Loading...
HomeMy WebLinkAboutTIS 2024-08-24 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Services Committee • Armen Papyan, Chair -:- Dennis Martinez +:- Hannah Hedrick Distribution: D. Martinez A. Papyan H. Hedrick H. Ponnekanti G. Lerner (email) Clerk File Copy Share pkt pdf on SharePoint to A. Le, A. Youn AGENDA MONDAY, AUGUST 26, 2024 — 5:30 PM HYBRID MEETING — ONSITE AND VIRTUAL DUWAMISH CONFERENCE ROOM, 6300 BUILDING, 2ND FLOOR MS Teams: CLICK HERE TO JOIN THE MEETING Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 252508487# Item Recommended Action Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) Cured -In -Place Pipe Sewer Mains Lining Construction Bid Award (A. Altallal) b) Landslide Risk Assessment and Mgmt Project Phase I Consultant Services (S. Edquid) a) Forward to the 09/16/2024 Regular Consent Agenda b) Forward to the 09/16/2024 Regular Consent Agenda Pg. 1 Pg. 23 Next Scheduled Meeting: 09/23/2024 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Adib Altallal, Utilities Engineer CC: Mayor Thomas McLeod DATE: August 23, 2024 SUBJECT: 2023 Central Business District Sanitary Sewer Rehabilitation Phase 4B Project No. 80040201 Construction Bid Award ISSUE Approve construction bid award with Iron Horse LLC for 2023 Central Business District Sanitary Sewer Rehabilitation Phase 4B Project. BACKGROUND The City of Tukwila has thousands of feet of aging sewer mains throughout, but especially in the Central Business District (CBD). The City has been conducting regular inspections and assessments of mains at the CBD for the last 15 years. A typical repair includes digging up the road to create a deep trench where the new sewer main will go. It is costly and typically inconvenient to the public. In certain scenarios, an aging sewer main loses some of its structural integrity, but has not started cracking, sagging, or crumbling. In such cases, we are able to utilize a minimally -disruptive technology where a lining is inserted through a manhole and into the existing sewer main to strengthen it and increase its useful life. The aforementioned trenchless technology minimizes disruptions to the public and greatly reduces the damage to the road. The technology is utilized when possible, but it is not applicable in all scenarios. DISCUSSION A call for bids was advertised for the 2023 Central Business District Sanitary Sewer Rehabilitation Phase 4B Project on June 26, and July 3, 2024. two bids were opened on July 18, 2024, and the confirmed lowest bidder was Iron Horse LLC with a bid of $1,339,083.18. The engineer's estimate was $1,307,633.22. FINANCIAL IMPACT Construction costs associated with the 2023 Central Business District Sanitary Sewer Rehabilitation Phase 4B are within the approved budget and will be funded by the sewer enterprise fund. Cost Estimate Contract $1,339,083.18 Contingency — 15% 200,862.48 Total $1,539,945.66 Fund Source 2023-24 Construction Budget Sewer Fund $1,500,000 RECOMMENDATION Council is being asked to approve the construction award with Iron Horse LLC in the amount of $1,339,083.18 for the 2023 Central Business District Sanitary Sewer Rehabilitation Phase 4B Project and consider this item on the Consent Agenda at the September 16, 2024 Regular Meeting. Attachments: 2023 CIP, Page 65 Iron Horse LLC Construction Contract Bid Tabulation 1 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Annual Sewer Repair Program Project No. 80040201 DESCRIPTION: Reduce sewer line infiltration and inflow (I & I) through groundwater intrusion or storm events as a result of damaged deteriorating systems or illicit connections. Includes small repairs and capital maintenance. JUSTIFICATION: Decreases treatment, discharge, and pumping costs. STATUS: Annual program is determined after pipeline TV inspection reports are completed. MAINT. IMPACT: Less maintenance costs through rehabilitation of aging system. COMMENT: Ongoing project, only one year actuals shown in first column. FINANCIAL Through Estimated (in $000's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES Design 15 75 150 150 150 150 150 150 750 1,740 Land (RAN) 0 Const. Mgmt. 10 232 150 200 150 200 150 200 1,200 2,492 Construction 75 1,875 750 750 750 750 500 500 4,500 10,450 TOTAL EXPENSES 100 2,182 1,050 1,100 1,050 1,100 800 850 6,450 14,682 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 100 2,182 1,050 1,100 1,050 1,100 800 850 6,450 14,682 TOTAL SOURCES 100 2,182 1,050 1,100 1,050 1,100 800 850 6,450 14,682 z Project Location: Entire System LA 2023 - 2028 Capital Improvement Program 803-14 Addendum No. 1 July 10, 2024 Page 1 of 4 CITY OF TUKWILA ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS FOR 2023 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION - PHASE 4B TO ALL PLANHOLDERS: You are hereby notified of the following changes, deletions, additions and corrections to the plans, specifications, and other documents comprising the contract documents. The following formatting has been used to note deletions (to the original text) and changes/additions to the Contract Documents. • Deletions are formatted as stricken through (example). • Changes/additions to project manual are formatted as underlined (example). • Ch. - additions to plans are denoted with a revision clouded and/or triangle I. CALL FOR BIDS a. THE FIRST FOUR PARAGRAPHS CURRENTLY READ: NOTICE IS HEREBY GIVEN that clearly marked, sealed bids shall 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 Thursday, July 11. Bids will be opened and publicly read aloud at 10:00 a.m. on that same day, Thursday, July 11, 2024. Bids can be mailed to Tukwila City Hall OR dropped off -person by 9:30 a.m. the day bids are due. Tukwila City Hall is open to the public Mondays through Thursdays, from 8:30 a.m. — 4:00 p.m. Bids may be dropped off at the front counter at the Office of the City Clerk, located inside Tukwila City Hall. It will be the bidder's responsibility to ensure mailed bids are received by the City before the submittal deadline. 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. The public will be able to hear the bids read aloud, via Microsoft Teams or telephone by dialing (253) 292-9750, Conference I D#: 465116 363# at 10:00 a.m. on Thursday, July 11, 2024 for: 7/10/2024 6:19 AM \\CORP.RH2.COM\DFS\PROJECTS\DATA\TUK\21-0296\50 SDB\TUK CBD SEWER PHASE 4B -ADDENDUM 1.DOCX 3 Addendum No. 1 July 10, 2024 Page 2 of 4 gH2 2023 CENTRAL BUSINESS DISTRICT (CBD) SANITARY SEWER REHABILITATION — PHASE 4B PROJECT NO. 9140203 The Notice to proceed for this project will be given to the Contractor on a date agreed upon with the District between July 22, 2024 and January 22, 2025. The Work is to be performed within one hundred (100) calendar days once the Contractor has mobilized their cured -in -place lining equipment to the site consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: IS REVISED TO READ: NOTICE IS HEREBY GIVEN that clearly marked, sealed bids shall 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 Thursday, July 18. Bids will be opened and publicly read aloud at 10:00 a.m. on that same day, Thursday, July 18, 2024. Bids can be mailed to Tukwila City Hall OR dropped off -person by 9:30 a.m. the day bids are due. Tukwila City Hall is open to the public Mondays through Thursdays, from 8:30 a.m. — 4:00 p.m. Bids may be dropped off at the front counter at the Office of the City Clerk, located inside Tukwila City Hall. It will be the bidder's responsibility to ensure mailed bids are received by the City before the submittal deadline. 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. The public will be able to hear the bids read aloud, via Microsoft Teams or telephone by dialing (253) 292-9750, Conference ID#: 465116 363# at 10:00 a.m. on Thursday, July 18, 2024 for: 2023 CENTRAL BUSINESS DISTRICT (CBD) SANITARY SEWER REHABILITATION — PHASE 4B PROJECT NO. 9140203 The Notice to proceed for this project will be given to the Contractor on a date agreed upon with the City between July 29, 2024 and January 29, 2025. The Work is to be performed within one hundred (100) calendar days once the Contractor has mobilized their cured -in -place lining equipment to the site consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: 7/10/2024 6:19 AM \\CORP.RH2.COM\DFS\PROJECTS\DATA\TUK\21-0296\50 SDB\TUK CBD SEWER PHASE 4B -ADDENDUM 1.DOCX 4 Addendum No. 1 July 10, 2024 Page 3 of 4 b. THE CONTACT AT THE BOTTOM OF THE CALL FOR BIDS CURRENTLY READS: Project Manager: Adib.Altallal@tukwila.gov IS REVISED TO READ: Project Manager: Adib.Altallak TukwilaWA.gov II. SPECIAL PROVISIONS a. THE FIRST PARAGRAPH OF SECTION 7-10.2(3) CURRENTLY READS: For UV cured liners, the flexible tube shall be designed as per ASTM F2019, Appendix X1, for each pipe segment with the following additional requirements. For UV cured liners, the finished cured -in -place liner thicknesses shall meet ASTM F2019, and the finished cured -in -place liners shall have the minimum required thicknesses, including the non-structural layers (abrasion layer and outer foil) as shown on the plans. IS REVISED TO READ: For UV cured liners, the flexible tube shall be designed as per ASTM F2019, Appendix X1, for each pipe segment with the following additional requirements. For UV cured liners, the finished cured -in -place liner thicknesses shall meet ASTM F2019, and the finished cured -in -place liners shall have the minimum required thicknesses, including the