HomeMy WebLinkAboutCAP 2007-03-27 COMPLETE AGENDA PACKETITEM
1. PRESENTATION(S)
2. BUSINESS AGENDA
g.
3. ANNOUNCEMENTS
4. MISCELLANEOUS
City of Tukwila
Community Affairs and
Parks Committee
Pam Linder, Chair
Pam Carter
Dennis Robertson
AGENDA
Tuesday, March 27, 2007,
7PM THIS MEETING ONLY
Conference Room #3
a. Update on Interurban Court Project;
Evelyn Boykan, Human Services Manager,
b. Ten -Year Plan to End Homelessness;
Evelyn Boykan, Human Services Manager.
c. Building height issue;
Steve Lancaster, DCD Director.
d. Consultant selection for Tukwila Pond Park;
Rick Still, P &R Deputy Director.
e. Performance -based contract process;
Rick Still, P &R Deputy Director.
f. Golf Course Green Fees;
Rick Still, P &R Deputy Director.
Macadam Winter Garden update;
Rick Still, P &R Deputy Director.
g.
Distribution:
P. Carter
V. Griffin
P. Under
D. Robertson
Mayor Mullet
R. Berry
E. Boykan
J. Cantu
B. Fletcher
K. Fuhrer
ACTION TO BE TAKEN
a. Information only.
b. Forward to 4/9 C.O.W. and
4/16 Regular Meeting.
c. Information only.
d. Forward to 4/9 C.O.W. and
4/16 Regular Meeting.
e. Information only.
f. Forward to 4/9 C.O.W. and
4/16 Regular Meeting.
Information only.
Next Scheduled Meeting: Tuesday, April 10, 2007
S The City of Tukwila strives to accommodate those with disabilities.
Please contact the City Clerk's Office at 206 433 -1800 for assistance.
V. Jessop
Legislative Analyst
S. Kerslake
S. Lancaster
M. Miotke
C. O'Flaherty
J. Pace
D. Speck
R. Still
CC File (cover)
Page
Pg. 1
Pg. 3
Pg. 7
Pg.13
Pg.23
Pg.35
Pg.39
DATE: 3/27/07
TO: MAYOR'S OFFICE, COMMUNITY AND PARKS
CC:
L2
FROM: EN. lh BOYKAN, HUMAN SERVICES
RE: UPDAIE ON INTERURBAN COURT
M E M O R A N D U M
Early in 2007 Community and Parks learned of a proposed effort to purchase the Towne and
Country extended stay motel for the purpose of housing homeless vets and other homeless mentally
ill adults.
This project has fallen through due to a conflict between the price that the property owner
wanted for the property and the appraised price. The attached letter explains what happened..
It appears there is no need to bring this to full Council.
March 14, 2007
John deChadenedes, Program Coordinator
King County Housing and Community
Development Program
Exchange Bldg.
821 Second Ave. 5th Floor
Seattle, WA 98104
Re: Interurban
Dear John,
LIHI very much appreciates King County's support for the Interurban project.
As with all projects, LIHI ordered an appraisal of the property. The appraisal showed the
property to be worth less than our purchase price. LIHI shared the appraisal with the
owner, and offered to have him do an appraisal to show a number closer to the purchase
price. The plan was that we would then have the two appraisers discuss and settle on a
purchase price. The owner had agreed, and we executed an extension to the purchase
agreement to accommodate this. The owner then could not find an appraiser who thought
that they could appraise the property for the price the owner wanted. The owner has
refused to lower the price to the appraised value, and we therefore can't go forward. I
have executed a termination agreement on the property.
We very much appreciate the support of King County for this project, and we do have our
broker looking for other hotel/motel property in Tukwila. Mayor Steven Mullet and staff
members at the City of Tukwila were very supportive in the development of this proposal
and we hope to work with them again. We would still like to find a site which meets the
Jump Start criteria. Thanks for your support and help.
Sincerely yours,
+n t,e
Executive Director
cc: Tukwila Mayor Steven Mullet
Rhonda Berry
Evelyn Boykan
Derek Speck
LOW INCOME
HOUSING
4
;'1V gl
INSTITUTE
2407 1st Avenue, Suite 200
Seattle, WA 981 21 -1 31 1
(206) 443 -9935 Phone
(206) 443 -9851 Fax
(800) 833 -6388 TTY
URL: vn.tiv.lihi.org
To: Mayor's Offic Community and Parks
From: Evie Boykan,, Duman Services
Date: March 27, 2007
Subject: 10 Year Plan to End Homelessness
INFORMATION MEMO
ISSUE
Suburban jurisdictions are being asked to endorse the Ten Year Plan to End Homelessness in King
County.
BACKGROUND
Homelessness is a local, regional and national issue. The Committee to End Homelessness in King
County (CEHKC) developed a ten year plan to end homelessness in King County City Council received
a briefmg on this plan in the fall of 2006. The Committee seeks endorsements of the plan from suburban
jurisdictions. This endorsement shows support for the plan and a willingness to work with others to end
homelessness, not just manage it. There is no financial impact in endorsing the plan.
DISCUSSION /ANALYSIS /ALTERNATIVES
Bill Block, Project Director of the Committee to End Homelessness already provided a presentation to
the full Council in the fall of 2006.
RECOMMENDATION
Endorse the "A Roof Over Every Bed in King County: Our Community's Ten -Year Plan to End
Homelessness" and adopt the attached resolution.
di) COMMITTEE ;Y3 END
HOMELESSNESS
KING COUNTY
Finally, a real plan to end homelessness
"A Roof Over Every Bed in King County" within ten years
How many people are homeless in King County?
On any given night more than 8,000 people are known to be homeless in King County. This includes
at least 400 youth and young adults, and approximately 2,400 people in families. About 2,500 meet the
federal definition of chronically homeless, often with disabling conditions. Over 25% are children under
the age of 17. As a community, we know this is unacceptable.
What are we doing about homelessness?
For the first time in our community's history, we are coming together to end homelessness. The
Committee to End Homelessness in King County made up of representatives from nonprofit
organizations, business, local government, homeless advocacy groups, the faith community and people
who are or have been homeless has developed the Ten -Year Plan to End Homelessness in King
County. The effort is focused on regional and cross system collaboration, and engaging communities
and institutions that have not previously prioritized housing as their area of focus. This plan will end
homelessness, not merely manage it.
Why is it so important to end homelessness?
Homelessness is expensive. Not only does it take a toll on people's lives, it is a huge financial burden
on society. Tens of millions of dollars are spent each year in King County to feed, shelter, shower,
medically treat or imprison homeless people. As we move more of these folks into housing and
employment whenever possible we will spend far less in emergency services and they will contribute far
more to their community and to the economy.
What is in the Ten -Year Plan?
The plan (available in full at www.cehkc.org) lays out a series of specific strategies and actions, with
clear goals and measurable outcomes, for local leaders and their organizations to pursue over the next
decade. The plan works to ensure alignment and coordination among all the entities in our community
that are engaged in meeting the needs the homeless, and builds on local and national best practices for
resolving homelessness. The key strategies are:
1. Prevent homelessness
Make sure an adequate supply of appropriate housing and supportive services are available to help
people stay in their homes as well as to engage in discharge planning. Discharge planning involves
the jail, mental health programs and foster care. Services include rent and utility assistance, job
training, employment and education assistance, health care, mental health counseling, foster care
and chemical dependency treatment.
2. Move people rapidly from homelessness to housing
Place homeless people as quickly as possible in permanent housing and then help them to stabilize
and function independently by providing them with the supportive services they need to be
successful in their homes.
