Loading...
HomeMy WebLinkAboutTIC 2017-06-13 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Committee • Kate Kruller, Chair • Joe Duffie • De'Sean Quinn AGENDA Distribution: R. Turpin K. Kruller Deputy Clerk J. Duffie Clerk File Copy D. Quinn 2 Extra D. Robertson Mayor Ekberg Place pkt pdf on Z: \Trans & D. Cline Infra Agendas L. Humphrey e-mail cover to: A. Le, B. Giberson C. O'Flaherty, K. Kruller, R. Tischmak D. Robertson, D. Almberg, G. Labanara B. Saxton, S. Norris, P. Brodin L. Humphrey TUESDAY, JUNE 13, 2017 — 5:30 PM FOSTER CONFERENCE ROOM — 6300 BUILDING Next Scheduled Meeting: Tuesday, June 27, 2017 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. Item Recommended Action Page 1. PRESENTATION(S) Puget Sound Energy Green Direct Pg. 1 2. BUSINESS AGENDA a) Cascade View Safe Routes to School Phase II a) Forward to 6/19/17 Pg. 17 Bid Award Regular Consent b) Major Maintenance on 3 Bridges b) Forward to 6/19/17 Pg. 25 Bid Award Regular Consent c) 2017 Small Drainage Program c) Forward to 6/19/17 Pg. 31 Bid Award Regular Consent d) Resolution to Surplus City Equipment for 2017 d) Forward to 6/19/17 Pg. 37 Regular Consent e) Purchase Multi - Channel Water Monitoring System e) Committee Approval Pg. 47 3. SCATBd 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Tuesday, June 27, 2017 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Committee FROM: Laurel Humphrey, Council Analyst CC: Mayor Ekberg DATE: June 7, 2017 SUBJECT: Puget Sound Energy- Green Direct ISSUE Presentation from Puget Sound Energy on Green Direct DISCUSSION The following information was provided by Puget Sound Energy: Background Schedule 139, Voluntary Long Term Renewable Energy Purchase Rider, was approved by the Washington Utilities and Transportation Commission (WUTC) and became effective on September 30, 2016. The tariff, referred to as Green Direct, falls under the rules governing utility green pricing options found in Washington RCW 19.29A - Voluntary Option to Purchase Qualified Alternative Energy Resources. Puget Sound Energy (PSE) already offered three products consistent with the state law: the Green Power Program (Schedule 135) for residential and small - commercial customers; Large Volume Green Power (Schedule 136) which provides a volume discount for purchases of at least 1,000 MWh, annually; and Bulk Renewable Energy Credit (REC) Purchases whereby customers can acquire a minimum of 10,000 MWh of excess RECs from PSE's wind projects. All three of these products involve the sale of RECs. However, PSE found that many of our large commercial and municipal customers were looking for something different to help them meet their goal of lowering their carbon footprint with cost - effective alternatives to the PSE portfolio. They wanted the benefit of long -term pricing and direct access to new renewable energy projects. As a result of numerous discussions and stakeholder input, PSE created Green Direct - a product that allows the utility to procure and sell fully bundled renewable energy to large commercial and municipal customers, from a specified wind resource, and within the Washington regulatory framework. Defining Principles During the creation of this product, PSE met with many commercial and municipal customers to gauge their interest and align the key components. In addition to customer discussions, PSE also conferred with representatives from the World Resources Institute (WRI) as well as the Edison Electric Institute (EEI). The WRI and the World Wildlife Fund (WWF) started a discussion with some of the country's best known commercial firms, which resulted in the "Corporate Renewable Energy Buyers' Principles." The principles are consistent with PSE's findings and provide support for PSE's plan to provide a few new choices. The top priorities in the principles are: INFORMATIONAL MEMO Page 2 • Greater choice in procurement options for renewable energy, • More access to cost competitive options, • Access to longer -term and fixed price contracts, • Access to new projects that reduce emissions beyond business as usual, • Streamlined third -party financing, and • Opportunity to work with utilities and regulators to ensure fairness in costs and benefits. RECOMMENDATION Discussion ATTACHMENTS • Green Direct PowerPoint • Tukwila Model 2 Lw--.� i [a ,0} y y, d� > ? \2 FIN- 6<Z » »2 y.� ; ? ».2 ; ? ».2 «� BE \ \� yam« � �� ° Q/) W4 U V) con W4 .......... IN 4111.1 0 z 0 4W A.. III of �� e -3 ru irlL ru All, MW CL a 511 . .......... in 0 tit, F, 0 it a) -0 a) a, a) 0 CL a) E C14 X > iu 00 UJ e! > cr- < w w ---- ui <°ts LO (V cr U-) co LO 95 N 75 C) a) W E E 0 I—D aid dn3ll 9AV co gad Nvr OBO 0 U- AON sn a - 100 16 d9S 0 onv rrrrrmaaaanrramiirairrrrrrrrrrrk Nnr ),VV4 Ndv HVV4 L1 Y E 9A=l C, 0 mililmlo f D UJ 0 " >- 14, AVO aid W OAV w F— CO (D CN CO CO CIJ LO i CO "T � CM CO (D — I- r— m — LD LO LO CO C7 m U-) o w w CEO C,4 04 11 6q 1619 , m A co E (D CD C) (D U? C) clS 0 0 0 Cl C) M, (` cl7, m co co M CL N CW N C14 C-4 0f1 (4 > ex t- " r- �; r— �2 m C) L6 C2 D -I' o Clq f- U) CO r4 '40) 00000'' C'i Co 9 C). P CD. 9 C? 0 CD 0 0 0 I I I I m A O > ex 0 Cj a) = c) -0 -0 -2 C-6 E a) L) Ck con w(D �6 2 C'4 > cc W 2" co M O tkY CL -6 U o o 0 Im t; 2) a) J= LLJ (D �T) W w ui 0 m N - I w C) 0 w CL LLB Sa X O (I C-4 m (1) — M ED o = Co CO F- L) m A y� > < > »: \�\ y.� N'10 �^ m m \ \� yam« � �� ° y.� 6<Z » »2 , > . � N'10 �^ m wm \ \� yam« � �� ° F/U F% FIN ................ o 0 IL + LO a) 00 " 64 (D oi IT- In : IR "Ell I cli -6 cu 0 -j 011 BO a-- L- L- 0 as E o UJ 0 0 as 0 (n ui Gi 0 as E f t 0 0 E 0 ji ui 10 cu 1-0 0-1 co cli 0 cu F- 0 -j "Ell I cli -6 cu 0 -j 011 BO a-- L- L- 0 as E o UJ 0 0 as 0 (n ui Gi 0 as E f t 0 0 E 0 ji ui 10 rr ii Co G ,---0 q E E 0 E M > E_ll 4 Cr MY EEL 11 0 co 0 co c� cep is a as m co LLI Lij z z LC7 LO Gl IL GAG LLI LLI U) ui co a_ Lij IL MY EEL 11 0 o Gl GAG ui CL MY EEL 11 y� > 6<Z » »2 < > »: , > . � r. w \� < > »: \ \� yam« N 12 9 mo MOM I 0 -4--1 _0 0 0L x a E 0 CL x w 0 CL qi E (D z .j C: $NOW~ E t: 0 z I —3 ri z pq m 13 c6l a, N Pj tS LL OM uj U> fg zo 23 cry rx c uj 3 4z =Z, = Z c 4 — z U,l Z yw 0 0 m4 I m 't x co UT� 0606 LL Lj 04 e�i 4 .9 =i w — '. I —3 ri z pq m 13 y� > < > »: , > . � < > »: 6<Z » »2 y.� 6<Z » »2 , > . � R"10 �^ m \ \� yam« N ]4 C O Q ti n Q ti U cr c m O1 m U U O1 O1 O O1 m v O cu O1 L � +�+ 12 cn o N v O � O � a E N � (0 O1 t N O rj ^ ti m O aNN ) - W W M m m a � O N 0 V V 0 M `� m O O N a' O N .-y c-I t/} t/} t/T t/} t/} to O O N lD 1� M O Ol l0 Ol c-I 0a N V lD Lf1 " ^ N � O � O Ol m O m 10 Ln 00 `� N N m N a-I N t/} t/} t/T t/} t/} to 0a n ^ CJ al 00 l0 l0 .-I 0 o N al N v O 00 m O m w to M N N m N N N t/} t/} t/T t/} t/} to lD tf1 l0 1, O O ti lD N al O l0 M O M O n m 0 10 00 O Ln Np O^ N� � O v O m to to M c -I N m N v c to n M C' OM m 'N m ^ � w N m N N N to m N 0 CJ V 0 'vIo 0M 0 N co r-, Lr' - 1 0o m O 1 00 ai zt r! N m M N c-I N 71 tf� t tf� tn m 00 to `, m �O\l CJ lm0 m m N l0 rn ti N N a-1' 06 N M 00 00 v O O m N m O m a' V M t/} t/} t/T t/} 'V% to m Ol N N r" 11 u? a�i 0) n 1-- m to N .