non-structural layers (abrasion layer and outer foil) as shown on the plans. The minimum required thicknesses may be adjusted if the Contractor can justify adjusting the liner thickness based on the flexural modulus and flexural strength of the selected CIPP liner, once the CIPP liner has been approved for use on this project. The flexural modulus and flexural strength of the CIPP liner must be verified by independent third party (hired by the product Manufacturer) test data. 7/10/2024 6:19 AM \\CORP.RH2.COM\DFS\PROJECTS\DATA\TUK\21-0296\50 SDB\TUK CBD SEWER PHASE 4B -ADDENDUM 1.DOCX 5 Addendum No. 1 July 10, 2024 Page 4 of 4 RJR Addendum No. 1 is hereby made a part of these contract documents, and its terms and conditions are fully binding on the planholder and contractor. The contractor shall acknowledge receipt of this Addendum No. 1 by signing in the space provided below and attaching to their proposal. RH2 ENGINEERING, INC. By: Kenny Gomez Date: July 10, 2024 Received and acknowledged: Contractor \ICY\ Name Title Date Lo v-V , MoU rr Mavvv��v�c� Mtrr\\ne�✓ 7 utI\col?,U24- 7/10/2024 6:19 AM \\CORP.RH2.COM\DFS\PROJECTS\DATA\TUK\21-0296\50 SDB\TUK CBD SEWER PHASE 4B -ADDENDUM 1.DOCX 6 Information for Bidders 1-4 The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax on portions of the project work and obligates the Contractor to collect State sales tax from the Contracting Agency on other portions of the project, as follows: 2. The provisions of State Department of Revenue Rule 170 apply to this project, and the Contractor shall collect retail sales tax from the Contracting Agency. Note: sales tax for purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, shall be included in the bid item prices. 8. Bidding Checklist All bids shall be submitted on the exact forms provided in these Bid Documents, and listed below. Failure to submit any of these forms is grounds for rejection of the bid. The only exception is if the bidder follows the directions for Bids Submitted on Computer Printouts, following the bid proposal forms. Sealed bids for this proposal shall be submitted as specified in the Call for Bids. Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and must be clearly marked with the name and number of the project for which the bid is submitted: BID FOR 2023 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION — PHASE 4B All bids will remain subject to acceptance for ninety (90) days after the day of the bid opening. a. Proposal — Bidders must bid on all items contained in the Proposal. The omission or deletion of any bid item will be considered nonresponsive and shall be cause for rejection of the bid. b. Bid Security/Bid Bond — Bid Bond is to be executed by the Bidder and the surety company unless bid is accompanied by a cash deposit, certified or cashier's check, or postal money order. The amount of this security/bond shall be not less than five percent (5%) of the total bid, including sales tax, if applicable, and may be shown in dollars. Surety must be authorized to do business in the State of Washington, and must be on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. The Bid Security form included in these Contract Provisions MUST be used; no substitute will be accepted. If an attorney -in -fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. The deposit of the successful Bidder will be returned provided Bidder executes the Agreement, furnishes satisfactory Payment and Performance Bond covering the full amount of work, and provides evidence of insurance coverage, within ten (10) days after Notice of Award. Should Bidder fail or refuse to do so, the Bid Deposit or Bond shall be forfeited to the City of Tukwila as liquidated damages for such failure. The Owner reserves the right to retain the security of the three (3) lowest bidders until the successful Bidder has executed the Agreement and furnished the bond. 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14 7 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Information for Bidders 1-5 c. Non -Collusion Affidavit — Must be filled in, signed, and notarized. d. Responsible Bidder Determination Form e. Proposed Equipment and Labor Schedule f. Proposed Subcontractors, if required Regarding forms d, e, and f, the Owner reserves the right to check all statements and to judge the adequacy of the Bidder's qualifications, and to reject Bidder as not responsible based on this information. 9. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. The Agreement and Payment and Performance Bond are included in these Bid Documents and should be carefully examined by the Bidder. a. Agreement — Two (2) copies to be executed by the successful Bidder. b. Payment and Performance Bond — Two (2) copies to be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. The bond continues in effect at ten percent (10%) of the total price bid for one (1) year after final acceptance of the Work. The bond form included in these Bid Documents MUST be used; no substitute will be accepted. If an Attorney -in -fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance — To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions (APWA GSP). The Owner and Consulting Engineer retained by Owner shall be named as "Additional Insureds" on the insurance policies. The above Bid and Contract Documents must be executed by the Contractor's President or Vice -President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 8 P-1 PROPOSAL (unit price) Contractor's Name tot. ore ° Y , 1�.�✓ Contractor's State License No. ,IP— (U{- % 3QjF City of Tukwila Project No. 9140203 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled 2023 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION — PHASE 4B, which project includes but is not limited to: Installation of approximately 7,960 linear feet (LF) of ultraviolet -cured (UV) cured -in -place pipe (CIPP) to rehabilitate existing sewer main, and other work necessary to complete the Work as specified and shown in the Contract Documents. The Bidder has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract. Documents. As evidence of good faith, (check one) bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within one hundred (100) calendar days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. 2023 Central Business District SanitarySewer Rehabilitation - Phase 4B Rev. 5-13-14 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Signature Sheet P-2 2023 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION — PHASE 4B (UV -cured CIPP Lining) Project No. 9140203 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item No. Item Description Quantity Unit Unit Price Amount 1. Mobilization 1 LS $010O0 g01000 2. Type B Progress Schedule 1 LS 2.A000 2..‘000 3. Traffic Control — Off -Duty Uniformed Police Officer 1 LS 3L ‘ O 0 ' ,t 0007 4. Traffic Control —Temporary Traffic Control and Flagger Labor 1 LS ci0l000 av ►0O0 5. Pre -Cleaning Video Inspection 1 LS 351000 ,S oOO 6. Clean and Prep Sewer Prior to Construction 1 LS 42-‘O0O 4-2x0O0 7. Video Inspection Prior to Construction 1 LS 5 2-x 00 O 2,2%000 8. Provide, Install, and Manage Wastewater Bypasses 1 LS (o' 00 0 (05 t 060 9. 8-inch Main Line CIPP 4,861 LF VI j14091 10. 12-inch Main Line CIPP 2,635 LF 0 02- 2( %"4 11. 20-inch Main Line CIPP 421 LF 2100 (00114-{p0 12. 24-inch Main Line CIPP 45 LF [000 4S1 Oco 13. Trenchless Lateral Connection Reinstatement and Packer Injection Grouting 27 EA l%GJ06 40150° 14. Trenchless Outside Manhole Drop Connection Reinstatement 2 EA 4-,Soo O ‘QC)0 15. Force Account — Minor Changes 1 LS $25,000.00 $25,000.00 Subtotal 10.2% Sales Tax Total Bid (Subtotal w/WSST) $ 112 C 131.c70 129J 1 1t1/44-. t% 1135'1% 0•1 L\53. 2023 Central Business District SanitarySewer Rehabilitation - Phase 4B Rev. 5-13-14 10 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-3 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard -copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the Bidder must still execute that portion of the unit price Bid Form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities sF}bn oq Bid fo '1 h-n totaling all 9`f the extended amounts. Signed. Title: Date: By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt -I►d12.4 Addendum No. 3 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. It is understood that Owner may accept or reject all bids. 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal P-4 The Surety Company which will furnish the required Payment and Performance Bond is L1 *t \ l\NV`.1 \1 A\ of ��1� 1/�) Igo'` .C�o►eac�P��(Z. ame) (Address) Gj ( Bidder: W \(\ V(O J Signature of Authorized Official: P /L0KO Printed Name and Title: COAke, Mhb\re,, tACkl(\(.O Me.mbP)C Address: Po ' jm. t rWL FO W1J 2W \ oiq'OZ' Circle One: Individual artnership State of Incorporation: CV_ Joint Venture / Corporation rr Phone No.:.1.Cj(n1 �-" O0I aV Date: 0--I kU2\u>-2A 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. 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 12 P-5 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). -- OR -- Bid Bond: The undersigned, Iron Horse, LLC (Principal), and Liberty Mutual Insurance Company (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five percent of total amount bid and no/100*** dollars ($ 5% ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for 2023 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION — PHASE 4B, Project No. 9140203, 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 18th day of July , 20 24 Iron Horse, LLC Prin Signature of Authorized Official \111\otw Title Name anaddress of local office of PAAA Liberty Mutual Insurance Company Surety j Ili il By J J& �/I 1 !'1 'L Attorney in Fact (Attach Power of Attorn%y) Kristen McGillvrey HUB International Northwest, LLC agent and/or Surety Company: PO Box 10167 Eugene, 0R 97440 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. 