parentis" doctrine). 3. Medical Insurance The Employer shall pay the full premium cost for medical coverage under the Self -Insured Medical Plan for Commanders and their eligible dependents, up to a maximum increase of eight percent (8%) each year. The City will pay one - hundred percent (100%) of the Employees (Commanders) cost of medical coverage, Commanders will pay thru wage deduction ten percent (10%) of the cost of medical coverage for dependents. Any increase in premium costs above eight percent (8%) will be paid by the Commanders through payroll deduction; provided bargaining unit members shall not pay premium costs that exceed those paid by members of the Tukwila Police Officers' Guild during the term of this Agreement. The Union and the City agree that if the family premium sharing, ten percent (10%) exceeds two hundred sixty dollars ($260.00) during the contract term, the Union and the City will meet to bargain the impacts of the increase. In the event the monthly premium costs increase more than eight percent (8%) throughout the duration of this agreement the Employer or the Union have the right to reopen the Agreement to negotiate changes in the Self -Insured Medical Plan benefit level so that the increase in medical premium costs does not exceed eight percent (8%). 6 FG: 103775526.2 140 City of Tukwila (Commanders) In August of each year the Tukwila Health Care Committee will meet to review the actual costs of the Self -Insured Medical Plan from September 1st of the previous year through August 31st of the current year. The actual costs, together with any projected increase to the Tukwila Self -Insured Medical Plan, shall be used by the City to determine the premium costs for the following year. For Commanders who elect medical coverage through Kaiser-Permanente, the Employer shall pay 100% of the cost of medical coverage for all bargaining unit members and 90% of the cost of medical coverage for their eligible dependents, up to the maximum dollar amount contribution to the Self- Insured Plan for Commander and dependent coverage. Any premium amounts in excess of the Employer's contribution shall be paid by the individual Commander through payroll deduction. Coverage under the Kaiser-Permanente Plan shall be determined by Kaiser-Permanente. 4. Life Insurance The City shall pay the premium for life and accidental death and dismemberment insurance at one hundred percent (100%) of the amount of the Commander's annual earnings, rounded up to the next higher multiple of one thousand dollars ($1,000). 5. Vision/Optical The City shall provide coverage for eye examinations and vision hardware and contacts for each full-time Commander and their eligible dependents at the rate of $250 per person, to a maximum of $500 per family each calendar year. 6. Disability Insurance The City shall provide one hundred percent (100%) of the premium for each full- time Commander for a comprehensive long-term disability policy. 7. Teamsters Retirees' Welfare Trust Based on June 2025 hours, effective July 1, 2025 and on a monthly basis thereafter, the City shall pay the sum of one hundred seventy five dollars ($175.00) per month for benefits under the "RWT-XL Plan" during the period this Collective Bargaining Agreement is in effect, the City agrees to remit payment to the Retirees Welfare Trust, c/o NORTHWEST ADMINISTRATORS, INC., for each employee who received compensation for eighty (80) hours or more in the previous month. 8. Maintenance of Benefits The Trustees of the Washington Teamsters Welfare Trust or the Retirees Welfare 7 FG: 103775526.2 141 City of Tukwila (Commanders) Trust may modify benefits or eligibility of any plan (i.e. for the purpose of cost containment, cost management, or changes in medical technology and treatment). If increases are necessary to maintain the current benefits or eligibility, or benefits or eligibility as modified by the Trustees during the life of the Agreement, the City will pay such increases up to eight percent (8%) in a year. If an increase of more than eight percent (8%) in a year is necessary, the parties will meet to negotiate responsibility for payment of the increase in excess of eight percent (8%). 9. Vacations Following the sixth (6th) month of continuous employment, full-time Commanders shall be granted annual vacation leave in the amount of six (6) full days (each day is calculated at eight hours regardless of schedule worked). Thereafter, the Commander will accrue an additional day of annual leave each month, up to a total of 14 days (i.e. 112 hours) per year. The maximum number of accrued hours is 384 or 48 days. Upon resignation or retirement from City employment, an employee shall be paid cash at the normal rate of pay for their unused vacation leave, provided regular status has been attained. Vacation Schedule: Years of Service Vacation Accrual 1st thru 4th years 14 days (112 hours) 5th thru 9th years 18 days (144 hours) 10th thru 14th years 22 days (176 hours) 15th plus years 24 days (192 hours) 11. Ordinance, Policies and Procedures Except as otherwise provided by the terms of this Agreement, the City will maintain the status quo under City ordinances, policies and procedures in regard to mandatory subjects of bargaining, including benefits applicable to police commanders, until the parties have met their respective bargaining obligations under RCW 41.56. 