HomeMy WebLinkAboutTIS 2024-10-28 COMPLETE AGENDA PACKETCity of Tukwila
Transportation and
Infrastructure Services
Committee
•
Armen Papyan, Chair
+'+ Dennis Martinez
-.� Hannah Hedrick
AGENDA
Distribution:
D. Martinez
A. Papyan
H. Hedrick
P. Mayer
G. Lerner (email)
Clerk File Copy
Share pkt pdf on SharePoint
to A. Le, A. Youn
M. McCormick
MONDAY, OCTOBER 28, 2024 — 5:30 PM
HYBRID MEETING — ONSITE AND VIRTUAL
DUWAMISH CONFERENCE ROOM, 6300 BUILDING, 2ND FLOOR
MS Teams: CLICK HERE TO JOIN THE MEETING
Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 252508487#
Item
Recommended Action
Page
1. PRESENTATIONS
2. BUSINESS AGENDA
a) Centerpoint Turnover of Infrastructure in Right -of -
Way and Easement to Maintain Traffic Light on
Private Property (Cherie Du)
b) 42nd Ave S Grants — Final Design and Construction
Grants - WSDOT Local Bridge Program and Move
Ahead Washington Program (Catrien de Boer)
c) USDOT Aquatic Organism Passage (AOP) Culvert
Removal Grant Application - Gilliam Creek Fish
Barrier Removal (Catrien de Boer)
d) Amendment to Grant Agreement #23-188 for
Polychlorinated biphenyls (PCB) Monitoring and
Evaluation (Catrien de Boer)
e) Polychlorinated biphenyls (PCB) Evaluation within
Stormwater Drainage Consult Svc. (Sherry Edquid)
f) Resolution to Surplus City Equipment for 2024
(Shawn Christie)
a) Forward to the 11/04/2024
Regular Consent Agenda
b) Forward to the 11/04/2024
Regular Consent Agenda
c) Council Approval
d) Forward to the 11/04/2024
Regular Consent Agenda
e) Forward to the 11/04/2024
Regular Consent Agenda
f) Forward to the 11/04/2024
Regular Consent Agenda
Pg. 1
Pg. 17
Pg. 23
Pg. 27
Pg. 29
Pg. 43
Next Scheduled Meeting: November 25, 2024
S. The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206-433-0179 for assistance.
)City of Tukwila
Department of Community Development - Nora Gierloff, AICP, Director
TO: Transportation & Infrastructure Services Committee
FROM: Nora Gierloff, DCD Director
BY: Cherie Du, Development Review Engineer
CC: Mayor McLeod
DATE: October 28, 2024
Thomas McLeod, Mayor
SUBJECT: Turnover of Infrastructure in Right -of -Way and Easement to Maintain
Traffic Light on Private Property
CENTERPOINT 8801 MARGINAL (Centerpoint)
ISSUE
Accept from CENTERPOINT 8801 MARGINAL (Centerpoint) turnover of sidewalks, signage
and traffic signals, and accept easement to maintain traffic signal constructed on private
property.
BACKGROUND
Centerpoint has completed their facility. As conditions of the Public Works permit, Centerpoint
has constructed required sidewalk and traffic signals and is providing an easement for the City
to maintain the southern traffic signal, which has been constructed on their property.
DISCUSSION
The proposed public improvements have been constructed to City standards and inspected by
Public Works staff and are ready for turnover.
FISCAL IMPACT
The value of the transferred improvements from Centerpoint to the City totals $421,474 for the
sidewalks, signage and traffic signals. There will be no expense to the City for accepting the
turnover and the easement to maintain the southern traffic signal.
RECOMMENDATION
Council is being asked to authorize the Mayor to sign the turnover documents and consider
this item on the Consent Agenda at the November 4, 2024 Regular Meeting.
ATTACHMENTS
Centerpoint Bill of Sale, Easement, Asset Acquisition Form, Record Drawing and Material List
NOTE: All Centerpoint Development Files are available at the Department of Community
Development Permit Center.
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
1
CITY OF TUKWILA CAPITAL ASSET ACQUISTION FORM
INSTRUCTIONS. The Owner or Owner's Representative completes this form for transfer of a capital item to the
City. The City Clerk processes the form.
TRANSACTION.
1. El DEVELOPER'S AGREEMENT
Name:
Council Action Dated:
2. O✓ BILL OF SALE
Total Construction Cost of Capital Asset: $ 421,474
Grantor: Centerpoint 8801 Marginal LLC Grantee: City of Tukwila
3. 0 OTHER
Description:
ASSET DESCRIPTION. [ ] Water
0 Sewer 0 Storm 0 Curb/Gutter/Sidewalk 0 Other
Water, sewer & Storm utility connections to the 8801 E Marginal Way Building, new sidewalk, curb & gutter along the frontage an
I certify that to the best of my knowledge the above information is true and accurate.
Signature — Department Head Date
I hereby approve the acceptance of the named asset(s) on behalf of the City.
Mayor
Date
Note: Assets over $40,000 in value require Council action and approval.
By council action at a council meeting dated 20 0, the above assets were accepted.
Council President
ATTEST: City Clerk
Date
Date
DOCUMENTATION ATTACHED:
8 Turnover Request Letter ID Bill of Sale 8 Easements 8 Material List
8 Title Report ID Record Drawings 8 ROW dedication 8 Other:
DISTRIBUTION LIST: 8 City Clerk ID Utility Asset Acctg. ID Maint. Div I Utility
2
PROJECT NAME: 8801 E MARGINAL ROW Improvements
PERMIT NO:
PW22-0036 & PW22-0037
MATERIAL LIST
DESCRIPTION (length, size, material & type)
QUANTITY
AVERAGE
UNIT COST
DATE
INSTALLED
SERVICE
LIFE TOTAL
(YRS)
ORIGINAL
COST TOTAL
- ^
DEPRECIATION
PER YEAR
- --
ACCUMLATED
DEPRECIATION
1 Phoenix Drive Traffic Signal Type 1 Signal Pole
1 EA
05/16/23
25 yr
$31,460
Sidewalks
4032 SF
04/11/24
40 yr
$110,874
90th St Traffic Type II Signal Pole & System
1 EA
04/04/24
25 yr
$110,656
E Marginal St Traffic Type III Signal Poles & System
2 EA
04/04/24
25 yr
$165,984
Signage
1 LS
04/11/24
25 yr
$2,500
TOTAL COSTS: $421,474
SIGNED: G�
DATED: l/((!72.q
3
After recording return to:
City Clerk
City of Tukwila
6400 Southcenter Boulevard
Tukwila, Washington 98188
DOCUMENT TITLE:
EASEMENT AGREEMENT
GRANTOR:
CenterPoint 8801 Marginal LLC, a Delaware limited liability
company
GRANTEE:
City of Tukwila, a Washington Municipal Corporation
ABBREVIATED LEGAL DESCRIPTION:
ADDRESS:
Parcel A of City of Tukwila Lot Consolidation No. L19-0083,
recorded September 10, 2020, under Recording Number
20200910900087
8801 E. Marginal Way, Tukwila, Washington 98108
KING COUNTY TAX PARCEL NUMBER:
542260-0060-03
1066535.3
4
EASEMENT AGREEMENT
THIS EASEMENT AGREEMENT (the "Agreement") is made and entered this day of
September, 2024, by and between CENTERPOINT 8801 MARGINAL LLC, a Delaware limited liability
company (referred to herein as the "Grantor"), and THE CITY OF TUKWILA, a Washington municipal
corporation (referred to herein as the "Grantee");
WITNESSETH:
WHEREAS, Grantor is the owner of certain property and the improvements thereon commonly
known as 8801 E. Marginal Way, Tukwila, Washington, and legally described on Exhibit A attached hereto
(the "Property"); and
WHEREAS, Grantor desires to convey to Grantee an easement on, under and across certain
portions of the Property for the purpose of utilizing, maintaining, and repairing the City Traffic
Signalization Facilities (as hereinafter defined);
NOW, THEREFORE, for and in consideration of the sum of Ten and No/100's Dollars ($10.00),
and other good and valuable considerations, the receipt of all of which is hereby acknowledged, the said
Grantor, as the owner of the Property, and does hereby grant and convey unto the Grantee, subject to all
existing easements and restrictions of record, a perpetual, non-exclusive right of way and easement (the
"Easement") for access to, across, under and over the Easement Parcel (as hereinafter defined) for the use,
operation, inspection, maintenance, repair, renewal and replacement of a Phoenix Drive Traffic Type 1
Signal Pole and System and associated facilities (the "City Traffic Signalization Facilities"), all as
heretofore constructed by Grantor and conveyed to Grantee concurrently herewith, on, under and across the
portions of the Property legally described on Exhibit B attached hereto and depicted on Exhibit C attached
hereto (the "Easement Parcel").
TO HAVE AND TO HOLD the same unto the Grantee for the uses and purposes herein set forth.
1066535.3
5
Grantee shall have the perpetual right to access, cross over, under and through the Easement Parcel
for the purpose of utilizing, operating, inspecting, maintaining, repairing, renewing and replacing the said
City Traffic Signalization Facilities located within the Easement Parcel provided, however, (i) that no cost
or expense shall be incurred by Grantor in connection with the use, operation, inspection, maintenance,
repair, renewal and replacement of the City Traffic Signalization Facilities now or hereafter located within
the Easement Parcel pursuant to this Easement, and (ii) that all use, operation, inspection, maintenance,
repair, renewal and replacement shall be done in compliance with applicable law.
During the exercise of any of its rights hereunder, Grantee agrees to use commercially reasonable
efforts not to interfere with the use and operation of Grantor's Property by Grantor or any of its contractors,
tenants or licensees. Grantee shall keep the Easement Parcel and the Property free from and shall promptly
discharge all mechanic's or material supplier's liens arising from any work performed, material furnished
or obligations incurred in connection with any of Grantee's activities within the Easement Parcel. Grantee
agrees that it shall, at its sole cost and expense, restore, to substantially the same condition as existing
immediately before such damage occurred, any damage caused to any part of the Easement Parcel or the
Property which occurs as a result of the use, operation, inspection, maintenance, repair, renewal and
replacement of the City Traffic Signalization Facilities by Grantee.
To the fullest extent permitted by applicable law, the Grantee shall release, indemnify, hold
harmless and defend the Grantor, its officers, directors, employees, members and owners, from time to
time, of any of the Property, from and against all claims, costs, losses and damages (including but not
limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or
arbitration or other dispute resolution costs) caused by or resulting from the negligent use, operation,
inspection, maintenance, repair, renewal and replacement of the City Traffic Signalization Facilities
pursuant hereto or which may result from or in connection with or by reason of the rights granted to the
Grantee under this instrument, including any act or omission of the Grantee or its agents, contractors or
employees. The provisions of this indemnification paragraph shall not be construed to indemnify and
1066535.3
3
6
Grantee shall not be obligated to indemnify Grantor for any liability, loss, damage or expense to the extent
attributable to the negligent acts or omissions or willful or intentional misconduct of Grantor.
The granting of the Easement shall not be construed to prohibit the Grantor from developing any
property adjoining the Easement Parcel or from using the Easement Parcel in any manner or from laying
out, establishing and constructing pavement, road surfaces, curbing and gutters along, upon, over or across
said Easement Parcel or any portion thereof; provided, however, the Easement Parcel shall be kept free
from buildings, and any other structures or obstructions (except sidewalks, roadways, pavement, grass,
shrubs, fences, or curbs), which will interfere with the Grantee in entering upon said Easement Parcel for
the purpose of the use, operation, inspection, maintenance, repair, renewal and replacement the City Traffic
Signalization Facilities.