3. Increase the efficiency of the existing system.
We have a number of existing projects that address homelessness. We need to ensure that these
are as efficient and effective as possible.
4. Build the public and political will to end homelessness
Expand our community's commitment to ending homelessness by educating the public, tracking our
successes and building on them, and establishing steady funding.
5. Measure and Report Outcomes
We need to know exactly what our efforts are doing, where they are succeeding and where they
need to be improved.
How does the Plan differ from current practices?
The Plan asks for a major change in how we do business and calls for broad and systemic integration
of "best practices". In the context of ending homelessness this means integrating services and housing
through single points of entry (providing access to both housing and services), service enriched
permanent supportive housing (helping individuals get and keep their housing), and common funding
processes (to avoid fragmentation of funds and services). These system changes will create
efficiencies, avoid duplication and keep people housed rather than cycling through an expensive
system. Studies have shown that providing housing to chronically homeless individuals is significantly
more efficient and economic than the current system. For example, a local study in 2003 found that the
40 highest users of the sobering center and Harborview emergency room were chronically homeless
individuals whose services cost an excess of $2 million. Housing them in supportive housing reduces
their use of these expensive services, and is a much better use of public dollars.
How is the plan being implemented?
The Committee to End Homelessness has three primary policy entities:
A Governing Board made up of more than 20 influential leaders provides high -level oversight.
They mold and sustain the vision and leadership of the plan. More specifically, they will guide
planning, coordinate current funding, and work to create additional resources. Members include
business, faith, and elected officials from throughout the County, including, Enumclaw, Shoreline,
Bellevue and Seattle.
A Consumer Advisory Council is comprised of people who are currently homeless or who have
experienced homelessness in the past. They provide needed expertise in how the system really
runs and represent the broad interests and needs of homeless people countywide. Representatives
include those who can speak to issues of homeless families, adults, veterans, youth, foster kids,
and barriers to accessing services in every region in the County.
An Interagency Council consists of executive director and department director level personnel
from many of the entities working to end homelessness in King County. The Interagency Council
designs changes to current programs; coordinates data collection, analysis and reporting;
recommends policy direction to the Governing Board; and creates ways to better serve people
experiencing homelessness. Members include business, faith, and agency and division directors
from Tukwila, Kent, Bellevue, Kirkland, City of Seattle, King County DCHS, YWCA, Multi- Service
Center, Kent Youth and Family Services, Plymouth Housing Group, Hopelink and more.
Local Collaborations and Committees focus on implementation strategies. Three population
committees integrate housing and services solutions for Single Adults, Families and Youth.
Communications Workgroup work on day to day communications, legislative advocacy and creating
long term public will. Resource Development and Alignment identifies strategies to create new
resources and maximize the use of existing resources while being sensitive to other community
needs. The South King County Forum on Homelessness and Eastside Homelessness Advisory
Committee identify regional solutions in keeping with local needs and priorities. Finally, ad hoc
workgroups are regularly convened to implement strategic priorities, such as establishing discharge
policies for the criminal justice system and working with landlords to create incentives and other
supports to allow them to house formerly homeless persons.
Staff support for implementing the plan is provided by the King County Department of Community and
Human Services (DCHS) and funded in collaboration with the City of Seattle, United Way of King
County and others.
For more information on the plan, our work and the committees
Visit our website at www.cehkc.oro or contact Bill Block, Director of the Committee to End Homelessness, 206 205 -5506
(bill.blockOmetrokc.aov) or Gretchen Bruce, Program Manager, at 206 296 -5251 (gretchen.bruce @metrokc.gov).
Revised 3/20/07 www.cehkc.org
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, ENDORSING THE GOALS OF "A ROOF OVER EVERY BED IN
KING COUNTY: OUR COMMUNITY'S TEN -YEAR PLAN TO END
HOMELESSNESS"; AND DECLARING THE INTENT OF THE CITY OF
TUKWILA TO WORK WITH OTHER ORGANIZATIONS AND
GOVERNMENTAL ENTITIES IN THE IMPLEMENTATION OF THIS PLAN.
WHEREAS, it is estimated that there are over 8,000 people who experience homelessness
in King County on any given night; and
WHEREAS, in 2004, 11% of homeless households reported South King County as their last
permanent address; and
WHEREAS, additional attention is needed to restructure our region's existing
homelessness services system, from managing homelessness to preventing and ending
homelessness; and
WHEREAS, the community including local governments, the United Way of King
County, the faith community, non -profit organizations, and the business community has
worked over the last several years to develop a plan outlining new efforts to address
homelessness;
NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY RESOLVES AS FOLLOWS:
Section 1. Endorsement. The City Council endorses the goals of "A Roof Over Every Bed
in King County: Our Community's Ten -Year Plan to End Homelessness" and supports the
Plan's "commitment to ensure that there is an appropriate, affordable roof over the bed of
everyone living in King County whether young or old, living alone or with families, sick or
well."
Section 2. Implementation of Plan. The City Council declares its intent to work with
other governmental officials, the United Way of King County, faith and civic groups,
communities of color, philanthropies, the business community, non -profit housing and service
providers, and others to implement this plan over the next ten years.
Section 3. Additional Resources. The City Council recognizes that additional
resources will be required in order to meet the ambitious goals included in the Ten -Year Plan,
and that local government resources are not adequate to achieve these goals. Therefore, the City
of Tukwila supports efforts to increase funding at the Federal and State levels to pursue the
goals of the Ten -Year Plan to End Homelessness.
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a
Regular Meeting thereof this day of 2007.
ATTEST /AUTHENTICATED:
Jane E. Cantu, CMC, City Clerk
APPROVED AS TO FORM BY:
Office of the City Attorney
Verna Griffin, Council President
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
DEPARTMENT OF COMMUNITY DEVELOPMENT
CITY OF TUKWILA
MEMORANDUM
TO: Community and Parks Committee
FROM: Steve Lancaster
DATE: March 15, 2007
SUBJECT: Building Height
ISSUE
Should the City change the way building heights are regulated?
BACKGROUND
Sandra Kruize addressed the City Council on March 5 regarding her concerns about building
heights. She submitted a letter to the Council at that time, a copy of which is attached.
Specifically, Ms. Kruize is concerned about a home being built at 15815 47 Avenue South (Ms.
Kruize lives at 4457 S. 158 St see attached aerial photograph).
Tukwila's Zoning Code establishes a maximum building height of 30 feet in the LDR Low
Density Residential district (TMC 18.10.060). The Code specifies that "building height" is to be
"calculated by the method in the Washington State Building Code" (TMC 18.06.100).
The State Building Code defines "building height" as "the vertical distance from grade plane to
the average height of the highest roof surface" (IBC Section 502.1). The term "grade plane" is
defined as follows:
A reference plane representing the average of fmished ground level adjoining the
building at exterior walls. Where the fmished ground surface slopes away from the
exterior walls, the reference plane shall be established by the lowest points within the
area between the building and the lot line or, where the lot line is more than 6 feet (1829
mm) from the building, between the building and a point 6 feet (1829 mm) from the
building.
The attached figure provides a graphic representation of how this calculation is made under
varying grade circumstances. It also provides information on how our neighboring jurisdictions
regulate building height.
Q:\CODE_REV\height.doc-sjl-Created on 03/15/2007 9:50:00 AM
Page 1 of 2
ALTERNATIVES
1. No change.
2. Reduce residential height standard from 30 feet to something lower.
3. Measure residential building height from lowest grade rather than average grade.
RECOMMENDATION
Tukwila's single family height regulations are similar to those of nearby, similarly situated
communities. No action recommended.
