Loading...
HomeMy WebLinkAboutTIS 2025-08-25 COMPLETE AGENDA PACKETCity of Tukwila Transportation & Infrastructure Safety Committee O Mohamed Abdi, Chair O Jovita McConnell O Hannah Hedrick AGENDA MONDAY, AUGUST 25, 2025 — 5:30 PM Distribution: M. Abdi J. McConnell H. Hedrick Mayor McLeod M. Wine A. Youn L. Humphrey ON -SITE PRESENCE: TUKWILA CITY HALL COUNCIL CONFERENCE Room 6200 SOUTHCENTER BOULEVARD REMOTE PARTICIPATION FOR THE PUBLIC: 1-253-292-9750, ACCESS CoDE: 252508487# Click here to: limn IA( rorsofa: If es erns IMeetlong For Technical Support: 1-206-433-7155 Item Recommended Action Page 1. BUSINESS AGENDA a. 2025 Annual Small Drainage Bid Award a. Forward to 8/25 Special Pg.1 Josh Hopkins, Surface Water Project Manager Meeting Consent b. Gilliam Creek Culvert Erosion Repair Bid Award b. Forward to 8/25 Special Pg.7 Josh Hopkins, Surface Water Project Manager Meeting Consent c. Contract Amendment to Chinook Wind Extension c. Forward to 9/8 Special Pg.29 Josh Hopkins, Surface Water Project Manager Meeting Consent d. Amendment 2 to Contract with KPG Psomas, Inc. for d. Forward to 9/8 Special pg.39 Traffic Signal Assessment and Repair Recommendations Meeting Consent Adam Cox, Program Manager e. Grant from WSDOT for Commute Trip Reduction 2025-27 e. Forward to 9/8 Special Pg.45 Alison Turner, Sustainable Transportation Program Manager Meeting Consent f. Grant Award from WSDOT for TDM Regional Mobility f. Forward to 9/8 Special Pg.49 Program 2025-29 Meeting Consent Alison Turner, Sustainable Transportation Program Manager g. Amendment 2 to Agreement with King County for g. Forward to 9/8 Special Pg.53 Transportation Demand Management (TDM) Meeting Consent Alison Turner, Sustainable Transportation Program Manager 2. MISCELLANEOUS Next Scheduled Meeting: September22, 2025 46. The City of Tukwila strives to accommodate individuals with disabilities. Please contact the City Clerk's Office at 206-433-1800 (TukwilaCityClerk©TukwilaWA.gov) for assistance. Thomas McLeod, Mayor Public Works Department - Jen Tetatzin, PE, PMP - Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Jen Tetatzin, Public Works Director BY: Josh Hopkins, Surface Water Project Manager CC: Mayor Thomas McLeod DATE: August 14, 2025, SUBJECT:Surface Water Fund - 2025 Annual Small Drainage Program Project No. 82541201 Construction Bid Award ISSUE Council is being asked to award a construction contract in the amount of $352,692.90 to Flowline, LLP to construct the 2025 Annual Small Drainage Program project. BACKGROUND The Small Drainage Program constructs drainage projects throughout the City that are too large for City staff to complete but are smaller than a typical capital improvement project. The projects originate from citizen complaints and maintenance staff recommendations and are compiled on the Small Drainage Project List. Each year the projects are prioritized based on need, expense, permitting requirements, and length of time on the list. The highest priority projects are then designed and constructed. The 2025 Annual Small Drainage Program includes three locations as noted in the attached vicinity map and will improve roadside drainage conveyance and water quality improvements at the 40th Ave S/42nd Ave S location. DISCUSSION The 2025 Annual Small Drainage Program was advertised for bids on July 30 and August 6, 2025. Five bids were received and opened on August 14, 2025. The bids were checked, tabulated, and no errors were found. Flowline, LLP, is the apparent low bidder with an overall bid of $352,692.90 including sales tax and is 15.6% below the engineer's estimate of $418,188.06. This contractor has not worked for the City before. Psomas, construction management consultant, and City staff analyzed and reviewed their bid and Psomas spoke directly with Flowline and felt comfortable moving forward. BUDGET AND BID SUMMARY (All amounts include sales tax) The project construction budget of $750,000 is sufficient to cover the costs for the contract with contingency. The project is funded through the Surface Water Enterprise Fund. Bid Results Engineer's Estimate Contract $352,692.90 $418,188.06 Contingency (10%) $35,269.29 Total $387,961.49 2025 Budget $ 750,000.00 RECOMMENDATION Council is being asked to award a construction contract to Flowline, LLP, in the amount of $352,692.90 plus contingency to construct the 2025 Annual Small Drainage Program and consider this item on the Consent Agenda at the August 25, 2025 Special Council Meeting. ATTACHMENTS: 2025 CIP Pg 142, Vicinity Map, Bid Tabulations, Psomas Recommendation of Award Letter CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: S 131 st Pt Drainage Improvements Project# 91641204 Project Manager Joshua Hopkins Department Surface Water DESCRIPTION: JUSTIFICATION: STATUS: MAINTENANCE IMPACT: COMMENT: FINANCIAL (in thousands) Developing alternate horizontal alignment for Southgate Creek in conjunction with replacing a fish barrier culvert. Scope expanded in 2024 to increase hydraulic analysis limits to address persistent flooding not addressed with the preliminary hydraulic design. Southgate Creek overtops its bank several times per year during storm events and runs through private property. Debris is deposited within a private driveway and storm system. HPA permitted dredging is performed annually on the creek to remove excess sedimentation to reduce the likelihood of flooding. Project will include 1-year contract maintenance and typically 2-to-4 years of plant establishment. Project improvements will be turned over to surface water division for routine maintenance. Project applied for Department of Ecology design development funding and Conservation Futures property acquisition grant to support the expanded hydraulic analysis. Assumes estimated 2028 construction. 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) Planning Land (R/W) Construction Mgmt. Construction $ 25 $ 780 $ 1,000 $ 25 $ 600 $ 1,000 $ 25 $ 400 $ 2,000 Total Project Costs $ 1,805 $ 1,625 $ 2,425 $ 75 $ 1,380 $ 2,000 $ 400 $ 2,000 $ 5,855 Project Funding Awarded Grant Proposed Grant Utility Revenues $ 706 $ 1,105 $ 205 $ - $ 1,625 $ - $ - $ 1,600 $ 825 $ 706 $ 4,330 $ 1,030 Total Project Funding $ 2,016 $ 1,625 $ 2,425 $ 6,066 2 2025 SMALL DRAINAGE PROGRAM PROJECT NO. 82541201 MAYOR THOMAS MCLEOD DIRECTOR OF PUBLIC WORKS JEN TETATZIN, P.E. CITY COUNCIL TOSH SHARP, COUNCIL PRESIDENT ARMEN PAPYAN HANNAH HEDRICK DENNIS MARTINEZ MOHAMED ABDI JOVITA MCCONNEL VERNA SEAL SCHEDULE OF DRAWINGS SHEET TITLE 1 COVER 2 LEGEND & ABBREVIATIONS 3-4 SURVEY CONTROL 5-9 DETAILS 10 MACADAM RD S (SOUTH OF S 144TH ST) — STORMWATER PLAN AND PROFILE 11 MACADAM RD S (NORTH OF S 144TH ST) — STORMWATER PLAN AND PROFILE 12 40TH AVE S — SITE PREPARATION & TESC PLAN 13 40TH AVE S — STORMWATER PLAN AND PROFILE 14 40TH AVE S — REVEGETATION PLAN PZJBLTC WORKS TIEPT_ aENGNEERING aSTREETS aWATERa SE WERaBUILDING a, designed dial ohcckad proj en0 proj dir field bk no bT 3CC 3CC (DA date 07/25 07/25 07/25 PSOMAS 3131 ELLIS, AVENUE, SUITE 400 SEATTLE, INA 98121 206 2861640 BID DOCUMENTS 4DTH AVE S *1714w • remillIMI iwidt Wan Airim CALL 2 DAYS BEFORE YOU DIG 811 2025 SMALL DRAINAGE PROGRAM COVER MACADAM RD S NORTH MACADAM RD S SOUTH 1 14 file no 91MOMMOCOMDVG seal 1' = 40.00' no date revisions dat C7/2025 W City of Tukwila 2025 Small Drainge Program City of Tukwila Project Number: 82541201 Bid Tabs 8/14/2025 Bids opened August 14, 2025, 10 AM Engineer's Estimate Flowline Harkness Construction NW Cascade Inc. RCNW Inc. RW Scott Construction Co. No. SCHEDULE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Item Description Qty Unit A Unit Price $9,000.00 $6,500.00 $1,500.00 $26,000.00 $26,000.00 $9,000.00 $8,500.00 $80.00 $400.00 $2.00 $62.00 $200.00 $40.00 $8,000.00 $5,000.00 $80.00 $80.00 $16.00 $3,000.00 $20.00 $22.00 $3,000.00 $118.00 $145.00 $180.00 $220.00 $3,000.00 $6,000.00 $2,000.00 $2,500.00 $750.00 $750.00 $68,000.00 $14,000.00 $200.00 $800.00 $6,000.00 Amount $ 9,000.00 $ 6,500.00 $ 1,500.00 $ 26,000.00 $ 26,000.00 $ 9,000.00 $ 8,500.00 $ 3,200.00 $ 2,400.00 $ 4,600.00 $ 9,920.00 $ 10,400.00 $ 3,680.00 $ 8,000.00 $ 5,000.00 $ 3,520.00 $ 4,000.00 $ 4,480.00 $ 3,000.00 $ 5,500.00 $ 7,436.00 $ 6,000.00 $ 21,240.00 $ 48,285.00 $ 7,380.00 $ 2,640.00 $ 18,000.00 $ 6,000.00 $ 6,000.00 $ 2,500.00 $ 2,250.00 $ 3,750.00 $ 68,000.00 $ 14,000.00 $ 1,800.00 $ 4,000.00 $ 6,000.00 Unit Price $ 9,000.00 $ /0,000.00 $ 1,500.00 $ 5,000.00 $ /5,000.00 $ 5,000.00 $ 7,000.00 $ 75.00 $ /00.00 $ 0.50 $ 40.00 $ 300.00 $ /00.00 $ 5,000.00 $ /00.00 $ 30.00 $ 30.00 $ /2.00 $ 3,000.00 $ /2.00 $ 7.00 $ 500.00 $ 150.00 $ 140.00 $ 60.00 $ /00.00 $ 1,500.00 $ 4,500.00 $ 500.00 $ 2,500.00 $ 1,500.00 $ 2,000.00 $ /00,000.00 $ 2,000.00 $ /00.00 $ /00.00 $ 6,000.00 Amount $ 9,000.00 $ 10,000.00 $ 1,500.00 $ 5,000.00 $ 15,000.00 $ 5,000.00 $ 1,000.00 $ 3,000.00 $ 600.00 $ 1,150.00 $ 6,400.00 $ 15,600.00 $ 9,200.00 $ 5,000.00 $ 100.00 $ 1,320.00 $ 1,500.00 $ 3,360.00 $ 3,000.00 $ 3,300.00 $ 338.00 $ 1,000.00 $ 27,000.00 $ 46,620.00 $ 2,460.00 $ 1,200.00 $ 9,000.00 $ 4,500.00 $ 1,500.00 $ 2,500.00 $ 4,500.00 $ 10,000.00 $ 100,000.00 $ 