All rights, title, and privileges herein granted, including all benefits and burdens, shall run with
the land and shall be binding upon Grantor and Grantee, as well as their respective successors and assigns.
1066535.3
[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK — SIGNATURE PAGES
FOLLOW.]
4
7
IN WITNESS WHEREOF, CENTERPOINT 8801 MARGINAL LLC, has caused this Easement
to be executed under seal on the 25th day of September, 2024.
CENTERPOINT 8801 MARGINAL LLC, a Delaware
limited liability company
By: CenterPoint Properties Trust, a Maryland real
estate investment trust, its sole member
By:
Its:
C.
Pt$ward R. Harrington
Name: Cwninr Vice Preek nt
By:
Its: i.
Name: SeiliOF ViCe Pferi
STATE OF ILLINOIS )
COUNTY OF COOK )
I, (km Cj iCAEL , a Notary Public in and for said County, in the State
foresaid, DO HEREBY CERTIFY that EDWARD MARRitsIGTo►J as
rli% Via mug and BRfAhl SNSEHAN , as 511�%. CQ411zo Lfg of
CenterPoint Properties Trust, a Maryland real estate investment trust, personally known to me to be the
same persons whose names are subscribed to the foregoing instrument as such officers, appeared before me
this day in person and acknowledged that they signed and delivered the said instrument as their own free
and voluntary act and as their own free and voluntary act of said trust for the uses and purposes therein set
forth.
GIVEN under my hand and notarial seal this 25Hday of September, 2024.
I Official Seal
JULIE A SKKEL
Notary Public, State of Illinois
Commission No. 899413
My Commission Expires November 29, 2027
Ciitil
Notarublic
SIGNATURE PAGE - 1
8
IN WITNESS WHEREOF, THE CITY OF TUKWILA, has caused this Bill of Sale to be
executed under seal on the day of September, 2024.
Attest/Authenticated:
CITY OF TUKWILA, a Washington municipal
corporation
By:
Name:
Title:
City Clerk Approved As To Form by City Attorney
STATE OF WASHINGTON )
COUNTY OF KING )
On this day personally appeared before me , to me known to be the
of the CITY OF TUKWILA, a municipal corporation and noncharter code city
with a council -mayor form of government organized pursuant to RCW Title 35A, that executed the
foregoing instrument, and acknowledged such instrument to be free and voluntary ace and deed of
said City for the uses and purposes therein mentioned, and on oath stated that s/he was duly authorized to
executed such instrument.
GIVEN under my hand and notarial seal this day of September, 2024.
Notary Public
SIGNATURE PAGE - 2
9
EXHIBIT A
LEGAL DESCRIPTION OF PROPERTY
PARCEL A OF CITY OF TUKWILA LOT CONSOLIDATION NO. L19-0083, RECORDED
SEPTEMBER 10, 2020, UNDER RECORDING NUMBER 20200910900087, IN KING
COUNTY, WASHINGTON.
Common Address:
Tax Parcel Number:
1066535.3
8801 E. Marginal Way
Tukwila, Washington 98108
542260-0060-03
EXHIBIT A-1
10
EXHIBIT B
LEGAL DESCRIPTION OF EASEMENT PARCEL
CITY OF TUKWILA ACCESS & MAINTENANCE EASEMENT LEGAL DESCRIPTION
A 7.00-FOOT-WIDE STRIP OF LAND LYING UNDER, OVER„ AND ACROSS A PORTION OF PARCEL A OF CITY
OF TUKWILA LOT CONSOLIDATION NUMBER 'Li9-D 33. UNDER RECORDING NUMBER 20200910900087,
DATED SEPTEMBER 1 u, 2020, DESCRIBED AS FOLLOWS:
COMMENCING AT THE SOUTHEAST CORNER OF SAID PARCEL A:
THENCE ALONG THE SOUTH LINE OF SAID PARCEL A. NORTH 3 '51'02" WEST. 25.000 FEET;
THENCE NORTH 01'08'58' EAST, 7,00 FEET
THENCE PARALLEL AITH SAID SOUTH LINE SOUTH 5 i fie EAST 21. i3 FEET TO THE RESTER' Y`
MARGIN OF EAST MARGINAL
THENCE ALONG SAID WESTERLY MARGIN SOUTH 22 i" EAST. + . 7.64 FEET TO THE POINT OF
BEGINNING.
:'ST.hIN1w:3 16 4± S•F;
20538-CENTERPOINT TUKWILA
20538L.003
OBH
August 12, 2024
1066535.3
EXHIBIT B-1
8/12/2024
♦ .?F rrr/H46466 tiWONiNVOM.N `vN V
11
1066535.3
EXHIBIT C
DEPICTION OF EASEMENT PARCEL
[SEE ATTACHED]
EXHIBIT C-1
12
ID
Fixi4g..1_
GONbONL9p,,-NONNIn 09-03
IRS_C, 702100013tPC01
/
2500' '
P0 B
SE.'7"4ER
PARCEL
N
SCALE 1%100'
w
= 00' i/L`._,AL N/A
Ell Bargheueen
Consulting Engineers, Inc.
lt215 72nd Ammo South
Kent, W 911032
425251 6222 berghatmen.com
OH
For:
(7ITY C F
T. KtIIL.
20538
-E
1.4Ar TER AN
EASEMENT
SHE,-
1 „1
OBH 1APPROVED DRH LL1.
DLD4
1066535.3
EXHIBIT C-2
13
Know what's below.
Call before you dig.
FOR
CENTERPOINT TUKWILA
PTN OF THE SE 1/4 AND THE SW 1/4 OF SEC. 23, TWNP 24 N, RNG 4 E, W.M.
CITY OF TUKWILA, KING COUNTY, STATE OF WASHINGTON
GENERAL NOTES
1. LOCATIONS SHOWN FOR EXISTING UTILITIES ARE APPROXIMATE.
2. AT LEAST 48 HOURS BEFORE STARTING PROJECT SITE WORK, NOTIFY THE UTILITIES INSPECTOR AT 206-433-0179.
3. REQUEST A PUBLIC WORKS UTILITY INSPECTION AT LEAST 24 HOURS IN ADVANCE BY CALLING 206-433-0179.
4. THE CONTRACTOR ASSUMES SOLE RESPONSIBILITY FOR WORKER SAFETY, AND DAMAGE TO STRUCTURES AND IMPROVEMENTS RESULTING
FROM CONSTRUCTION OPERATIONS.
5. THE CONTRACTOR SHALL HAVE THE PERMIT(S) AND CONDITIONS, THE APPROVED PLANS, AND A CURRENT COPY OF CITY OF TUKWILA
DEVELOPMENT GUIDELINES AND DESIGN AND CONSTRUCTION STANDARDS AVAILABLE AT THE JOB SITE.
6. ALL WORK SHALL CONFORM TO THESE APPROVED DRAWINGS. ANY CHANGES FROM THE APPROVED PLANS REQUIRE PRE -APPROVAL FROM
THE OWNER, THE ENGINEER, AND THE CITY OF TUKWILA.
7. ALL METHODS AND MATERIALS SHALL MEET CITY OF TUKWILA DEVELOPMENT GUIDELINES AND DESIGN AND CONSTRUCTION STANDARDS,
UNLESS OTHERWISE APPROVED BY THE PUBLIC WORKS DIRECTOR.
8. CONTRACTOR SHALL MAINTAIN A CURRENT SET OF RECORD DRAWINGS ON -SITE.
9. CONTRACTOR SHALL PROVIDE RECORD DRAWINGS PRIOR TO PROJECT FINAL APPROVAL.
10. PROVIDE TRAFFIC CONTROL AND STREET MAINTENANCE PLAN FOR PUBLIC WORKS APPROVAL BEFORE IMPLEMENTATION.
11. ALL SURVEYING FOR PUBLIC FACILITIES SHALL BE DONE UNDER THE DIRECTION OF A WASHINGTON LICENSED LAND SURVEYOR. VERTICAL
DATUM SHALL BE NAVD 1988. HORIZONTAL DATUM SHALL BE WASHINGTON STATE (GRID) COORDINATES, NORTH ZONE, USING NAD 83/91
SURVEY CONTROL AND TIED TO ANY TWO CITY OF TUKWILA HORIZONTAL CONTROL MONUMENTS. FOR PROJECTS WITHIN A FLOOD CONTROL
ZONE, THE PERMITTEE SHALL PROVIDE CONVERSION CALCULATIONS TO NGVD 1929.
12. REPLACE OR RELOCATE ALL SIGNS DAMAGED OR REMOVED DUE TO CONSTRUCTION.
SIGNAL GENERAL NOTES
1. THE LOCATION OF ALL CONDUIT JUNCTION BOXES, AND CABINETS SHOWN ON THIS PLAN ARE FOR GRAPHIC
REPRESENTATION ONLY AND FINAL LOCATIONS SHALL BE CONFIRMED IN THE FIELD WITH THE ENGINEER OR CITY
INSPECTOR.
2. ALL TRAFFIC SIGNAL AND PEDESTRIAN HEADS AND PUSH BUTTONS SHALL BE SECURELY AND COMPLETELY COVERED
WHILE NOT IN OPERATION.
3. ALL WORK SHALL BE IN ACCORDANCE WITH CITY OF TUKWILA STANDARDS AND SPECIFICATIONS, CURRENT EDITION
UNLESS OTHERWISE SPECIFIED. THE CURRENT EDITION OF THE CITY OF TUKWILA STANDARD SPECIFICATIONS AND
DETAILS SHALL BE CONSIDERED PART OF THIS CONTRACT.
4. THE LOCATIONS OF FEATURES SHOWN ARE APPROXIMATE AND SHALL BE VERIFIED IN THE FIELD BY THE CONTRACTOR
AS NECESSARY.
5. THE CONTRACTOR SHALL SUBMIT A REQUEST TO THE INSPECTOR FOR MATERIALS APPROVAL MINIMUM THREE WEEKS
PRIOR TO THE REQUESTED APPROVAL DATE.
6. ALL WORK SHALL BE CONSISTENT WITH UTILITY AGENCY REQUIREMENTS. THE CONTRACTOR SHALL CONTACT ALL
PERTINENT UTILITY AGENCIES 48 HOURS BEFORE COMMENCING WORK, AND SHALL COORDINATE WITH AFFECTED UTILITY
AGENCIES THROUGHOUT THE PROJECT.
7. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING UTILITIES. THE CONTRACTOR SHALL NOTIFY
THE AFFECTED UTILITY COMPANY AND THE CITY OF TUKWILA IMMEDIATELY UPON DAMAGE.
8. EXISTING FEATURES TO REMAIN UNLESS OTHERWISE NOTED.
9. ALL CONDUCTORS FOR SIGNAL HEADS, LOOPS, PEDESTRIAN HEADS, PUSHBUTTONS, AND STREET LIGHTS SHALL BE
LABELED IN EACH JUNCTION BOX.
10. PRESERVE AND PROTECT EXISTING TRAFFIC LOOPS UNLESS OTHERWISE INDICATED.
11. CONTRACTOR SHALL PROVIDE AND INSTALL A PERMANENT OR TEMPORARY VIDEO DETECTION SYSTEM AT ANY TIME THAT
LOOP DETECTORS ARE NOT FUNCTIONAL.
12. ALL NEW SIGNAL POLE FOUNDATION LOCATIONS SHALL BE APPROVED BY THE ENGINEER PRIOR TO EXCAVATION.
13. THE EXISTING ILLUMINATION SYSTEM SHALL REMAIN OPERATIONAL UNTIL NEW ILLUMINATION CONFIGURATION IS FULLY
FUNCTIONAL.
