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