Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
TIS 2025-02-24 COMPLETE AGENDA PACKET
City of Tukwila Transportation and Infrastructure Services Committee •:• •:• Jovita McConnell, Chair Mohamed Abdi ❖ Hannah Hedrick AGENDA Distribution: J. McConnell H. Hedrick P. Mayer G. Lerner (email) Share pkt pdf on SharePoint to A. Le, A. Youn M. McCormick MONDAY, FEBRUARY 24, 2025 - 5:30 PM HYBRID MEETING — ONSITE AND VIRTUAL -uwAm ISH CONFERENCE Room CITY COUNCIL CONFERENCE Room, 6200 SOUTHCENTER BOULEVARD TUKWILA, WA 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 a) Tukwila Maintenance and Operations East Campus Project Update (Brandon Miles) 2. BUSINESS AGENDA b) S 149th & S 150th Watermain Replacement Construction Bid Award (Adib Altallal) c) Ryan Hill Water System Connection Design Contract (Adib Altallal) d) 2024 Overlay and Repair Project Completion and Acceptance (David Baus) e) 2025 Annual Overlay Program - Engineering Services Contract, CM Consultant Selection and Agreement (David Baus) f) Consultant Selection for Major Pavement Overlay and Repairs on South Boeing Access Road (Adam Cox) Consultant Selection for Major Pavement Overlay and Repairs on Interurban Ave South (Adam Cox) h) Consultant Selection for Major Pavement Overlay and Repairs on Orillia Road South (Adam Cox) i) 42nd Ave South Bridge Replacement Project Supplement Agreement No. 5 (Adam Cox) g) a) Forward to the 03/10/25 Committee of the Whole b) Forward to the 03/03/2025 Regular Consent Agenda c) Forward to the 03/03/2025 Regular Consent Agenda d) Forward to the 03/03/2025 Regular Consent Agenda e) Forward to the 03/03/2025 Regular Consent Agenda f) Forward to the 03/03/2025 Regular Consent Agenda g) Forward to the 03/03/2025 Regular Consent Agenda h) Forward to the 03/03/2025 Regular Consent Agenda i) Forward to the 03/03/2025 Regular Consent Agenda Pg. 1 Pg. 23 Pg. 75 Pg. 95 Pg. 101 Pg. 123 Pg. 127 Pg. 133 Pg. 137 Next Scheduled Meeting: March 24, 2025 S. The City of Tukwila strives to accommodate individuals with disabilities Please contact the Public Works Department at 206-433-0179 for assistance. Tukwila Maintenance and Operations — East Campus Project Update February 24, 2025 City of Tukwila PUBLIC SAFETY PLAN Replace Fire Station 51 Replace Fire Station 52 Build Justice Center Consolidate Public Works Minkler Shops screen capture from 2017 public outreach materials 2 City Facilities FLEET & EAST FACILITIES CAMPUS BUILDING'3ROJECT+ JUSTICE CENTER • COMMUNITY% CENTER • roRkE GEO LONG SHOPS . MINKLER SHOPS Proposed Project Site and Fleet and Facilities Building George Long Shops (former) 6300 (PW Engineering) Long Acres Minkler Shops 3 Current and Former Public Works Facilities George Long (former site) Fleet and Facilities Departments relocated to the new renovated F&F Building Minkler Shops Street, Traffic Signals, Sewer, Water, Surface Water 13,000 sf interior spaces 3,500 sf exterior covered space Long Acres Storage and Laydown Yard (shown 3x smaller to fit page) Minkler Site 1 1 1 1 1 1 1 1 1 1 1 4'.ger� Frrr-wv .► 1 TierProject: LG-35 128 P-17 Pond Connection Reconnection PROIECT FACTS Subwatershed: Lower Green (LG) River mile: AM 13.7.13.9/ left bank eankside jurisdiction: City of Tukwila Project sponsor: City of Tukwila Budget: $37,000,000 PROJECT TYPE: 10111 Acquisition Restoration 1110 Manning/ Scvpingl Design Reconnaissance KEY HABITAT: Floodplain Riparian Side channel PROIECT DESCRIPTION: Relocate the City of Tukwila's starrnwater pond; clean and connect the existing pond to the river, setback the levee to create up to 7 acres of off channel habitat. Primary strategy Protect, restore and enhance floodplain connectivity. Benefits: • Flood risk reduction • Increased habitat connectivity • Increased rearing habitat Contribution to goals metrics: - LG - Off -channel habitat Projtct Area Map Onf020191PCNAT s4ial Moo Srte phd6 G60pk Earlh KCIT-OCE lily 26110202t LFME GIS 0 Q\200091WRIA9 erol.tMaps wad KLINKAT Green-buwamrsh and Central Puget Sound Watershed Salmon ;lathier 2d21 [tpdare Minkler Site I I 11 104. ir • At. dap Aciaari- •1 I Cr Minkler Site . ' . SHORELINE JURISDICTION •,1,1 ..... NIIIFI - I P*111-111 I=L. IZ V LI ... • .LL ..... • r. • J. .. .. • . .1. r - - - - • - - • .1.0. - - - • - - .1 • -.0.1.• • 1-•-•. •-r. . .. . - . r • ... irj-117e • •••-d-•-• , .. ..... : • ....... I . . . .... . tit I .• • .Ws IJILL • ...... ...... ..... . • . _ — ... J." . • J ..... •L LE. L.,1 M. W. NJJJEJ. M. • LE... M.M.1 - - - - - • .- - - - ..... r ' • • . ... .... e ......... • .1 ...VI J..: .1,1..1,1j • J. • •• • • .. .•:. 0-4-•-•-•-•-• • 01. • LI, r-r . . ... . _ I." • 1. • M.M.1 • • r. • • •-••-•L 1., J . . • .. .... . ..... ....... ... 11" 7 ... Current Minkler Shops Overview Salt, Sand, & Gravel Storage limited truck access for delivery reduces efficiency in snow event current storage capacity: 120 tons (need up to 240 tons for a big snow storm) 8 Current Minkler Shops Overview Shared yard with fleet and large trucks adjacent to personal vehicles 9 Current Minkler Shops Overview Inadequate space for gear and storage of personal belongings. 10 Current Minkler Shops Overview Office environments in converted shop space. Ventilation, lighting, occupant spaces are substandard. 11 ID i Long Acres Storage and Laydown Yard 12 Site Context Duwamish Gardens Park (City Owned) - Duwamish River Reduction to Project Scope Chinook Wind Mitigation Project (King County) S 112th St ant access) MI �.rtct -.1 I Reduced scope of work at. p East Campus Decant Facility Deferred Duwamish Gardens Park Separate (City Owned) Project at Shoreline I Duwamish River Reduction to Project Scope • / • • • • • Project elements carried forward: • • Salt, Sand, Gravel Storage Spoils Storage Tool and Equipment Storage Covered Loading Included in 1-story building: Offices for Crews Break Room Locker Rooms & Gear Rooms Laundry Room Driveway connection between east and west sites Decant: linked to grant funding S. • , / / / • • , • • • . S. What changed? Eliminated: 3-story Building (35,000 sf) Structural upgrade to essential facility Public meeting room Training room (for city-wide use) Offices for Engineering Department Flex Offices for future growth Recovery Rooms (for 24/7 events) Fitness Rm & Employee Resource R Outdoor covered gathering space Covered Parking Truck Wash Driveway improvement at TIB S. • • • • m / / / / / / 15 Compare Minkler Shops to Proposed Project 00 / / / / Current Minkler Shops Does not have backup power Does not have Spoils Storage Does not have Decant Facility Does not have Covered Loading 1,260 sf Salt/Sand/Gravel Storage 3,610 sf Covered Storage 1,089 sf Warehouse (distributed) 1,090 sf Tool Room (distributed) 1,000 sf Parts Storage Rooms 860 sf Signal Shop + Storage No Gear Room or Decon Space 473 sf Locker Rooms vs Proposed Improvement New Backup Generator New 4,400 sf Spoils Storage New 5,800 sf Decant (pending grant $) New 3,000 sf Covered Loading New 4,400 sf Salt/Sand/Gravel Storage New 5,000 sf Covered Storage New 2,175 sf Warehouse (central) New 1,460 sf Tool Room (central) New 1,965 sf Parts Storage Rooms New 1,300 sf Signal Shop + Storage New 570 sf Gear Room + 175 sf Decon New 1,920 sf Locker Rooms • • • • • 16 Option 1 — Maintenance and Operations Building b i 07'N56 1 a-50.85. SALT STORAGE 1•- SAND/ GRAVEL STORAGE [_] SHORELINE RESTORATION (SEPARATE PROJECT) STAFF PARKING MAINTENANCE AND OPERATIONS BUILDING AD VAN DA EV EV EV EV EV D•I'D• EV EV EV EV FLEET PARKING PLANTING AREA WATER EASPNIETING AREA REC. NO. 7303010139 - - —pp— . 1 II II ,SOUNDTRANS EASEMEN REC.410. 2005080100201 DECANT PHASED IEI LI-1-.1 TRANSFORI } rl1l'Jl/mil /. i!I, IJ Estimated Construction Cost $23, 330, 000 Estimated Project Related Costs $11,670,000 Estimated Project Cost Option 1 $35,000,000 17 Option 2 - Tool Storage Building with separate Modular Building 11 I II� � II II SALT STORAGE SAND/ - GRAVEL STORAGE STAFF PARKING SLIDING VEHICLE GATE MODULAR BUILDING OFFICES, LOCKERS, SUPPORT SPACES SHORELINE RESTORATION (SEPARATE PROJECT) EMPLOYEE GATE TOOLS, PARTS, MATERIALS & SIGNAL SHOP DA EV EV EV EV EV AD EV EV EV EV FLEET PARKING ,. �4.•�i�i���i��+i����+����i�i�i�����i�i�i+i���i�i�i�i�i�l�i�i�i�i�i�i�.V.* PLANTING ARE 0 ,-WATER EASEPr. TING AREA REC. NO. 7303010134 SPOILS LIND TRANS' / EASEMEN REC.NO. 20050801002014 DECANT PHASED I PLANTING AREA GENERATOR TTL TRANSFOI Estimated Construction Cost $20, 950, 000 Estimated Project Related Costs $10, 050, 000 Estimated Project Cost Option 2 $31,000,000 18 Option 1 — Maintenance and Operations Building — FLOOR PLAN 1 q a R�9 BREAK ROOM Lag AI R Fn MECH CUST(QDI i H r----r ----r OPEN OFFICE nie i r r-r LAUNDRY STORAGE r r 1 OFFICE ADMEN MDF & TRAFFIC SERVERS MEETING RQ ,11 4 OM J MEN'S LOCKERS ° fl } J TF-1 HALLWAY GEAR ROOM COPY L W WC WOMEN'S LOCKERS DECON 11 H11,!_} ELEC MACHINE SHOP V TL COMPRESSOR SIGNAL SHOP TOOL ROOM WAREHOUSE —I 1 / I PAINT STORAGE PESTICIDE STORAGE in Lill PARTS STORAGE - SEINER I SURFACE WATER • PARTS STORAGE - WATER ■ HT O H 1 Street Department I Signal Shop I Water Department I Sewer / Surface Water Department 17,450 sf interior conditioned space + 5,000 sf exterior covered storage + 3,000 sf covered loading 19 Opportunity to Preserve Future Expansion Capabilities wi • I II II I II II II if SALT STORAGE SAND/ GRAVEL STORAGE SURFACE PARKING OVER UNDERGROUND STORMWATER SHORELINE RESTORATION (SEPARATE PROJECT) - SLIDING VEHICLE GATE 1 EMPLOYEE GATE TON STAFF PARKING REC DUMPSTERS 8,000 SF COVERED _ _ 1 FUTURE BUILDING ' AREA ' 18,000 SF FOOTPRINT 1 1 0 PLANTING AREA SPOILS ,SOUND TRANS EASEMEN REC.f1O. 2005050100201 rw, Iu I ICI �.1 ---19 PLANTING AREA t I L__J' PHASED PLANTIN G AREA - DECANT -• =� EAT CI TRANSFORI J ,' „III, Project Schedule JAN JAN JAN JAN JAN 2023 2024 2025 2026 2027 GCCM Procurement REPORT TO COUNCIL March 2023 • Nov 2023 City ownership ❑f UPS parcel CONSTRUCTION DOCUMENTS ENVIRONMENTAL REVIEW AND PERMITTING T * * * REPORT REPORT REPORT TO COUNCIL TO COUNCIL TO COUNCIL April 2024 October 2024 Target: March 2025 • RECEIVED SEPA DETERMINATION OF NON -SIGNIFICANCE (DNS) ISSUED ON 9/25/2024 • SEPA AMENDMENT: TARGETAPRIL 2025 • BUILDING PERMIT: TARGET MAY 2025 • CONSTRUCTION START: FEBRUARY2026 COMPLETION: APRIL 2027 April 2025 . UPS Lease Expires BID CONSTRUCTION REPORT TO COUNCIL Target: ❑ecember 2025 13 months 21 April 2027 22 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Pete Mayer, Interim Public Works Director BY: Adib Altallal, Utilities Engineer CC: Mayor Thomas McLeod DATE: February 21, 2025 SUBJECT: Water Fund — S 149th & S 150th Watermain Replacement Project No. 91640103 — Construction Bid Award ISSUE Approve a construction contract for the S 149th & S 150th Watermain Replacement project to the lowest responsible bidder in the amount of $1,214,012.98. BACKGROUND The existing water mains in the project area are undersized and have reached the end of their useful life. One of these mains runs between two residential properties, posing a significant risk of property damage in the event of a failure. The project will decommission this segment to eliminate the risk of flooding to the affected homes. The new water main will be rerouted to Macadam Road to ensure service reliability while mitigating future risks to private properties. The existing cast iron pipes are more susceptible to failure, while the new ductile iron pipes will enhance system resilience, reliability, and reduce long-term maintenance needs. DISCUSSION This project involves the removal of the outdated water mains and the installation of new, properly sized ductile iron pipes along a safer alignment. The scope of work includes excavation, pipe installation, service reconnections, testing, and surface restoration. By relocating the main away from private properties, the project will reduce the risk of property damage due to pipe failure, improve water flow and pressure in the service area, and decrease the likelihood of emergency repairs and associated costs. The lowest responsible bidder was Pape & Sons Construction, Inc. with a bid amount of $1,214,012.98, which is within the project budget. FINANCIAL IMPACT The construction contract will be fully funded by the water fund. We received nine total bids for this project, which is the highest turnout for a CIP in recent memory. The bids represented a wide range, with the engineer's estimate at $1,737,513 and bid amounts spanning from $1,214,012.98 to $1,839,269.18, as detailed in the attached bid tabs. Construction Fee 2025 Budget Construction Contract $1,214,012.98 Contingency (20%) $242,802.60 Total $1,456,815.58 $2,035,000.00 RECOMMENDATION The Mayor is being asked to approve the construction contract with Pape & Sons Construction, Inc. in the amount of $1,214,012.98 and to consider this item on the Consent Agenda at the March 3, 2025 Regular Council Meeting. Attachments: CIP Sheet - S 149th & S 150th Watermain Replacement Pape Construction Contract (Bid Package) 23 CITY OF TUKWILA 2025-2030 CAPITAL IMPROVEMENT PROGRAM CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: S 149th and S 150th St Watermain Replacement Project# 92340102 Project Manager .dib Altallal Design and DESCRIPTION: extended to Department Water dead end main will also be Construct 1,400 LF of 12" DI watermain along S 149th St and S 150th St. The Macadam Rd. The existing watermain is reaching its useful life and does not meet Department of Health or fireflow requirements. JUSTIFICATION: Design almost complete, construction mi._ expected in 2025. Easement acquisitions may be needed. -I MAINTENANCE IMPACT: Maintenance should be decreased. The project will improve the quality and flow of the water. Looping of the existing dead end main will also reduce maintenance needs. FINANCIAL(inthousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) Design Land (R/W) Construction Mgmt. Construction $ 25 $ 50 $ 10 $ 200 $ 1,750 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ 25 $ 50 $ 10 $ 200 $ 1,750 Total Project Costs $ 2,035 $ - $ - $ - $ - $ - $ - $ 2,035 Project Funding Utility Revenues $ 2,035 $ - $ - $ - $ - $ - $ - $ 2,035 Total Project Funding $ 2,035 $ - $ - $ - $ - $ - $ - $ 2,035 24 ..s1) S149th & 3150th Watermain Replacement SALES TAX RATE: '70".2'7 2'. 2°2' CORRECTION REM REM DESCRPTION PLAN QUANTITY ENGINEERS ESTIMATE WSP 1310 TOTAL (ALL SCII, {I TR SIS UNR PRICE TOTAL AMOUNT A1 MOBILIXATION,1049 MAX LS A2 CLEARING AND GRUBBING A3 REMOVAL OF STRUCTURES AND 03331AUCTIONS Ad REMOVING ASPHA, COLIC PAVEMENT SY AS CRUSHED SURFACING BASE COURSE TN A6 CRUSHED SURFACING TOP COUR. TN A7 STORIANA.R DISPERSAL TRENCH A8 PLANING BITUMINOUS PAVEMENT SY A9 IMA CL. 1, IN PO 68D-22 TN AM ASPHALT CONCRETE BARRED CURB Al1 TOPSOIL TYPE A TN Al2 EDOSIONMATED POLLUTION CONTROL FA Al 0 S.ED SLOPE LANDSCAPE DESTORAXON A, RESTORE LANDSCAPE TO EXISTING 00319.03 SY A15 CEMENT COLIC TRAFFIL CD. AND GDTIER A16 CEMENT COLIC TRAFFIL CMS LF A, CEMENT COLIC PEDESTEI. CURS LF A18 PLASTIC CROSSWALK LINE A. PLASTIC STOP LINE A20 PLASTIC LINE LF .1 PLASTIC MADDIC ARROW EA .2 PLASTIC ACCESS PARKING SPACE SYMBOL EA • RAISED PAVEMENT MARKED -D6PE 1 EA • RAISED PAVEMENT MARKED TYPE 3 EA • PERMANENT SIGNING .6 PROJECT TEMPOSAMTRAFFIC CONTROL 4,7 SPEED SAM .6 TYPE PROGRESS SCHEDULE, MN. 310,000 • SPRUCTLIDE EXCAVATION CLASS 19 INCL. HAUL CY A30 CONTROLLED DENSITY FILL CY A31 ROMANM SURVEYING A32 ADA FEATURES SURVEYING A33 MONUMENT LASE AND COVER EA A34 CEMENT COLIC SIDEWALK SY A35 CEMENT COLIC CU. RAW P/PE A SINGLE DIRECTION EA 0.36 CEMENT COLIC CU. RAW P/PE A PARALLEL EA A37 CL.NING EXISTING MANAGE STEMTME A38 HEALTH AND SAFETY PLAN A30 MINOR CHANGE FA MO 3190C PL. AM CONNECTION TO DRAINAGE SASUCTURE EA AM ADJUST STRUCTURE EA AM RECORD DRAWINGS, MN. $10000 Md STORMVATER POLLUTION PREVENTION PLAN 13WPD196 LB 2827 367 13 2683 1113 1027 77 331 103 74 53 105 78 1028 54 36 32 11 30 60 10, 064.710.00 $2.860,00 53.860.00 513031.00 $11.031.00 $40,00 5113,080.00 $.00 $1,055.00 $3.710,00 53,710.00 $30.00 $80.400.00 322500 5360,200.00 $43,00 346.215.00 $75.00 55,5.00 534.1.00 $04.154.00 $6000,00 56.000.00 $40,00 $13.240.00 $80,00 $15,060.00 $.00 54.070.00 $...00 53.015.00 $.00 54.875.00 $40,00 53130.00 $20,00 $08,560.00 .00,00 $500.00 .00,00 51.500.00 $20,00 51.080.00 $20.00 $500.00 $1400.00 51.0.00 026400.00 $26.0.00 $60,00 51.0.00 010.000.00 $10.000.00 $40,00 .40.00 .50,00 57.000.00 $7.500 00 5,500.00 $3.500 00 53,500.00 0500 00 51,000.00 0100,00 56.000.00 $3.000.00 54.000.00 $3.000.00 54.000.00 .0.000,00 340.000.00 $2.500,00 53.0.00 050.000,00 $50.000.00 $2.500,00 53.0.00 0760,00 51.0.00 $1,00,00 3000.00 010.000,00 $10.000.00 swim SCHEDULE B • WATER MAN :::=1'.'E'F.011'rrIljN EXCAVATION INCL HAUL COMB MR REL.SEIAR VACUUM VALVE ASSEMBLY1 =NETC01000tVON . DAM . SERVICE CONNECTION 11N LAM • DUCTILE IRON AFE FOR WATER RAN 6 BIAR . DUCTILE IRON PIPE FOR WATER MAIN 8 IN MAR B9 GATE VALVE 6 IN B10 CONNECTION TO EXISTING WATER MAIN 013 =0:0A0'0"F'6004'ITNG WATER MAN BM SHORING OR MIRA IDMAVATION TRENCH B14 IMINOR CHANGE ,10 10":3 0303 10, $50.00 0000'9:01 $2300.00 $2300.00 5173.00 5323.00 00.00"9:01 540,000.00 530,514.00 TOTAL 6913 84100'0"E TOTAL RD SC XEDULETS'UTST"OlYAL"ZU°S"SA'L'EST71: 066475 00 52,500 00 $16,500 00 $23.000 00 $53.000 00 $17.500 00 $11.200.00 5373..0.00 $06.000.00 013,000 00 0..0 00 $33 514 00 416 583 00 $25 Poo 00 0731,223 00 574,383.96 3806.007.96 UNIT PRICE :11c10=171 TOTAL AMOUNT 542,000.00 $7,000.00 $9,000.00 $16.00 $40.00 $40.00 $8,500.00 56.00 5175.00 54.00 $80.00 534,154.00 $7.500.D0 $08.00 $33.00 $33.00 $33.00 $11.00 $17.00 56.00 5450.00 5450.00 59.00 $14.00 $1,750.00 546,000.00 $65.00 510,000.00 $50.00 5150.00 $9,000.00 5900.D0 $3.500.D0 $90.00 $4.500.D0 $4.500.D0 $1,000.00 $6,000.00 530,000.00 5750.00 $2,000.00 $1,000.00 510,000.00 $1260,00 043.000 00 57.000.00 59,000.00 3,45,232.00 $10,680.00 $530.00 58.500.00 $16,098.00 51.600.00 54.108.00 56.160.00 $04,154.00 57,500.00 $13,578.00 56.144.00 53,068.00 51306.00 53,145.00 51,036.00 $11,568.00 3,450.00 51,050.00 .86.00 $050.00 50750.00 346.000.00 53,080.00 $10,000.00 $550.00 53,000.00 59,000.00 $900.00 57,000.00 56.210.00 54.500.00 54.500 00 51.000 00 . POO 00 $50 003 03 $750 03 54 POO 00 40.800 00 010,000 00 01250 00 TOTAL BD SCHEDULE A: 06943603 00 SALES TAX ICU ON SUBTOTAL: :12P11=1 Ut=221=1:111 Intrestnuclune. LLC SIO TOTAL SCII UNR PRICE TOTAL AMOUNT Saecon. LAC BIO TOTAL SCII UNR PRICE TOTAL AMOUNT 0130000.00 3130,00000 08000.00 38.00000 316000.00 016.00000 0.7.85 0..10135 0..30 017.231.S0 3100.00 31.00000 08.000.00 36.00000 06.00 013.41500 3160.00 M77.930.00 03.60 00.807.30 030.00 33.31000 034.1..00 034,16400 317000.00 017,00000 025.00 3827500 080.00 011.63000 070.00 36.18000 070.00 33.71000 014.00 03.73000 021.00 31.63800 03.25 36.28600 0300.00 030000 0375.00 31.13500 0.8.00 043200 00.00 0.600 020.000.00 020.000.00 0130.000.00 0100.000.00 3135.00 34.360.00 310000.00 010.00000 .0.00 044000 3165.00 33.00000 314400.00 014.40000 030.000.00 030.000.00 01.310.00 33.00000 085.00 34.485.00 02.730.00 03.75000 03.000.00 33,00000 06.500.00 36,60000 31300.00 51300 00 0S0000.00 0.000 00 31300.00 51.500 00 33000.00 56.000.00 0750.00 5.00.00 010000.00 010,00000 $1.500,00 31,300.00 372,000.00 073,00000 065,000.00 036,00000 545.000.00 046.00000 $6.00 014.13500 058.00 016.48600 058.00 076400 $20,000.00 023.00000 04.00 010.73200 $193.00 0316..0.00 04.00 04.108.00 000.00 06.18000 $34,1..00 034.154.00 515,000.00 016.00000 023.00 37.61300 060.00 03.600.00 062.00 33.84800 062.00 02.75600 012.00 0334000 04.00 031200 07.00 013.40600 0480.00 048000 0630.00 01.65000 010.00 0.000 016.00 040000 03300.00 06.600.00 015,000.00 016.00000 $226.00 0720000 $10,000.00 010.00000 046.00 040600 $243.00 04.900.00 $25,000.00 026.00000 $3.500.00 03.60000 $700.00 01,40000 0160.00 011.04000 04.000.00 ..000.00 04.000.00 02000.00 03.00000 0650.00 06S000 060000.00 050.00000 0650.00 06S000 02,300.00 04.60000 01.200 00 04.80000 510.000 00 010.00000 5.00 00 $1,300.00 TOTAL ED SCHEDULE A 339 00 SCHEDULE S • WATER NAIN SCHEDULED MATER MAIN 03000.00 040.00 05.600.00 010300.00 02,00.00 03000.00 0130.00 0113.00 09,875.00 065000.00 05000.00 10.7S 035 000.00 TAL SCHEDULE Et: SALES TA710.216, ON SUBTOTAL: TOTAL SD PLUS SALES TAX: $3.000.00 $2.000.00 $16.800.00 $52.500.00 $61.600.00 $21.000.00 $.8.320.00 $187.806.00 $03.800.00 $39.500.00 $5,000.00 $6.000.00 U.219.00 023000.00 1633.346.00 560.421.39 1S074813.69 TOTAL SD SCHEDULE B. SALES TAX ,I0.216, 014 SUBTOTAL. TOTAL SD PLUS SALES TAX. UNIT PRICE TOTAL AMOUNT 070000.00 073.00000 037.113.00 027.11200 044.643.00 044.645.00 014.00 030.67800 048.60 012.949.S0 012S.00 01.636.00 09.184.00 00.184.00 M.707.50 0165.00 0183.48000 015.00 016.40500 085.00 06.005.00 034.1..00 034.154.00 010000.00 010.00000 016.00 04,366.00 046.00 08,83200 0..60 01.866.00 026.00 31.37800 03.00 31.75500 016.00 0.1.170.00 36.00 03..0.00 3400.00 040000 .00.00 0.1.200.00 $8.00 043200 012.00 030000 00,300.00 0.3.000.00 0175,000.00 0.173000.00 006.00 0.1.130.00 $10,000.00 010.000.00 $1..00 01884.00 $273.00 0.6.600.00 $25,000.00 026,000.00 03,600.00 0.3.500.00 5600.00 01,000.00 0108.00 0.7.462.00 01300.00 01.90900 01.860.00 31.85900 05000.00 0.6.000.00 5500 00 0500.00 550.000 00 050.000 00 5500 00 0500 00 02.085 00 03770.00 0723 00 M900.00 010000.00 010,00000 0300,00 $300.00 TOTAL SD SCHEDULE A: 064000.00 064,00000 0150.00 07,50000 X.00000 017.970.00 0646130 00 $25,900 00 3.165.00 010560 00 0.1:.00 0374230 00 012.9 .00 033.0 00 0433.00 043732 00 534000 00 0546100 00 533,95 00 033E95 00 30 50 54148 00 525.000 00 023000 00 S..1LES TAX 101 ON SUBTOTAL. UNIT PRICE TOTAL AMOUNT 067.366 00 060.000 00 046.000 00 06 16 086 00 097 00 08.600 00 $4 00 0180 60 03 00 $116 00 034.1. 00 031.000 00 $41 00 066 00 086 00 042 00 016 00 042 00 07 00 MOO 00 0780 00 016 00 $32 00 $9.000 00 0136.000 00 $288 00 016.000 00 $140 00 $250 00 08.748 00 0960 00 06.000 00 0120 00 02,89 00 02.229 00 09.000 00 3500 00 S50 000 00 $1 200 00 04 011 00 3900 00 315 000 00 51,500 00 087,36600 060,00000 046,00000 014,669.06 022,89600 01,261.00 06,600.00 010,733.00 0310,83620 03,081.00 08,866.00 034.164.00 033000.00 013,671.00 010,660.00 03.290.00 03,610.00 03,278.00 013,498.00 0600.00 $2.340.00 $810.00 0800.00 00,000.00 0136,00000 00,218.00 016,000.00 01540.00 06,000.00 08,748.00 0960.00 010,000.00 08,901.00 $2.289.00 00,000.00 $50000 $50,000.00 01200.00 08022.00 03300.00 013000.00 $1,500.00 TOTAL SD SCHEDULE A: Win. PRICE TOTAL AMOUNT .44,113 00 $44 465 00 080 00 33 000 00 06400 00 $19 200 00 $41 800 00 $2:700 00 X, 900 00 $63 00 34 160 00 3182 00 0302 484 00 05,000 00 $36 000 00 335,700 00 0142 800 00 338,000 00 $38 000 00 318,000 00 818 000 00 S2 20 818 202 00 S25,000 00 825 000 00 MMEMSEIMMIIME=13111=1 Ut=11MME= Et=221MMILIMEI 072,00000 030,00000 030,00000 $10.00 $40.00 060.00 010,00000 $10.00 0160.00 03.00 030.00 034,16400 016,00000 01.00 343.00 373.00 330.00 015.00 333.00 06.00 0360.00 0800.00 $10.00 $20.00 01,600.00 0100,00000 0100.00 010,00000 070.00 0160.00 016,000.00 03,000.00 0600.00 0110.00 02.500.00 02.500.00 $2.000.00 02,000.00 050,000.00 03,000.00 01,000.00 01,000.00 010,00000 52,000.00 TOTAL 1310 SCHEDULE. 0.72.000 00 330.000 00 030.000 00 038,70 00 010.680 00 0780 00 010.000 00 038.830 00 0200.160.00 03.081 00 33.310 00 034.1. 00 016.000 00 $331 00 08.640 00 06.660 00 01.690 00 02.026 00 02.730 00 09.640 00 $350 00 01.600 00 0640 00 0600 00 01.600 00 0100.000.00 03,00 00 010.000 00 0770 00 03,00 00 016.000 00 03.000 00 01.000 00 07.690 00 03.600 00 02.000 00 S50,000 00 $2,000 00 $2,000 00 $4 000 00 310 000 00 31,000 00 SALES TAX 101 ON SUBTOTAL: TOTAL 1310 PLUS SALES TAX: S850.1,3 00 :=C1 Harkness Construction LAC BID TOTAL ALL 3. UNR. PRICE TOTAL AMOUNT BD TOTAL ALL SCH TOTAL AMOUNT 0.60.000 00 376.000 00 376.000 00 .0 00 080 00 080 00 06.000 00 010 00 $150 00 03 00 060 00 034.1. 00 030.000 00 020 00 080 00 080 00 080 00 $2 00 54 00 $1 00 MOO 00 MOO 00 06 00 06 00 01.000 00 060.000 00 $200 00 $10.000 00 $120 00 0300 00 0 00 $10.000 00 00 00 00 00 02.000 00 00 00 $200 00 00 00 02.000 00 00 00 02.600 00 SOO 00 01.000 00 000 00 $2,000 00 000 00 00,000 00 000 00 $2,000 00 000 00 01,000 00 000 00 5500 00 000 00 010000 00 000 00 $D3.,600 00 LE A I .680 00 TOT EDULE $70.000 OD $70.000 OD 338.075 OD $38.676 OD $34.00D OD $34.000 OD 511 OD 331.7 OD 54D OD $10.68D OD MOD OD 51.30D OD ..DSD OD ..DSD OD 30 75 328.130 26 3175 OD 51..600 OD 323D 53.587 SD 54D OD ..D8D OD $34.134 OD $34.134 OD $33.00D OD $33.00D OD 57D OD $23.17D OD 530 OD 311.336 OD .0 OD 58.386 OD 54D OD 53.13D OD 5.3D OD ..90D OD .0 OD 30 OD WA. OD $50D OD $50D OD $70D OD 53.10D OD 515 OD $01D OD 530 OD $70D OD 54.00D OD 54.00D OD $98.50D OD $98.50D OD 535 OD 51.78D OD $10.70D OD $10.70D OD $10D OD 51.10D OD $275 OD 53.50D OD $17.00D OD $17.00D OD ..30D OD 54.30D OD 51.00D OD ..60D OD 3130 OD ..632 OD 5.3.60D OD 53.600 OD 5.3.60D OD 03.600 OD ..021 00 03.1 00 $50 000 00 850 000 00 81 600 00 81 600 00 $5 000 00 8 0 000 00 3350 00 $2 200 00 $10,500 OD 310,500 00 01,30D OD .307 70 07 O. SCHEDULE 13 • WATER MAIN SCHEDULE S • WATER MAIN 075,000 00 TOTAL SD SCHEDULE B SALES TAX ,10.216, ON SUBTOTAL. TOTAL SD PLUS SALES TAX. 075.000.00 $6.000.00 $6.000.00 030.000.00 $44.000.00 015400.00 014.080.00 $432.120.00 $48.000.00 $40.000.00 030.000.00 $5.000.00 018.5.34.00 025000.00 0807.18400 003.33,77 5809.316.77 $73,00D OD TOTAL SID SCHEDULE B SALES TAX ,10.216) ON SUBTOTAL. TOTAL SD PLUS SALES TAX: UNR PRICE TOTAL AMOUNT $03.00D OD 0100.000 OD $23.00D OD 5.3D OD 57D OD 57D OD $20.00D OD 512 OD $19D OD 535 OD 53D OD $34.1. OD $40.00D OD $19D OD MOD OD MOD OD 575 OD 51D OD 517 OD 36 OD 343D OD 343D OD 51D OD 51D OD ..50D OD 5150.000 OD $30D OD 5.3.50D OD 323D OD $30D OD $20.00D OD 5.3.50D OD 53.00D OD $20D OD 58.50D OD 58.50D OD 08.000 00 53 000 00 3. 000 00 $3 000 00 $5 500 00 8850 00 $10 000 00 $3,000 00 TOTAL BD SCHEDULE A. .5,000.00 3100,000.00 535,000.00 510,890.00 5910.00 5.31).000.00 .2,198.00 3213360.00 535,873.00 $3,850.00 .0000.00 582,890.00 510,300.00 37,400.00 33,973.00 31,950.00 31,328.00 511,368.00 .50.00 31,360.00 0540.00 $250.00 30,300.00 3130,000.00 30,800.00 32,300.00 32,750.00 36,000.00 5.31).000.00 32,300.00 510,000.00 513,800.00 36,300.00 36,300.00 30,000.00 $3 000.00 SSD 000.00 $3 000.00 $N .000.00 33400.00 $10000.00 39,000.00 SALES 17. 10 2 OM SUBTOTAL' 0:=17.1211=1171 Prepared 134: A0OnaV88 1:$4 25 CITY OF TUKWILA PROPOSAL (unit price) Contractor's Name PAPE & SONS CONSTRUCTION, INC Contractor's State License No. PAPESI*204DE City of Tukwila Project Nos. 923 401 02 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that they personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled S 149TH AND S 150TH STREET WATERMAIN REPLACEMENT, which project includes, but is not limited to: Construction of approximately 1,600 linear feet o 8-inch . uctile iron watermain on S 149TH Street and S 150th Street along with hydrants, valves, services, and other appurtenances. The work also includes replacement of one 8-inch check valve vault assembly, connections to the existingwater system, trench repair, newADA ramp and sidewalk improvements, and HMA grind and overlay. The undersigned further certifies that they have read and thoroughly understand these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) 'bid bond or ❑ cash, ❑ cashier's check, ❑ certified check, or ❑ postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid D©ments. Bidder shall attain Physical Completion of all Work in all respects within 12ays from the date stated in the written Notice to Proceed. if the work is not completed wi in is 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. S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 26 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA S 149TH AND S 150TH STREET WATERMAIN REPLACEMENT PROJECT NUMBER 923 401 02 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. BID SCHEDULES SCHEDULE A: QTY ROADWAY ITEM DESCRIPTION UNIT UNIT PRICE TOTAL AMOUNT ITEM NO. Al 1 MOBILIZATION, 10% MAX. LS 1 $42,000.00 $42,000.00 A2 1 CLEARING AND GRUBBING LS 1 $7,000.00 $7,000 00 A3 1 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 $9,000.00 $9,000.00 A4 2,827 REMOVING ASPHALT CONC. PAVEMENT SY 2,827 $16.00 $45,232.00 A5 267 CRUSHED SURFACING BASE COURSE TN 267 $40.00 $10,680.00 A6 13 CRUSHED SURFACING TOP COURSE TN 13 $40.00 $520.00 A7 1 STORMWATER DISPERSAL TRENCH LS 1 $8,500.00 $8,500.00 A8 2,683 PLANING BITUMINOUS PAVEMENT SY 2,683 $6.00 $16,098.00 A9 1,112 HMA CL. 1/2 IN. PG 58H-22 TN 1,112 $175.00 $194,600.00 A10 1,027 ASPHALT CONCRETE BARRIER CURB LF 1,027 $4.00 $4,108.00 All 77 TOPSOIL TYPE A TN 77 $80.00 $6,160.00 Al2 1 EROSION/WATER POLLUTION CONTROL FA 1 $34,154 $34,154 A13 1 STEEP SLOPE LANDSCAPE RESTORATION LS 1 $7,500.00 $7,500.00 A14 331 RESTORE LANDSCAPE TO EXISTING CONDITION SY 331 $38.00 $12,578.00 A15 192 CEMENT CONC. TRAFFIC CURB AND GUTTER LF 192 $32.00 $6,144.00 A16 74 CEMENT CONC. TRAFFIC CURB LF 74 $32.00 $2,368.00 A17 53 CEMENT CONC. PEDESTRIAN CURB LF 53 $32.00 $1,696.00 A18 195 PLASTIC CROSSWALK LINE SF 195 $11.00 $2,145.00 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER.916 401 03 JANUARY 2025 27 CITY OF TUKWILA A19 78 PLASTIC STOP LINE LF 78 $17.00 $1,326.00 A20 1,928 PLASTIC LINE LF 1,928 $6.00 $11,568.00 A21 1 PLASTIC TRAFFIC ARROW EA 1 $450.00 S450.00 A22 3 PLASTIC ACCESS PARKING SPACE SYMBOL EA 3 $450.00 $1,350.00 A23 54 RAISED PAVEMENT MARKER TYPE 1 EA 54 $9.00 $486.00 A24 25 RAISED PAVEMENT MARKER TYPE 2 EA 25 $14.00 $350.00 A25 1 PERMANENT SIGNING LS 1 $1,750.00 $1,750.00 A26 1 PROJECT TEMPORARY TRAFFIC CONTROL LS 1 $46,000.00 $46,000.00 A27 32 SPEED BUMP LF 32 $65.00 $2,080.00 A28 1 TYPE B PROGRESS SCHEDULE, MIN. $10,000 LS 1 $10,000.00 $10,000.00 A29 11 STRUCTURE EXCAVATION CLASS B INCL. HAUL CY 11 $50.00 $550.00 A30 20 CONTROLLED DENSITY FILL CY 20 $150.00 $3,000.00 A31 1 ROADWAY SURVEYING LS 1 $9,000.00 $9,000.00 A32 1 ADA FEATURES SURVEYING LS 1 $900.00 $900.00 A33 2 MONUMENT CASE AND COVER EA 2 $3,500.00 $7,000.00 A34 69 CEMENT CONC. SIDEWALK SY 69 $90.00 $6,210.00 $4,500.00 A35 1 CEMENT CONC. CURB RAMP TYPE A SINGLE DIRECTION EA 1 $4,500.00 A36 1 CEMENT CONC. CURB RAMP TYPE A PARALLEL EA 1 $4,500.00 $4,500.00 A37 1 CLEANING EXISTING DRAINAGE STRUCTURE LS 1 $1,000.00 $1,000.00 A38 1 HEALTH AND SAFETY PLAN LS 1 $6,000.00 $6,000.00 A39 1 MINOR CHANGE FA 1 $50,000 $50,000 A40 1 SPCC PLAN LS 1 $750.00 $750.00 A41 2 CONNECTION TO DRAINAGE STRUCTURE EA 2 $2,000.00 $4,000.00 A42 4 ADJUST STRUCTURE EA 4 $1,000.00 $4,000.00 A43 1 RECORD DRAWINGS, MIN. $10,000 LS 1 $10,000.00 $10,000.00 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 28 CITY OF TUKWILA A44 1 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) LS 1 $1,250.00 $1,250.00 SUBTOTAL, SCHEDULE A $598,503.00 Washington State Sales Tax (O%, Per State Sales Tax — Rule 171) 0.00 TOTAL SCHEDULE A $598,503.00 * Denotes contingent items of work per Special Provisions Section 1-04.4 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 29 CITY OF TUKWILA SCHEDULE ITEM NO. B: QTY WATER MAIN ITEM DESCRIPTION UNIT UNIT PRICE TOTAL AMOUNT B1 1 MOBILIZATION, 10% MAX. LS 1 $22,000.00 $22,000.00 B2 50 UNSUITABLE FOUNDATION EXCAVATION INCL. HAUL CY 50 $70.00 $3,500.00 B3 3 COMB. AIR RELEASE/AIR VACUUM VALVE ASSEMBLY 1 IN. EA 3 $4,800.00 $14,400.00 B4 5 HYDRANT ASSEMBLY EA 5 $10,000.00 $50,000.00 B5 22 SERVICE CONNECTION 3/4 IN. DIAM. EA 22 $2,200.00 $48,400.00 B6 7 SERVICE CONNECTION 1 IN. DIAM. EA 7 $2,900.00 $20,300.00 B7 64 DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM. LF 64 $141.00 $9,024.00 B8 1,662 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. LF 1,662 $141.00 $234,342.00 B9 12 GATE VALVE 8 IN. EA 12 $2,250.00 $27,000.00 B10 4 CONNECTION TO EXISTING WATER MAIN EA 4 $11,500.00 $46,000.00 B11 1 CHECK VALVE VAULT EA 1 $41,000.00 $41,000.00 B12 1 REMOVAL OF EXISTING WATER MAIN LS 1 $15,500.00 $15,500.00 B13 8,292 SHORING OR EXTRA EXCAVATION TRENCH SF 8,292 $0.25 $2,073.00 B14 1 MINOR CHANGE FA 1 $25,000 $25,000 SUBTOTAL, SCHEDULE B $558,539.00 Washington State Sales Tax (10.2%) $56,970.98 TOTAL SCHEDULE B $615,509.98 * Denotes contingent items of work per Special Provisions Section 1-04.4 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 30 CITY OF TUKWILA TOTAL SCHEDULE A TOTAL SCHEDULE B TOTAL AMOUNT (SCHEDULES A AND B) $598,503.00 S615,509.98 $1,214,012.98 Total Bid Price in Words: One million, two hundred fourteen thousand, twelve dollars and ninety eight cents S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 31 CITY OF TUKWILA Bids Submitted on Computer Printouts Bidders, at their option, in lieu of handwriting in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard -copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the. City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the.exte+�ded amounts., Signed: Title: PRESIDENT - JAMES PAPE - PAPE & SONS CONSTRUCTION, INC Date: JANUARY 29, 2025 S 149TH AND S.150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 32 .rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt 1 1/27/2025 3 2 1/27/2025 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is: SWISS RE COPORATE SOLUTIONS 95 SOUTH JACKSON ST, SUITE 100 AMERICAN INSURANCE CORPORATION of SEATTLE. WA 98104 (Name) Bidder: PAPE & SONS CONSTRUCTION NC (Address) 17 Signature of Authorized Official: Printed Name and Title: JAMES PAPE Address: 9401 BUJACICH ROAD, STE 1A, GIG HARBOR, WA 98332 Check One: ❑ Individual ❑ Partnership State of Incorporation: WA Joint Venture (Corporation Phone No.: 253-851-6040 Date: JANUARY 29, 2025 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 33 ,rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA 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, Pape & Sons Construction, Inc. (Principal), and Swiss Re Corporate Solutions America Insurance Corporation (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent of the Total Amount of Bid (5%) 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 S 149TH AND S 150TH STREET WATERMAIN REPLACEMENT, Project No. 923. 