Attachments:
March 5, 2007 from Sandra Kruize.
GIS map /photo of Kruize neighborhood.
Comparison of Maximum Building Height Standards.
Q:\CODE_REV\height.doc-sjl-Created on 03/15/2007 9:50:00 AM
Page 2 of 2
Sandra fraize
4457 S. 158 St.
tuhwila, 11 98188
206 -246 -9189 sandrahraize(knahoo.com
Mayor and Council Members,
City of Tukwila March 5, 2007
I thank you for allowing me to address you with my concern about large buildings going
up in low- density residential neighborhoods. Here are the main points:
Tukwila City policies obviously enhance life for residents, with programs such as the
Backyard Wildlife Habitat Program, free dump passes, free chipping days, and awards for homes
and yards which their owners ,lave fixed up nicely.
Especially in a city i l such positive policies:
1. I was more than dismayed at the enormous -sized house being built in my neighborhood,
kitty -corner off my back yard. Nearby houses are being dwarfed by it, losing a
substantial amount of their privacy, light and view.
2. The zoning and building codes state a maximum height for buildings in `Low Density
Residential' neighborhoods as 3.0 feet, but this is somehow interpreted to allow much
higher heights than this to be built.
3. I believe if such interpretation of maximum height is allowed to continue. 'Low Density
Residential' neighborhoods will-look like they are filled with apartment buildings and
they will become more like slums. How cart people care as much about their properties
when they have lost so much of their privacy, light and view?
4. With all the good things the City does, I can't believe it would condone such an
interpretation, and I petition the Council t look into this.
Sincerely,
Tukwila
Kent
Renton
Seatac
Burien
3ut lot. hi ghe .r_than_1-0_teet-aboY.e..tf. etc we.: Lgrade- in..5.feet .of_ he structure
Cit Max Height I Lower Datum
__Tukwila eaTa_c
30 Average grade
35 Lowest grade within 5 feet
35 Highest grade within 5 feet
30 Average grade
35 Average grade
Upper Datum
Mid -point of sloped roof
Mid -point of sloped roof
Mid -point of sloped roof
Mid -point of sloped roof
Highest point of structure
Kent Renton
1 Comparison of Maximum
Bui ding Height Standards
irt
Burien
Marsh Residence Aerial Photo
TO:
MEMORANDUM
Mayor Steve Mullet
Community Affairs and Parks Committee
FROM: (4 Rick Still, Deputy Director of Parks and Recreation
DATE: March 21, 2007
SUBJECT: Tukwila Pond Park Authorize Consultant Agreement
Project Number 03 -PK -10 TUKPOND2007
Parks and Recreation Department
Bruce Fletcher, Director
ISSUE
Select a consultant to provide design services and for the Tukwila Pond Park development.
BACKGROUND
The Tukwila Urban Center Master Plan includes further development of the Tukwila Pond
Park. An informational report and conceptual design were completed and presented to the
City Council in 2006. Concurrently, there are two different design issues being performed for
the Tukwila Pond Park Project. A water quality feasibility study is being conducted by the
Department of Community Development. The Parks and Recreation Department is utilizing
the 2006 conceptual design to develop schematic designs and final plans and specifications
for the development of this park.
The attached proposal, dated March 16, 2007, is presented in two phases. The first phase
(written in black) is the scope of work for which we are seeking approval. Phase one will
provide wetland delineation, boundary and design survey, concept plan and cost estimate,
and enough detail drawings to obtain the required permits. The second phase (written in
gray) scope of work is for consultant services that need to be performed once funding is
acquired for development.
ACTION TAKEN
Three firms were short- listed from the City's consultant roster of firms that indicated they
provide expertise in landscape architecture, park design, wetland issues, boardwalk and trail
construction, wildlife enhancements and interpretive presentations, and are familiar with
public projects, funding and grant programs. All three firms were rated based on the
expertise and experience necessary to perform the work. Robert W. Droll, Landscape
Architect, P.S. was selected as the most qualified (see rating sheet attached).
A draft scope of Work and Fee Estimate are attached.
RECOMMENDATION
Approve the selection of Robert W. Droll, Landscape Architect, P.S., as the Tukwila Pond
Park development design consultant and authorize the Mayor to execute a contract with
Robert W. Droll, Landscape Architect, P.S. in the amount of $90,820.00.
Attachments: Map, Rating Sheet, Consultant Agreement, Scope of Work, Fee Estimate.
cc: City Administrator
Director of Parks Recreation
Tukwila Pond Park 300ft
Site Location Map
Landscape Architecture
Park Design
Wetland Issues
Boardwalk Trail Design
Public Projects, Funding
Grant Programs
Public Involvement
Public Presentations
TOTALS
CONSULTANT SELECTION
2007 TUKWILA POND PARK DEVELOPMENT PROJECT
Wildlife Enhancements
Interpretive Presentations
Score consultant 1 to 4, with 1 being highest and 4 being lowest.
Lowest score is consultant ranked highest.
Hough Beck Adolfson Robert W. Droll
Baird Inc. Associates, INC. Landscape Architect
1 1
2 2
2 3
3 2
2 3
2 2
12 13
Attachment A
Tukwila Pond Trail Tukwila Parks Recreation
Scope of Services
3/16/2007
Tukwila Pond Trail Boardwalk
City of Tukwila Parks and Recreation Department
Scope of Work
This assignment includes the Schematic and Final Design services work to be performed by Robert W.
Droll, Landscape Architect, PS and Project Team (hereinafter collectively, RWD) for the City of
Tukwila, Washington on Tukwila Pond Trail Boardwalk. RWD will serve as consultant to Tukwila in
the capacity of Park Planner/Landscape Architect and will prepare Bid Documents. The goal of the
project is to implement a new Loop Trail and Boardwalk around Tukwila Pond.
Basis of Proposal
This Scope of Services and Fee Proposal are based upon discussions and information provided by the
Tukwila Parks and Recreation Department, site visits and documentation review.
Scope of Services
RWD proposes the following Scope of Services to accomplish the work necessary for the preparation of
Tukwila Pond Trail Boardwalk (hereinafter the "Trail
Phase 1
I Task 1 Schematic Design -35% Submittal
Task 1.01 Site Visit
RWD will visit site with Client, wetland biologists and survey crew.
Task 1.02 Wetland Delineation
Conduct wetland delineation, category rating and report in compliance with City of Tukwila Critical
Areas Ordinance.
Task 1.03 Boundary and Design Survey
Conduct topographical fieldwork necessary to generate mapping of one foot contours, spot elevations,
trees, six inches and larger, and other planimetric features. Survey will include bathymetric survey of
pond from shoreline to fifty feet into pond. Show Boundary Survey as provided by Tukwila. Prepare
mapping in ACAD format.
Task 1.04 Concept Plan Cost Estimate
RWD will prepare Concept Plan illustrating type, size and location of main loop trail and boardwalk
and spur connections. RWD will provide Estimate of Probable Cost based upon measured quantities.
Task 1.05 PreSubmission Conference w/ Tukwila
RWD will prepare PreSubmission Conference application and attend PreSub Conference.
Robert W. Droll, Landscape Architect, PS, 4405 7" Avenue, Lacey, WA, SE, 98503, 360.456.3813, bob@rwdroll.com 1
Attachment A
Tukwila Pond Trail Tukwila Parks Recreation
I Task 2 Permit Processing
Tasks 2.01 Layout and Grading Plan
Layout and Grading Plan will be prepared by RWD defining horizontal and vertical relationships of
proposed Trail and Site improvements. Horizontal definition of proposed improvements will be
achieved by dimensioning from coordinates derived from Design Survey. Grading will be defined by
contours and spot elevations that will be relative to vertical datum.
