HomeMy WebLinkAboutTIC 2019-11-05 COMPLETE AGENDA PACKETCity of Tukwila
Transportation and
Infrastructure Committee
•
•
•
•
•
•
Zak Idan, Chair
Kate Kruller
Thomas McLeod
Distribution:
Z. ldan
K. Kruller
T. McLeod
K. Hougardy
D. Robertson
Mayor Ekberg
D. Cline
R. Bianchi
L. Humphrey
H. Hash
H. Ponnekanti
G. Labanara
AGENDA
TUESDAY, NOVEMBER 5, 2019 — 5:30 PM
HAZELNUT CONFERENCE ROOM
(EAST ENTRANCE OF CITY HALL)
H. Kirkland
B. Still
R. Turpin
A. Youn
Clerk File Copy
2 Extra
Place pkt pdf on SharePoint:
Z Trans & Infra Agendas
e-mail cover to: F. Ayala,
A. Le, C. O'Flaherty, A.
Youn, B. Saxton, S. Norris,
L. Humphrey
:e
eon
ed Action
Palge
1. PRESENTATIONS
2. BUSINESS AGENDA
a) 2020 Overlay and Repair Program
Design Consultant Selection and Agreement
b) Purchase of SLR 8000 VHF Base Radio
c) Public Works Street Division Report
3. SCATBd/RTC
d) • SCATBd October 15, 2019 Meeting Agenda
• RTC October 16, 2019 Meeting Agenda
4. MISCELLANEOUS
5. ANNOUNCEMENTS
a)
b)
Forward to 11/18/19
Consent Agenda
Committee approval
c) Discussion Only. Can be
forwarded to Committee of
the Whole on 11/12/19
d) Information only
Future Agendas:
• Reckless Driving
• PW Shops - SHKS
Design Amendment
Pg. 1
Pg. 15
Pg. 17
Pg. 27
Next Scheduled Meeting: Tuesday, November 19, 2019
IS 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
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director 74,
BY: Scott Bates, Traffic Engineering Project Manager
CC: Mayor Ekberg
DATE: November 1, 2019
SUBJECT: 2020 Overlay and Repair Program
Project No. 92010401
Design Consultant Selection and Agreement
Allan Ekberg, Mayor
ISSUE
Execute a contract with KPG, Inc. (KPG) to provide design services for the 2020 Overlay and Repair
Program.
BACKGROUND
Three engineering firms were evaluated from the MRSC Consultant Roster to provide design services
for the 2020 Overlay and Repair Program (see attached scoring & selection matrix). All of the firms
offer baseline qualifications, however KPG provides a unique blend of knowledge and understanding
of the City's overlay program that provides efficiency and benefits which cannot be matched at this
time by any other firm. KPG has also performed very well in providing construction management
services.
DISCUSSION
KPG has provided a contract, scope of work, and fee estimate to complete the design of the 2020
Overlay and Repair Program and advertise for construction bids. Starting the design phase earlier in
the year for a projected construction advertisement date of March 2, 2020, should provide a more
favorable bidding climate. Preliminary locations for 2020 Overlay are shown on the attached vicinity
map. Also included in this year's design is a new comprehensive pavement management survey that
can be integrated into the City's Lucity maintenance management program.
FISCAL IMPACT
The fee estimate is more than the available 2020 budget. Funds from the 2019 Overlay budget will be
carried over and applied to the 2020 design. Staff anticipates a minimum carryover amount of $50,000
from the 2019 Overlay.
2020 CIP
2019 Carryover
KPG Design Contract
Contract
$ 189,775.00
Budget
$ 150,000.00
50 000.00
$ 200,000.00
RECOMMENDATION
Council is being asked to approve the design contract with KPG, Inc. for the 2020 Overlay and Repair
Program in the amount of $189,775.00 and consider this item on the Consent Agenda at the November
18, 2019, Regular Meeting.
