HomeMy WebLinkAboutReg 2024-09-16 Item 5D - Bid Award / Contract - 2023 Central Business District Sanitary Sewer Rehabilitation Phase 4B with Iron Horse LLC for $1,339,083.18COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
09/16/24
JR
ITEM INFORMATION
ITEMNo.
5.D.
STAFF SPONSOR: ADIB ALTALLAL
ORIGINAL AGENDA DATE: 09/ 16/ 24
AGENDA ITEM TITLE 2023 Central Business District Sanitary Sewer Rehabilitation Phase 4B
Construction Bid Award
CATEGORY ❑ Discussion
Mtg Date
❑ Motion
Mtg Date
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
0 Bid
Award
9/16/24
❑ Public Hearing
Mtg Date
❑ Other
Meg Date
Mtg Date
SPONSOR ❑Council ❑Mayor ❑HR ❑DCD ❑Finance ❑Fire ❑TS ❑P&R ❑Police 11PW ❑Court
SPONSORS In a continued effort to replace aging sewer mains in Tukwila, a call for bids was advertised
SUMMARY 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. 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.
REVIEWED BY 1 Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Finance Comm.
❑ LTAC ❑ Arts Comm. ❑ Parks Comm.
DATE: 08/26/24 COMMITTEE CHAIR: ARMEN
❑ Planning/Economic
Dev.
❑ Planning Comm.
PAPYAN
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda Meeting
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$1,339,083.18 $1,500,000 $0.00
Fund Source:
Comments: 2023 CIP, Page 65
MTG. DATE
RECORD OF COUNCIL ACTION
09/16/24
MTG. DATE
ATTACHMENTS
09/16/24
Informational Memorandum dated 08/23/24
2023 CIP, Page 65
Iron Horse LLC Bid documents
Bid Tabulation
Minutes from Transportation and Infrastructure Committee meeting of 08/26/24
25
26
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
27
28
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
65
29
30
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).
• Chadditions 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
31
Addendum No. 1
July 10, 2024
Page 2 of 4
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
32
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.AltallalATukwilaWA.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 iustifv
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
33
Addendum No. 1
July 10, 2024
Page 4 of 4
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 1'( �Y ,
Name
Title
Date
C. Y V d MQuvr
Malloc��r�q Me �cv\�nv✓
7
()Yo`ol7-U-74-
7/10/2024 6:19 AM
\\CORP.RH2.COM\DFS\PROJECTS\DATA\TUK\21-0296\50 SDB\TUK CBD SEWER PHASE 48 -ADDENDUM 1.DOCX
34
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
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
35
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 48 Rev. 5-13-14
Proled to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
P-1
PROPOSAL
(unit price)
Contractor's Name tV OVA Yam, L LC_
Contractor's State License No. law 53.6
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 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
37
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
531000
S01000
2.
Type B Progress Schedule
1
LS
2. % 0 00
Z ‘ OOO
3.
Traffic Control — Off -Duty Uniformed
Police Officer
1
LS
D t O O
l.°t00C7
4.
Traffic Control —Temporary Traffic Control
and Flagger Labor
1
LS
ciO tCJ00
0O ►000
5.
Pre -Cleaning Video Inspection
1
LS
551OQO
561000
6.
Clean and Prep Sewer Prior to
Construction
1
LS
42.tObO
4—ZNbOO
7.
Video Inspection Prior to Construction
1
LS
51.-x 000
2,2%000
8.
Provide, Install, and Manage Wastewater
Bypasses
1
LS
(I2 t 00 0
(05 t 060
9.
8-inch Main Line CIPP
4,861
LF
(Pal
fj14cf)
10.
12-inch Main Line CIPP
2,635
LF
102
2-lA,'4"-O
11.
20-inch Main Line CIPP
421
LF
ao0
1,c14-&o0
12.
24-inch Main Line CIPP
45
LF
1000
4S t OcC.)
13.
Trenchless Lateral Connection
Reinstatement and Packer Injection
Grouting
27
EA
1tGj00
4.0150°
14.
Trenchless Outside Manhole Drop
Connection Reinstatement
2
EA
4'1W6o
O tO)
15.
Force Account — Minor Changes
1
LS
$25,000.00
$25,000.00
Subtotal
10.2% Sales Tax
Total Bid (Subtotal w/WSST)
$ 11 2-\GJ, 13d1.a0
$ 1?.9J FAA-. 4-. t%
$ t('i 91 013.\%
2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14
Prov3d 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 sttbn 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
ol-I I b l2-t324
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
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
39
Proposal
P-4
The Surety Company which will furnish the required Payment and Performance Bond is
Bidder:
ame)
Itrbv‘ 1�co
Signature of Authorized Official:
Printed Name and Title:
Address:
Circle One: Individual partnership
of
L.