11. Vehicle Assignment Police Commanders are currently assigned vehicles bytheCityfortheCity's benefit and Commanders are expected to take home and drive to work such vehicles. The assignment of a take home vehicle is for the purpose of responding to emergency operations and to attend required evening or weekend City meetings. Police Commanders are expected to follow all city and department rules regarding the use and maintenance ofcity vehicles. The City retains the right to reduce the number of take home vehicles assigned to members of the bargaining 8 FG: 103775526.2 142 City of Tukwila (Commanders) unit; provided that the Union retains the right to propose alternatives as well as bargain the economic effects of doing so as may be required by RCW 41.56. ARTICLE 6 UNIFORMS AND CLOTHING Uniform/Clothing/Dry Cleaning/Footwear Allowance - An annual allowance shall be provided each Commander in the amount of $600.00 for cleaning of City issued Uniforms, and the replacement of footwear. The City will continue to provide and replace required uniforms and equipment on a fair wear and tear basis. ARTICLE 7 SALARIES 7.1 Effective January 1, 2025, the wages of each Commander will be: Step 1 Step 2 Step 3 TBD per Section 7.4 TBD per Section 7.4 TBD per Section 7.4 7.4 The linkage of a minimum of twenty-five percent (25%) between the top step of base pay ("Top Step") of the Sergeant in the Sergeant contract and the first step of pay for Commanders (the "Differential Formula") is intended to provide stability and avoid potential compression. Throughout the term of this Agreement, the Commanders will receive a pay adjustment whenever there is a change in the Top Step in the Sergeant bargaining agreement. The pay adjustment shall occur at the same time that the Sergeant adjustment to the Top Step is effective. While each party reserves the right to seek a change in the Differential Formula in future negotiations, any such change will require the party proposing it to have a compelling basis for making the change. 7.5 Three percent (3%) Command Duty Officer (CDO) pay premium shall be paid to all members for the time they are assigned as CDO. 7.6 Deputy Chief/Chief - If a Commander is assigned by proper authority to work out - of -class as Deputy Chief or Chief for a period in excess of one day, they shall be paid a premium of seven percent (7%) of the Commander's base wage per hour for the entire period of assignment. 9 FG: 103775526.2 143 City of Tukwila (Commanders) 7.7 Effective the first pay period after ratification by both parties, the Employer shall contribute a $200 monthly matching deferred compensation contribution to a 401(a) account for each participating employee. 7.8 Effective upon the date the last party signs the Agreement, the City agrees to an annual stipend of $1500 per Commander as an education incentive allowance, payable in the form of tuition reimbursement, not to exceed $6000 per year for the bargaining unit as a whole. An individual Commander can assign his/her $1500 to another bargaining unit member. ARTICLE 8 GRIEVANCE PROCEDURE 8.1 Definition. A "grievance" means a claim or dispute by a Commander (or the UNION on behalf of an Commander or Commanders or on its own behalf with regard to matters effecting the Union as an entity) with respect to the interpretation or application of the provisions of this Agreement. 8.2 Procedure: A. Step 1: A Commander or Union representative must present to his supervisor a grievance in sufficient detail as to identify the claim or dispute within fourteen (14) calendar days of its alleged occurrence (or knowledge of the event giving rise to the grievance). The Commander's supervisor shall attempt to resolve it within fourteen (14) calendar days after it is presented to the supervisor. B. Step 2: If either the Commander or Union is not satisfied with the solution by the supervisor, a written grievance stating the section of this Agreement violated, the facts of the case as seen by the grieving party, and the remedy sought. Such written grievance must be presented to the Chief of Police (with a copy to the Chief People Officer) within fourteen (14) calendar days after receipt of the supervisor's answer in step 1. The Chief