2,000.00 $ 900.00 $ 500.00 $ 6,000.00 Price $ 9,000.00 $ 9,000.00 $ 1,500.00 $ 105,000.00 $ 20,000.00 $ 52,000.00 $ 60,000.00 $ /00.00 $ /00.00 $ 7.00 $ 35.00 $ 200.00 $ 15.00 $ 30,000.00 $ 5,000.00 $ 50.00 $ 50.00 $ /0.00 $ 3,000.00 $ 5.00 $ /0.00 $ 400.00 $ 220.00 $ 250.00 $ 220.00 $ 280.00 $ 3,000.00 $ /0,000.00 $ 3,000.00 $ 7,000.00 $ 7,000.00 $ 1,000.00 $ 85,000.00 $ 5,000.00 $ 60.00 $ 7,000.00 $ 6,000.00 Amount $ 9,000.00 $ 9,000.00 $ 1,500.00 $ 105,000.00 $ 20,000.00 $ 52,000.00 $ 60,000.00 $ 4,000.00 $ 600.00 $ 2,300.00 $ 5,600.00 $ 10,400.00 $ 1,380.00 $ 30,000.00 $ 5,000.00 $ 2,200.00 $ 2,500.00 $ 2,800.00 $ 3,000.00 $ 1,375.00 $ 3,380.00 $ 800.00 $ 39,600.00 $ 83,250.00 $ 9,020.00 $ 3,360.00 $ 18,000.00 $ 10,000.00 $ 9,000.00 $ 1,000.00 $ 3,000.00 $ 5,000.00 $ 85,000.00 $ 5,000.00 $ 540.00 $ 5,000.00 $ 6,000.00 Unit Price $ 9,000.00 $ 3,778.00 $ 1,646.00 $ 56,218.00 $ 43,887.00 $ 7,065.00 $ 5,835.00 $ 79.00 $ 78.00 $ 7.00 $ 106.00 $ 382.00 $ 7.00 $ 9,243.00 $ 9,405.00 $ 107.00 $ 107.00 $ 19.00 $ 3,000.00 $ /9.00 $ 22.00 $ 923.00 $ 89.00 $ 124.00 $ 194.00 $ 245.00 $ 1,867.00 $ 4,622.00 $ 2,074.00 $ 1,686.00 $ 803.00 $ 803.00 $ 98,076.00 $ 7,445.00 $ 140.00 $ 642.00 $ 6,000.00 Amount $ 9,000.00 $ 3,778.00 $ 1,646.00 $ 56,218.00 $ 43,887.00 $ 7,065.00 $ 5,835.00 $ 3,160.00 $ 468.00 $ 2,300.00 $ 16,960.00 $ 19,864.00 $ 92.00 $ 9,243.00 $ 9,405.00 $ 4,708.00 $ 5,350.00 $ 5,320.00 $ 3,000.00 $ 5,225.00 $ 7,436.00 $ 1,846.00 $ 16,020.00 $ 41,292.00 $ 7,954.00 $ 2,940.00 $ 11,202.00 $ 4,622.00 $ 6,222.00 $ 1,686.00 $ 2,409.00 $ 4,015.00 $ 98,076.00 $ 7,445.00 $ 1,260.00 $ 3,210.00 $ 6,000.00 Price $ 9,000.00 $ 9,000.00 $ 1,900.00 $ 45,000.00 $ 67,500.00 $ 5,000.00 $ 4,000.00 $ 85.00 $ 90.00 $ 0.50 $ 75.00 $ 340.00 $ 9.00 $ 4,000.00 $ 4,000.00 $ 94.00 $ 94.00 $ 8.00 $ 3,000.00 $ 8.00 $ 25.00 $ 925.00 $ 95.00 $ 158.00 $ 271.00 $ 292.00 $ 2,200.00 $ 8,000.00 $ 2,000.00 $ 2,000.00 $ 800.00 $ 700.00 $ 148,750.00 $ 4,000.00 $ 205.00 $ 900.00 $ 6,000.00 Amount $ 9,000.00 $ 9,000.00 $ 1,900.00 $ 45,000.00 $ 67,500.00 $ 5,000.00 $ 4,000.00 $ 3,400.00 $ 540.00 $ 1,150.00 $ 12,000.00 $ 17,680.00 $ 828.00 $ 4,000.00 $ 4,000.00 $ 4,136.00 $ 4,700.00 $ 2,240.00 $ 3,000.00 $ 2,200.00 $ 8,450.00 $ 1,850.00 $ 17,100.00 $ 52,614.00 $ 11,111.00 $ 3,504.00 $ 13,200.00 $ 8,000.00 $ 6,000.00 $ 2,000.00 $ 2,400.00 $ 3,500.00 $ 148,750.00 $ 4,000.00 $ 1,845.00 $ 4,500.00 $ 6,000.00 Unit Price $ 9,000.00 $ 5,181.00 $ 1,500.00 $ 30,337.00 $ 32,480.00 $ 10,340.00 $ 14,872.00 $ 88.50 $ 280.50 $ 3.00 $ 40.70 $ 250.00 $ /0.00 $ 3,200.00 $ 2,420.00 $ 76.00 $ 85.00 $ 2.20 $ 3,000.00 $ 2.20 $ /0.00 $ 1,332.50 $ 66.00 $ 98.00 $ 150.00 $ 225.25 $ 2,586.00 $ 6,678.00 $ 2,423.00 $ 2,832.00 $ 1,544.00 $ 1,545.00 $ 78,047.00 $ 4,284.00 $ 89.00 $ 770.00 $ 6,000.00 Amount $ 9,000.00 $ 5,181.00 $ 1,500.00 $ 30,337.00 $ 32,480.00 $ 10,340.00 $ 14,872.00 $ 3,540.00 $ 1,683.00 $ 6,900.00 $ 6,512.00 $ 13,000.00 $ 920.00 $ 3,200.00 $ 2,420.00 $ 3,344.00 $ 4,250.00 $ 616.00 $ 3,000.00 $ 605.00 $ 3,380.00 $ 2,665.00 $ 11,880.00 $ 32,634.00 $ 6,150.00 $ 2,703.00 $ 15,516.00 $ 6,678.00 $ 7,269.00 $ 2,832.00 $ 4,632.00 $ 7,725.00 $ 78,047.00 $ 4,284.00 $ 801.00 $ 3,850.00 $ 6,000.00 Minor Changes 1 EST Roadway Surveying 1 LS Record Drawings (Minimum Bid $1,500) 1 LS Mobilization 1 LS Project Temporary Traffic Control 1 LS Clearing and Grubbing 1 LS Removal of Structures and Obstructions 1 LS Pavement Removal Incl. Haul 40 CY Unsuitable Foundation Excavation Incl. Haul 6 CY Shoring or Extra Excavation Class B 2,300 SF Crushed Surfacing Top Course 160 TN HMA Cl. 1/2" PG 58H-22 52 TN HMA Thickened Edge 92 LF Erosion Control and Water Pollution Prevention 1 LS Protect Utility Pole 1 LS Topsoil Type A 44 CY Fine Compost 50 CY Seeded Lawn Installation 280 SY Property Restoration 1 EST Restoration Seeding 275 SY Remove Existing Storm Sewer Pipe 338 LF Pipe Anchor Assembly 2 EA Storm Sewer Pipe 12 In. Diam 180 LF Ductile Iron Storm Sewer Pipe 12 In. Dam 333 LF HDPE Storm Sewer Pipe 12 In. Diam 41 LF HDPE Storm Sewer Pipe 18 In. Diam 12 LF Catch Basin Type 1 6 EA Catch Basin Type 2 48 In. Diam. 1 EA Concrete Inlet 3 EA Outfall Connection to Existing Catch Basin Type 2 48 In. 1 EA New Pipe Connection to Existing Storm Drain Structure 3 EA Existing Pipe Connection to Proposed Storm Drain Strucl 5 EA Filterra Peak Diversion 7'x13' 1 EA Temporary Water Bypass System 1 LS Quarry Spells 9 TN Pothole Utility 5 EA Resolution of Utility Conflicts 1 EST Base Bid Item Total Amount $ 379,481.00 $ 320,048.00 $ 614,605.00 $ 436,159.00 $ 496,098.00 $ 350,746.00 Engineer's Estimate Flowline Harkness Construction NW Cascade Inc. RCNW Inc. RW Scott Construction Co. Base Contract Subtotal bid Price (Items #1 - #37) Contract Total Bid Price (Incl. 10.20 % Sales Tax) 379,481.00 418,188.06 $ $ 320,048.00 352,692.90 614,605.00 677,294.71 $ $ 436,159.00 480,647.22 496,098.00 546,700.00 350,746.00 386,522.09 Certified By: u Josh Hopkins City of Tukwila 8118/25 D luawLpeuv PS O M A S Attachment D August 15, 2025 City of Tukwila Joshua Hopkins 6300 Southcenter Blvd., Ste. 100 Tukwila, WA 98188 RE: Letter of Recommendation Dear Joshua, As requested, Psomas has completed the verification of Flowline, LLP. for the 2025 Drainage Program project. We have checked the status of Flowline, LLP on the Washington State Labor and Industries website to confirm they are currently insured, bonded, and licensed. Additionally, no strikes or debarment records were discovered federally or statewide. It is our recommendation that the 2025 Drainage project be awarded to Flowline, LLP. We have enclosed the contractor verification package for your review. Respectfully, Jordan Perry Construction Services Psomas Cc: 5 6 Thomas McLeod, Mayor TO: FROM: Public Works Department - Jen Tetatzin, PE, PMP - Director Transportation and Infrastructure Services Committee Jen Tetatzin, Public Works Director BY: Josh Hopkins, Project Manager CC: Mayor Thomas McLeod DATE: August 22, 2025 SUBJECT: Gilliam Creek Culvert Erosion Repair Project No. 82541202 Construction Bid Award ISSUE Request Council approval to award the construction contract for the Gilliam Creek Culvert Erosion Repair to Olson Brothers Excavation, Inc. the 3rd lowest responsive and responsible bidder, in the amount of $346,606.55. BACKGROUND The Gilliam Creek bank upstream of the 66th Ave South roadway culvert has experienced progressive scour during major storm events, threatening the road embankment. The project will armor the bank and culvert inlet with rock and boulders, reinforce the embankment with permeable ballast, and restore vegetation. Construction will occur within the permitted in -water work window (Aug.1—Sept. 30) and is expected to take about 18 working days. DISCUSSION Bids were advertised June 30 and July 7, 2025, and opened July 15, 2025. Five (5) bids were received; three were above and two below the engineer's estimate of $339,834.76 with sale tax. The lowest responsive bidder was Olson Brothers Excavating, Inc., at $346,606.55 (8% overestimate). The low bidder failed to execute the contract within 10 days, and the second lowest intended to defer construction to 2026. Under the Notice to Bidders, the City may reject bids to protect public interests; construction in 2025 is necessary to safeguard infrastructure and public safety. FINANCIAL IMPACT Construction costs associated with the Gilliam Creek Culvert Erosion Repair Project are funded by a King County Flood Reduction grant of $479,631.00 and $161,381.53 Surface Water Fees. Contract Design - Otak Contract Const. Mngt. - Psomas Const. Record of Eng. - Otak Contract w/sales tax. Contingency — 15% Total: Amount Funding Amount $116,500.00 King County Flood $98,915.00 Control Flood $27,000.00 Reduction Grant $479,631.00 $346,606.55 Enterprise 412 - Surface $51,990.98 Water Fees $161,381.53 $641,012.53 Total: $641,012.53 RECOMMENDATION Council is being asked to approve a construction contract award with Olson Brothers Excavation, Inc. in the amount of $346,606.55 plus contingency for the Gilliam Creek Culvert Erosion Repair Project and consider this item, same day, at the August 25, 2025 Special meeting. Attachments: CIP Sheet, Bid Tabulation, Contract, Bid Results Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 7 PROJECT: Project Manager CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 Gilliam Creek Erosion Repair Joshua Hopkins Project # 82541202 Department Surface Water DESCRIPTION: Stabilize and protect eroded streambank slopes upstream of the 66th Ave S culvert inlet JUSTIFICATION: STATUS: This project is intended to protect the 66th Ave S roadway infrastructure and prevent future flooding to Southcenter. The project has been scoped for design, permitting and construction and a grant applied for with the Flood Control District to cover all costs. M&O is for three years, so 3x $8,400. Mitigation is expected in the form of vegetation restoration for MAINTENANCE IMPACT: temporary and permanent impacts, cost is unknown. COMMENT: FINANCIAL (in thousands) This work is to occur during the in -water work window for the Green River and Gilliam Creek and may require mitigation for project impacts to aquatic and stream buffer habitat. 