401 02, 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 27th day of January Pape & Sons Construction, Inc. Signature of Authorized Official Title Name and address of local office of , 2025 Swiss Re Corporate Solutions America Insurance Corporation Surety By Daphne Roberts Attorney in Fact (Attach Power of Attorney) Acrisure Northwest agent and/or Surety Company: 1901 40th Ave W #440 Lynwood, WA 98036 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 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 34 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute, and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JOANNE REINKENSMEYER, KRISTIN JACKSON, DAPHNE ROBERTS, DANIELLE BRYANT and BAILEY BEACH _ JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 9th of May 2012: "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with reeard to any bond, undertaking or contract of surety to which it is attached." �`;�\pNS Ah1ER�04 ij\ONS PREgiFR''',,. p �PORq ys, 0�..• OR �?. SEAL m_ of SEAL ,1973 • M�ssooe :dys•'!Its soo�'•'.sa . .......w*N.,„qSN "'eaa„u .""` n"uu By David Satory, Senior Vice President of SRCSAIC & Senior Vice President of SRCSPIC By Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC IN WITNESS WHEREOF, SRCSAIC and SRCSPIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25TH day of SEPTEMBER 20 24 State of Illinois County of Cook ss Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation On this 25TH day of SEPTEMBER , 20 24 before me, a Notary Public personally appeared David Satory, Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. wv+EN►tszw5OA N Common Coee,�onNo. 97662s a wes=Ewes Seq.i te, 76 292/ •zceda, Notary I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 27th day of January , 20 25 Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC 35 CITY OF TUKWILA NON -COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named S 149TH AND S 150TH STREET WATERMAIN REPLACEMENT, Project No. 923 401 02. PAPE & SONS CONSTRUCTION, INC Name of Firm Sr ature of Authorized Official _- PRESIDENT - JAMES PAPE Title SEAL Signed and sworn to before me: Dated JANUAR 9, 2025 01111i olio fob eicP/9��� •(Signature) 'ems° `t'`(ei KATHLE u) _� NOTARY ;j — = PUBLIC . °°O ,•NO.9 � �C?`� .•,,,,C ; WAS,`; . %�. N FA E IRISH (Print Name) Notary Public in and for the State of WASHINGTON Commission Expires: MARCH 26, 2028 S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 36 )rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.hxwa.com - Always Verify Scal CITY OF TUKWILA 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. S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 37 ?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: PAPE & SONS CONSTRUCTION, INC Address of Bidder: 9401 BUJACICH ROAD, STE 1A GIG HARBOR, WA 98332 State Zip Code Contractor's License No. PAPESI*204DE WA State UBI No. 600 291 966 Dept. of L&I License Bond Registration No. 2273368 Worker's Comp. Acct. No. 378,813-00 Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture. Incorporated in the state of WASHINGTON List business names used by Bidder during the past 10 years if different than above: City N/A Bidder has been in business continuously from 1973 Bank Reference Year US BANK GIG HARBOR - KARA 253-858-8008 Bank Account Officer Officer's Phone No. No. of regular full-time employees: 23 Number of projects in the past 10 years completed: 75 ahead of schedule 75 on schedule 0 behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 51 years. As a subcontractor for 51 years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers); How Long Name itle With Bidder SEE ATTACHMENT "A" 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 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 38 ?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA Surveyor's Name: AMERICAN SURVEYING & ENVIRONMENTAL. LLC 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 Owner/Reference proiect Name Completed Amount Name and Phone SEE ATTACHMENT "B" 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 Proiect N/A Total Claims Amount of Contract Arbitrated Settlement Amount or Litiaated of Claims HNBidder, or any representative or partner thereof, ever failed to complete a contract? No ❑ Yes If yes, give details: N/A Hrs Bidder ever had any Payment/Performance Bonds called as a result of its work? No ❑ Yes If yes, please state: proiect Name N/A Contractina Party Bond Amount S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA �Ha Bidder ever been found guilty of violating any State or Federal employment laws? No ❑ Yes If yes, give details: N/A Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? VNo ❑ Yes If yes, give details: N/A Has any adverse legal judgment been rendered against Bidder in the past 5 years? 'No ❑ Yes If yes, give details: N/A Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? V No E. Yes If yes, please state: Date Type of Iniury Aaencv Receivina Claim N/A The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: PRESIDENT - JAMES PAPE Date: JANUARY 29, 2025 S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 40 7rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA CERTIFICATE OF COMPLIANCE WITH WAGE PAYMENT STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, January 29, 2025, the bidder is not a "willful' violator, as defined in RCW 49.48.082, of any provision of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgement entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder's Busine s Name 7WE & SONS CONSTRUCTION, INC Signature -of Authorized Official* JAMES PAPE Printed Name PRESIDENT Title JANUARY 29, 2025 Date GIG HARBOR WA City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation [I State of Incorporation, or if not a corporation, State where business entity was formed: WASHINGTON If a co -partnership, give firm name under which business is transacted: N/A *If a corporation, proposal must be executed in the corporate name by the president or vice- president (oranyother corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Washington State W� Department of Transportation Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: PAPE & SONS CONSTRUCTION, INC Name of Contractor/Bidder - Print full legal entity name of firm By • r Signature of authorized person Print Name of person making certifications for firm JAMES PAPE Title: PRESIDENT Title of person signing certificate Date: JANUARY 29, 2025 Place: GIG HARBOR, WA Print city and state where signed Form 272-009 08/2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 42 CITY OF TUKWILA PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT SEE ATTACHMENT "C" Labor to be used: SEE ATTACHMENT "D" PAPE & SONS CONSTRUSJION, INC AjagEDW __Sigrure of Authorized Official PRESIDENT - JAMES PAPE Title S 149TH AND S'150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF TUKWILA PROPOSED SUBCONTRACTORS Name of Bidder PAPE & SONS CONSTRUCTION, INC In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: structural steel installation, rebar installation, electrical, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. Prime Contractor must declare if they intend to perform any of these items. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder 83 % Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid AMERICAN SURVEYING & ENVIRONMENTAL, LLC NW TRAFFIC, INC BECKER BLACKTOP LLC A31, A32, A33 1 A18. A19, A20, A21, A22, A23. A24. A27 1 A8, A9, A10, A27 13% FOUR SEASONS CONCRETE CONSTRUCTION, LLC A15, A16, A17, A34, A35, A36 2% WORK TO BE PERFORMED BY PRIME CONTRACTOR ALL OTHER BID ITEMS NOT LISTED ABOVE 83% S 149TH AND S 150TH WATERMAIN REPLACEMENT PROJECT NUMBER 916 401 03 JANUARY 2025 44 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BOARD RESOLUTION OF PAPE & SONS CONSTRUCTION, INC. FOR SIGNING AUTHORITY DULY PASSED ON April 2, 2021 RESOLVED, that the following shall having signing authority on behalf of the company, subject to subsequent revocation or limitation by James Pape: 1. James Pape 2. Jeanette Pape 3. Chris Pape 4. Brad Appleman 5. Phil Sagen It is hereby certified by the undersigned that the foregoing resolution was duly passed by the Board of Directors of the above -named Company on the 2nd day of April, 2021, in accordance with the Memorandum or By -Laws and Articles of Incorporation of the Company and the laws and by-laws governing the Company and that the said resolution has been duly recorded in the Minute Book and is in full force and effect. ~DAMES PAPE - DIRECTOR 45 MINUTE RE: SPECIAL MEETING OF SHAREHOLDERS OF PAPE & SONS CONSTRUCTION, INC. A special meeting of the Shareholders has been called. A quorum was present as all shareholders were present. The purpose of said meeting was to conduct election of officers. The majority of votes carried as follows. It has been addressed, ordered and agreed as follows. 1. James Pape is elected as President. 2. Jeanette Pape is elected as Secretary/Treasurer. 3. Chris Pape is elected as Vice -President. 4. Brad Appleman is elected as Assistant Vice -President. 5. Phil Sagen is elected as Assistant Secretary. Agreed and approved this 8th day of October, 2020. PAPE & SONS CONSTRUCTION, INC. By: Ja pe, President and Director and Majority Shareholder 46 Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 410 PAPE & SONS CONSTRUCTION, INC 9401 BUJACICH ROAD NW STE 1A GIG HARBOR WA 98332 PAPE & SONS CONSTRUCTION, INC Reg: CC PAPESI*204DE UBI: 600-291-966 Registered as provided by Law as: Construction Contractor (CC01) - GENERAL Effective Date: 3/5/1980 Expiration Date: 4/8/2025 47 BACKGROUND & EXPERIENCE OF PRINCIPAL INDIVIDUALS AVAILABLE ATTACHMENT "A" James Pape — President - Owner 40 yrs. With Pape & Sons Construction, Inc. Jeanette Pape —Secretary/Treasurer- 9 yrs. With Pape & Sons Construction, Inc. Christopher Pape- Vice President 14 yrs. With Pape & Sons Construction, Inc. PhD Sagen — Project Manager — 17 yrs. With Pape & Sons Construction, Inc. Brad Appleman — GM/Project Manager — 18 yrs. With Pape & Sons Construction, Inc Jeff Tomasovich — Foreman Operator 29 yrs. With Pape & Sons Construction, Inc Bryan Hughes — Foreman Operator 24 yrs. With Pape & Sons Construction, Inc Eric Anderson — Foreman Operator 14 yrs. With Pape & Sons Construction, Inc Bookkeeping/Admin = 3 Pipelayers = 3 Operators =6 41 years in underground utilities. Superintendent for projects. 34 years assisting accounting dept. and office personnel. 14 years in underground construction. Laborer/Pipelayer/Operator 18 years in underground construction. Manages projects and estimates. 19 years in underground construction. Manages projects and estimates. 41 years in underground construction. Foreman - Operator 25 years in underground construction. Foreman — Operator 19 years in underground construction. Foreman — Operator Truck Drivers = 1 Flaggers = 1 Laborers = 3 Mechanics = 1 Updated 4/22/2024 48 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $6,608.72 Brad Appleman SEWER SPOT REPAIRS 124-2 PRIVATE Dec-24 WOLLOCHET HARBOR SEWER DISTRICT PO BOX 2166 GIG HARBOR, WA 98335 253-265-0265 $15,511.40 Brad Appleman DIRECTIONAL DRILL @ PIONEER WAY 865 PRIVATE Dec-24 CITY OF ORTING PO BOX 489 ORTING, WA 98360 360-893-9039 STEVE DASKAM $425,532.07 Brad Appleman MCCORMICK WOODS WELL #11 SITE IMP. 861 Subcontractor to JMG Nov-24 CITY OF PORT ORCHARD 216 PROSPECT STREET PORT ORCHARD, WA 98366 360-876-4407 $23,820.58 Brad Appleman EMERGENCY WATERMAIN REPAIRS 124-3 Oct-24 BELFAIR WATER DISTRICT #1 PO BOX 563 BELFAIR, WA 98528 360-275-3008 JIM FREEMAN/DALE WEBB $31,337.43 Phil Sagen WATER METER EXCHANGES 875 Sep-24 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-238-4137 $3,854,760.00 Brad Appleman NBK REPAIR & REPLACE SEWERW INFRASTRUCTURE 802 SUB TO MACNAK CONTRACT # N4425517D4013-N4425519F4319 Sep-24 NAVFAC NW PUBLIC WORKS DEPT KITSAP MACKNAK CONSTRUCTION, LLC CHESTER BERGNER 253-212-2378 $68,284.20 Brad Appleman FIR MEADOWS WATERMAIN PO#13034 877 PRIVATE Sep-24 WA WATER SERVICE COMPANY 4531 INTELCO LOOP SE, SUITE 3 LACEY, WA 98503 253-320-1631 JOHN PUCCINELLI $8,153.20 Brad Appleman WHITE CLOUD SEWER SPOT REPAIRS 124-1 PRIVATE Aug-24 WOLLOCHET HARBOR SEWER DISTRICT PO BOX 2166 GIG HARBOR, WA 98335 253-265-0265 $140,495.31 Brad Appleman SOUTH ORCHARD ST WATER MAIN REPLACEMENT 876 Aug-24 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-238-4137 $1,074,444.15 Phil Sagen WATER RENEWAL & REPLACMENT PROJ #6 864 PRIVATE Jun-24 SPANAWAY WATER COMPANY PO BOX 1000 SPANAWAY, WA 98387 253-531-9024 TIM WELLS $488,904.38 Brad Appleman HERONSWOOD GARDEN WATERMIAN EXTENSION 870 Jun-24 PORT GAMBLE S'KLALLAM TRIBE 31912 LITTLE BOSTON RD NE KINGSTON, WA 98346 MIKE ROREM 206-930-3229 $33,305.25 Brad Appleman 108 131st STREET FIRE LINE 873 PRIVATE Jun-24 PARKLAND LIGHT & WATER PO BOX 44426 TACOMA, WA 98448 253-531-5666 DALE BUDZINSKI $748,233.66 Brad Appleman SOUTHWOOD 204TH WATERMAIN PO#12615 867 PRIVATE Apr-24 WA WATER SERVICE COMPANY 4531 INTELCO LOOP SE, SUITE 3 LACEY, WA 98503 253-320-1631 JOHN PUCCINELLI $4,227,126.89 Brad Appleman SANITARY SEWER PUMP STATION & SANITARY SEWER 839 Mar-24 MASON COUNTY PUBLIC WORKS PO BOX 1850 SHELTON, WA 98584 RICHARD DICKINSON 360-427-9670 $1,568,805.91 PhD Sagen PAULSON RD POTABLE & RECYCLED WATER MAIN 860 Apr-24 SILVERDALE WATER DISTRICT #16 PO BOX 493 SILVERDALE, WA 98383 MICHAEL PLEASANTS 360-447-3513 $6,750.00 Brad Appleman SPSCC INFRASTRUCTURE PUMP LIFT STATION 123-12 SUB TO SOURCE ELECTRIC Apr-24 ENTERPRISE SERVICES, WASH STATE DEPT PO BOX 41476 OLYMPIA, WA 98504 STACY SIMPSON 360-349-2341 $1,605,190.04 Phil Sagen SCHEDULE A DISTRIBUTION REPLACMENT 862 Apr-24 WESTERN RANCHETTES INC 15914 748TH AVE CT E PUYALLUP, WA 98375 RYAN FRANK 360-876-0958 49 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $262,389.46 Phil Sagen 2022 AC WATER MAIN 863 PRIVATE Feb-24 FRUITLAND WATER DISTRICT 4001 9TH ST SW PUYALLUP, WA 98373 253-848-5519 TED HARDIMAN $12,152.00 Brad Appleman HWY 300 WATER SERVICE REPLACMENT 869 PRIVATE Feb-24 BELFAIR WATER DISTRICT #1 PO BOX 563 BELFAIR, WA 98528 360-275-3008 JIM FREEMAN/DALE WEBB $137,370.67 Brad Appleman ARDMORE WHITMAN WATERMAIN #879 868 Feb-24 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 JAMES DEAN - 253-588-4423 $442,682.70 Brad Appleman GLEN ALDER WATERMAIN REPLACEMENT 850 Dec-23 THURSTON COUNTY PUD 1230 RUDDELL RD SE LACEY, WA 98503 KIM GUBBE - 360-357-8783 EXT125 $486,811.96 Brad Appleman LAKE JOSEPHINE COUNTRY CLUB WATERMAIN 857 Nov-23 LAKE JOSEPHINE WATER DEPARTMENT 11016 COUNTRY CLUB DR ANDERSON ISLAND, WA 98303 RUSS RODOCKER - 253-884-4093 $132,412.43 Phil Sagen EVERGREEN SHORES WATERMAIN REPLACEMENT 859 PRIVATE Oct-23 WASHINGTON WATER COMPANY PO BOX 336 GIG HARBOR, WA 98335 JOHN PUCCINELLI, PE 360-437-2042 $1,440,519.01 Brad Appleman MANORWOOD WATER MAIN REPLAC. PHASE 2 & 3 852 Nov-23 CITY OF PUYALLUP 333 S. MERIDIAN PUYALLUP, WA 98371 MICHELLE GEHRING 253-841-5579 $604,533.47 Phil Sagen CANYON RD E WATERMAIN REPLACEMENT 854 PRIVATE Sep-23 WASHINGTON WATER COMPANY PO BOX 336 GIG HARBOR, WA 98335 JOHN PUCCINELLI, PE 360-437-2042 $81,279.07 Brad Appleman WICKS LAKE RANCHES WATERMAIN RELOCATION 851 PRIVATE Aug-23 WASHINGTON WATER COMPANY PO BOX 336 GIG HARBOR, WA 98335 JOHN PUCCINELLI, PE 360-437-2042 $1,037,540.50 Phil Sagen KPUD LUD #40 BILL POINT WATER PART 1 847 Aug-23 Kitsap PUD #1 PO Box 1989 Poulsbo, WA 98370 PETER DRESSEL 360-626-7746 $188,612.86 Phil Sagen STORMWATER PRETREATMENT OUTFALL 844 Jun-23 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 TYLER BEMIS- 253-238-4134 $41,450.90 Phil Sagen FIRCREST ROSE ST WATERMAIN 855 Jun-23 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-564-8900 $555,193.45 Phil Sagen KPUD LUD # 40 BILL POINT WATER PART 2 849 May-23 Kitsap PUD #1 PO Box 1989 Poulsbo, WA 98370 PETER DRESSEL 360-626-7746 $4,080.00 Phil Sagen KPUD WATER SERVICE CONNECTIONS 123-16 Apr-23 Kitsap PUD #1 PO Box 1989 Poulsbo, WA 98370 BILL WHITELEY- 360-779-4078 $1,056,735.07 Brad Appleman NAOMILAWN NEWGROVE HIGHLAND WATERMAIN 843 Mar-23 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 IAN BLACK - 253-588-4423 $36,960.00 Phil Sagen REGENTS BLVD WATERMAIN 848 Mar-23 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-564-8900 $69,289.46 Brad Appleman ROBBINS RD STORM WATER IMPROVEMENTS 831 Mar-23 ROBBINS RD IMPROV. & MAINT. ASSOC. PO BOX 752 GRAPEVIEW, WA 98546 ROBERT ISBELL - 360-229-2079 50 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $74,553.65 Phil Sagen 2022 ANNUAL DRAINAGE PROJECT 846 Mar-23 CITY OF BAINBRIDGE ISLAND 280 MADISON AVE N BAINBRIDGE ISLAND, WA 98110-1812 JOEL CORLEW 206-348-2913 $153,434.13 Brad Appleman SOUTHWOOD PRV STATIONS 845 PRIVATE Feb-23 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 $890,647.56 Phil Sagen HOLIDAY VALLEY WATER MAIN REPLACEMENT 838 PRIVATE Dec-22 HOLIDAY VALLEY WATER DISTRICT 3403 STEAMBOAT ISLAND RD PMB 334 OLYMPIA, WA 98502 JIM LOGAN - 360-529-2947 $2,705,312.30 Phil Sagen FRUITLAND 2021 WATER MAIN 827 PRIVATE Dec-22 FRUITLAND MUTUAL WATER CO PO BOX 73759 PUYALLUP, WA 98373 TED HARDIMAN - 253-848-5519 $302,391.52 Brad Appleman 55TH ST CT NW (REID DR) WATER MAIN 841 Nov-22 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 MANDY CHAPMAN - 253-853-7561 $158,549.53 Brad Appleman WATERMAIN EXTENSION QUISTORFF SWEDE HILL 842 PRIVATE Oct-22 WASHINGTON WATER PO BOX 336 GIG HARBOR, WA 98335 RYAN HASEMAN - 877-408-4060 $656,318.01 Phil Sagen SUMMIT WATER MAIN 840 Oct-22 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-564-8900 $483,753.73 Phil Sagen EISENHOWER WATER MAIN REPLACEMENT 837 Aug-22 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 JOHN TAPIA 360-876-2545 $1,436,262.54 Brad Appleman 2020 LIFT STATION UPGRADES PROJECT 824 Jul-22 CITY OF ORTING PO BOX 489 ORTING, WA 98360 APRIL WHITTAKER-253-604-6600 $1,042,182.11 Brad Appleman OYSTER BAY AVE FORCE MAIN REPLACEMENT 836 Jul-22 CITY OF BREMERTON 239 4TH ST BREMERTON, WA 98337 ROBERT ENDLSEY 360-473-2348 $1,826,469.86 Brad Appleman MARINE DRIVE WATER MAIN REPLACEMENT 826 May-22 CITY OF BREMERTON 239 4TH ST BREMERTON, WA 98337 ROBERT ENDLSEY 360-473-2348 $325,933.52 Brad Appleman 6th STREET SEWER REPLACEMENT 822 May-22 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 BILL DAVIS 360-473-5398 $211,411.27 Brad Appleman 2022 STORMWATER REPAIR PROJECT 834 Apr-22 CITY OF LAKEWOOD 6000 MAIN STREET SW LAKEWOOD, WA 98499 D'ANDRA BUCHANAN 253-983-7820 $36,841.91 Brad Appleman BORGEN BLVD EMERGENCY PAVEMENT REPAIR 835 Mar-22 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 TRENT WARD 253-851-6170 $456,793.50 Phil Sagen 224th 12 Inch WATER MAIN REPLACEMENT 832 PRIVATE May-22 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 $137,019.96 Brad Appleman SILVER CREEK BOOSTER STATION Apr-22 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 830 PRIVATE $1,095,865.25 Phil Sagen WATER MAIN RENEWAL & REPLACEMENT 829 PRIVATE Mar-22 SPANAWAY WATER COMPANY INC PO BOX 1000 SPANAWAY, WA 98387-1000 TIM WELLS 253-531-9024 51 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $118,544.19 Brad Appleman MINTERBROOK 82ND AVE MAINLINE EXTENTION 828 PRIVATE Nov-21 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 $643,981.00 Brad Appleman McCORMICK WEST DIVISION 11 & 12 821 Subcontractor to RV Associates, Inc Nov-21 MCCORMICK DEVELOPMENT CORP PRIME - RV ASSOCIATES, INC 1333 LLOYD PARKWAY, PORT ORCHARD, WA 360-876-9737 $372,678.73 Phil Sagen SILVER SPRINGS WATER SYSTEM MAINLINE 825 PRIVATE Aug-21 WASHINGTON WATER CO. 14519 PEACOCK HILL AVE NW GIG HARBOR, WA 98332 JOHN PUCINNELLI 253-320-1631 $978,962.40 Phil Sagen CARPENTER RD UTILITY IMPROVEMENTS 820 Jul-21 CITY OF LACEY PO BOX 3400 LACEY, WA 98509-3400 JUSTIN KNOX 360-491-5600 $3,310,427.98 Brad Appleman NBK REPAIR & REPLACE SEWER INFRASTRUCTURE 802 Jun-21 MACNAK CONSTRUCTION, LLC 12802 BRIDGEPORT WAY SW LAKEWOOD, WA 98499 CHESTER BERGNER 253-212-1378 $1,017,655.86 Phil Sagen 2019 WATER MAIN IMPROVEMENTS 819 May-21 CITY OF YELM PO BOX 479 YELM, WA 98597 DEREK M MCCOY, P.E. $20,381.25 Brad Appleman POTHOLE BOX CULVERT EDDON BOAT PARK 823 Apr-21 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 GEORGE FLANIGAN 253-377-6165 $377,800.20 Brad Appleman 2020 CDBG WATERMAIN REPLACEMENT 818 Apr-21 TOWN OF BUCODA PO BOX 10 BUCODA, WA 98530 STEVE WILLIE 360-352-9456 $24,538.94 Brad Appleman WATERMAIN & SERVICE to 2012 STATE GAME RD 817 Jan-21 TORRE 4306 27TH AVE SE PUYALLUP, WA 98374 LOUIS TORRE 253-845-3936 $1,234,299.05 Brad Appleman 39TH AVE WATER MAIN REPLACEMENT 813 Jan-21 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $79,047.10 Brad Appleman N WARNER STREET SEWER & STORM 812 Dec-20 HENDRICKSON CONSTRUCTION CO PO BOX 64370 UNIVERSITY PLACE, WA 98464-0370 RON HENDRICKSON 253-381-7486 $1,279,235.21 Phil Sagen MAPLE AVE WATER MAIN IMPROVEMENT 811 Dec-20 CITY OF PORT ORCHARD 216 PROSPECT ST PORT ORCHARD, WA 98366 K. CHRIS HAMMER PE 360-876-4991 $14,416.18 Phil Sagen EMERGENCY MANHOLE REPLACEMENT 816 Nov-20 CITY OF FIRCREST 115 RAMSDELL ST FIRCREST, WA 98466 JEFF DAVIS - 253-564-8900 $48,351.60 Brad Appleman ILLAHEE OYEHUT HYDRANT REPLACEMENT 814 Nov-20 GRAYS HARBOR COUNTY 100 W BROADWAY, STE 2 MONTESANO, WA 98563 MARK COX 360-249-4222 $396,877.89 Brad Appleman BOND GUNDERSON WATER MAIN EXTENSION 809 PRIVATE Sep-20 ARNESS TREE FARM 22777 INDIANOLA RD NE POULSBO, WA 98370 LARRY TODD 360-692-6867 $39,991.01 Brad Appleman 120-KCSD7 REUSE WATER PUMP & MANHOLE 815 Sep-20 KITSAP COUNTY SEWER DISTRICT #7 PO BOX 40088 BELLEVUE, WA 98015 RAOAN BLACKER 206-669-5723 52 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $6,597.00 Brad Appleman PHASE 3 TELEMETRY UPGRADES 120-CEDAR -SUB TO SOURCE ELECTRIC, LLC Aug-20 CEDAR RIVER WATER/SEWER DISTRICT 18421 SE PETROVITSKY RD RENTON, WA 98058 CHRIS ROBERTS 206-437-2878 $356,104.01 Phil Sagen WOODS ROAD WATER MAIN REPLACEMENT 808 Aug-20 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 JOHN TAPIA 360-876-2545 $9,385.99 Brad Appleman MINDER & SR 307 BORE EXCAVATION 120- KCPUD#1 Jul-20 KITSAP COUNTY PUD #1 PO BOX1989 POULSBO, WA 98370 TODD SMITH 360-626-7751 $224,949.30 Phil Sagen JACKSON AVE WATER MAIN RELOCATION 810 Jun-20 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 JOHN TAPIA 360-876-2545 $399,899.41 Phil Sagen CAMP SEYMOUR YMCA WATER SYSTEM 804 Jun-20 YMCA OF PIERCE & KITSAP COUNTIES 4717 S 19TH ST, STE 201 TACOMA, WA 98402 ED BRESSETTE 253-534-4738 $175,390.25 Phil Sagen AC WATER MAIN REPLACEMENT 807 May-20 TIMBERLAKE COMMUNITY CLUB 2880 E. TIMBERLAKE WEST DRIVE SHELTON, WA 98584 EVAN HENKE, PE 425-637-3693 $96,130.00 Phil Sagen RANCH ACRES MAIN REPLACEMENT 805 PRIVATE May-20 WASHINGTON WATER SERVICE CO PO BOX 336 GIG HARBOR, WA 98335 JOHN PUCCINELLI, PE 360-437-2042 $66,923.45 Phil Sagen WATER MAIN REPLACEMENT PROJ NO MRP2019-34 806 Apr-20 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 TROY SAGHAFI PE 253-502-8746 $2,112,099.38 Brad Appleman 2019 SEWAGE PUMP STATION CW-4 REPLACEMENT 797 Apr-20 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 BILL DAVIS 360-473-2312 $4,950.00 Brad Appleman VWD BUTTES TELEMETRY 120 - SUB TO SOURCE ELECTRIC Mar-20 VALLEY WATER DISTRICT 14501 PIONEER WAY E PUYALLUP, WA 98372 SEAN VANCE 253-841-9698 $829,071.74 Phil Sagen MARINE DR STORMWATER LID RETROFIT 799 Dec-19 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 KATIE KETTERER 360-473-5334 $870,682.07 Phil Sagen LIDSTROM WATER MAIN REPLACEMENT 800 Nov-19 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 GLEN SCREWS 360-874-5004 $19,938.28 Phil Sagen PARKWOOD SEWER 803 Oct-19 WEST SOUND UTILITY DISTRICT #1 2924 SE LUND AVE PORT ORCHARD, WA 98366 JOHN TAPIA 360-876-2545 $1,031,235.05 Brad Appleman STINSON AVE WATER MAIN REPLACEMENT 796 Oct-19 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 AARON HULST 253-853-7620 $105,622.66 Phil Sagen FARALLONE SANITARY SEWER 801 Oct-19 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 JERRY WAKEFIELD 253-564-8900 $505,101.61 Phil Sagen 7TH ST IMPROVEMENTS WATERLINE REPLAC. 798 Aug-19 CITY OF ELMA 1235 MONTE ELMA RD ELMA, WA 98541 JIM STARKS 360-482-2212 $2,559,164.54 Brad Appleman LIFT STATION NO 2 PW 2017-07 771 Jul-19 CITY OF LACEY PO BOX 3400 LACEY, WA 98509 KEVEN INMAN 360-438-2682 53 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $289,977.51 Phil Sagen WATER MAIN REPLACEMENT MRP 2016-24 795 Jul-19 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 GREG ARMSTRONG -253-502-8742 $1,197,859.21 Brad Appleman ARROWHEAD WATER MAIN REPLACEMENT PH 2 791 Jun-19 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $975,493.68 Phil Sagen WATER MAIN REPLACEMENT MRP2017-17 788 Jun-19 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 GREG ARMSTRONG -253-502-8742 $110,896.23 Brad Appleman LIFT STATION #9A REHABILITATION 792 Jun-19 CITY OF GIG HARBOR 3510 GRANDVIEW STREET GIG HARBOR, WA 98335 MARCOS MCGRAW 253-853-2647 $376,921.47 Phil Sagen WATER MAIN REPLACEMENT MRP2017-27 790 May-19 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 RYAN FLYNN 253-396-3111 $124,657.48 Brad Appleman EMERGENCY REPAIR SEWER FORCEMAIN 794 Apr-19 CITY OF BREMERTON 239 4TH ST BREMERTON, WA 98337 NED LEVER 360-473-2398 $654,710.00 Brad Appleman FREDRICKSON INDUSTRIAL PARK SEWER MAIN 786 SUB TO RV ASSOCIATES, INC Feb-19 RV ASSOCIATES, INC 1333 LLOYD PARKWAY PORT ORCHARD, WA 360-876-9737 $415,111.05 Brad Appleman DRAKE STREET LIFT STATION PROJECT 781 Nov-18 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 BRIAN CASEY 253-627-1520 $928,674.24 Phil Sagen LAKE STEILACOOM DR REPLAC/REHABIL. JOB 690 783 Nov-18 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $485,322.87 Phil Sagen WATER MAIN REPLACEMENT PROJ MRP2017-22 785 Nov-18 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 RYAN FLYNN 253-396-3111 $679,710.84 Brad Appleman Green Mountain Acres System Reconstruction 759 Sep-18 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 $245,573.63 Brad Appleman BELA VISTA MAIN REPLACEMENT PHASE 1 787 Sep-18 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 $95,652.86 Phil Sagen WALLER RD CROSSING WATER MAIN JOB #701 784 Jun-18 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $175,285.14 Phil Sagen FRP 2017-18 WATER MAIN 782 Jun-18 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 GREG ARMSTRONG -253-502-8742 $188,536.00 Phil Sagen FLORENCE STREET SEWER 780 May-18 CITY OF ENUMCLAW 1339 GRIFFIN AVE ENUMCLAW, WA 98022 SCOTT WOODBURY 360-615-5728 $200,099.47 Phil Sagen 2018 CDBG WATERMAIN REPLACEMENT 779 Apr-18 TOWN OF BUCODA PO BOX 10 BUCODA, WA 98530 STEVE WILLIE 360-352-9456 $412,039.11 Phil Sagen RAMSDELL WATER MAIN PROJECT 778 Apr-18 CITY OF FIRCREST 115 RAMSDELL ST FIRCRESET, WA 98466 KIMBERLEY SAVAGE 253-473-4494 54 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $8,500.00 Brad Appleman PHASE 4-SCADA SYSTEM UPGRADES 118-SUB TO TSI & SOURCE ELECTRIC, LLC Apr-18 CITY OF BONNEY LAKE PO BOX 7380 BONNEY LAKE, WA 98390 JOHN WOODCOCK 253-447-4348 $282,142.19 Brad Appleman LUD#19 NEW SWEDEN WATER MAIN EXTENSION 776 Mar-18 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 $541,150.62 Phil Sagen SILCOX DRIVE SW WATER MAIN REPLACEMENT 777 Mar-18 LAKEWOOD WATER DISTRICT PO BOX 99729 TACOMA, WA 98499 RANDALL BLACK - 253-588-4423 $368,576.37 Brad Appleman HISTORIC VILLAGE WATER MAIN REPLACEMENT 770 Mar-18 CITY OF DUPONT 1700 CIVIC DR DUPONT, WA 98327 DOMINIC MILLER P.E. 360-292-7481 $1,460,927.05 Phil Sagen ORVILLE ROAD WATER MAIN REPLACEMENT 769 Mar-18 CITY OF ORTING PO BOX 489 ORTING, WA 98360 APRIL WHITTAKER-253-604-6600 $401,684.50 Brad Appleman ALAMEDA LIFT STATION PROJECT 767 Feb-18 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 BRIAN CASEY 253-627-1520 $143,871.50 Brad Appleman RIDDELL WELL SLIDE IMPROVEMENTS 775 Dec-17 NORTH PERRY AVE WATER DISTRICT PO BOX 2183 BREMERTON, WA 98310 JIM GROSS PE - 206-357-9932 $268,536.22 Phil Sagen MEEKER AVE STORM SEWER 772 Dec-17 CITY OF TACOMA 747 MARKET ST STE#408 TACOMA, WA 98402 JESSICA TONKA 253-502-8332 $94,992.37 Phil Sagen WSP ACADEMY WATER SYSTEM 773 Nov-17 ENTERPRISE SERV, DEPT OF PO BOX 41476 OLYMPIA, WA 98504 CURTIS PATE 360-407-7913 $752,018.26 Phil Sagen N. 6TH & G STREET STORM SEWER 768 Oct-17 CITY OF TACOMA 747 MARKET ST STE#408 TACOMA, WA 98402 JESSICA TONKA 253-502-8332 $3,834,570.26 Brad Appleman S. TACOMA WAY SR512 TO 96TH ST ROADWAY 751 Sep-17 CITY OF LAKEWOOD 6000 MAIN STREET SW LAKEWOOD, WA 98499 WESTON OTT 253-983-7725 $1,210,258.45 Brad Appleman SOUTH HILL MALL LIFT STATION 766 Sep-17 CITY OF PUYALLUP 333 S MERIDIAN PUYALLUP, WA 98371 MARY WINTER 253-841-4321 $289,190.07 Brad Appleman WATER SUPPLY MAIN REPLACEMENT 765 Jul-17 TOWN OF CARBONADO PO DRAWER 91 CARBONADO, WA 98323 LANCE STEVENS 206-284-860 $850,541.88 Brad Appleman NISQUALLY WATER IMPROVEMENTS-PW 2017-02 764 Aug-17 CITY OF LACEY PO BOX 3400 LACEY, WA 98509 KEVEN INMAN 360-438-2682 $377,674.67 Phil Sagen Thorne Lane -Portland Ave to Spruce WO#21131 762 Apr-17 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 RANDALL BLACK - 253-588-4423 $848,735.66 Phil Sagen Water Main Replacement WD16-0445F-MRP 2016-29 760 Apr-17 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 MARIE HOLM 253-502-8468 $351,937.95 Brad Appleman Crystal Springs Water Main Replacement 758 Feb-17 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 55 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $542,190.33 Brad Appleman S'Klallam Tribe -Ravenwood Pump Station 749 Mar-17 PORT GAMBLE S'KLALLAM TRIBE 31912 LITTLE BOSTON RD NE KINGSTON, WA 98346 HARVEY DOTY 206-284-0860 $34,294.85 Phil Sagen Rockaway Beach Road Fire Hydrant 761 Dec-16 CITY OF BAINBRIDGE ISLAND 280 MADISON AVE N BAINBRIDGE ISLAND, WA 98110 AARON CLAIBORNE 206-780-3585 $190,901.11 Phil Sagen ES16-0267S - 2016A Wastewater Sewer Spot Repair 755 Nov-16 TACOMA PUBLIC UTILITIES 3628 S 35TH ST TACOMA, WA 98409 SAMOL HEFLEY 253-502-8468 $21,700.00 Brad Appleman Pressure Reducing Valve Replacement 757 Oct-16 HARTSTENE POINTE WATER -SEWER DIST 772 E CHESAPEAKE DR SHELTON, WA 98584 MICEAL CARNAHAN - 360-427-2413 $50,546.59 Brad Appleman Lift Station #18 Generator Replacement-PW2016-16 756 Oct-16 CITY OF LACEY PO BOX 3400 LACEY, WA 98509 KEVIN INMAN 360-438-2682 $273,629.48 Brad Appleman Pioneer Street Utility Improvements Project 754 Oct-16 CITY OF TUMWATER 555 ISRAEL RD SW TUMWATER, WA 98501 JOHN NORMAN 360-754-4140 $1,242,702.98 Phil Sagen Hostmark Mains