of Police shall attempt to resolve the grievance within fourteen (14) calendar days of its presentation to the Chief of Police. C. Step 3: If the Commander or Union is not satisfied with the solution by the Chief of Police, the written grievance, together with all other pertinent materials, may be presented to the Mayor or his/her designee by a 10 FG: 103775526.2 144 City of Tukwila (Commanders) Union representative within (14) calendar days after receipt of the Chief's answer in Step 2. The Mayor or his/her designee shall attempt to resolve the grievance within fourteen (14) calendar days after it has been presented to the Mayor. D. Step 4: Except as otherwise provided in this Article, if the grievance is not resolved at Step 3, the grievance may, within thirty (30) calendar days, be referred to arbitration by the Union. For a disciplinary grievance as defined by RCW 41.58.070, the arbitrator shall be assigned by PERC in accordance with state law. For all other grievances, the City and the Union shall try to agree upon a mutually acceptable arbitrator. If the parties fail to agree, they shall strike from a list of seven (7) arbitrators from the Federal Mediation and Conciliation Service, with all arbitrators being members of the National Academy of Arbitrators. The parties shall alternatively strike from the list until only one name remains. In the event FMCS is unresponsive to the parties' request for a panel, the parties agree to utilize the American Arbitration Association (AAA), or another mutually agreed upon comparable agency, that maintains a roster of labor arbitrators. It shall be the function of the Arbitrator to hold a hearing at which the parties may submit their cases concerning the grievance. The Arbitrator shall decide the case based on the interpretation and application of the provisions of the agreement within thirty (30) days after such hearing. The decision shall be in writing together with specific facts and rationale for deciding in favor of either party. The decision shall be final and binding upon the parties to the grievance provided the decision does not involve action by the City, which is beyond its jurisdiction. Each party hereto will pay the expenses of their own representatives (e.g. attorney's fees) and the expenses of the arbitrator will be borne equally by the parties hereto. Neither the arbitrator nor any other person or persons involved in the grievance procedure shall have the power to negotiate new agreements or to change any of the present provisions of this agreement. The Arbitrator shall have no right to amend, modify, nullify, ignore, add to, or subtract from the provisions of this Agreement. The Arbitrator shall consider and decide only the question of fact as to whether there has been a violation, misinterpretation or misapplication of the provisions of this Agreement. The Arbitrator shall have no authority to make a decision on any issue not so submitted or raised. The City, Union and 11 FG: 103775526.2 145 City of Tukwila (Commanders) any bargaining unit member shall not have a right to bypass the arbitration provisions of this Agreement and resort to litigation or any other forum to appeal a grievance based on rights under this Agreement. Litigation or any other contest of any subject matter involving a Commander or the Union in any court or other available forum shall constitute an election of remedies and a waiver of the right to arbitrate the matter. 8.3 Timeliness. It is the intent of this grievance procedure that the parties will process grievances within the timeframes set forth herein. In the event the grievance is not processed in the timeframes stated, then the matter shall be considered resolved. If the City fails to comply with the timeframes herein, then the grievance will automatically advance to the next step. The timeframes may be extended by mutual written agreement of the parties. ARTICLE 9 MANAGEMENT RIGHTS All powers, authorities, functions and rights not specifically and expressly restricted by this Agreement are retained by the City and shall continue to be subject to exclusive management control. Management rights shall include by way of illustration, but are not limited to the right to: Establish and modify reasonable rules and regulations for the operation of the Police Department and the conduct and performance of its Commanders. Determine and change Police Department budget, methods of operation, facilities and equipment. Recruit, hire, layoff, promote, assign, appoint, discipline, discharge, or suspend Commanders in accordance with City of Tukwila Civil Service Rules and Regulations. Determine work schedules, number of personnel and the methods and processes by which work is to be performed. Determine mental, physical and performance standards. Assign work and