Task 2.02 Boardwalk Plan Details
Boardwalk Plan will define the horizontal and vertical alignment of Boardwalk, which anticipated to
be located over the water in locations where there is insufficient public property to locate the trail in
an upland area. RWD will provide all details and calculations to comply local codes, ADA
regulations and International Building Code.
Task 2.03 SEPA JARPA Permitting, Biological Assessment
RWD will prepare SEPA and Site Plan Approval and JARPA applications and respond to inquiries
and follow up on permits. RWD will prepare Biological Assessment.
Task 2.04 Illustrative Plan
Prepare one each color illustrative site plan, floor plan and two elevations for Client's use in public
meetings. Color will be applied to In- Process drawings (3 sheets maximum): no separate
drawings /sketches will be prepared specifically for Illustrative drawings.
Task 2.05 Public Presentation of Tukwila Pond Trail
RWD will prepare for and attend a public presentation of project.
Task 4,02 Demolition and Temporary Erosion Sedimentation Control Plan
RWD will prepare plan indicatine. the existin site features that shall be demolished, abandoned
salvaged and retained as well as ti e location of erosion control measures.
3/16/2007
I Task 3 Project Management
Task 3.01 Project Management
Manage the contractual elements, scheduling, billing and timing of project. Manage the coordination
of consultants and the execution of the Project Schedule. Communicate and coordinate with Client.
Phase 2
I Task 4 Design Development -60% Submittal
Task 4.01 Title Sheet
Title Sheet with 1 t t it Map, General ti tes. Legen. Abbreviations, i_
Ci:(ia1•L li Shee ;�L'�liti?3L•:YtCli "'t 1. t ;t, list City
Council Members and Parks Department Staff.
Tasks 4.03 Layout and Grading Plan
3 and will prepared t i horizontal ai.d �;radinti Plan .i";ll be 1.tei�a:• =�:d 1",,, RWD n;�riraittal and vertical relationships of
proposed Trail and Site improvements. horizontal definition of proposed improvements will be
proposed
by dimensioning from coordinates derived from Design Survey. Grading will be defined hss
contours and spot elevations that will he relative to vertical datum.
Robert W. Droll, Landscape Architect, PS, 4405 7` Avenue, Lacey, WA, SE, 98503, 360.456.3813, bob@nvdroll.com 2
Attachment A
Tukwila Pond Trail Tukwila Parks Recreation
Task 4.04 Boardwalk Plan Details
Boardwalk Plan will define, the horizontal and vertical alianment of Boardwalk. which anticipated /c
be located over the water in locations where there is insufficient public p1 operty to locite the trail in
an upland area. RWD will provide all details and calculations to comply local codes_ ADA
regulations and International Building Code.
Task 4.05 Site Details
Prepare details for project oiic improvements.
Tasks 4.06 Estimate of Probable Costs
RWD will provide Estimate of Probable Cost based upon measured cuantities. RWD will organize
Estimate by Trail Segment vu allow Client to render Phasing decisions i[necessary. Estimate will
include all Project Development Costs including consultant costs, construction administration,
mobilization, bonds. contingencies, taws, projected construction year cost escalation (if neeessar
taxes and all identified costs associated with this proiect's development.
Task 4.07 Review with Stu[[
Review Plans with Staff.
Task 5 Final Design 90% Submittal
Tasks 5.01-5.06 are the same Tasks as 4.01-4.06 except Work will he at a 90% eomp(odonhr6.
Task 5.07 Specifications
Prepare Technical Specifications, Sections 1-16. in Construction Specification institute tCSI) fc,
Task 5.08 Review with Staff
Review Plans with Staff.
Task 5.09 Building Permit Application Processing
FOND will submit and process Building Pennit applications.
Task 5.10 Quality Review
K\YD will retain a Construction Manager to review a set of hjd documents.
3/16/2007
Task 6 Con/rurtDwxumrom— lUO% Submittal
Tasks 6.0/-6.07 arc the same Tasks ox5.0i'5,07 except Work v ill howtu 1OU% completion level
and ready for Advertising and Bidding.
Task 6.08 Assemble Deliver Contract Documents
RWD will assemble Technical Specifications and Plans in .pdf format and forward to Client.
Robert m Droll, Landscape Architect, PS, 7 Avenue, Lacey, WA, SE, n�360.456.3mx.bobr&rwdroll.com 3
Attachment A
Tukwila Pond Trail Tukwila Parks Recreation
Task 7 Project Management
Task 5.01 Project Management
j x the coordination
the contractual elements, scheduling. scheduling. L�ill;� and f11 ?l�s of project. '��c the t: C >ittf::..:;';7
of consultants and the execution of the Project Schedule. Communicate and coordinate with Client.
I Task 8 Bidding Negotiations,
Task 10.01 Pre -Bid Conference
RIND will attend Pre -Bid Conference and prepare Addenda. it necessary..
I Task 9 Construction Administration
t g will ti. t 1 time following Tasks i:l 1?c tleg ti�t.;_ at t ?a ti i2e a: 3idi,'slc, if requested by Client.
Task 9.01
Task 9.02
Task 9.03
Pre Construction Conference
Submittal Review
Construction Observation
3/16/2007
Additional Services, Excluded Services
Specific items that are not within the scope of work/services include, but are not limited to, the following:
Traffic studies
Stormwater Drainage studies /design
Demand analysis /economic modeling
Legal Descriptions of easements, Rights -of -Ways, etc.
Hydrology /Water Quality Studies, Environmental Studies
Geotechnical Investigation, Recommendations, and Material Testing.
Construction Staking
Mitigation Design
Permit Fees
Wildlife and Archaeological investigations
Web -site preparation and hosting, visual impact analysis, photo simulations, perspective character
sketches
Tree valuation, noise studies, air quality studies
Boundary Survey
Public Presentations, Neighborhood meetings, Hearing Examiner meetings, etc. other than in those
identified in scope.
Professional Fee
Professional Fees to accomplish the Scope of Services as shown in Attachment B. RWD will perform the
Scope of Services on a Time Materials, Not Exceed Basis. Direct Expenses are reimbursable.
Client's Responsibilities
Client shall provide the following information or services as required for performance of the work. RWD
assumes no responsibility for the accuracy of such information or services and shall not be liable for
errors and omissions therein. Should RWD be required to provide services in obtaining or coordinating
compilation of this information, such services shall be charged as Additional Services.
Robert W. Droll, Landscape Architect, PS, 4405 7 Avenue, Lacey, WA, SE, 98503, 360.456.3813, bob rixdroll.com 4
Attachment A
Tukwila Pond Trail Tukwila Parks Recreation
Provide Title Report
Provide space for Public Meeting
Provide Division 00 and City Bidding information
Advertise for Bid, Award, Bid Tabulation, etc.
Existing as-built site engineering and utility base information.
Provide aerial photos.