Project #CN2016-03 752 Sep-16 CITY OF POULSBO 200 NE MOE ST POULSBO, WA 98370 DEAN ZAVACK 360-394-9736 $157,902.71 Brad Appleman Pearson Lift Station & Sewer Line 753 Aug-16 NORTH KITSAP SCHOOL DIST #400 18360 CALDART AVE NE POULSBO, WA 98370 MICHAEL CURRIE 360-377-0014 $78,923.22 Brad Appleman Sole Soure Control Valves Project 750 Aug-16 CITY OF LACEY PO BOX 3400 LACEY, WA 98509 AUBREY ARGENS 360-438-2639 $851,195.54 Brad Appleman Project NO 4514 Flow Control & Seismic Valve 742 May-16 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 NED LEVER-360-473-5270 $66,074.15 Phil Sagen Downtown Parking Lot Stormwater Retrofit & Overlay 748 - sub to Puget Paving & Construction, Inc Apr-16 CITY OF BUCKLEY PO BOX D BUCKELY, WA 98321 DOMINIC MILLER P.E. 360-292-7481 $374,408.20 Brad Appleman Clarks Creek Targeted Outfall Retrofit 743 Apr-16 CITY OF PUYALLUP 333 S. MERIDIAN PUYALLUP, WA 98371 VIRGINIA LORBERAU 253-864-4164 $362,663.54 Phil Sagen Water Main Replacement Project MRP 2015-37 746 Mar-16 CITY OF TACOMA 747 MARKET ST STE# 408 TACOMA, WA 98402 LISA OESTREICH 253-594-7871 $1,943,752.61 Brad Appleman 6th Ave & 9th Ave Pump Station Project 734 Mar-16 CITY OF POULSBO 200 NE MOE ST POULSBO, WA 98370 MIKE LUND - 360-394-9741 $36,632.24 Brad Appleman 2015 Sidewalk Replacement Project 744 Jan-16 CITY OF BUCKLEY PO BOX D BUCKELY, WA 98321 DOMINIC MILLER P.E. 360-292-7481 $7,959.67 Brad Appleman 4TH Ave Stormwater Retrofit 115CCT - sub to CCT Construction, Inc Oct-15 CITY OF OLYMPIA PO BOX 1967 OLYMPIA, WA 98507 CRAIG ANDERSON 360-753-8709 $352,530.61 Brad Appleman Phase VI Water Main 740 Oct-15 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 56 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $1,169,465.84 Brad Appleman Phase V Water Main 739 Nov-15 KITSAP COUNTY PUD NO 1 PO BOX 1989 POULSBO, WA 98370 WILLIAM WHITELEY, P.E. 360-262-7747 $421,559.48 Phil Sagen Wastewater Sewer Replacement Proj ES15-0003F 738 Oct-15 CITY OF TACOMA 747 MARKET ST STE# 408 TACOMA, WA 98402 LISA OESTREICH 253-594-7871 $493,936.83 Phil Sagen 70th Ave Water Main Replacement Proj. MRP2013-58 737 WD15-0090F Nov-15 CITY OF TACOMA 747 MARKET ST STE# 408 TACOMA, WA 98402 GREG ARMSTRONG -253-502-8742 $196,132.13 Phil Sagen Peabody Creek Water Quality Treatment Retrofit 736 Aug-15 CITY OF PORT ANGELES PO BOX 1150 PORT ANGELES, WA 98362 LUCIO BAACK 360-417-4720 $383,794.06 Brad Appleman Washington Ave Community Blvd 735 Subcontractor to RV Associates, Inc Sep-15 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DRIVE BREMERTON, WA 98310 EDUARDO ABAN 360-473-5270 $762,723.11 Brad Appleman Steilacoom Blvd SW Replacement & Rehabilitation 733 May-15 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 RANDALL BLACK - 253-588-4423 $76,353.99 Phil Sagen Lakewood Water District AMI Project 732 Feb-15 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 IAN BLACK - 253-588-4423 $712,685.61 Brad Appleman Central Business District Stormwater Retrofit #CN2014-07 731 May-15 CITY OF POULSBO 200 NE MOE ST POULSBO, WA 98370 BILL WHITELEY - 360-779-4078 $339,730.38 Brad Appleman 2014 Sound Transit Water Main Relocations at Rail Crossings 730 Mar-15 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 RANDALL BLACK - 253-588-4423 $21,936.21 Brad Appleman Carpenter Rd Air Release Valves/PW2014-21 729 Jan-15 CITY OF LACEY PO BOX 3400 LACEY, WA 98509-3400 KEVIN INMAN - 360-438-2682 $1,153,251.75 Phil Sagen LID 8652-1, 8652-2 & 8655-1- PW14-0019F 728 Apr-15 CITY OF TACOMA 747 MARKET ST STE# 408 TACOMA, WA 98402 PHILL RINGROSE 253-502-8163 $890,714.47 Brad Appleman 300 Block Alley Farallone/Eldorado Sewer 727 Jan-15 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 TRENT LOUGHEED 253-564-8900 $228,374.36 Brad Appleman 2014 CDBG Watermain Replacement 726 Oct-14 TOWN OF BUCODA PO BOX 10, BUCODA WA 98530 STEVE WILLIE 360-352-9456 $248,364.65 Phil Sagen 2014 Alley Sewer Replacement 725 Oct-14 CITY OF ELMA 1235 MONTE ELMA RD ELMA, WA 98541 JIM STARKS 360-482-2212 $681,893.60 SF SYLVAN PARK WATER MAIN REPLAC. PROG PH 1 724 Nov-14 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 RANDALL BLACK - 253-588-4423 $349,007.69 SF Lakeholme Road SW Water Main Replacement and Rehabilitation Proj Job # 598 WO #21009 723 Jul-14 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 IAN BLACK - 253-588-4423 $543,078.06 Phil Sagen Water Main Replacement MRP 2013-07 722 May-14 CITY OF TACOMA GARY GATES 253-502-8742 57 PAPE RECENT PROJECTS COMPLETED/REFERENCES ATTACHMENT "B" Amount of Contract Project Manager Project Name Completion Date Owner or Representative $1,227,147.25 Phil Sagen LID 8654 and 8652-3 721 Oct-14 CITY OF TACOMA PUBLIC WORKS PHILL RINGROSE 253-502-8163 $1,634,000.14 Brad Appleman Washington Ave Sewer Improvements 720 Aug-14 CITY OF BREMERTON PUBLIC WORKS 3027 OLYMPUS DR, BREMERTON, WA 98310 NED LEVER PE 360-473-2398 $238,128.47 Phil Sagen Water Main Replacement MRP 2013-14 719 Feb-14 CITY OF TACOMA GARY GATES 253-502-8742 $787,245.23 Brad Appleman Eastown Sanitary Sewer Mains Phase 1 717 Dec-13 CITY OF BONNEY LAKE PO BOX 7380 BONNEY LAKE, WA 98390 MARLYN CAMPBELL - 253-447-4348 $340,638.35 Phil Sagen Regents/Alameda 2013 Sewer Replacement Project 718 Nov-13 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 TRENT LOUGHEED 253-564-8900 $164,520.35 Brad Appleman Hood Canal Intertie Project - Dalby Road 716 Nov-13 MASON COUNTY PUD #1 N 21971 HWY 101 SHELTON, WA 98584 JOCELYNE GRAY 360-877-5249 $640,647.01 Phil Sagen Del Monte Sewer Main Replacement Project 715 Nov-13 CITY OF FIRCREST 115 RAMSDELL STREET FIRCREST, WA 98466 TRENT LOUGHEED 253-564-8900 $542,608.89 Brad Appleman Water System Improvements Project 714 Oct-13 CITY OF YELM PO BOX 479 YELM, WA 98597 STEPHANIE RAY 360-458-3244 $506,026.08 Phil Sagen Water Main Replacement Project MRP 2011-01 713 Aug-13 CITY OF TACOMA GARY GATES 253-502-8742 $746,246.86 Brad Appleman Big Valley Transmission Main Replacement Project 712 Aug-13 CITY OF POULSBO 200 NE MOE ST POULSBO, WA 98370 MIKE LUND - 360-394-9741 $240,309.52 SF Town of Belfair Sanitary Sewer Improvements Pressure Sewer Extension Project 700 Aug-13 MASON COUNTY PO BOX 578 SHELTON, WA 98584 TOM MOORE- 360-427-9670 $1,598,941.91 Brad Appleman Ponderosa Estates Waterline Replacement 709 Aug-13 CITY OF BONNEY LAKE PO BOX 7380 BONNEY LAKE, WA 98390 MARLYN CAMPBELL - 253-447-4348 $452,471.26 Brad Appleman Veteran's Drive SW Water Main Replacement Project phase 3 710 Jun-13 CITY OF LAKEWOOD - WATER DISTRICT PO BOX 99729 TACOMA, WA 98499-0729 IAN BLACK - 253-588-4423 $2,002,557.80 Phil Sagen Dayton -Airport Road Watermain Expansion Project 706 Jun-13 CITY OF SHELTON PO BOX 1277 SHELTON, WA 98584 DONI KOTAS-TURNER-360-432-5104 $679,357.51 SF/CP 2011 Wastewater Sewer Main Replacement & Extensions 695 Jun-13 TACOMA PUBLIC WORKS KATHY KATTERHAGEN-253-502-8468 $553,185.46 Brad Appleman Cedarwood Assoc Water System DWSRF/CDBG 2012 Water System Improvements 701 Jun-13 THURSTON CO. PUD NO 1 921 LAKERIDGE WAY SW, STE 301 OLYMPIA, WA 98502 JULIE PARKER - 360-357-8783 $117,968.95 Brad Appleman 184th Avenue Water Main Replacement Project 708 Feb-13 CITY OF BONNEY LAKE 8720 MAIN STREET E BONNEY LAKE, WA 98391 MARLYN CAMPBELL 253-447-4348 $22,902.06 Brad Appleman Valley System 2-inch Domestic Water Service 707 Nov-12 VALLEY WATER DISTRICT 14501 PIONEER WAY E PUYALLUP, WA 98372 BRIAN THOMPSON 253-841-9698 58 EQUIPMENT OWNED/TO BE USED 2025 ATTACHMENT "C" TRUCKS SERVICE TRUCK W/TOOLS x5 DUMP TRUCK W/PUP & TILT TRL x2 WATER TRUCK x2 EXCAVATORS PC128UU (KOMATSU) x2 (E12) DOOSAN DS140 x3 (E7, E8, E14) HITACHI 35 x2 (E4) JOHN DEERE 35G (E6) JOHN DEERE 50 (E15) KOMATSU 228 xl (Ell) KOMATSU 238 xl (E16) TRENCHER (TR1) VIBRATORY COMPACTORS BACKHOES 420D BACKHOE (BH04) 420E BACKHOE (BH15, 16, 17) 420E-IT BACKHOE (BH01 & BH18) 420EX BACKHOE (BH19) 420F BACKHOE (BH02, 03) 420E-IT BACKHOE (BH07) HOEPACS LOADERS 250 KOMATSU (L1) 240 SKID STEER (SS1) 725 SKID STEER (SS2) DOZERS & GRADERS 570 JD GRADER (G3) D4H DOZER (D4) COMPACTION JUMPING JACK SAKAI SINGLE DRUM (CR5) SAKAI DBL DRUM ROLLER (CR8, 9, 10) SAKAI SW3500 (CR7) MISC ASPHALT ZIPPERS DUMP TRAILERS 7X14 MESSAGE BOARDS x3 CONCRETE SAW BROOMS x3 LAYTON (ASPHALT) BOX TRENCH BOXES x13 TRAFFIC CONTROL DEVICES x2000+ SPILL REPSONSE KITS x3 HDPE WELDING MACHINES x3 PIPE LASERS x 3 COMPRESSOR, JACKHAMMER, ACCESS. X5 GENERATORS x9 59 Job Categories Officer/Manager General Managers Mechanic Project Managers Office/Clerical Job Categories Superintendent Flaggers Foreman/operator Pipelayer Operators Laborers Truck Drivers MANPOWER SCHEDULE ATTACHMENT "D" Total Total Minority Employees Employees M F M F Black M F Asian M F American Indian Hispanic M F M F 2 1 1 1 2 3 Total Total Employees Minority M F M F Black M F Asian M F American Indian Hispanic M F M F 1 2 1 1 3 2 2 1 1 3 1 1 3 2 1 1 1 19 6 5 1 2 1 0 60 American Surveying & Environmental, LLC -- Land Surveyors & Consultants Consulting Land Surveying Services Land Surveying Construction Layout Water Quality Testing Boundary Line Alteration FEMA Elevation Certificates Legal Description Preparation 4056 148th Ave NE Redmond, WA 98052 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 61 American Surveying & Environmental, LLC at a Glance Consulting- Land Surveying & Related Services Founded- September, 2012, formerly known 'American Engineering Corporation Ownership- Privately held S-Corporation Office- Redmond, WA Annual Sales- $1.3 Million+ General Liability Insurance- $1 million/$2 million policy Professional Liability Insurance- $2,000,000 policy Employees- 4 hourly staff About American Surveying & Environmental, LLC American Surveying & Environmental, LLC is a full- service consulting company offering land surveying and construction surveying & layout services. We have a highly experienced and motivated staff who will work closely with you to serve your project needs. Our office is equipped with a comprehensive network of computer stations and software including the most current version of AutoCAD Civil 3D. Our field crews are equipped with the latest electronic surveying instruments and GPS equipment and are backed by a time -efficient survey calculation and mapping program. Our field survey equipment includes Topcon GPS receivers, Topcon Robotic and Nikon Total Stations, Leica Digital Level and TDS & Spectra Ranger Data Collectors. Areas of Expertise • Boundary and Topographic Surveying • Legal Description Composition • Construction Surveying & Layout • Certified Federal Surveyor • Water Quality Testing/Monitoring • Settlement Monitoring American Surveying & Environmental, LLC Land Surveyors & Consultants Services Provided Land Surveying: • Boundary Surveys • Topographic Surveys and Site Mapping • Horizontal and Vertical Control Surveys • ALTA/ACSM Surveys • Construction Layout Surveying • Survey Monument Perpetuation/Restoration • Easement Exhibits and Legal Descriptions • Parcel Maps • Condominium Surveys & Plans • Long Plat/Subdivision Surveys • Boundary/Lot Line Adjustment Surveys • Record of Survey • Aerial Maps • Hydrographic Surveys • Settlement Monitoring • FEMA Elevation Certificate • As Built Surveys & Record Drawings • Title report and Property Encumbrance Reviews • Land Description Reviews (LDR) — CFedS • Cert. of Inspection & Possession (CIP) - CFedS • Boundary Assurance Certificates (BAC) - CFedS Contact Information Phone: (425) 881-7430 F a x : (425) 881-7731 Website: www.american-engineering.net Michael Sjolin, Principal Registered Professional Land Surveyor— (WA) No. 45174 Certified Federal Surveyor— No. 1570 (CFedS) msiolin@american-engineering.net Brett Garr, Principal Land Surveyor in Training— (WA) No. 1139 bgarr@american-engineering.net Rory Allen, Principal Certified Erosion and Sediment Control Lead rallen@american-engineering.net 1495 NW Gilman Blvd, Ste 14, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 62 American Surveying & Environmental, LLC Land Surveyors & Consultants PRINCIPAL RESUMES Michael Sjolin, Director of Surveys, Principal Registered Professional Land Surveyor No. 45174 (WA) Certified Federal Surveyor No. 1570 Michael has more than twenty-five years' of experience in the land surveying profession. During this time he has conducted and supervised cadastral surveys, topographic surveys and construction layout surveys and been involved as project manager of many different types and sizes of projects. He has vast experience drafting numerous types of survey maps, including boundary surveys, topographic, ALTA, condominium, wetland delineation, long and short plats, GIS mapping, and boundary line adjustments. In addition, he is well -versed at preparing various types of legal descriptions and easement documents including exhibit maps using Autodesk Civil 3D. Michael also has ample experience conducting and supervising FEMA Elevation Certificate surveys used for flood insurance. Michael has a very methodic and systematic approach to insure a high level of quality control. His attention to detail and careful project approach makes him a valuable member of ASE's professional team. Michael's experience also includes performing complex boundary computations and construction staking pre -calculations for a variety of different projects in both the private and public sector. His project experience range includes small residential lots, large site development projects; both private and public, airports, county roads and state highways. He is highly capable and has the experience needed to simultaneously manage multiple projects from beginning to completion with accuracy and attention to detail and the ability to maintain required project budgets and time constraints. In June of 2012 Michael received Certified Federal Surveyor (CFedS) status from the United States Department of the Interior Bureau of Land Management. The CFedS program, which has been approved by the U.S. Secretary of the Interior, was designed specifically to enhance the level of knowledge and expertise in the professional land surveying community for survey work performed on federal lands and especially on Indian trust lands. To earn the CFedS designation, professional land surveyors must complete approximately 120 hours of course materials prepared by the BLM's National Training Center, in Phoenix, Arizona, and pass the certification examination. To maintain the certification, a CFedS must complete 10 hours of continuing education annually. This certification has provided Michael the additional knowledge and skill to offer superior boundary survey practice. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425)881-7731 www.american-engineering.net Page 5A 63 Brett Garr, Project Manager, Principal Land Surveyor in Training No. 1139 Brett Garr, LSIT, has more than twenty years' experience in the field starting his career as a chainman and working his way up to Project Manager at American Surveying and Environmental, LLC. Brett's surveying experience includes many years of field staking of plats, roads, water, sewer and infrastructure. Brett understands exactly what is required to produce the finished products and communicates well with contractors and applies that knowledge in gathering field data. He will oversee the work of the survey crew on site to ensure that all necessary data obtained is consistent and correct. Brett now oversees all projects from start to finish. Brett is ASE's estimator/contract administrator on all Public Works projects and plays a vital role on all projects. Rory Allen, Project Manager, Principal Certified Erosion & Sediment Control Lead Rory Allen has more than fourteen years' experience in the field starting his career as a rodman/ instrument operator at American Engineering Corporation and working his way up to survey party chief. Rory understands exactly what is required to produce the finished products of mapping and site development and applies that knowledge in gathering field data. Rory is a major player in the mapping and the collection of field data for all projects. Rory has always pushed himself to keep up with equipment technology and is constantly working on ways to keep projects within budget while obtaining all the data that is required for the finished product. In December of 2012 Rory obtained his Certified Erosion & Sediment Control Lead certification. Rory is currently working towards obtaining his 'Land Surveyor in Training' status here in Washington State. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net Page 5B 64 American Surveying & Environmental, LCC Land Surveyors & Consultants STATEMENT OF QUALIFICATIONS American Surveying & Environmental, LLC (ASE) is a small sized firm with a 20+ year history in the Seattle and Puget Sound area offering professional surveying, construction staking, and planning services. Formerly known as American Engineering Corporation (AEC), ASE was formed in 2012 when the employees purchased the business from the principal of AEC, Einar Gundersen. Our staff members have worked together on a variety of survey projects involving boundary surveys, topographic surveys and site mapping for design, roadway and right of way surveys, constructions layout services for building construction and civil site development, ALTA surveys for commercial & residential properties, parking lots and underground utilities, new housing projects for residential and multifamily, condominium surveys, FEMA Elevation Certificate surveys and settlement monitoring. American Surveying & Environmental, LLC has a proven record of providing high quality land surveying services to our clients. We are pleased to introduce you to our company and the professional services we are able to provide. Our land surveying services include boundary surveys from single family lots to commercial sites having multiple lots and entire blocks, site mapping for planning and design, land use permitting, ALTA surveys, long plats and short plats, site and roadway mapping for storm water management, erosion control, sanitary sewer and water distribution design. Our staff is also experienced in the field and is able to provide coordination and observation during the entire development process from feasibility to construction with the city, engineering consultants, contractors, or architects. American Surveying & Environmental, LLC's drafting department is equipped with the latest version of AutoCAD Civil 3D as we are on the subscription program with Autodesk and we automatically are upgraded with the latest versions of CADD programs as they are introduced. Our drafters attend continuing education classes as well as online webinars to maintain a high level of proficient use of the software. The following pages are select projects ASE has taken on and successfully completed since our formation in September, 2012. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 65 American Surveying & Environmental, LCC Land Surveyors & Consultants AMERICAN SURVEYING & ENVIRONMENTAL, LLC SURVEY PROJECTS Dreamlifter Operations Center Location: Snohomish County Airport (Paine Field), Everett, WA: Project Owner: Snohomish County Airport Prime Contractor: Strider Construction, Bellingham, WA Contract Value: $73,000 Project Description: The site was developed to provide the Boeing Company with a maintenance facility for the Boeing 747 Dreamlifter. This project consisted primarily of construction layout services; however, ASE provided services for the composition of legal descriptions so Mukilteo Water & Wastewater District and the Snohomish County PUD could obtain the proper land use license agreements from the Snohomish County airport for the underground gas, water and electrical utilities servicing the property. ASE was also requested to replace an inadvertently destroyed survey monument controlling the right-of-way position for a portion of SR525 (Paine Field Blvd) that directly abuts the project site. ASE conducted the necessary document research to determine original monument position for replacement. ASE filed the necessary permit with the Washington State Depart of Natural Resources and the required Land Corner Record with the Snohomish County Auditor post installation of monument. ASE provided horizontal position and grade control for site development for the duration of the project for roadway (asphalt and concrete), curbing, site lighting, underground utility vaults and duct banking, water, underground jet fuel pipeline, storm -water facilities, sanitary sewer facilities, airplane noise walls, concrete airfield ramp paving and channelization. The project required a fast paced schedule for on -time completion which ASE was able to maintain through the life of the project. Upon completion of construction, ASE provided the project engineer, CH2MHill with a complete as -built survey which included the concrete airfield ramp. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 66 American Surveying & Environmental, LCC Land Surveyors & Consultants Redmond Central Connector Location: Redmond, WA: Project Owner: City of Redmond Prime Contractor: Road Construction Northwest, Renton, WA Contract Value: $20,000 Project Description: The city of Redmond was utilizing an abandoned railroad grade to construct a pedestrian trail to interconnect the Bear Creek Trail and the Sammamish River Trail. ASE provided horizontal position and grade control for the trail surface, which was concrete, asphalt and gravel depending on location, storm drain facilities, roadway intersection improvements, parking lot position and grading, retaining walls, concrete stairway, water structures and various architectural features. This project required ASE to provide the contractor with a creative approach for the survey layout of the concrete banding design at the trail plaza's in order to minimize the amount of survey stakes on the ground, but still enable the construction crew to build the features as designed. SR9 212th Street SE to 176th Street SE Stage 3 Widening Location: Snohomish County, WA: Project Owner: Washington State Department of Transportation Prime Contractor: Northwest Construction, Bellevue, WA Contract Value: $150,000 Project Description: The Washington Department of Transportation (WSDOT) was widening the existing two-lane State Route 9 into a four -lane (with center median) improved highway with intersection safety enhancements. ASE provided horizontal position and grade control for construction layout of the following: demolition and clearing limits, three storm water retention ponds, a storm water drainage system that comprised of over two hundred drainage structures, intersection improvements, curbing, slope staking, drainage ditches, intelligent traffic signals, highway illumination, driveways and road approaches, subgrade and top of asphalt finished grade of highway (bluetops), and channelization and signage. This project required night work for certain task to be completed due to heavy daytime traffic volumes though this travel corridor. This project was constructed on a demanding and rigorous schedule which required absolute scheduling commitments along with tight completion deadlines. 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 67 American Surveying & Environmental, LCC Land Surveyors & Consultants Anderson Concrete Recycling Topographic Survey & Grading Plans Location: King County, WA (Tukwila): Project Owner: Anderson Concrete Recycling Plant Contract Value: $45,000+ Project Description: King County Land Use required the property owner to apply for a site grading permit in order to close operations. The planned timeline at the beginning of the project for complete closure was two years. The project site is a concrete recycling plant with a substantial volume of both raw and recycled concrete products on the property. A critical factor for this project is a steep slope which is greater than 40% and comprises the majority of the property area. This project required ASE to conduct a detailed topography and mapping survey of the property to locate all improvements and in addition, make an accurate measurement of the volumes of both the raw unprocessed concrete rubble and the recycled concrete stockpile. This project was unusually challenging for the field survey crew due to the continuous activity of heavy machinery on site for the operations of the plant. ASE subcontracted with a professional engineer to manage the grading permit process with King County. , [ r/* �acg<t.0vm.2ibxI c ,c. •.r ..-�.� A �\ --V- . \ '♦ fi ..\ ummcr i ., --.-- ice. -. •/ - /^ _ \ ,\ ! -.\ • , ` �, _vr, .. . wi.rii War- - I E. mar 1.2 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 68 American Surveying & Environmental, LCC Land Surveyors & Consultants Cleveland Construction Waterline Re-route Location: City of Redmond: Project Owner: Frito Lay Company Contract Value: $10,000 Project Description: The Frito-Lay Company has a product distribution center in Redmond Washington along with a truck service and maintenance shop. Frito-Lay was planning to construct an additional truck service and maintenance shop. The proposed location of the building was over an existing underground water line. In order for the City of Redmond to issue a building permit, the city required Frito-Lay to relocate the water line. Under the supervision and direction of a professional engineer, ASE produced the construction plans for the waterline relocation. After construction approval was granted by the city, ASE provided construction layout services for the new water line and for the proposed truck service and maintenance shop. After the waterline was constructed ASE conducted an as -built survey and produced 'Record Drawings' from the field data. ASE provided the CAD files on state plane coordinates to the City of Redmond GIS department for their use. MIKA i� 1 ! I __ II_ I -I 'I INStV.0 VIVO LW t nRet,rov ¢MNR I f' 2 sa • j NC 6�Tl000RT: •• —_. 11t O TKtVTATXAL DATUYAEKSIW KII � Wee CP II KWIC i RECORD DRAWING CCNST, ENO.rttRPECTCN DATE LJ —�� A OETAIC 0 EftEliam- ;MAW WATER NOWA - 7w •gin_ • ihr n l.)_ 1238 1 oil 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 69 American Surveying & Environmental, LCC Land Surveyors & Consultants Stone Creek Homes Flood Study Location: King County, WA (Redmond): Project Owner: Stone Creek Homes, Jeff Christopherson Contract Value: $2,000 Project Description: The property owner of this 20+ acre parcel of land was in the process of acquiring a building permit from King County to build a second residence on the parcel. Directly abutting the proposed building location runs a seasonal drainage course that drains the surface water from higher elevations. The King county review engineer required that a flood study be prepared by a professional engineer to approve the proposed building location. ASE Provided land surveying services to provide mapping and topography of the stream sections and the proposed building location for the engineer to prepare a flood study analysis. N.E. Ifl OI nO..Y,W. I/J LA P1[SLL II NORM. . IX U +i I\'G COL\T:Ti,lllll.\IiTnV 4 '20YL.f9Rti l[r1NL161WR'IYGYT.f-.. . 1349 foil 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 70 American Surveying & Environmental, LCC Land Surveyors & Consultants Cleveland Short Plat Location: City of Sammamish Project Owner: Cleveland Construction Contract Value: $22,000 Project Description: This project is a 2-lot short plat on a parcel of land that is approximately 2.4 acres in area. The parcel is heavily wooded and contains and existing single family residence. ASE provided boundary, mapping and topography services for lot design layout, civil and septic design. ASE had a professional engineer on staff for oversight of civil design and management throughout the review process. ASE prepared all of the preliminary and final construction documents for short plat, NE4, SW4 OF SECTION 2S, TOWNSHIP 25 NORTH, RANGE a EAST, W.M -4 ''�_ III __. I as ..e � s_ i .. . ���7 C C.;c .fir L ITC311311 Ho ! 9 a J 1 9 1 a a mNWIN9 LEQVO 7. 0- I ;\ sHsP Hl H.aa na.a EEC H a. .. 1. aIIlp 111 :1 4 11 u u a I1� 2 1 L • A i 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 71 American Surveying & Environmental, LCC Land Surveyors & Consultants Brown Sewer As -Built and Boundary Survey Location: City of Sammamish Project Owner: Mr. and Mrs. Ian Brown Contract Value: $1,400 Project Description: This project was provided in two parts. The client intended to construct a septic system on the property for future construction. The Sammamish Plateau Water and Wastewater District required a survey to determine the distance of the closest property corner to a manhole in the local vicinity in order to determine of the property owner was legally able to construct a private septic system rather than be required to connect to the public wastewater district sewer system. ASE was also requested to provide a boundary survey of the parcel in question. Due to the position of Pine Lake, the North -South section centerline, which is one of the parcel boundary lines, was not monumented on the ground during the original Government Land Office Survey conducted during 1864. This project required an exhaustive search of the public records along with a diligent field search for survey evidence to best determine the location of this line. ASE was able to overcome the challenges of the project to complete the survey the client committed timeline. NE 1/4 OF THE SR 1/4 IN SEC. 4. TWP. 24N. R. 6E. R.N. KING COUNTY. WASHINGTON 7 7 = 7 I } N } e N OM. o1 YCMo t To•Fm M. WG[ C. WO- 6L1tVLT �Qf(T11pL CORM MDTp m MI ,.. I =T ..c. MC) iii e :::,._.,..-.==.....==.:::::=_—:::::. I' I. 1 KN 7 11-- — 0 - - ---""-- --if' RI .'"--r"."'"`"*:."`'—'1::*"..7"-- ....Z.:: '''.: *AI 111 _-- ill a p o Q / m ® 0261TT (SP}xLLD .o.w.�.®�•••m®••• r—.—r.�-sn--.mm.—w ^�'^m-.o•.�.r.e.��. BRUT L!GDD rw on r.............=....... a— $ �4 ®.... It. FiffSit":: ..-...,r—...—� . �.. .—.—. r. se. lma ammo.. -er-. m_rw mn-r_.rev...1••••011o..... 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 72 American Surveying & Environmental, LCC Land Surveyors & Consultants Schafer Lot Line Alteration, Boundary & Topographic Survey Location: City of Kirkland Project Owner: Mr. Maurice Schafer Contract Value: $2,500 Project Description: This project was provided in two parts. The client primarily requested a lot line alteration in order to provide an abutting parcel additional area to meet zoning compliance for planned future land use. ASE was also requested to provide a boundary and topographic survey of both parcels for marketing purposes. ASE conducted a complete boundary, mapping and topography survey of both parcels maintaining the promised delivery timeline for the Lot line Alteration documents along with the plat of survey for each of the parcels topography survey's. ema.mls�ols Ni. 1/4 OF TIM XL 1/4 111 SZC DON O. 7OWNSN. r0 NOVO. WKS f LOT OF TYC OULSSLTTO YOWLS 0IT OF O>10AYO. 011f COUNTY. OAYYINGTON ■ uf■ onu7 % . 