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14 13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Liberty Mutual SURETY 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. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8211095-969225 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Ashlce Baumgartner; Tina A. Costa; James R Cox; Erik Finrow; David M. Holland; Summer Hugh; Kristen McGillvrey; Dean R. Pollock all of the city of Eugene state of OR each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of December , 2023 . Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company By:� David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY sfi On this 13th day of December , 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Commonwealth of Pennsylvania - Notary Seal Teresa Paslella, Notary Public Montgomery Caunty My commission expires March 26, 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries By: �C�, Lt G' era as:�eiie. Notary Public eresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this I8th day of July , 2024 . Renee C. Llewellyn, Assistant Secretary N o 'C U 7 (6 • = c .-- •— Oc E f0 O a)@) O0D p_O N •(0 O 0) • O oc) OCV 0 CCV fab O' o cCO (0 = 13 N U 0 as 0 N o(1) u. a. LMS-12873 LMIC OCIC WAIC Multi Co 02/21 14 P-6 NON -COLLUSION DECLARATION STATE OF WAG-HINCTON ) ) ss. COUNTY OF I411te ) MU.l'r+noma\(\ 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 2023 CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION — PHASE 4B, Project No. 9140203. Y n\ \\-CSV_ Nawe of Firm AoTo Signature of Authorized Official Mav\CAMO M~Qxv\bex Title Signed and sworn to before me on this I* day of /C' , 20 . baluv Signature of Notary Public in and for the State of Washington, residing at My appointment expires: 1(4141 EAL OFFICIAL STAMP DANIELLE WILLIAMS NOTARY OON s OWN' O.O1042� MY COMMISSION EXPIRES NOVEMBER 27, 2027 (J 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. 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14 15 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-7 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: (Ar VV)8 5e. Address of Bidder: c5SQ\ Nt 2_2-7D\r }e.1 C2.1. \c O Q FCA\ry -e_AA 1 (Z °02 - City State Zip Code Contractor's License No.112bNN-Vi-t2�'S P)F WA State UBI No. i1 r4-- moot- Co 5 Dept. of L&I License Bond Registration No. O'2-C.61°I 2 Worker's Comp. Acct. No. koR 9- Bidder is a(n): 0 Individual I3artnership 0 Joint Venture 0 Incorporated in the state of List business names used by Bidder during the past 10 years if different than above: nlCA. Bidder has been in business continuously from 2,bn _ , Year O,/� Bank Reference cjLisN 1(C(\,\T 'V. �_ _SOS \ Plici,7�NA5 0FF\ } TO- P113 Bank Account Officer Officer's Phone No. No. of regular full-time employees: Number of projects in the past 10 years completed: l%ahead of schedule on schedule 2 behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for k'r years. Asa subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long with Bidder 5Va1,�doK\ FiAkVC\ (eineXak M()li'lge( 41- C_c,`VM\ 12-t oS SutertY1-i-CX\der - 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Responsible Bidder Determination Form P-8 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? ❑ Yes ❑ No Surveyor's Name: (\ tK\t\J Q \ C__Ic 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 Protect Name Completed Amount Owner/Reference Name and Phone Ek AvirAckWD 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 Ha, Bidder, or any representative or partner thereof, ever failed to complete a contract? fd No 0 Yes If yes, give details: H Bidder ever had any Payment/Performance Bonds called as a result of its work? rff No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount 2023 Central Business District SanitarySewer Rehabilitation - Phase 4B Rev. 5-13-14 17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Project Name Cure -In -Place Pipe (CIPP) 2020 Location Spokane, WA Owner City of Spokane Owner Contact Dan Buller dbutler@spokanecity.org 625-6391 Year Completed 3/31/2023 6" UV CIPP - LF 8" UV CIPP - LF 4427 9" UV CIPP - LF 10" UV CIPP - LF 1976 12" CIPP - 355; US-12 Orofino to Greer Orofino, ID Idaho Transportation Department Jesse Webb (208)799-4235 8/2/2023 Zone