Loading...
HomeMy WebLinkAboutCity Council Committees - Public Works/Planning - 08/15/2011 1 Public Works Committee Agenda Councilmembers: Ron Harmon+Dennis Higgins+Debbie Raplee, Chair • KENT WAsI,l I4�roN August 15, 2011 4:00 p.m. Item Description Action Speaker Time Pace 1. Approval of Minutes Dated August 8, 2011 YES None 03 03 2. Information Only/Transportation Master Plan NO Mike Miller 20 05 Citizen Committee - Update 3. Puget Sound Energy (PSE) - Easement YES Chad Bieren 05 07 4. Consultant Contract/Central Ave S Sidewalk YES Paul Kuehne 05 11 Replacement & Storm Water Forcemain - Materials Testing & Inspection 5. State Grant for Commute Trip Reduction - YES Cathy Mooney 05 19 Law Implementation 6. Information Only/Transportation Signal NO Steve Mullen 15 35 System Unless otherwise noted, the Public Works Committee meets at 4:00 p.m. on the 1"& 3rd Mondays of each month. Council Chambers East, Kent City Hall, 220 4th Avenue South, Kent, 98032-5895. For information please contact Public Works Administration (253) 856-5500. Any person requiring a disability accommodation should contact the City Clerk's Office at (253) 856-5725 in advance. For TDD relay service call the Washington Telecommunications Relay Service at 1-800-833-6388. z This page intentionally left blank. 3 SPECIALPUBLIC WORKS COMMITTEE Minutes of Monday, August 08, 2011 COMMITTEE MEMBERS PRESENT: Committee Chair Debbie Raplee was present. Councilmembers Dennis Higgins and Ron Harmon were absent. Councilmember Elizabeth Albertson sat in for Committee member Higgins. The meeting was called to order at 4:10 p.m. Committee Chair, Raplee stated she had Committee member Harmon's concurrence on all action items. ITEM 1 — Approval of Minutes Dated July 18, 2011: Councilmember Albertson MOVED to approve the minutes of July 18, 2011. The motion was SECONDED by Raplee and PASSED 3-0, with Harmon's concurrence. Item 2 — GeoEngineers/Geotechnical Engineering Services — Horseshoe Bend Secondary Levee: Design Engineering Supervisor, Mark Madfai stated that as part of the accreditation process, the City will be constructing secondary levees along the east and west ends of the Horseshoe Bend Levee. Construction is anticipated to begin late August 2011. There were nine (9) competitive bids, Scarsella was the lowest bidder. It was noted that they are a local firm. GeoEngineers is currently under contract to prepare the Conditional Letter of Map Revision (CLOMR) for the Horseshoe Bend Levee. GeoEngineers is required to verify that the new secondary levees are constructed in accordance with FEMA standards. This work was not included in an earlier contract because it was not known to what extent, if any, levee reconstruction would be required. GeoEngineers will observe and inspect construction of the setback levee and verify that it is done properly. Albertson MOVED to recommend Council authorize the Mayor to sign a Consultant Services Agreement with GeoEngineers, Inc. in an amount not to exceed $28,570 for geotechnical engineering services on the Horseshoe Bend Secondary Levee Project, upon concurrence of the language therein by the City Attorney and Public Works Director. The motion was SECONDED by Raplee and PASSED 3-0, with Harmon's concurrence. Item 3 — Information Only/Sky Corp Change Order/Building Demolition — Hazardous Material Removal and Disposal: Design Engineering Supervisor, Mark Madfai noted that in order to construct the secondary levees at Horseshoe Bend Levee, several houses and out buildings needed to be demolished. A firm was hired to identify and test for hazardous materials that might need to be removed prior to demolition. It was determined that significantly more hazardous material needed to be removed than originally estimated. The work is nearly complete. Sky Corp has been able to recycle much of the materials. Information Only/No Motion Required Item 4 — 640 Zone Water Reservoir - Mural: Design Engineering Supervisor, Ken Langholz noted that the 640 Zone Water Reservoir is nearing completion, and the painting of the reservoir will include a mural. A rendering submitted by Hennig was superimposed onto a photo of the reservoir (photo attached) and submitted to various individuals, including those involved in the Conditional Use Permit process, for their review and comments. Based on written and verbal comments, Public Works recommends approval of the mural rendering. The painting will begin in September and take approximately two weeks to complete. Page 1 of 2 4 SPECIALPUBLIC WORKS COMMITTEE Minutes of Monday, August 08, 2011 Albertson MOVED to recommend Council approve the mural rendering and authorize Public Works to proceed with the work on the 640 Zone Water Reservoir, subject to final terms and conditions acceptable to the City Attorney and the Public Works Director. The motion was SECONDED by Raplee and PASSED 3-0, with Harmon's concurrence. Item 5 — Puget Sound Energy (PSE) - Easement: City Engineer, Chad Bieren noted that based on increasing demand for electricity, Puget Sound Energy (PSE) is developing a new power substation in Tukwila, on the west side of the Green River. A new, overhead power line route will be constructed this fall to meet this demand and provide increased reliability for its system serving Kent. This easement will allow PSE to construct aerial power lines around the Pacific Gateway Stormwater Detention pond, which is owned by Kent. PSE will need a separate easement from the City to complete this project as it crosses the Green River at the Boeing Levee. This related easement will be brought to the Committee at a later date. Albertson MOVED to recommend Council authorize the Mayor to sign an easement allowing Puget Sound Energy to place overhead facilities on City property at the Pacific Gateway Stormwater Detention pond subject to final terms and conditions acceptable to the City Attorney and Public Works Director. The motion was SECONDED by Raplee and PASSED 3-0, with Harmon's concurrence. Item 6 — Information Only/Wayside Horn Demonstration: Transportation Manager, Steve Mullen noted that the City is proposing to establish railroad quiet zones on the BNSF and UP railroad tracks through Kent. In order to determine what improvements would be necessary for a quiet zone, the City conducted a Railroad Diagnostic Study. Results of the Study indicated that one of the methods used to reduce the impacts of train horns would be the installation of wayside horns. Mullen went on to note that a wayside horn is installed at the railroad crossing and is focused directly at the roadway approaching the tracks. With wayside horns in place, trains are not required to use their horns. Train horns broadcast sound much further than wayside horns. A wayside horn demonstration will take place on Thursday, August 18, 2011, starting at 4:00 p.m. at the Titus Street grade crossing of the BNSF railroad tracks. Attendees will gather at the Titus Railroad Park, on the northeast corner of First Ave S and W Titus Street. Information Only/No Motion Required Item 7 — Water System — Updated: Water Superintendent, Brad Lake gave an informative PowerPoint Presentation on the water system. The meeting was adjourned at 5:10 p.m. Cheryl Viseth, Public Works Secretary Page 2 of 2 5 ITEM # 2 INFORMATION ONLY Transportation Master Plan Citizen Committee Mike Miller, Committee Lead 6 This page intentionally left blank. 7 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 WASH IN GTO N Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: August 10, 2011 To: Chair Debbie Raplee and Public Works Committee Members PW Committee Meeting Date: August 15, 2011 From: Chad Bieren, P.E. - City Engineer Through: Timothy J. LaPorte, P.E., Public Works Director Subject: Puget Sound Energy (PSE) Easement Item - 3. Motion: Move to recommend Council authorize the Mayor to sign an easement allowing Puget Sound Energy to place overhead facilities on City property at the Briscoe Levee upon the concurrence of the language therein by the Public Works Director and the City Attorney. Summary: Based on increasing demand for electricity, Puget Sound Energy (PSE) is developing a new power substation in Tukwila, on the west side of the Green River. A new, overhead power line route will be constructed this fall in order to meet this demand and provide increased