determine the duties to be performed by Police Commanders including what work will be assigned to Police Commanders and what work will 12 FG: 103775526.2 146 City of Tukwila (Commanders) be assigned to other personnel. Determine the need for additional education courses, training programs, on- the-job training, or class training; assign Commanders to such duties for periods to be determined by the Employer. To take whatever temporary actions are necessary in emergencies in order to assure the proper functioning of the Department. The Union agrees that its members shall comply in full with Police Department rules, regulations, policies and procedures including those relating to conduct and work performance. ARTICLE 10 CIVIL SERVICE City of Tukwila Civil Service Rules and Regulations shall continue to apply to Commanders. Application of Civil Service Rules and Regulations by the Civil Service Commission shall not be subject to the Grievance Procedure. ARTICLE 11 NON-DISCRIMINATION It is the continuing policy and recognized obligation of the City and the Union that the provisions of this Agreement shall be applied uniformly as required by federal and state employment laws that prohibit unlawful discrimination based upon race, color, religion, creed, national origin, handicap, sexual orientation, marital status, gender, or age, except where gender or age is a bona fide occupational qualification or any other class protected by law. Disputes regarding this Article may be handled through either the grievance procedure or the applicable regulatory agency, including the City's Civil Service Commission, but not both. All provisions of this Agreement shall apply equitably to all Commanders. ARTICLEI 2 INDEMNIFICATION 13 FG: 103775526.2 147 City of Tukwila (Commanders) 12.1 The Employer shall indemnify , defend and hold harmless any Commander, and the Commander's marital community, named as defendant in a lawsuit for alleged acts or omissions oftheCommander made ingood faith during the course and inthe scope ofthe Commander's employment with the Employer; provided, that the Employer shall not be required to indemnify, defend or hold harmless the Commander for any dishonest, fraudulent or criminal act, intentional misconduct or gross negligence of the Commander, orforany suit brought against the Commander by or on behalf of the Employer. This protection shall apply only after written notice that the Commander has been named as a defendant in the lawsuit is given to the City Attorney by the Commander or the Guild. The Employer retains the right to select the counsel to provide legal representation totheCommander pursuant tothisArticlein the Employer's reasonable discretion. 12.2 The City or its insurance carrier has the right to select the counsel to provide legal representation. The City or its insurance carrier will ensure that the attorney selected has a high level of experience in representing law enforcement officers in the use of force. ARTICLE 13 ENTIRE AGREEMENT 13.1. The Agreement expressed herein in writing constitutes the entire Agreement between the parties, and no oral statement shall add to or supersede any of its provisions. 13.2. The parties acknowledge that each has had the unlimited right and opportunity to make demands and proposals with respect to any matter deemed a proper subject for collective bargaining. The results of the exercise of that right are set forth in this Agreement. Therefore, except as otherwise provided in this Agreement or by an agreement to modify the terms of this Agreement, the Employer and the Union, for the duration of this Agreement, each voluntarily and unqualifiedly agree to waive the right to oblige the other party to bargain with respect to any subject or matter not specifically referred to or covered in thisAgreement. ARTICLE 14 NO STRIKE AND NO LOCKOUT 14.1 No Strike. During the life of this Agreement, neither the Union nor any officer, agent, or Commander will instigate, promote, sponsor, engage in, or condone any strike 14 FG: 103775526.2 148 City of Tukwila (Commanders) (including sympathy strike), slowdown, concerted stoppage ofwork, or "sick-outs." 14.2 No Lockout. During the term of this Agreement, the City will not instigate a lockout over a dispute with the Union so long as there is no breach of Section 1. 14.3 Union Official Responsibility. Each Commander who holds the position of officer or steward or committee member of the local Union occupies a position of special trust and responsibility in maintaining and bringing about compliance with the provisions of this Article. In the event of a violation of Section 1 of this Article, the Union agrees to inform its members of their obligations under this Agreement, and to direct them to return to work. ARTICLE 15 SAVINGS CLAUSE 15.1 If any article of this Agreement or any addenda hereto should be held invalid by operation of law or by any tribunal of competent jurisdiction, or if compliance with or enforcement of any article should be restrained by such tribunal, the reminder of this Agreement and addenda shall not be affected thereby and the parties shall enter immediate collective bargaining negotiations for the purpose of arriving at a mutual satisfactory replacement of such article. 