3/16/2007
Robert W. Droll, Landscape Architect, PS, 4405 7 Avenue, Lacey, WA, SE, 98503, 360.456.3813, bob'rr�rwdroll.com 5
3 -16 -07
Tukwila Pond Interpretive Trail
City of Tukwila, WA
Project Scope of Work Fee
Tasks
Phase 1
1.00 Schematic Design 35% Submittal
1.01 Site Visit 1,600.00 8 920.00 8 680.00
1.02 Wetland Delineation 6,800.00 4 460.00 4 340.00 6,000.00
1.03 Boundary and Design Survey 30,260.00 8 920.00 4 340.00
1.04 Concept Plan Cost Estimate 9,740.00 16 1,840.00 40 3,400.00
1.05 PreSubmission Conference w/ Tukwila 970.00 4 460.00 6 510.00
Task Total 49,370.00
2.00 Permit Submittal Processing 55%
2.01 Layout/Grading Plans 2,276.66
,270.00 2 230.00 24 2,040.00
2.02 Boardwalk Plan and Details 5,090.00 2 230.00 16 1,360.00
SEPA and JARPA Permitting /Processing,
2.03 Biological Assessment 21,680.00 40 4,600.00 48 4,080.00
2.04 Illustrative Plan 920.00 8 920.00
Tasks Subtotal
Direct Expenses (plots, phone, reproduction,
mail, travel)
Subconsultant Administration
1 Professional Services Fee Total
Total
Attachment B
83,720.00 11,500.00
1,500.00
5,600.00
90,820.00I
Wetland biological
RWD Delineation Assessment Survey Electrical Structural
ine
Bob Droll /Project The Coot Watershed Larson MC
Manager Land. Tech Ill Clerical Company Company Associates BCE Squared
hours: total :hours total hours: total total total total total i total
2.05 Public Presentation of Tukwila Pond Trail 920.00 8 920.00
as tal o 30,880.00
3.00 Meetings Project Coordination
Project Management via phone, tax, email
3.01 etc 3,470.00 24 2,760.00 2 170.00 12 540.00
a'� sks Total 3,470.00
13,000.00
29,000.00
3,000.00 1,500.00
3,500.00
12,750.00 540.00 6,000.00 13,000.00 29,000.00 3,000.00 5,000.00
Robert W. Droll, Landscape Architect, PS 360.456.3813
3 -16 -07
Tukwila Pond Interpretive Trail
City of Tukwila, WA
Project Scope of Work Fee
Tasks Total
Phase 2
_4.00 Design Development 160 Submittal
4.01 Title Sheet
4.02 Demolition TESC Plan
4.03 Layout/Grading Plans
4.04 B an
oardwalk Plan d Details
4.05 Site Details
4.06 Estimate of Probable Costs
4.07 Review with Staff
Task Total
5.00 Final Design 90% Submittal
5.01 Title Sheet
5.02 Demolition TESC Plan
5.03 Layout/Grading Plan
5.04 Boardwalk Plan and Details
5.05 Site Details
5.06 Estimate of Probable Costs
5.07 Specifications Division 1 -16
5.08 Review with Staff
5.09 Building Permit Application /Processing
5.10 Quality Review
Task Total
6.00 Bid Documents -100% Submittal
6.01 Title Sheet
6.02 Demolition TESC Plan
6.03 Layout/Grading Plan
6.04 Boardwalk Plan and Details
6.05 Site Details
6.06 Estimate of Probable Costs
6.07 Specifications Division 1 -16
6.08 Assemble Deliver Contract Documents
Task Total
7.00 Meetings I Project Coordination
7.01 Project Management via phone, fax, email, etc
Task Total
8.00 Bidding, Negotiations
Task Total
9.00 Construction Services
9.01 Pre Construction Conference
9.02 Construction Observation
9.03 Punchlist and Final Walk -Thru
Task Total
Phase 2
Not in this Scope
of Work
Tasks Subtotal
Direct Expenses (plots, phone, reproduction, mail, travel)
Subconsultant Administration
!Professional Services Fee Total
Attachment B
Robert W. Droll, Landscape Architect, PS 360.456.3813
Parks and Recreation Department
Bruce Fletcher, Director
INFORMATIONAL MEMORANDUM
TO: Mayor Steve Mullet
Community Affairs and Parks Committee
FROM: CS Rick Still, Deputy Director of Parks and Recreation
DATE: March 21, 2007
SUBJECT: City of Tukwila Pool HVAC Performance -Based Contract Process
ISSUE
Performance -Based Contractor selection process for the City of Tukwila Pool's HVAC
system.
The City of Tukwila Pool Heating, Ventilation, and Air Conditioning (HVAC) system has
had emergency repair work performed 5 times in the past ten months costing $9,956.
Staff was hopeful that these repairs would keep the system operational for a long
period of time. However, the fan motor, bearings and shaft of the main system
continue to get out of balance and need to be completely replaced, as well as, many
other parts of the system are not operational.
When the system does stop operating (usually during the middle of the night), the
condensation builds up on the fire alarm beam detectors, due to the extreme humidity,
and this sets off the fire alarm in the middle of the night causing an unnecessary call
out for the fire dept and potentially calling them away from a more serious situation.
This also causes a staff member to be at the building (24 hours, 7 days a week) on a
fire watch until the situation is fixed. The current HVAC system repairs need to be
made or the pool may not be operational for an undetermined time and at an unknown
cost.
Staff has investigated Chapter 39.35A of the Revised Code of Washington (RCW) with
the City Attorney's office and Finance Department. This code allows a performance
based contract for energy equipment and supplies. Instead of hiring a HVAC
consultant to put a bid packet together for a specific scope of contracted work, the city
can utilize the performance -based contract process to:
1. Conduct a Request for Qualifications (RFQ) to select the most qualified
Energy Services Company (ESCO);
2. Have said company perform an energy audit that meet the qualifications and
criteria of the City, i.e. guaranteed energy- savings, guaranteed installation
cost, and guaranteed performance;
3. Construct or implement the projects identified through the energy audit; and
4. Verify the energy savings and overall system performance as guaranteed.
Community Affairs and Parks Committee
Information Memorandum
City of Tukwila Pool
HVAC Performance -Based Contract Process
Page 2
This memorandum is to inform you of the process that staff is using for energy
equipment, i.e. City of Tukwila Pool's HVAC system. The City of Tukwila "can, by
resolution, choose to negotiate a performance -based contract under Chapter 39.35A
RCW" to guarantee energy- savings, installation cost, and HVAC performance rather
than developing plans and specifications to publicly `bid' this scope of work.
To help answer any questions you may have, staff has invited an ESCO contractor
representative to attend the CAP meeting.
ALTERNATIVES
Alternative One:
The City can choose to utilize the ESCO process.
Consequences:
The HVAC system will be audited to seek energy efficiencies and repair items.
A list of projects will be provided from the audit that the City can choose from to
make repairs based on a cost benefit analysis approach.
The City can choose to make these repairs or plan to have them made in the
future.
The energy performance and construction installation cost are guaranteed, if
they are done as part of the ESCO process.
Alternative Two:
The City can choose to make repairs as things wear out and break down and not
repair items that are not working.
Consequences:
There are known items that are on a weekly staff watch list to keep operational.
There are known items that are not working, which means the system is not
working efficiently.
Repairs that are performed on an emergency basis cause unscheduled pool
closures; and there are no performance guarantees (cost savings), and the
repair cost are time and materials until the system is operational (no cost
control).
Alternative Three:
The City can choose not to do anything at this time.
Consequences:
This alternative is very similar to Alternative Two since there are known items
that need to be replaced /repaired to keep HVAC system operational.
cc: City Administrator
Director of Parks Recreation
City Attorney
Finance Director
Community Affairs and Parks Committee
Information Memorandum
City of Tukwila Pool
HVAC Performance -Based Contract Process
Page 3
RECOMMENDATION
Information Only: Staff is currently in the RFQ process to obtain an ESCO contractor.
Once the energy audit is conducted, a preferred action will be recommended to the
City Council.