Attachments: Consultant Selection Scoring Matrix
Page 16, 2019 CIP
Vicinity/Candidate Map
Consultant Agreement, Scope of Work and Fee Estimate
W:1PW EnMPROJECTSIk RW & RS Profectst.Annual Overlay & Repair Programa2020 Overlay & Repair Program (9201040 tylDesi g MDesig n Consultant Selec0on42020 Overlay To TIClInfoMemo Overlay 2020 Design 101920 olocx
2020 Overlay Program
Contract for Design Services
Parametrix
a
a
Paving Project Design and Construction Management Experience with the City
0
3
5
Knowledge of FHWA, State, and Tukwila Standards and Procedures
5
4
5
Environmental Experience
5
5
5
Experience with Similar Projects.
3
4
5
Traffic Control Design Expertise.
4
4
4
Experienced Design Project Manager.
4
4
4
Small Scale Project Experience.
2
3
4
Utilities Coordination Experience.
5
4
5
Storm water, Drainage, and Detention Design.
4
4
5
Public Outreach Experience.
3
3
4
Survey Crew In -House.
4
4
4
TOTALS
39
42
50
For each category, highest score is 5 (with the lowest or worst score 1)
Consultant with the highest score is ranked the best.
Staff: Scott Bates
Selection Date: 9/18/19
Selected Consultant: KPG, Inc.
Selection Justification: The selected firm has demonstrated relevant pavement overlay
design experience on multiple past federal and locally funded paving projects including
the City overlay program. KPG has provided excellent design construction
management results on City drainage projects as well. They have exceptional
familiarity with City Public Works systems, WSDOT and FHWA standards. Based on
overall score KPG prevailed. Consultants percieved ablility to perform CM services
was also reviewed since the design contract could be extended to include those
services as well.
2
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2019 to 2024
PROJECT: Annual Overlay and Repair Program Project No. 8xx1U401
DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
Pm�moa�mein�nt�����u��a��a�us�b����������m �|u�`��ha|�
JUSTIFICATION:
� minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects.
STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay.
MA|NT.|NqPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column.
FINANCIAL Through Estimated
BEYOND TOTAL
EXPENSES
Design
149
150
150
150
150
150
150
150
150
1.349
Land0R/VV
O
Const. Mgnt.
151
200
200
200
200
200
200
200
200
1.751
Construction
528
1.050
1.050
1.050
1.050
1.050
1.050
1.050
1.050
8.928
TOTAL EXPENSES
826
1.400
1.400
1.400
1.400
1.400
1.400
1.400
1.400
12.020
FUND SOURCES
Awarded Grant
0
Proposed Grant
O
Mitigation Actual
O
Mitigation Expected
O
ChyOper. Revenue
826
1.400
1.400
1.400
1.400
1.400
1.400
1.400
1.400
12.020
TOTAL SOURCES
826
1.400
1.400
1.400
1.400
1.400
1.400
1.400
1.400
12.026
2019 2024cavoa Improvement Program
10
3
RAINIER
GOLF &
COUNTRY
CLUB
4
W(
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, Inc., hereinafter referred to as "the Consultant", in consideration
of the mutual benefits, teiius, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled `2020 Overlay Program'.
2. Scope of Services. The Consultant agrees to perfoiui 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 December 31, 2020, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than December 31, 2020 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 $189,775.00 without 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.
5
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.
6
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. 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 Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. 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.
F. 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.
7
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.
11. Discrimination Prohibited. The Consultant, 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 or the presence of any disability 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 teii nination
of this Agreement.
8
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:
KPG
3131 Elliott Avenue, Suite 400
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.
DATED this
CITY OF TUKWILA
day of , 2019.
Mayor, Allan Ekberg
CONSULTANT
By:
Printed Name: Nelson Davis, KPG
Title: Principal
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
9
EXHIBIT A
City of Tukwila
2020 Overlay Program
Scope of Work
October 16, 2020
The Consultant shall prepare final Plans, Specifications and Estimates for the 2020
Overlay Program. Specific projects will be determined from the following list of
candidate streets:
❑ S 200th Street Southcenter Parkway to Green River Bridge
❑ 51 st Avenue S/Klickitat Dr Southcenter Bridge to SR518 Bridge
❑ S 126th Street East Marginal Way to 37th Ave S
❑ 44th Avenue S S 140th St to end
❑ 48th Avenue S S 109th S, North to Dead End
❑ S 1 09th St 47th Avenue S to 48th Avenue S
❑ S 150th St 46th Avenue S, East to Dead End
❑ 54th Avenue S S 166th St to Slade Way
❑ S 158th St 39th PIS to 42nd Ave S
The 2020 Overlay Program will be bid as a single bid package as budget allows.