-1 N 00 o m N m o m m v M N c-I N o tn N lf1 O ^ CJ V N N l0 N W N O O M N m O m m M N v N O N n tD � n 0, a1 I-- W O 10 O M t O O N M O C, m to M O N m N v c-I bD bD m N N 00 r m C c N O N O 00 O O V O O ry N m O M N M C Y a, v v � a m N ti n 00 H N N a H C, O Ol N N N O N N V V1 V ti ^ W lD N N �^ N lD N m a, CN N m O N N m V d C L0 U � tD N W p [O w K H 1 N v u o p (7 w V V h o 41 0 2 1 � C 4 SQ 0 1.. i O U I � N 1 � L i V D 15 m In A w Z s o 0- n � � m o o g o O G o < . ry O rt O o N n m F c 3 as O m 0 o o 0 < Z ? rt O S o o N Q 3 � o O rt O O v< O O � n o m o 0 0 0 - m < � w O S n � o 3 - _ V o 'o o - m 3 _ � N � m O O O 3 3 O n o o m n .ten. m m in N N o w 1n NO V A n S V O m J N O Wp W w Wp 0 P) J N N W t8 w n OA N N 0 0 W W J w 0 w `'w ? A o U V o A N m W 001 W 1n 1n V* V* 1n w W J N A W J A W O 0011 H 0011 m 1n 1n V* V* 1n w 0 N 0 H H O W O N w w m m N N W m A o W W O N O W A A W o W In A J V W V w W 0 0 O A A A A O N o N J W N A W o W W o 1n 1n V* V* 1n p A O N w N O N w V F+ w O w U m 10 m w o w w A W m 1n 1n V* V* 1n p N N W N m 0 O In N W W pJp�' m V m w p m O 0 n 1n 1n V* V* 1n W O W O O w In lu J ip J m W m J m In o W m J m m 1n 1n V* V* 1n N � A w W O � W O O N A 0 O m O o m 1p A O In 1n 1n V* V* 1n N W N W N OV) N 0' W 01 N l0 U'i W o O V A A V 1n 1n V* V* 1n N H m N N N O n O O o m w O V w V W J O 1n 1n V* V* 1n N J V N N O pp� m N W m A W W N V N 1n 1n V* V* 1n _ J W N o 0 W n N O W N o o m J o N w O J m w o O m O't m 1n 1n V* V* 1n N J W w 0 H p A N w W NN N p) N W V 01 m A O A 1n 1n V* V* 1n N A J A o ju O A A p O w m n A N o n O m N m 1n 1n V* V* 1n N N ,gyp W p A w In t+ A W In VO 0 A w N O 0 O W 1p N Ui N o m N W l0 1p 1n 1n V* V* 1n N N A V O O m w o m w W W N o W t+ J m 1p 1n 1n V* � 1n N D X V O W l0 W W O1 � 01 V � lVn o lWp Yt W 1n 1n V* � 1n YC p N N A O rt z m w -i7 -: Ll m o D D rt c n z O 0 J � N N O D N O N N O O N J 0 A N N rn O N O p o !n O 0 o rt m W N U'i W J N w pp A o O W N A 0] O m D D D N O C C�C N N V t W A A 1n V* V* N � l0 O w w V J p 00 O -6 O m N 0 N N W W W ° N w o 0 o p o s 3 m m m N .... V) O W O C O N O p 0 0 O lw N N O N N N W N O N O O O O ON p Np < 0 N W N O N 1n V* V* V* V* w o � w W O O p 0 W V J W A W 0 m w o m W A O O p 0 N V - Ui Ui A N In In W A � 1n V* V* V* V* w a W N p N JJ In O O p O to In N O In N n w l0 U'i m W J Ui m m N Ui 1n V* V* V* V* W O p A W N J O In IIWi m W 1n V* V* V* V* W O W W O O p 0 V O ll) V W In O W 1n V* V* V* V* wO O p 0 W m0 O O O In In m 1n V* V* V* V* 0 O O O N N � p 00j W V J _ 1n V* V* V* V* N 0 0 O p 0 p O m O O O A A 1p l0 J A 1n V* V* V* V* N O O O O 00 N 1n V* V* V* V* N w w w-w p O m A N lop l0 W l0 m m O m 1n V* V* V* V* N w ww W p N A A J m 1n V* V* V* V* A N O N A A O O O 0W In A O OJ) A Ui 01 O1 A W 1n V* V* V* V* N _ lAn lNl) O Vi OW p W O m to N N W l0 1p l0 N W 1n V* V* V* V* V ww p OW 1n V* V* V* V* 10 00 W O H W N LD m J Ui l0 N 1n V* V* V* V* A w N O O W O W N N l0 Ui 16 Cit y of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committe FROM: Bob Giberson, Public Works Director BY: David Sorensen, Project Manager CC: Mayor Ekberg DATE: June 9, 2017 SUBJECT: Cascade View Safe Routes to School Phase II Project No. 91510302 Bid Award ISSUE Award the construction bid to Hoffman Construction for the Cascade View Safe Routes to School Phase II Project. BACKGROUND In September 2015, the City was awarded a federally funded grant as part of the Safe Routes to School Program that is to be used for the Cascade View Elementary School Phase II Project. This project will provide construction of a traffic circle at 33rd Ave S/S 140th St and sidewalks on the east side of 33rd Ave S between S 140th St and S 144th St and the south side of S 140th St between Military Rd S and 34th Ave S. This project also presented an opportunity to include additional water quality facilities desired for this neighborhood and also requires some regrading of the street cross - section to accommodate the new curb, gutter, and sidewalk. This additional work was included by using Overlay & Repair and Surface Water funds. ANALYSIS A call for bids was advertised for the Cascade View Safe Routes to School Phase II Project on April 19 and 26, 2017 and six bids were opened on May 10, 2017. The lowest apparent bidder was Hoffman Construction with a bid of $1,412,889.25. The engineer's estimate was $1,237,646.00. There were no bidding errors found in the bid tabulation. Regionally and locally, we are observing recent bid results that have exceeded the engineer's estimate. On further analysis, contractors and engineers are telling us that construction costs are rising due to higher than normal material pricing and short supplies of qualified laborers and subcontractors. Current bidding climate is extremely competitive in the contractor's favor (see attached letter from KPG, the design consultant, outlining regional bid experiences and factors), Further, recent bid results in the City of Kent, the LID #363, the S 224th Improvement Project, and the S 212th/72" d Intersection Improvement Project„ all came in 15% to 20% over the engineer "s estimate. 17 w \rw englpm1om0a- rw d rs prolectstsate mutes to school - cascade voew phase ii (91510902)Wesiplad and awadbld resub\award docs to t6nto memo bid award g9 -bg M 060917 dDcx INFORMATIONAL MEMO Page 2 BUDGET AND BID SUMMARY (All amounts include sales tax) Bid Results Engineers Budget Estimate Bid Sch. "A" $1,377,247.00 $1,194,065.00 Contingency (10 %) 137,724.70 Bid Sch. "B" Franch.Utility. 35,642.25 43,581.00 $ 39,206.47 Contingency (10 %) 3,564.22 Federal Grant Funds 698,745.00 Orcas Frontal Improvements 37,242.00 2017 Overlay & Repair 303,000.00 2017 Small Drainage 225,000.00 Ending Fund Balance 250,984.70 Total $1.554.178.17 $1.237.646.00 $1,554,178.17 ANALYSIS The federal grant matching funds always intended to utilize the 2017 Overlay & Repair funds, and with the rejection of the 2017 Overlay & Repair bids and later construction starts for 42nd Ave S Phase III and 53rd Ave S, ample excess funds are available in the Residential Street ending fund balance. Rejecting the Cascade View Safe Routes to School Phase II bid and readvertising would not necessarily lead to lower bid prices since the project has a set scope of work required by the grant funding. Also, any delay from re- bidding the project could cause the grant funding to be in jeopardy. Due to the July 3, 2017 Council meeting cancellation, staff recommends awarding the Cascade View Safe Routes to School Phase II bid at the June 19, 2017 Regular Council Meeting to avoid a long delay and losing favorable construction weather. RECOMMENDATION Council is being asked to award the construction contract for the Cascade View Safe Routes to School Phase II Project to Hoffman Construction in the amount of $1,412,889.25, utilize additional budget of $250,984.70 from the Residential Streets Ending Fund Balance, and consider this item on the Consent Agenda at the June 19, 2017 Regular Meeting. Attachments: Vicinity Map Page 4, 2017 CIP Consultant Recommendation Bid Tabulation 18 W.\PW Eng1PROJECTSW RN/ & RS Projscts9Sate Routes to School -Cascade View Phase 11 (91510302)\Oeso\Ad and AwardSid ResultMAward nocs to TICUnto Memo Bid Award gl -bg rrt 060917.docx 19 2 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Cascade View Safe Routes to School Phase II Project No. 91510302 Phase II 91210301 Construct an off - street, paved shared use path, sidewalks, and a traffic circle at 33rd Ave S and S 140th St. DESCRIPTION: This route was identified in the Walking Audit prepared for the Cascade View school zone. S 140th St is one of the high priority missing sidewalk areas prioritized as part of the Walk and Roll Plan. Enhance safety for students walking to Cascade View Elementary School and encourage transportation choices JUSTIFICATION: for Cascade View neighborhood residents. STATUS: Phase I completed an off - street, paved shared use path between S 137th St and S 140th St in 2015 (91210301). Phase 11 includes a traffic circle at 33rd Ave S/S 140th St. Also includes sidewalks on the east side of 33rd Ave S between S 140th St & S 144th St and the south side of S 140th St between Military Rd S and 34th Ave S. MAINT. IMPACT: New trail, traffic circle, sidewalks, and drainage will need to be maintained. Land(R /W) Phase 11 WSDOT Safe Routes to School Federal grant for $839K. Mitigation of $37k from Orcas Homes. COMMENT: Phase I included a WSDOT Safe Routes to School State grant for $428K. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Phase I Phase II Phase II Design 84 125 20 229 Land(R /W) 65 65 Const. Mgmt. 89 140 229 Construction 310 654 964 TOTAL EXPENSES1 5481 1251 814 1 01 01 01 01 01 01 1,487 FUND SOURCES Awarded Grant 404 125 714 1,243 School District Granl 22 22 Proposed Grant 0 Mitigation 37 37 City Oper. Revenue 122 (3'7) 100 0 0 0 0 0 0 185 TOTAL SOURCES 548 125 814 0 0 0 0 0 0 1,487 2017 - 2022 Capital Improvement Program 4 20 May 11, 2017 Mr. David Sorensen Project Manager City of Tukwila 6300 Southcenter Blvd Tukwila, WA 98188 Re: Cascade View Safe Routes to School, Phase 11 Bid Results Dear Dave, We have verified Hoffman Construction as the low bidder for the Cascade View Safe Routes to School Phase 11 Project at $1,412,889.25, approximately 14% over the engineer's estimate of $1,237,646.00. In review of unit bid prices, the major areas of difference are summarized below: Lump sum items for removal of `Structure and Obstruction' and `Clearing and Grubbing' totaled $64,000 over engineers estimate. These items are often higher than engineers estimate as they occur early in the project and provide front end cash flow for remaining work items. Although higher than estimated, they are consistent with the second bidder and are not unreasonably unbalanced. These items represent 6.8% of the total bid. HMA paving items totaled $39,000 over engineers estimate. There is a lot of roadway work under construction and we have seen pavement bid prices rising throughout the region over the past month. As an example the April 20, 2017 edition of the Daily Journal of Commerce published bid results for 5 agency overlay projects in the region as follows: • Tukwila — Low bid $212,000 over engineers estimate (4/19) • Everett — Low bid $384,000 over engineers estimate (4/18) • Eugene — Low bid $145,000 over engineers estimate (4/18) • WSDOT — Low bid $637,000 over engineers estimate (4/19) • WSDOT — Low bid $291,000 over engineers estimate (4/19) Unit prices for Hoffman are consistent with other bids received, so I consider this representative of the current bid environment. HMA represents 14% of the total bid price as the overlay of S 133" was added to the grant funded project. 3. Concrete items for curb, gutter, sidewalks, driveways and ADA ramps totaled $80,000 over engineers estimate. Similar to HMA, concrete prices associated with roadways have also been on the rise. Due to the amount of work in the region, we are seeing a lot of turnover of 21 Contractor staff on other projects we are involved with as skilled workers are being hired away for better wages in order to keep up with demand. Concrete work represents over 19% of the total bid price. These items account for the entirety of the $183,000 difference from engineers estimate with other items having typical +/- variations. I observed no indications of bid imbalance in the Hoffman unit bid prices. Although we recognize that funding may not be available at the amount bid, we do consider this to be a good bid, reflective of current market conditions, and worth consideration of award for the following reasons: 6 bids were received with the top 3 bids within 2.4% of the low bidder and top five bids within 6.3% of the low bidder. The tight grouping of bids indicate a good level of competition and representative of value in the current construction market. Construction activities are ramping up in all sectors throughout the region and forecasts are good for that to continue. Although there will always be some seasonal variation in bids, the general trajectory of pricing will continue to rise. Re- bidding a project that received little competition in the busy season sometimes benefit from additional bids in the off season. However, given that we had a good number of bidders and competitive grouping of bids it may be risky to hope for better results in the future if the current construction market continues. There is minimal cost savings that could be achieved by reducing the project scope and still meet grant funding requirements. The only `optional' elements with respect to grant funding requirements are: o Overlay of S 133rd Street — This was added due to the poor roadway condition and need to relocate portions of the road in order to avoid right of way impacts from the grant funded sidewalk. o Water Quality retrofit of contributing drainage basin —this portion of the project was added based on the opportunity to retrofit the entire basin at reasonable cost from a dedicated water quality funding source. We have a long history of monitoring local bid activity to provide accurate project cost estimates for Tukwila and other agencies around the region. Unfortunately, when the market changes suddenly, there is no accurate track record for the first month or two of that change to form a basis to accurately re- calibrate estimates. The project plans, specifications, and estimate were developed in January when the project was submitted for bid authorization to WSDOT. We had not seen any real change in bid climate until the overlay programs described above that would lead us to revise the January estimate, but this project was already out for advertisement at that time. Please don't hesitate to contact me if you have questions or would like to discuss. Very truly yours, Nelson Davis, PE Principal 22 12 p 0 L) 0 1 M > apo :E M C 0. C. 0 so 23 I N �! AW 15 i T a 2 1 8 T 1. 1 i i T 2 2 T 0 t t t t t t t L I to a I w a fush to IN go N 2 i 8 1 A its A 0 8 . . . - obi F NO .1 . R 2 a j a i i i I O M w 8 8 8 a a a a a a &888 8 8 8 8 A Mm M 01 21 . . . . . . . X11 -0110 1- A =1 0. . . 8g a! s 1 0 - - - - - - — — — — — — — — — — M - - - - - - - - - - - yp M M a NOW. M M 8 i 9 A o R. t MASOW I i 8A so 0 Z� I I A A 1 $888$$$88$ t 8888 88 888888 8 888$° - - - - - - - - - - - - - - - - - - - - - - - - - - " I M � I & a 8 g o o g 111 $$$1111 t t 1MI188888888 88888 8888 88888888888888888 08888880000000000 -11 Ica) !!!!,as �oI � 5, �a a �O a 1 MEN 18 111111111m� i 120, A "MARN Lm 1 !!!Bass " °" 818811 88 888 88 88 $$8888888 88 888 888 8 8888 OR OR ...I 0$888880000000000 g -WW www w ww—wwwww a a PO PO P0, P�- i �a I i i i. -is ii- m,- is i'. is -is I I t -8 olanwsobi °08888888888 Owww ww w w Mp It as WIMNAIMMAMM111111111 88 88 8 88888888888888888888888 - - - - - - - - - - - - - - - - - - - - - - - - - - - - o PP No ii i 8o888 88188 18�8�11�8 a 88$8$8$8$ oo 9 8 QT -w w ;Tw wwwwwww wwwww w w w w www NNNNNNNNNNNNNNNNNNNNNNNN M m� =8S80011 w r-jal$888$8$ Ooo a a Soo 00 0 www ww w w ww ww w w w w w www ww w 7 wwwww w ww w ww wwwww 8888 11888 88 888 8 888 88 8 as 88 88 5 1 88 8 88888 'CO, .cz M 00000 00 000 000000000 0000000 oo�- P6 P6 So A1$1$1$1$ '�`- 11 11 W �8881$181$�8V$118o N 10 111111111 111°��N1 111111101111110N$O 0$0 0$0$0$N$1$ i i a 8 $ N oo� 0.1 0 $ M 11 5 MA is! 1 AN a N ..N 188 