reliability for its system serving Kent. The new lines will connect the new Tukwila substation with the existing Boeing substation, which is located in Kent. This easement will allow PSE to construct aerial power lines over the Briscoe Levee, which is owned by Kent. The new lines would be placed 45-feet over the existing ground to allow for higher vegetation near the Green River. The easement also includes provisions to allow for levee repair and construction with the lines in place. If work is required near the 31ines PSE will accommodate the work at its expense. Budget Impact: PSE would pay the City $877.00 for this easement. The money would be paid into the stormwater utility and used for levee improvements. 8 This page intentionally left blank. 9 EXHIBIT "A" Legal Description of Easement Portion of Tax Lot No, 022204-9047 An EASEMENT along a strip of land, situate in the City of Kent, King County, State of Washington, being a portion of the parcel of land conveyed by the Union Pacific Land Resources Corporation to the City of Kent, as described in the Donation Quitclaim Deed, recorded under King County recording number 80022OO475, located in the Southwest Quarter of the Northwest Quarter of Section 2,Township 22 North, Range 4 East, Willamette Meridian, described as follows: A strip-of-land-5O.00 feet in width, the perimeter boundaries of which are described as follows. Commencing at the Southeasterly corner of Lot A of City of Kent Lot Line Adjustment LL92--12., recorded under King County recording number 921O290677, being a point on, the Westerly Right-of-Way line of South 194th Street (58th Place South); Thence North 58021'52" West, along the line common to Lot A and Lot B of said Lot Line Adjustment LL 92-12, 130,74 feet to the Easterly line of said parcel of land conveyed by the Union Pacific Land Resources Corporation to the City of Kent, being the TRUE POINT OF BEGINNING of the herein described strip-of-land; THENCE North 25001` 13" East, along said Easterly line, 34.08 feet; THENCE, leaving said Easterly tine, North 57"44'23" West 114.50 feet to the "Ordinary High Water Line" of the Right Bank of the Green River; THENCE South 30052'19" West, along said "Ordinary High Water Line",-50.01 feet; THENCE', leaving said "Ordinary High Water Line" South 57044'23-" East 1.1-8.35 feet to the Easterly line of said parcel of land conveyed by the Union Pacific Land Resources Corporation to the City of Kent; I HENCE North 31 035'12" East, along the said Easterly line, 11.23 feet; THENCE, continuing along said Easterly line, North 25001'13" East 5.00 feet, to the True Point of Beginning. The above-described periteter boundaries encompass approximately 5,846 square feet, more or less,' a s, ter, End of Description y y _F_gg fyyj/. yS�VF 1'�'y Vir41024sw ` Prepared by Scott Edwards, PL5 August 9,2030 j°O 14 r <w APSSurveytx' Mapping L 13221 SE 26''Street,Suite A { zoio Bellevue,WA 9805 Phone 425 746 3200 Page 1 of 1 , I:00529g\legal descripuons%easement exhfbit a�easement 23 rev o80910.docg 10 EXHIBIT "B" Easement Exhibit Map Portions of the NW 1/4 of Section 02, Township 22 North, Range 4 East, Willamette Meridian, King County, State of Washington Z� C./DONATION QUITLAIM DEED 0 25' 50' REC. No. 8002200475 � = 50' AS SHOWN AS TRACT "A" SOUTHCENTER CORPORATE PARK VOL. 114, PAGES 36-42 TAX LOT No. 022204-9047 LOT A — ILL 92-12 p KENT LOT LINE ADJUSTMENT ✓��� / / EASEMENT �! 1�'x REC. No. 9210290677 /5/846t SQ. FTr / r1�0' TAX LOT No. 788880-0180 ,TRUE, POINlT ¢23 OF BEGINNING NS82 01760 30 'fig• / _ LOT B — LL 92-12 ,L KENT LOT LINE ADJUSTMENT {` ,,` REC. No. 9210290677 'v TAX LOT No. 788880-0190 t; LINE TABLE p' SURVEY.. MAPPING LINE N2B501I13-E DISTAN 34.G8� tcl L2 N31'35'12"E 11.23' U 13221 S.E.26TH,STREET, SUITE A L3 N25'01'13"E 5.00' BELLEVUE,WASHING TON 98005 TEL, (425)746-3200 = FAX:(425)746-3342 PREPARED BY SCOTT EDWARDS, PLS 00 AUGUST 9, 2010 — JOB N0. 