14. ALL SIGNALIZED CROSSWALKS SHALL BE OPERATIONAL AT ALL TIMES UNLESS FLAGGERS/POLICE ARE PRESENT TO
ASSIST PEDESTRIANS.
15. CONTRACTOR SHALL PROVIDE TENW WITH REDLINE MARKUPS SHOWING ANY AND ALL CHANGES FROM THESE APPROVED
PLANS FOLLOWING CONSTRUCTION.
16. CONDUIT UNDER ROADWAY MUST BE SCHEDULE 80 PVC OR RIDGED.
17. CONTRACTOR SHALL CONFIRM PREFERRED TRENCHING/BORING METHOD WITH CITY OF TUKWILA PRIOR TO BEGINNING
CONSTRUCTION.
18. ALL JUNCTION BOXES IN WALKWAYS MUST BE SLIP -RESISTANT.
19. AS PART OF THE DESIGN PROCESS, THE ENGINEER HAS ATTEMPTED TO CONFIRM THAT THERE ARE NOT CONFLICTS WITH
OVERHEAD POWER LINES OR SUBSURFACE UTILITIES. HOWEVER IT IS POSSIBLE FOR THE EXISTING OR PROPOSED
CONDITIONS TO CHANGE PRIOR TO IMPLEMENTATION OF THE SCOPE OF WORK IDENTIFIED ON THESE DOCUMENTS. AS
THE FIRST ORDER OF BUSINESS THE CONTRACTOR SHALL POTHOLE EACH POLE LOCATION TO CONFIRM THAT THERE
ARE NOT CONhLICI.SWIlH SUBSURFACE UTILITIES. A R SHALL LONE M IHAT 1HLRE IS A
10-FT MINIMUM CIRCUMILREN IIAL CLEARANCE PROVIDED BETWEEN OVERHEAD POWER LINES AND THE PROPOSED TYPE
III SIGNAL POLES PRIOR TO CONSTRUCTION. ADDITIONAL CLEARANCE MAY BE REQUIRED AS DIRECTED BY THE UTILITY.
THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY IF A CONFLICT IS DISCOVERED.
SIGNAL CONSTRUCTION NOTES
OCONSTRUCT FOUNDATION PER WSDOT STANDARD PLAN J-21.10 AND SIGNAL POLE CHART, SHEET
TS-03. FURNISH AND INSTALL TYPE I SIGNAL STANDARD WITH ONE NEW VEHICULAR SIGNAL HEAD PER
SIGNAL POLE CHART, SHEET TS-03, AND TWO NEW SIGNS PER SIGN LEGEND, THIS SHEET.
O EXISTING CONTROLLER CABINET TO REMAIN. PROTECT DURING CONSTRUCTION.
O3 EXISTING TYPE III SIGNAL POLE TO REMAIN. PROTECT DURING CONSTRUCTION.
O EXISTING TYPE PS POLE TO REMAIN. PROTECT DURING CONSTRUCTION.
OEXISTING TYPE III SIGNAL POLE TO REMAIN. REPLACE EXISTING FOUR -SECTION HEAD WITH NEW
FLASHING YELLOW ARROW (FYA) FOUR -SECTION HEAD ON EXISTING TENON PER SIGNAL DISPLAY
LEGEND, THIS SHEET. REPLACE EXISTING R10-12 SIGN WITH NEW FYA SIGN PER SIGN LEGEND, THIS
SHEET.
SIGNAL WIRING SCHEDULE (AFFECTED RUNS ONLY)
/A\
NO.
RACEWAY
SIZE
E.V.
ET 3C(SH)
VEH.
HEAD
C
PEEL
HEAD/PPB
PPBVIDEO
2C(SH)
DETECTION
ILLUM
#8
EQUIP.
GRND.
PULL
WIRE
CONDUIT
FILL
ALLOW
(NEW)
ALLOW.
(EXIST.)
EX.
NEW
EX.
NEW
EX.
NEW
EX.
NEW
EX.
NEW
EX.
NEW
EX.
NEW
EX.
NEW
1
3.5" EXISTING *
2
5
1
4
3
3
1
2.51
---
3.48
2
2.5" EXISTING *
1
1
1
3
1
3
1
1.34
---
1.65
3
2" EXISTING *
1
2
1
0.56
---
1.65
4
1.5" EXISTING *
1
1
1
0.42
---
0.68
5
1.5" EXISTING *
1
1
0.28
---
0.68
6
2" SCH80 PVC
1
1
0.28
1.67
---
* OTHER CONDUIT AND CONDUCTORS MAY BE PRESENT
** EQUIPMENT GROUND SIZE SHALL BE EQUAL TO OR LARGER THAN THE LARGEST WIRE SIZE IN THE CONDUIT.
PROJECT SIT
SITE ACCESS
These plans have been reviewed by the Public
Works Department for conformance with current
City standards. Acceptance is subject to errors
and omissions which do not authorize violations
of adopted standards or ordinances. The
responsibility for the adequacy of the design
rests totally with the designer. Additions,
deletions or revisions to these drawings after this
date will void this acceptance and will require a
resubmittal of revised drawings for subsequent
approval.
Final acceptance is subject to field inspection by
the Public Works utilities inspector.
Date: 06/27/2022 By: GAr ce $ w
SIGN LEGEND
PHOENIX DR
SI (18"X60")D3-1 )
EX/RELOCATED
NO
TURN
ON
RED
R10-11A
NEW/EXISTING
SS
CUSTOM
(30"x42")
LEFT TURN
YIELD
ON FLASHING
YELLOW
PW22-0037
LEFT TURN
YIELD
ON GREEN
•
R10-12
EXISTING
52
RAISBECK
AVIATION HS
8801 E
MARGINAL WAY
S4 D2-2
(CUSTOM)
BACKGROUND: WHITE
BORDER: BLACK
OUTER BORDER: WHITE
LETTERS/SYMBOLS: BLACK
ARROW: YELLOW
TEXT STYLE SHALL MATCH
MUTCD SIGN R10-12
12"
12"
12"
0
0
PHASE DIAGRAM
01
02
03
04
NOT
USED
-.1-..,
,
1
__ J
NOT
USED
__ J
NOT
USED
_
05
06
07
08
VEHICLE MOVEMENT
PROTECTED MOVEMENT
PERMISSIVE MOVEMENT
PEDESTRIAN MOVEMENT
PRE-EMPT
A = 02 & 05
B = 06
SIGNAL DISPLAYS
VEHICLE HEADS
EX :21,22,23
:31,32
:41,42
:61,62,63,64
NEW :33
12"
12"
12"
12"
z
O
FYA
VEHICLE HEADS
NEW :51
PEDESTRIAN HEADS
EX :48,49
:68,69
ALL NEW VEHICLE AND PEDESTRIAN DISPLAYS SHALL BE LED.
ALL VEHICLE HEADS SHALL HAVE 12" LENSES AND TYPE M
MOUNTS (CONNECTED BETWEEN THE RED AND YELLOW SIGNAL
FACES).
PEDESTRIAN HEADS ON TYPE PS POLES SHALL USE TYPE D
TOP MOUNTS.
RECEIVED
5/24/2022
COMMUNITY
DEVELOPMENT
N
it
10
40
0
20
SCALE IN FEET
60
Title: TRAFFIC SIGNAL MODIFICATION PLAN
I
F-
QO
U)
YQ�o
D�rn
Q
z�
p z
LL0
In
Uw
O
co
co
SIGNAL LEGEND
EX NEW/RELOCATE DESCRIPTION
LULU H p v JUNCTION BOX TYPE 1,2,8
D VEHICLE SIGNAL HEAD
PEDESTRIAN SIGNAL HEAD
-0- UTILITY POLE
I-C UTILITY MOUNTED
E
O C - C-SIGNAL POLE TYPE III
O O TYPE PS POLE
F F PPB
H H MAST ARM MOUNTED SIGN
p EMERGENCY PRE-EMPTION
n/nDETECTOR
-Da VIDEO DETECTION CAMERA
nag
O
O
CONDUIT/CONDUCTOR
ELECTRICAL SERVICE
CABINET
CONTROLLER CABINET
CONSTRUCTION NOTE
SIGNAL AND LUMINAIRE POLE
NUMBER/CONSTRUCTION NOTE
SIGN NOTE
725 S FIGUEROA ST STE 3005
02-02-2022
Job Number
N
O
N
O
N
O
N
14
SIGNAL
HEAD 33
R
631
A
632
db-
G
633
635
636
761
762
763
HAND
MAN
COM
Know what's below.
Call before you dig.
1-5C NEW
1-5C EX
R
G
Y
PPB 69
w: Cra.0
EX POLE
PED HEAD 69
761
COM
762
MAN
763
HAND
JB
1-5C NEW
2-5C EX
2-5C EX
1-3CSH EX
1-VIDEO EX
JB
W
EX POLE
LUMINAIRE
PED HEAD 48
741
HAND
742
MAN
743
COM
PPB 48
SIGNAL
HEAD 51
R 661 R
Y 662 Y
G 663 G
W 664 W
W& 666 WB —
FOR
CENTERPOINT TUKWILA
PTN OF THE SE 1/4 AND THE SW 1/4 OF SEC. 23, TWNP 24 N, RNG 4 E, W.M.
CITY OF TUKWILA, KING COUNTY, STATE OF WASHINGTON
B
PREEMPT
A
R
621
A
622
G
623
624
626
SIGNAL
HEAD 64
R�
Y
G�
W
661
662
663
665
666
R
G
SIGNAL
HEAD 21
U ❑
�n
4B�
VIDEO
DET A
SIGNAL
HEAD 63
R�
Y-+
G�
W�
661
662
663
665
666
R
G
R
621
A
622
G
623
624
626
SIGNAL
HEAD 23
SIGNAL
HEAD 31
SIGNAL
HEAD 41
VIDEO
DET C
SIGNAL
HEAD 32
SIGNAL
HEAD 42
SIGNAL
HEAD 62
661
662
663
665
666
R
G
F
R
A
G
R
A
G
R
A
G
R
A
G
631
632
633
635
636
641
642
643
645
646
631
632
633
635
636
641
642
643
645
646
PREEMPT
OEM
DIM
R
621
A
622
G
623
624
626
SIGNAL
HEAD 22
VIDEO
DET C
R—•
Y�
-G-
-W�
o WB�
o N
R 621 R
Y 622 Y
G 623 G
W 624 W
WB 626 WB
R 651 R
Y 652 Y
G 653 G
8 654 W
.—WB 656 WB
R 641 R
Y 642 Y
G 643 G
W
WB
R-631 R
Y-632 Y
G-633 G
WB
&
645
646
635
636
1-5C NEW
4-5C EX
1-3CSH EX
1-VIDEO EX
SIGNAL
HEAD 61
661
R
662
Y
663
G
W-.
WB-•
665
666
LUMINAIRE
EX POLE
4-5C EX
— 1-3CSH EX
2-VIDEO EX
JB
PED HEAD 49 '^
EX POLE
HAND
741
MAN
COM
742
743
PPB 49
JB
4-5C EX
1-3CSH EX
2-VIDEO EX
1-5C NEW
10-5C EX
2-3CSH EX
3-VIDEO EX
[1-5C EX
PW22-0037
CONTROLLER CABINET
i
z
AC+
501
AC -
502
511
512
513
521
522
523
531
532
533
541
542
543
611
612
613
616
617
621
622
623
626
627
631
632
633
636
637
641
642
643
x
646
647
h
651
652
653
656
657
661
662
663
B
W-1 TO SVC
— R—
—B 3CS
—B 3CS
R
k`
— B 3CS
R
G
SC
5C
—YB—�5C
—R-
-Y-
- G-
-W-
-WB 5C
— R
—Y
666
667
671
672
673
676
677
681
682
683
686
687
721
722
x
723
724
725
ro
X
+
x
+
741
742
743
744
745
761
762
763
764
765
781
782
X
783
784
785
—WB —5C
7 NO TERMINAL REQUIRED.
CONNECT IDENTIFIED WIRES TO
NEUTRAL (AC-) BUS.