ATTACHMENTS:
1. RCW 39.35A
2. Comparison of Energy Performance Contracting with Conventional Procurement
Procedures
3. Energy Savings Performance Contracting Adds Value to Public Works Projects
4. RFQ for Energy Performance Contract
Chapter 39.35A RCW
Performance -based contracts for energy equipment
RCW Sections
39.35A.010 Legislative finding.
39.35A.020 Definitions.
39.35A.030 Performance -based contracts for energy equipment and supplies.
39.35A.040 Application of other procurement requirements.
39.35A.050 Energy service contractor registry Identification of performance -based contracting
services.
39.35A.010
Legislative finding.
39.35A.020
Definitions.
The legislature finds that:
(1) Conserving energy in publicly owned buildings will have a beneficial effect on our overall supply of
energy;
(2) Conserving energy in publicly owned buildings can result in cost savings for taxpayers; and
(3) Performance -based energy contracts are a means by which municipalities can achieve energy
conservation without capital outlay.
Therefore, the legislature declares that it is the policy that a municipality may, after a competitive
selection process, negotiate a performance -based energy contract with a firm that offers the best proposal.
[1985 c 169 1.]
Unless the context clearly indicates otherwise, the definitions in this section shall apply throughout this
chapter.
(1) "Energy equipment and services" means energy management systems and any equipment, materials,
or supplies that are expected, upon installation, to reduce the energy use or energy cost of an existing
building or facility, and the services associated with the equipment, materials, or supplies, including but not
limited to design, engineering, financing, installation, project management, guarantees, operations, and
maintenance.
(2) "Energy management system" has the definition provided in RCW 39.35.030.
(3) "Municipality" has the definition provided in RCW 39.04.010.
(4) "Performance -based contract" means one or more contracts for energy equipment and services
between a municipality and any other persons or entities, if the payment obligation for each year under the
contract, including the year of installation, is either: (a) Set as a percentage of the annual energy cost
savings attributable under the contract to the energy equipment and services; or (b) guaranteed by the other
persons or entities to be less than the annual energy cost savings attributable under the contract to the
energy equipment and services. Such guarantee shall be, at the option of the municipality, a bond or
insurance policy, or some other guarantee determined sufficient by the municipality to provide a level of
RCW 39.35A Page 1 of 2
assurance similar to the level provided by a bond or insurance policy.
[2001 c 214 18; 1985 c 169 2.]
Notes:
Severability Effective date 2001 c 214: See notes following RCW 80.50.010.
Findings 2001 c 214: See note following RCW 39.35.010.
39.35A.030
Performance -based contracts for energy equipment and supplies.
(1) Each municipality shall publish in advance its requirements to procure energy equipment and services
under a performance -based contract. The announcement shall state concisely the scope and nature of the
equipment and services for which a performance -based contract is required, and shall encourage firms to
submit proposals to meet these requirements.
(2) The municipality may negotiate a fair and reasonable performance -based contract with the firm that is
identified, based on the criteria that is established by the municipality, to be the firm that submits the best
proposal.
(3) If the municipality is unable to negotiate a satisfactory contract with the firm that submits the best
proposal, negotiations with that firm shall be formally terminated and the municipality may select another
firm in accordance with this section and continue negotiation until a performance -based contract is reached
or the selection process is terminated.
[1985 c 169 3.]
39.35A.040
Application of other procurement requirements.
If a municipality chooses, by resolution or other appropriate mechanism, to negotiate a performance -based
contract under this chapter, no otherwise applicable statutory procurement requirement applies.
[1985 c 169 4.]
39.35A.050
Energy service contractor registry Identification of performance -based contracting services.
The state department of general administration shall maintain a registry of energy service contractors and
provide assistance to municipalities in identifying available performance -based contracting services.
[2001 c 214 19.]
Notes:
Severability Effective date 2001 c 214: See notes following RCW 80.50.010.
Findings 2001 c 214: See note following RCW 39.35.010.
RCW 39.35A Page 2 of 2
COMPARISON OF
ENERGY PERFORMANCE CONTRACTING
WITH
CONVENTIONAL PROCUREMENT PROCEDURES
STANDARD PROCUREMENT
SPEC AND BID EVERY PHASE
OF IMPLEMENTATION
1. Usually requires a capital budget authorization.
2. Extended completion time due to need to obtain
budgetary approvals from Agency, Governor and
Legislature. Time for completion can vary from
2.5 years to 6 years. Increased costs can vary
from 3 -15% due to inflation.
3. Project is funded by State issued bonds which are
repaid over a 30 year period using tax exempt
financing.
4. These projects seldom qualify for utility rebates
since the programs are normally over before the
projects are funded.
5. Long term energy savings are, rarely, if ever
guaranteed. Staff turnover, lack of ongoing
training, lack of energy conservation
expectations, and maintenance failures often kill
project performance.
6. Comfort and lighting performance standards are
seldom a part of any construction contract with a
hardware vendor.
7. Change Orders are common practice because of
misinterpretation or funding availability and
scope of project do not match.
8. Separate phases of project implementation
diffuses the source of responsibility for effective
performance and often results in disputes over
liability for non performance.
9. Equipment is guaranteed to be free from defects
for one year from substantial completion.
ENERGY PERFORMANCE CONTRACT
COMPETITIVE NEGOTIATIONS
FOR PROFESSIONAL SERVICES
1. Utilizes existing appropriated utility budget line item
to pay all project costs.
2. Third party financing is available, which allows the
public building owner to construct projects sooner.
Time for completion for an average project will be 18
months from project conception. No increased costs
due to inflation.
3. Project is funded by State Treasurer lease purchase
financing or Municipal Lease (tax exempt or capital)
financing which is repaid over a 10 year period.
4. EPC maximizes utility financial participation in the
project. This reduces the amount to be financed or
allows additional conservation projects to be
implemented.
5. ESCO provides guarantee of performance, monitors
and verifies energy consumption, and trains staff to
achieve long term project performance. Energy
savings are guaranteed by the ESCO.
6. EPCs typically contain a performance definition and
guarantee of lighting and comfort conditions.
7. No change orders unless Owner elects to increase
project scope within cost effectiveness criteria.
8. A single point of financial and technical
accountability for total project performance is
standard.
9. EPC guarantees the project functions as designed,
maintains specific comfort conditions, saves energy
and saves dollars over the life of the Agreement with
the ESCO.
April 2003
Washington State Department of
General Administration Visit our web site at httn:/ /www.aa.wa.gov /EAS /enc /esnc.htm
10. Incremental project implementation often leads to
eliminating cost effective retrofits due to
inadequate funds, limited staff time, and overly
narrow or biased project specifications.
11. Most public institutions can not afford to pay for
top notch technical energy staff nor can they
afford to train existing staff.
12. Capital energy projects must compete with other
capital priorities in an environment of limited
budget resources.
13. There is no direct reward to managers or staff for
reducing energy costs.
14. New project responsibilities can bring risks of
non- performance and technical errors due to lack
of internal technical expertise.
15. The operations and maintenance budgets of public
institutions are usually under funded resulting in
comfort problems, equipment breakdowns, lack
of staff training, and wasted energy.
16. When project construction is accepted by staff,
there is no guarantee that future improvements
will be made to respond to changing conditions.
Washington State Department of
General Administration
10. Performance contractors consider all cost effective
retrofits and secure financing for all feasible
improvements. The costs of other needed capital
improvements may be underwritten from any
additional utility cost savings generated by the project.
11. ESCOs internalize technical expertise in order to
guarantee project performance.