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Design Construction Mgmt. Construction $ 128 $ 90 $ 263 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 128 $ 90 $ 263 Total Project Costs $ 481 $ $ $ $ $ $ $ 481 Project Funding Proposed Grant $ 481 $ $ $ $ $ $ 481 Total Project Funding $ 481 $ $ $ $ $ $ $ 481 8 City of Tukwila Gilliam Creek Culvert Erosion Repair City of Tukwila Project Number: 82541202 Bid Tabs 7/15/2025 Engineer's Estimate Hoffman Construction, Inc TMC Contractors, LLC Olson Brothers Excavating, Inc Southworth & Sons, LLC Northwest Cascade, Inc No. Item Description I Qty Unit Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount BASE BID ITEMS 1 Mobilization 1 LS LS $ 31,000.00 $ 15,300.00 $ 15,300.00 $ 26,600.00 $ 26,600.00 $ 31,000.00 $ 31,000.00 $ 38,950.00 $ 38,950.00 $ 97,000.00 $ 97,000.00 2 Unexpected Site Changes 15000 EST $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 $ 1.00 $ 15,000.00 3 Spill Prevention, Control & Countermeasures (SPCC) Plan 1 LS LS $ 2,500.00 $ 5,000.00 $ 5,000.00 $ 2,000.00 $ 2,000.00 $ 3,500.00 $ 3,500.00 $ 14,096.76 $ 14,096.76 $ 1,000.00 $ 1,000.00 4 Project Temporary Traffic Control (Minimum Bid $15,000) 1 LS LS $ 30,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 18,600.00 $ 18,600.00 $ 35,794.41 $ 35,794.41 $ 67,000.00 $ 67,000.00 5 Clearing and Grubbing 1 LS LS $ 4,000.00 $ 11,700.00 $ 11,700.00 $ 10,310.00 $ 10,310.00 $ 25,800.00 $ 25,800.00 $ 35,474.28 $ 35,474.28 $ 37,000.00 $ 37,000.00 6 Channel Excavation Incl. Haul 20 CY $ 100.00 $ 2,000.00 $ 635.00 $ 12,700.00 $ 699.50 $ 13,990.00 $ 300.00 $ 6,000.00 $ 554.45 $ 11,089.00 $ 125.00 $ 2,500.00 7 Dewatering 1 LS LS $ 20,000.00 $ 6,450.00 $ 6,450.00 $ 6,700.00 $ 6,700.00 $ 23,700.00 $ 23,700.00 $ 17,196.76 $ 17,196.76 $ 44,000.00 $ 44,000.00 8 Construction Geotextile for Separation 160 SY $ 8.00 $ 1,280.00 $ 12.50 $ 2,000.00 $ 26.06 $ 4,169.60 $ 15.00 $ 2,400.00 $ 39.84 $ 6,374.40 $ 20.00 $ 3,200.00 9 Permeable Ballast 210 TN $ 100.00 $ 21,000.00 $ 55.00 $ 11,550.00 $ 203.33 $ 42,699.30 $ 128.00 $ 26,880.00 $ 101.26 $ 21,264.60 $ 105.00 $ 22,050.00 10 Erosion Control and Water Pollution Prevention 1 LS LS $ 15,000.00 $ 1,200.00 $ 1,200.00 $ 3,200.00 $ 3,200.00 $ 2,100.00 $ 2,100.00 $ 18,000.00 $ 18,000.00 $ 6,750.00 $ 6,750.00 11 Inlet Protection 2 EA $ 110.00 $ 220.00 $ 85.00 $ 170.00 $ 700.00 $ 1,400.00 $ 140.00 $ 280.00 $ 26,134.14 $ 52,268.28 $ 110.00 $ 220.00 12 Stabilized Construction Entrance 1 LS LS $ 8,000.00 $ 2,250.00 $ 2,250.00 $ 6,280.00 $ 6,280.00 $ 8,300.00 $ 8,300.00 $ 32,869.38 $ 32,869.38 $ 5,000.00 $ 5,000.00 13 Coir Log 150 LF $ 20.00 $ 3,000.00 $ 29.00 $ 4,350.00 $ 63.00 $ 9,450.00 $ 25.00 $ 3,750.00 $ 5.65 $ 847.50 $ 13.00 $ 1,950.00 14 High Visibility Fence 550 LF $ 7.00 $ 3,850.00 $ 5.00 $ 2,750.00 $ 10.42 $ 5,731.00 $ 6.00 $ 3,300.00 $ 4.13 $ 2,271.50 $ 9.00 $ 4,950.00 15 PSIPE Sitka Willow 3ft Live Stake 25 EA $ 10.00 $ 250.00 $ 24.20 $ 605.00 $ 80.00 $ 2,000.00 $ 49.00 $ 1,225.00 $ 25.00 $ 625.00 $ 45.00 $ 1,125.00 16 PSIPE Plant Stock Soil Tube 50 EA $ 40.00 $ 2,000.00 $ 49.00 $ 2,450.00 $ 248.00 $ 12,400.00 $ 252.00 $ 12,600.00 $ 45.00 $ 2,250.00 $ 225.00 $ 11,250.00 17 Topsoil Type A 290 SY $ 25.00 $ 7,250.00 $ 24.15 $ 7,003.50 $ 33.28 $ 9,651.20 $ 25.00 $ 7,250.00 $ 12.00 $ 3,480.00 $ 25.00 $ 7,250.00 18 Compost 290 SY $ 10.00 $ 2,900.00 $ 5.35 $ 1,551.50 $ 33.28 $ 9,651.20 $ 12.00 $ 3,480.00 $ 5.24 $ 1,519.60 $ 13.00 $ 3,770.00 19 Seeding, Fertilizing and Mulching 290 SY $ 12.00 $ 3,480.00 $ 16.33 $ 4,735.70 $ 20.69 $ 6,000.10 $ 6.00 $ 1,740.00 $ 3.00 $ 870.00 $ 7.00 $ 2,030.00 20 Light Loose Riprap 330 TN $ 75.00 $ 24,750.00 $ 72.80 $ 24,024.00 $ 116.52 $ 38,451.60 $ 140.00 $ 46,200.00 $ 79.54 $ 26,248.20 $ 155.00 $ 51,150.00 21 Streambed Cobbles 6 In. 9 TN $ 100.00 $ 900.00 $ 255.00 $ 2,295.00 $ 558.89 $ 5,030.01 $ 380.00 $ 3,420.00 $ 1,027.70 $ 9,249.30 $ 102.00 $ 918.00 22 Streambed Boulder Toe and Culvert Inlet Protection 1 LS LS $ 70,000.00 $ 4,400.00 $ 4,400.00 $ 17,020.00 $ 17,020.00 $ 32,000.00 $ 32,000.00 $ 25,023.45 $ 25,023.45 $ 41,000.00 $ 41,000.00 23 Temporary Stream Diversion 1 LS LS $ 40,000.00 $ 13,250.00 $ 13,250.00 $ 20,750.00 $ 20,750.00 $ 36,000.00 $ 36,000.00 $ 36,546.28 $ 36,546.28 $ 51,000.00 $ 51,000.00 Base Bid Item Total Amount $ 308,380.00 $ 165,734.70 $ 283,484.01 $ 314,525.00 $ 407,308.70 $ 477,113.00 Engineer's Estimate Hoffman Construction, Inc TMC Contractors, LLC Olson Brothers Excavating, Inc Southworth & Sons, LLC Northwest Cascade, Inc Base Contract Subotal Bid Price (Items #1- #23) $ 308,380.00 $ 165,734.70 $ 283,484.01 $ 314,525.00 $ 407,308.70 $ 477,113.00 Contract Total Bid Price (Incl. 10.20% Sales Tax) $ 339,834.76 $ 182,639.64 $ 312,399.38 $ 346,606.55 $ 4.48,854.19 $ 525,778.53 Certified by: Mike Perfetti Mike Perfetti, PLA City of Tukwila co C-1 AGREEMENT FORM CONTRACT NO. THIS AGREEMENT is made and entered into on this day of , 20_, by and between the City of Tukwila, Washington (Owner') and ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled GILLIAM CREEK CULVERT EROSION REPAIR, Project No. 82541202, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) (Contractor) By: By: Mayor Title: Attest: This day of Attest: , 20 This day of , 20 City Clerk Approved as to Form: Contractor's License No. City Attorney Address for giving notices: Address for giving notices: 10 Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. We, , and (Principal) (Surety) a corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of Dollars ($ ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated , 20_ , between Principal and Owner for a project entitled GILLIAM CREEK CULVERT EROSION REPAIR , Contract No. ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Payment and Performance Bond without the prior written consent of Surety. Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 11 Payment & Performance Bond C-3 This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this day of , 20 Principal Surety Signature of Authorized Official Signature of Authorized Official By Title Attorney in Fact (Attach Power of Attorney) Name and address of local office of agent and/or Surety Company: 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. 12 Rev.4-1 5-09 P-1 PROPOSAL (unit price) Contractor's Name Olson Brothers Excavating, Inc. Contractor's State License No. OLSONBE113N3 City of Tukwila Project No. 82541202 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled GILLIAM CREEK CULVERT EROSION REPAIR, which project includes but is not limited to approximately 60 linear feet of streambank improvements within Gilliam Creek, upstream of the 66th Ave S culvert, repair of eroded areas by placing streambed boulders for embankment toe reinforcement and culvert inlet protection, backfilling with ballast and riprap, installing plant stock tubes and live stakes; And, other items necessary to complete the Work as shown on the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) El bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within 18 working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 13 P-2 GILLIAM CREEK CULVERT EROSION REPAIR - SCHEDULE A Project No. 82541202 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. For Schedule A, do not include applicable Retail Sales Tax in the various Unit and Lump Sum prices, but instead add Sales Tax to the end sum as shown. Item No. Item Description Quantity Unit Unit Price Amount ROADWAY 1 Mobilization 1 LS �j1iCal)- Gi ' I,MD-C(-T 2 Unexpected Site Changes 15,000 EST $1.00 $15,000.00 3 Spill Prevention, Control & Countermeasures (SPCC) Plan 1 LS &SZ; 'r-Y) j . CXD 4 Project Temporary Traffic Control (Minimum Bid $15,000) 1 LS 1E5 iC 3 LT) 19~ ticM.(y) 25M1).() 5 Clearing and Grubbing 1 LS ` ,V) 6 Channel Excavation Incl. Haul 20 CY `?� ..CO f) ur be, 7 Dewatering 1 LS LZ:')CO M 2 , •)() 8 Construction Geotextile for Separation 160 SY 1--__ CY) 2 1LD( 9 Permeable Ballast 210 TN 12 . c 2. 6� 2Se' , ROADSIDE DEVELOPMENT 10 Erosion Control and Water Pollution Prevention 1 LS i2t a),c 2 , t C 11 Inlet Protection 2 EA iL10,Oj !SC 12 Stabilized Construction Entrance 1 LS 9-5-a\acC)'? 26 . D ,L j (_` ) -;]1). nC 13 Coir Log 150 LF 14 High Visibility Fence 550 LF /0 ,. c% ' :J�[ ._ 15 PSIPE Sitka Willow 3ft Live Stake 25 EA % ,CCt /122 1) 16 PSIPE Plant Stock Soil Tube 50 EA '2'20 j•2 kfY-). CY. J 17 Topsoil Type A 290 SY 2_,," ,OD 124-J6..0e) F-`L4>.0i 18 Compost 290 SY 1 Z. on 19 Seeding, Fertilizing and Mulching 290 SY (c, , OG 4 7G/6, 00 20 Light Loose Riprap 330 TN /4.,/6 . 40 46,261j• On 21 Streambed Cobbles 6 In. 9 TN 30),rj 3 2E)• t () 22 Streambed Boulder Toe and Culvert Inlet Protection 1 LS a.�eC irJ > 23 Temporary Stream Diversion 1 LS , ji e -l.. j ,ji('j r b K . 