+ NO TERMINAL REQUIRED.
CONNECT IDENTIFIED WIRES TO
DETECTOR COMMON BUS.
® TERMINAL REQUIRED.
CONNECT IDENTIFIED WIRES TO
IDENTIFIED BUS.
RECEIVED
5/24/2022
COMMUNITY
DEVELOPMENT
TRAFFIC SIGNAL WIRE DIAGRAM
a)
I—
F-
QO
YQo
D�rn
I——I
z�
O • Z —
LL 0
Q
LLJ
D
LLJ <
U Lu
O
co
oo
c _
w O N
i M F In
O
w Q
O - (/) J
Q
C U I
HOW' • O
Z J
O W 0
0_ Z Q
CC < z
LLJ
z°OOU
� UJ
7-
02-02-2022
Job Number
N
O
N
0
N
O
N
TYPICAL El
SIGNAL ARM
ATTACHMENT
POINT
POLE ORIENTATION ANGLE
(P.O.A.) DEGREES
CLOCKWISE FROM OFFSET
LINE TO 0' POINT
Know what's below.
Call before you dig.
LOCATION STATION
ALL HANDHOLES
AT 180'
POLE ORIENTATION AND ATTACHMENT POINT DETAIL
0
-00
TYPE I
VEHICLE HEAD
STANDARD
FOR
CENTERPOINT TUKWILA
PTN OF THE SE 1/4 AND THE SW 1/4 OF SEC. 23, TWNP 24 N, RNG 4 E, W.M.
CITY OF TUKWILA, KING COUNTY, STATE OF WASHINGTON
B3
VERTICAL CLEARANCE
MINIMUM: 16'-6"
MAXIMUM: 20'-0"
LIMITS OF VERTICAL CLEARANCE REQUIREMENT
CUB
B9
B10
h
B11
C
ROADWAY
D D
a
or
F
9
h
CURB OR EDGE OF SHOULDER 2-0
MIN.
TYPE III
COMBINATION LIGHTING
AND MAST ARM SIGNAL
STANDARD
G
H\
0
0
0
ro
0
N
LEGEND
a. VEHICLE SIGNAL HEAD
b. SIGN
c. STREET NAME SIGN
d. PRE-EMPT DETECTOR
e. DELETED (10/22/90)
f. LUMINIARE
g. PEDETRIAN SIGNAL HEAD
h. CABINET
i. PEDESTIAN PUSHBUTTON ASSEMBLY
j. HANDHOLE
NOTES
OMOUNTING COUPLING INSTALLED
AT OFFSET DISTANCE INDICATED
IN CHART.
ALTERNATE NOTE 1
FOR TYPE N MOUNT ONLY
DRILL 1/2" HOLE IN MAST ARM AND
INSTALL PLASTIC SPLIT BUSHING
FOR CABLE ENTRANCE.
02 FIELD INSTALLED.
SIGNAL STANDARD DETAIL CHART
STD.
N0.
Q
REFERENCE
ROADWAY
FIELD LOCATION
TYPE
MT.
HT.
MT.
HT.
MAST
ARM
SIGNAL MAST ARM DATA
LUMINAIRE
ARM(FT)
POLE ATTACHMENT POINT ANGLES (DEG)
FOUNDATION
DEPTHS(FT)
REMARKS
OFFSET DISTANCE (FT) (Z) (POLE CTO ATTACHMENT POINT)
WINDLOAD AREAS (FT)2 (X)(Y)
(X)(Y)(Z)
NORTHING
EASTING
P.O.A.
Al
A2
B1
B2
B3
B4
B5
B6
B7
B9
BIG
B11
B1
B2
B3
B4
B6
B7
B9
Ell
811
'TOTAL(FT)3
C
A
D
El
Fl
F2
G1
G2
H
11
12
3' RD
3' SO
4' RD
I
E MARGINAL WAY
193497.6
1278089.5
--
I
--
--
--
---
---
---
---
---
---
---
---
---
---
---
---
---
---
---
---
---
---
---
---
---
(I)
-
-
-
-
-
-
-
-
-
-
-
-
FOUNDATION
STD PLAN J-21.10. WSDOT
(1) NOT APPLICABLE. SEE WSDOT STANDARD DETAIL J-21.20.
PW22-0037
RECEIVED
5/24/2022
COMMUNITY
DEVELOPMENT
TRAFFIC SIGNAL POLE CHART
co
w
I—
iY
w
0
0
0
I—
Z
O
0
cc
w
H-
z
w
LU
725 S FIGUEROA ST STE 3005
02-02-2022
Job Number
N
0
N
0
N
O
N
City of Tukwila
Thomas McLeod, Mayor
Public Works ❑eportment - Pete Moyer, Interim Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Pete Mayer, Deputy City Administrator/ Interim Public Works Director
BY: Catrien de Boer, Public Works Analyst
CC: Mayor McLeod
DATE: October 25, 2024
SUBJECT: 42"d Ave S Grants — Final Design and Construction Grants
Project No. 91840404
WSDOT Local Bridge Program and Move Ahead Washington Program
ISSUE
Accept two grants for the final design and construction of the 42nd Ave S Bridge: Local Bridge Program
in the amount of $12,000,000 and Move Ahead Washington (MAW) Program in the amount of
$17,000,000 for a total of $29,000,000.
BACKGROUND
In 2019 and 2020, Council authorized staff to submit applications to the Local Bridge Program and the
MAW Program to fund the replacement of the 42nd Ave S Bridge. The 42nd Ave S Bridge is structurally
deficient and is on track to be replaced in the coming years.
DISCUSSION
In 2021, City staff were notified that we received the full grant award of $12,000,000 from the Local
Bridge Program for the bridge replacement. In 2022, City staff were notified that we received the full
grant award of $17,000,000 from the MAW Program.
FISCAL IMPACT
The City was awarded $29,000,000 in grant funding for the complete replacement of 42nd Ave S
Bridge. The City expects to use the Local Bridge Program grant for construction expenses, which
reimburses at 100% (no local city match) if obligated before Sept. 2026. The City expects to use the
MAW Grant for final design and construction, which reimburses at 100% (no local city match).
Project Budget
Local Bridge Program $12,000,000
Move Ahead Washington $17,000,000
Total $29,000,000
RECOMMENDATION
Council is being asked to accept two grants to fund final design and construction of the 42nd Ave S
Bridge in the amounts of $12,000,000 and $17,000,000 and consider this item on the Consent Agenda
at the November 4th Regular Meeting.
Attachments: Award Letters (Local Bridge Program and Move Ahead Washington)
Vicinity Map
17
Ti;Washington State
AMR
Department of Transportation
July 15, 2021
Mr. Hari Ponnekanti, P.E.
Interim Public Works Director
City of Tukwila
6300 Southcenter Blvd., Suite 100
Tukwila, Washington 98188
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TTY: 1-800-833-6388
www.wsdot.wa.gov
42nd Ave South Bridge
FFY 2021 Local Bridge Program Selections
Federal Funding
Dear Mr. Ponnekanti•
WSDOT is pleased to advise you that the above -mentioned bridge project was recently
selected to receive funding through the Local Bridge Program. The federal funding is
limited to the amount shown below:
42nd Ave South Bridge $12,000,000
Scope: Replacement
NOTE: This project requires a 13.5% local match during the preliminary engineering/design
and right of way phases. Projects that authorize construction by December 2024, are eligible
for 100% federal fundingfor eligible costs. If construction is authorized after December 2024,
13.5% local match is required.
In order to meet state and federal requirements, the following are required:
• Project expenditures incurred before receiving notice from Local Programs of federal
fund authorization are not eligible for reimbursement.
• Please refer to the Local Programs webpage for detailed information, including:
(http://www.wsdot.wa.gov/localprograms/)
✓ Local Agency Guidelines (LAG) manual for the requirements regarding
programming, authorization, reimbursement, etc.;
✓ Projects utilizing federal funds must be included in your current
Transportation Improvement Program (TIP) as a complete programmed
project. Once your TIP amendment is approved, WSDOT will amend the
Statewide Transportation Improvement Program (STIP);
✓ Funding and billing forms;
✓ Quarterly Project Reporting is required to be completed by the end of March,
June, September, and December each year. To access the database you will
need an account name and password. Your account name is Tukwila and
your password is Tukwi785. The password is case sensitive.
• If the project is not actively pursued, or becomes inactive (23 CFR 630), the project
is at risk of being cancelled, funds repaid and reprogrammed.
18
Hari Ponnekanti, P.E.
Interim Public Works Director
City of Tukwila
42nd Ave South Bridge
July 15, 2021
• FHWA requires that all projects are ADA compliant upon completion or the federal
funds must be repaid.
As a reminder, Local Programs requires all agencies to submit monthly progress billings to
ensure timely reimbursement of eligible federal expenditures. Also, it is critical that your
agency adhere to the project schedule previously provided, to ensure the delivery of the local
federal program.
For assistance please contact Mehrdad Moini, your Region Local Programs Engineer, at
206.440.4734.
Sincerely,
57-&-p-hermie-Tax
Stephanie Tax
Interim Director
Local Programs
SJT:sas
cc: Kelly McGourty, Transportation Director, PSRC
Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121
19
Washington State
AlMilk
W, Department of Transportation
March 31, 2022
Mr. Hari Ponnekanti, P.E.
Public Works Director
City of Tukwila
6300 Southcenter Blvd., Suite 100
Tukwila, Washington 98188
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TTY: 1-800-833-6388
www.wsdot.wa.gov
42nd Avenue Bridge
Move Ahead WA — Capital Projects
2022 Supplemental Transportation Budget
State Funding
Dear Mr. Ponnekanti•
WSDOT is pleased to advise you that the above -mentioned project was selected to receive
funding in the 2022 Supplemental Transportation Budget through the Move Ahead
Washington (MAW) — Capital Projects program. The state funding is limited as shown
below:
42nd Avenue Bridge $17,000,000
2021-23 Available Funding: $17,000,000
Scope: Complete replacement of the existing bridge which is structurally deficient and
functionally obsolete.
In the event the 2021-23 funding is not all reimbursed, WSDOT will request the remaining
funding through the 2023-25 budget development. Until the funding is provided by the
legislature, WSDOT can only reimburse your agency for the approved work completed each
biennium, as reflected above. Therefore, it is critical that the Local Project Report is
updated detailing the project's delivery, so that the funding aligns with the schedule.
In order to meet the state requirements, the following are required:
• Project expenditures incurred before receiving notice from Local Programs of state
fund authorization are not eligible for reimbursement.
• Please refer to the Local Programs webpage for detailed authorization information
including: (https://wsdot.wa.gov/business-wsdot/support-local-programs)
✓ Local Agency Guidelines (LAG) manual for detailed requirements;
✓ Transportation Improvement Program (TIP) and Statewide Transportation
Improvement Program (STIP) amendments, as applicable;
✓ Funding and billing forms;
✓ Local Project Report is required to be completed by the end of June and
December each year. To access the database you will need an account name
and password. Your account name is Tukwila and your password is
Tukwi785. The password is case sensitive.