12. EPCs are not fmanced through a capital process.
Funding is available from ESCOs, lenders and State
Treasurer. Performance guarantees are designed to
cover the costs of project financing, ongoing
guarantees, and monitoring and verification of
savings.
13. Compensation to the ESCO is tied directly to project
performance and provides a very tangible financial
incentive for reducing energy costs.
14. Willingness to accept technical responsibilities and
risks is tied to direct financial rewards which are
based on project performance.
15. ESCOs cannot afford to under fund any functions
critical to protecting their investment and meeting the
performance guarantees contained in the contract.
16. ESCOs have a strong incentive to respond to changes
in technology, utility rates, and building requirements
to maintain the guarantee of project performance over
the term of the contract.
April 2003
Visit our web site at httR:// www.ga.wa.ssov /EAS /enc /esac.htm
ENERGY SAVINGS PERFORMANCE CONTRACTING
ADDS VALUE TO PUBLIC WORKS PROJECTS
Energy Savings Performance Contracting, or simply performance contracting (PC), shares many
similarities with conventional public works design and construction practices. However, there
are some distinct differences between PC and the design, bid, build (DBB) process. PC can
provide many opportunities to an owner installing energy efficiency equipment, which are not
otherwise available when using the DBB process.
The advantages to PC for procuring energy efficiency equipment include:
Third party financing is available, which allows the public building owner to construct projects
sooner. Some public works projects can take as long as six years to complete: identify project
and request funding in the first biennium; design in the second biennium; and, construct in the
third biennium. Using PC a similar project can be completed in eighteen months.
By using third party financing for procuring energy efficiency equipment the owner reserves
scarce capital dollars for more pressing building improvements. Combining third party financing
with capital dollars allows the owner to leverage the capital appropriation, essentially doing
"more with less."
PC maximizes utility financial participation in the project.
Energy service company (ESCO) selected based on qualifications. Since the ESCO also provides
general contracting services the owner is also selecting the highest qualified general contractor,
rather than the low bid contractor.
Building audit findings must meet owner's cost effectiveness criteria or owner not responsible for
ESCO audit costs.
There is a single point of accountability from audit through design, construction and
commissioning, which reduces the uncertainty of identifying a responsible party when design or
construction issues arise.
Subcontractors can be pre qualified and only the most highly qualified and reliable subcontractors
will be invited to bid the work.
Owner/ESCO can select other than the low bid subcontractor.
Owner can specify equipment by manufacturer.
ESCO guarantees equipment performance and assists owner with warranty issues. DBB requires
that equipment is free from defects for one year. PC guarantees the project functions as designed,
maintains specific comfort conditions, saves energy and saves dollars over the life of the contract
with the ESCO.
No change orders unless the owner elects to increase scope.
Open book pricing and construction cost reconciliation assure fairest value for the owner.
ESCO guarantees construction cost and assumes financial responsibility for cost overruns.
Commissioning is an integral component of PC, not an extra cost.
The owner has more control over contractor (ESCO) overhead and profit. O &P is negotiated and
multiple markups of subcontractor costs are not allowed.
ESCO provides a guarantee of energy savings and reimburses owner for any savings shortfalls.
ESCO's monitoring and verification (M &V) services provides owner with assurance equipment
will perform for the life of the agreement.
Performance contracting is a "value added" process for improving building energy efficiency.
April 2003
Washington State Department of
General Administration Visit our web site at htta:/ /www.2a.wa.2ov /EAS /enc/esnc.htm
Request for Qualifications
for
Energy Services Company
(ESCO)
The City of Tukwila Pool
City of Tukwila, Washington
Introduction
The City of Tukwila seeks proposals from interested Energy Services Companies (ESCOs)
to provide performance -based contracting for the City. The intent of selecting an ESCO is
to develop a qualified project that addresses aging HVAC systems in the City of Tukwila
Pool. The likely scope of the Performance Contract will focus on renovating the HVAC
systems in the aquatic center which may include upgrades to boiler systems, upgrades to
ventilation systems, control system upgrades, and other potential HVAC system
improvements, and humidity control measures. The entire process consists of the
following four phases:
RFO Phase: Through this RFQ, the City will select an ESCO based on written
submissions and overall qualifications. The City reserves the right to interview
appropriate firms if necessary to further qualify capabilities of ESCOs.
Enerav Audit Phase: This phase of work will focus on the development of
energy- savings measures that meet the qualifications and criteria of the City.
The outcome of this phase will be a formal proposal to the City that includes, but
may not be limited to, guaranteed cost, guaranteed energy savings, proposed
scope of work, and other miscellaneous supporting documentation.
Construction Implementation Phase: Upon satisfactory results of the Energy
Audit, and at the option of the City, the City may enter into a contract with the
ESCO to implement the proposed measures from the Energy Audit.
Performance Assurance Phase: This phase will focus on the verification of
energy savings and overall system performance as guaranteed by the ESCO and
agreed to by the City.
Preliminary Project Schedule
The following information outlines the preliminary schedule for the project. The intent of
the City is for the proposed project to be completed prior to the end of the 2007 calendar
year. As such, it will be critical that the ESCO have the resources available to meet these
dates and accommodate the development and construction schedule. All dates are
subject to change at the discretion of the City.
RFQ Responses Due April 6, 2007
ESCO Selection April 11, 2007
Audit Development April 2007 May 2007
Approval Long Lead Equipment May 2007
Project Construction June 2007 September 2007
RFQ Response
Please submit three copies of RFQ response by 4:00 pm on April 6 2007 to The City
of Tukwila at the following address:
City of Tukwila
Parks and Recreation Department
Attn: Rick Still
12424 42n Avenue South
Tukwila, WA 98168
Any questions regarding this RFQ should be directed to the following:
Rick Still. Deputy Director
Parks and Recreation Department
Phone: 206 767 -2344
E -mail: rstilaci.tukwila.wa.us
City of Tukwila Pool
RFQ for Energy Services Company
Due: April 6, 2007
Page 2 of 4
Proposal Response: Please respond to the following questions in your RFQ response.
Please present information in a clear and concise format. There is no limit to the number
of pages of the response.
1. EXPERIENCE
Provide a list of all Energy Services Performance Contracting (ESPC) projects
completed in the past five years. Include the value of the project, project dates,
project team, summary of the work completed, and any other relevant
information. Limit experience to the following categories:
a. Aquatic projects in the State of Washington
b. Other project experience in Washington State (no more than ten projects)
2. PROJECT TEAM
Provide information that details the proposed project team, organization structure,
and management approach. Identify who will have primary responsibility for each
task of the project, including technical analysis, engineering design, construction
management, and performance assurance. Provide resumes for each project team
member.
3. DESIGN
Describe your firm's design capabilities and whether design services would be
conducted with in -house ESCO engineering personnel or whether design services
would be contracted to outside consultant /engineering firms.
4. ENERGY AUDIT APPROACH
a. Baseline Calculation Describe in detail the methodology your firm normally
uses to compute the baseline energy use in facilities.
b. Baseline Adjustment Describe the method(s) used to adjust the energy
baseline due to such factors as weather and facility use changes. Describe
factors that would necessitate adjustment.
c. Savings Calculations List all procedures, formulas and methodologies,
including special metering or equipment your firm will use to calculate energy
and Operation Maintenance savings.
5. SUBCONTRACTING APPROACH
Describe your firm's approach to subcontracting and whether your firm has the
capabilities to provide any of the expected work with in -house forces. Describe
how cost competitive pricing will be secured and maintained for this project.
6. CONSTRUCTION CLOSE -OUT
Describe your firm's construction close -out processes including project
commissioning, training, and other related activities.