00 Gilliam Creek Culvert Erosion Repair Schedule A Subtotal $ 7Th )4 ‘C.S.255 Rev. 5-13-14 Pro4 ed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-3 TOTAL OF SCHEDULES: Schedule A brought forward Sales Tax @ 10.20 % $ Schedule A Total $ L ,loC `3 $ 4 Lj t(3rAo:rsS TOTAL BID PRICE $ 2J-A (t), () bLP: 5 S Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 15 P-4 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard - copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown once Bid form then ling all of the extended amounts. Signed: Title: Steve Olson, Vice President Date: 7-15-2025 Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Pro't&ed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-5 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. 1 3 2 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is Travelers Casualty & Surety Company of 1201 Pacific Ave., Suite 1000, Tacoma, WA 98402 (Name) (Address) Bidder: Olson Brothers Excavating, Inc. Signature of Authorized Official: Printed Name and Title: Steve Olson, Vice President Address: 6622 112th St. E., Puyallup, WA 98373 Circle One: Individual / Partnership / State of Incorporation: Washington Joint Venture / Corporation Phone No.: 253-770-3844 Date: 7-15-2025 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. Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 17 P-6 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, Olson Rrnthers Fxcavating Inc (Principal), and Travelers Casualty and Surety Company of America (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5%) of Bid Amount dollars ($ 5% of Bid Amount ), 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 Tess than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for GILLIAM CREEK CULVERT EROSION REPAIR, Project No. 82541202, 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 15th day of July Olson 6rnthArs Fxcavating Inc ,2025 Travelers Casualty and Surety Company of America Principal l% Surety Signature of Authorized Official Steve Olson, Vice President By Li[.(ilz_a_ e/tad_6(„..___ Att ney in Fact (Attach Power of Attorney) Julie A. Craker Title Name and address of local office of Propel Insurance agent and/or Surety Company: 1201 Pacific Avenue, Suite 1000 Tacoma, WA 98402 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. Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 18 TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and the Companies do hereby make, constitute and appoint Julie A Craker of TACOMA , Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 16th day of February, 2024. State of Connecticut City of Hartford ss. By: Bryce Grissom, Senior Vice President On this the 16th day of February, 2024, before me personally appeared Bryce Grissom, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 15th day of July , 2025 • Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. 19 P-7 STATE OF WASHINGTON ) COUNTY OF KING ) NON -COLLUSION DECLARATION ss. 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 GILLIAM CREEK CULVERT EROSION REPAIR, Project No. 82541202. a`voll 7rerrrrrgr ` .R\J ems° C s,B`�(r Pllf Idi06kP®1�+ � Signed and sworn to bef Q Signture of Notary Pu Olson Brothers Excavating, Inc. Name of Firm Signature of Authorized Official Steve Olson, Vice President Title on this j 15 day of July , 20 25 and for the tate of Washington, residing at Tacoma, WA My appointment expires: -15-2025 SEAL 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. Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Pr020ed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-8 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Olson Brothers Excavating, Inc. Address of Bidder: 6622 112th St. E. Puyallup, WA 98373 City Contractor's License No. OLSONBE113N3 License Bond Registration No. 103334409 State Zip Code WA State UBI No. 601-161-685 Dept. of L&I Worker's Comp. Acct. No. 565,502-00 Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture 1311 Incorporated in the state of List business names used by Bidder during the past 10 years if different than above: WA Bidder has been in business continuously from Bank Reference 1989 Year Heritage Bank - Alec Zarelli 253-770-7686 Bank No. of regular full-time employees: 20 Account Officer Officer's Phone No. Number of projects in the past 10 years completed: 5 ahead of schedule 20 on schedule 0 behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 36 years. Asa subcontractor for 36 years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long With Bidder Bryce Sturrock Project Manager 8 years Joni Dombrowski Project Manager 7 years Rich Pentin Superintendent 10 years Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 21 Responsible Bidder Determination Form P-9 Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and quali ications of the Surveyor. Is the Surveyor licensed in the State of/Washington (a PLS)? Yes ❑ No Surveyor's Name: / (fie % i'J =. L t e Vet // v1 vll.1 List all those projects, of similar nature and size, completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years experience working on projects of similar nature and size. Year Contract Project Name Completed Amount Owner/Reference Name and Phone Please see attached List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project N/A Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? ® No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount Gilliam Creek Culvert Erosion Repair Pr2T2led to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Rev. 5-13-14 sans. sXCariTX1(Q =!IC References and Work Completed Project Name 30TH Ave Sidewalks & Natural Drainage Year 2018-2019 Owner Seattle Department of Transportation Size/Description 1.9M Contact Elsa Tibbits (206) 445-8597 Project Name Mackey Creek Restoration Year 2018 Owner City of Redmond Size/Description 591K Contact Bassam Al -Ali (425)556-2712 Project Name 2019 Spot Sewer Repairs Year 2019 Owner Seattle Public Utilities Size/Description 1.7M Contact Stefanie Hegland (206)423-2605 Project Name Downey Farmstead Year 2019 Owner City of Kent Size/Description 400K Contact Paul Kuehne (253)856-5543 Project Name Puget Way Culvert Year 2019-2020 Owner Seattle Public Utilities Size/Description 1M Contact Steve Colony (206)423-2605 Project Name Lake to Sound Trail Segment A Year 2019-2021 Owner King County Size/Description 3 M Contact Mark Hoge (206) 263-9400 Project Name Foothills — Battersby Trail Year 2020 Owner City of Enumclaw Size/Description 820K Contact Scott Woodbury (360)615-5728 6622 112th St. East Puyallup, WA 98375 Office: 253.770.3844 Fax: 253.770.3845 23 3 O& MCCAVATING nee. Project Name Husky Terminal Lot F Redevelopment Year 2020-2021 Owner Ports America Shared Services Size/Description 3.9M Contact Brenda Martin (253) 680-2803 Project Name Husky Terminal Stormwater Upgrades Year 2021-2022 Owner Ports America Shared Services Size/Description 3.9M Contact Brenda Martin (253) 680-2803 Project Name 2021 Spot Sewer Repairs Year 2021-2022 Owner City of Seattle Size/Description 2.6 M Contact Rudy Camacho (206) 615-0490 Project Name Downey Side Channel Restoration Final Phase Year 2022 Owner City of Kent Size/Description 2.2 M Contact Paul Kuehne (253) 856-5543 Project Name Little Rock Road SW Year 2022 Owner Thurston County Size/Description 800,000 Contact Marcus Storvick (360) 867-2283 Project Name Sidewalk Improvements—CIP20-10 Year 2022 Owner City of Sumner Size/Description 1.5 M Contact Andrew Leach (253) 299-5711 6622 112th St. East Puyallup, WA 98375 Office: 253.770.3844 Fax: 253.770.3845 24 Responsible Bidder Determination Form P-10 Has Bidder ever been found guilty of violating any State or Federal employment laws? RI No 0 Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? ® No 0 Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? ® No 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? ® No 0 Yes If yes, please state: Date Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: Steve Olson, Vice President Date: 7-15-2025 Rev.4-15-09 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 25 P-11 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT C—. (ea (ke--/- r 7D�c2) Il - C"' rt)i 6/c)rI ,Z,tt_911 1/ .1)0e," = 2Cie Camv) (/er zit 6' D 2)) 2 fir) 67,t.1Y7 Labor to be used: Yni j e/a l r 2. 1 itiz erg Olson Brothers Excavating, Inc. Signature of Authorized Official Steve Olson, President Title Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Prc28ed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal P-12 PROPOSED SUBCONTRACTORS Name of Bidder Olson Brothers Excavating, 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: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names. of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Gilliam Creek Culvert Erosion Repair Rev. 5-13-14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 27 CITY OF TUKWILA OFFICE OF THE CITY CLE K Jennifer Marshall, Deputy City Clerk BID OPENING GILLIAM CREEK CULVERT EROSION REPAIR PROJECT PROJECT NUMBER: 825 412 02 July 15, 2025 — 10:00 A.M. aids were accepted until the hour of 9:30 a.m. via USPS mail and in -person at the City Clerk's front counter. Bidders could access the bid opening and hear bids read publicly aloud via Microsoft Teams, by dialing (253) 292-9750, Conference ID: 136 653 345# BIDDER NAME & DATE OF RECEIPT Hoffman Construction, Inc Jul 15 2025 @ 9:30AM TMC Contractors, LLC JuIll 15 2025 9:30AM Olson Brothers Excavating, Inc Jul 15 2025 9:30AM Southworth & Sons, Inc Jul 15 2025 © 9:30AM Northwest Cascade, Inc Jul 15 2025 @ 9:30AM ADDENDA ACKNOWLEDGED (0) TOTAL BID PRICE (Including Tax) $182,639,64 $312,394.96 $346,606.55 $448,854.19 $518,064.53 $339/834.76 APPARENT LOWEST BIDDER (RANK ORDER) The above figures appear as written within bid documents; and as read aloud at bid opening. THEY DO NOT, however, REPRESENT ANY BID AWARD; apparent low or otherwise. DATED this 15th day of July 2025. 