20
Hari Ponnekanti, PE
City of Tukwila
42nd Avenue Bridge
March 31, 2022
Local Programs encourages all agencies to submit monthly progress billings to ensure
timely reimbursement of eligible expenditures.
For assistance please contact Mehrdad Moini, your Region Local Programs Engineer, at
206.440.4734.
Sincerely,
/6?-i---
Jay Drye, PE
Director
Local Programs
JD:st:ml
cc: Kelly McGourty, Transportation Director, PSRC
Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121
21
White [enter
Mt View
Bunco
Normandy
Park
Tukwila
eaTac
sE Npwp°'r N,
Newcastle
Cougar
Moun rain
Sq
Ms a
East Renton Rd
Highlands
Renton
42nd Avenue S Bridge Replacement Project
Vicinity Map
i
t is
Duwarnish
S 112th 5t
5fi5lb5�
5 160 5t
Tukwila
Community
1-3
Center a
c r4
0
99 er
n
pi ▪ lf▪ l
Riverron
q- 4P
42"d Avenue S
Bridge
Idd
-
w
7-
4.2
Lri
Ln
S JraLO S S
S Leo 5t
5 Ryar7 5E
57 t h AVe 5
59th Ave S
,RtrOrt
Burlington-Northern/Santa Fe Railroad
Intermodal Freight Facility
Anenta
0
s 133 rd 'L
5 140[h St
Access Path
Foster
▪ re5
r Sr
Foster Golf.
Links
64th Ave 5
Skyway
Baker Commodities
22
City of Tukwila
Thomas McLeod, Mayor
Public Works Department - Pete Mayer, Interim Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Pete Mayer, Deputy City Administrator/ Interim Public Works Director
BY: Catrien de Boer, Public Works Grant Analyst
CC: Mayor McLeod
DATE: October 25, 2024
SUBJECT: USDOT Aquatic Organism Passage (AOP) Culvert Removal Grant Application
Project No. 99830105
Gilliam Creek Fish Barrier Removal
ISSUE
Authorize the submittal of a grant application to the USDOT AOP National Culvert Removal, Replacement, and Restoration
Grant Program for design and construction funding for the Gilliam Creek Fish Barrier Removal and Habitat Enhancement Project.
BACKGROUND
The primary goals of this project are to restore fish passage between Gilliam Creek and the Green River, restore salmon
habitat, and maintain or improve flood protection. The 108" flap gate would be removed and replaced with flood protection
more suitable to fish passage.
DISCUSSION
The City currently has $1,350,000 in awarded design grant funding from the King County Flood Control District (FCD) and the
Recreation and Conservation Office (RCO). In late 2023, the City applied to the NOAA Fish Barrier Removal grant program for
$19.6 Million and to the NOAA Transformational Habitat grant program for $22.6 Million. The City was unsuccessful with both
but participated in valuable debrief sessions with NOAA grant managers to discuss our applications.
In late September 2024, the City became aware of the USDOT AOP grant opportunity which funds culvert replacement
projects, such as this. The application was due on September 23, 2024. City staff learned about this grant opportunity only
days before the application was due, and did not want to miss an opportunity for our project to be considered. This is a highly
competitive national grant program. We believe that even if our application is unsuccessful, we look forward to meeting with
USDOT staff to debrief our application and discuss strengths and weaknesses to prepare a better application next year.
FISCAL IMPACT
The City is seeking $19.3 Million from the USDOT AOP program for design and construction of the Gilliam Creek Culvert
Removal project. The program requires a 20% non-federal match of $4.8 Million. The project team feels reasonably confident
the match could come from local funding partners such as the King County Flood Control District, Recreation and
Conservation Office, and WRIA 9 to offset the City contribution.
City staff will continue to seek grant opportunities for this project and if successful, will request Council approval to accept.
Amount Notes
USDOT Request $19,298,460.00 Design, Permitting, Construction
Non -Federal Match $4,824,615.00 City 412 funds, WRIA 9, RCO, FCD
Total $24,123,075
RECOMMENDATION
To approve the submittal of the USDOT AOP grant application for the Gilliam Creek Fish Barrier Removal Project.
Alternatively, the Committee may recommend the City rescind its application.
Attachments: Vicinity Maps
23
Elliott Bay
✓s Watershed Boundary
✓^ Basin Boundary
•- River
Major Road
Open Water
Duwamish Estuary
Subwatershed
Lower
Green River
Subwatershed
0 King County
Department of Natural Resources and Parks
Water and Land Resources Division
The Green/Duwamish River
Watershe
Tukwila
Project Location
Middle
Green River
Su bwatershed
Prod aced by-
Department of Natural Resources and Parks,WLRD,
Gl5, visual communications 8 Web bail
File Name: 0605greenbase sk
Vicinity Maps
Ki nggCou my
Howard Hanson Dam
Upper
Green River
Subwatershed
Washington State
f1
as
South
1• J
v_ e
a
Gi!!ia Creek
Basin
LStrand Ivd
P17 Basin
66th Ave S 208'
x 9' Culvert
!son P!ac
ng Acr
114
Southeast
CBD Basin
.)
24
1of45
Tukwila iMap Portal ( )
Tukwila DPW, DCDD
6300 Southcenter Bvd
1-405 Culvert
11111
Gilliam Creek
1-405 On -ramp Culvert
•--1222464]46hDegrees
Project Boundary red
-r 1 i - 4
.Ol of Tukwila, King County I Kng County I City of Re on, County of King, Bureau of Land 1,1 tEEsri Canada
Esn, HERE..
Project Map & Site Map
Tukwila iMap Portal ( ) wen."Staff vrrwer
Sit Map
6405 Culvert
Gilliam Creek j
207 LF x 9 FT Dia.
Culvert
Tide Gate
Green
River
25
2 of 45
26
City of Tukwila
Thomas McLeod, Mayor
Pubtic Works Department - Pete Mayer, Interim Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Pete Mayer, Deputy City Administrator/ Interim Public Works Director
BY: Catrien de Boer, Public Works Analyst
CC: Mayor McLeod
DATE: October 25, 2024
SUBJECT: Amendment to Grant Agreement #23-188 for Polychlorinated biphenyl (PCB)
Monitoring and Evaluation
Project No. 32441201
ISSUE
Accept a Department of Ecology (DOE) Water Quality Grant award for Polychlorinated biphenyl (PCB)
evaluation within the City's stormwater drainage system in the amount of $446,144.
BACKGROUND
On July 24th, 2023, Council authorized the City to accept a DOE Water Quality Grant to fund the
development of an Enhanced Maintenance Plan (EMP) and decant facility design. In early September
2024, DOE invited Tukwila to apply for additional funding specifically for PCB monitoring and evaluation
to be added to our existing DOE Grant (Contract No. 23-188). PCBs are man-made chemicals
previously used in hundreds of industrial and commercial applications including electrical equipment,
paint, pigments, and dyes. PCB manufacturing was banned in 1979 but the chemicals are still found in
the environment.
DISCUSSION
On September 26, 2024, City staff were notified that we received supplemental funding in the amount
of $446,144 for PCB monitoring and evaluation. We propose to monitor PCBs using sediment traps in
up to 15 different locations around the City to detect and test for the presence of PCBs. This funding
must be spent by June 30th, 2025. DOE proposes issuing this funding to Tukwila via an amendment to
our existing agreement, Contract No 23-188.
FISCAL IMPACT
The City has been awared an additional $446,144 in funding through our existing grant agreement with
the DOE. There is no local city match associated with this supplemental funding.
Current DOE Grant Agreement
City Match for EMP/Decant
Amendment #1 for PCB Monitoring
Total
Project Budget Notes
$462,043.00
$81,537.00
$446,144.00
$989,724.00
EMP and Decant Facility Design
15% of original grant amount
PCB Evaluation/Monitoring
RECOMMENDATION
Council is being asked to accept this amendment to Grant Agreement, contract #23-188 for PCB
monitoring and consider this item on the Consent Agenda at the November 4th Regular Meeting.
Attachments: Award Notice Email
27
From: Weisman, Kitty (ECY) <kitw461@ECY.WA.GOV>
Sent: Thursday, September 26, 2024 11:33 AM
To: Russell Betteridge <Russell.Betteridge@TukwilaWA.gov>; Sherry Edquid <Sherry.Edquid@TukwilaWA.gov>; Catrien
de Boer <Catrien.deBoer@TukwilaWA.gov>; Mike Perfetti <Mike.Perfetti@TukwilaWA.gov>
Cc: Nejedly, Jeffrey (ECY) <JNEJ461@ECY.WA.GOV>; Schwing, Jessica (ECY) <jess461@ECY.WA.GOV>; Zehner, Sarah
(ECY) <szeh461@ECY.WA.GOV>; McCrea, Rachel (ECY) <rmcc461@ECY.WA.GOV>; Neculae, Cleo (ECY)
<CNEC461@ECY.WA.GOV>; Howie, Douglas (ECY) <doho461@ECY.WA.GOV>; Izumoto, Karen (ECY)
<kizu461@ECY.WA.GOV>; Kasmari, Jessica (ECY) <kasi461@ECY.WA.GOV>
Subject: PCB Funding - Congratulations & Next Steps
Good Morning Mike, Russell, Sherry, and Catrien,
Thank you for submitting a proposal for Ecology's PCB discretionary funding. We have reviewed your PCB
proposal, and I am pleased to inform you that your project has been selected to receive funding up to $446,144.
This award reflects your original funding request minus the optional testing costs, as those pollutants are not
within the parameters of this funding.
As we discussed, the most expedient approach to award this funding is to amend your current Enhanced
Maintenance Plan agreement WQC-2024-Tukwil-00085, which we will handle on our end once we have
determined the scope of work for your PCB project. You do not need to request an amendment via EAGL, and this
way you can continue to submit PRPRs for your EMP project without any delays.
We would like to set up a meeting with you to negotiate the PCB project scope of work, tasks and deliverables.
Please let me know your preferred meeting date and time below. If these don't work for you, please suggest some
dates and times that do, and we will go from there:
10/8: 8:30-10am & 2:30-3:30pm
10/10: 3-4pm
10/14: 1-2pm & 3-4pm
10/15: 2-4pm
10/21: 3-4pm
10/22: 9am — noon
10/24: 10am — noon
Thank you so much and we look forward to working with you on this project!
Kitty Weisman (she, hers)
Stormwater & Nonpoint Grant Manager
Water Quality Department, Northwest Regional Office
Washington State Department of Ecology
(cell) 425-213-9065
0 DEPARTMENT 01
ECOLOGY
State c+w,wngton
CAUTION: This email originated from outside the City of Tukwila network. Please DO NOT open
attachments or click links from an unknown or suspicious origin.
Notice: Emails and attachments may be subject to disclosure pursuant to the Public Records Act (chapter 42.56 RCW).
3
28
City of Tukwila
Thomas McLeod, Mayor
Public Works Department - Pete Mayer, Interim Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Pete Mayer, Interim Public Works Director
BY: Sherry Edquid, Levee and Floodplain Project Manager
CC: Mayor Thomas McLeod
DATE: October 25, 2024
SUBJECT: Polychlorinated biphenyls (PCB) Evaluation within Stormwater Drainage
Consultant Services, Project No. 32441201
ISSUE
Request to execute a Consultant Agreement for services with Herrera Environmental Consultants, Inc.
(Herrera) to conduct a Polychlorinated biphenyls (PCB) evaluation within our stormwater drainage
system.