A Sewer Rehab FY21 Nampa, ID City of Nampa Torn Points pointst@cityofnampa.us (208)468-4520 6/9/2023 2421 362 2020 Sewer Relining Program Lynnwood, WA Alderwood Water & Wastewater District Don Ranger dranger@awwd.com (425)741-7964 7/15/2022 14730 3872 1820 Hickory St NE Sewer Main Rehab Salem, OR City of Salem Kyler King kking@cityofsalem.net (503)315-2568 8/28/2020 South 6th Street Lynden, WA City of Lynden Steven Schramm sschramm@jub.com (360)354-3687 2/17/2023 UPRR 24-inch Interceptor Sewer Rehab Project Ph 2 Kennewick, WA City of Kennewick John Cowling john.cowling@ci.kennewick.wa.us (509)585-4301 5/15/2020 UPRR 24-inch Interceptor Sewer Rehab Project Ph 3 Kennewick, WA City of Kennewick Jeremy Lustig jeremy.lustig@ci.kennewick.wa.us (509)585-4413 10/13/2020 2020-14, Goose Hollow Sewer Rehabilitation Portland, OR City of Portland MacKenzie Isom mackenziei@jwfowler.com (503)623-5373 10/31/2022 3654 250 809 SE Gresham Stormwater CIPP Gresham, OR Gresham Department of Environmental Services Chris Chambers chris.chambers@greshamoregon.gov 9/5/2018 34 3239 US101: MP332.3 SB Slide Repair Brookings, OR ODOT cfitzhugh@twcontractors.com (541)469-5341 10/17/2019 PAURSS E11148 to 3 Yamhill- Morrison Portland, OR City of Portland Lacy Dring laceyd@jwfowler.com 7/10/2019 187 Responsible Bidder Determination Form P-9 HAS Bidder ever been found guilty of violating any State or Federal employment laws? No 0 Yes If yes, give details: Has Bidder ever fir for protection under any provision of the federal bankruptcy laws or state insolvency laws? No 0 Yes If yes, give details: H9.6 any adverse legal judgment been rendered against Bidder in the past 5 years? H 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 insy'rance company for accidents resulting in fatal injury or dismemberment in the past 5 years? Lg No 0 Yes If yes, please state: Date Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained here+ Signature of Bidder Title: MQJ(\N\\r\C\ Me.XY\ w Date: n-\\W VifSZOr 2018 Central Business District SanitarySewer Rehabilitation Rev. 5-13-14 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-10 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT 7-6 - Ex c \ 1 nej1J p tio `(1 U\\,) CA.LY \ Yn Ar\A-KCA( 2bla- - 2-02A ��McA 1r\w ()WC\ FUG _.a(1 0\ ()c-� Zoa -mod 2027 , ©t1J c kA. CCK kVL?..C? — -) 2b\2- 2022_, G-�Coci ©vJ C-\, ��' aim '��4 QA ° ire u Oli Labor to be used: _ k\tU O( OOPXal\r- \ 'Dm CuAur we Nr \( 1 to\rtv> ‘r \ \ uc ame of!r 414)04 e Signature of Authorized Official tle 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-11 PROPOSED SUBCONTRACTORS Name of Bidder \IrOY\ tkOr-'0Q u,C, In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder % Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid �vpo►c�,�, i � 2 , 2 Cow \ Lc) . 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14 21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Tukwila 2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Apparent Low Bidder Engineer's Estimate Iron Horse, LLC SAK Construction, LLC Item No. Item Description Quantity Unit Unit Price Total Amount Quantity Unit Unit Price Total Amount Quantity Unit Unit Price Total Amount 1 Mobilization 1 LS $ 107,900 $ 107,900 1 LS $ 80,000 $ 80,000 1 LS $ 75,000 $ 75,000 2 Type B Progress Schedule 1 LS $ 5,800 $ 5,800 1 LS $ 2,000 $ 2,000 1 LS $ 2,500 $ 2,500 3 Traffic Control - Off -Duty Uniformed Police Officer 1 LS $ 24,900 $ 24,900 1 LS $ 36,000 $ 36,000 1 LS $ 27,158 $ 27,158 4 Traffic Control - Temporary Traffic Control and Flagger Labor 1 LS $ 72,000 $ 72,000 1 LS $ 90,000 $ 90,000 1 LS $ 145,000 $ 145,000 5 Pre -Cleaning Video Inspection 1 LS $ 18,400 $ 18,400 1 LS $ 35,000 $ 35,000 1 LS $ 35,000 $ 35,000 6 Clean and Prep Sewer Prior to Construction 1 LS $ 27,500 $ 27,500 1 LS $ 42,000 $ 42,000 1 LS $ 45,000 $ 45,000 7 Video Inspection Prior to Construction 1 LS $ 18,400 $ 18,400 1 LS $ 32,000 $ 32,000 1 LS $ 1,500 $ 1,500 8 Provide, Install, and Manage Wastewater Bypasses 1 LS $ 74,800 $ 74,800 1 LS $ 65,000 $ 65,000 1 LS $ 125,500 $ 125,500 9 8-inch Main Line CIPP 4,861 EA $ 90 $ 437,490 4,861 EA $ 69 $ 335,409 4,861 EA $ 80 $ 388,880 10 12-inch Main Line CIPP 2,635 LS $ 100 $ 263,500 2,635 LS $ 102 $ 268,770 2,635 LS $ 130 $ 342,550 11 20-inch Main Line CIPP 421 LF $ 130 $ 54,730 421 LF $ 260 $ 109,460 421 LF $ 180 $ 75,780 12 24-inch Main Line CIPP 45 LF $ 520 $ 23,400 45 LF $ 1,000 $ 45,000 45 LF $ 690 $ 31,050 13 Trenchless Lateral Connection Reinstatement and Packer Injection Grouting 27 EA $ 1,150 $ 31,050 27 EA $ 1,500 $ 40,500 27 EA $ 1,200 $ 32,400 14 Trenchless Outside Manhole Drop Connection Reinstatement 2 VF $ 870 $ 1,740 2 VF $ 4,500 $ 9,000 2 VF $ 500 $ 1,000 15 Force Account - Minor