1 f _^ ffr},. S )�^_,..1 Al wIRNNN 1.NTARY; i 1 •L1T ro cINNLAIAO 1 OLOCY =r■ InerroCaalma n r,ol,>om.s MR WOO • 1 I !1 l of 1495 NW Gilman Blvd Ste 14 Issaquah, WA 98027 • Tel. (425) 881-7430 • Fax (425) 881-7731 www.american-engineering.net 73 cu L ca a) AL W Ih Federal Aid Number Prime Contractor Name Contract Number Contract Name Firm/ Address DBE Race Gender NAICS Subcontractor Scope of Work Firm Age Firm Gross Receipts (incl. Zipcode) Status Codes Name 0 E M (R N Construction Surveying Agency Name 541370-08 a) m m L LlJ CO 0 0 0 z 1495 NW Gilman Blvd. 14, Issaquah, Wa 98027 American Surveying & Enviro N E cc O D D as a) a) a E O O V) a) a) a co - a) E m (N O U (9 c O U O N E LL c 0 0 0 m a3 7 0 T a) is 0 Prime Contractor Representative 74 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Pete Mayer, Public Works Director BY: Adib Altallal, Utilities Engineer CC: Mayor Thomas McLeod DATE: February 21, 2025 SUBJECT: Water Fund — Ryan Hill Water System Connection Project No. 92540103 — Design Contract ISSUE Approve a design contract with Carollo Engineers to provide design services for the Ryan Hill Water System Connection project in the amount of $601,505.00. BACKGROUND The Ryan Hill neighborhood, comprising the Lower and Upper Ryan Hill Zones, is not connected to the City's main water distribution system. It currently relies on a single water supply station with a set contractual flow rate and an emergency intertie with Seattle Public Utilities. Future projections indicate that in the next 20 years, water demand will exceed the available supply, and the lack of dedicated water storage leaves the area vulnerable during peak demands, fire flow events, and emergencies. To address these challenges, the City intends to construct a new water main to connect Ryan Hill to the rest of the City's system. This connection will enhance system reliability, improve efficiency by providing access to City water storage, and support community growth, including housing expansion and job opportunities. The project consists of a trenchless crossing and an open cut installation. The trenchless component will involve installing an 18-inch water main using advanced trenchless technologies beneath Interstate 5 (1-5) and the BNSF railroad tracks. The open cut component will extend from the eastern end of the trenchless crossing to the Ryan Hill neighborhood using traditional trenching methods. Carollo Engineers will provide the design, permitting support, and easement acquisition assistance required for the project. The design phase is expected to take approximately two years, with construction planned for 2027. DISCUSSION The design contract includes project management, alternatives analysis, preliminary (30%) design, coordination with agencies and utilities, permitting initiation, and easement acquisition support. Carollo will evaluate multiple alignment alternatives to determine the most feasible route. The northern alignment follows South Boeing Access Road from East Marginal Way to the east side of 1-5. The middle alignment follows the Seattle City Light transmission corridor from East Marginal Way to Martin Luther King Jr. Way. The southern alignment extends from 44th Avenue South and 44th Place South to the east side of Martin Luther King Jr. Way. The design will focus on optimizing constructability while ensuring compliance with permitting requirements. FINANCIAL IMPACT Carollo's design fee will be fully funded by the water fund. Consultant Fee 2025 Design Budget Carollo Design Contract $601,505.00 $1,025,000.00 RECOMMENDATION The Mayor is being asked to approve the design contract with Carollo Engineers in the amount of $601,505.00 and to consider this item on the Consent Agenda at the March 3, 2025 Regular Council Meeting Attachments: CIP Sheet - Ryan Hill Water System Connection Carollo Scope & Fee 75 CITY OF TUKWILA 2025-2030 CAPITAL IMPROVEMENT PROGRAM CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 Ryan Hill Water Infrastructure Upgrade: PROJECT: Project # 92540103 Connect & Expand Project Manager 1 The project will see the Ryan Hill neighborhood DESCRIPTION: system -wide. Boring under train tracks undersized water mains within the neighborhood. Wa the rest of the City's water system to create resiliency be required, as well as upgrading several critical, which Ryan Hill currently does not have access to. connected to and a state highway will The Department of Health is requiring the City to provide storage, JUSTIFICATION: STATUS Project design scheduled for 2025 MAINTENANCE IMPACT: N/A Improving and expanding the infrastructure in the neighborhood will likely encourage the development currently sitting vacant. of many lots FINANCIAL (in thousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs ProjectMgmt(StaffTime/Cost) Design $ 25 $ 1,000 $ 25 $ 1,000 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ 50 $ 2,000 Total Project Costs $ 1,025 $ 1,025 $ - $ - $ - $ - $ - $ 2,050 Project Funding Utility Revenues $ 1,025 $ 1,025 $ - $ - $ - $ - $ - $ 2,050 Total Project Funding $ 1,025 $ 1,025 $ - $ - $ - $ - $ - $ 2,050 76 SCOPE OF WORK ENGINEERING SERVICES FOR THE CITY OF TUKWILA CONNECT RYAN HILL TO REST OF SYSTEM (TRENCHLESS) INTRODUCTION The City of Tukwila, referred to as"City", wants to connect the Ryan Hill neighborhood to the rest of the City's water system. The connection will consist of two components: • A trenchless component crossing underneath Interstate 5 (1-5) and BNSF railroad tracks. • An open cut component from the east end of the trenchless crossings to Ryan Hill neighborhood. The trenchless component, Connect Ryan Hill to Rest of System (Project), will include an 18-inch water main to be installed using advanced trenchless technologies crossing underneath 1-5 and multiple BNSF railroad tracks. The Project is expected to take approximately 2 years to complete design, permitting, and easement acquisition activities. The construction of the project is aimed at occurring in 2027. BACKGROUND The Ryan Hill neighborhood, comprising the Lower and Upper Ryan Hill Zones, is not connected to the City's main water distribution system. It relies on a single supply station (SS 169) with a contractual flow rate of 7o gallons per minute (gpm) and an emergency intertie with Seattle. Projections show that in zo years, water demand will exceed the contractual flow. The area also lacks water storage, making it reliant on the supply station and emergency intertie for peak demands, fire flow requirements, and emergencies. Connecting Ryan Hill to the City's main water system will enhance reliability by adding a source supply and improving efficiency through access to City storage which is vital for meeting the Washington State Department of Health (DOH) storage requirements. This project will also have significant benefits to the communities by supporting neighborhood growth, facilitating housing expansion and job opportunities. The Project location is near the north end of the City in the general area of South Boeing Access Road and Interstate 5. There are three alternatives for alignment corridors under consideration: • The northern alignment alternative along South Boeing Access Road from East Marginal Way to the east side of Interstate 5. • The middle alignment alternative along the Seattle City Light power transmission corridor from East Marginal Way to the east side of Martin Luther King Jr Way. • The northern alignment alternative from 446 Avenue South and 44th Place South to the east side of Martin Luther King Jr Way. PROJECT TEAM Carollo Engineers, Inc., (Consultant) will serve as the Prime Consultant for the Project, utilizing the following key persons: Key Staff Role Erik Waligorski Project Manager Wolfe Lang Project Engineer Page of 77 Aurelie Nabonnand Planning Liaison Cheyenne Thompson Permitting Lead The following Subconsultant firms will support Consultant: Subconsultant Key Staff Role Staheli Trenchless Consultants Kim Staheli Agencies Coordination Lead Jake Andresen Trenchless Design Lead Confluence Environmental Company Lisa Adolfson Environmental Assessment/Permitting Lead PRR, Inc. Maria Buchanan Community Engagement Delve Underground James Struthers Geotechnical Lead Equinox Research and Consulting International, Inc. Kelly Bush Cultural Resources KPG/Psomas Mike Bowen Surveying Bryce Corrigan Roadway Restoration/Design CITY -PROVIDED SERVICES • City will furnish available studies, reports, and other data pertinent to the Project. • City will arrange for access to, and make provisions for, the Consultant to enter upon public and private property. • City will provide current "front-end" (Division o) documents to be used in developing the contract documents. • City will provide current AutoCAD standards to be used in the development of the contract plans. • City will provide one combined set of document/plan review comments for project deliverables. • City will locate City -owned facilities along the proposed pipeline alignments prior to survey being completed by the Consultant. • City will lead all right -of -entry and easement acquisition negotiations, acquire and pay for title reports, and handle closing and payment for easements. GENERAL ASSUMPTIONS • Carollo Engineers and its subconsultants will be referred to as "Consultant" in this document. • The City of Tukwila and its staff will be referred to as "City" in this document. • Deliverables shall be provided in electronic PDF format, unless otherwise indicated. Final deliverables will be "wet" signed and/or digitally signed in accordance with the Washington Administrative Codes (WAC). • Consultant shall complete the services required hereunder in accordance with the prevailing engineering standard of care by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of Washington. • The City will furnish the Consultant available studies, reports and other data pertinent to the Consultant's services; obtain or authorize the Consultant to obtain or provide additional reports and data as required; furnish to the Consultant services of others required for the performance of the Consultant's services hereunder, and the Consultant shall be entitled to use and rely upon all such information and services provided by the City or others in performing the Consultant's services under this Agreement. Page 2of11 78 • Opinions of probably costs will be based on the level of project definition and expected accuracy range as defined by the American Association of Cost Engineers (AACE) International. • In providing opinions of cost, financial analyses, economic feasibility projections, and schedules of potential projects, the Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, the Consultant makes no warranty that the City's actual project costs, financial aspects, economic feasibility, or schedules will not vary from the Consultant's opinions, analyses, projections, or estimates. • The City will arrange for access to and make all provisions for the Consultant to enter upon public and private property as required for the Consultant to perform services hereunder. • The project will use Consultant standard, CSI formatted specifications (6-digit, 50-division system) for technical specifications. • Durations for meetings, workshops, and site visits in this Scope of Services are based on estimated time on -site. Allowances for travel time, as appropriate, are accounted for in the budget in Exhibit B. • Meetings/workshops will be conducted at City facilities, virtually, or at a City approved location. • The Consultant shall not be responsible for warranties, guarantees, fitness for a particular purpose, breach of fiduciary duty, loss of anticipated profits or for economic, incidental or consequential damages to the City or any third party arising out of breach of contract, termination, or for any other reason whatsoever. Additionally, the Consultant shall not be responsible for acts and decisions of third parties, including governmental agencies, other than the Consultant's subconsultants, that impact project completion and/or success. • The services to be performed by the Consultant are intended solely for the benefit of the City. No person or entity not a signatory to this Agreement shall be entitled to rely on the Consultant's performance of its services hereunder, and no right to assert a claim against the Consultant by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of the Consultant's services hereunder. SCOPE OF WORK SUMMARY The Project will be completed in three phases: • Phase 1—Alternatives Analysis and 30% Design, Initial Permitting, Easement Acquisition Documents • Phase 2 - Prepare 6o%, go%, i00% and Bid Documents, Temporary Construction Easement Acquisition, Permitting and Bid Services (future) • Phase 3 — Engineering Services During Construction (future) This Scope of Work provides for Phase 1— Alternatives analysis and 30% Design, Initial Permitting, Easement Acquisition Documents and is divided into the following tasks: TASK 10o PROJECT MANAGEMENT TASK 200 ALTERNATIVES ANALYSIS TASK 30o PRELIMINARY (30%) DESIGN TASK 40o COORDINATION w/OTHER AGENCIES and UTILITIES TASK 50o PERMITTING INITIATION TASK 600 EASEMENT AQUSITION INITIATION Phase 2 — Prepare 6o%, go%, z00% and Bid Documents, Temporary Construction Easement Acquisition, Permitting, and Bid Services will be scoped and completed when the 30% design has been completed for the preferred alternative. Page 3 of 11 79 Phase 3 — Engineering Services During Construction will be scoped and completed when the design efforts have been completed during Phase 2 and a Contractor has been selected. PHASE 1 SCOPE OF WORK DETAIL TASK 100 — PROJECT MANAGEMENT The purpose of this task is to manage and coordinate engineering and related services required for Phase 1 Project completion in accordance with the schedule, budget, and quality expectations that are established. Task 10o includes the following subtasks: Subtask 110 — Project Management Plan 1. Prepare a Project Management Plan (PMP) that describes project roles and responsibilities, lists contact information for the project team, describes communication protocols, quality management, and includes the scope of work, schedule, and budget. Project schedule will be reviewed on a monthly basis throughout the project to reflect current progress. Subtask 120 - Project Monitoring and Reporting 1. Manage the Project team to track time and budget, work elements accomplished, work items planned for the next period, level of effort, scope changes, time and budget needed to complete this Scope of Work. 2. Prepare monthly project status reports that compare work accomplished with schedule activities and compare expenditures with task budgets and submit reports to the City's Project Manager with monthly invoices. Document expenditures on a task basis and show hours by project personnel and other direct expenses related to work. Reports and invoicing will be formatted in a manner that is acceptable to the City. With each monthly progress report, provide corrective action plans to address schedule/budget deviations from baseline projections, if required. 3. Develop and maintain a Decision Log to record key decisions made by the City and others during the project to document the evolution of the design. Subtask 120 Assumptions: 1. Phase 1 duration is assumed to be six (6) months. Subtask 130 — Project Management Meetings 1. Schedule and conduct 30-minute, bi-weekly Project Management calls throughout the duration of the Project. Attendees will include Consultant Project Manager and Project Engineer at a minimum. Additional staff will be invited as needed throughout the project to discuss project status. Subtask i3o Assumptions: 1. Bi-weekly Project Management calls will be virtual. 2. Consultant's Project Manager will lead all meetings and calls. 3. Consultant's Project Manager and Project Engineer will attend all Project Management calls. In addition, other staff will be asked to join the calls to address the status of specific project related tasks. For the purposes of this scope of work it is assume that three (3) Consultant's will attend the bi- weekly calls on average. 4. No agenda or meeting minutes are anticipated for the bi-weekly project management calls. Decisions made during the calls will be entered into the Decision Log. Page 4 of 11 80 Task ioo Deliverables: 1. Project Management Plan. 2. Six (6) monthly Invoices and Progress Reports. 3. Decision Log submitted at major milestones (Alternative Analysis and 30%) TASK 200 - ALTERNATIVES ANALYSIS The purpose of this task is to complete an alternative analysis on trenchless crossing alternatives to select the preferred alignment, layout concepts and technologies. Alternatives will be developed for the following: • North Alignment Alternative: Airport Way South and ramps, BNSF railroad tracks, 1-5 and ramps. • Middel Alignment Alternative: BNSF railroad tracks and I-5. • South Alignment Alternative: BNSF railroad tracks, 1-5 and Martin Luther King Jr. Way South. Task 200 includes the following subtasks: Subtask 210 - Kickoff Meeting and Site Visit 1. Kickoff Meeting: All key members of Consultant's team will attend this meeting. Review scope, schedule, budget, project goals, and interim milestones. Establish City's preferred project communications and special invoicing requests. 2. Site Visit: Attend a site visit with City's staff to review/discuss the existing water transmission system, alignment alternative areas and associated facilities potentially impacted by this Project. Subtask z10 Assumptions: 1. Kickoff Meeting will be held at City's office and will be attended by a minimum of one (1) representative from each firm supporting Consultant on the project. 2. Site visit will occur immediately following the Kickoff Meeting. Subtask 220 - Data Collection and Review 1. Data Requests: Submit data request(s) for available project documentation to support defining existing conditions. Documentation may include but is not limited to related reports and analyses, record drawings, geotechnical investigations, utility and franchise data, standard operating procedures (SOPs) and other operation and maintenance records. 2. Consultant shall complete review of existing data to identify gaps in information required for the completion of Phase 1 of the Project. Subtask 230 — Preliminary Right of Way, Topography and Utility Review 1. Perform public records research of assessors maps, King County Survey Records, WSDOT Records, and Railroad Records for the purposes of right-of-way retracement. Assess site topographic features using published LiDAR information. 2. Conduct utility research for project area. 3. Produce preliminary base map for alternative concepts development and evaluation. Subtask 240 — Preliminary Geotechnical Study 1. Review available geologic and geotechnical information for the project area including published geologic soil/bedrock maps and previous geotechnical study reports for WSDOT, Seattle Public Utility and other available information. Conduct a geologic site reconnaissance for the proposed Page 5of13. 81 alignment alternatives to identify site conditions and geologic features. 2. Assess the potential seismic hazards in the Project area and potential impacts for the trenchless crossings and interties. 3. Develop a preliminary geotechnical assessment memorandum. Subtask 25o — Preliminary Cultural Resources Risk Assessment 1. Conduct archival and background research to identify potential cultural resources impacts that could affect the construction of the proposed improvement 2. Make recommendations for further cultural resources review and study. 3. Develop a preliminary cultural resources assessment memorandum. Subtask 26o — Preliminary Environmental Assessments 1. Conduct a desk -top and field reconnaissance level assessment of wetlands, streams, sensitive species, and natural resources within the project area to support the selection of preferred alignments and to refine the study area boundary. 2. Review available government records for potential hazardous materials in soil and shallow groundwater in the project area to determine the need for Phase I and Phase II Environmental Site Assessments (ESA). 3. Develop a preliminary environmental assessment memorandum. Subtask 26o Assumptions: 1. Should critical areas or their buffers be identified and potentially impacted by construction activities, a Critical Areas report will be prepared as part of Phase 2 efforts. Subtask 27o — Trenchless Crossing Alternative Evaluation 1. Develop a list of technically feasible alternatives to be considered, including up to three (3) alignment alternatives (north, middle and south alignments) and up to four (4) technology alternatives (microtunnel, auger -bore, pipe ramming and horizontal directional drilling). 2. Conduct a workshop with the City to present the proposed alternatives and to identify criteria and weighting factors to be used as part of the alternatives analysis and selection of a preferred alternative. City staff shall assist in development of the criteria and weighting factors before being applied to alternatives. 3. Evaluation of alignment alternatives will be presented in a Trenchless Technical Memorandum (TM). The evaluation will include development of construction concepts and sequences for the considered alternatives to allow a comparative analysis between alignments and technology. Based upon this comparison of key decision criteria (feasibility, practical application, cost, risk profile, schedule, available contractor pool, and others determined in the course of the evaluation). A chapter within the Basis of Design Report (BODR) will summarize the trenchless TM conclusions, workshop results, describe design methodology, subsurface conditions and risks, and quantitative analysis comparing impacts to existing buried and overhead utilities, surface connections to existing header pipes, site reconstruction costs, restrictions & permitting requirements associated with WSDOT, BNSF and other agencies, traffic impacts, environmental and culture resources impacts, as well as construction costs and permitting time. 4. Determine planning level costs for each alternative to be used in the selection process. 5. Complete alternatives analysis chapter within BODR and prepare a presentation of the findings for the City. 6. Conduct an alternatives selection workshop. Page 6of11 82 Subtask 27o Assumptions: 2. No alternatives beyond those identified above will be considered as part of the preliminary design. 3. No field survey works will be conducted at this stage. 4. No geotechnical field explorations will be conducted at this stage. 5. The alternatives analysis will be summarized as a chapter in in the BODR. No technical memorandum will be generated as part of this task, only presentations which will be used for City workshops. Notes and decisions shall be summarized following all presentations through formal meeting minutes. Task zoo Deliverables: 1. Meeting Materials, Agendas, and Minutes 2. Data Request (Subtask 22o) 3. Preliminary Survey Base Map (Subtask 230) 4. Preliminary Geotechnical Memorandum (Subtask 240) 5. Preliminary Cultural Resources Assessment Memorandum (Subtask 250) 6. Preliminary Environmental Assessment Memorandum (Subtask 260) 7. Trenchless Technical Memorandum (Subtask 270) 8. Alternatives Criteria Presentation (Subtask 27o) g. Alternatives Selection Presentation (Subtask 27o) TASK 300 — PRELIMINARY (30%) DESIGN The purpose of this task is to establish the final project design criteria and identify the general construction conditions for the preferred alternative identified in Task zoo. This task will develop construction bidding documents to the 3o percent completion level. Task 30o includes the following subtasks: Subtask 33.0 — Surveying and Utility Locating for Preferred Alignment 1. Obtain right -of -entry for accessing the Preferred Alignment for survey field works. 2. Establish a survey control network. 3. Conduct detailed utility research for project area. 4. Conduct locates of all readily available buried utilities within project area. 5. Map trees 6" diameter and larger, map wetland flagging within the proposed corridor as identified in Task 270. 6. Perform public records research for the purposes of right-of-way retracement. 7. Using information obtained through public records research, recover existing survey monuments and perform right-of-way retracement and documentation of easements along pipeline corridor. 8. Complete a topographic survey in International Foot Units for the project area. As appropriate, for various portions of the project area, the survey may be conducted via a combination of aerial methods, mobile laser scanning, and ground survey and will include orthorectified photos and LiDAR data collection. Ground survey will include utility locate paint, invert elevations of storm and sanitary structures and mapping of obscured areas to locate critical features not visible in the aerial survey. Page 7 of 11 83 9. Produce base map with all gathered survey data in AutoCAD CiviI3D with one foot contours. 10. In support of property/easement acquisition needs, prepare legal descriptions and exhibits. Subtask3zo Assumptions: 1. Traffic control requirements to be utilized during field investigations and data collection are included in this task including railroad flagging in and around the BNSF railroad. 2. For the purposes of this scope of work, the survey limits are assumed to be 5o feet on either sides of the preferred alignment. 3. Utility locating will be completed by a private locating company, except for City facilities. This work assumes that the City will locate all City owned facilities along the proposed pipeline alignment. No potholing will be conducted during this phase of the project. 4. Title reports cost and acquisition is not included in Tasks 30o and 600. Subtask 320 — Basis of Design Report (30% Design) The purpose of this subtask is to summarize the data collected and analysis completed into a Basis of Design Report (BODR) and to prepare the 30% level plans and a specifications table of contents. i. Summarize the preliminary analysis findings in a Draft BODR, including hydraulic verification, 30% level plans, alternatives analysis, and specifications table of contents. 2. Verify hydraulic modeling and confirm sizing and hydraulic performance of the proposed crossing. 3. Develop a list of critical facilities to be further researched during the Phase 2 Design of the Project. 4. Develop a proposed construction schedule for the required improvements, including permitting timelines identified in Task 500, and recommendations for construction sequencing. 5. Identify critical utility crossings and develop a potholing plan to be executed during Phase 2 Design of the Project. 6. Prepare an Opinion of Probable Construction Cost (OPCC) based on 30% design documents. 7. Conduct internal QA/QC of the BODR per Task goo 8. Conduct internal QA/QC of the 3o% plans per Task 900. 9. Submit the Draft BODR/3o% Design to the City for review. io. Conduct a BODR/3o% Design review meeting with City staff. 11. Incorporate comments and produce a Final BODR. Subtask32o Assumptions: 1. The BODR will include a project schedule developed in conjunction with Task 500. 2. The 30% specifications will be limited to a table of contents of required specifications. 3. Modifications to the 30% plans and specifications table of contents will be addressed during Phase 2 Design of the project. 4. Any transportation related reporting, including but not limited WSDOT intersection control evaluation, basis of design report, channelization plans, construction permit documentation, design memorandums, and other associated/required documents as a result of the selected alternative will be furnished as part of Phase 2. 5. Opinions of probable costs will be based on the level of project definition and expected accuracy range as defined by the American Association of Cost Engineers (AACE) International. Page 8 of i1 84 6. The OPCC generated during 3o% shall be a Class 4 estimate based on AACE standards. 7. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, the Consultant has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, the Consultant makes no warranty that the City's actual project costs, financial aspects, economic feasibility, or schedules will not vary from the Consultant's opinions, analyses, projections, or estimates. Task3oo Deliverables: 1. Survey Base Map (Subtask 310) 2. Property/Easement acquisition document preparation and review including development of legal descriptions and exhibits (Subtask 31o) 3. BODR (Subtask 33o) 4. 3o% Plans and Specification TOC (Subtask 33o) 5. Critical Utility Crossings and Potholing Requirements TASK 400 — INITIAL COORDINATION WITH AGENCIES AND UTILITIES The purpose of this task is to conduct initial coordination with other agencies and utilities directly impacted by the proposed project improvements. Task 40o includes the following: 1. Roadway/Traffic Control meetings a. One (1) virtual design coordination meeting with WSDOT 2. Permitting Meetings a. One (1) meeting (in -person) with WSDOT to discuss easement requirements. b. One (1) meeting (virtual) with BNSF to discuss permitting requirements. c. One (1) meeting (in -person) with Seattle City Light to discuss easement requirements. d. One (1) meeting (in -person) with Seattle Public Utilities to discuss easement requirements e. One (1) virtual meetings with Sound Transit to discuss easement requirements. f. Two (2) meetings (virtual) with the City of Tukwila and King County to discuss land use requirements. Task 40o Assumptions: 1. Up to two (2) consulting team members will attend each meeting. Task 40o Deliverables: 1. Meeting agenda, coordination materials, and minutes. TASK Soo — PERMITTING INITIATION The purpose of this task is to identify the permits required to complete the proposed project improvements and initiate coordination with the corresponding agencies. Task 50o includes the following: 1. Environmental Permitting Strategy. Consultant shall prepare an environmental permitting strategy document to identify environmental permitting requirements for the Project. The strategy shall incorporate the natural resource information to inform the permitting process, propose a schedule Page 9ofss 85 for permit application submittal and approval, and identify critical path elements and risks associated with permitting the proposed Project. Consultant shall coordinate with the project design team on the proposed project improvements and develop a matrix of anticipated permits required for construction. This task will include review of anticipated means of construction, environmental impacts, and potential mitigation measures. The strategy will be based on current permitting requirements and conversations with the relevant resource agencies to confirm permit requirements and approach. The environmental permitting strategy shall include the following elements, as necessary: a. List of required permits. b. Permitting schedule, including critical path permit tasks. c. Anticipated information needs necessary to complete the permit application process. d. Coordination strategy for key stakeholders. e. Key milestones and decision points throughout the permitting process. f. Permitting issues and requirements associated with alternative design options. g. Anticipated permitting costs and approval timelines. h. General mitigation requirements and opportunities. i. Proposed permitting approach for each of the required natural resource permits. 2. Land Use Permitting Strategy. Consultant shall prepare a land use permitting strategy document to clarify the land use permit requirements and process for the Project. The document will summarize the major land use standards, criteria and submittal requirements for each permit and outline the land use approval process(es), including public notice and public hearing requirements, identify the decision makers, and describe the optimal timing of land use decisions based on construction schedule. In addition, the land use permitting strategy will identify and describe the potential risk and proposed approach for mitigating risks associated with land use permitting. The strategy will outline other local government permits including, as applicable, erosion control and grading, tree removal, and County roadway use. Consultant shall work closely with the design team to incorporate environmental findings into the design efforts and will update the environmental and land use strategies based on design modifications. 3. Initiate agency check -in based on alternative analysis results to refine permitting and mitigation strategies. Tasksoo Assumptions: 1. The City will take the lead role in coordinating with permitting agencies with support from the Consultant. 2. No permit applications will be submitted as part of this Phase of the project. Applications and associated material developed during this phase will be refined and submitted during Phase 2 of the project. 3. Consultant shall evaluate natural resource -related considerations associated with different design options; however, a formal environmental/permitting alternatives analysis will not be prepared for this task. 4. An evaluation of the potential climate change impacts associated with the Project will not be conducted. 