28 TO: FROM: BY: DATE: SUBJECT: Thomas McLeod, Mayor Public Works Department - Jen Tetatzin, PE, PMP - Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Services Jen Tetatzin, Public Works Director Josh Hopkins, Project Manager August 11, 2025 Surface Water Fund — Chinook Wind Extension Project Numbers 92341202 Design Contract with Herrera, Inc. — Amendment No. 1 ISSUE Approve Amendment #1 to contract 25-045 in the amount of $21,838 with Herrera, Inc. for design services. BACKGROUND This project will develop shoreline habitat restoration and connect Tukwila's Duwamish Gardens and King County's Chinook Wind within recently acquired City property for the Maintenance & Engineering (M&E) Building Project and provide the `missing trail link' that establishes a continuous trail along the Duwamish River between TIB and East Marginal Way. This project was identified in the 2013 Duwamish Gardens Opportunities for Expansion Concept Plan, 2019 Public Works Facility Preferred Master Plan, and the 2021 WRIA 9 Salmon Habitat Plan Update, a Tier 1 project (Duw-7a). DISCUSSION This project was taken to approximately 50% design as the shoreline improvements component of the M&E Project, which is being managed though the mayor's office. In 2024, the city downsized the M&E project due to budget constraints, which resulted in, among other things, the uncoupling of the shoreline restoration project. This project, known as the Chinook Wind Extension CIP, is now managed by Public Works staff, and retains the services of Herrera, Inc., the designer of record for the shoreline work to date. The original contract scope (post M&E) included two alternatives and a 60% design package. Amendment number 1 adds a third alternative to develop a hydraulically connected option with Chinook Wind to increase ecological function. If successful, King County would adopt the project and integrate it into their Mitigation Banking program, the City would continue with the trail component only. If integration proves to be infeasible or otherwise unsuitable, the design team will shift back to the original two alternatives and develop the shoreline habitat restoration without integration with Chinook Wind (hydraulically). The project would continue to be supported by awarded grant funding from KC. The advantage of King County taking over the project is the County would be responsible for post construction maintenance responsibilities for 10-years. The shoreline would ultimately be returned to the City after the maintenance period, similar to Chinook Wind. FISCAL IMPACT The project's design work under the M&E Project was by $280,000 grant from King County's Open Space and River Corridors grant program. Surface Water Utility revenue was used for the intermediary contract (25-045) with Herrera for rescoping and stakeholder coordination with King County. KC OSRC Grant will be used to reimburse Amend. No. 1. Tukwila has been notified of pending grant awards of $1.6M for further design and construction costs. Contract Amount Amount Funding Source Amount Contract 25-045 $99,890.00 Enterprise 412 Surface Water Funds $99,890.00 25-045 Amend. #1 $21,838.00 King County OSRC Grant $21,838.00 Total: $121,825.00 Total: $121,825.00 RECOMMENDATION Council has been asked to approve Amendment No. 1 to contract 25-045 for $21,838.00 with Herrera Environmental Consultants, Inc. and consider this item on the Consent Agenda at the September 8th Special Meeting. Attachments: CIP Sheet - Chinook Wind Extension; Amendment No.1 29 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2025 to 2030 PROJECT: Chinook Wind Extension Project # 92341202 Project Manager Mike Perfetti Department Surface Water DESCRIPTION: JUSTIFICATION: Following the Public Works Facility Preferred Master Plan (2019) and the Duwamish Gardens Opportunities for Expansion Concept Plan (2013), this project will develop connecting shoreline habitat and the 'missing trail link' between Duwamish Gardens and Chinook Wind within recently acquired City property. This is a Tier 1 project in the WRIA 9 Salmon Recovery Plan, fulfilling a core recovery strategy of restoring, protecting and enhancing estuary habitat in the Duwamish River. The trail connection has been discussed in the community for many years and is anticipated to be part of larger, popular shoreline trail. STATUS: The project is currently at 50% design. MAINTENANCE IMPACT: COMMENT: FINANCIAL (in thousands) This is a work in progress. The Green Infrastructure Program Proposal is intended, in part, to address maintenance needs for PW-initiated habitat restoration projects and helping to alleviate pressure on Parks' given resource constraints. Note that vegetation management maintenance needs decrease over time as planted vegetation matures. 3 years is considered a rule of thumb for plant establishment. This grant funded project is being implemented as part of the PW Shops Ph 2 project. There are expectations by the granting agency that the project will be constructed. It is the middle link of the Duwamish Gardens/Chinook Wind trail and "blue belt" aquatic restoration corridor. 2025 2026 2027 2028 2029 2030 Beyond TOTAL Project Costs Project Mgmt (Staff Time/Cost) Design Construction Mgmt. Construction Contingency $ 10 $ 50 $ 200 $ 1,000 $ 25 $ 10 $ 50 $ 200 $ 1,000 $ 25 Total Project Costs $ 1,285 $ 1,285 Project Funding Proposed Grant Utility Revenues $ 1,000 $ 285 $ 1,000 $ 285 Total Project Funding $ 1,285 $ 1,285 30 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number:25-045 CONTRACT FOR SERVICES Amendment #1 Between the City of Tukwila and Herrera Inc. That portion of Contract No. 25-045 between the City of Tukwila and Herrera Inc. for the project titled Chinook Wind Extension — Design Services is hereby amended as follows: Section 2, Scope of Services: The following language shall be added to the end of the existing Section 2: In addition, work under this contract shall include reimbursement for services, direct expenses, and costs associated with the additional contract scope of services as described in Exhibit A- 1 and B-1, attached. Section 3: Duration of Agreement; Time for Performance: Section 3 is hereby amended to read as follows: This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2025, 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, 2025 unless an extension of such time is granted in writing by the City. Section 4, Payment: Section 4A is hereby amended to read as follows: Payment for the work provided by the Consultant shall be made as provided on Exhibits "B" provided that the total amount of payment to the Consultant for that work shall not exceed $99, 987.00 without express written modification of the Agreement signed by the City. Payment for the work provided by the Consultant shall be made as provided on Exhibit A-1 and B-1 attached hereto, provided that the total amount of payment to the Consultant for that work shall not exceed $121, 825.00 without express written modification of the Agreement signed by the City. The maximum amount payable under this contract as amended inclusive of all fees and other costs shall not exceed $121,825.00 without express written modifications of the Agreement signed by the City. CA Reviewed May 2020 Page 1 of 2 31 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number:25-045 All other provisions of the contract shall remain in full force and effect. Dated this CITY OF TUKWILA day of , 20 Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Andy Youn-Barnett, City Clerk APPROVED AS TO FORM: Office of the City Attorney CONTRACTOR: By: Printed Name: Theresa M. Wood Title: Vice President 32 CA Reviewed May 2020 Page 2 of 2 Al Science + Planning + Design On November 13, 2024, Mike Perfetti authorized Herrera Environmental Consultants (Herrera) to prepare a scope of work and cost estimate to perform engineering design for the City of Tukwila (the City). An initial scope and budget were agreed to on February 10, 2025. On May 29, 2025, Joshua Hopkins authorized Herrera to revise the scope and budget based on discussions to date with King County. Herrera will advance the preliminary Duwamish shoreline restoration design developed for the Tukwila Public Works Administrative Campus project as a separate project and, in this initial step, evaluate the feasibility of integrating the design with the King County (the County) Chinook Wind Mitigation project. The revised project will be referenced as the Chinook Wind Extension Project. This scope of work includes a discussion of the activities, assumptions, deliverables, and a schedule associated with this project. w s k 6""'"" II e�;t II IIIII � . g e me t Herrera's project manager, Christina Merten, will be responsible for ongoing administration of the project, including preparing invoices and progress reports, as well as coordination of work efforts with the designated client point of contact (Josh Hopkins or Mike Perfetti). Herrera's project manager will have phone and e-mail contact with the City on an as -needed basis. Herrera will use an established system of quality assurance/quality control review to ensure high quality deliverables that comply with the requirements of the scope of work, as well as provide responsive and technically accurate work product. Work products will be reviewed by technical leads, technical editors, the project manager, and ultimately by the Principal In Charge and Licensee of Record, Jeff Parsons. °°• IIr 3 es • Herrera PM will attend virtual project status update meetings for up to 30 minutes per month. • Progress reports and invoices. July 23, 2025 08574_scopeofwork_updatejuly_2025_clean.docx Page 1 of 4 HERRERA 33 SC PE S C Ir" 2 C nity S Ir" Ir" 9 Ir" rn Herrera will work with the City and the County Mitigation Reserve Program to determine what revisions to the Chinook Wind Mitigation Site will be allowed by the County and the Interagency Review Team (IRT) that regulates the Chinook Wind Mitigation Site. Work will include revision of hydraulic models for the combined sites based on updates to the Shoreline Restoration Design Development level grading design developed in 2024. It is anticipated that this updated grading plan (Conceptual Grading Option 3) would be to a 30% design level of detail. Herrera will hold an internal design charette with our geomorphologists, restoration engineers, landscape architects, and mitigation specialists to refine the Option 3 design based on modeling results. Herrera will then meet with the City and County for a design workshop to review modeling results and recommended refinements. If the workshop results in additional refinements to be made that would affect model results, Herrera will refine the design and conduct a second model run that incorporates the new configuration. Herrera will then coordinate an updated design workshop between the City and County to review all modeling results to date and determine if any additional design refinements are needed or suggested. If design refinements are identified that would affect model results Herrera will conduct a third model run to determine potential effects of design refinements. If the design refinements do not result in changes that need to be modeled, Herrera will run the model on the design option with the least grading (Option 1 or 2) to determine project results if the Tukwila site is not fully integrated with the Chinook Wind mitigation area. Up to two meetings each with the Muckleshoot Indian Tribe and County outside of design charettes to review potential updated shoreline restoration concepts and modeling results are included. Herrera will produce a web map to support collaborative review and decision -making as part of this Task. The web map will be hosted within Herrera's ArcGIS Enterprise environment, and will allow authorized users from the City, County and Muckleshoot Indian Tribe to explore both existing conditions and up to two proposed design scenarios for the project area. Each scenario will be represented as a separate set of data layers, enabling viewers to toggle individual layers on and off to compare elements such as topography, habitat types, trails and parcel boundaries. This work will involve coordinating meetings, attending meetings, and documenting action items and key decisions made during meetings. Meetings will be held between February through October 2025. Based on discussions and agreements arrived at during meetings, Herrera will meet with the City and County to determine what constraints may be placed on the overall design and performance standards for the project that would need to be documented in a Memorandum of Understanding (MOU). Herrera will then work with the City and County to draft a MOU to document decisions that will influence the design of the Chinook Wind Extension project going forward. This MOU will be submitted to the City in draft format by December 31, 2025 for the City to finalize and receive agreement on with the County once IRT agreement is reached for the revised design. July 23, 2025 tw08574_scopeofwork_u pdatej u ly_2025_clea n.docx Page 2 of 4 34 HERRERA SC PE Assu iil11 • The City and Herrera staff will attend a virtual project kickoff meeting for up to 2 hours to discuss project design focus and needs. Herrera project manager and technical staff will attend the meeting, which will include a landscape architect, restoration engineers, and biologists. (This has been completed as of the July scope update) • The County will share with the team the one-dimensional hydraulic model developed to design the original Chinook Wind Mitigation Site project. (This has been completed as of the June scope update) • Topographic information from the Chinook Wind Mitigation Site as -built and the existing Tukwila shoreline restoration model will be merged into a single topographic surface. (This has been completed as of the July scope update) • Hydraulic modeling created for the Tukwila Public Works Administrative Campus will be updated for existing conditions and up to three alternatives of minor site adjustments based on advancement of 30% design. • Profile for the proposed alignment for a flow through or high flow flow -through to convey slope gradient for sediment transport and erosion and supporting cross sections at key transitions to slope relationship for scour and to also illustrate habitat types based on elevations. • The model software to be used will be HEC-RAS 2D. • No new topographic survey will be required. • The design concept and modeling does not evaluate or consider sea level rise or other projected climate changes. • Coordination does not include coordination or meetings with the Federal Emergency Management Agency (FEMA) or Conditional Letter of Map Revision (CLOMR) regarding revisions to design and hydraulic model results. • CLOMR/LOMR assistance will be limited to providing planning level cost estimates for obtaining CLOMR/LOMR based on model results described elsewhere in this SOW. • Herrera will coordinate, attend, and provide documentation of action items and key decisions made during meetings for up to eight virtual meetings, including design charettes and workshops, with the County, the City, the IRT, and/or the Muckleshoot Indian Tribe for up to 2 hours each. • Herrera will host a web map for the duration of this Task that will allow for up to three external read-only Iogins allowing City, County, and Muckleshoot Indian Tribe to access a read-only web map. Web map will allow users to export information but will not allow for editing. Web map will be designed for ease of use and visual comparison, but not for mor advance tools such as swiping or commenting functionality. • July 23, 2025 tw08574_scopeofwork_u pdatej u ly_2025_clea n.docx Page 3 of 4 HERRERA 35 SC PE F • King County will provide the City a summary of the potential effects on mitigation credits based on revised habitat types and areas for the combined sites. • King County will provide Herrera site monitoring data or summaries that have been conducted to date at the Chinook Wind site to inform design refinements. • Task does not cover any permit applications or revisions to applications. °°• IIr 3 es • ArcGIS Enterprise environment Web Map hosted through December 2025 with up to three external read-only logins. • Draft (MS Word version) and Final (PDF version) meeting action items and key decisions within 2 weeks of meetings, design charettes, or workshops. • Draft (MS Word version) and Final (PDF version) technical memo summarizing hydraulic modeling results based on 30% grading design update agreed to during meetings with the City, IRT and Muckleshoot Indian Tribe. • Draft (MS Word version) and Final (PDF version) technical memo describing mitigation options and potential mitigation habitat value (in summary table format) for work on the City -owned property and any proposed changes to Chinook Wind Mitigation Site habitat types, including visuals for IRT presentation support. • Draft (MS Word version) of MOU between the City and the County documenting decisions captured in meeting minutes. July 23, 2025 tw08574_scopeofwork_u pdatej u ly_2025_clea n.docx Page 4 of 4 36 HERRERA HERRERA Cos Estimate for Herrera Project No. 7/23/2025 Herrera Labor based on: Chinook Wind Extension Project 24-08574-000 Burdened Labor Rates chechde Task No. Task Start Task End D Project Management 2 2 KC MRP Coordination 2025 2026 B1 Merten, Christina Parsons, Jeff Van Orden, Emma Forester, Kate Rapoza, Danielle Crickmore, Ian David Fox, Michelle Marshall, Eric Webber, Michael Dendall, Tamara Nichols, Allison Lux, Gretchen Holtz, Liza (Mary) Trolio, Nicole Siegel, Andrew Scientist VII Engineer VI Engineer IL Landscape Architect VI Scientist III GIS Analyst V Administrative Coordinator III CAD Designer V Project Accountant III Engineer I Engineer III Scientist V Landscape Designer II Marketing Specialist IV GIS Analyst III $316.87 $305.33 $163.24 $254.78 $154.17 $203.24 $130.27 $189.17 $148.66 $127.08 $177.05 $257.49 $136.88 $163.07 $162.63 23 4 4 4 4 2 1 4 15 1 1 Total Hours per Task Subtotal Labor Subtotal Herrera Labor Grand Subtotal Grand Total 68 $15,430 $15,430 $15,430 54 51 110 43 66 4 12 13 30 34 15 40 41 6 16 77 55 114 47 70 6 7 17 68 72 16 16 27 27 543 611 $106,394 $121,825 $106,394 $121,825 $106,394 $121,825 $121,825 Note: Herrera adjusts labor rates annually in January unless contract specifies otherwise. 