Changes 1 EA $ 25,000 $ 25,000 1 EA $ 25,000 $ 25,000 1 EA $ 25,000 $ 25,000 Subtotal $ 1,186,610.00 Subtotal $ 1,215,139.00 Subtotal $ 1,353,318.00 Washington State Sales Tax 10.2% $ 121,034.22 Washington State Sales Tax 10.2% $ 123,944.18 Washington State Sales Tax 10.2% $ 138,038.44 Total $ 1,307,644.22 Total $ 1,339,083.18 Total $ 1,491,356.44 22 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Pete Mayer, Interim Public Works Director BY: Sherry Edquid, Levee and Floodplain Project Manager CC: Mayor Thomas McLeod DATE: August 23, 2024 SUBJECT: Landslide Risk Assessment and Management Project Phase I Project No. Consultant Services ISSUE Request to execute a Consultant Agreement for services with BGC Engineering to conduct a landslide study. This work is being done in conjunction with DCD. BACKGROUND In 2023, the city received a FEMA's - Cooperating Technical Partners (CTP) grant to fund a landslide study. BGC Engineering will be identifying and understanding landslide hazards with the overall goal of reducing property damage and life loss. ANALYSIS BGC Engineering will provide a report that investigates existing and historical landslide information including forestry health and location of critical infrastructure within these areas. The information will then be summarized into a report which will includes GIS maps and recommendations. Additional studies and field work could occur in phase II should grant funding become available. This information can be used by the City in ways to avoid, minimize and/or mitigate future landslide hazards. FISCAL IMPACT BGC Engineering has provided a cost not to exceed $134,500.00 to perform the attached scope of work. This contract will be entirely funded by a FEMA CTP grant the city received which has no cost share. RECOMMENDATION Council is being asked to approve the Consultant Agreement with BGC Engineering in the amount of $134,500.00 and consider this item on the Consent Agenda at the September 16, 2024 Regular Meeting. Attachment: Draft Scope 23 DRAFT City of Tukwila Comprehensive Landslide Assessment Plan - a citywide assessment of landslide hazard and urban forestry health Table A-1. Summary of Proposed Scope of Work and Estimated Cost esponsib irm Deliverables Estimated Cost - scriptio *refer to proposal dated June 28, 2024 for detailed descriptions of each 8GC task and the attached Revised Approach datedAugust12, 2024 for DRG 1 BGC Data Compilation Compile relevant and available public data related to geology and geologic hazard maps, imagery, land use, and reasonably accessible/available consultant reports. Compile reasonably accessible/available built environment information (sources: City of Tukwila and other asset and landowners). Interviews with Tukwila staff to communicate relevant historical knowledge of the area, including known landslide events and histories, ground disturbance activities, mitigations, areas with drainage or groundwater seepage issues, and other relevant site context information. Provide supporting information for Tasks 3 and 5. Relevant and available data layers will be compiled in Cambio. $10,500 2 BGC LCD Analysis & Data Deliver y LCD analysis for the City of Tukwila to include two LCD comparisons with full -city coverage using datasets from 2005, 2011, 2016, and 2021 Data delivery in Cambio (a web -enabled earth science data platform). LCD analysis results delivered in Cambio for review and interrogation by BGC for this analysis and by Tukwila staff. Custom configuration of Cambio workspace. $15,000 Cambio subscription for 1-year with access for up to 10 users. 1-year Cambio subscription. $5,500 3 BGC Landslide Assessment Review and analysis of data compiled in Task 1 and 2. Landslide inventory validation and additions, as needed. Landslide susceptibility map. Assessment of above with consideration for critical facilities and infrastructure, with the results of the urban forest health assessment (Task 4) integrated as appropriate. Landslide inventory and susceptibility maps in Cambio, or other format as requested by Tukwila. $24,000 4 DRG Urban Forest Health Assessment 4.1 Forest cover type mapping to include GIS-based Urban Tree Canopy Assessment (UTC) and delineation of Management Units (MU's) polygons with unique designations. 