City of Tukwila Pool
RFQ for Energy Services Company
Due: April 6, 2007
Page 3 of 4
7. MEASURE VERIFICATION
Describe the methodology proposed for ongoing monitoring and savings
verification of the proposed project.
8. FEE SCHEDULE
Provide a fee schedule and show how it would be applied to project costs. Clearly
indicate any in -house staff labor that would be utilized and the associated labor
rates for each labor category. Describe how project costs will be reconciled at the
end of the project.
Proposal Evaluation: The City will use City staff to evaluate all proposals. The
evaluation will be scored using the criteria below. Responses will be evaluated and
ranked /scored. Should two or more ESCOs have similar scores, the City reserves the right
to conduct interviews of the ESCOs in order to gain additional insight into each firm's
capabilities and qualifications. Should this step be required, the City will notify only those
ESCOs that have been selected for interviews.
Evaluation Criteria Weight.
Experience
Project Team 15
Design 10
Energy Audit Approach 10
Subcontracting Approach l 15
Construction Close -Out 15
Fee Schedule 10
Measure Verification 5
City of Tukwila Pool
RFQ for Energy Services Company
Due: April 6, 2007
Page 4 of 4
City of Tukwila
Parks Recreation Department Bruce Fletcher, Director
MEMORANDUM
TO: Mayor Mullet
Community Affairs Parks Committee
FROM: Bruce Fletcher, Director of Parks Recreation
Marty O'Brien, Golf Manager
DATE: March 22, 2007
SUBJECT: Foster Golf Green Fee Increase
The Foster Golf Links 2007 revenue projection was set with an aggressive goal of
reaching $1,250,000.00 in green fee sales. Since building the new clubhouse, the golf
division has experienced a 2% annual increase in rounds played and countless
complimentary comments on our new facility and course improvements. The city's
green fees continue to be very competitive and just under the market of the local
municipal golf courses.
In order to reach our revenue projections, we will continue to offer promotions and
events, increase our league play and implement a new marketing campaign. Since we
have not had a green fee increase since the 2005 season, it is also the recommendation of
our PGA golf professional to adjust the fees for our upcoming season.
Our proposal is to increase the 18 -hole weekday and weekend fee by $2.00. This modest
fee increase is expected to raise our green fee revenue an additional $80,500.00 while
maintaining our fees equal to or below our local municipal competitors (Renton, Kent
Auburn). After serious consideration, it was decided not to increase our senior rates or
our 9 -hole green fees.
The proposal to increase the 2007 green fees will assist our goal to reach our revenue
projection while continue a proper price point to stimulate growth and increased play.
It is the recommendation of the Parks Recreation Department to approve the following
Foster Golf Links green fee increase.
Attachments:
a. Proposed 2007 Green Fee Increase
b. Green Fee Resolution
Cc: Rhonda Berry, City Administrator
Kevin Fuhrer, Director of Finance
The Center of YOUR Community
Steven M. Mullet, Mayor
12424 42nd Ave. S. Tukwila, Washington 98168 Phone: 206- 768 -2822 Fax: 206 768 -0524
Proposed 2007 Green Fees
Foster Golf Links
Green Fees Foster 06 1 01 Renton I Kent
25.00 I 27.00. 28.00 32.00
A 18.00 18.00 I 19.00 18.00
1 28.00 1 30.00 I 32.00 37.00
I 21.00 I 21.00 1 19.00 22.00
T No 32.00 37.00
9 Weekend Friday Sunday No 19.00 22.00
Sr. 18 Holes I 20.00 1 20.00 I 19.00 25.00
Sr. 9 Holes 15.50 I 15.50 15.00
Jr. 18 Holes 14.00 I 15.00 I 16.00 22.00
Jr. 9 Holes L 9.50 9.50 j 12.00 12. 00
18 Holes
9 Holes
18 Weekend Sat Sun
9 Weekend Sat Sun
18 Weekend Friday Sunday
Resident Fee 1 Foster 06 Proposed 07 Renton Kent
Resident 18 Holes I 23.00 2100 ;I 28.00
Resident 9 Holes 17.00 17.00 16.00
Residentl8 Weekend 26.00 I 28.00
Resident 9 Weekend 20.00 20.00 w
Res Sr. 18 Holes I 18.00 18.00
Res Sr. 9 Holes 14.50 I 14.50
Auburn i
28.00
20.00
35.00
22.00
No
No
22.00
15.00
15.00
12.00
Auburn
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, SETTING GREEN FEES FOR THE CITY'S FOSTER GOLF
LINKS.
WHEREAS, green fees are the major source of revenue to operate and improve the
City of Tukwila owned golf course; and a green fee increase was necessary to meet the
revenue needs to operate, maintain and make capital improvements at Foster Golf
Links; and
WHEREAS, pursuant to Tukwila Municipal code 12.12.010(a), green fees will be
established and updated by City Council resolution;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY RESOLVES AS FOLLOWS:
Section 1. The following green fees are established for play at the City's Foster Golf
Links.
18 holes $27.00
9 holes $18.00
Weekend 18 holes (Saturday Sunday) $30.00
Weekend 9 holes (Saturday Sunday) $21.00
Senior 18 holes (62 years or older Monday Friday) $20.00
Senior 9 holes (62 years or older Monday Friday) $15.50
Junior 18 holes $15.00
Junior 9 holes 9.50
Twilight 9.00
Weekend Twilight $10.50
Resident 18 holes $25.00
Resident 9 holes $17.00
Resident Weekend 18 holes (Saturday Sunday) $28.00
Resident Weekend 9 holes (Saturday Sunday) $20.00
Resident Senior 18 holes (62 years or older) $18.00
Resident Senior 9 holes (62 years or older) $14.50
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON,
at a Regular Meeting thereof this
ATTEST/ AUTHENTICATED:
Jane E. Cantu, CMC, City Clerk
APPROVED AS TO FORM BY:
Office of the City Attorney
GOLF FEES RESOLUITION 2007
GREEN FEES 2007
day of 2007.
Verna Griffin, Council President
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
ys Parks and Recreation Department
o Bruce Fletcher, Director
Mayor Steve Mullet
Community Affairs and Parks Committee
FROM: C5 Rick Still, Deputy Director of Parks and Recreation
TO:
DATE: March 21, 2007
SUBJECT: Macadam Winter Garden Update
ISSUE
Design changes and publicly bidding the construction of Macadam Winter Garden.
BACKGROUND
In 2005, Macadam Winter Garden was put out for public bid two times. The first time we
received no bid and the second time we received one bid that was nearly $125,000 over our
budget. The Capital Improvement Program (CIP) budget for Macadam Winter Garden was
barrowed for another project in 2006. It turned out the funds were not expended. So, now the
project is back in the 2007 CIP.
The proposed time line is as follows:
April 27th Bids Due
May 8
May 14
May 21
June 1
September 30
ACTION TAKEN
Staff has worked with the project design consultant Johnson Braund Design Group, Inc.
(JDBG) to revise the construction documents. The modifications should allow the City to
obtain bids within our budget. The two major changes include eliminating the main entry
structure and all work in the wetland buffer zone.
As the above time line indicates, the project has 120 days for construction. The larger time
allowance should provide the contractor enough time to perform the work in a more cost
effective manner.
RECOMMFNDATION
No Action at this time.
cc: City Administrator
Director of Parks Recreation
INFORMATIONAL MEMORANDUM
CAP Council Meeting
COW Council Meeting
Regular Council Meeting
Construction Begin
Construction Completion