Projects may be re -prioritized or deferred to a future overlay program based on
available budget and other considerations. Detailed estimates will be prepared at the
50% design to verify the final project list to be included in the 2020 Overlay Program.
The Consultant shall manage and coordinate a complete update to the pavement
management program, including data collection and analysis. Infrastructure
Management Service (IMS) has been identified as the service provider to perform the
data collection and update the City's pavement management plan. The Consultant shall
oversee all operations and work with IMS directly to successfully update the pavement
management program.
The City of Tukwila may require other services of the consultant. These services could
include additional design, right of way, environmental documentation, construction phase
services, or other work tasks not included in the scope of work. At the time these services
are required, the Consultant will provide the City with a detailed scope of work and an
hour and fee estimate. The Consultant will not proceed with the work until the City has
authorized the work and issued a Notice to Proceed.
10
Assumptions for the 2020 Overlay Program Bid Package
• Roadway and utility casting mapping will be based on aerial photography, GIS,
and field reviews by the Consultant. Topographic field survey may be required
for ADA ramp improvements and will be performed by the Consultant as
required.
• Typically, only surface utilities requiring adjustment to grade will be shown.
• No utility upgrades are anticipated in the project design.
• Drainage & Water Quality Reports will not be required.
• Environmental Documentation will not be required.
Deliverables
• 50% review submittal with Plans and Estimate (6 copies)
• 90% review submittal with Plans, Specifications, and Estimate (6 copies)
• Routing of 50% and 90% Plans to utilities for review and comment.
• Bid Documents and Engineer's Estimate for 2020 Overlay Program
• 10 sets of Plans (11" X 17") and specifications for the Bid Documents.
• Coordinate upload of Plans and Specifications to Builders Exchange.
• Bid Analysis and recommendation for award.
• Draft and final .pdf of Pavement Management Plan update
SCOPE OF WORK
TASK 1 — 2020 OVERLAY PROGRAM
1.1 The Consultant shall provide continuous project management and administration for
the duration of the Project. (Estimate 6 months).
• Hold project coordination meetings with the City to update progress and
review submittals. Assume (4) meetings.
• The Consultant shall provide monthly status reports and billings.
• The Consultant shall provide independent QA/QC reviews by senior in-
house staff of all deliverables prior to submittal to the City.
1.2The Consultant shall prepare base maps for all project locations using field
measurements, available record drawings, and/or ortho-photography. Topographic
survey will be utilized only at ADA ramp locations where field conditions require it to
meet ADA compliance
1.3The Consultant shall prepare 50%, 90%, and final Plans for the proposed
improvements including the following:
11
• Plans shall be prepared with such provisions in such detail as to permit field
layout and construction within a degree of accuracy acceptable to the City and
per industry standards.
• It is assumed there will be approximately thirty (30) plan sheets at 1 "=20' scale
full size (22" X 34"), 1"=40' at reduced scale (11" X 17").
• Typical sections and details will be prepared for items not available as standard
details from the City, State, or WSDOT standard drawings.
• Plans will identify curb ramp replacement limits and pedestrian push button
modifications in accordance with ADA requirements.
• The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, utility adjustments,
surfacing depths and details, and applicable channelization and signing for the
segments selected for final design.
• Plans and specifications will include required criteria for traffic control plans and
pedestrian traffic control during construction. Criteria will be developed in
collaboration with the City.
• The Consultant shall perform site walkthroughs with the City maintenance staff
to determine extent of roadway improvements / resurfacing (Estimate 2
meetings) and to prioritize candidate streets within the available budget.
• Pavement sections will be determined through consultation with the City's
maintenance staff and previous experience. No geotechnical investigations
are anticipated.
1.4The Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the Bid Documents. Projects will be
prioritized in collaboration with the City following the 50% Submittal to determine final
project segments.
1.5The Consultant shall prepare the Contract Specification per 2020 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents.