5. Wetland and/or stream mitigation design will not be developed during this phase of the project; however, potential mitigation needs will be identified and high-level cost estimates developed. Task soo Deliverables: Page ioofsi 86 1. Environmental and Land Use Permitting Strategy. 2. Preparation of a permitting acquisition schedule. TASK 600 — EASEMENT ACQUISITION INITIATION The purpose of this Task is to identify required permanent or temporary easements required for the construction of the proposed improvements. Task 600 includes the following: 1. Research project alignment and identify potential permanent and temporary easements required for the construction of the proposed improvements. 2. Prepare programming estimate. Task 600 Assumptions: 1. The Project will not require any land use applications/actions. 2. City will pay for all title reports. Task 600 Deliverables: 1. Easement and Property Acquisition Requirement Memorandum. Page ssof11 87 City of Tukwila Connect Ryan Hill to Rest of System Phase 1 LOE 1/23/2025 TASK/ DESCRIPTION PM Waligorski QM Avon PE Lang Planning Nabbonand Permitting Thompson DP Mattox CAD/GIS Varies Staff Eng Nasser Total Carollo Hours Carollo Labor Cost Sub Fee OTHER DIRECT COSTS TOTAL COST Sub Markup PECE 10% $15.00 Expenses Total Labor Rate $ 330.00 $ 360.00 $ 290.00 $ 260.00 $ 260.00 $ 150.00 $ 160.00 $ 175.00 Task 100 - Project Management 110 Project Management 12 16 8 8 44 $ 11,880 $ 3,310 $ 331 $ 660 $ 16,181 120 Project Monitoring and Reporting 24 12 12 6 54 $ 15,420 $ 4,859 $ 486 $ 810 $ 21,575 130 Project Management Meetings 6 12 3 3 24 $ 7,020 $ 10,041 $ 1,004 $ 360 $ 500 $ 18,925 Task 100 42 0 0 0 18,2. $ 1,�•. Task 200 - Alternatives Analysis 210 Kickoff Meeting and Site Visit 4 8 4 4 20 $ 5,720 $ 9,423 $ 942 $ 300 $ 500 $ 16,885 220 Data Collection and Review 2 16 8 2 8 36 $ 9,080 $ 10,315 $ 1,031 $ 540 $ 20,966 230 Preliminary ROW, Topography, & Utility Review 2 8 2 16 28 $ 6,080 $ 11,296 $ 1,130 $ 420 $ 18,926 240 Preliminary Geotechnical Study 8 2 8 18 $ 4,020 $ 17,860 $ 1,786 $ 270 $ 23,936 250 Preliminary Cultural Resources Risk Assessment 4 8 12 $ 3,240 $ 5,601 $ 560 $ 180 $ 9,581 260 Preliminary Environmental Assessments 4 8 12 $ 3,240 $ 6,770 $ 677 $ 180 $ 10,867 270 Task 300 Trenchless Crossing Alternative Evaluation - Preliminary (30%) Design 24 16 40 8 24 12 80 24 228 $ 52,400 $ 29,204 $ 2,920 $ 3,420 $ 1,000 $ 88,944 310 Surveying & Utility Locate (Preferred Alignment) 4 16 2 8 30 $ 7,660 $ 74,608 $ 7,461 $ 450 $ 90,179 320 Basis of Design Report (30% Design) s 300 40 ' 24 120 136 0 60 60 24 26 300 120 688 $ 144,840 ••.•• $ 15,826 90, $ 1,583 $ 10,320 ,•- .- 10, •.•• $ 1,000 ,•••.•• $ 173,569 26, Task 400 - Coordination w/ Agencies & Utilities Roadway/Traffic Control Meetings 2 8 2 4 16 $ 3,980 $ - $ - $ 240 $ 500 $ 4,720 Permitting Meetings 12 28 40 8 8 96 $ 25,080 $ 12,137 $ 1,214 $ 1,440 $ 39,871 Task400 14 0 36 0 40 10 0w 12 112 $ 29,060.00 $ 12,137.12 $ 1,213.71 $ 1,680.00 $ 500.00 $ 44,590.83 Task 500 - Permitting Initiation Environmental Permitting Strategy 2 8 12 22 $ 6,100 $ 4,710 $ 471 $ 330 $ 11,611 Land Use Permitting Strategy 2 8 24 2 8 44 $ 10,920 $ - $ - $ 660 $ 11,580 Task 500 Task 600 - Easement Acquisition Initiation 4 0 16 0 36 2 . . - 4,710.00 $ 471.00 $ 990.00 $ - $ 2 Easement Identification 2 8 8 16 34 $ 7,860 $ - $ - $ 510 $ 8,370 Programming Estimate 4 8 40 52 $ 14,040 $ - $ - $ 780 $ 14,820 Task600 6 0 16 0 48 0 0 16 86 $ 21,900.00 $ - $ - $ 1,290.00 $ - $ 23,190.0� I AL Total $ 601,50' �Ca: uiia" 88 City of Tukwila Connect Ryan Hill to Rest of System Phase 1 LOE Staheli Trenchless Consultants TASK / DESCRIPTION Task 100 - Project Management Project Management Project Monitoring and Reporting 130 Project Management Meetings Total Labor Rate Task 100 Role Role Role Role Jake Andresen Kimberlie Staheli Pradip Kandel Heidi Howard $ 245.00 $ 325.00 $ 190.00 $ 150.00 8 8 0 Total Hours Labor Cost 4,560 4,560.00 $ Expenses 1/23/2025 TOTAL COST $ 4,560 4,560.00 Task 200 - Alternatives Analysis 210 Kickoff Meeting and Site Visit 4 4 8 $ 2,280 $ 80 $ 2,360 220 Data Collection and Review 0 $ - $ - 230 Preliminary ROW, Topography, & Utility Review 0 $ - $ - 240 Preliminary Geotechnical Study 0 $ - $ - 250 Preliminary Cultural Resources Risk Assessment 0 $ - $ - 260 Preliminary Environmental Assessments 0 $ - $ - 270 Trenchless Crossing Alternative Evaluation 40 22 18 6 86 $ 21,270 $ 21,270 26 94 23,550.00 80.00 $ 23,630.00 Task 300 - Preliminary (30%) Design 310 Surveying & Utility Locate (Preferred Alignment) 0 320 Basis of Design Report (30% Design) 24 34 $ 8,320 Task 300 24 34 $ 8,320.00 $ $ 8,320 8,320.00 Task 400 - Coordination w/ Agencies & Utilities Roadway/Traffic Control Meetings Permitting Meetings 0 $ 4 10 14 4,230 160 4,390 Task 400 4 10 14 $ 4,230.00 $ 160.00 $ 4,390.00 Task 500 - Permitting Initiation Environmental Permitting Strategy 0 $ - $ Land Use Permitting Strategy 0 $ - $ Task 500 0 0 0 $ $ Task 600 - Easement Acquisition Initiation Easement Identification 0 $ Programming Estimate 0 $ Task 600 0 0 0 0 0 - $ Total $ 40,900 crCa: oiio 1 89 City of Tukwila Connect Ryan Hill to Rest of System Phase 1 LOE Confluence Environmental TASK / DESCRIPTION Total Labor Rate Task 100 - Project Management Sr. Permitting Lead Sr. Biologist Planner Staff Scientist GIS Editor Accounting Adolfson McArthur Duffy Wolf Huynh Hoff Burton $ 285.00 $ 205.00 $ 175.00 $ 105.00 $ 165.00 $ 120.00 $ 150.00 1/23/2025 Total Hours Labor Cost Expenses TOTAL COST 110 Project Management 0 120 Project Monitoring and Reporting 6 7 13 $ 2,760 $ 2,760 130 Project Management Meetings 5 5 $ 1,425 $ 1,425 Task 100 Task 200 - Alternatives Analysis 11 0 0 0 0 0 18 $ 4,185.00 $ $ 4,185.00 210 Kickoff Meeting and Site Visit 6 6 I $ 1,710 $ 1,710 220 Data Collection and Review 2 2 8 8 20 1 $ 3,700 $ 3,700 230 Preliminary ROW, Topography, & Utility Review 0 I$ 240 Preliminary Geotechnical Study 250 Preliminary Cultural Resources Risk Assessment 0 I$ 260 Preliminary Environmental Assessments 2 12 8 20 2 44 I $ 6,770 $ 6,770 270 Trenchless Crossing Alternative Evaluation 6 6 I $ 1,710 1,710 Task 200 16 14 16 20 8 2 0 $ 13,890.00 $ $ 13,890.00 Task 300 - Preliminary (30%) Design 310 Surveying & Utility Locate (Preferred Alignment) 0 $ - $ 320 Basis of Design Report (30% Design) 0 $ - $ Task 300 0 0 0 0 0 0 0 0 Task 400 - Coordination w/ Agencies & Utilities Roadway/Traffic Control Meetings 0 $ - $ Permitting Meetings 2 2 4 $ 980 $ 980 Task 400 2 2 0 0 0 0 0 4 $ 980.00 $ 980.00 Task 500 - Permitting Initiation Environmental Permitting Strategy 2 4 8 16 2 32 $ 4,710 $ 4,710 Land Use Permitting Strategy 0 $ - $ Task 500 2 4 8 16 0 2 0 32 $ 4,710.00 $ $ 4,710.00 Task 600 - Easement Acquisition Initiation Easement Identification 0 $ - $ Programming Estimate 0 $ - $ Task 600 0 0 0 0 0 0 0 0 Total $ 23,765 1 90 City of Tukwila Connect Ryan Hill to Rest of System Phase 1 LOE Delve Underground 1/23/2025 TASK / DESCRIPTION Total Labor Rate Task 100 - Project Management 110 120 130 Project Management Project Monitoring and Reporting Project Management Meetings Task 100 Task 200 - Alternatives Analysis 210 220 230 240 250 260 270 Kickoff Meeting and Site Visit Data Collection and Review Preliminary ROW, Topography, & Utility Review Preliminary Geotechnical Study Preliminary Cultural Resources Risk Assessment Preliminary Environmental Assessments Trenchless Crossing Alternative Evaluation "Task 200 Principal Principal Associate Associate Project Role Struthers Duvel Cordes Pinske Dayley Admin $ 284.31 $ 271.93 $ 190.34 $ 213.52 $ 143.06 $ 105.00 8 3 6 4 2 4 8 4 12 13 6 2 2 21 11 52 3 Total Hours 8 5 8 4 28 0 100 0 0 4 12 Labor Cost $ 2,274 $ 1,063 $ 1,992 Expenses TOTAL COST $ 2,274 $ 1,063 $ 1,992 5,329.39 $ $ 5,329.39 $ 1,137 $ 5,231 $ $ 17,796 $ $ 3,104 $ 80 $ 1,217 $ 5,231 $ 64 $ 17,860 27 2 $ 27,267.81 $ $ 3,104 144.00 $ 27,411.81 Task 300 - Preliminary (30%) Design $ - $ 2,826 310 Surveying & Utility Locate (Preferred Alignment) 0 $ 320 Basis of Design Report (30% Design) 3 1 5 5 14 $ 2,826 Task 300 3 0 $ 2,826.17 $ $ 2,826.17 Task 400 - Coordination w/ Agencies & Utilities Roadway/Traffic Control Meetings 0 $ - $ - Permitting Meetings 8 8 8 24 $ 5,127 $ 80 $ 5,207 Task 400 8 0 0 8 8 0 24 $ 5,127.12 $ 80.00 $ 5,207.12 Task 500 - Permitting Initiation Environmental Permitting Strategy 0 $ - $ Land Use Permitting Strategy 0 $ - $ Task 500 Task 600 - Easement Acquisition Initiation Easement Identification Programming Estimate Task 600 Total $ 40,774 1 91 City of Tukwila Connect Ryan Hill to Rest of System Phase 1 LOE Equinox Research Consultants Inc (ERCI) 1/23/2025 TASK / DESCRIPTION Role Role Role Role Role Role Role Name Name Name Name Name Name Name Total Labor Rate $ 139.87 $ 83.92 $ 74.60 $ 68.38 $ $ Total Hours Labor Cost Expenses TOTAL COST Task 100 - Project Management 110 Project Management 2 2 $ 280 $ 280 120 Project Monitoring and Reporting 2 2 280 280 130 Project Management Meetings Task 100 0 4 0 0 0 0 $ 559.48 $ 559.48 Task 200 - Alternatives Analysis 210 Kickoff Meeting and Site Visit 4 4 $ 559 $ 559 220 Data Collection and Review 0 $ - $ - 230 Preliminary ROW, Topography, & Utility Review 0 $ - $ - 240 Preliminary Geotechnical Study 0 $ - $ - 250 Preliminary Cultural Resources RiskAssessmeni 8 30 8 20 66 $ 5,601 $ 5,601 260 Preliminary Environmental Assessments 0 $ - $ - 270 Trenchless Crossing Alternative Evaluatior 0 $ - $ - sk 200 Task 300 - Preliminary (30%) Design 12 30 8 20 0 0 0 70 $ 6,160.44 $ $ 6,160.44 310 Surveying & Utility Locate (Preferred Alignment) 0 320 Basis of Design Report (30% Design) -ask 300 0 0 0 0 0 Task 400 - Coordination w/ Agencies & Utilities Roadway/Traffic Control Meetings 0 $ - $ Permitting Meetings 0 $ - $ Task 400 0 0 0 0 0 0 0 0 Task 500 - Permitting Initiation Environmental Permitting Strategy 0 $ - $ Land Use Permitting Strategy 0 $ - $ Task 500 0 0 0 0 0 Task 600 - Easement Acquisition Initiation Easement Identification 0 $ - $ Programming Estimate 0 $ - $ Task 600 0 0 0 0 0 1 92 City of Tukwila Connect Ryan Hill to Rest of System Phase 1 LOE KPG - Psomas TASK / DESCRIPTION Total Labor Rate Task 100 - Project Management 110 120 130 Project Management Project Monitoring and Reporting Project Management Meetings Survey Manager Transpotation Engineer Project Surveyor II Surveyor III Survey Crew II Survey Crew I Mike Bowen Bryce Corrigan Ron Reichel Chris Johnson TBD TBD $ 252.00 $ 195.00 $ 173.00 $ 144.00 $ 272.00 $ 214.00 3 3 2 8 1/23/2025 Total Hours Labor Cost Expenses TOTAL COST 3 3 10 $ 756 756 $ 2,064 $ 756 $ 756 $ 2,064 Task 100 8 8 0 0 0 0 $ 3,576.00 $ $ 3,576.00 Task 200 - Alternatives Analysis 210 Kickoff Meeting and Site Visit 8 8 16 $ 3,576 $ 3,576 220 Data Collection and Review 8 8 $ 1,384 $ 1,384 230 Preliminary ROW, Topography, & Utility Review 32 40 72 $ 11,296 $ 11,296 240 Preliminary Geotechnical Study 0 $ - $ - 250 Preliminary Cultural Resources Risk Assessment 0 $ - $ - 260 Preliminary Environmental Assessments 0 $ - $ - 270 Trenchless Crossing Alternative Evaluation 16 16 $ 3,120 $ 3,120 Task 200 8 24 40 40 0 0 112 $ 19,376.00 $ $ 19,376.00 Task 300 - Preliminary (30%) Design 310 Surveying & Utility Locate (Preferred Alignment) 24 80 100 80 40 324 $ 64,608 $ 10,000 $ 74,608 320 Basis of Design Report (30% Design) 24 24 $ 4,680 $ 4,680 Task 400 - Coordination w/ Agencies & Utilities Task 300 24 24 80 100 80 40 348 $ 69,288.00 $ 10,000.00 $ 79,288.00 Roadway/Traffic Control Meetings 0 Permitting Meetings 8 8 $ 1,560 $ 1,560 Task 400 0 8 0 0 0 0 8 $ 1,560.00 $ $ 1,560.00 Task 500 - Permitting Initiation Environmental Permitting Strategy 0 $ - $ Land Use Permitting Strategy 0 $ - $ Task 500 0 0 0 0 0 0 0 Task 600 - Easement Acquisition Initiation $ $ Easement Identification 0 $ - Programming Estimate 0 $ - Task 600 0 0 0 0 0 0 0 $ - $ Total $ 103,800 1 93 94 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: David Baus, Project Manager CC: Mayor Tom McLeod DATE: February 24, 2025 SUBJECT: 2024 Overlay and Repair Project — Proj. #82410401, Contract No. 24-055 Project Completion and Acceptance ISSUE Accept contract as complete and authorize release of insurance, and performance bond. BACKGROUND The Notice to Proceed for Contract No. 24-055 with ICON Materials, of Pacific, Washington was issued on July 8, 2024, for the 2024 Overlay Project. The project included pavement overlay and repair of seven sites within the City of Tukwila. Approximately combined total of 6,300 centerline feet of paving. The attached maps show the areas of work. ANALYSIS Construction was Physically Complete on December 10, 2024. The budget for the 2024 Overlay & Repair was $1,144,013.20 including a contingency of 10%. No formal Change Orders were executed for the work since all changes fit within existing bid items or were performed under allowable Force Account items. Under -runs were primarily due to reduced quantities of Asphalt Roadway Planning and Reuse, Crushed Surfacing Base Course and various Force Account items not used. Construction Contract Amount Total Amount to be Paid $1,144,013.20 $ 867,537.54 RECOMMENDATION Council is being asked to formally accept the project as complete and authorize the release of the insurance, and performance bonds, subject to standard claim and lien release procedures, for the 2024 Overlay and Repair Project construction contract with ICON Materials in the final amount of $867,537.54 and consider this item on the Consent Agenda at the March 3, 2025 Regular Meeting. ATTACHMENT - 2024 Project Sites Map - Post construction pictures Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 95 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 96 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 97 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 98 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 99 100 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Services Committee FROM: Pete Mayer, Public Works Interim Director BY: David Baus, Public Works Transportation Project Manager CC: Mayor McLeod DATE: February 21, 2025 SUBJECT: 2025 Annual Overlay Program - Engineering Services Contract Project No. 82510401 Design and CM Consultant Selection and Agreement ISSUE Execute a contract with Psomas, Inc. to provide design and CM services for the 2025 Overlay and Repair Program. BACKGROUND Every year, Public Works issues a construction project to grind and overlay several blocks of roadways in the City of Tukwila. The annual overlay program is intended to preserve and maintain the street structure in a safe and useable state by resurfacing before failure, which also minimizes costs. Before work can commence, an engineer of record is required to prepare, design, and manage construction of the project. Psomas provides a unique blend of knowledge and understanding of the City's overlay program that provides efficiency and benefits which cannot be matched at this time by any other firm. Psomas has also performed very well in providing construction management services. DISCUSSION City staff issued a Request for Qualifications for this project in January 2025 and received one response from Psomas. City staff interviewed Psomas in January and determined that Psomas staff meet project requirements and the City's objectives. Psomas has provided a contract, scope of work, and fee estimate to complete the design of the 2025 Overlay and Repair Program and advertise for construction bids. The preliminary location for the 2025 Overlay is shown on the attached map. The final selections of relevant roadways will be made after the design cost estimates have been completed. Specific roadway segments are based on several factors, including but not limited to Pavement Condition Index which accounts for the condition of the pavement surface distress, roughness, structural conditions, community complaints, and street classification. Water District 125 recently upgraded the water main under Macadam Road, resulting in damage to the road. Their project initially included partial asphalt overlays. However, we've collaborated with them to perform a full -width overlay, with Water District 125 covering part of the cost. FINANCIAL IMPACT 2025 Design and CM Contract Psomas Contract Budget $487,198.99 $500,000.00 RECOMMENDATION Council is being asked to approve a new contract for Psomas on the 2025 Annual Overlay Program in the amount of $487,198.99 and consider this item on the Consent Agenda at the March 03, 2025 Regular Council Meeting. ATTACHMENTS: 2025 CIP page Psomas 2025 Overlay Consultant Contract 2025 Overlay Map Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 101 2025 - 2026 Biennial Budget City of Tukwila, Washington CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 J PROJECT: Annual Overlay and Repair Program Project # 80010401 Project Manager David Baus Department Arterial Streets DESCRIPTION: Select, design, and construct asphalt and concrete pavement overlays and useable with of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe minimizes costs. Some individual sites may be coordinated state by resurfacing before failure which also water, sewer, and surface water projects. ii ch year various sections of roadway throughout the City are designed and constructed for asphalt overlay. half, hence MAINTENANCE IMPACT: COMMEN Roughly 1,300 Man Hours go to filling in potholes per year, so if budget is increased Ongoing project. Only one year actuals shown in fist column. this could be cut in FINANCIAL (in thousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) Design Construction Mgmt. Construction Contingency $ 50 $ 300 $ 200 $ 2,000 $ - $ - $ - $ - $ - $ - $ 20 $ 150 $ 200 $ 2,000 $ 150 $ 20 $ 150 $ 200 $ 2,000 $ 150 $ 20 $ 150 $ 200 $ 2,200 $ 150 $ 20 $ 150 $ 200 $ 2,200 $ 150 $ 20 $ 150 $ 200 $ 2,400 $ 150 $ 150 $ 1,050 $ 1,200 $ 12,800 $ 750 Total Project Costs $ 2,550 $ - $ 2,520 $ 2,520 $ 2,720 $ 2,720 $ 2,920 $ 15,950 Project Funding Dedicated/Restricted Rev General Fund Transfer $ 2,550 $ - $ - $ - $ 1,520 $ 1,000 $ 1,520 $ 1,000 $ 1,650 $ 1,070 $ 1,650 $ 1,070 $ 1,650 $ 1,360 $ 10,540 $ 5,500 Total Project Funding $ 2,550 $ - $ 2,520 $ 2,520 $ 2,720 $ 2,720 $ 3,010 $ 16,040 363 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and Psomas Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Survey, Design, and Construction Management services in connection with the project titled 2025 Annual Overlay Program . 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment, and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2026, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2026, unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $487,198.99 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 103 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 104 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 105 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Psomas Inc. 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 106 DATED this day of , 20 ** City signatures to be obtained by ** Consultant signature to be obtained by City Clerk's Staff ONLY. ** sponsor staff. ** CITY OF TUKWILA Allan Ekberg, Mayor ATTEST/AUTHENTICATED: Christy O'Flaherty, City Clerk APPROVED AS TO FORM: Office of the City Attorney CONSULTANT: By: Id- YY---- Printed Name: Nandez Miller Title: Vice President CA revised May 2020 Page 5 107 EXHIBITA City of Tukwila 2025 Annual Overlay Program Scope of Work February 10, 2025 The Consultant shall prepare final Plans, Specifications and Estimates for the 2025 Annual Overlay. The project extents shall be Macadam Rd S/ 515t Ave S from Interurban Ave S to Klickitat Dr. Project length may be adjusted based on the Construction Cost Estimate. The design work will involve survey and basemapping, pavement evaluation, ADA ramp design, and channelization design. Construction Administration during construction will also be included in this scope of work. The 2025 Annual Overlay Program will be bid as a single bid package as budget allows. Detailed estimates will be prepared at the 30% design to verify the final project extents to be included in the 2025 Overlay Program. The Consultant shall utilize the data collection and analysis provided by Infrastructure Management Service (IMS) to identify additional roadway segments to be included in the design and construction of the 2025 Overlay Program. The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, environmental documentation, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City City of Tukwila PSOMAS 2025 Annual Overlay Page 1 of 12 February 2025 108 with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. Assumptions for the 2025 Overlay Program Bid Package • Roadway and utility casting mapping will be based on aerial photography, GIS, and field reviews by the Consultant. Topographic field survey may be required for ADA ramp improvements and will be performed by the Consultant as required. • Typically, only surface utilities requiring adjustment to grade will be shown. • No utility upgrades are anticipated in the project design. • No signal upgrades are anticipated in the project design. • Drainage & Water Quality Reports will not be required. • Environmental Documentation will not be required. • Consultant shall not be responsible for printing and supplying City or Contractor with hard copies of plans and specifications at interim submittals or contract award. • Anticipated Sheet Set is as follows: o Cover 1 o Details 2 o Roadway and Channelization Plans 13 o Curb Ramp Details 4 o Traffic Control Plans 4 (for WSDOT Limited Access Only) o Total 24 SCOPE OF WORK TASK 1 - Project Management 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume six (6) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in-house staff of all deliverables prior to submittal to the City. 1.2 The Consultant shall coordinate with WSDOT to get approval needed for work within limited access. (Estimate 4 months) • Distribute 90% Plans for review • Hold project coordination meetings with WSDOT to review traffic control plans. Assume three (3) meetings City of Tukwila PSOMAS 2025 Annual Overlay Page 2 of 12 February 2025 109 TASK 2 - Survey and Basemapping Limits of survey: Intersection of Macadam Ave S/ S 144th St/ 515t Ave S 2.1 Generate a project basemap based on field survey, available GIS, aerial imagery, and field verification. • Establish horizontal and vertical control points along the corridor for field topographic survey. Basis of control will be NAD83(2011) and NAVD88. The Consultant will locate, field survey, and calculate positions for all monuments and control points throughout the survey limits, using the Washington State plane coordinate system. Conventional or GPS surveying methods will be used on this project. • Detailed survey within survey extents including invert elevations of gravity utilities present. • Right of Way will be determined based on publicly available information and existing street monuments. • Features in areas not surveyed will be drawn in based a combination of aerial imagery, GIS, street view, and field verification. TASK 3 - Preliminary and Final Design 3.1 Complete Macadam Speed and Safety Study • The Consultant shall complete the speed and safety study to inform the City of potential opportunities to install traffic calming and safety installations along the corridor. 3.2 The Consultant shall prepare 30% Plans • Ramp grading will not be included in 30% Plans. • Incorporate desired potential speed and safety management installations from task 3.1. • Traffic Control Plans will not be included in 30% Plans. 3.3 The Consultant shall calculate quantities and prepare a Preliminary Engineers Estimate of Probable Construction Cost for the 30% Plans. 3.4 The Consultant shall prepare 90% Plans. The proposed improvements including the following: City of Tukwila PSOMAS 2025 Annual Overlay Page 3 of 12 February 2025 110 • The Consultant shall perform site walkthroughs with the City staff to determine extent of roadway improvements / resurfacing (Estimate 2 meetings) and to optimize the available budget. • Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. • Typical sections and details will be prepared for items not available as standard details from the City, State, or WSDOT standard drawings. • Plans will identify curb ramp replacement limits and pedestrian push button modifications in accordance with ADA requirements. • The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, utility adjustments, surfacing depths and details, and applicable channelization and signing for the segments selected for final design. • Plans and specifications will include required criteria for traffic control plans and pedestrian traffic control during construction. Criteria will be developed in collaboration with the City. • Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. No geotechnical investigations are anticipated. 3.5 The Consultant shall calculate quantities and prepare an Engineers Estimate of Probable Construction Cost for the 90% Plans. 3.6 The Consultant shall prepare the Contract Specification per 2025 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 3.7 The Consultant shall prepare Final Plans, Engineers Estimate of Probable Construction Cost, and Contract Documents including Project Special Provisions. Deliverables • Updated Macadam Speed and Safety Study Memorandum • 30% Plans & Cost Estimate (pdf) • 90% Plans, Cost Estimate, & Project Special Provisions (pdf) • Final Plans, Cost Estimate, & Contract Documents including Project Special Provisions (pdf) City of Tukwila PSOMAS 2025 Annual Overlay Page 4 of 12 February 2025 111 TASK 4 - Bid Period Services 4.1 The Consultant shall assist the City with Project Advertisement and Award by uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation, and recommendation for award. Deliverables • Recommendation of Award Letter (pdf) • Bid Tabulation (excel and pdf) • Addenda, as required TASK 5 - Construction Administration Management Provide overall project management, coordination with the City, monthly progress reports, and invoicing. This effort will include the following elements. 5.1 Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. 5.2 Review monthly expenditures and CM team scope activities. Prepare and submit monthly project progress reports to the City along with invoices describing CM services provided each month. Prepare and submit reporting required by funding source(s), if any. Deliverables: • Monthly invoices and progress reports TASK 6- Pre -construction Services 6.1 Administrative Services up to Contractor Notice to Proceed (NTP): Psomas will provide support startup of the project with any miscellaneous administrative needs as further detailed below: a. Preconstruction (PreCon) Photos: Psomas staff shall collect and log a comprehensive set of precon photos, prior to City Contractor mobilizing to the site, for the purpose of documenting pre-existing site conditions. These shall be delivered to the City in digital form as part of the final project files. b. Review Plans and Specs: Psomas staff shall familiarize themselves with all plans, specs, and City standards that will be incorporated into this project, in order to familiarize themselves with project limits, elements of work to be performed, measurement and payment, and other project -specific considerations, prior to the first working day. City of Tukwila PSOMAS 2025 Annual Overlay Page 5 of 12 February 2025 112 c. Prepare Hard and Electronic Files: The Consultant will prepare all electronic and hard copy files in preparation for the project. SharePoint will not be utilized on this contract. d. Prepare Record of Materials (ROM): Consultant shall modify WSDOT-provided ROM, to algin with LAG manual exceptions and to improve ease of use by all project parties. In the absence of a WSDOT-provided ROM, Psomas can generate a ROM from scratch, however creation of a complete project ROM is outside the scope of the current budget and may require a supplement. e. Preconstruction Conference: Psomas will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices or via an on-line platform of the City's choice. The Consultant's team will attend the preconstruction conference. Pertinent City staff and private utilities will also be present at this meeting. Psomas will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Preconstruction conference, the Consultant shall help facilitate discussions with the Contractor concerning the plans, specifications, schedules, pay estimate timelines and cutoff dates, issues with utilities, any unusual conditions, State and local requirements and any other items that will result in better project understanding among the parties involved. f. Prepare Templates: Psomas will pre -populate all electronic forms, either Consultant or City provided, in preparation for contract administration. This includes pay estimate templates, weekly working days statements, inspector daily reports, change management tracking templates, etc. g• Utility Coordination: Consultant will assist with external and internal communications regarding utility coordination required for successful completion of the project, including utility relocations, required service interruptions, etc. Deliverables: • Preconstruction conference meeting minutes Pre -construction Photos TASK 7- Construction Office Support 7.1 Construction Management Office Support: Original documentation will be housed at the Consultant's office and filed in accordance with standard filing protocol. Document Control will consist of the following: City of Tukwila PSOMAS 2025 Annual Overlay Page 6 of 12 February 2025 113 a. Project Coordination: Liaison with City, construction Contractor, engineer, utilities and property owners on a regular basis to discuss project issues and status. b. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and Contract Documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and/or budget changes. c. Submittals: Consultant shall take lead on submittal reviews/ approvals. Consultant shall coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Submittals shall be logged and tracked by Consultant. d. Requests for Information (RFI): Consultant shall review and respond to RFI's. RFI's shall be logged and tracked by Consultant. e. Weekly Meetings: Consultant will lead weekly meetings. Consultant will prepare agenda for City review and distribute meeting minutes to attendees. Outstanding issues to be tracked on a weekly basis. Weekly Statement of Working Days will be reviewed/accepted by Contractor during the Weekly Meeting. f. Change Orders: The Consultant will develop change orders and the Consultant will provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. The City will approve all change orders before being fully executed. Each change order will be executed in accordance with WSDOT Standard Specifications. g• Field Work Directives: The Consultant will prepare field work directives as necessary to keep the Contractor on schedule. h. Force Account: The Consultant will track Contractor force account labor, equipment and materials. All force account calculations will be verified by the City and double checked by the Consultant. The City shall have final authority to approve any Force Account work prior to agreement with the Contractor. i. Schedule Review: Consultant shall perform review of initial Contractor provided CPM for conformance with the Contract Documents. Any discrepancies, conflicts or unreasonable work durations will be brought to the attention of the Contactor and City. Consultant will provide one (1) intermediate review of Contractor's updated schedule and compare with field -observed progress and duration of the project. j• Lump Sum Breakdown: Consultant shall evaluate construction Contractors' Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with the requirements of the City of Tukwila PSOMAS 2025 Annual Overlay Page 7 of 12 February 2025 114 Contract Documents. Lump Sum Breakdowns for payment each month will be calculated. k. Monthly Pay Requests: Consultant shall prepare monthly requests for Contractor payment based on field note records prepared by Consultant field inspector in accordance with contract documents. I. Weekly Statement of Working Days: Consultant shall prepare, and issue weekly statement of working day report each week to the Contractor and City for review and approval. Weekly statement of working days will be based on field inspection reports provided by Consultant. m. Subcontractor Documentation: Process / approve all required subcontractor documentation. Request to Sublets will be verified and logged. This includes checking System Award Management System (SAMS), verifying business licensing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor documentation will be logged into PSOMAS's subcontractor logs. 7.2 Certified Payroll: The Consultant will process and check the Contractor and Subcontractor's certified payroll per State Prevailing Wage Requirements. Tracking of payroll shall consist of recording each payroll received from the Prime and Subcontractors and checking pay rates against Contract requirements. Any discrepancies will be brought to the Contractor and City. Deliverables: • Approved Submittals and Submittal log • Responded RFIs and RFI Log • Weekly Meeting minutes • Fully -executed Change Orders and Field Work Directives, with Change Management Log • Force Account Documentation and Tracking Log • Fully -executed Monthly Progress Payments • Subcontractor Packets • Weekly Statements of Working Days • Certified Payroll Tracking Log (hard copy binder not included) • Contractor -generated As-builts, if required by Contract All other project documentation generated during the course of project construction duration. City of Tukwila PSOMAS 2025 Annual Overlay Page 8 of 12 February 2025 115 TASK 8- Construction Observation 8.1 Construction Observation: The Consultant will provide one (1) inspector during construction activities and other tasks necessary to monitor the progress of the work. The Inspector will ensure that the daily inspection reports and working days reporting are completed in a timely manner and contain sufficient information to assess whether the work is being conducted in compliance with the Contract Documents per City, WSDOT,. Consultant will make IDR's available to the City by Friday of the same work week upon request. The Inspector may perform the following duties as a matter of his daily activities: Observe technical conduct of the construction, including providing day-to-day contact with construction contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1-05.1 and 1-05.2 of the WSDOT Standard Specifications. ii. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction contractor of noncompliance. Advise the City of any non -conforming work observed. Document all material delivered to the job site in accordance with the Contract Documents. iv. Prepare daily inspection reports, recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, and other pertinent information. v. Interpret Contract Documents in coordination with the City, Contractor, and PSOMAS. vi. Resolve questions which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. vii. Support the Contractor's communication and responsibilities to answer questions from property owners and the general public as needed. viii. Monitor compliance of approved permits per the project specifications, if applicable. ix. Prepare field records and documents to ensure the Project is administered in accordance with the plans and specifications. x. Collect and calculate delivery tickets and scaleman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified (Construction Manual 10-2). xi. Attend and actively participate in regular on -site weekly construction meetings. City of Tukwila PSOMAS 2025 Annual Overlay Page 9 of 12 February 2025 116 xii. Take digital photographs during the course of construction, and record locations. Assumptions: • Consultant will provide observation services for the days/hours that the contractor's personnel are on -site. • Assumption is Client's Contractor shall work normal 40-hour work weeks. For this project the "normal" work week may occur at night. Psomas does not differentiate day shift from night shift. However, if the City's Contractor works a double shift (both day and night) within a single 24-hour period this will constitute two working days. Consultant's hours for inspection are based on one shift for number of working days allowed per Contract. • Assumption is if Contractor is working at multiple sites within the City of Tukwila, the Consultant will split their time at the multiple locations and prioritize what location to be at for observation. • The Consultant's monitoring of the construction contractor's activities is to ascertain whether they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non -conforming work, and pursue the other remedies in the interests of the client, as detailed in the Contract Documents. Deliverables: • Daily Construction Reports with project photos. • Field Note Records for all field -measurable pay items. • Review material test reports for compliance. TASK 9- Project Closeout 9.1 Closeout Office Support: Consultant shall assist with generation of closeout documentation and pursuit of successful project final completion, as detailed below: a. Substantial Completion Letter: Following full and unrestricted use of the project status being obtained by the Contractor and agreed to by the City, Consultant shall draft Substantial Completion Letter on City letterhead, for issuance to Contractor. b. Physical Completion Letter: Following completion of all punch list work verified by the Consultant and any stakeholders required the Consultant shall prepare physical completion letter to the Contractor and the City shall issue the final contract voucher. c. Final Pay Estimate: Consultant shall prepare final payment estimate, along with any final quantity adjustments needed to existing bid items, for issuance to Contractor, in conjunction with the final contract voucher, issued by the City. City of Tukwila PSOMAS 2025 Annual Overlay Page 10 of 12 February 2025 117 d. Closeout Inspection and Punchlist: Consultant shall assist in a punchlist walkthrough with Contractor, City staff, and any other necessary agencies for the purposes of developing a final project punchlist. The Consultant shall assemble walkthrough comments and provide the preliminary list to the City for concurrence, prior to issuing the list to the Contractor. On notification of completion of the punchlist, Consultant shall perform a final walkthrough to confirm satisfactory completion of all items on the list and shall note any remaining discrepancies. Subsequent project walkthroughs are beyond the scope of this agreement, but will be accommodated should the request be made by the City, and sufficient remaining budget allows. e. Certified Payroll Closeout: Consultant shall attempt to ensure that all certified payrolls and affidavits of wages paid are current and complete at the time of project physical completion. This will include regular checks of the L&I portal and frequent reminders to the Contractor to provide any missing information in a timely manner. As the task of gathering the final documentation from Contractors and their Subcontractors can sometimes be an extended process, outside the control of the City or Consultant, after 8 weeks post -physical completion, the Consultant shall perform a final status update of the CP tracking log, along with memos to file of any missing documentation, and shall hand off the remaining verification process to the Client. f. Prepare Documentation to Deliver to City: Consultant shall perform QA/QC on all project documentation deliverables as outlined in Task 4.1, as well as any documentation generated in the course of completion of Task 5, and shall transfer all project documents to the City for permanent storage. • Substantial Completion Letter • Physical Completion Letter • Final Payment Invoice • Project Punchlist • Final Project Documents Additional Services The City may require additional services of the Consultant in order to advance all or portions of the project. This work may include items identified in the current task authorizations as well as other items, which may include, but are not limited to the following: • Planning of future City Street overlay candidates • Permitting or environmental studies • Additional design services • Right of Way services City of Tukwila PSOMAS 2025 Annual Overlay Page 11 of 12 February 2025 118 These services will be authorized under a future contract supplement if necessary. At he time these services are required, the Consultant shall provide a detailed scope of work and an estimate of the costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. City of Tukwila PSOMAS 2025 Annual Overlay Page 12 of 12 February 2025 119 EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS Client: Project Name: Psomas Project Number: Date: City of Tukwila 2025 Annual Overlay 9XXX0X0X00 2/10/2025 PSOMAS Task No. Task Description Labor Hour Estimate Total Hours and Labor Cost Computations by Task Principal Project Engineer II Design Engineer II Design Engineer III Engineering Technician Senior CAD Technician Survey Crew II (W/Equip) Field Surveyor III Senior Transportation Planner Transportation Planner Senior Construction Manager Senior Resident Engineer Construction Observer III Document Control Specialist III Senior Admin $110.00 $65.13 $48.87 $55.29 $40.00 $50.00 $94.00 $53.56 $70.70 $42.43 $89.50 $65.15 $49.10 $53.50 $50.00 Hours Totals Task 1- Project Management 1.1 Project Management 8 20 20 8 8 64 $ 4,116.40 1.2 WSDOT Coordination 8 12 16 12 8 56 $ 3,756.00 0 $ - Task Total 16 32 0 36 0 0 0 0 0 0 0 12 0 16 8 120 $ 7,872.40 Task 2 - Survey and Basemapping 2.1 Survey and Basemapping 40 20 16 16 92 $ 5,315.76 0 $ - Task Total 0 0 40 0 0 20 16 16 0 0 0 0 0 0 0 92 $ 5,315.76 Task 3 - Preliminary and Final Design 3.1 Update Complete Traffic Calming Memorandum 8 8 32 48 96 $ 5,262.40 3.2 30% Plans 40 80 40 60 220 $ 11,726.40 3.3 30% Cost Estimate 20 40 20 80 $ 4,363.20 3.4 90% Plans 8 40 80 60 16 204 $ 12,144.20 3.5 90% Cost Estimate 40 30 40 110 $ 6,282.90 3.6 90% Special Provisions 16 80 40 136 $ 7,065.28 3.7 Final Contract Documents 8 20 40 32 100 $ 5,674.20 0 $ - Task Total 16 184 230 288 72 60 0 0 32 48 16 0 0 0 0 946 $ 52,518.58 Task 4 - Bid Period Services 4.1 Bid Assistance 2 8 4 2 16 32 $ 1,997.20 0 $ - Task Total 2 8 0 4 0 0 0 0 0 0 2 0 0 16 0 32 $ 1,997.20 120 Task 5 - Construction Administration Management 5.1 Project Management 4 20 4 28 $ 2,250.52 5.2 Monthly Progress Reports 8 8 $ 400.00 0 $ - Task Total 0 4 0 0 0 0 0 0 0 0 20 0 0 0 12 36 $ 2,650.52 Task 6 - Pre -Construction Services 6.1 Admin up to NTP 2 30 20 30 82 $ 4,720.50 0 $ - Task Total 0 0 0 0 0 0 0 0 0 0 2 30 20 30 0 82 $ 4,720.50 Task 7 - Construction Office Support 7.1 Construction Management Office Support 8 14 20 200 200 442 $ 27,311.82 7.2 Certified Payroll 28 28 $ 1,400.00 0 $ - Task Total 8 14 0 0 0 0 0 0 0 0 20 200 0 200 28 470 $ 28,711.82 Task 8 - Construction Observation 8.1 Construction Observation 500 500 $ 24,550.00 0 $ - Task Total 0 0 0 0 0 0 0 0 0 0 0 0 500 0 0 500 $ 24,550.00 Task 9 - Project Closeout 9.1 Closeout Support 8 50 20 60 138 $ 8,165.50 0 $ - Task Total 0 0 0 0 0 0 0 0 0 0 8 50 20 60 0 138 $ 8,165.50 Total Labor Hours and Fee 42 242 270 328 72 80 16 16 32 48 60 242 20 262 48 1,778 $ 136,502.28 ICR Overhead @ 174.17% = $ 237,746.02 Fixed Fee @ 30% = $ 40,950.68 Total Psomas (DL + OH + Fixed Fee) = $ 415,198.99 Subconsultants Materials Testing (HWA) $ 50,000.00 Subtotal $ 50,000.00 Total Subconsultant Expense $ 50,000.00 Reimbursable Direct Non -Salary Costs Mileage at current IRS rate $ 1,500.00 Reproduction Allowance $ 500.00 Total Reimbursable Expense $ 2,000.00 Management Reserve $ 20,000.00 121 Thomas McLeod, Mayor City of Tukwila Public Works Department - Pete Mayer, Interim Director IP Tukwila w`Cammunity Cer}te Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 122 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Peter Mayer, Interim Public Works Director BY: Adam Cox P.E, Interim Traffic Engineer CC: Mayor Thomas McLeod DATE: February 21, 2025 SUBJECT: Consultant Selection for Major Pavement Overlay and Repairs on South Boeing Access Road ISSUE Approve a contract with Psomas to provide preliminary and final design services for the South Boeing Access Road Overlay Project in the amount of $ 563,983.14 BACKGROUND The project will replace the wearing course on the portion of S Boeing Access Rd that crosses over Interstate 5 (1-5) and BNSF tracks, which is deteriorating because of its age, heavy vehicle traffic, and high traffic volumes. Project work may also include replacing traffic sensing loops, ADA ramps, and pedestrian push buttons that do not meet current ADA requirements. The project limits extend from the signalized intersection at East Marginal Way (not including the intersection) to the west side of the signalized intersection at Martin Luther King Jr Way S (not including the intersection) and is approximately 0.56 roadway miles long. In addition to design services, project scope will include survey and base mapping, stormwater analysis and management, support during initial construction administration, and public outreach support. DISCUSSION City staff advertised engineering services for the project in November 2024 and received one Statement of Qualification from Psomas. City staff interviewed Psomas in December and determined that Psomas staff meet project requirements and the City's objectives. FINANCIAL IMPACT The City has been awarded a WSDOT National Highway System Asset Management Grant in the amount of $564,000 for the Preliminary Engineering Phase. The grant does not require a local City match. Contract NHS Asset Mgmt. Grant Budgeted CIP (104) Psomas Design Contract $563,983.14 $564,000 $10,000 RECOMMENDATION Council is being asked to approve a consultant agreement with Psomas, in the amount of $563,983.14 to provide preliminary and final design services for the South Boeing Access Overlay Project, and to consider this item on the Consent Agenda at the March 3, 2025 Regular Meeting. Attachment: CIP Page Preliminary Engineering Fund Authorization Map of roadway 123 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: Boeing Access Road Overlay Project # 82510402 Project Manager David Baus Department Arterial Streets DESCRIPTION: Grind and overlay roadway, replace concrete overlay of bridge deck over BNSF railway JUSTIFICATION: Existing bridge deck concrete is breaking off making an uneven surface with the potential to cause flying debris. STATUS: Project was awarded full funding by National Highway Performance Program January of 2024 MAINTENANCE IMPACT: N/A COMMENT: Construction must be completed as a single contract and authorized by August 31, 2026. FINANCIAL (in thousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) $ 10 $ 15 $ - $ - $ - $ - $ - $ 25 Design $ 564 $ - $ - $ - $ - $ - $ - $ 564 Construction Mgmt. $ - $ 400 $ - $ - $ - $ - $ - $ 400 Construction $ - $ 2,750 $ - $ - $ - $ - $ - $ 2,750 Contingency $ - $ 274 $ - $ - $ - $ - $ - $ 274 Total Project Costs $ 574 $ 3,439 $ - $ - $ - $ - $ - $ 4,013 Project Funding Awarded Grant $ 564 $ 3,426 $ - $ - $ - $ - $ - $ 3,990 Fund Balance $ 10 $ 13 $ - $ - $ - $ - $ - $ 23 Total Project Funding $ 574 $ 3,439 $ - $ - $ - $ - $ - $ 4,013 124 Washington State W, Department of Transportation September 19, 2024 Mr. Pete Mayer Deputy City Administrator/Interim Public Works Director City of Tukwila 6300 Southcenter Blvd., Suite 100 Tukwila, Washington 98188 City of Tukwila Boeing Access Road NHPP-1380(005) FUND AUTHORIZATION Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdot.wa.gov Dear Mr. Mayer: We have received FHWA fund authorization, effective September 16, 2024, for this project as follows: PHASE Preliminary Engineering TOTAL $564,000 FEDERAL SHARE $564,000 As a condition of authorization, you must show continuous project progress through monthly billings, until your project is complete. Failure to show continuous progress may result in your project becoming inactive per 23 CFR 630.106(a) (5) and subject to de -obligation of all federal funds and agreement closure. Enclosed for your information and file is a fully executed copy of Local Agency Agreement LA11027 between WSDOT and your agency. All costs exceeding those shown on this agreement are the sole responsibility of your agency. Any costs incurred after the Project Agreement End Date shown on the agreement are not eligible for federal reimbursement. In addition, all eligible costs incurred prior to the End Date must be billed within sixty (60) days of the End Date or they are ineligible for federal reimbursement. FHWA requires projects utilizing federal funds for preliminary engineering or right of way to advance to construction. If this project is unable to proceed to construction, any expended federal funds must be repaid. WSDOT authorization to proceed with right of way and/or construction is contingent upon receipt and approval of your environmental documents. You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. Sincerely, st ue- rapc Stephanie Tax Manager, Program Management Local Programs ST:jg:ml Enclosure cc: Seong Kim, Deputy City Engineer, Public Works Department Mehrdad Moini, PE, Northwest Region Local Programs Engineer 125 Interurban Ave S Preservation: East Marginal Way S to S 143rd St Manufacturing/ Industrial Center City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Peter Mayer, Interim Public Works Director BY: Adam Cox P.E, Interim Traffic Engineer CC: Mayor Thomas McLeod DATE: February 21, 2025 SUBJECT: Consultant Selection for Major Pavement Overlay and Repairs on Interurban Avenue South ISSUE Approve a contract with Psomas to provide preliminary and final design services for the Interurban Avenue South Overlay Project in the amount of $649,418.88 BACKGROUND The project will rehabilitate asphalt pavement on Interurban Ave S, required because of heavy vehicle traffic and high traffic volumes. Project work will also replace traffic sensing loops, upgrade video detection equipment, and replace ADA ramps and pedestrian push buttons that do not meet current ADA requirements. The project limits extend from approximately 100' south of East Marginal way S to 100' north of S 143rd St. and include approximately 2.25 miles of roadway, including 9 signalized intersections, 10 unsignalized intersections and numerous driveway approaches. In addition to design services, project effort will include survey and base mapping, stormwater analysis and management, support during initial construction administration, and public outreach support. DISCUSSION City staff received statements of qualification from several engineering consulting firms who responded to the City's Request for Qualifications. The qualifications of each of these firms were evaluated, and Psomas was selected as the firm that best meets project requirements and City objectives. FINANCIAL IMPACT The City has been awarded a WSDOT National Highway System Asset Management Grant in the amount of $661,386 for the Preliminary Engineering Phase. The grant does not require a local City match. Psomas Design Contract Contract NHS Asset Mqmt Grant $649,418.88 $661,386 RECOMMENDATION Council is being asked to approve a consultant agreement with Psomas in the amount of $649,418.88 to provide preliminary and final design services for the Interurban Avenue South Overlay Project, and to consider this item on the Consent Agenda at the March 3, 2025 Regular Meeting. Attachment: CIP Page WSDOT Asset Management Award Letters Map of roadway 127 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: Interurban Avenue S Overlay Project # 82510403 Project Manager David Baus Department Arterial Streets DESCRIPTION: Complete pavement repairs, overlay, and curb and gutter repair JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. STATUS: Project was awarded full funding by National Highway Performance Program January of 2024 MAINTENANCE IMPACT: -1,300 Man Hours not needed to fill in potholes/crack sealing COMMENT: Construction must be completed as a single contract and authorized by August 31, 2026. FINANCIAL (in thousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) $ - $ 50 $ 50 $ - $ - $ - $ - $ 100 Design $ - $ 397 $ - $ - $ - $ - $ - $ 397 Construction Mgmt. $ - $ - $ 545 $ - $ - $ - $ - $ 545 Construction $ - $ - $ 3,650 $ - $ - $ - $ - $ 3,650 Contingency $ - $ - $ 365 $ - $ - $ - $ - $ 365 Total Project Costs $ - $ 447 $ 4,610 $ - $ - $ - $ - $ 5,057 Project Funding Awarded Grant $ - $ 397 $ 4,561 $ - $ - $ - $ - $ 4,958 Fund Balance $ - $ 50 $ 49 $ - $ - $ - $ - $ 99 Total Project Funding $ - $ 447 $ 4,610 $ - $ - $ - $ - $ 5,057 128 Washington State VINik , Department of Transportation January 10, 2024 Mr. Hari Ponnekanti, P.E. Public Works Director City of Tukwila 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 Transportation Building 310 Maple Park Avenue S.E. P.D. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdot.wa.gov RE: Interurban Ave S. 2023 National Highway System (NHS) Asset Management Program Federal Funding Dear Mr. Ponnekanti• WSDOT is pleased to advise you that the above -mentioned project was selected to receive funding through the 2023 NHS Asset Management program. The federal funding is limited as shown below: Interurban Ave S. $4,958,000 Scope: Pavement repairs, overlay, and curb and gutter repair. NOTE: Funding provided requires the local match as detailed in your project application. If no local match was identified, federal funds are available at 100%, for all eligible federal expenditures. Construction must be completed as a single contract and authorized by August 31, 2026, or funds may be reprogrammed to other projects. Scope changes are not allowed. To meet state and federal requirements, the following are required: • Project expenditures incurred before receiving notice from Local Programs of federal fund authorization are not eligible for reimbursement. • Please refer to the Local Programs webpage for detailed information, including: (http://www.wsdot.wa.gov/localprograms) ✓ Local Agency Guidelines (LAG) manual for the requirements regarding programming, authorization, reimbursement, etc.; ✓ Projects utilizing federal funds must be included in your current Transportation Improvement Program (TIP) as a complete programmed project. Once your TIP amendment is approved, WSDOT will amend the Statewide Transportation Improvement Program (STIP); ✓ Funding and billing forms; 129 Mr. Hari Ponnekanti, P.E. City of Tukwila January 10, 2024 ✓ Local Project Report is required to be completed by the end of June and December each year. To access the database you will need an account name and password. Your account name is Tukwila and your password is Tukwi785. The password is case sensitive. • If the project is not actively pursued, or becomes inactive (23 CFR 630), the project is at risk of being cancelled, funds repaid and reprogrammed. • FHWA requires that all projects are ADA compliant upon completion or the federal funds must be repaid. As a reminder, Local Programs requires all agencies to submit monthly progress billings to ensure timely reimbursement of eligible federal expenditures. For assistance, please contact your Region Local Programs Engineer, Mehrdad Moini at 206.440.4734 or Mehrdad.Moini@wsdot.wa.gov. Sincerely, ,q--- Jay Drye, PE Director Local Programs JD:st:cdm cc: Kelly McGourty, Transportation Director, PSRC Mehrdad Moini, Northwest Region Local Programs Engineer 130 North Tukwila Manufacturing/ Industrial Center Interurban Ave S Preservation: East Marginal Way S to S 143rd St *Tukwila Elementar WEST / 6' 75' idewalk buffer 13.5' west roadside 11' , travel lane 11' , travel lane INTERURBAN AVE S Typical Section + 12' turn lane 11' travel lane 11' , travel lane 59' roadway 1= 12.5' buffer 8' , trail 20.5' east roadside / EAST 132 City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Peter Mayer, Interim Public Works Director BY: Adam Cox P.E, Interim Traffic Engineer CC: Mayor Thomas McLeod DATE: February 21, 2025 SUBJECT: Consultant Selection for Major Pavement Overlay and Repairs on Orillia Road South ISSUE Approve a contract with SCJ Alliance to provide preliminary and final design services for the Orillia Road South Overlay Project in the amount of $125,935.27. BACKGROUND The project will replace the wearing course on the portion of Orillia Rd S between S 188th St and S 204th St, a .75-mile arterial that connects to several major roadways including 1-5 and S 212th St. The project will also upgrade pedestrian crossings and replace ADA ramps that do not meet current ADA requirements. In addition to engineering design services, tasks included in the project scope include surveying the location and condition of existing facilities, utility locate, environmental permitting required by the National Environmental Policy Act, preparing a cultural resources assessment, and project management. DISCUSSION City staff received statements of qualification from several engineering consulting firms who responded to the City's Request for consultant qualifications. The statement of qualifications of each of these firms was evaluated, and SCJ Alliance was selected as the firm that best meets project requirements and City objectives. FINANCIAL IMPACT The City has been awarded a WSDOT National Highway System Asset Management Grant in the amount of $125,935.27 for the Preliminary Engineering Phase of the Project. The grant does not require a local City match. Contract NHS Asset Mgmt Grant CIP Budget (104 Fund) SCJ Design Contract $125,935.27 $105,000 $20,000 RECOMMENDATION Council is being asked to approve a consultant agreement with SCJ Alliance, in the amount of $125,935.27 to provide preliminary and final design services for the Orillia Road South Overlay Project, and to consider this item on the Consent Agenda at the March 3, 2025 Regular Meeting. Attachment: CIP Page WSDOT Asset Management Preliminary Engineering Fund Authorization Map of roadways 133 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: Orillia Road South Overlay Project # 82510404 Project Manager David Baus Department Arterial Streets DESCRIPTION: Complete pavement repairs, overlay, and curb and gutter, sidewalk, and guardrail repair JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. STATUS: Project was awarded full funding by National Highway Performance Program January of 2024 MAINTENANCE IMPACT: -520 Man Hours for pothole repair/crack sealing COMMENT: Construction must be completed as a single contract and authorized by August 31, 2026. FINANCIAL (in thousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) $ 20 $ 20 $ - $ - $ - $ - $ - $ 40 Design $ 105 $ - $ - $ - $ - $ - $ - $ 105 Construction Mgmt. $ - $ 170 $ - $ - $ - $ - $ - $ 170 Construction $ - $ 939 $ - $ - $ - $ - $ - $ 939 Contingency $ - $ 95 $ - $ - $ - $ - $ - $ 95 Total Project Costs $ 125 $ 1,224 $ - $ - $ - $ - $ - $ 1,349 Project Funding Awarded Grant $ 105 $ 1,204 $ - $ - $ - $ - $ - $ 1,309 Fund Balance $ 20 $ 20 $ - $ - $ - $ - $ - $ 40 Total Project Funding $ 125 $ 1,224 $ - $ - $ - $ - $ - $ 1,349 134 Washington State W, Department of Transportation September 19, 2024 Mr. Pete Mayer Deputy City Administrator/Interim Public Works Director City of Tukwila 6300 Southcenter Blvd., Suite 100 Tukwila, Washington 98188 City of Tukwila Orillia Rd South NHPP-1230(007) FUND AUTHORIZATION Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdot.wa.gov Dear Mr. Mayer: We have received FHWA fund authorization, effective September 16, 2024, for this project as follows: PHASE Preliminary Engineering TOTAL $105,000 FEDERAL SHARE $105,000 As a condition of authorization, you must show continuous project progress through monthly billings, until your project is complete. Failure to show continuous progress may result in your project becoming inactive per 23 CFR 630.106(a) (5) and subject to de -obligation of all federal funds and agreement closure. Enclosed for your information and file is a fully executed copy of Local Agency Agreement LA11024 between WSDOT and your agency. All costs exceeding those shown on this agreement are the sole responsibility of your agency. Any costs incurred after the Project Agreement End Date shown on the agreement are not eligible for federal reimbursement. In addition, all eligible costs incurred prior to the End Date must be billed within sixty (60) days of the End Date or they are ineligible for federal reimbursement. FHWA requires projects utilizing federal funds for preliminary engineering or right of way to advance to construction. If this project is unable to proceed to construction, any expended federal funds must be repaid. WSDOT authorization to proceed with right of way and/or construction is contingent upon receipt and approval of your environmental documents. You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. Sincerely, Sty tuu e- m.x Stephanie Tax Manager, Program Management Local Programs ST:jg:ml Enclosure cc: Seong Kim, Deputy City Engineer, Public Works Department Mehrdad Moini, PE, Northwest Region Local Programs Engineer 135 SeaTac nternationa ' Air ort Angle Lake Orillia Road S Preservation: S 188th St to S 204th St S 212th St City of Tukwila Thomas McLeod, Mayor Public Works Department - Pete Mayer, Interim Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Pete Mayer, Interim Public Works Director BY: Adam Cox, Transportation Program Manager CC: Mayor Thomas McLeod DATE: February 21, 2025 SUBJECT: 42"d Ave South Bridge Replacement Project- Supplement Agreement No. 5 Project No. 91810404 Contract No. 20-116, Supplement No. 5 ISSUE Approve Supplemental Agreement No. 5, Contract No. 20-116 with David Evans and Associates, Inc. (DEA) for the 42nd Avenue South Bridge Replacement Project. BACKGROUND In September 2024, Tukwila's consultant informed the City that a supplement would be needed to account for the remaining design/permitting work in the amount of $1,386,694.00. The project has faced several unexpected hurdles including permitting delays, navigating culturally sensitive areas, utility coordination, and accounting for complex site conditions. These hurdles have resulted in additional coordination, consultation, and costs. In August 2024, TranTech, LLC., the designer of record for the 42nd Ave S Bridge, announced they were being acquired by David Evans & Associates, Inc. Project staff were informed the indirect cost recovery (ICR) rate would increase once the merger occurred, and the City is now processing the supplement to include this change. Since there is still a balance in the budget for the existing contract, work has continued to date. ANALYSIS This supplement will cover the remaining design and permitting work. Demolition of the existing bridge is scheduled to begin in Spring 2027, and we expect the new bridge to be open to the public in late 2029. Final design and permitting of the 42nd Ave S Bridge have been delayed, resulting in delayed construction. Some of the delays are a result of design timeline extensions, unexpected geological conditions, complex environmental, historical, and cultural requirements, 2-D hydrology analysis requirement, customized architectural components, the discovery of different utility conditions and associated coordination, navigating challenging constructability conditions, in -water work window constraints, and more associated civil/ stormwater and structural design, including additional walls and utility bridge requirements. In sum, this project has faced many hurdles, primarily related to permitting delays and culturally sensitive areas, requiring additional coordination with the Washington State Department of Transportation, the Department of Archeological and Historic Preservation, the Washington Department of Fish and Wildlife, the Washington Department of Natural Resources, and Tribes, among others. The 42nd Ave S Bridge replacement project is currently at 90% Plans and Estimate. Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 137 42nd Ave S Bridge Replacement Project — Supplement Agreement No. 5 February 21, 2025 Page 2 FISCAL IMPACT The contract for Supplement Agreement No. 5 is to bring the 90% Plan and Estimate (P&E) to 100% Plans Specs & Estimate design in the amount of $1,386,694. The City is using funding from our Move Ahead Washington (MAWA) grant to cover the Supplement Number 5 costs. Supplement 1 expanded the scope of work from 30% plans and estimate to 100% bid -ready plan set, Supplement 2 provided a time extension, Supplement Number 3 accounted for a change in subconsultant, and Supplement Number 4 accounted for the merge of TranTech, LLC to David Evans and Associates (DEA). DEA's scope of work and cost estimate for Supplement 5 are attached. Contract Estimate Original Contract $1,078,487 Supplement No. 1 $1,528,174 Supplement No. 2 $0 Supplement No. 3 $0 Supplement No. 4 $0 Supplement No. 5 $1,386,694 City Funding Puget Sound Regional Council (PSRC) Grant Move Ahead WA Grant Funding Sources $1,106,661 $1,500,000 $1,386,694 Total $3,993,355 Total $3,993,355 RECOMMENDATION Council is being asked to approve supplemental agreement No. 5 for design services with David Evans and Associates, Inc. in the amount of $1,386,694 for the 42nd Ave S Bridge Replacement Project and consider this item on the Consent Agenda at the March 03, 2025 Regular Meeting. Attachments: 42nd Ave S CIP Page Supplemental Scope of Work and Budget Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 138 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: 42nd Ave S Bridge Replacement Project # 91810404 Project Manager Adam Cox Department Arterial Streets DESCRIPTION: Design and construct a replacement structure for the existing 42nd Ave S Bridge adjacent to the Tukwila Community Center. JUSTIFICATION: The current bridge has been restricted to one lane for southbound traffic due to the bridge being struck by an over height truck. The current through truss bridge is fracture critical, structural deficient, and has lasted longer than its deign life. STATUS: The project is currently in the design phase, with 90% design complete. Project construction is anticipated to begin in early 2027 and be complete by end of 2028. MAINTENANCE IMPACT: Streets crews will be responsible to sweep the bridge and maintain any vegetation that is planted. The City has secured project costs through multiple grants- $1.5M in Surface Transportation Program funding (13.5% COMMENT: match), $12M in Local Bridge Programs funding (no match), and $17M in Move Ahead Washington funding (no match). FINANCIAL (in thousands) 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) $ 100 $ 100 $ 100 $ 50 $ - $ - $ - $ 350 Design $ 200 $ 500 $ 50 $ 50 $ - $ - $ - $ 800 Land (R/W) $ - $ - $ 100 $ - $ - $ - $ - $ 100 Construction Mgmt. $ - $ - $ 1,500 $ 1,500 $ - $ - $ - $ 3,000 Construction $ - $ - $ 15,000 $ 15,000 $ - $ - $ - $ 30,000 Contingency $ - $ - $ 1,000 $ 1,000 $ - $ - $ - $ 2,000 Total Project Costs $ 300 $ 600 $ 17,750 $ 17,600 $ - $ - $ - $ 36,250 Project Funding Awarded Grant $ 200 $ 500 $ 16,500 $ 14,650 $ - $ - $ - $ 31,850 Proposed Grant $ - $ - $ 1,150 $ 2,950 $ - $ - $ - $ 4,100 Fund Balance $ 100 $ 100 $ 100 $ - $ - $ - $ - $ 300 Total Project Funding $ 300 $ 600 $ 17,750 $ 17,600 $ - $ - $ - $ 36,250 139 Supplement No. 5 - Prime Consultant Cost Computations Summary City of Tukwila 42nd Ave S Bridge Replacement DEA TEAM BUDGET BREAKDOWN `�I I • • :a:i:i: I:. ; ;i TranTech $ 803,573 1 Alliance $ 13,785 Facet $ 90,871 HWA Geosciences Landau $ 79,922 $ 104,062 Ott -Sakai $ 59,680 Transpo $ 53,084 Natural Waters $ 55,654 TOTAL PROJECT BUDGET $ 1,260,631 MANAGEMENT RESERVE (MR) @ 10% $ 126,063 TOTAL PROJECT BUDGET + MR $ 1,386,694 140 City of Tukwila 42nd Ave S Bridge Replacement Supplement No. 5 — Exhibit A Scope of Work CITY OF TUKWILA 42ND AVE S BRIDGE REPLACEMENT INTRODUCTION Under the 42nd Ave S Bridge Replacement project, the City of Tukwila (City) has requested that David Evans & Associates' team (Consultant) prepare a supplement to provide professional services to perform work not included within the original Scope of Services and Construction Phase Engineering and Construction Management Services. Additional design phase services are provided by Consultant and Consultant's team members, [geotechnical, environmental, hydraulics, bridge aesthetics and landscape architecture, traffic engineering, and constructability], under Work Elements 1, 2, 3, 4, 5, 6, 7, 8, 10 and 12 of Supplement 4 of the contract. Work elements consisted of additional project management, additional survey, geotechnical, environmental, aesthetics, utility coordination, traffic signal, civil and structural design services. These additional services are necessary as the result of design timeline extensions, more challenging than expected geological conditions, complex environmental, historical, and community requirements, 2-D hydrology analysis requirement, customized architectural components, the discovery of different utility conditions and associated coordination, challenging constructability conditions, and more associated civil/ storm and structural design, including additional walls and utility bridge requirements. These design revisions require additional coordination and preparation of 90%, 100%, and Bid -Ready plans, estimates, and specifications for an additional submittal, additional plan, estimate, and specifications. In the following, the additional scope of work is described in further detail. ADDITIONAL DESIGN PHASE SCOPE OF SERVICES The additional Scope of Services described below are the work elements to be accomplished by the Consultant as summarized under each Task. This scope consists of the following elements: (The task numbers below correspond to the original Scope of Services) Page I 1 141 City of Tukwila 42nd Ave S Bridge Replacement Work Element 1 — Work Element 2 — Work Element 3 — Work Element 4 — Work Element 5 — Work Element 6 — Work Element 7 — (Supplemented) Work Element 8 — Work Element 10 Work Element 12 Project Management (Supplemented) Surveying and Right -Of -Way (Supplemented) Geotechnical Engineering (Supplemented) Environmental Permitting (Supplemented) Bridge Aesthetics and Landscape Architecture (Supplemented) Utility Coordination (Supplemented) Constructability Review, Construction Schedule & Estimation Traffic Control and Traffic Signal (Supplemented) — Hydraulics and Hydrology (Supplemented) — PS&E (Supplemented) The extra services are identified in the detailed Scope of Services below. SCOPE OF SERVICES DEFINED Task 1— Project Management (Supplemented) This task includes project administration, meeting coordination, and design team management. Work Elements: • Consultant Team Meetings — approximately ninety-six (96) additional team meetings are assumed for the additional design services. • Monthly Progress Reports and Invoicing — approximately forty-eight (48) progress reports containing a narrative that identifies and describes significant activities performed in the previous month. • Design Team Management — below is a list of continued tasks to be provided for the duration of the additional design: o Schedule and coordinate with the design team. o Prepare sub -consultant agreements, coordinate, budget, and review the project progress and submittals. o Monitor project budget. o Maintain regular informal contact telephone discussions and electronic mail. Deliverables: • Progress reports • Monthly invoices • Project schedule Page 12 142 City of Tukwila 42nd Ave S Bridge Replacement WORK ELEMENT 2 SURVEYING AND RIGHT-OF-WAY (Supplemented) This Work Element is performed by 1 Alliance to provide survey control for bathymetry, done by others, for the purpose of updating the existing basemap to include the Duwamish River for design purposes. Please see Exhibit A, Surveying Limits. Surveying 2.1 Survey PM, Admin, QA/QC This task includes the survey project management, administrative duties, and quality control required for a project of this complexity and magnitude. 2.2 Survey Control This task includes the establishment of survey control, or the recovery of existing survey control, as required for the project. Survey control will be set, found, or referenced utilizing Real Time Kinematic (RTK) GPS (GNSS) and the Washington State Reference Network (WSRN) in conformance with industry standards. This survey control is then propagated, as required, utilizing standard terrestrial total station measurements. 2.2.1. Geodetic Survey Control • Survey work shall reference the Washington State Plane Coordinate System of 1983 as established in accordance with Chapter 58.20 Revised Code of Washington. • Vertical Datum shall reference the North American Vertical Datum of 1988 (NAVD88). 2.3 Field Mapping This task includes the field surveying and mapping required for this specific effort. 1 Alliance will survey using traditional Total Station and GPS technologies to collect the data for use in the creation of a basemap. All found features will be located withing the mapping limits. Trees greater than 6" DBH and/or landscaped trees will be located and will be identified as either evergreen or deciduous. Mapping will extend across the full width of the existing Right -of -Way. Please see Exhibit A, Surveying Limits, for specific mapping limits 2.4 Utility Surveying Surface Observable utilities will be located as found within the surveying limits. Measure Downs for sewer manholes, catch basins and storm drain manholes with pipe size, material, direction, and invert elevations will be obtained, if possible, at each structure. Nearest drainage structure outside the mapping limits will also be collected. The lowest line of overhead utilities to be located on the pole face and, if possible, a point in or near the middle. Underground Conductible Utility Locates will be mapped. 2.5 Office Processing This task includes the office processing of the collected survey data, data extraction, field book note reductions, CADD drafting, and other duties required for the generation of the deliverable(s). Page 13 143 City of Tukwila 42nd Ave S Bridge Replacement Assumptions: • Rights -of -Entry will be provided by the AGENCY. • Traffic control, if required, will be a uniformed officer and billed as an invoiced ODC. • Tree Tags, driplines/canopies are not a part of the scope services. • Setting of property corners is not a part of the scope of services. • A record of Survey is not a part of the scope of services. • Right -of -Way and boundary resolution is not a part of the scope of services. • A private utility locating firm will be utilized by 1 Alliance. This will include Ground Penetrating Radar (GPR). Deliverables: Updated topographic Survey with 1-foot contour intervals (electronic copy). Updated AutoCAD Surfaces (DTM Files) (electronic copy). ASCII file of control points, if requested. Page I4 144 City of Tukwila 42nd Ave S Bridge Replacement WORK ELEMENT 3 GEOTECHNICAL ENGINEERING (Supplemented) This Work Element, performed by HWA Geosciences Inc. (HWA) is supplemented to provide geotechnical engineering services. Supplemental Geotechnical Investigation HWA will conduct a supplemental geotechnical field investigation program. The following tasks will be included in the program: • Develop a Geotechnical Subsurface Exploration Plan that identifies the type, location, and extent of proposed field explorations. This plan will also be used to assist in development of traffic control plans. • Prior to beginning the field exploration program, HWA will mark the proposed exploration locations and arrange for public utility locates using the Washington State Utility Notification Center. • Because explorations will be located within the travel lanes or shoulders of publicly owned streets, HWA will coordinate with the City of Tukwila to obtain right-of-way/traffic control permits. HWA will coordinate a traffic control subcontractor to provide appropriate traffic control personnel and devices when working within public right-of-way. • HWA will complete four exploratory cone penetrometer test (CPT) soundings to provide supplemental information for use in evaluating lateral loads and design of ground improvement (by contractor). Two CPT soundings will be located near the north bridge approach and two CPT soundings will be located near the south bridge approach. CPT soundings will be completed by a CPT contractor under subcontract to HWA. HWA's subcontractor will provide a report summarizing the results of the CPT soundings. • Upon completion, CPT soundings will be backfilled in accordance with Department of Ecology requirements and pavement surfaces will be patched with fast -setting concrete. Supplemental Geotechnical Engineering Analyses and Reporting Information from HWA's field investigations, and those previously completed by Landau will be analyzed by a geotechnical engineer from HWA to develop geotechnical engineering conclusions, recommendations, and specifications for design and construction of the proposed improvements. HWA will also discuss the potential need for DSM near Piers 1 and 2 after attempting to refine the lateral earth pressures near the south bridge abutment. HWA's field explorations, engineering analyses, and geotechnical conclusions and recommendations will be summarized in a draft geotechnical report. The draft geotechnical report will include the following: Page 15 145 City of Tukwila 42nd Ave S Bridge Replacement A site vicinity map and site plans identifying the approximate locations of the explorations completed by HWA and Landau. The report, prepared by HWA's subcontractor, documenting the results of the CPT soundings. Logs of explorations and laboratory testing previously completed by Landau. A cross section along the bridge alignment that shows the anticipated geologic conditions under and along the banks of the river. A discussion of near surface soil and groundwater conditions observed along the project alignment. An evaluation of the liquefaction and lateral spreading hazards along the project alignment. Seismic design criteria in accordance with the American Association of State Highway and Transportation Officials (AASHTO) LRFD Bridge Design Specifications. Geotechnical recommendations for the design of deep foundations for the proposed replacement bridge as well as temporary foundation support for the existing bridge, which will be used as a temporary bridge during construction of the replacement bridge. The recommendations will include estimates of the following: tip elevation, axial resistance, downdrag loads and loss of side resistance during seismic loading, uplift resistance, lateral shaft analysis, and construction considerations. Lateral earth pressure criteria for design of proposed bridge abutment walls and permanent retaining walls, including equivalent fluid densities for the active, at -rest, and passive states of stress. Updated recommendations related to earth pressures acting on retaining walls and bridge piers that will retain DSM-improved soil. Updated lateral spreading loads acting on Pier 1, developed using limit equilibrium analyses. If needed, recommendations related to the potential for ground improvement near the location of Pier 1, should the limit equilibrium analysis indicate that further reduction of lateral loads are required. Recommendations related to mechanically stabilized earth (MSE) walls along the Green River Trail, which crosses beneath the southernmost bridge span. Recommendations related to stormwater infiltration along the project alignment. Recommendations related to design of flexible pavements. Recommendations for design and construction of signal standard foundations at the intersection of S 115th St and E Marginal Way S. Recommendations for shallow foundation support, including subgrade preparation, allowable soil bearing pressures, estimates of settlement, and soil parameters for lateral load resistance (for use during design of proposed gateway structure). Page 16 146 City of Tukwila 42nd Ave S Bridge Replacement Recommendations for monitoring and testing during construction. An appendix containing recommended specifications for construction of DSM ground improvement at the north bridge approach. After receipt and review of consolidated review comments from the design team, a stamped final geotechnical report will be prepared. ASSUMPTIONS HWA made the following assumptions when preparing this scope of services and cost estimate: All field tasks will be performed within or adjacent to City right-of-way. The City will issue HWA a no cost right-of-way permit. If it is necessary to perform field tasks outside of City right-of-way, access permission will be obtained by others at no cost to HWA. Due to the significance of 42nd Avenue S for freight traffic, it has been assumed that the proposed CPT soundings will need to be completed as night work on weekdays. HWA has assumed at least 8 hours per night will be available for on -street work. The geotechnical field investigation will be completed under one mobilization. The project area is assumed to be free of contamination. Traffic control and flagging, in the form of a temporary 1-lane closure, will be required for the proposed CPT soundings. HWA will be responsible for preparing Traffic Control Plans (TCP). TCPs will be developed in accordance with WSDOT standard TCPs. TCPs will be submitted to the City of Tukwila for approval and permitting. Traffic control will require closing the 42nd Avenue South bridge for one night. Due to proximity to the signalized intersection of 42nd Avenue South and Interurban Avenue S, a uniformed police officer will be required during explorations in the vicinity of the south bridge approach. Utility locates, completed via the Washington Utility Locate Center, will be comprehensive and accurate enough to allow for reliable and safe location of CPT soundings. The City of Tukwila will allow the pavement at the CPT sounding locations to be patched with fast -setting concrete. Portland cement concrete pavement is not present below the asphalt concrete pavement at the proposed CPT sounding locations (i.e., no concrete coring will be required). Groundwater levels at the time of the CPT soundings will be estimated based on the CPT information that is collected. Page 1 7 147 City of Tukwila 42nd Ave S Bridge Replacement Upon completion of each CPT sounding, the soundings will be decommissioned in accordance with the requirements of WAC 173-160. Seismic design of the MSE wall proposed along the Green River Trail might not be practical because it will likely be subject to liquefaction and relatively large lateral spreading loads during the design seismic event. As such, it is assumed that seismic design of the proposed MSE wall will not be required. If seismic design is required, an alternative wall type will need to be considered. A budget amendment will be required for evaluation of alternative wall types. If the results of the additional geotechnical analyses proposed herein do not sufficiently reduce the estimated lateral loads on Pier 1, more advanced analysis techniques (e.g., Newmark's sliding block analysis, site response analysis, etc.) could be performed to further refine the estimate of lateral loads. If more advanced analysis techniques are determined to be needed, a budget amendment will be required. It will be feasible to utilize existing geotechnical information contained in HWA's library in developing recommendations for the proposed signal standard foundations. Up to 16 hours has been budgeted for a Senior Geotechnical Engineer to attend virtual meetings with the design team. Page 18 148 City of Tukwila 42nd Ave S Bridge Replacement WORK ELEMENT 4 ENVIRONMENTAL PERMITTING (Supplemented) This Work Element, performed by LAI Associates, Inc., (LAI) is supplemented to provide environmental permitting documentation support for the National Environmental Policy Act (NEPA), the State Environmental Policy Act (SEPA), and local permits/approvals. Federal funding is anticipated to be administered through WSDOT Local Programs. LAI therefore assumes that the WSDOT will be the lead coordinator for NEPA. For the purposes of this Scope of Services, LAI assumes that this project can be authorized under a NEPA Categorical Exclusion (CE). The necessary work elements associated with Environmental Permitting are assumed to be: 4.3 Team and Agency Meetings LAI will assist in scheduling and participate in meetings, as needed, with the AGENCY, Washington State Department of Transportation (WSDOT), US Army Corps of Engineers (USACE), Washington Department of Natural Resources, and Washington Department of Fish & Wildlife (WDFW) to coordinate permit conditions for the project. This task includes bi-weekly team meetings with the City and Consultant team. 4.6 Cultural Resources LAI will obtain the services of a qualified cultural/historic resources subconsultant to support historic resources mitigation in compliance with Section 106 of the National Historic Preservation Act (NHPA). The qualified cultural/historic resources subconsultant will assist in preparing project correspondence regarding proposed Section 106 NHPA mitigation that will be incorporated into a Memorandum of Agreement (MOA) between the City, WSDOT Local Programs, Washington Department of Archaeology and Historic Preservation, and affected Tribes. Upon execution of the MOA, the subconsultant will develop the required mitigation documents. LAI will provide support in revising subconsultant documents for consistency with project application materials and agency coordination.. 4.7 Section 4(f) Documentation If required, LAI will support the City in developing the WSDOT Section 4(f) matrix that will determine the content of an Individual Section 4(f) Review report. The matrix will present an overview of project purpose and need, Section 4(f) resources, and a least harm analysis. Page 9 149 City of Tukwila 42nd Ave S Bridge Replacement Following WSDOT concurrence on the contents of the Section 4(f) matrix, Landau will prepare a Draft Individual Section 4(f) Review report following the WSDOT provided outline to include: • Introduction • Proposed Project • Purpose and Need • Description of 4(f) Properties • Alternatives Analyzed (including No Build) • Avoidance Alternatives • Least Harm • Measures to Minimize Harm • Coordination An electronic -only (MSWord) copy of the draft report will be submitted to Consultant/DEA and the City for review. Based on Consultant/City comments, LAI will revise the draft and prepare a pdf of the draft report for WSDOT review and coordination. LAI will prepare a final report following receipt of comments from WSDOT and consulting agencies. This task includes support with agency coordination to obtain information necessary for project concurrence. 4.12 Bidding Services This task includes effort by LAI to provide support during bidding services and is limited to response to questions regarding permit conditions. Work Element 4 Assumptions: • Team and agency meetings will occur through 2026. • WSDOT Local Programs will prepare the Section 106 NHPA MOA. • The determination on adverse impacts to historic resources has not been confirmed and this task includes a not to exceed fee for mitigation documentation. A supplement may be required upon determination of mitigation required in accordance with the Section 106 NHPA MOA. • Consultant will provide support in providing engineering justification for reasonable and feasible project alternatives. • No more than two project avoidance alternatives will be evaluated. • This task includes support in developing at least two iterations of the Section 4(f) matrix. • The determination on adverse impacts to all Section 4(f) resources in the project area has not been confirmed. This task includes a not to exceed fee for documentation in support of Individual Section 4(f) review. • This task includes a limited not to exceed fee for bidding support. A supplement may be required depending on the extent of support requested during bidding. Page 110 150 City of Tukwila 42nd Ave S Bridge Replacement Work Element 4 Deliverables: • Meeting participation and correspondence. • Section 106 NHPA mitigation documentation • WSDOT Section 4(f) matrix in Excel format. • An electronic -only (MSWord) copy of the draft Individual Section 4(f) Evaluation Report. • An electronic -only (Adobe Acrobat pdf) copy of the draft Individual Section 4(f) Evaluation Report. • An electronic -only (Adobe Acrobat pdf) copy of the final Individual Section 4(f) Evaluation Report. • Bidding services correspondence as requested. Page 111 151 City of Tukwila 42nd Ave S Bridge Replacement WORK ELEMENT 5 BRIDGE AESTHETICS AND LANDSCAPE ARCHITECTURE (Supplemented) This Work Element is performed by Makers Architecture and Urban Design, LLP (MAKERS), and a landscape architect subconsultant, (LAS) and is supplemented to provide Bridge Aesthetics, Landscaping design, Arborist Services, and Gateway Design. The following describes Amendment 04 for this work between CONSULTANT and Facet (formerly DCG/Watershed,) as a landscape architect subconsultant (hereafter referred to as LAS) to Makers Architecture and Urban Design (SUBCONSULTANT). Amendment 04 Scope Summary: Amendment 04 includes services to be completed to advance Bridge Aesthetics and Landscape Architecture, Arborist Services, and Gateway Design to 100% design. The original project rates from 2021 are renegotiated with an anticipated completion of scope in 2026. Scope items remaining from the agreement dated 3/13/2023, which includes 100% plans, specifications, and estimate for Bridge Aesthetics and Landscape Architecture, will be completed per the rates noted in this agreement. Elements included in Amendment 04 include: 1. Updated rates for Work Element 5, Bridge Aesthetics and Landscape Architecture 2. Arborist Services 3. 100% Gateway Design Work Element 5. Bridge Aesthetics and Landscape Architecture Completion of Work Element 5 scope outlined in the agreement dated 3/13/2023 using new negotiated rates. A04.1. Tree Inventory, Impacts Assessment and Reporting a. Inventory all significant trees (per TMC 18.06.775) located within the expanded project (APE) area that were not inventoried as a part of Amendment 2 scope. Trees will be tagged with a 1-1/4" aluminum tag with a unique identification number on the trunk. Attribute information to be collected will include species, general tree health, diameter at breast height (DBH), canopy radius (i.e. drip line) and height. Page 112 152 City of Tukwila 42nd Ave S Bridge Replacement All trees will be visually assessed using current Level 1 ISA standards to evaluate current condition. b. Trees will be identified on an annotated PDF tree sketch and attributes will be provided on a summary table. c. 100% site plans will be reviewed to assess anticipated impacts to individual trees and determine which trees will likely require removal. d. The results of the additional tree inventory and impacts assessment will be included as an update to the arborist report, or as a report addendum, provided as a part of Amendment 2 scope. e. Revise Arborist Report, Tree Retention and Removal Plan, and Tree Replacement Plan per 100% site plan revisions. Assumptions: • Level II or Level III arborist assessment is not included. • Access permission for the subject properties will be obtained by Consultant. • AutoCAD file of the site survey and 100% site plan will be provided to complete tree impacts and removal assessment and preparation of plans. • Final Arborist Report, Tree Retention and Removal Plan, and Tree Replacement Plan are based upon 100% site plan including any plan revisions made in response to draft arborist report. Additional changes to the site plan affecting tree impacts are not included and would be covered under a separate agreement. • The budget assumes one virtual meeting with the staff/Consultant team. Deliverables: • Tree Inventory Map • Tree Inventory Table • Revised Arborist Report or Report Addendum • Tree Retention and Removal Plan • Tree Replacement Plan Page 113 153 City of Tukwila 42nd Ave S Bridge Replacement A04.3. 100% Design for Gateway Feature a. Work up preferred alternative at 100% design level for gateway features. Provide drawings in a format compatible with the engineering documents. (Format provided by the engineering team.) b. Structural design of gateway feature. c. Coordination with electrical engineer on lighting design. d. Attendance at 2 public meeting to present current design to the community. e. Attendance at 1 virtual or in person meeting with the City and Duwamish Tribe to present current design. Assumptions: • All lighting, electrical, or utilities work will be by Consultant. • The budget includes presentation at 2 public meetings organized by others. • The budget includes one virtual or in person meeting with the City and Duwamish Tribe organized by others. • The engineering team will provide LAS with: CAD layouts, templates and numbering to meet the requirements of the final bid document formatting; all background documentation stated above or that could be useful in informing gateway feature design. • Coordination with respective landowners and utility managers regarding location of gateway features shall be handled by Consultant. LAS will locate features as directed by Consultant. Relocation of features during 100% design that results in additional coordination, redesign and/or design modification, and/or revisions to documentation may require additional fee. • Redesign of gateway feature elements based on city, community, landowner, or tribal feedback during 100% design that results in additional coordination, redesign and/or design modification, and/or revisions to documentation may require additional fee. Deliverables: • 100% documents of gateway elements of the project in digital format (CAD) as provided by the engineering team. • Bid -ready, stamped and signed, plans, specification, and estimate in digital format (PDF). Page 114 154 City of Tukwila 42nd Ave S Bridge Replacement Work Element 6 — Utility Coordination (Supplemented) Additional Coordination with Utilities and design and analysis services include: 6.1 Utility Coordination During initial project scoping the AGENCY believed they owned the property between Interurban Ave and the Duwamish River. This property is owned by Seattle City Light (SCL). This made the coordination more time consuming, will require additional meetings beyond the original scope, and more components are included than franchise utilities being within AGENCY owned property and being requested to relocate. We need to follow SCL requirements on their property. With the utilities being on a third party owned property additional coordination was needed. We have had 11 meetings to date, the original scope was for 12, we anticipate about 28 meetings will be needed before the plans are finalized. We have had 7 utility meetings and 4 meetings with Districts and Stakeholders relating to utilities. Additional coordination outside of meetings is also required due to the property ownership. To date there have been over 100 coordination emails and calls between utilities, districts and stakeholders. It is anticipated that at least double this amount will be needed to complete the project. SCL process requires approval through the Seattle City Council, permanent easement changes, temporary easements, approval of the modified Green River Trail configuration, artwork, tree plantings, wall configurations, trail connection to 42nd, illumination, and other design elements will all need to be reviewed by the Council. There will be additional effort required for all of these design elements to have approval for work on SCL property. This will also include approval from various SCL departments such as Electrical Engineering, Real Estate, Environmental Engineering, Vegetation Management, and Technical Engineering divisions at a minimum. The coordination work for the temporary gas and temporary water to be hung from the temporary bridge was assumed to not be part of the CONSULTANT scope. The CONSULTANT will be including specifications to meet the utilities requirements as a performance specification for the Contractor to follow. The pressurized sewer line was not one of the 6 utilities considered in the original scope and is an important element of the design because it is a 96" pressurized sewer serving two entire cities and must be protected during construction. The line runs parallel to Interurban and so it must be crossed with cranes and other construction equipment and loads much be considered. Only the sewer line that crosses under the Duwamish was a known utility when design began. Page 115 155 City of Tukwila 42nd Ave S Bridge Replacement WORK ELEMENT 7 CONSTRUCTABILITY REVIEW, CONSTRUCTION SCHEDULE AND ESTIMATION (Supplemented): This work element is performed by Ott -Sakai Construction Consultants (OS), to provide constructability review, construction schedule, and construction estimation services, and is supplemented as follows. The constructability had more challenges than originally envisioned like staging areas and major utilities on the south end of the project; erection of the long girders, and north side soil conditions. The work element includes the following activities: 7.3 Constructability Review and Cost Estimation 90% and Pre Ad -ready - Supplemented OS will provide Constructability Review, Construction Schedule and Cost Estimation of the design team's prepared Plans, Specifications & Estimate (PS&E) package at 90% and pre -Ad -ready design levels. 