BACKGROUND
In 2023, the City received an Ecology Water Quality grant to develop an Enhanced Maintenance Plan
(EMP), which has been assigned to Herrera. Recently, Ecology informed us that additional grant funds
are available for conducting a PCB evaluation within our stormwater drainage system. PCBs were
domestically manufactured from 1929 until manufacturing was banned in 1979. PCBs were used in
hundreds of industrial and commercial applications including electrical, heating, and hydraulic
equipment as well as in paints, plastics and rubber products.
ANALYSIS
Herrera will sample stormwater and provide a report that details where PCBs are present in stormwater
as outlined in the Ecology grant.
The MRSC Consultant Roster was used to select Herera. The City has been very satisfied with
Herera's past work.
FISCAL IMPACT
Herera has provided a cost not to exceed $421,206 to perform the attached scope of work. This
contract will be entirely funded by the Department of Ecology grant with no city cost share.
RECOMMENDATION
Council is being asked to approve the consultant agreement with Hererra in the amount of $421,206
and consider this item on the Consent Agenda at the November 4, 2024 Regular Meeting.
Attachment: Consultant Agreement for Engineering Services, Cost Estimate, Scope of Work
29
nCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and Herrera Environmental, hereinafter referred to as "the Consultant", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform Polychlorinated
biphenyls (PCB) Evaluation services in connection with the project titled Stormwater
Drainage Services.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending July 31, 2025 unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than July 31, 2025 unless an extension of such time is granted in writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall not
exceed $421,206without express written modification of the Agreement signed by the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
30
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances
and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and damages
caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage provided
by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury
and property damage of $1,000,000 per accident. Automobile Liability insurance
shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be
written on Insurance Services Office (ISO) form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
Page 2
31
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for the
full available limits of Commercial General and Excess or Umbrella liability maintained by
the Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the Public Entity evidences limits of liability lower than those maintained by the Contractor.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they shall
be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance
pool coverage maintained by the City shall be excess of the Consultant's insurance and
shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall furnish
certified copies of all required insurance policies, including endorsements, required in this
Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or otherwise
deducting federal income tax or social security or for contributing to the state industrial
insurance program, otherwise assuming the duties of an employer with respect to the
Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to deduct
from the contract price or consideration, or otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift, or contingent fee.
CA revised May 2020
Page 3
32
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days
written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement between
surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising
from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any other
provisions hereof and all other provisions shall remain fully enforceable. The provisions of this
Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
2200 Sixth Avenue
Suite 1100
Seattle, WA 98121
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised May 2020
Page 4
33
DATED this day of , 20
** City signatures to be obtained by ** Consultant signature to be obtained by
City Clerk's Staff ONLY. ** sponsor staff. **
CITY OF TUKWILA
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CONSULTANT:
By:
Printed Name:
Title:
CA revised May 2020
Page 5
34
LA./HERRERA
Cost Estimate for
Herrera Project No.
City of Tukwila PCB Evaluation
24-08544-000
10/17/2024 Task No.
Herrera Labor based on: Burdened Labor Rates
1 2
3
Total
Grant and Loan Study Planning
Administration
PCB Study
Schedule Task Start Date 11/5/2024 11/5/2024
11/5/2024
Task End Date 6/30/2025 12/31/2024
6/30/2025
Staff Labor Category 2024 Burdened Labor Rates
Ahearn, Dylan Scientist VII $316.35
12
14
26
Dugopolski, Rebecca Engineer VI $273.41
0
124
184
308
Packman, James Scientist V $230.50
0
94
280
374
Bartish, Nicholas Scientist II $134.51
0
20
214
234
Garcia, David Scientist II $132.29
0
20
194
214
Luell, Stacy Engineer IV $22115
0
43
128
171
Hobson, Paul Engineer IV $217.97
0
2
32
34
Mullen, Meghan Engineer III $169.27
0
24
24
Siegel, Andrew GIS Analyst III $153.42
0
16
39
55
Jackowich, Pamela Administrative Coordinator IV $143.83
0
16
14
_
30
Maloof, Charles Project Accountant III $135.81
4
8
_
12
Total Hours per Task
Subtotal Labor
Subtotal Herrera Labor
5% Escalation on Herrera Labor in 2025
Escalated Subtotal Herrera Labor
0
351
1,131
1482
$302,101
$302,101
$11,108
$313,209
$0
$0
$o
$0
$79,947
$222,154
—
$79,947
$222,154
$0
$11,108
$79,947
$233,262
Travel and Per Diem (PD)
Auto Use
Laboratory Costs
Mile
ARI Unit
Other Direct Costs (ODCs)
Subtotal Per Diem
$600.00
3% Fee on Lab Costs
Subtotal Lab Costs
$0
$0
$0
$1,584
$1,584
$o
$54,384
$54,384
Item
In -line sediment trap
Unit
Each
Unit Cost
$2,000.00
25
25
0
0
Confined space tripod & winch
Day
$75.00
0
0
21
21
Tools (Hilti power)
Day
$25.00
0
0
5
5
3%
Fee on ODCs
SubtotalODCs
$o
$o
$1,551
$1,551
$o
$o
$53,251
$53,251
Subtotal Per Diem, Lab Costs, and ODCs
so
$40
$107,957
$107,997
Grand Subtotal. $0
Grand Total
$79,987
$341,219
$421,206
$421,206
Note: Herrera adjusts labor rates annually in January unless contract specifies otherwise.
35
‘HERRERA
Science + Planning + Design
SCOPE ADDENDUM
CITY OF TUKWILA ENHANCED MAINTENANCE
PLAN
On August 21, 2024, the City of Tukwila (City) authorized Herrera Environmental Consultants (Herrera) to
prepare a scope addendum and cost estimate to add a task to the Enhanced Maintenance Plan (EMP)
contract to be funded by an additional allocation from the Washington State Department of Ecology
(Ecology) to support a polychlorinated biphenyl (PCB) evaluation within the City's stormwater drainage
system. We propose to monitor PCBs using sediment traps to evaluate stormwater suspended particulate
matter (SSPM), also commonly referred to as suspended sediment or stormwater solids. This scope of
work includes a discussion of the activities, assumptions, deliverables, and a schedule associated with the
following tasks for this project:
• Task 2 — Study Planning
• Task 3 — PCB Study
The proposed task numbering starts with Task 2 since Task 1 is reserved for the City's Grant and Loan
Administration task.
Task 2 - Study Planning
Subtask 2.1 — Quality Assurance Project Plan Development
The Quality Assurance Project Plan (QAPP) will guide all study design, sample collection, field and
laboratory analyses, data analyses, quality assurance, and reporting activities. The QAPP will follow
Ecology's "Guidelines and Specifications for Preparing Quality Assurance Project Plans for Environmental
Studies." The QAPP will (1) describe in detail the monitoring and data quality objectives, procedures, and
methodologies that will be used to ensure that all environmental data generated will meet the QAPP
requirements; (2) describe in detail the sediment quality monitoring approach and laboratory protocols,
including types of data and samples to be collected, sampling frequency, sampling procedures, analytical
methods, quality control procedures, and data handling protocols; (3) describe data assessment
procedures; (4) explain how the project will yield sufficient information to achieve the purpose and intent
of monitoring, and (5) discuss data accuracy and statistical requirements.
To expedite the Ecology review process, the draft QAPP will not contain information on specific
monitoring locations, but a placeholder appendix will be included in the draft QAPP for the monitoring
location maps. These site selection process to identify monitoring locations will be concurrently with the
QAPP review to ensure sufficient time for identifying monitoring sites and expedite the start of data
collection for the 2024-2025 wet season.
October 17, 2024
jr draft-scopeofwork
Page 1 of 6
HVRA
SCOPE ADDENDUM
Subtask 2.2 — Site Selection
The City will provide Herrera with a list of up to 30 sites based on an initial land use evaluation. Herrera
will visit and evaluate up to 30 sites in the field to evaluate feasibility for sediment trap installation.
Following this field evaluation, Herrera will select a minimum of 15 locations for monitoring. After the site
selection has been finalized, Herrera will update the placeholder QAPP appendix to include maps of each
monitoring location and stormwater infrastructure and facilities located in the vicinity of each location. It
is assumed that this QAPP appendix will not need to be approved by Ecology prior to equipment
procurement and installation (Subtask 3.1) and starting the sediment monitoring (Subtask 3.2).
Subtask 2.3 — Project Management
Herrera will be responsible for ongoing administration of the project, including preparing invoices and
progress reports, as well as coordination of work efforts with the City project manager (Sherry Edquid).
Herrera's project manager (Rebecca Dugopolski) and contract manager will have phone and e-mail
contact with the City project manager and other City representatives on an as -needed basis with regard
to scope, schedule, budget, and invoicing issues.
This subtask also includes regular check -in meetings between the Herrera and City project manager. The
regular meetings will be the primary forum for discussing schedule and budget status, additional
information needs, and to identify and address any emerging or ongoing concerns. These regular
meetings are in addition to subtask-specific meetings outlined in other subtasks.
Herrera's project manager will be responsible for ongoing administration of the project, including
preparing invoices and progress reports, as well as coordination of work efforts with the City and
analytical laboratories.
Assumptions
• The City will identify priority areas for monitoring based on a GIS evaluation of land use.
• The City will provide GIS shapefiles for the stormwater conveyance network, catch basins/
maintenance holes, flow control/water quality treatment BMPs, and land use.
• The City will provide schedules and routes for street sweeping and line -cleaning.
• Herrera staff will conduct 2 to 3 days of field assessment to determine the final site selection.
• The City will provide a single set of comments on the draft QAPP and draft technical
memorandum within 7 business days of its delivery.
• Ecology will provide a single set of comments on the revised draft QAPP and revised draft
technical memorandum within 15 business days of its delivery.
• The QAPP will be approved by Ecology by November 15, 2024.
October 17, 2024
jr draft-scopeofwork
Page 2 of 6
SCOPE ADDENDUM
• The procurement and fabrication of Hamlin sediment traps are assumed to cost up to $2,000
each.
• Up to two 1-hour virtual working meetings are anticipated to be scheduled with City staff for this
task. Official meeting notes will not be prepared for the City following these meetings, but
comments will be addressed in the QAPP based on these discussions.
• The City will be responsible for submitting deliverables to Ecology for review according to grant
timelines.
• Project management check -in meetings will be scheduled on a bi-weekly basis. Meetings will be
virtual (conducted using Microsoft Teams or a conference call) and will last up to 30 minutes.
Deliverables
• Draft QAPP (for City review) (Microsoft Word and PDF)
• Revised draft QAPP (for Ecology review) (PDF)
• Final QAPP (Microsoft Word and PDF)
• Monthly invoices and progress reports
Task 3 - PCB Study
Subtask 3.1 — Equipment Procurement and Installation
Herrera will procure a minimum of 15 in -line sediment traps (e.g., Hamlin traps), which may require
custom fabrication. Sediment traps will be deployed at selected sites for approximately one (1) month
and then the collected sediment will be gathered and delivered to the laboratory for analysis. The traps
will be deployed and samples collected at the same monitoring locations monthly for 3 to 4 months
during the wet season, expected to be December 2024 to March 2025.
Subtask 3.2 — Data Collection, Management, and Quality Assurance
Herrera will conduct sampling per the methods identified in the QAPP developed under Subtask 2.1.
Herrera will collect monthly sediment samples from up to 20 locations for 3 to 4 months during the wet
season. Sediment samples will be analyzed by an Ecology -accredited laboratory for low-level PCBs (using
EPA 8082A), grain size, total organic carbon (TOC), and total solids. The grain size, TOC, and total solids
data will be used to characterize the PCBs. Since PCBs bind to organic matter in sediment, TOC is
recommended for normalization and characterization of the sediment.