1.6The Consultant shall distribute 50% and 90% review submittals to franchise utility
owners for adjustments within the Project limits.
1.7The Consultant shall assist the City with Project Advertisement and Award by
uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation,
and recommendation for award.
12
TASK 2 — PAVEMENT MANAGEMENT PLAN UPDATE
2.1 The Consultant shall provide necessary management and coordination to
Infrastructure Management Service (IMS) for a complete update to the City's
pavement management program. IMS will perform tasks identified by the City and
Consultant according to the attached quote. Work items include new updated field
data collection, processing, and analysis tools that are provided to the City and
Consultant. The Consultant shall provide necessary management service to see that
the IMS data is compatible with the City's existing geographical information systems.
13
EXHIBIT B
PRIME CONSULTANT COST COMPUTATIONS
City of Tukwila
2020 Overlay Program
October, 2019
Interdisciplina
Task
No,
Labor Hour Estimate
Total Hours
and Labor Fee
by Task
Task Description
Principal
Survey Mgr
Sr. Engineer
Construction
Mgr
Business
Manger
Project
EngJSarvoyor
Design
Engineer
CAD
Technician
Sr. Admin
Engineering
Technician
Survey Crew II
Office Admin
Estimate
$ 232
$ 210
$ 184
$ 166
$ 150
$ 140
$ 117
$ 100
$ 115
$ 100
$ 216
$ 92
Hours
Fee
Task 1
- Project Management
1.1
Project Management and Administrative Services
12
6
12
12
42
$ 6,168
1.2
Prepare Project Base Maps
4
4
48
60
8
60
40
224
$ 30,756
1.3
Prepare 50%, 90%, and Final Plans
40
80
120
60
160
12
472
$ 55,704
1.4
Project Cost Estimates (50%, 90%, Final)
4
4
4
40
24
12
88
$ 11,936
1.5
Project Specifications
4
16
8
40
16
8
92
$ 13,408
1.6
Utility Coordination
2
16
4
2
4
28
$ 3,644
1.7
Project Advertisement and Award
4
4
4
8
4
8
4
8
44
$ 5,976
Task Total
24
4
70
16
6
232
228
76
16
242
40
36
990
$ 127,592
Task 2 - Pavement Management Program Update
2.1 I IMS Coordination and subconsultant support
4
4
16
4
28
$ 4,228
Task Total
4
0
0
0
4
16
0
0
4
0
0
0
28
$ 4,228
Total Labor Hours and Fee
28
4
70
16
10
248
228
76
20
242
40
36
1,018
131,820
Subconsultants
IMS Services
$ 55,955.00
Total Subconsultant Expense
$ 55,955.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 500.00
Reproduction Allowance
$ 1,500.00
Total Reimbursable Expense
$ 2,000,00
Total Estimated Budget
$ 189,775.00
FEE ESTIMATE
11018I2019
^
Public Works Department -Hon[yHash, Director
U��
~~~"
W�
�A
��
un
�0
~�
Transportation and Infrastructure Committee
Henry Hash, Public Works Director
Bryan Still, Public Works Operations Manager
CC: Mayor Allan Ekberg
DATE: November 1.2019
SUBJECT: Purchase of SLR 8000 VHF Base Radio
a�
A
�0
=
A[lan Ekberg, Mayor
ISSUE
Approve purchase ofSLR 8000 VHF(136-174 MHz) Base Radio and Battery Back -Up System.
BACKGROUND
VHF Radio communications do not rely on other uU|hUao infrastructure to remain operational as do cell
phones and land lines. When the NiequaUy earthquake occurred in 2001. Public Works VHF radio
system with battery back-up power supply was the only City communication device operational for
several hours following the earthquake allowing Public Works field staff to maintain continuity of
operations.
ANALYSIS
Public Works uses a 154 MHZ VHF Radio to communicate with field staff during large eventsrequiring
group coordination ofoperations. During the February 2O1Ssnow event, our current VHF Base Radio
was not transmitting ounlrnunioabon reliably. It has been determined that the existing base radio has
reached the end of serviceable life due to the age and lack of parts availability.