4.2 Field assessment, data collection, and ground proofing to include: - ground validation by ISA-certified arborists. - consideration for common urban forestry metrics. Delineation of Management Units (MU's) polygons. Results presented in the final report. Relevant data layers and results of this task will be delivered in Cambio (as decided upon by the project team). Cost includes 10% markup. $44,000 5 BGC & DRG Reporting & Final Delivery Final report and data delivery. Will include collaboration between BGC & DRG. Draft and final report summarizing methods, findings, and recommendations for prioritization for areas of further study and potential mitigation. Data delivery in Cambio, with access for Tukwila staff, to include results of Task 1, 2, 3, and 4. $23,000 6 BGC & DRG Milestone Meetings & Project Management Project management, maintaining communication between relevant parties, communicating project progress to Tukwila, maintaining schedule and budget, and planning and facilitating milestone meetings throughout the project (4 estimated meetings, varying from 1 to 2 hours in length). - Kick-off mtg. - Check -in mtg after Task 1 and 4.1. - Review mtg to discuss preliminary findings and draft report. - Final delivery mtg. Project management and meetings. $12,500 Total Estimated Cost: $134,500 24 DAVEYt Resource Group 08/12/2024 REVISED APPROACH -Tukwila 2024 DRG will complete a remotely sensed forest health assessment and inventory of forest cover types as well as ground - proofing inspections of priority areas as directed by the City of Tukwila. Priority areas identified with increased risk of slope failure and poor forest health will be field inspected. The data DRG collects can be used for long-range forest health management, prioritizing funding and forest enhancement efforts, and possibly informing slope stability assessments. Task 4.1: Forest Cover Type Mapping: After the kickoff meeting, DRG's GIS team will conduct an Urban Tree Canopy Assessment (UTC) to map forest cover types. This cost-effective and accurate analysis of tree canopy and forest composition (deciduous vs conifer forest) will be performed in the project area using remotely sensed and semi -automated feature extraction methods. DRG will use these results, GIS aerial imagery, LiDAR, and boundary data to delineate park/open space areas into Management Units (MU's) polygons. DRG will utilize elevation and contour data to process and record the aspect and slope for each MU. We will then assign each MU polygon one of the following land cover designations: Foresteth > 25% of the area Ls covered by forest canopy • Natural: Natural vegetation that has < 25% forest canopy cover • Open Water: Open water without woody vegetation • Hardscape: Impervious surface • Landscape: Landscaped or has been mechanically maintained within the last year Once these attributes have been established, DRG will run three years of vegetation health indices using multispectral imagery to determine foliar conditions. These indices will be clipped to the canopy layer to understand tree health conditions and how they have changed over time. Through this distinction by implementing statistical procedures, DRG will identify locations of canopy health that change due to seasonal variances or if they are actual health declines. Areas of moderate or major decline will be further inspected using field assessments by arborists. Additional information provided in Task 4.2. Ecosystem benefit data for air pollution, carbon storage and sequestration, and avoided runoff will also be calculated to determine the value of forests and any potential threat of potential loss to future canopy. COST FOR TASK 4.1: $29,884 25 DAVEYt Resource Group Task 4.2: Field Assessment/Data Collection/Ground Proofing After the forest cover mapping is completed, DRG will deploy ISA-certified arborists to supplement the information about the MUs in priority areas identified through remotely sensed data. Ownership of these management units may be public property parcels, private property parcels, or a combination of both. Ownership will have specific implications for slope stability risk management. Where MU's have private property, the team may need to consider visual evaluations or seek permission to trespass. DRG will consult with the City of Tukwila to finalize field data solutions. The team will work with City of Tukwila staff to evaluate the vegetation conditions in priority areas with steep slopes, active landslide activity, poor forest health, and/or low canopy. The results of DRG's fieldwork effort will provide the City with a vegetation management strategy for risk mitigation. Field staff will collect information about the management units using a customized approach adapted from FLAT. This could include the identification of hazardous trees, quantifying invasive vegetation, and quantifying tree sapling recruiting. The customizations are intended to provide the City with actionable risk mitigation tactics. COST FOR TASK 4.2 Preferred budget: $10,000 Applicable rates: $150 per hour (ISA Certified Arborist Consulting) $125 per hour (IT support and Customizations) 26