38 TO: FROM: BY: CC: DATE: SUBJECT: Thomas McLeod, Mayor Public Works Department - Jen Tetatzin, PE, PMP - Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Services Committee Jen Tetatzin, Public Works Director Adam Cox, Interim Traffic Engineer Mayor Thomas McLead August 22, 2025 Traffic Signal Assessment and Repair Recommendation Amendment #2 ISSUE Authorization to award Amendment #2 of the Traffic Signal Assessment and Preventative Maintenance Program contract. BACKGROUND The City is responsible for 64 signalized intersections that require routine maintenance and occasional repairs in response to damaged infrastructure. While updating the required timing sheets for each intersection during the traffic signal assessment, it was observed that a pedestrian clearance timing study was required. This study analyzed the signal phase timing to ensure they account for the additional pedestrian crossing times recommended by the Manual for Uniform Traffic Control Devices (MUTCD). The pedestrian clearance timing study was performed as part of the scope of work in Amendment No. 1. ANALYSIS Amendment #2 will update and reconfigure the City's traffic signal system to reflect the new pedestrian crossing times identified in Amendment #1. The scope of work includes: • Reviewing and updating the Tactics central database to ensure accurate configurations for all 34 intersections. • Adjusting signal coordination plans at 24 intersections to function properly with longer pedestrian clearance times. • Conducting a peer review of programming at 10 intersections where new M-60 controllers replaced older models, to ensure all settings were preserved. • Providing follow-up support to integrate the system with Lucity, establish remote access, and perform field testing. The City does not have the in-house expertise for these specialized updates, and consultant support from Psomas is required to complete the work. FINANCIAL IMPACT Amendment No. 2 will use the available funds programmed for the CIP Annual Traffic Signal Program Project: 80010404. Psomas Services Amendment #1 Amendment #2 Total: Cost $176,622.00 $44,748.00 $59,876.00 $281,246.00 ARPA Funds ARPA Funds CIP Project 80010404 Funding $176,622.00 $44,748.00 $59,876.00 $281,246.00 Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 39 Traffic Signal Assessment and Repair Recommendation Amendment #2 August 22, 2025 Page 2 RECOMMENDATION The council is being asked to approve Amendment No. 2 for $59,876 to perform the additional scope of services. Attachments: Amendment No. 2 Exhibit A — Scope of Services Exhibit B — Cost Computations Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 40 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 24-070 CONTRACT FOR SERVICES Amendment #2 Between the City of Tukwila and PSOMAS That portion of Contract No. 24-070 between the City of Tukwila and PSOMAS is hereby amended as follows: Section 2, Scope of Services The following language shall be added to the end of the existing Section 2: In addition, work under this contract shall include reimbursement for services, direct expenses, and costs associated with the additional contract scope of services as described in Exhibit A attached. Section 4, Payment Section 4A is hereby amended to read as follows: Payment for the work provided by the Consultant shall be made as provided on Exhibit B provided that the total amount of payment to the Consultant for that work shall not exceed $281,246.00 without express written modification of the Agreement signed by the City. The maximum amount payable under this contract as amended inclusive of all fees and other costs shall not exceed $281,246.00 without express written modifications of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this day of , 20 CA Reviewed May 2020 Page 1 of 2 41 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 24-070 ** City signatures to be obtained by ** Contractor signature to be obtained by City Clerk's Staff ONLY. ** sponsor staff. ** CITY OF TUKWILA CONTRACTOR: Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Andy Youn, City Clerk APPROVED AS TO FORM: Office of the City Attorney By: Printed Name: Title: 42 CA Reviewed May 2020 Page 2 of 2 PS O M A S Balancing the Natural and Built Environment Exhibit A — Scope of Services Supplement 2 — Tactics Database Updates 1. Task#1: Project management Project management, meetings and administrative tasks. 52hrs 2. Task #2: Tactics Database Assessment, Review and Updates: The pedestrian clearance timing task has revealed the need for a thorough review of the current Tactics database. Since the Tactics system was inoperable for several years, the information stored in the central database is not consistent with the current on -street configurations. 4 hours of additional time is needed to examine each of the 34 current intersections in Tactics Central for accuracy, compare database configurations to intersection configurations, and update configurations for each intersection to ensure central database accuracy. (34x4 hrs.=128). The pedestrian clearance timing study has created the need to modify the signal coordination plans of 24 intersections to accommodate the additional walk/don't walk time required for pedestrians. 3 hours per intersection is needed to ensure that the coordination plans of each intersection will function properly with the increased pedestrian clearance times. (24x3 hrs.=72). City Signal staff have replaced 10 Traconex controllers with new M-60 models. Conversions of controllers can be complex, requiring site analysis and extensive programming. These conversions warrant a configuration peer review to ensure undocumented configurations are maintained in the new controller conversions. (10x5 hrs.=50). Follow-up TMC assistance to establish remote access for tech support, Lucity integration, support and field testing. The Lucity integration requires additional coordination meetings and field testing. 60 hrs. 43 EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS Client: Project Name: Psomas Inc. Project Number: Date: City of Tukwila City Wide Signal Assessment 9TUK010900 - Supplement 2 6/30/2025 Task No. Task Description Labor Hour Estimate Hours and Labor by Task Principal Engineering Manager Senior Engineer I1 Design Engineer I Engineering Technician Office Admin Total Cost Computlons $292.00 $228.00 $207.00 $134.00 $115.00 $111.00 Hours Totals Task 1 Project Management 1.1 Project Management and administrative services 8 12 10 2 32 $ 7,364.00 1.2 Meetings as needed 12 8 20 $ 3,656.00 Task Total 8 24 10 0 8 2 52 $ 11,020.00 Task 2 Tactics Database Assessment, Review, and Updates 2.1 (Tactics Database Assessment, Review, and Updates 8 80 8 106 108 310 $ 48,856.00 Task Total 8 80 8 106 108 0 310 $ 48,856.00 Total Labor Hours and Fee 16 104 18 106 116 2 362 $ 59,876.00 Total Estimated Budget $ 59,876.00 44 City of Tukwila Thomas McLeod, Mayor INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Services Committee FROM: Nora Gierloff, DCD Director BY: Alison Turner, Sustainable Transportation Program Manager CC: Mayor McLeod DATE: August 18, 2025 SUBJECT: Commute Trip Reduction Grant 2025-2027 ISSUE The Transportation Demand Management (TDM) Program is asking for approval to accept the WSDOT CTR formula grant. The City has been allocated $103,200 for the 2025-2027 biennium. BACKGROUND The City's Commute Trip Reduction (CTR) Program is mandated by the state and has been operational since 1991. There are 17 CTR-affected worksites in Tukwila (including the City of Tukwila). Employers are required to complete biennial Program Reports and Employee Surveys to track progress toward goals. The TDM Program provides many services to assist employers with implementation of CTR Programs including consultation, training for Employee Transportation Coordinators, and employee outreach support. DISCUSSION WSDOT has provided a biennial allocation for the CTR Program since 1993. Funding had been flat at $74,204 for many years but as a result of the Move Ahead Washington transportation package passed in 2022, the funding formula was updated and the amount increased to $93,300 in 2023 and to $103,200 this biennium. The work plan will include updating the City's CTR Ordinance #2201 and associated municipal codes, which were originally adopted in 2008. FINANCIAL IMPACT There will be no impact to the general fund. The allocation provides a consistent source of funding for the TDM Program, which is leveraged for additional TDM grants. RECOMMENDATION The Council is being asked to accept the WSDOT CTR formula grant and consider this item on the Consent Agenda at the September 8, 2025, Special Meeting. ATTACHMENTS Attachment A: CTR Award Letter Tukwila City Hall • 6200 Southcenter Baulevard • Tukwila, WA 98188 • 206-433-1800 • ite:: TukwifQWAgaav 45 ashinglt wn at e art r; l August 6, 2025 Alison Turner City of Tukwila 6300 Southcenter Blvd Tukwila, WA 98188 n Trairnspoir1aUo,n Buildiung 310 MapIIP Park Avenue IP.Q. If3ox 417300 0I1.ympplla., WA 9850,4 7300 360.""705 ""7000 if lily': 1 -800.