FISCAL IMPACT
Day Wireless Systems has provided ecost estimate of$B.83O9.48bmsupply and install anew SLR
8000 VHF (136-174 IVIHz) Base Radio with battery back-up. The quote is through the City of Seattle
contract that other municipalities can use. The equipment would be purchased from Water, Sewer,
Surface Water Utility Funds which are currently under budget. The purchase of unbudgeted capital
equipment of$5.00Orequires Committee and Mayor approval.
RE���MEN��T|��
----_
Connnn�G ��eieb�ingskadtumpprovethepurohaoeof SLR 8OOOVHF Base Radio with battery back-up
in the orn0urd of$S.3OS.48.
Attachment: Day Wireless Systems Quote 249o1*o*SSw
WAPW MinkleffILESHAREInmmemo VHF Radio.doc,
15
PAGE 1
\
WIRELESS SYSTEMS
20744
TO: Tukwila, City of
14000 Interurban Ave S
Tukwila, WA 98168-4723
DAY WIRELESS SYSTEMS (03}
2415 South 200th Street
SeaTac WA 98198
(206) 878-3750
QUOTATION
QUOTE NO.:249901 - 00 ASSN
DATE: 10/30/19
TERMS: COD ACCT
DELIVERY: UPS GROUND
Please reference Quotc No. on
Correspondence & purchase orders.
Prices firm for 30 days.
WE ARE PLEASED TO QUOTE YOU THE FOLLOWING:
DESCRIPTION
SLR 8000 BASE RADIO
**NEED TX/RX FREQS**
ADD: VHF (136-174MHz)
Battery Back-up Cable
12V 100AH TELECOM BATTERY
SEALED AGM TOP TERMINAL
INSTALL LABOR AND MATERIALS
PER SOW
UNIT PRICE TOTAL
3,692.46 3,692.46
3,407.92
46.47
429.00
870.04
Item Summary
Subtotal
*** QUOTE PER CITY OF SEATTLE CONTRACT #03032 *** Outbound Frt
Sales Tax
Grand Total
3,407.92
46.47
429.00
870.04
8,445.89
8,445.89
90.00
853.59
9,389.48
ORDERS SUBJECT TO SMITING & HANDLING AND SALES TAX IF APPLICABLE TERMS SUBJECT TO CREDIT REVIEW
Quoted rate for maintenance is for service during normal business hours at Day Wireless System locations within designated service area and require a signed contract.
Maintenance contract coverage invoiced separately. Please contact our Sales or Service Representative for a quote on Preferred Customer 24/7 On Site maintenance.
BY Robert Miesse
(253)606-0951 Ext
THIS QUOTE IS SUBJECT TO REVIEW BY MANAGEMENT FOR COMPLETENESS AND ACCURACY.
RIVIiesse@daywireless.com
Accepted
by
---
LEGAL NAME OF PURCHASER
AUTHORIZED SIGNATURE
P.O. No.
Date
16
11416O.,„
City of Tukwila
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director ///1
BY: Scott Mitchell, Street Superintendent
CC: Mayor Allan Ekberg
DATE: November 1, 2019
SUBJECT: Public Works Street Division Report
Allan Ekberg, Mayor
ISSUE
Overview of the Public Works Street Division's operations and accomplishments.
BACKGROUND
The Street Division is responsible for maintenance of 127 lane miles of commercial/industrial streets
and 90 lane miles of residential streets for a total of 217 lane miles, including bridges and sidewalk. It is
comprised of twelve full-time employees: one Superintendent, three Foremen, five Maintenance &
Operations Specialists, and three Maintenance Technicians. The Street division has three main units:
Roadway, Traffic Control, and Vegetation. The Roadway unit is responsible for duties such as crack
sealing, asphalt repairs, potholes, striping, pavement markings, maintenance and repair of shoulders,
sidewalks, structures, curb and gutter, and snow/ice response. The Traffic Control crew oversees signal
cabinets and heads, pedestrian modules, signs, streetlights, RRFBs, video and fiber, CCTV cameras,
radar signs, and utility locating. The Street CleaningNegetation crew sweeps, mows, applies herbicide,
island/median maintenance, irrigation system control, brush cut, tree/shrub replacement, litter control,
and sweeping disposal.