(n
C oid e, W\c t \re
PO 'epmc 14�2
(Address)
MCKINVV Ci \ Me .mbPk-
Fares yew \ qntZ�
State of Incorporation: bV.__
Joint Venture / Corporation
Phone No.:.(.6(n) -- OCI M Date:
o--I1k_12\2024
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
Provnd to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
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
AAA
Title
Name anddress of local office of
Liberty Mutual Insurance Company
Surety „7
�, i1 v. I ' 7
By�';i ����`� I �'
Attorney in Fact (Attach Power of Attorn0y)
Kristen McGillvrey
HUB International Northwest, LLC
agent and/or Surety Company: PO Box 10167
Eugene, OR 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
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
41
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, Ashlee
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 ss
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 County
My commission expires March 28, 2025
Commission number 1126044
Member, Pennsylvania Association of Notaries
By:
a`/) Ltd&
erase Pastella, Notary Public eresa 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 attomey, 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
18th day of July , 2024 .
Renee C. Llewellyn, Assistant Secretary
CD o
'C U
S
S O
c
•— =
c
O
t0 ill
0dD
a0
>---
O •E
O 4)
Q O
O �
O C4
aco
co
00
c CO
03 m
T
O o)
m
off
LL
LMS-12873 LMIC OCIC WAIC Multi Co 02/21
42
P-6
NON -COLLUSION DECLARATION
STATE OFWA&HINCTON )
) ss.
COUNTY OF 14fN )
MulknomXA.\\
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.
V t (\ ‘Ict_ U�C�
Name of Firm
AO/
Suture of Authorized Official
Mav\agMc\ M~Qxv\bex
Title
Signed and sworn to before me on this I I'; day of 202 .
Signature of Notary Public in and for the State of Washington, residing at
My appointment expires: 1(4141
EAL OFFICIAL STAMP
1 DANIELLE WILLIAMS i
NOTARY PUBUC - OREGON
r COMMISSION NO. 1042820
MY COMMISSION EXPIRES NOVEMBER 27, 2027 1
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
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
43
P-7
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: (Yon
Address of Bidder: CjSQ \ N. 22--2DY-c;\ kIe .1 \C\Qr Q
iry -e_AA) () 1 `1 U2A-
City State Zip Code
Contractor's License No.112,61\11A-Fc WA State UBI No. (1704-- Moot — C035
Dept. of L&I
License Bond Registration No. 02.3Cf 12,.�" Worker's Comp. Acct. No.' Ak Rlo7R--c 9-
Bidder is a(n): 0 Individual I"artnership 0 Joint Venture 0 Incorporated in the state of
List business names used by Bidder during the past 10 years if different than above:
neCA
Bidder has been in business continuously from 2bV t
Year
Bank Reference c7k,k.,N (Y1,\ r1V— -S05h Ma 5 °14`— 0— p►1e73
Bank Account Officer Officer's Phone No.
No. of regular full-time employees:
Number of projects in the past 10 years completed: I%1-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 �'� 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
?AaAsikm F Ak eke}nexx\ Marragek
czk\ov 12-t oS Surdexta-Itteld2X
12Maddel-N 599ekkrkur x�-4 �+
2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B Rev. 5-13-14
Prov4d4d 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: �O ' � \tV 6 ' -�1��5 �1r(� c.1c
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
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 ❑ Yes If yes, give details:
HAS Bidder ever had any Payment/Performance Bonds called as a result of its work?
RI No 0 Yes If yes, please state:
Project Name
Contracting Party Bond Amount
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
45
Project Name
Cure -In -Place Pipe (CIPP) 2020
Location
Spokane, WA
Owner
City of Spokane
Owner
Contact
Dan Buller
dbuller@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
Tom 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
46
Responsible Bidder Determination Form P-9
H$ Bidder ever been found guilty of violating any State or Federal employment laws?
7Pi 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 inssrance company for accidents resulting in fatal injury or dismemberment in the past 5
years? Lg No ❑ Yes If yes, please state:
Date
Type of Iniury 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 herei
Signature of Bidder
Title: MQ,1(\(IVQC\ (VMYY\V-eW Date: t \NQ.12�
2018 Central Business District Sanitary Sewer Rehabilitation Rev. 5-13-14
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
47
P-10
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
DESCRIPTION/TYPE
YEAR
CONDITION
OWN/RENT
v(.c. A\AX X
20 )3 -
--O2c
e cs I ,ui
pUu,(.\
2b1A- -
GrlCA� I ►1CAJ1/4
ow c\
FOYC NC\CUrN-V\CSAC
2-Da -
202+7 ,
tea
pW,C\
C U C r kV .C)<-,
20\2-
t LZ
G-\c5oc
0(.13 R
-I-yo,�\--e.