-833.-6388 www.wssdot.wa..gov Subject: 2025-2027 Commute Trip Reduction formula grant distribution Dear Alison Turner: Congratulations! We are pleased to distribute your organization's Commute Trip Reduction (CTR) formula grant for the 2025-2027 biennium. The Washington State Department of Transportation (WSDOT) is distributing CTR grant funding to 27 organizations across the state to assist regional transportation planning organizations, counties, cities, and towns in implementing CTR plans. Awards are contingent upon the availability of state funds. Program Commute Trip Reduction Emergency Ride Home Total Award CTR formula distribution for 2025-2027 $103 200 $103 200 The Transportation Demand Management Technical Committee determined your allocation of formula funds. CTR formula funds are reimbursable for grant -related activities beginning July 1, 2025. Project expenditures accrued prior to this date may not be charged to your award. Sasha James, CTR projects planner, is your primary WSDOT contact, who will assist you with all aspects of your project. You can reach Sasha at sasha.james@wsdot.wa.gov or (360) 705- 7887 should you have questions or concerns. We look forward to finalizing your grant agreement and funding your project so that we can help you provide valuable services in your community. Again, congratulations! 46 Alison Turner August 6, 2025 Page 2 Sincerely, Jill Nordstrom, grants and community partnerships manager Public Transportation Division JN:dl cc: Christopher Andree, City of Tukwila Sasha James, WSDOT Firas Makhlouf, WSDOT Evan Olsen, WSDOT Ricardo Gotla, WSDOT 47 48 City of Tukwila Thomas McLeod, Mayor INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Services Committee FROM: Nora Gierloff, DCD Director BY: Alison Turner, Sustainable Transportation Program Manager CC: Mayor McLeod DATE: August 18, 2025 SUBJECT: TDM Regional Mobility Grant Program Award 2025-2029 ISSUE The Transportation Demand Management (TDM) Program is asking for approval to accept a WSDOT Regional Mobility Grant (RMG) Program award. The City has been awarded $416,000 for the 2025- 2027 biennium and is projected to receive $416,000 for the 2027-2029 biennium. BACKGROUND The TDM Program successfully applied for a new 4-year "Tukwila and South King County TDM" project to continue providing regional TDM services. This is the third time the TDM Program has been awarded funding from the Regional Mobility Grant. DISCUSSION The scope of the 4-year (July 2025 to June 2029) project is to provide TDM programming and services to employers, residents, and workers in Tukwila and South King County to reduce drive -alone travel and traffic congestion. The project will use TDM strategies to increase the use of transit, carpooling, active transportation, telework, and new mobility services. Strategies include outreach, education, and incentives such as ORCA cards and safety gear to encourage sustainable transportation choices. FINANCIAL IMPACT There will be no impact to the general fund. Local match (20% of the project budget, $208,000) will be provided by the City's Commute Trip Reduction grant funding, plus any local in -kind funding should there be any. RECOMMENDATION The Council is being asked to accept the WSDOT Regional Mobility Grant Program Award and consider this item on the Consent Agenda at the September 8, 2025, Special Meeting. ATTACHMENTS Attachment A: Regional Mobility Grant (RMG) Award Letter Tukwila City Hall • 6200 Southcenter Baulevard • Tukwila, WA 98188 • 206-433-1800 • ite:: TukwifQWAgaav 49 ashingt n"fat Bart 'rr p% n June 12, 2025 Thomas McLeod City of Tukwila 6200 Southcenter Blvd, #100 Tukwila, WA 98188-2544 n Subject: 2025-2027 Regional Mobility Grant Program award Dear Thomas McLeod: Trairnspoirtatiloun Buildiung 310 Maplle Park Avenue IP.Q. If3ox 47300 0I1.ymppdi&., WA 9350,4 7300 360.""705 ""7000 if lily': 1 -800.-833.-6388 www.wssdot.wa..gov Congratulations! The Washington State Department of Transportation (WSDOT) is pleased to award your organization's Regional Mobility Grant for the 2025-2027 biennium. Listed in the table below is your funded project, contingent upon availability of state funds: Project 2025-2027 award 2027-2029 projected Tukwila and South King $416,000 $416,000 County TDM Regional Mobility funds are reimbursable for grant -supported activities beginning July 1, 2025. Project expenditures accrued prior to this date are not eligible for reimbursement. Matthew Cramer, community transportation planner, is your primary WSDOT contact who will assist you with all aspects of your project. You can reach Matthew at matthew.cramer@wsdot.wa.gov or (360) 709-8259. If you determine at any point that you are unable to successfully implement your project, your matching funds sources are no longer available, or you are unable to meet your application's pledged match, please contact Matthew as soon as possible. We appreciate the valuable services your agency provides. We look forward to finalizing your grant agreement and funding your project. Again, congratulations! Sincerely, Jillian Nordstrom, grants and community partnerships manager Public Transportation Division 50 Thomas McLeod June 12, 2025 Page 2 cc: Alison Turner, City of Tukwila Firas Makhlouf, WSDOT Matthew Cramer, WSDOT Beth Le Duc, WSDOT Evan Olsen, WSDOT Megan Reardon, WSDOT 51 52 City of Tukwila Thomas McLeod, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Nora Gierloff, Department of Community Development Director BY: Alison Turner, Sustainable Transportation Program Manager CC: Mayor McLeod DATE: August 18, 2025 SUBJECT: King County TDM Agreement Amendment ISSUE The Transportation Demand Management (TDM) Program is asking for approval to amend contract 23-023 with King County Metro to increase the passthrough funding amount by $31,625. The original contract with King County Metro was for $225,000 through 2024. The contract was amended to add $30,375 and extend the contract through 2025. This second amendment will add $31,625 and bring the total to $287,000. This second amendment is coming forward for Council approval because per our contracting and purchasing policy, the first and second amendments combined push the threshold beyond the Mayor's signature authority. BACKGROUND The passthrough funding source for this agreement is a federal Congestion Mitigation and Air Quality Improvement Program grant. The City of Tukwila TDM Program has received King County passthrough funding in 2016/17, 2017/19, 2020 and 2021/22. Funding is used to provide TDM services on behalf of King County Metro to help people use sustainable transportation options and reduce drive -alone travel in Tukwila and South King County. FINANCIAL IMPACT There will be no impact to the general fund. RECOMMENDATION The Council is being asked to approve the amendment to contract 23-023 with King County Metro, increasing the amount by $31,625, and consider this item on the Consent Agenda at the September 8, 2025, Special Meeting. ATTACHMENTS Attachment A: Amendment 2 - Tukwila TDM Agreement Tukwila City Hall • 6200 Southcenter Baulevard • Tukwila, WA 98188 • 206-433-1800 • ite:: TukwifQWAgaav 53 CONTRACT AMENDMENT Contract Title: 2023-2024 City of Tukwila Transportation Demand Management Agreement Contractor: City of Tukwila Contract No.: Address: 6200 Southcenter Blvd. SR-0000190120 CPA 6263915 Tukwila, WA 98188 Amendment No.: 2 AMENDMENT EFFECTS ❑ Change of Scope ❑ Contract Extension ® Add Additional funds ❑ Terms and Conditions King County Metro contracted the City of Tukwila through a subrecipient agreement to provide Transportation Demand Management (TDM) services to help people use sustainable transportation options and reduce drive -alone travel in Tukwila and South King County. Contract Amendment 1 includes: In accordance with Section 2 of Contract CPA 6263915 this Contract Amendment is entered into by and between King County and the City of Tukwila. The Purpose of this Contract Amendment is to add additional funds. Now, therefore, the parties agree to modify the Contract as follows: 1. Increase the Not to Exceed amount from $255,375 for a new Not to Exceed amount of $287,000. All other provisions of the Contract, as previously modified, shall remain in full force and effect. This Amendment shall be effective as of the date signed by King County below. IN WITNESS HEREOF, THE PARTIES HERETO HAVE CAUSED THIS AMENDMENT TO BE EXECUTED AND INSTITUTED WHEN COUNTERSIGNED BY KING COUNTY. King County, Washington Contractor By By Title Title Date Date Ver. 3/13 54