8 8 8 8 a a 1111 as Sol oo�- 1.01a t all q.8 L- V- M ol" ®R 1111 MAE 12 p 0 L) 0 1 M > apo :E M C 0. C. 0 so 23 24 TO: FROM: BY: CC: DATE: City of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Committee Bob Giberson, Public Works Director ,10 Steve Carstens, Senior Program Manager Mayor Ekberg June 9, 2017 SUBJECT: Major Maintenance on 3 Bridges Project Project No. 91510406, 91510407, and 91510408 Bid Award ISSUE Award the construction bid to Razz Construction, Inc, (Razz) for the Major Maintenance on 3 Bridges. BACKGROUND The Major Maintenance on 3 Bridges includes the Grady Way Bridge, the Beacon Ave S Bridge, and the Frank Zepp Bridge (S 180th St). Improvements include seismic retrofit (Zepp & Grady), bridge painting (Zepp & Beacon), and deck and joint repairs (Zepp & Beacon). Construction bids were originally advertised in March 2017. Only one bid was received that was significantly over the Engineer's Estimate and was subsequently rejected by Resolution No. 1907. A second call for bids was advertised on May 3 and May 10, 2017 and two addenda were issued addressing clarifications in the bid documents. Three bids were opened on May 31, 2017 and the apparent low bidder was Razz Construction for $2,688,958. DISCUSSION The construction bids were reviewed and only one minor irregularity was found. There were no errors in the bid submitted by Razz. WSDOT concurrence is required to award the bid for a federally funded project, including a review of Disadvantaged Business Enterprise (DBE) requirements. WSDOT determined that the bidder does meet the DBE requirements and WSDOT has provided concurrence to award the bid to Razz. Razz has been doing business since 2005 in Washington and has experience with projects of similar size and scope. Razz does not have any exceptions and has not been debarred from working on federally funded projects. FISCAL IMPACT Razz Construction Contingency (15 %) Total Bid Results $ 2,688,958.00 403,343.00 $ 3.092.301.00 Eng Estimate $ 2,696,215.00 P, Budget $ 3,889,000.00 RECOMMENDATION Council is being asked to award the bid to Razz Construction, Inc. in the amount of $2,688 ,958.00 for the Major Maintenance on 3 Bridges Project and consider this item on the Consent Agenda at the June 19, 2017 Regular Meeting. Attachments: Page 12, 2017 CIP Bid Tabulation W TW Eng1PROJECTSIA• RW d RS ProjectsWapr Maintenance on 3 Bridges (91510406)102 Funding and FinancelTransportation CommRteeNo Memo Bid Award Razz 060917 gl -sin docx 25 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 MAINT. IMPACT: Maintenance needs will be reduced once these three major maintenance projects are completed. The three bridges were approved for grants under separate federal aid numbers but will be combined into COMMENT: one for the design & construction contract. Grant funding requires a 10% match for the design phase; projects that obtain construction authorization by 9/30/18 are eligible for 100% Federal construction funding. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES 91510406 PROJECT: Major Maintenance on 3 Bridges 2015 Project Nos. 91510407 91510408 DESCRIPTION: Perform Seismic Retrofit, Deck and Joint Repair, and Bridge Painting work under the Local Agency Bridge Program on the Frank Zepp Bridge, Grady Way Bridge and the Beacon Avenue South Bridge. The three bridges were identified as good candidates for federal funding under the Local Agency Bridge JUSTIFICATION: Program administered by WSDOT. The proposed work will preserve the City owned infrastructure and extend the service lives of the bridges. STATUS: Federal grant funding was approved December 2014. Council budget amendment approved 8/3/15. MAINT. IMPACT: Maintenance needs will be reduced once these three major maintenance projects are completed. The three bridges were approved for grants under separate federal aid numbers but will be combined into COMMENT: one for the design & construction contract. Grant funding requires a 10% match for the design phase; projects that obtain construction authorization by 9/30/18 are eligible for 100% Federal construction funding. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 421 445 866 Land (R /W) 0 Const. Mgmt. 300 293 593 Construction 2,886 1,003 3,889 TOTAL EXPENSES 421 445 1 3,186 1 1,296 1 0 0 0 0 0 1 5,348 FUND SOURCES Fed BRAC Grant 379 401 3,186 1,296 5,262 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 42 44 0 0 0 0 0 0 0 86 TOTAL SOURCES 421 445 3,186 1,296 0 0 0 0 0 1 5,348 2017 - 2022 Capital Improvement Program 12 26 27 00000000000000-0000 OOOOOOONOO;d'O'Do 0 0 0 0 1- m O C� CN! cq o n IQ C) � r C Iq "I C cz (Q cz C� cq cq cq o C o X a] C� o O p Cz N "I Cz cq r Cz LQ 'D o M_ (N r 'D r m C-4 t- 0 cO N m � mg 0 m O cn 0 1-- U-j co r 00 0 LO (N r N r M O (0 Cl) 0 U') cn .0 .2 0 2 U) U 2 In M_ 0 r_ 0 000000 zt o o o o o o m 000,.n�1000 �200o o o o o �D m o o o o o o 0 q (N W 0 M q LID "I q 0 q CO t -- 0 q 0 LID 0 q 2 o N It o — 0 J� zo 0 0 J� 0 U-1 o I U-1 co �D 12 o-- g a, �? o o X) w (\i vi 6 M_ .2 co r .2 co ,2 a. r o 000 o c o o o oo u- oo� oo 0000 — oo o o o o o o o o o o o o o =o � M o u- N o r- t- r- D o 0) t0 c LQ N N m m m m o o c o c o � I- M o o 00 J o m o U- U- Q C M M IQ o o o Q o 66 �o 6t-4ci6cir oo cn � c66u- — Nm NN Cl) (N 4' clj o (N r- U U7 m co N o rl- N o cn — o r- U-j U o U) (N C N u) Nt 1- cn ID t- r r c-o o 00 o t- oo 3: 0 3: 0 = t U = It 0 0 0 Z z M_ 0 . 16 r_ N 0 . 16 000000Co O O o o 0) o o o U') o U') cli o 4 N o o I-- V o o 0) q O o o ol N O o o o q N o o cli o o (N N r OD O o q o o q o o 0 q o m 0 o X) o 0 q o o o o o a) o o o o o U-) U') 0 o o N o o o o 0) o o m o o U') o o o o o o o o o o o U') o o o 6 L6 Cyi r-� N U-1 N co N (N I-- o (No o o U-1 (\i 2 Ili vi 6 6 Ou 0 r_ — co co CY) cli U-1 m — Ln clj 0 �t co co clj a. U CL c r 0 m 0 r- o o o o o o o o o o o o o o o o d' u0 o Nt o ID o o 000 o o 000000D000 o o o o o m o o o �R o 00000Nlq"oo o o o o U-jq- o o o o o o o o o o o o o o o o o o o o o o o o O c� o c� o c� o n (N! Iq cq o m c� cz c� cz c� cz 14i cyi c� o cq m c o c o � U-j rl o c� p o o o o ui LQ cz co cz LQ o o o LQ o O In m N o rl- Cl) co N N 'D In "t m U-j N U-j o clj (N m clj "t oDr- O - ce) oo�RoN O N r t0 'q- moLn N N N r ID t- U-j N N N U-j C') W 0 0 0 .2 U .0 W M_ r W w 0 0 O o o o o o �2 Ln ��l 0 0 o o o o U) o o o o o o 0-3-OCT a 0 000000lD 0 q 0 q 0 q mco mom000 q q 0 o q 0 o q o 0 cli o q U-) o 0000 q 0 q 0 co cy) oo 0 o w IN 0 IN o o o o o o o o CO o J� o 0 w o 0 o J� o 0 o 0 o 0 o J� o 0 a) 2 U-) m c,4 o co CO Lf) CY) U') 04 U') o 04 o cli o CO o CO o �? li o o Lfi cli a 2 c1l cli co 0 fin 03 It W < V) w U < z 2 z < 2 w o o o o o o o o o o o o o o o o o U-j o o o o o o o o o o o o o o o o o o o o o ;i o m 000000000u-jo8s 000m00000t- o o o o o o o o o o o o o o o o o o o o o o o o o o o o o 8 Z m - W 09 > in t- N Z o 6 o o w o o o w t- � Nt o ID o U-j o o 6 o 66 o r m c� cq c� tl-i c� o c� o c� m cq o c� p Cz IQ t` Cz IQ Cz o (D ul Cz C� C� C� IQ Cz en Z V) 0 a, L6 (Ni L6 U� Nt L6 vi r vi r xi vi c4 r c4 (N 'Zi cj r 6 'D N U-j 6 ;I o o U-j o o U-j m r o 6 (N 0 (N co (N 'D N m o o U-j R :3 0 m 0 3: m In 0 < E w -r, X fin fin u) I 0 w 03 W a) U. a) < IM jr-, 't� oo L000cloou�000000 ccDD ccoD oo ccD o o 0000 o o o o o o o o o o (N U� 000 o , o col000 U� o o o o o c� o cl o c, c� .r_ r_ U, U-j o o o o o o: o o o o o o 6,6 coD R D 's s cj s 6 "i o "i 6 66 (D I:z U-1 w u-, "t o o U-1 o ('i o cyi o o 6 U-1 o u-, 'q- U� 04 (N < cn co cn co z < , U) U) U) U) < U) >- >- ILL U) c/) < < LL >- >- < < u) < U) U) w U) U) < < r LL _j U) 00 LL < 0 _j _j _j _j _j _j _j r- LL _j _j _j -j LL < 0 -j -j -j -j -j u- u- O F- �- Z, C 8 om p u-, N cN o cq co (N m N r - — cu — — — co, — — — — — — — Ci Gi N Cy W W :2 w < F- U) U) Z :2 < z 0 z F- Q 0 _j 0 c/) >- 0 F- z 0 0 (.) D a F- z 0 z 0 c/) w :2 NC 0 z 0 w z w w U) z z z < z U) co w F- < F- C) 0 0 w -j D w D F- z z LIJ < NC W F- U) a) 0 C) 0 z z w w U) LL _j 0 > < < 2: 0 0 ( -) > uj , z — -, < -j < Z 0 c) -9 LIJ 13 0 z 0 C) > w LU (D E U) z n C) z X _j < < DO -j LIJ LIJ Lli c) < z c) E (n LL < Z Z Ljj 0 ILL < z W co 0 z 0- co LIJ W 0 co `- > LL Lli S2 w LL < (n 0 o- w c) 0 o o z Z 0 < cj M F- z Lli z )- 0 0 (n < LL Z -j w I.