15.2 If any provisions of this Agreement are found by a court of competent jurisdiction to be in conflict with current Civil Service Rules and regulations, the letter shall prevail except in Union security provisions, in which case, the provisions of Article 20 shall prevail. The Employer agrees that in the event that any provision of Civil Service Rules and Regulations are suspended, abolished or modified, collective bargaining shall proceed immediately with respect to any items what as a result of such change may come within the discretion of the Employer, and the results of such bargaining shall be made a part of thisAgreement. ARTICLE 16 DURATION OF AGREEMENT 15 FG: 103775526.2 149 City of Tukwila (Commanders) Unless otherwise provided herein, this Agreement shall become effective on July 1, 2025. It shall remain in force until June 30, 2028. The Agreement may be opened to negotiate a successor Agreement by either party giving notice in writing not later than sixty (60) days prior to the expiration date. CITY OF TUKWILA TEAMSTERS LOCAL UNION NO. 117/IBT representing COMMANDERS THOMAS MCLEOD PAUL DASCHER Mayor Secretary -Treasurer Date Date 16 FG: 103775526.2 150 City of Tukwila (Commanders) APPENDIX "B" - HEALTH REIMBURSEMENT/VEBA All Commanders are required to participate in the City of Tukwila HRA VEBA plan. New Commanders shall become plan participates the first of the month following appointment to their position. Each Commander shall contribute $400 per month ($200 per pay period) into their HRA VEBA account for the duration of the 2025-2028 collective bargaining agreement, through payroll deduction. Additional HRA VEBA contributions include: • Sick leave excess — Per Article 5.2, Commanders who exceed seven hundred and twenty (720) hours of accumulated sick leave at the end of the calendar year will receive twenty-five percent (25%) of the value of the accrued, unused hours above seven hundred and twenty (720) into their individual HRA VEBA account. • Sick leave pay upon separation of employment — Upon separation of employment from the City, the City will contribute twenty-five percent (25%) of the amount payable for any unused sick leave into the Commander's individual HRA VEBA account. 17 FG: 103775526.2 151 152 Thomas McLeod, Mayor TO: Mayor's Office - Marty Wine, City Administrator The city of opportunity, the community of choice Mayor McLeod Councilmembers FROM: Marty Wine, City Administrator DATE: July 29, 2025 SUBJECT: City Administrator's Report The City Administrator Report is meant to provide the Council, staff, and the community with an update on the activities of the City and on issues that concern Tukwila. Please let me know if you have any questions or need additional information about any of the following items. I. Intergovernmental Update • Washington State Recycling Association Retreat: Staff attended the Washington State Recycling Association Board retreat on July 14 and 15. • Sound Cities Association Mayors Meeting: Mayor McLeod participated in a Sound Cities Association Mayors meeting on July 15. • Sound Cities Association Board Meeting: On July 16 Mayor McLeod participated in a Sound Cities Association Board Meeting. • King County Flood Control District Advisory Committee Meeting: Mayor McLeod and Director Tetatzin participated in a King County Flood Control District Advisory Committee meeting on July 17. • Meeting with Snohomish County Executive: On July 22 Mayor McLeod and Director Miles met with Snohomish County Executive Dave Somers to check in on Sound Transit related items for the City. • SCORE Jail Administrative Board Meeting: Mayor McLeod participated in a SCORE Jail Administrative Board meeting on July 23. • Cascade Water Alliance Board Meeting: On July23 Mayor McLeod participated in a Cascade Water Alliance Board meeting. • Highline Forum: Councilmember Papyan and Director Miles participated in the Highline Forum meeting on July 23. • Puget Sound Regional Council Executive Board Meeting: Mayor McLeod attended a Puget Sound Regional Council Executive Board meeting on July 24. • Meeting with King County Regional Homelessness Authority: On July 25 Mayor McLeod, Director Miles, and Stacy Hansen met with the King County Regional Homelessness Authority to meet the new CEO Kelly Kinnison. Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 153 City Administrator's Report July 29, 2025 Page 2 • Meeting with Sound Transit: Director Tetatzin met with Sound Transit staff on July 25 to discuss the status of planning for the Boeing Access Road infill Link station and establish relationships for future design review and right of way coordination. II. Community Events • King County Solid Waste Repair Event: King County Solid Waste hosted a Repair Event at the Tukwila Community Center on July 12 from 1:30 PM - 4:30 PM. More than 70 people attended this free event. They worked on 76 items and were able to fix or mend 60 of them. • Tukwila Farmer's Market: Parks & Recreation staff held the first city -ran Tukwila Farmer's Market on July 20 funded by King County 4Culture Arts Sustained Support. Approximately 440 community members visited the Tukwila Community Center to buy local produce, sample local food trucks, and enjoy live music. The next Tukwila Farmer's Market is currently planned for August 3. • Community Wellness & Air Quality Awareness Event: A Community Wellness & Air Quality Awareness event took place on July 27 from 10:00 AM and 2:00 PM at the Tukwila Justice Center. Participants received a free air purifier, provided by Public Health - Seattle & King County, and educational information to improve indoor air quality. Optional Blood Pressure, Glucose, Cholesterol, HIV, and STI health screenings were also available. The event was made possible in partnership with City of Tukwila Equity & Social Justice Commission, the African Leaders Health Board, Neighborhood House, Center for Multicultural Health, Eco Infinity, the Somali Independent Business Alliance, and Oceania NW. Ill. Staff Updates Public Safety • Police Facility Tour: On July 17, Chief Dreyer provided a tour of the police facility to a group of approximately 20 middle school and high school students, who are members of the Philipino Community Center. • National Night Out Against Crime: The Police Department continues to plan for National Night Out Against Crime, which will take place on August 5. Project Updates o TCC Riverside Campus and Canoe Launch Project: Parks & Recreation staff met with the Washington State Recreation & Conservation Office Grants Manager for a site walk of the Tukwila Community Center Riverside Campus as staff begin pre -contracting work for the grant funded Riverside Campus & Canoe Launch Project. Staff has a kickoff meeting with the chosen project designer, the Berger Partnership, to begin further planning and design for the project. Staff have scheduled a site walk with Berger and their subcontractors for July 31. • Duwamish Park Playground Replacement: The KABOOM! grant -funded Duwamish Park playground replacement design has been finalized. The build date for the project is September 27. Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 154 City Administrator's Report July 29, 2025 Page 3 • King County Parks Levy Grants: Parks & Recreation staff have received results for the latest round of King County Parks Levy grants and are proud to announce awards: o $1,000,000 for the Tukwila Community Center Riverside Campus and Canoe Launch project from the Open Space - River Corridors program o $250,000 for the Tukwila Community Center Turf Field Conversion project from the Youth Amateur Sports Grant o $250,000 for the Joseph Foster Memorial Park Turf Field Conversion project from the Youth Amateur Sports Grant • Sewer Lift Station 5: Construction is nearing completion with the majority of concrete and electrical work now finished. We are awaiting delivery of a long -lead vault, expected within the next few weeks, after which final restoration will proceed. • 149th & 150th Streets Water Main: The contractor has completed installation of all water main pipe and appurtenances. Final paving is done at all locations, striping is underway, and remaining restoration and landscaping work will be completed in the coming weeks. • Boeing Access Road Station: Government Relations, Community Development and Public Works staff participated in a monthly design meeting for Boeing Access Road Station. Boards, Commissions and Committees We welcome the City Council to encourage community members to apply for vacant Board & Commission positions. • Arts Commission: The next meeting is scheduled for August 20, 2025. 2 resident position terms expire March 31, 2026. No vacancies. • Civil Service Commission: The next meeting is scheduled for August 21, 2025. 1 resident position term expires March 31, 2026. No vacancies. • COPCAB: The next meeting is scheduled for August 14, 2025. 3 resident position terms expire March 31, 2026. VACANT: 1 Business Position and Student Representative. • Equity & Social Justice Commission: The next meeting is scheduled for August 7, 2025. 1 City Employee position term expires March 31, 2026. 