20-w-z4 -
��°`��`ke
ow '
Labor to be used: t U C kvu OCJe XCCI�O� \ f(lyeAvviu(1
C u.:Atm o?exQt0v 1CU rr c
troy Ie_ c�
ame o, = • -'-r
/(40 /AO -
Signature of Author.zed Official
M"\C" "XV1iX
7yt/e
2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B
Rev. 5-13-14
Provj]c8d to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
P-11
PROPOSED SUBCONTRACTORS
Name of Bidder \roY'\ tOYSSQ u�
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
Yp\10.C.,
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
49
50
City of Tukwila
2023 Central Business District Sanitary Sewer Rehabilitation - Phase 4B
Apparent Low Bidder
SAK Construction, LLC
Total Amount
$ 75,000
O
LC)
N
EA
LO
x—
I�
N
EA
$ 145,000
$ 35,000
$ 45,000
O
LO
EA
$ 125,500
CO
CO
00
CO
CO
EA
LO
LO
N
d-
CO
EA
$ 75,780
$ 31,050
$ 32,400
O
O
EA
$ 25,000
$ 1,353,318.00
00
M
O
05
Hi
Total $ 1,307,644.22 Total $ 1,339,083.18 Total $ 1,491,356.44
Unit Price
$ 75,000
O
O
Ln
N
EA
L()
LO
I:
N
EA
$ 145,000
$ 35,000
$ 45,000
O
O
LO
EA
$ 125,500
O
CO
EA
O
EA
O
Ea
O
C)Cb
CO
Ea
O
O
N
Ea
O
O
LC)
Ea
$ 25,000
Subtotal
Washington State Sales Tax 10.2%
Unit
LS
LS
LS
LS
LS
LS
LS
LS
EA
LS
LF
LF
EA
LL
>
EA
Quantity
4,861
2,635
421
45
27
N
N—
Iron Horse, LLC
Total Amount
$ 80,000
$ 2,000
$ 36,000
O
0
O
O
C)
Ea
$ 35,000
$ 42,000
$ 32,000
$ 65,000
$ 335,409
$ 268,770
$ 109,460
$ 45,000
$ 40,500
0
0
O
O
fA
$ 25,000
$ 1,215,139.00
CO
V
C)
M
N
Ea
Unit Price
O
O
O
O
C70
O
O
O
(Ni
O
O
O
CO
co
O
O
O
O
o,
$ 35,000
$ 42,000
$ 32,000
$ 65,000
C3)
CO
N
O
$ 260
O
O
O
O
O
LE)
$ 4,500
$ 25,000
Subtotal
Washington State Sales Tax 10.2%
Unit
LS
LS
LS
LS
LS
LS
LS
LS
EA
LS
LF
LF
<
W
VF
<
W
Quantity
4,861
LC)
M
CO
N
421
45
27
N
Engineer's Estimate
Total Amount
O
N-
O
E9
$ 5,800
$ 24,900
$ 72,000
O
05
to-
$ 27,500
O
0
to-
$ 74,800
$ 437,490
$ 263,500
OM
V
LC)
to-
O
M
N
to-
LOO
CO
to-
to-
$ 25,000
CO
(D
Cb
to
N
CO
O
N
to
Unit Price
O
O
C3)
N-
O
C9
$ 5,800
$ 24,900
$ 72,000
$ 18,400
$ 27,500
$ 18,400
$ 74,800
O
CA
C9
O
O
C9
$ 130
$ 520
$ 1,150
$ 870
$ 25,000
Subtotal
Washington State Sales Tax 10.2%
C
n
(I)
J
Cl)
J
Cl)
J
Cl)
J
Cl)
J
Cl)
J
Cl)
J
Cl)
J
<
W
C/)
J
LL
J
LL
J
<
W>
LL
<
W
C
R
C
a
4,861
LC)
C
N
NV
45
N-
N
N
Item Description
Mobilization
Type B Progress Schedule
Traffic Control - Off -Duty Uniformed Police Officer
Traffic Control - Temporary Traffic Control and Flagger Labor
Pre -Cleaning Video Inspection
Clean and Prep Sewer Prior to Construction
Video Inspection Prior to Construction
Provide, Install, and Manage Wastewater Bypasses
8-inch Main Line CIPP
12-inch Main Line CIPP
'20-inch Main Line CIPP
24-inch Main Line CIPP
Trenchless Lateral Connection Reinstatement and Packer Injection Grouting
Trenchless Outside Manhole Drop Connection Reinstatement
Force Account - Minor Changes
Item No.
N
M
In
CD
00
C)
O,—
.-
.-
51
52
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
August 26, 2024, 5:30 p.m. - Hybrid Meeting; Duwamish Conference Room & MS Teams
Councilmembers Present: Armen Papyan, Chair; Dennis Martinez, Hannah Hedrick
Staff Present: Seong Kim, Adib Altallal, Griffin Lerner, Bryan Still, Laurel Humphrey,
Sherry Edquid
I. BUSINESS AGENDA
A. Construction Bid Award: Cured -In -Place Sewer Mains Lining
Staff is seeking approval of a bid award with Iron Horse LLC in the amount of $1,339,083.18
for construction of the project.
*
Committee Recommendation
Unanimous approval. Forward to September 16, 2024 Regular Consent Agenda.
B. Consultant Agreement: Landslide Risk Assessment and Management Project Phase 1
Staff is seeking approval of an agreement with BCG Engineering in the amount of $134,500.00
to conduct a landslide study.
Committee Recommendation
Unanimous approval. Forward to September 16, 2024 Regular Consent Agenda.
The meeting adjourned at 5:42 p.m.
AP
Committee Chair Approval
Minutes by LH
53