- c/) c/) z 0 &5 0 < Do c) -j ui 0 z z 0 z F- o IH z 0 W < w F- (n U) X z 0 < c) m z 0 (-9 P: 2: 0 ui z 0 0 z0�0--cf<w"O 0 LL -j w w 0 < )- j 'D F- P: D = C) co F- Z u F- Z] ,f < �o LL - Z 0 -j c/) > 5- w z < z cr 0 0 0 M z F- Z m < 0 -j `- < < cr C) W < C) 0 z 0 M m C) m < F- D cr LL < § (D 0L 0- _j V) 0 c/) F- lf88&5Q<-MWF-z 0 W z 0 M 0 (/) W :2 X z z c/) LL o< Do w < < 1. 2: w uj 0- Lli cr X 0 x < o o z - 0 (n (D < U) 0 F- uj I w F- < < < 0 0 0- z :2 c F- E 0 w x w 0 F- X cl� IH ct) 0 w 0 M 0 W W < 0 Z OZ22yww 0 0 Ljj -i _j LIJ 0 z Q- :2 E U) F- 0 M 0 0 W di LIJ Lli z 0 z w 0 1 Z < < Ljj S z < w 0, Lu w ILL LL 0 < w -j < cr M < Z w z C,) m F- 0 < Cf w z 0 F- LL 0 < F- 0 < -j < 0 0 F- < F- 0 Ci cr F- Lli 0 z < 'T :i z < cr 5 <, F- < m 0 0 0 z < < -j -j OC) w 0 Z < Z (D Lli < (D 0 z LIJ 0 F- 0 w < F- FO - w --j < z 0 < < 3: Z z 0 W 0 x 0 U) (D 0 In in 0 0 W -J w 0 LL > 0 < 0 D 0 Z cr D ;� X 5; 0 J) 0 LDLj W- 0 > 0 9 W W 2 M Z C) z 0 ui Q- Lli C) (n C) 0 0 < 0 u p I D , Im 0 2 D < F (n 0 0 < 2 0 0 0 w m < w X < 0 z w 0- 0 cr w _j w 0 X :2 w U) F- 0 F- w 0 - P5 0 0 0 w Lli 0 Lli :2 0 cr Z Q- 0 w -, w w w P 5- -j F- w 0 w D X (n :2 0- 0- ILL X cr C) m W Lli (n < (n 3: X Lli 0 U) 0 C) U) C) 0 F- cr 0 cr m X 0- D (n :2 m LL X w w w F- 0 W X X 0 Z N < < < < < < < < < < < < -'t� < < < < < < < < < < < < < < < < < < < < E M M M M M M M M In In In In In In 27 N 0 CD a w n O n C X D T D c- r O W dv� r D_ N Z cn m q Z 3 z m O m rn rn IM 0 c) rn 28 m m� z Cn A Cn W Cn N N -� Cn O -CPO' A W A V -MP' A Cn -P A A W -"P' A -� A O W 0 W W W V W 0 W Cn W A W W W N W -� W O N 0 N W N V N 0 N Cn N A N W N N N -� N O 0 W V 0 N A W N -� O O w-4 W V 0 N A w W N Z O 0 m 0 1 0 m m 0 m w W* 0 w T Z 2 i 2 m D 0 2 x x 0 w 1 0 0 0 -1 C m z m T m T K w x x C O D D 0 D w m K r D r D r D r m c �7 0 D p r r m m W r m x m X m O Z m 0 m W X O -1 1 D �n O m� D m 0 X 0 0 X c K D m K m K r m O m K O z m O -1 S p� z z TO m� p O C X O x r D O W m n m m W Z m 0 m m m W -� W -1 W -j X w -i 2 x m D Z _I D Z D Z D Z n K c c -1 -ri m cn T O O D X z o m 0 c m w m m w y� z -1 O F n W O X .-fOl 0 0 0 m m T Z Z Z w w m im (� C) m m C7 -1 C) -� m m co 2 co m < O -1 2 o Z G Z 0 O -i m z-, x i w W -I r r D W 1 2 D W m N m r r � m m m y D D cn -1 - 0 z - i m O y 0 0 0 - m D m r y C C (� r m D z m> D O � O m D C ni C D m TJ D D r m z r m ;7 cn D -1 D z c O (� -1 0 G G - O D D c 0 m 0 X D Z Z p D Z Z Z cn D (� M m m T m m m D cn p O Z y Z D O T D � ,Di -O a7 p Z n O 3 O m Z m m D K K W -1 m r T T p m o o 0 n 0 p p p _p O m y O O m X cn c z C cn Z � D -� m S O T -u cn -1 o z O w O z D x T o O z o D m O -1 2 D -� n r C . z m Z O p cn C—zi m m n n m Z Z C) m m Cn m D Z -I Z -I r� r y T D n n; D m G) T m mi m Cn � r m D O D 2 y TJ � 5 Z (n (7 r p r C) T Z D Z p K W -1 T C m T -zl m m r m D O m C) x O m O z co cn X r -1 2 D G G m 0 w � m O n z n r -1 C n C D O D m m m� m m m G_ z D o: e, T� n D K D z -I -I 'o cn w m cn C m -I X Cn _i Cn w (n m m z T r- r z p D-< -1 T W -< co C) T r r G 2 n C) -1 co W r K Z C/) co Z Cn O O 5 X D W c) o �» O x r -I 2 m 0 D ;0 T m m z- O m -1 m D O D y W C) 0 z 0 p z m D 2 m m z 1 D r zz C m z o n 5 O z T T o O p C r m m cn 0 z °0 m D z m m D D O m D O D K K X z O z Z p n m O cn n m cn 0 T r U) Z r n m Z- m T 0G) O m X -I X 1 m �7 Z o r 0 O w cn N m 4 D 0 D z 0 C r Z m" n z m D n r D -1 �l m Cn (n 0 X Z T w Z r m n O y Z 0 D 1 D W O r Z 0 D oo m � m m O > -zl Cam/) = CO m m 0 .ZDI n D z m m z D z X m 0) m W cn 3 z O� m T n -i -< K cl) Cn � 0 n m A N z-q n p m z O -< r � r0 N Q - Z D D o i Z (n co 2 C K 3 N co C M D 1DN 0 rn O � G) m IM co r- x D Z 00 �l p z O X m co cn z IM D m X X co A A o o o o 2 2 D Z Z T T D D D D crn crn T T D D T D D Z T D x W W x D D��� D D 3 p p � O A N -� W Ao Wo N N ° O O A W N N Cn O O Cn 0 Cn ' _. O Cn -� O _. w " m 0 00 Cn O Cn O A rn N O O O W O o 0 0 0 O O 0 0 Cn O 0 0 0 00 0 00 O O 0 00 Do N 0 00 0 O O N O CN o 0 0 0 Cn o 0 0 0 0 0 v w �° 0 0 0 0 0 m O O O O O O O DO 0 O O O O O 0 O O 0 O O O O n fQ r m 3 m m n v m N -n 0 z W N A W 0 0 Cn O O N O Cn O N O N Cn O m O Cn 0 O 0 0 O O O O O O O O O O O O O O O O O O 0 O O O O O O O Cn co O O O O O O O O O O O O O O O Cn O O O O O O Cn O O O O O Cn 0 0 A 0 A 0 O 0 O 0 O 0 O 0 O 0 C CD CWO 0 -• (T N J UNi (T� > -+ > -+ > (T� (T� > (T� (T� > O n .� >v O 0 (J� 0 0 0 0 0 0 W O W O O O O O O m O O O O O O O O O O O O (p c o o _ A j -+ (T� D7 V O O O O O O N -+ O O W O W O O -� (J� O O O O -� O j W O O O W J O -+ (T� CO O O O O) O O O O O m O O O W A N N O O V 0 0 0 0 0 0 O) M 0 0 C N O 0 C 0 0 A 0 0 0 N 0 0 0 W O A m O 0 N � C n 0 O O 3 N _ N N (WO O _ O Cn Cn N O V N W _ 0 N Cn Cn O O Cn Cn Cn N V O O O O O O N O W A W co A N O O O 0 O) 0 O 0 O 0 O 0 O 0 O 0 O O -� W O O O O O O O V Cn O O O O W O O O O O 0 O O O Cn O A O N O J O O O O O N O) O O N N Cn O W V O O N N J Cn O O 0 O 0 O O 0 A 0 0 0 0 0 0 0 0 0 0 0 O O O O O 0 W O O O O O O O O O N O O O O N O O O O O O O O O A O O O O O O O N O O O O O O A O O O O O O O C O O CL 0 O O W -� V O W O Cn J W O (n A W W O) A A O) N A O W N O O O 0 O O cn O O N _ A N O A J M D O 0 O 0 O O 0 T O 0 JJ O 0 O 0 N (J� -+ O O O W (T 0 O 0 O 0 O 0 O 0 O 0 O 0 O A O 0 O 0 N cn W O j 0 O 0 O (J� O O A O -� W 0 (P 0 O W O S O O O O O (T O O O O D7 cn O O O O O O O O O O ^'• n 3 ~ z O O N (p N co N J W V A A _ A _ V O O n W W V V N W V W W 0 A 0 W W A 0 0 0 N O O N Cn O 3 0 0 0 O co O co -P O 0 O Cn Cn N 0 0 n O O O O O O O O 0 Cn O O O O N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 O O O (D O O O O 0 0 O O O Cn N O O N O 0 O 0 O 0 O CIO O O O CIO O O 010 O O O O O O O C O• � J J W A Cn cO O n O J W O O O N O O N W O O O O O O O W O N O O O 0 0 A W W N W W W 0 0 0 0 0 0 0 0 N CO 0 0 0 0 0 0 -+ 0 0 J O O -+ O A O O W O O 0 0 0 0 0 0 0 0 3 (D 0 O N 0 O n N .+ A A _ O 3 _ W N W W A O -� O 0 O V 'D W N N N Cn J V N W N A O W N (fl -� O O O O O 0 W W O O O A A N W W O O O A O O A O O O O O O O O O O O A O 0 O N 0 O O O o O O O O O O O A O O 0 O O . O CO O O O O O O W O W O O O O O O O N O O O A O O W O N O O O O O O O O O O O N 0 CD a w n O n C X D T D c- r O W dv� r D_ N Z cn m q Z 3 z m O m rn rn IM 0 c) rn 28 29 CO y W (6 d h O m 0 M 0 O o O m o o O N T O O O 7 N O m V d O C r N O to N � N O N 2 2 00 � N O 0 o M U U s c c 0 0 a cri cri isyU o 0 0 ooLno / U r- E o 0 0 o n o n o co o CO O j 9➢ LY M M o c0 06 N O 97 µtry h M O 7 co V 41) N C'F N ('F 0 t o o z j Z 0 o Z Cr Cr 75T ('F C°J C°J i o i c rsy -i6 C U m '- p..... r rrva j D rs o m a CL Q CL L7 O d o o O O z o 0 0 o o o 0 0 0 0 o o_ OO N N to W 0- N rn p U U o 0000 16 CD r i U CV r m Q N d n o N W J 0 CJ NW iw r- O u_ 0- W X o —� z 2 z d Q � h m Z W N o W o 0 o 0 Ln 000 O W O N W w p co) Zf- _ d^ h O Ln m� Q JM U) N �cooM N S� ❑ N _ F E O U E 0) _ m W N O J 000 (Jj �� Q z 0 o LLI y W rn o O m W 'z O. W d 0 0 J Y o a m Q m M w e s W U. S O J A A ❑ ❑ ❑ ❑ J mmmm Q a U Oa W C 0000 O a S CY a h C 0) 0000 U O O amU❑ Q F- E� WWWW J J J J U A coca G � G � c o c a C7 .a .a W W W W A A y y y y .T. x O .Q .0 N ❑ E d Q h w W I-- } O O h Qh Q N Z m O 2 d Z `- N C] C] d 29 CO y W (6 d 30 Ci!Z of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Commi e FROM: Bob Giberson, Public Works Director BY: Ryan Larson, Senior Program Manager CC: Mayor Ekberg DATE: June 9, 2017 SUBJECT: 2017 Annual Small Drainage Program Project No. 91741201 Bid Award ISSUE Award a contract to McCann Construction Enterprises, Inc. for construction of the 2017 Annual Small Drainage Program. 