Herrera will construct a database for managing the laboratory data. Herrera will complete quality control
of submitted data per the QAPP. Herrera will use an established system of quality assurance/ quality
October 17, 2024
jr draft-scopeofwork
Page 3 of 6
H NRA
SCOPE ADDENDUM
control review to ensure high quality deliverables that comply with the requirements of this scope of
work.
Subtask 3.3 — Data Analysis
As outlined in the QAPP, Herrera will analyze data to summarize in -line sediment quality at the
monitored sites and evaluate where PCB hot spots are located. Herrera will also submit collected data to
the EIM at the conclusion of the project.
Subtask 3.4 — Develop Maintenance Recommendations
Herrera will prepare a technical memorandum documenting the findings of the PCB evaluation. The
technical memorandum will include analysis of sample results and recommendations for maintenance
(e.g., line cleaning) or source control best management practices (BMPs) to address PCB hot spots that
are identified.
Subtask 3.5 — Project Management
Herrera will be responsible for ongoing administration of the project, including preparing invoices and
progress reports, as well as coordination of work efforts with the City project manager (Sherry Edquid).
Herrera's project manager (Rebecca Dugopolski) and contract manager will have phone and e-mail
contact with the City project manager and other City representatives on an as -needed basis with regard
to scope, schedule, budget, and invoicing issues.
This subtask also includes regular check -in meetings between the Herrera and City project manager. The
regular meetings will be the primary forum for discussing schedule and budget status, additional
information needs, and to identify and address any emerging or ongoing concerns. These regular
meetings are in addition to subtask-specific meetings outlined in other subtasks.
Herrera's project manager will be responsible for ongoing administration of the project, including
preparing invoices and progress reports, as well as coordination of work efforts with the City and
analytical laboratories.
Assumptions
• If necessary, the City will provide traffic control at sampling locations with potential traffic
conflicts or safety concerns.
• A 10-percent contingency for equipment failure or loss is included in the budget.
• The analytical laboratory will provide results within 4 weeks of sample delivery.
• Up to two 1-hour virtual working meetings are anticipated to be scheduled with City staff for this
task. Official meeting notes will not be prepared for the City following these meetings, but
October 17, 2024
jr draft-scopeofwork
Page 4 of 6
H NRA
SCOPE ADDENDUM
comments will be addressed in the QAPP and the technical memorandum based on these
discussions.
• The City will be responsible for submitting deliverables to Ecology for review according to grant
timelines.
• Project management check -in meetings will be scheduled on a bi-weekly basis. Meetings will be
virtual (conducted using Microsoft Teams or a conference call) and will last up to 30 minutes.
Deliverables
• Laboratory analysis reports (PDF)
• Data submittal to EIM
• Draft technical memorandum (for City review) (Microsoft Word and PDF)
• Revised draft technical memorandum (for Ecology review) (PDF)
• Responses to Ecology's comments on revised draft technical memorandum (Word or Excel)
• Final technical memorandum (Microsoft Word and PDF)
• Monthly progress reports and invoices (PDF)
October 17, 2024
jr draft-scopeofwork
Page 5 of 6
HEf2gERA
SCOPE ADDENDUM
Project Schedule
Task
Deliverable/Meeting
Timeline a
Task 2 — Study Planning
Subtask 2.1 — Quality
Assurance Project
Plan Development
Draft QAPP (for City review)
Nov. 15, 2024
Virtual working meeting #1
Nov. 2024 (TBD)
Revised draft QAPP (for Ecology review)
Nov. 22, 2024
Final QAPP (with updated monitoring location appendix)
Dec. 13, 2024
Subtask 2.2 — Site
Selection
Virtual working meeting #2
Nov. 2024 (TBD)
Site selection
Nov. — Dec. 2024
Subtask 2.3 — Project
Management
Monthly invoices and progress reports
Nov. — Dec. 2024
Bi-weekly project management check -in meetings
Nov. — Dec. 2024
Task 3 — PCB Study
Subtask 3.1 —
Equipment
Procurement and
Installation
Equipment procurement
Oct. — Nov. 2024
Equipment installation
Dec. 2024
Subtask 3.2 — Data
Collection,
Management, and
Quality Assurance
Sediment data collection
Dec. 2024 — Mar. 2025
Laboratory analysis report review
Jan. — May 2025
Data submittal to EIM
May 2025
Subtask 3.3 — Data
Analysis
PCB hot spot evaluation
Apr. — May 2025
Virtual working meeting #3
May 2025 (TBD)
Subtask 3.4 — Develop
Maintenance
Recommendations
Draft technical memorandum (for City review)
May 16, 2025
Virtual working meeting #4
May 2025 (TBD)
Revised draft technical memorandum (for Ecology review)
June 6, 2025
Final technical memorandum
June 27, 2025
Subtask 3.5 — Project
Management
Monthly invoices and progress reports
Jan. — June 2025
Bi-weekly project management check -in meetings
Jan. — June 2025
TBD: to be determined
a The proposed project timeline assumes that the notice to proceed will be issued on November 5, 2024 or sooner.
October 17, 2024
jr draft-scopeofwork
Page 6 of 6
HEftjERA
42
City of Tukwila
Thomas McLeod, Mayor
Public Works Department - Pete Mayer, Interim Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Pete Mayer, Interim Public Works Director
BY: Shawn Christie, Fleet & Facilities Manager
Garron Herdt, Fleet Superintendent
CC: Mayor McLeod
DATE: October 14, 2024
SUBJECT: Resolution to Surplus City Equipment for 2024
ISSUE
Approve Resolution authorizing the sale of surplus vehicles and equipment no longer needed
by the City under the authority granted with RCW 35A.11.010.
ANALYSIS
The Fleet Department has identified 37 pieces of equipment that have outlived their service
life, are no longer required, or have been replaced by the City. Most of these items still
operate, but in some cases require extensive repairs, are no longer used, or too costly to
overhaul.
FISCAL IMPACT
All pieces of equipment are fully depreciated and are currently valued at $117,800. Selling the
equipment at auction in an "as is" condition is now the most practical solution for disposal.
Revenue generated from the surplus process is returned to the originating fund from the
purchase.
RECOMMENDATION
Council is being asked to approve the Resolution declaring 37 pieces of equipment, estimated
value at $117,800, as surplus and authorize their sale, and to consider this item on the Consent
Agenda of the November 4, 2024 Regular Council Meeting.
Attachments: Draft Resolution
Exhibit A Surplus Equipment List
Exhibit B Surplus Equipment Photos
Fleet & Facility Services • 11210 Tukwila International Boulevard • Tukwila, WA 98168 • 206-431-0166
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 43
DRAFT
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 30 vehicles and 7 other pieces of
equipment described and depicted in an inventory list with estimated salvage values and
photographs on Exhibits A and B, respectively, which were utilized by various City
departments; and
WHEREAS, the 37 vehicles and other pieces of equipment described and depicted
on Exhibits A and B, have a combined estimated salvage value of $117,800; and
WHEREAS, the vehicles and other pieces of equipment described and depicted 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; and
WHEREAS, the City of Tukwila has statutory authority to dispose of personal
property under RCW 35A.11.010, provided such personal property is declared surplus to
the City's needs;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY RESOLVES AS FOLLOWS:
Section 1. Declaration of Surplus. The 30 vehicles and 7 other pieces of
equipment described and depicted 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 30 vehicles and 7 other
pieces of equipment described and depicted in the inventory list and photographs on
Exhibits A and B, respectively, for the best available price, or properly dispose of those
remaining items it is unable to sell in any commercially reasonable manner for the
common benefit.
{KZS2417697.DOCX;1/13175.000001/ }CC:\Legislative Development\Vehicles and equipment declared surplus 11-06-2023 CITY
CLERK TO UPDATE REFERENCE
TT:
Page 1 of 2
44
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at
a Regular Meeting thereof this day of , 2024.
ATTEST/AUTHENTICATED:
Andy Youn, CMC, City Clerk Mohamed Abdi, Council President
APPROVED AS TO FORM BY:
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
Office of the City Attorney
Exhibit A: 2024 Fleet Surplus List
Exhibit B: 2024 Fleet Surplus Equipment — Photographs
{KZS2417697.DOCX;1/13175.000001/ }CC:\Legislative Development\Vehicles and equipment declared surplus 11-06-2023 CITY
CLERK TO UPDATE REFERENCE
TT: Page 2 of 2
45
EXHIBIT A 2024 SURPLUS EQUIPMENT LIST
COUNT
EO#
DIV
• •.