ANALYSIS
In addition to the Street Division's core maintenance functions, the Street crew is also supporting
numerous citywide programs that improve customer service such as:
• Tukwila Works: 430 hours in 2017, 554 hours in 2018, and approx. 3,100 hours so far in 2019
• Neighborhood Traffic Calming Program, approximately 900 hours in 2019
• Mailbox Program, approximately 180 hours so far in 2019
• Accident response (Seattle City Light), approximately 840 hours
• Respond to other City departments; Parks (240 hours), CIP (200 hours), Police Parking
Enforcement (over 200 signs installed, 724 hours), TIS (Wi-Fi hotspots)
The total hours spent on these citywide programs is 6,184 hours or 3 full-time employees. As the hours
increase for these citywide initiatives, it reduces the Street Division's time and manpower to complete
routine maintenance activities. Many of these must be done seasonally due to weather requirements.
Below is a list of activities that are being reduced or deferred:
Crack Sealing Roadway
Cracks in the asphalt allow water to penetrate and loosens the asphalt, which leads to potholes. A good
crack sealing program can add an additional five years to the life of a road. Without a crack sealing
program, we have increased roadway repair costs, poor driving surfaces, more pothole complaints, and
increased claims for vehicle damage. Due to all of the newer tasks listed above, the Street division has
not been able to crack seal for the last two years.
WAShared Copy Only \Streets \Info Memo Street Overvew 102819 docx 17
Street Operations
Info Memo
Page 2
Asphalt Dig outs
Asphalt dig outs are the removal of the asphalt down to the base for a complete replacement. These
are done in relatively small areas where the asphalt has reached a level of deterioration that requires
total removal. We have not performed asphalt dig outs in three years.
Trip Hazards
Trip hazards are created when a tree root heaves up a sidewalk panel or a sidewalk panel settles or
cracks. The best repair is to completely replace the sidewalk panel, but short of that, we grind the
raised lip or install an asphalt ramp to mitigate the hazard. We have not had time to properly address
sidewalk trip hazards throughout the City.
Shoulder Maintenance
The maintenance of gravel shoulders involves regrading and adding material to fill holes. We can no
longer support this maintenance activity.
Right-of-Wav Vegetation Control and Tree Trimming
Tree trimming in the right-of-way provides line -of -sight clearance for motorists, prevents large limbs
from falling in a storm, and provides sunlight to the roadway to help prevent ice formation. We have not
been able to complete roadway vegetation control over the last three years.
Signalized Intersection Preventative Maintenance
Since 2008, the Street Division staffing has been reduced from three IMSA Certified Signal Technicians
to one Technician. This technician is responsible for 65 signalized intersections and 29 pedestrian
crossings and flashing beacons. The industry standard for preventative maintenance on signals is twice
a year and the industry standard for MMU testing (traffic signal controllers) is annually. Municipalities
are responsible by Tort law to provide adequate maintenance of signal infrastructure. The negative
impacts of not maintaining signals are the possibility of; the signals going into red flash, not working
completely causing dark intersections, Opticom not responding for emergency vehicles, pedestrian
crossing signals not operating properly, and vehicle detection equipment malfunctioning. We have not
been able to keep up with the required maintenance.
Traffic Camera System Maintenance
The traffic camera system consists of 81 traffic CCTV cameras and 31 surveillance and security CCTV
cameras. With only one signal technician with the technical skills to repair and replace these cameras,
our level of service is not able to keep up with preventative maintenance.
FISCAL IMPACT
In 2019, there were unforeseen emergencies; the snowstorms and the SCL pole emergency, that
required additional labor and supplies that impacted our core maintenance functions and the Street
division's budget.
RECOMMENDATION
Discussion only. Presentation can be given to the Committee of the Whole.
Attachment: Street Division Overview PowerPoint
WAShared Copy Only‘StreelskInfo Memo Street Overvew 102&l9docx 18
19
20
21
IIIIIIIIIIII, u
Illlllllllo uuuuumuuuum Illllllllllllllllllllllllllllllllllllllllll000111llllll�lllllllllll111H,H ,,,
,'1ti1111.