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 2017 Annual Small Drainage Program was advertised to provide drainage improvements at up to four locations. One project includes a water quality treatment device. 1) 48th Ave S between S 160nd and S 162th St 3) 58th Ave S, 14423 to 14455 DISCUSSION 2) Strander Blvd Sidewalk (in front of Target) 4) 9 150th St G-6112—;;m Greek WPM — GIVA-010W 6tFL1GtUF8 (Schedule B - Additive Alternate Project) The 2017 Annual Small Drainage Program was advertised for bids on May 18 and May 25, 2017. Two bids were received and opened on June 6, 2017. The bids were checked, tabulated, and no errors were found. McCann Construction is the apparent low bidder with an overall bid of $508,988.75. The engineer's estimate was $527,030.00. McCann Construction successfully completed the Duwamish Gardens construction project. Since the overall bid is above available funding, it is recommended that the additive alternate project be eliminated and construction of the first three projects that make up Bid Schedule A be awarded in the amount of $451,823.75. BUDGET AND BID SUMMARY (All amounts include sales tax) Bid Results Bid Amount (Schedule A only) $ 451,823.75 Contingency (10 %) 45,182.38 Water Quality Retrofit (pg. 83) Excess SDP Design Funds Excess Gilliam Creek Culvert Funds Total RECOMMENDATION Estimate 2017 Budget $ 464,555.00 $ 290,000.00 46,455.50 110,000.00 41,000.00 56,006.13 Council is being asked to award Schedule A of the construction contract for the 2017 Annual Small Drainage Program to McCann Construction Enterprises in the amount of $451,823.750 and consider this item on the Consent Agenda at the June 19, 2017 Regular Meeting. Attachments: CIP Pages 96 & 97 Project Location Map Bid Tabulation AMStareXPW ComnlonSOW Eng1PROJECTSIA- DR ProjecUkAnnual Small Drainage Pmgrams12017 SDP (91741201)tDes gMnSo Brno Bid Award 2017 doc 31 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Annual Small Drainage Program Project No. 9XX41201 DESCRIPTION: Select, design, and construct small drainage projects throughout the City. JUSTIFICATION: Provide drainage corrections for existing /ongoing drainage problems throughout the City, including culvert replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MAINT. IMPACT: Reduces maintenance. COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar years. FINANCIAL Through Estimated (in 9000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 74 80 80 80 80 80 80 80 80 714 Streamgages/Monitor 10 10 35 35 36 36 36 36 40 274 Const. Mgmt. 62 80 80 80 80 80 80 80 80 702 Construction 255 515 515 515 514 514 514 513 513 4,368 TOTAL EXPENSES 401 685 710 710 710 710 710 709 713 6,058 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 401 685 710 710 710 710 710 709 713 6,058 TOTAL SOURCES 401 685 710 710 710 710 710 709 713 6,058 Project Location., Entire System w Z* 2-3 2017 - 2022 Capital Improvement Program 96 32 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Storm Water Quality Retrofit Program Project No. 91241202 DESCRIPTION: Design and install water quality improvements at selected drainage locations throughout the City. JUSTIFICATION: Most surface water is discharged directly to receiving water bodies untreated. STATUS: Additional water quality is being added to Interurban Ave S in 2015 and 53rd Ave S in 2017. MAINT. IMPACT: Expected to increase maintenance. COMMENT: Combine with other CIP projects for design and construction, where feasible. FINANCIAL Through Estimated (in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 9 15 15 15 15 15 15 15 15 129 Land (R /W) 0 Const. Mgmt. 15 15 15 15 15 15 15 15 120 Construction 80 80 80 80 80 80 80 80 640 TOTAL EXPENSES 9 110 110 110 110 110 110 110 110 889 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 9 110 110 110 110 110 110 110 110 889 TOTAL SOURCES 9 110 110 110 110 110 110 110 110 889 Project Location., Entire system �µ z J-4 2017 - 2022 Capital Improvement Program 97 33 Annual Neighborhood Drainage 48th Date. June 7, 2017 By: R. Linsao W:\PW Eng \GIS \Projects \RyanL \CIP Storm Drainage \2017 drainage program.mxd Blvd E m 0 a` m c 0 E N 35 m a` m c 0 N W 0000000000000 OOOOOO...00Oa 000�000 0 � 0 . . a O °moo', O O O c O U 2 N c h O V O N 3 0 000000�� OOOO�����MO 000000���000 OOOOO��NN�� 0 0 0 0 0 0 0 0 0 0 0 0000 0 N O 0 M�,oO 0 LL—L c c a U MM CO a X0000^ roN- NNV O O vhi 0 0 6 (O 0 0 M M 0 0 0 0 0 0 �� 0 0 �' UM a O 0 0 0000in��Nin000 00oo���N�o Nan o min in000 h tN° y� W a F°- d c 0 O Q LL u. 0 0 O O O O O 0 0 O O O O C . 0 0 H N H M 0 0 H M . 0 0 . . 0 0 . . 1 O O O Q u. 0 0 iV n 000O 0 0 0 0 oO n '� = In In J In InYYZZZInLLY JIgUI- I- I-JJ(� LLQQQmY JW W W JU G o - a O E O d U S � N - j f0 d m m c I m gR a -so ma =O -w dm gym¢ o o LL o= N c c Z m W '� N N O ry N ^. d '- In U U W Q' S _ O c m' ry m a w daoomE >wl �� EE m w m `wEm x � Via` U�a`USI�UU j a` 4 z U(o, 6 ° d r o°' "'0000� w w o s 000"' N 0 ro roo5 005 0 f 2. M Mvvvvvvvvvvuoi Z W City of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director BY: Pat Brodin, Operations Manager CC: Mayor Ekberg DATE: June 9, 2017 SUBJECT: Resolution to Surplus City Equipment for 2017 ISSUE Approve Resolution authorizing the sale of surplus equipment no longer needed by the City. ANALYSIS /FISCAL IMPACT The Fleet Department has identified 26 pieces of equipment that have outlived their service life and are no longer needed by the City. Most of these items still operate, but in some cases require extensive repairs and are no longer used or too costly to overhaul. All pieces of equipment are fully depreciated and are currently valued at $12,715.00. Selling the equipment at auction in an "as is" condition is now the most practical solution for disposal. RECOMMENDATION Council is being asked to approve the Resolution declaring 26 pieces of equipment, valued at $12,715.00, as surplus and authorize their sale and to consider this item on the Consent Agenda of the June 19, 2017 Regular Council Meeting. Attachments: Draft Resolution Exhibit A Surplus Equipment List Exhibit B Surplus Equipment Photos WAShared Copy Only1FLEE1Surplus \SURPLUS 2017\lnfo Memo 2017 Surplus Equipment 060917 gl- sm.docx 37 ENTANNIM A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, DECLARING CERTAIN FLEET VEHICLES AND EQUIPMENT SURPLUS, AND AUTHORIZING THEIR SALE OR DISPOSAL. WHEREAS, the City of Tukwila purchased the 26 vehicles and other pieces of equipment described and illustrated on Exhibits A and B, which were utilized by various City departments; and WHEREAS, the 26 vehicles and other pieces of equipment described and illustrated on Exhibits A and B have a total combined value of $12,715.00; and WHEREAS, the vehicles and other pieces of equipment described and illustrated on Exhibits A and B have outlived their usefulness and are no longer needed by the City of Tukwila's Fleet (Equipment Rental) Department or any other City Department; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. Declaration of Surplus. The 26 vehicles and other pieces of equipment described and illustrated on the attached Exhibits A and B are hereby declared surplus. Section 2. Fleet Department authorized to sell. The Fleet Department, as part of the City's replacement program, is hereby authorized to sell the 26 vehicles and other pieces of equipment described and illustrated on Exhibits A and B for the best available price, or properly dispose of those items it is unable to sell. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of '2017. ATTEST /AUTHENTICATED: Christy O'Flaherty, MMC, City Clerk APPROVED AS TO FORM BY: Rachel B. Turpin, City Attorney Exhibit A: 2017 Fleet Surplus List Exhibit B: 2017 Fleet Surplus Photos Dennis Robertson, Council President Filed with the City Clerk: Passed by the City Council: Resolution Number: W VI .vI � J N � ^W W J� W N 0 O Ln 'i f` 'i 9 W I- C) T re Cam'. b�A a O O 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 O O O Ly O O 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 O O O W O O 0 0 0 0 0 0 0 O O O O O O O O O O O O U) O O O O O O 0 0 0 0 0 0 0 O Ul Ul O O O O O O O LI) O r- O 11) O r- 1!) 1!) Ul Co ch Ul W 11) -1 N l0 O 61 O LI) LI) N -1 M N W Q N > N v} cF' r- W M M M (0 O 00 W 11) 00 0 O O O O O O m O m 00 W 00 O -1 -1 -1 O O y� M .1 O 1-1 00 1-1 N N r- O r- O 00 N 0 M m O W N r- O -1 O 00 -1 0 -1 00 O W O l0 O O -1 G O-1 0 O1 -1 Zo m m 0 0 O 0 0 0 0 0 0 O O O O O O O O fQ O U') M �-1 N W r- W O d' LI) O l0 r- 00 ch O LI) N M r- -1 00 �F t0 r- t0 O O O N LI) m r- LI) LI) da C r- ~-I 1F DN O W -1 1q O -1 61 61 U -1 l0 -1 o0 l0 O CF L'i 61 O l0 l0 CF O O N N U') LI) U') LI) (D -1 r- 00 N M M t0 O 00 W U) r- O O O r- t0 i tQ d O O O O O O O O O O O O O O m m O O W m W O 00 m O O -1 O .-I O -1 O O O O O D. N N 1-1 1-1 N .-I . I .-I . 1 .-I 1-1 1-1 N N N N N N L V m LC) E C4 �. cF' M CD M 1'`1 d' O -1 M M d M p r- t!') Z O cF' 61 l0 O r- O r r- L7 ON M-I O L N m Q a co m Q 0 l0 ry O O N .I M-1 _1 l0 W Z-1 l0 LL C Q > m a a U O 57 X X X X N ,�-1 E R O X �S X N 601 M¢ -I M O O M O J 3 V M O O Lo O bb W d. >-1 m m co O W O M l0 O_ Z Ln J I Q INi_ N ap+ W OO CL a a a N 0 J W G CLL •GJ 'C ZO UO O Z W W W W z � M I¢L U I~i_ 0 U57 1~i_ 1~i_ vii N N N N N co 1-1 I- N tt: 0 R O O 0 N T - O t- — 'p v 1? U 0- Q O � a- G O c u T Q �� Q Q Q v = co 0 v m CL CL E u u O a � p � u U % O O O O W W + O ul N N .L) cm: d X N u u u u Q) In 0 0 � u '7 t d G N co > > w > > > > v N v1 c O p h0 i Q O Q) O� N S O .0+ -O c ++ ++ p O .-I U C 41 �i �i ++ N Q+-' ry v 0 0 0 0 p N o Q o Q v o 0' N± 0 u u u u C7 N v p Lo I- T Q �- fo ++ O O vi pX 'O Q) N 'O 'd N O_ u O 'O 'p 'O 'p O � -O U U E 0 v fl-2 O 0 0 0 In co .p Io m O 0 0 0 0 0 O O O p .-1 .� O m W U W W W LL U Q v) a E H W LL W LL I- 57 Q Q U f- .-1 fn u N Ln 1-1 1- 00 N M M t0 -1 00 W Ul co O O O 1- 110 L >' O O O O O O O 61 O co co o0 O 1-1 1-1 -1 O O O O O O O O O 61 O 61 O 61 O O O O O O O in p Q 57 U t- Y H H U 0 0 0 0 U 0 Y Y H H a a W N a N N 0 a a a a lJ O_ W W W W O_ a In In G O O O O O O O 61 O 61 0) 61 O 61 O 61 O 61 O 61 O 61 O 61 O O CF ,F CF ,F CF ,F CF d' CF d' CF d' CF d' CF d' CF d' CF d' CF d' ,F d' ,F ,F V O O 0 0 0 0 Ul O O O O O O O O O O 0 0 0 0 0 0 O O O V .-1 1-1 O M O O O O O O O 00 N (N N N W O LI) 1X) LI) 1X) O O O O a N N M-i W M N M W M M t0 N N N N l0 M l0 t0 l0 t0 W o0 M M . 1 N 1-1 N N N M Izf CF M W -1 r- M d' l0 r- M d' M I- l0 r- -1 N -1 N -1 N -1 N l0 r- -1 N W cF' 00 d' W ch 00 d' Lo r- l0 r- M M 1-1 O O -I M -i M r- l6 IP) l0 l0 O O O O O (D O 1-1 1-1 1-1 .-1 U.) Lo Lo Lo .-I -i -i -i O I-1 O .-1 -i .-1 -i O -i -i -i -i O -i O O O O I-1 .-1 I-1 I-1 . O . O . O . O 1-1 . O . O . O . O . O . O . O . O . O . O .-1 . O 1-1 . O . O . O . O O O 0 0 (D 0 0 0 0 0 O O -1 .-I O O O O I-I 0 (D 0 CD 0 (D 0 CD 0 0 O O O O O 0 0 cF' 0 0 0 0 O O d' O O O O cF' O t!') 1.!') t!') 1.!') O O O O w Z O N J J J J O O O F Z V) H H H H O Z_ z Z_ Z_ = = == W W W W Z Z Z_ Z_ L/) W to W Z W W W W Q 57 H� Q Q Q Q J I- Q I- Q I- Q I- Q J LL O Q Q Q Q 57 > Q a a a a I- I- I- I- In ¢ W W W W 0 0- W FY W FY a' Q U- a' W W Y W W W W U U U U W W W W W W W W W > U> U a Z U J J U 57 57 57 57 w = Z Z W W �j W= Q J J a a a a Q Q a to a N N a a a a O S S S S a a N N D D w a a 0 a CL a W W W W N 19 W r- W O N l0 M r- W r- N (31 M d' LI) O W W W W a a H In ~ In l0 O O N N �F LI) 1X) O l0 l0 W N N M M O O LYa .-1 .-I .-I .-I .-I .-I .-I .-1 .-I .-1 .-I .-1 .-I .-1 .-I .-1 l0 r- -1 -1 -1 -1 M M .-I N M cF' 1.!') l0 r- W 61 O N N N N N N 0 O Ln 'i f` 'i 9 W I- C) T re Cam'. b�A a 2017 Fleet Surplus Exhibit B - Photos UNIT 1162 - 2005 Ford Taurus Sedan UNIT 1208 - 1997 Chevrolet Astro Van Miles 118,460 Est. Value: $700 Miles 74,060 Est. Value: $500 UNIT 1196 - 2001 Chevy Impala Sedan Miles 130,266 Est. Value: $500 UNIT 1227- 1998 Ford Ranger Pickup Miles 70,555 Est. Value: $500 .N 2017 Fleet Surplus Exhibit B - Photos UNIT 1228 - 2002 Chevy Astro Van Miles 107,263 Est. Value: $600 UNIT 1249 - 1993 Ford Aerostar Minivan Miles 99,210 Est. Value: $400 UNIT 1252 - 1993 Ford Ranger Pickup Miles 73,871 Est. Value: $500 UNIT 1256 - 1996 Ford F250 HD Pickup Miles 102,178 Est. Value: $800 41 2017 Fleet Surplus Exhibit B - Photos UNIT 1293 -1991 Chevy S -10 Ext Cab Miles 86,180 Est. Value: $500 UNIT 1467 Asphalt Cutter, Stanley Cut -off Saw. Est. Value: $100 UNIT 1468 Paint Grinder and cutting heads. Est. Value: $50 UNIT 1687 -1985 Toro Greens Mower Hours 3,924 Est. Value: $250 42 2017 Fleet Surplus Exhibit B - Photos UNIT 1722- 2008 Ford Crown Victoria AFV Miles 92,626 Est. Value: $600 UNIT 1729 - 2010 Ford Crown Victoria AFV Miles 89,987 Est. Value: $900 UNIT 1733 - 2010 Ford Crown Victoria AFV Miles 92,637 Est. Value: $900 UNIT 1734 - 2010 Ford Crown Victoria AFV Miles 99,979 Est. Value: $900 43 2017 Fleet Surplus Exhibit B - Photos UNIT 6605 - 2007 Toro Reelmaster 6700 -D Gang Mower Model 03808 Hours 3,323 Est. Value: $2,500 UNIT 7100 - 2006 Dodge Stratus FFC Miles 81,860 Est. Value: $500 Air Compressor. Est. Value: $200 Air compressor for parts. Est. Value: $50 .. 2017 Fleet Surplus Exhibit B - Photos Compressor and tank (no motor). Est. Value $ 100 Industrial exhaust fan. Est. Value: $ 75 Maxon hydraulic tailgate liftgate Est. Value: $300 Tires (2), Agricultural Goodyear 11L -15F1 Est. Value: $50 45 2017 Fleet Surplus Exhibit B - Photos Sign stands (16) for 36" metal construction signs. Est. Value: $40 Sandblasting hose & equipment. Est. Value: $200 ER Ci!z of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Committe FROM: Bob Giberson, Public Works Director,,, ,,, BY: Pat Brodin, Public Works Manager CC: Mayor Ekberg DATE: June 9, 2017 SUBJECT: Purchase Multi - Channel Water Monitoring System ISSUE Committee approval of the purchase of capital equipment in accordance with City policy. BACKGROUND The City of Tukwila's purchasing policies require all unbudgeted capital equipment valued over $5,000 be approved by Council Committee and the Mayor. This multi - channel water monitoring system was not listed in the Water fund's capital machinery and equipment budget for 2017, therefore it requires Committee approval. The Department of Health requires that systems must measure their water distribution system's disinfectant residuals in surface water at the same time and location that