Serial Number/Vehicle
Identification Number
License
Meter
EST. SALVAGE
VALUE
1 escnptwn
1
1219
ADMIN SERVICES
AS004012
AD
1999
CARGO VAN, FORD WINDSTAR
BLUE
2FTZA5444XBB21296
27057D
30,159
$1,500
2
1220
SURF WATER
PW412380
SW
1999
1-TON DUMP TRUCK, CHEVY C30 CAB
& CHASSIS
DK BLUE
1 GBKC34J6XF060736
27089D
62,184
$2,500
3
1225
PARKS MAINT
PR015800
PK
1998
1/4-TON PICKUP, FORD RANGER EXT
CAB 4X2
TAN
1FTYR14UXWPA87465
25147D
94,183
$1,000
4
1233
RECREATION
PR007200
RC
2000
VAN, 15-PASSENGER FORD ECONO
CLUBWAGON
DK BLUE
1FBSS31LOYHB72270
31110D
61,637
$3,500
5
1246
PARKS MAINT
PR015800
PK
2004
3/4-TON DUMP, CHEVY SILVERADO
C2500
BLUE
1GBHC24U24E361021
38265D
73,253
$4,500
6
1271
EQUIP RENTAL
PW501650
ER
2003
STEP VAN, GRUMMAN/WRKHORSE
14' WALK-IN
RED
5B4HP42R233370943
37697D
18,575
$6,500
7
1275
BUILDING
MAINTENANCE
PW013300
BM
2003
CARGO VAN, CHEVY EXPRESS
WHITE
1GCGG25V331170247
61421D
28,698
$3,000
8
1291
WATER
PW401800
WA
2006
1-1/2 TON SERVICE TRUCK, FORD
F450XL
WHITE
1FDXF46Y06EA60997
33259D
102,356
$3,000
9
1301
STREET MAINT
PW016200
ST
2004
1-TON DUMP, CHEVY SILVERADO 3500
WHITE
1GBJC34U94E352811
37707D
49,744
$4,000
El
1412
STREET MAINT
PW016200
ST
1992
CRACK SEALER, CRAFCO EZ POUR 200
DIESEL MELTER
RED
S/N:1C9ED1226N1418231
15861D
N/A
$1,300
10
1436
PD INVESTIGATIONS
PD010210
PD
2015
DETECTIVE SEDAN, FORD TAURUS
P2D SE FWD
SILVER
1 FAHP2D86FG162277
57962D
115,508
$2,000
11
1744
PD SPEC OPS
PD010260
PD
2014
PATROL, FORD INTERCEPTOR
BLACK/
WHITE
1FAHP2MT8EG101077
54993D
81,796
$2,000
12
1748
PD SPEC OPS
PD010260
PD
2015
PATROL, FORD POLICE INTERCEPTOR
UTILITY SUV AWD
BLACK /
WHITE
1FM5K8ARXFGA16102
56557D
80,003
$3,500
13
1750
PD ADMIN
PD010100
PD
2015
ER ADMIN SEDAN, FORD
INTERCEPTOR P2M AWD
BLACK
1FAHP2MK6FG184713
59665D
90,758
$3,000
14
1752
PD PATROL
PD010220
PD
2016
PATROL, FORD POLICE INTERCEPTOR
UTILITY SUV AWD
BLACK/
WHITE
1FM5K8ARXGGA29031
60012D
101,428
$3,500
15
1753
PD PATROL
PD010220
PD
2016
PATROL, FORD POLICE INTERCEPTOR
UTILITY SUV AWD
BLACK/
WHITE
1FM5K8AR3GGA29033
59655D
110,332
$3,500
16
1755
PD PATROL
PD010220
PD
2p17
PATROL, FORD POLICE INTERCEPTOR
UTILITY SUV AWD
BLACK /
WHITE
1FM5K8AR8HGA94963
61489D
101,600
$3,500
17
1761
PD PATROL
PD010220
PD
2017
PATROL, FORD POLICE INTERCEPTOR
UTILITY SUV AWD
BLACK/
WHITE
1FM5K8AR2HGD93770
62528D
88,449
$3,500
18
1764
PD PATROL
PD010220
PD
2017
PATROL, FORD POLICE INTERCEPTOR
UTILITY SUV AWD
BLACK/
WHITE
1FM5K8AR6HGD93769
62569D
101,168
$3,500
19
2202
SEWER
PW402800
SE
2007
3/4-TON PICKUP, FORD SD F350
SUPERCAB
WHITE
1FTWX30537EA03426
43840D
110,124
$3,000
20
2204
SURF WATER
PW412380
SW
2007 I
3/4-TON PICKUP, FORD F250SUPERCAB
WHITE
1FTSX20507EA03425
43837D
66,531
$3,000
21
2205
STREET MAINT
PW016200
ST
2008
CAB ON PICKUP, FORD F250 4X2 EXT
WHITE
1 FTNX20588EE03201
46806D
68,531
$5,000
22
2312
SURF WATER
PW412380
SW
2008
1-TON DUMP, FORD F350 SD CREW
CAB & CHASSIS
WHITE
1 FDWW36Y18EE22781
47790D
105,973
$4,000
23
2900
SPLIT SE 50% / SW
50%
PW402800
PW412380
SE /
SW
2013
VAN, CUES TV VAN FORD E450
CHASSIS
WHITE
1FDXE4FS9DDA24887
54288D
12,234
S10,000
24
3101
PW ADMIN
PW013100
PW
2007
SEDAN, TOYOTA PRIUS HYBRID
WHITE
JTDKB20UX77088395
43883D
37,664
$2,500
https://tukwilawa.sharepoint.com/sites/ publicworks/fleet/Surplus/SURPLUS2024/2024 SURPLUS LISTING
46
Pg 1 of 2 I 10/23/2024
EXHIBIT A 2024 SURPLUS EQUIPMENT LIST
COUNT
Description
Serial Number/Vehicle
Identification Number
License
Meter
EST. SALVAGE
VALUE
25
6200
PARKS MAINT
PR015800
PK
2012
3/4-TON PICKUP, FORD F250 RC
WHITE
1FTBF2A66CEC13662
54222D
45,270
$3,000
26
6201
PARKS MAINT
PR015800
PK
2013
1/2-TON PICKUP, FORD F1504X2
WHITE
1FTNF1CF1DKE99895
72185D
38,750
$3,500
27
6612
GOLF MAINTENANCE
PR411680
GC
2011
JOHN DEERE PROGATOR 2010 W/ 200
GAL SPRAY TANK W/18' SPRAY
GREEN/
YELLOW
1TC203ATLBT050085
N/A
2,476
$10,000
BOOM
28
6626
GOLF MAINTENANCE
PR411680
GC
2017
MOWER, FAIRWAY, TORO
REELMASTER 5410-D CROSSTRAX 8
BLADE -REEL
RED
S/N: 03670-280000335
N/A
5,000
$1,500
29
7201
DCD BLDG DIV
CD008501
CD
P008
1/4-TON PICKUP, CHEVY COLORADO
CREW CAB 2WD
WHITE
1GCCS33E888217129
46807D
50,757
$2,000
30
7202
EQUIP RENTAL
PW501650
PW
2009
U49 -HYBRID, FORD ESCAPE FWD HEV
WHITE
1FMCU49369KA89706
68866D
104,385
$1,500
E2
9602
EQUIP RENTAL
PW501650
ER
2006
TOOL, PARTS WASHER, CUDATOP-
LOAD AQUEOUS
WHITE
S/N: C0106-62074
N/A
N/A
$500
E3
910ER
EQUIP RENTAL
PW501650
ER
UNK
MOTORCYCLE LIFT TABLE 1
METAL
UNK
N/A
N/A
$500
E4
910ER
EQUIP RENTAL
PW501650
ER
UNK
MOTORCYCLE LIFT TABLE 2
METAL
UNK
N/A
N/A
$500
E5
920BM
BUILDING
MAINTENANCE
PW013300
BM
UNK
ARMSTRONG HYDRONIC PUMP
RED
UNK
N/A
N/A
$500
E6
920BM
BUILDING
MAINTENANCE
PW013300
BM
UNK
BALDOR RELIANCE SUPER E MOTOR
W/ PUMP
GOLD/RED
UNK
N/A
N/A
$1,000
E7
970GC
GOLF MAINTENANCE
PR411680
GC
2018
MAPLE WOOD SLABS
BROWN
N/A
N/A
N/A
$7,000
37
$117,800
https://tukwilawa.sharepoint.com/sites/ publicworks/fleet/Surplus/SURPLUS2024/2024 SURPLUS LISTING
47
Pg 2 of 2 I 10/23/2024
EXHIBIT B: 2024 Surplus Equipment Photos
Unit 1219, 1999 FORD WINSTAR CARGO VAN, License
27057D, VIN 2FTZA5444XBB21296. Estimated value: $1,500
Unit 1220, 1999 CHEW C30 1-TON DUMP, License 27089D,
VIN 1GBKC34J6XF060736. Estimated value: $ 2,500
Unit 1225, 1998 FORD RANGER EXT CAB, License 25147D,
VIN 1FTYR14UXWPA87465. Estimated value: $1,000
Unit 1233, 2000 FORD ECONO CLUBWAGON VAN, License
31110D,VIN 1FBSS31LOYH B72270. Estimated value: $3,500
Unit 1246, 2004 CHEW SILVERADO C2500, License 38265D,
VIN 1GBHC24U24E361021. Estimated value: $4,500
Unit 1271, 2003 GRUMMAN WORKHORSE 14' WALK-IN
STEP VAN, License 37697D, VIN 5B4HP42R233370943.
Estimated value: $ 6,500
48
1
EXHIBIT B: 2024 Surplus Equipment Photos
Unit 1275, 2003 CHEW EXPRESS CARGO VAN, License
61421D, VIN 1GCGG25V331170247. Estimated Value: $3,000
Unit 1291, 2006 FORD F450XL, License 33259D, VIN
1FDXF46Y06EA60997. Estimated value: $ 3,000
Unit 1301, 2004 CHEW SILVERADO 3500, License 37707D,
VIN 1GBJC34U94E352811. Estimated value: $ 4,000
Unit 1412, 1992 CRAFCO EX POUR 200 DIESEL MELTER,
License 15861D, S/N:1C9ED1226N1418231. Estimated
value: $ 1,300
Unit 1436, 2015 FORD TAURUS, License AUSS5538, VIN
1FAHP2D86FG162277. Estimated Value: $2,000
Unit 1744, 2014 FORD INTERCEPTOR, License 54993D, VIN
1FAHP2MT8EG101077. Estimated value: $2,000.
49
2
EXHIBIT B: 2024 Surplus Equipment Photos
Unit 1748, 2015 FORD POLICE INTERCEPTOR UTILITY,
License 56557D, VIN 1FM5K8ARXFGA16102. Estimated
value: $3,500
Unit 1750, 2015 FORD INTERCEPTOR, License 59665D, VIN
1FAHP2MK6FG184713. Estimated value: $3,000
Unit 1752, 2016 FORD POLICE INTERCEPTOR UTILITY,
License 60012D, VIN 1FM5K8ARXGGA29031. Estimated
value: $3,500
Unit 1753, 2016 FORD POLICE INTERCEPTOR UTILITY,
License 59655D, VIN 1FM5K8AR3GGA290331. Estimated
value: $3,500
Unit 1755, 2017 FORD POLICE INTERCEPTOR UTILITY,
License 61489D,VIN 1FM5K8AR8HGA94963. Estimated
value: $3,500
Unit 1761, 2017 FORD POLICE INTERCEPTOR UTILITY,
License 62528D,VIN 1FM5K8AR2HGD93770. Estimated
value: $3,500
50
3
EXHIBIT B: 2024 Surplus Equipment Photos
Unit 1764, 2017 FORD POLICE INTERCEPTOR UTILITY,
License 62569D, VIN 1FM5K8AR6HGD93769. Estimated
value: $ ,500
Unit 2202, 2007 FORD SD F350 SUPERCAB, License 43840D,
VIN 1FTWX30537EA03426. Estimated value: $3,000
Unit 2204, 2007 FORD F250 SUPERCAB, License 43837D,
VIN 1FTSX20507EA03425. Estimated value: $3,000
Unit 2205, 2008 FORD F250 EXT CAB, License 46806D, VIN
1FTNX20588EE03201. Estimated value: $5,000
Unit 2312, 2008 1-TON DUMP FORD F350 SD CREW CAB,
License 47790D, VIN 1FDWW36Y18EE22781. Estimated
value: $4,000
Unit 2900, 2013 CUES TV VAN FORD E450 CHASSIS, License
54288D, VI N 1FDXE4FS9DDA24887. Estimated value:
$10,000
51
4
EXHIBIT B: 2024 Surplus Equipment Photos
Unit 3101, 2007 TOYOTA PRIUS HYBRID, License 43883D,
VIN JTDKB20UX77088395. Estimated value: $2,500
Unit 6200, 2012 FORD F250, License 54222D, VIN
1FTBF2A66CEC13662. Estimated value: $3,000
Unit 6201, 2013 FORD F150, License 72185D, VIN
1FTNF1CF1DKE99895. Estimated value: $ 3,500
Unit 6612, 2011 PROGATOR 2010 WITH 200 GAL SPRAY
TANK & 18' SPRAY BOOM, VIN 1TC203ATLBT050085,
Estimated value: $10,000
Unit 6626, 2017 TORO REELMASTER 5410-D CROSSTRAX 8
BLADE -REEL, S/N: 03670-280000335. Estimated value:
$1.500
Unit 7201, 2008 CHEVROLET COLORADO CREW CAB,
License 46807D, VIN 1GCCS33E888217129. Estimated
Value: $2,000- MECHANICAL ISSUES.
52
5
EXHIBIT B: 2024 Surplus Equipment Photos
Unit 7202, 2009 FORD ESCAPE HYBRID, License 68866D,
VIN 1FMCU49369KA89706. Estimated value: $1,500
Unit 9602, 2006 PARTS WASHER, CUDA TOP -LOAD
AQUEOUS, S/N: C0106-62074. Estimated value: $500
Unit 910ER, MOTORCYCLE LIFT, QTY 2. Estimated value:
$500 EACH.
UNIT 920BM, ARMSTRONG HYDRONIC PUMP. Estimated
Value $500
UNIT 920BM, BALDOR RELIANCE SUPER E MOTORY W/
PUMP. Estimated value $1,000
""" NO PHOTO AVAILABLE """
Surplus Maple wood slabs approved for surplus at the
07/15/2024 Regular Meeting consent agenda item d.
Estimated value: $7,000
53
6