7.4 Project Management / Meeting Participation This sub task includes OS's project management with CONSULTANT, various administrative duties, and quality control. OS will participate in internal meetings with the design team for consultation during design of the project. Deliverables: • Constructability Review, Construction Schedule and Cost Estimation for supplemented 90% and pre -Ad -ready PS&E Levels Page 116 156 City of Tukwila 42nd Ave S Bridge Replacement WORK ELEMENT 8 - TRAFFIC CONTROL AND TRAFFIC SIGNAL (Supplemented): This work element is performed by Transpo Group, Inc. (TRANSPO) to provide traffic control, detour, and traffic signal plans for the Contractor's use in constructing the proposed bridge and roadway improvements. The original contract is supplemented with the following: 8.1 Traffic Analysis No modifications and/or additions to scope. 8.2 Traffic Control TRANSPO will prepare traffic control plans, special provisions, and engineer's opinion of cost for constructing the proposed bridge and roadway improvements. As noted in Supplement 02, the exact limits of the traffic control and specific plans were unknown at the time of contracting. Supplement 02 included the following plans: • Eight (8) short term traffic control plans • One (1) long term traffic control plan Since that time, the extent of traffic control needs has been further established based on coordination with the CITY and King County, and the 90% design submittal included the following plans: • One (1) general notes plan • One (1) long term traffic control overview plan • One (1) long term traffic control plan • One (1) long term trail plan • One (1) detour removal plan (removing "emergency work" detour) • Five (5) short term traffic control plans • Four (4) traffic control detail plans • One (5) channelization restoration plan The plans were/will be developed to conform with MUTCD and/or WSDOT/CITY procedures and standard plans. The Scope of Work under this Supplement 03 modifies/updates the traffic control plan deliverables. TRANSPO will also assist the City in developing estimated travel time information for scenarios with a temporary bridge during construction, and without a temporary Page 117 157 City of Tukwila 42nd Ave S Bridge Replacement bridge during construction. It is anticipated that the travel time information will be incorporated into a PowerPoint presentation for the CITY's use. Assumptions: • Traffic control plans noted under Supplement 02 will not be provided. • Traffic control plans are based on the 90% submittal package and include: o TCP 1: General notes plan o TCP 2: Long term plan - overview plan o TCP 3: Long term plan - temporary staging (channelization and signing) plans for temporary bridge bypass on 42nd Ave S between S 124th St and Interurban Ave S. o TCP 4: Long term plan — trail closure/diversion plan o TCP 5: Detour removal plan o TCP 6: Short term plan — full closure of 42nd Ave S o TCP 7: Short term plan — full closure of Temporary 42nd Ave S o TCP 8: Short term plan — intersection corner plan with uniformed police officer at 42nd Ave S/Interurban Ave S o TCP 9: Short term plan — intersection corner shoulder closure plan at 42nd Ave S/Interurban Ave S o TCP 10: Short term plan — multiple work zone plan at 42nd Ave S/Interurban Ave S o TCP 11: Details — pedestrian and driveway traffic control details o TCP 12: Details — right lane closure details o TCP 13: Details — flagger control details o TCP 14: Details — multi -lane closure details o CH 1: Permanent — channelization restoration plan for Interurban Ave S and Macadam Road S • Long term staging plans are not required for work at the E Marginal Way S/S 115th Street intersection. • Short term staging plans listed above will be used for work at the E Marginal Way S/S 115th Street intersection. • It is assumed that others will prepare all civil -related plans for temporary traffic control. This includes, but is not limited to, the design of temporary curbs, sidewalks, paving, grading, utilities, drainage, structures, geotechnical design, and related work. • Standard traffic control plans will be used to the extent feasible. • Traffic analysis is not included in this task. • Virtual attendance for up to two (2) meetings with the CITY is included. Deliverables: • Previously submitted Traffic Control package for 90% in an electronic delivery format (PDF) • Responses to 90% traffic control comments • Virtual attendance for up to two (2) meetings with the CITY Page 118 158 City of Tukwila 42nd Ave S Bridge Replacement • Traffic Control package for 100% in an electronic delivery format (PDF) • Stamped and Signed Ad -ready design plans in electronic format. • Travel time information 8.3 Traffic Signal Design (42nd Ave S/Interurban Ave S) No modifications and/or additions to scope. 8.4 Emergency Staging Design No modifications and/or additions to scope. 8.5 Traffic Signal Design (E Marginal Way S/S 115th St) TRANSPO will prepare traffic signal plans, special provisions, and engineer's opinion of cost for constructing a new traffic signal system at the E Marginal Way S/S 115th Street intersection. TRANSPO will coordinate with Puget Sound Energy (PSE) for new electrical service for the traffic signal system. TRANSPO will coordinate potholing for new traffic signal poles. For estimating purposes, it is assumed up to three (3) locations will be potholed. Assumptions: • Traffic analysis and/or traffic signal warrant analysis is not anticipated. • Traffic signal poles will be mast arm style. • Special/custom signal pole foundation design is not anticipated. • It is assumed that others will prepare all civil -related plans. This includes, but is not limited to, the design of curbs, sidewalks, paving, grading, utilities, drainage, structures, geotechnical design, and related work. • The existing E Marginal Way S bridge over the Duwamish River will not be impacted. • Fiber optic connection and/or interconnect design to adjacent traffic signals, traffic operations fiber-optic network, and/or traffic management center is not anticipated. • Video detection will be used for vehicle detection on each intersection leg. • Streetlights will be included on the traffic signal poles, as needed, to meet intersection lighting requirements. • Utility relocation design, if needed, will be prepared by others. • Up to three (3) locations will be potholed. If additional potholes are required, this will be provided as an additional expense. Utility potholing services will be invoiced as a project expense. The fee for potholing provided at the time of contracting is an estimate only. If the actual cost is higher than estimated, TRANSPO coordinate with the CITY to discuss options. Potholing for each location will occur under the same mobilization. Repairs for potholing will be cold mix asphalt patch, if located within concrete sidewalk or roadway. The CITY will not charge a permitting fee for potholing. Page 19 159 City of Tukwila 42nd Ave S Bridge Replacement • Virtual attendance for up to one (1) meeting with the CITY is included. • Traffic signal plans are anticipated to include: o TS06: Traffic Signal Plan at 1"=20' scale (1 sheet) o TS07: Traffic Signal Field Termination Plan (1 sheet) o TS08: Traffic Signal Pole Schedule (1 sheet) Deliverables: • 90%, 100%, and stamped/signed ad -ready traffic signal plans in an electronic format (PDF). • Responses to 90% and 100% traffic signal comments. • Virtual attendance for up to one (1) meeting with the CITY. • Potholing data (up to three locations, as needed). 8.6 Channelization Design (E Marginal Way S/S 115th St) TRANSPO will prepare channelization plans, special provisions, and engineer's opinion of cost for modifying the existing channelization at the E Marginal Way S/S 115th Street intersection to support the installation of a new traffic signal system. Assumptions: • Traffic analysis is not anticipated. • The existing left turn lane storage length for southbound E Marginal Way S will not be modified. • Channelization improvements are anticipated to primarily include installation of new crosswalks and stop bars, and removal of existing conflicting markings. • Channelization plans are anticipated to include: o CH 2: Channelization Plan (1 sheet) Deliverables: • 90%, 100%, and stamped/signed ad -ready channelization plans in an electronic format (PDF). • Responses to 90% and 100% channelization comments. Page 20 160 City of Tukwila 42nd Ave S Bridge Replacement WORK ELEMENT 10 HYDRAULICS & HYDROLOGY (Supplemented) This Work Element replaces work element 10 in the original contract, is performed by Natural Waters (NW) to provide Hydraulics & Hydrology services for the project. The hydraulic and hydrology activities include the following subtasks: 10.01 Existing Data Review NW will review existing available data and information that may be needed for the hydraulic and scour evaluation. NW will request available information from the AGENCY, such as: existing topography, aerial photos, bridge inspection records, bridge plans, and anecdotal information on past flood events. 10.02 Site Reconnaissance NW will conduct a site reconnaissance to examine the characteristics of the river, bridge, and surrounding river corridor with respect to hydraulic, erosion, and scour processes. The purpose of this reconnaissance is to understand site hydraulics and channel conditions. It will be beneficial for NW to meet with the project surveyors on site during the site reconnaissance to discuss where additional survey is needed to support the hydraulic and scour analysis. 10.03 Hydrologic Review The hydrology for the reach has been studied extensively by the US Corps of Engineers. NW will review available information from the US Corps of Engineers, in addition to available FEMA Flood Insurance Study (FIS) information, to assess appropriate discharges, which will serve as the basis of design for the proposed water crossing. Anticipated flows may consist of the 2-, 10-, 50-, 100-, and 500-year flood events. 10.04 Geomorphic Assessment NW will conduct a rapid geomorphic assessment using newly obtained survey information, geotechnical reports, aerial photos, and findings from the field reconnaissance. The purpose of this assessment is to determine if there have been significant geomorphic changes over time which will need to be accounted for in the design of the proposed water crossing. 10.05 Hydraulics Based on review of existing data (Task 10.1) and direction from the AGENCY on acceptable level of risk, either an existing hydraulic model developed by the US Page I 21 161 City of Tukwila 42nd Ave S Bridge Replacement Corps of Engineers, FEMA or another source may be used as the existing conditions model, with minor modifications to incorporate the proposed bridge to simulate proposed conditions. Based on the proposed crossing being located on a sharp bend, the FHWA recommends a 2D model for assessing hydraulics at a water crossing. For the purposes of this scope and estimate, development of a 2D model was assumed to provide sufficient budget. All survey required for proper development of the existing conditions hydraulic model will be performed by others and provided to NW as a combined surface in a Land XML format in State Plane Coordinates. A proposed combined surface, which includes the proposed bridge and grading, will be provided by CONSULTANT in a Land XML format in State Plane Coordinates. • Amendment 01 o The bridge design has changed since the original scope and as such several proposed condition alternatives have been required to be modeled to assist in the proposed project meeting FEMA no -rise criteria. A final proposed combined surface, which includes all the proposed project elements and grading, has been provided by CONSULTANT in a Land XML format in State Plane Coordinates. This final proposed combined surface will be used to finalize the 2D hydraulic model for assessing hydraulics and scour estimates for the final proposed design (Task 10.06). 10.06 Scour Estimates A scour evaluation will be conducted using the hydrology and corresponding hydraulic characteristics estimated from the hydraulic model developed in Task 10.5. The proposed bridge is not anticipated to have any elements within the 100-yr water surface elevation. The proposed combined surface, which includes the proposed bridge and grading, will be provided by CONSULTANT in a Land XML format in State Plane Coordinates. The scour estimates will be performed using this information following the guidelines described FHWA HEC-18, 5th Edition. 10.07 Documentation The results of the hydrologic, geomorphic, hydraulic and scour assessments will be summarized in a brief report. The report will include a description of the physical characteristics of the site, including photographs taken during the site reconnaissance, along with pertinent information to support the basis of design. A draft version of the report will be provided to CONSULTANT and the AGENCY for review and one set of combined comments. Upon receipt of combined comments, NW will finalize the report and submit a digital (pdf) copy, as requested by CONSULTANT and the AGENCY. • Amendment 01 Page 122 162 City of Tukwila 42nd Ave S Bridge Replacement o The results from the no -rise assessment (Task 10.08) will be summarized in the brief bridge hydraulic and scour report that includes pertinent information to document the no -rise assessment. A separate no -rise report is assumed to not be required. 10.08 Intentionally left blank Amendment 01: No- Rise Assessment The bridge design has changed since the original scope which now includes project elements within the FEMA floodway. Since the project now includes elements within a FEMA floodway a no -rise assessment is required. A preliminary no -rise assessment utilizing the final proposed combined surface, which includes all the proposed project elements and grading, provided by CONSULTANT, has been incorporated into the 2D hydraulic model developed as part of Task 10.5. The preliminary no -rise assessment using the 2D model suggests the proposed project should meet FEMA no - rise criteria. The AGENCY has provided the effective FEMA 1D model to the CONSULTANT. After review of the effective FEMA 1D model, it was recommended to the AGENCY that the effective FEMA 1D model not be used for the no -rise assessment. The proposed bridge is not in the best location from a hydraulics perspective due to being on a sharp bend which does not follow the assumptions of 1D flow. This has been verified based on the preliminary 2D hydraulic model results as the effective FEMA 1D model does not model the bridge or areas within the river bend accurately due to flow being more 2D/3D. In addition, the cross sections that were placed in the area of the proposed bridge by the modeler for the development of the FEMA 1D effective model do not seem to be properly placed and there is minimal information to determine how they were adjusted to account for the existing bridge skew. The AGENCY corresponded with FEMA and the Department of Ecology (DOE) and determined that the 2D hydraulic model can be used to demonstrate a no -rise for this project. As such, this task will use the final 2D hydraulic model (Task 10.05) to demonstrate the no -rise as it follows standard engineering practice for modeling bridges on a skew and for rivers on sharp bends. The FEMA Effective 1D model is inappropriate for these conditions. The 2D hydraulic model uses information from the FEMA Effective Flood Insurance Study (FIS) dated August 19, 2020, including the 1% annual chance flood flow, floodway elevations and base flood elevations. Using the 2D hydraulic model will also provide efficiencies by using one hydraulic model for both the no -rise and providing hydraulic information to support the bridge design. 10.09 Permitting Assistance NW will be available to assist with the team's preparation of permit applications and answer questions that arise during agency review. Page 123 163 City of Tukwila 42nd Ave S Bridge Replacement 10.10 60%/90%/100% Plans Review NW will review river related plans at the 60%, 90%, and 100% project phases. 10.11 Project Management and Meetings Throughout the project, NW will maintain a line of communication with the CONSULTANT team and the AGENCY through frequent meetings and e-mails. Various team and resource agency meetings are anticipated throughout the project delivery process. Meetings are assumed to be virtual. • Amendment 01 — Due to a project time extension, additional hours for project management and meetings have been added. Meetings are assumed to be virtual. It is assumed that hydrology and hydraulics related meetings will be end prior to June 30, 2025. Assumptions: • One site visit is assumed to cover all tasks. • A no -rise assessment or no -rise certificate (if required by AGENCY) is not assumed to be needed and therefore is not included in the scope or budget. ■ Amendment 01 • The bridge design has changed since the original scope which now includes project elements within the FEMA floodway. A preliminary no -rise assessment utilizing the 2D hydraulic model developed as part of Task 10.5 has been conducted. The preliminary no -rise assessment utilizing the final proposed combined surface, which includes all the proposed project elements and grading, provided by CONSULTANT, suggests the proposed project should meet FEMA no -rise criteria. Based on coordination with the AGENCY, the 2D hydraulic model developed as part of Task 10.5 will be used to demonstrate a no -rise. • No CAD related services will be performed by NW. • Only hydrologic and hydraulic services to support the riverine aspects of the bridge design are assumed. No other services, such as bridge drainage and stormwater, are assumed to be needed. • It is assumed no scour countermeasures will be required as bridge elements, walls, roadway prism and other transportation assets will be designed to account for total scour without the need for a scour countermeasure. If scour countermeasures are determined to be needed, an amendment will be required. • No large woody material or other habitat/restoration features are anticipated for this project. If habitat restoration features are determined to be needed, an amendment will be required. • No plans, specifications or estimates are assumed to be needed from NW. • CONSULTANT team will provide required geotechnical and structural information at scheduled time to complete hydraulics and scour related tasks. • Only one proposed condition is scoped and budgeted to be assessed and documented in report. Page 124 164 City of Tukwila 42nd Ave S Bridge Replacement • Amendment 01 • The bridge design has changed since the original scope and as such several proposed condition alternatives have been required to be modeled to assist in the proposed project meeting FEMA no -rise criteria. This amendment provides hours to model the final proposed condition. • Climate change is not anticipated to be accounted for in the hydrologic and hydraulic analyses. • Amendment 01 • AGENCY has stated climate change does not need to be accounted for in the hydrologic and hydraulic analyses. • It is assumed the project will have no change to the existing groundline and therefore will meet AGENCY and FEMA no -rise criteria due to being within a floodway. For these reasons, a CLOMR and LOMR is not within this scope or estimate. If a CLOMR or LOMR is needed, an amendment will be required. • Amendment 01 • The bridge design has changed since the original scope which now includes project elements within the FEMA floodway. As such, there are some modifications to the existing groundline which includes but is not limited to a new trail location on the south side of the proposed bridge, removal of existing piers and placement of new piers and walls within the FEMA floodway. All other proposed ground has been graded by CONSULTANT to match the existing groundline. Based on a preliminary no -rise assessment utilizing the final proposed combined surface provided by CONSULTANT, the proposed project should meet FEMA no -rise criteria. • It is assumed the AGENCY no -rise criteria and flood hazard code requirements are equivalent to FEMA requirements. • Based on coordination with the AGENCY, the 2D hydraulic model developed as part of Task 10.5 will be used to demonstrate a no -rise. For these reasons, a CLOMR and LOMR is not within this scope or estimate. If a CLOMR or LOMR is needed, an amendment will be required. • A detailed lateral migration analysis will not be performed. A qualitative assessment of lateral migration potential will be based on site observations and surveyed ground information provided by the AGENCY. • The US Corps of Engineers and the Effective FEMA hydraulic models will be requested through or in collaboration with the AGENCY. • AGENCY will pay any fees for acquiring US Corps of Engineers or FEMA hydraulic models and any required permits. • The number and level of detail of such tasks shall be performed by NW commensurate with the level of effort allocated in the estimate. • No hydraulic or scour analyses is assumed for any temporary features or work access platforms within the 100-year WSE. Page 125 165 City of Tukwila 42nd Ave S Bridge Replacement Deliverables: • Digital (pdf) copy of final bridge hydraulic and scour report. • Amendment 01 • The results from the no -rise assessment (Task 10.08) will be summarized in the brief bridge hydraulic and scour report to include pertinent information to document the no -rise assessment. A separate no -rise report is assumed to not be required. Page I 26 166 City of Tukwila 42nd Ave S Bridge Replacement Work Element 12 — PS&E (Supplemented) Additional PS&E design and analysis services include: 12.3 & 12.4 100% and Bid -ready PS&E As the project developed, new information where available that revised the assumptions were made in the scoping phase, which, in turn, required efforts that were not anticipated during the scoping phase. Additional design calculations, plans, and opinions of cost services are included in the 90% package and will be included in future submittals. They include: • More Challenging -than -expected geotechnical conditions The project as scoped assumed the proposed bridge replaces the existing structure. The geotechnical report showed a deep liquefiable at the bridge's north end. During the foundation design, the bridge foundation would have been too deep (approximately 130 ft deep). Structural and geotechnical engineers worked on refining the design and reduced the pier foundation. The design requires soil mixing ground improvement to alleviate the lateral spread risk on the bridge piers. • Wall 17 at the north end of the bridge The original scope assumed the wall at the north end is a soldier wall replacing the failed existing sheet pile wall. The new channel survey data and geotechnical analysis showed that the slope in front of the wall (in the river stream) would be unstable during a large seismic event; hence, the soldier pile would lose support and fail. Any type of wall needs to be extended below the liquefied soil layer to satisfy safety during the earthquake. The design required a complex system, including ground improvement, a secant pile wall supporting an MSE walls at both ends. The additional efforts are design calculations, plan preparation for the secant pile wall and MSE wall, and corresponding moment slabs. • Ground Improvement Per the above design, a ground improvement by deep soil mixing is required to support the north end of the project. The ground improvement design was not anticipated in the original scope. The additional efforts are plan preparations and special specifications for the ground improvement. • Utility Coordination Two items were changed per the new information on the utilities: Page I 27 167 City of Tukwila 42nd Ave S Bridge Replacement a) Surveys showed another sewer line parallel to Interurban Ave and a complex network of sewer lines at the south end of the bridge. This required additional calculations to check construction loads on the utilities and coordination meetings. b) The north end of the detour bridge would have been close to the King County Sewer Manhole. The concept of the detour bridge assumed access of workers to the manhole, which is typical. However, during coordination meetings, King County indicated that a crane access is required — furthermore, they placed stringent requirement to drive pile near the sewer line. Considering the risk of delay to the project and damage to the sewer line, the design team has relocated the detour bridge further east of the sewer. The new King County criteria effectively double the designed effort of the detour bridge, which was not anticipated in the original scope. • Complex environmental, historic, and social site During the design phase of the project, the historic significance of the existing bridge and the bridge site have changed. The changes required additional construction and site studies, stakeholder meetings, and public involvement meetings that were beyond the original scope of the project. So far, we have studied and prepared the following reports: a) Feasibility of rehabilitating and retrofitting the existing bridge. b) Investigation of Impacts of Closing Traffic and Pedestrian Crossing. c) Feasibility study of moving the existing bridge to build a new pedestrian crossing upstream. • Custom barrier, handrail, fence The bridge design was scoped to have typical elements. The typical elements have standard drawings and designs; as a result, they do not require engineering design or full detailing. The plan preparations were also anticipated to follow the typical drawings provided by WSDOT, where the details need to be revised to match the project. The architectural components of the bridge have been beyond the anticipated level. They require structural design to assure the components' safety and performance. The custom details must be developed fully from the start. The additional effort is in two parts: a) The engineers need to design and stamp the barriers, rails, handrails, and fences. The design efforts for the custom elements are beyond those anticipated in the original scope. b) Additional plan sheets are required to include the custom details. Plan sheets in Section 12.4 would be revised as shown below: Sheet Name Original PS&E Revised PS&E Bridge Barrier details 3 3 Bridge Railing Details 1 2 Ped. Handrails on Bridge Railings Details 0 2 Page I 28 168 City of Tukwila 42nd Ave S Bridge Replacement Ped. Handrails on Bridge Barrier Details 0 2 Fall Protection Fence on Walls 0 2 Custom light pole details 0 1 • Civil 3D (C3D) modeling for no -rise calculations It was not originally anticipated that modeling of existing or proposed conditions above or below the road would be needed and so it was not included in the scope. The initial scope included C3D modeling for the roadway plan and profile design only. Since the bridge was being lengthened from its existing condition it was assumed we would not need to create models for use by the hydraulic engineer. Additional time required included working with the existing survey and topography to create a "combined" EG surface, a secondary "EG" surface which showed grades after proposed demolition in order to have a base surface for the proposed grades to tie into, a finished grade (Fg) surface also had to be created that had more grading than what we used for the plans as it had to extend beyond the water surface for the hydraulic model to analyze properly. There were also meetings and emails required to make changes to the two surfaces so they were ready for hydraulic modeling. In addition, the no -rise condition was not met with the initial bridge design and so the bridge was modified to a wider span and reduced pier count to ensure a "no -rise" was obtained. This resulted in additional meetings, emails, and effort by the civil team modeling the surfaces, the structural team to modify the structure, and they hydraulics engineer. • Stormwater Design Criteria Changes Since the original scope was completed, a ruling by National Marine Fisheries Services (NMFS) has come out regarding 6-PPDq. The original assumption was that standard treatment and flow control measures would be required for this project, but since the NMFS ruling it was determined that 100% infiltration is the only option to avoid a lengthy permit review process, and additional design work is needed to meet the updated requirements. In addition, an updated Stormwater Management Manual for Western Washington (SWMMWW) is anticipated in June of 2024, and the King County Stormwater Design Manual (KCSWDM) will need to be updated in response to the SWMMWW updates. It is unknown at this time exactly what updates will be made to the KCSWDM, but it is anticipated that these updates will impact treatment and flow control requirements for the federal side of permitting for this project. These requirements are anticipated to be far more stringent that what is currently required, and will result in additional design work. Page 29 169 City of Tukwila 42nd Ave S Bridge Replacement Stormwater Assumptions: a) 100% infiltration of new and replaced PGIS will be required, or additional (anticipated minimum 2 years) ESA review will be required. b) Potential impacts of KCSWDM updates unknown at this time, but anticipated to require additional design work similar to that required in the 2024 SWMMWW, and potentially more stringent for ESA compliance. c) Additional modifications to the design will need to be made after 90% based on new requirements. • Specifications: The consultant revised all structural Contract Provisions ("Specifications") to incorporate the revised designs listed above. • Estimate: Updated the opinion of cost to reflect new quantities from the changes. Updated the unit cost to reflect current bidding climate. • Internal QA/QC: An internal consultant quality assurance/quality control review of deliverables will be conducted for each Pre -Ad Ready submittal packages, as well as confirmation that comments received have been addressed. A record of comments received will be maintained. Response to each comment received will be tracked to confirm that they have been addressed. Deliverables: • 100% PS&E package • Bid -ready PS&E Package Page I 30 170