total coliform bacteria are sampled in the water distribution system, or once per day, whichever is greater. Previously, Washington State Department of Health approved a regional monitoring plan for Seattle Public Utilities to conduct this monitoring on behalf of all their wholesale water distribution systems. This approval has now changed and the Department of Health is now requiring each wholesale customer to conduct the required distribution residual monitoring. As the City of Tukwila's water district is a wholesale water customer of Seattle Public Utilities, the City will now be required to conduct the testing. ANALYSIS The Kuntze Multi - Channel Water Monitoring System will enable automated 24/7 monitoring and data logging of chlorine residual within the City's water distribution system. FINANCIAL IMPACT The $7,704.40 purchase of the Kuntze Multi - Channel Water Monitoring System is within the Water Fund's 2017 capital machinery and equipment budget of $25,000. RECOMMENDATION Committee approval to purchase the Kuntze Multi - Channel Water Monitoring System from the sole source vendor, Correct Equipment in Redmond, Washington for $7,704.40. Attachments! Department of Health 3/30/17 Letter Invoice and flyer for the Multi- channel water monitoring system WAShared Copy OnWattlnfo Mew Mufti-Channel Water Monitoring System 060915 gi M dxx 47 $ STAT y r z NORTHWEST DRINKING WATER REGIONAL OPERATIONS 20425 72nd Avenue South, Suite 310, Kent Washington 98032-2388 March 30, 2017 1 0 P I to] 21 VITJ I Subject: Tukwila Water Department (ID #89500) King County SWTR Monthly Report: Distribution System Chlorine Residual Dear Pat Brodin: REC1171VI N I fi 0 !3 2 0 17 iifllf al EFi , &'CP The Department of Health has taken a closer look at monthly surface water reports in follow up to waterborne disease outbreaks that have occurred in the United States and Canada. As the manager of a water system that purchases treated surface water you are responsible for maintaining a detectible chlorine residual throughout your distribution system. Previously, we had approved a regional monitoring plan for Seattle Public Utilities to conduct this monitoring on behalf • all of their wholesale systems. This approval has now changed and we are requiring each wholesale customer to conduct the required distribution residual monitoring. Maintaining a chlorine residual is an important protective measure for your system. It can help prevent bacterial regrowth and protect your users from contamination by • Treatment breakthrough, • Leaking pipes, valves, and joint seals, • Cross-connection and backflow, • Unsecured openings in water storage tanks, • Improper treatment of equipment or materials before and during main repair, and • Intentional introduction of contaminants into distribution system. Monitoring the residual on a regular basis helps you to identify problems that might put your system at risk. You have three requirements under the Drinking Water Regulations (see applicable WAC References below): 1. measure the chlorine residual within the distribution system on a daily basis and at the same time and location as coliform sampling. Pubfic III lealfli 0"4 w Q0 4.8 2. maintain a detectible chlorine residual within the distribution system in at least 95 percent of the measurements taken each calendar month. Unless you have specially - designed testing equipment such as continuous chlorine analyzers, detectible means a minimum residual of 0.2 mg /L. 3. report the results of that monitoring to the Department of Health on a monthly basis. Enclosed is a master copy of the current report form. Please make copies and start using it right away. The monthly report is due by the tenth day of the following month. In addition to the monitoring and reporting requirements, there are ongoing requirements for routine verification (every 5 days) of continuous chlorine analyzers. If you have questions or need technical assistance, please contact me at (253) 395 -6762 or by email at Jolyn.Leslie@doh.wa.gov. Sincerely, Jolyn Leslie, P.E. Regional Engineer Northwest Drinking Water Operations Enclosure cc: Public Health — Seattle & King County Brietta Carter, PE — DOH WAC References Maintaining a residual — WAC 246 - 290 - 692(5) Monitoring — WAC 246 - 290 - 694(8); WAC 246 - 290- 300(2)(b) Reporting — WAC 246 - 290 - 696(4) Verification of continuous analyzers — WAC 246 - 290 - 638(5) C � r Y 0 F 1C,,W!I[ �\ r ER S 10F' .. 14576 NE 95th St Redmond, WA 98052 877 -371 -4555 412812017 3329 w 1/5 / .., /, i ,,,.,,,,., ✓, �, / /,,,.,,O�,ic: ,, �� „��i�,,, ,,i <ri /..,, /%/,1/,,,.,%/ j c,,,rL,,,a,� / /i, //. ,,, i. /i ,cciir� , iv ,r / / /,� % / /i %, ra . ,,,.,.,,,,,/ i�a /v,�.w� // , / /iii, ��� /i /� �� / „r,,;r „c l/, e /r,,,,,: // Net 30 HT Item Description Qty Cost Total Kuntze Part# 70153000K] 1 5,500.00 5,500.001' Krypton® Multi Chlor /pH - Stabiflow Measuring system for free chlorine, chlorine dioxide, ozone or hydrogen peroxide with automatic pH & temperature compensation. Includes: * Neon® Multi chlorine /pH * Argon® Stabiflow * Zirkong F'I'G * ZirkonlD DES * Zirkon® pH Features: * 5 mA outputs * ASR - Automatic Sensor Cleaning * PID Control * Automatic Sample Flow Control to 30 1/hr. Freight Freight Estimate (prepay and add) * * ** *Freight is only 1 54.00 54.00T Estimated and will be adjusted upon delivery. Please note: Your freight charges may differ from the freight estimated Optional Adder Kuntze Conductivity Probe and Chamber 1 1,450.00 1,450.00T Tukwila 10.00% 700.40 Total $7,704.40 Toll Free: 877 - 371 -4555 www.correctequipment.com Fax: 425- 869 -1033 ME Multi channel water monitoring system Controlled and reliable measurements driven by Kuntze Krypton'systems. The measuring system includes all customers need for disinfectant measurement: instrument, sensors, assembly and cables. The Krypton' Multi is a measuring system for disinfectant, pH and temperature - optional ORP and 5th measuring input (Cl,, TCI or conductivity). Kuntze KryptonMultiare delivered fully assembled and ready to use. Neon'l' Multi`s water measurement process can be controlled at any time, from any place, on any device via Kuntze`s Cloud Connects service. All Kuntze products are Made in Germany. i Disinfectants • Free chlorine, chlorine dioxide; 0.. 5.00 / 10.00 / 20.00 mg /I • Ozone: 0.. 5.00 / 10.00 mg /I • Hydrogen peroxide 0.. 30.00 mg /I pH 0 -14.00 pH WA Temperature . 0.. 50.0 °C / 32.0.. 122 OF ORP (optional) ® - 1500.. +1500 mV 51h measuring input (optional) Total Chlorine: 01 0.. 10.00 mg /I or conductivity: a 0 - 100,0 mS /cm Digital inputs Flow control, external controller stop, 2x level control, activation 211'1 od 3111 control para- meter set StabiFlovO is an assembly for precise measurement of disinfectants. Values are: • Constant flow of approx. 30 I/h • Stable, precise and reliable measurements • Increased life expectancy of the electrodes • •, • Controlled water measurement process at any time, from any place, on any device. The solution is Kuntze Cloud Connect® service. ASRO is our patented automatic sensor cleaning process. It keeps the electrode surfaces clean and reduces maintenance efforts automatically ASRO is available for measurement of free chlorine, chlorine dioxide, ozone and hydrogene peroxide t iiRro Cost reduction due to less maintenance • No manual cleaning • No refill of chemical or physical agents • Strongly reduced calibration demand CLEAR. CONTROL. CONNECT. UNTZE.51