2 Education position terms expire March 31, 2026. 1 Community position term expires March 31, 2026. No vacancies. • Human Services Advisory Board: The next meeting is scheduled for August 21, 2025. 1 Resident position term expires March 31, 2026. 1 School District position term expires March 31, 2026. 1 Medical/Health position term expires March 31, 2026. No vacancies. Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 155 City Administrator's Report July 29, 2025 Page 4 • Library Advisory Board: The next meeting is scheduled for September 2, 2025. 3 Resident position terms expire March 31, 2026. VACANT: Student Representative. • Lodging Tax Advisory Committee: The next meeting is scheduled for August 1, 2025. All positions are 1-year terms. VACANT: 1 Business Collecting Tax Representative • Park Commission: The next meeting is scheduled for August 13, 2025. 2 Community position terms expire March 31, 2026. VACANT: Student Representative. • Planning Commission: The next meeting is scheduled for August 28, 2025. No vacancies. IV. Responses to Council/Community Inquiries Date of Inquiry Inquiry Response July 14, 2025 Council President Sharp asked staff to explore the idea of a water tank to help with vegetation management in Allentown. The revegetation work along the riparian buffer in Allentown is not a city project. EarthCorps is performing the work under a contract and grant with King County, and this work is anticipated to continue in the next funding cycle. City staff will pass along the concern about watering to King County and EarthCorps, and can provide a connection to the resident, if desired. July 14, 2025 Council President Sharp asked about installing speed cushions/speed bumps along 44th Avenue in Allentown. Traffic calming in Allentown has been one of the highest priorities in the Neighborhood Traffic Calming Program. The Neighborhood Traffic Calming Program was approved by the City Council to provide an equitable and data -driven framework to handle citywide requests, since the city receives many more requests than there is funding available. Per the program, requests must be evaluated, scored, and ranked using the criteria in the NTCP. The Public Works Department is currently working to evaluate and prioritize the pending requests, and we continue to receive new requests from community members. The form to submit a proposal is located on our website: https://www.tukwilawa.gov/departments/public- works/construction-projects-and-transportation- impacts/neighborhood-traffic-calming- program/neighborhood-traffic-calming-program-enroll/ Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 156 Tentative Agenda Schedule MEETING 1— REGULAR MEETING 2 — C.O.W. MEETING 3 — REGULAR MEETING 4 — C.O.W. AUGUST 4 See below links for the agenda packets to view the agenda items: August 4, 225 Work Session - Cancelled August 4, 2125 IRegaullair Meeting- AUGUST 11 SPECIAL ISSUES - Ordinancerelating to the Business & Occupation Tax and Business Licensing. - Interlocal Agreement with Water Resource Inventory Area (WRIA) 9. REPORTS - Quarterly Business & Occupation Tax Report. AUGUST 18 WORK SESSION REGULAR MEETING CONSENT AGENDA - Contract for Tukwila Parks, Recreation & Open Space (PROS) Plan Request for Proposal. Interlocal Agreement with Water Resource Inventory Area (WRIA) 9. UNFINISHED BUSINESS - Green Tukwila Mid -Year Report. NEW BUSINESS - Ordinance relating to the Business & Occupation Tax and Business Licensing. AUGUST 25 PUBLIC HEARING - Ordinance updating cannabis regulations, SPECIAL ISSUES - Ordinance updating cannabis regulations. Special Meeting to follow Committee of the Whole Meeting. MEETING 1— REGULAR MEETING 2 — C.O.W. MEETING 3 — REGULAR MEETING 4 — C.O.W. SEPTEMBER 1 WORK SESSION Work Session cancelled. REGULAR MEETING Regular Meeting cancelled. SEPTEMBER 8 SPECIAL ISSUES - Ordinance adopting the 2026 Park Impact Fee Rate. - Ordinance adopting the 2026 Fire Impact Fee Rate. Special Meeting to follow Committee of the Whole Meeting. CONSENT AGENDA - Grant Award from WSDOT for Commute Trip Reduction (CTR) for 2025-2027. - Grant Award for TDM Regional Mobility Grant Program for 2025- 2029. - Grant Acceptance from King County Metro for Transportation Demand Management (TDM). Agreement for 2025-2027. - Amendment #2 to Agreement with King County for Transportation Demand Management (TDM). - Ordinance adopting the 2026 Park Impact Fee Rate. - Ordinance adopting the 2026 Fire Impact Fee Rate. NEW BUSINESS - Ordinance updating cannabis regulations. SEPTEMBER 15 WORK SESSION REGULAR MEETING CONSENT AGENDA - Resolution authorizing the cancellation of outstanding General Fund Claims Checks. - Resolution adopting the Comprehensive Emergency Management Plan. SEPTEMBER 22 Special Meeting to follow Committee of the Whole Meeting. 157