N .I
I IImIUmIIP1N
looloot
""I""OIhINN°°°IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII
11111101111111111111111111111111(1111111111 11111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 1hI ,
In
lllllm11111111
Ilmi�,,,,,9""';;"""""""""' 1000000000000000000000001111111111111111111111000100000
SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd)
MEETING AGENDA
Tuesday October 15, 2019
9:00 — 10:30 a.m.
SeaTac City Hall
4800 South 188th Street
SeaTac
1.
Open Meeting
(Breakfast treats provided by the City of Normandy Park)
• Introductions
• Approval of September meeting summary
Action
9:00 a.m.
2.
Reports and Communications
• Chair or Vice Chair
• Participant Updates (from RTC and Other Regional
Committees)
Report and
Discussion
9:05 a.m.
3.
Seattle Squeeze — Phase III
Jennifer Charlebois, WA State Dept. of Transportation
Heather Marx, Seattle Dept. of Transportation
Alex Ko, Sound Transit
Chris Arkills, King County Metro
Discussion
9:10 a.m.
4.
Electrifying our Region's Transportation System
Kelly O'Callahan, Puget Sound Clean Air Organization
Discussion
9:45 a.m.
5.
• Public Comment
• Good of the order:
✓ 2019-20 SCATBd Legislative Agenda
V Next SCATBd Meeting: Tuesday, November 19,
2019
V Breakfast treats provided by the City of Pacific
Discussion
10:00 a.m.
27
King County
Meeting Agenda
Regional Transit Committee
Councilmembers:
Claudia Balducci, Chair
Joe McDermott, Dave Upthegrove
Alternate:
1200 King County
Courthouse
516 Third Avenue
Seattle, WA 98104
Sound Cities Association:
Dave Asher, Kirkland; Bruce Bassett, Mercer Island; Claude DaCorsi, Auburn; Leanne Guier, Pacific; Dennis
Higgins, Kent; Kathy Hougardy, Tukwila; Hank Margeson, Vice Chair, Redmond; John Wright, Lake Forest Park
Alternates:
John Chelminiak, Bellevue; Kim Lisk, Carnation; Ryan Mclrvin, Renton; Susan Chang, Shoreline
City of Seattle:
Lisa Herbold, Mike O'Brien
Alternate: Debora Juarez
Staff:
Paul Carlson, Lead Staff (206-477-0875)
Marka Steadman, Committee Assistant (206-477-0887)
3:00 PM
Wednesday, October 16, 2019 Room 1001
Pursuant to K.C.C. 1.24.035 A. and F., this meeting is also noticed as a meeting of the Metropolitan
King County Council, whose agenda is limited to the committee business. In this meeting only the
rules and procedures applicable to committees apply and not those applicable to full council
meetings.
1. Call to Order
2. Roll Call
3. Public Comment
4. Approval of Minutes
September 18, 2019 meeting pp. 3-5
5. Chair's Report
To show a PDF of the written materials for an
agenda item, click on the agenda item below.
gn language and con o n McdeKal in alternate pm ats can .!:.e arranged given sufficierg. nofice (296- 1000).
ED D Nar2beT 296- 1024.
ASSET -WE LISTEAD1G DEVICES AVAILABLE ..0,r THE CO UNCIL CEL.VBERS.
King County Page 1
RTC Meeting Materials Page 1
Printed on 10/7/2019
28
October 16, 2019
Regional Transit Committee Meeting Agenda October 1G.3O19
0. General Manager's Report
7. Announcements
Briefing
8. BhefingNo. 2O1U'BO158 pp.7-25
Review of King County Metro Policy Documents (Strategic Plan for Public Transportation, King County
Metro Service Guidelines, METRO CONNECTS Long Range Plan) Affected by the Mobility Framework
Paul Carlson, Council staff
9. BhefngNo. 2O1Q'BU15Q pp.27'40
King County Metro's Access PanatranoitProgram
Paul Carlson, Council staff
iD. BhofngNo. 2019'B0100 pp.47'5S
Metro Transit DopartmontCapda|PrognomUpdute
Paul Carlson, Council staff
Other Business
Adjournment
King County
Page Printed on/unv2o/o
RTC Meeting Materials Page 2
29
October 16'2019