1005.258 i EASEMENT-23 REV 080910.DWG 11 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 WASH IN GTO N Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: August 4, 2011 To: Chair Debbie Raplee and Public Works Committee Members PW Committee Meeting Date: August 15, 2011 From: Peter Tenerelli, Construction Manager Through: Chad Bieren, P.E., City Engineer Subject: Contract/Central Avenue South Sidewalk Replacement & Storm Water Forcemain - Materials Testing and Inspection Services Item - 4 Motion: Move to recommend Council authorize the Mayor to sign a consultant contract with Jason Engineering and Consultant Business, Inc., in an amount not to exceed $66,725.00 for materials testing and inspection services related to the construction of the Central Avenue South Sidewalk Replacement and Storm Water Force Main Project subject to final terms and conditions acceptable to the City Attorney and Public Works Director. Summary: Public Works Engineering is contracting for the improvement of the west side of Central Avenue South, from the Aukeen Jail (Horseshoe Bend Storm Water Pump Station) to Titus Street. The scope of work includes removing and replacing a significant amount of concrete sidewalk, curb and gutter and commercial driveways and installing approximately 4,300 feet of 18 inch storm water pipe that will eventually be connected to a larger pump system at James Street, east of Central Avenue. This is the first phase of multi-phase system, that when completed, will provide relief of roadway flooding at James Street and the Senior Center during peak storm events. Sound engineering practices dictate that rock, asphalt and concrete are tested to insure they meet specifications and that trench backfill material is compacted to the required density to support the new concrete sidewalk and driveways. Materials analysis and density testing requires a laboratory with certified equipment and personnel which the City does not possess. Jason Engineering and Consulting Services, Inc., has the certifications and expertise to perform these duties and was selected based on their qualifications. Budget Impact: This work is included in the project budget. 12 This page intentionally left blank. 13 „ Jason Geotechnical Engineering Rev Date: 08-03-2011 of ti, Engineering& Retaining Wall/Pavement Design Project South Central Force Consulting Construction Management Main, Kent#10-3009C Business,Inc. WABO/AASHTO Inspection&Testing File#: pll-036 CITY OF KENT 220-4f Avenue S. Kent,WA 98032-5895 Attn: Mr. Pete Tenerelli,Construction Manager Re: Letter of Interest & Statement of Qualifications Project: South Central Force Main,Kent# 10-3009C JASON ENGINEERING would like to submit this letter of our interest and qualifications for providing geotechnical engineering and/or testing and inspection services. Our office is physically located in Auburn, from which we provide our services to job sites throughout the Puget Sound Region. JASON ENGINEERING is committed to providing our clients with timely services they can depend upon for accurate and professional results. We are a small company and concentrate on the clients to provide a professional,personalized, cost effective service. We strive to keep ahead through our sense of purpose and dedication in providing our clients with, personable services for the geotechnical engineering, construction inspection& testing industry. JASON ENGINEERING specializes in providing, ✓ Geotechnical Engineering(including ✓ Public works construction Inspector Support Hazard Area Regulation) and/or management. ✓ Slope stability analysis ✓ Materials testing and inspection. ✓ Erosion Control Inspection ✓ Special inspection, construction monitoring, ✓ Pavement deflection analysis and road design soils, asphalt, concrete,masonry ✓ Soils stabilization/enhancement ✓ Laboratory testing for construction materials ✓ Retaining walls, earth walls, rockery designs ✓ Technical information reports (King County) ✓ Percolation testing ✓ Pile design recommendations ✓ Infiltration trench design Our experience in the geotechnical field and testing/inspection of construction materials is extensive, especially concerning soils, concrete and asphalt. Also, we can provide certificates of insurance for Professional and/or General Liability Insurance. We can provide you with either full or part time inspection services (as needed). We request a minimum of 24 hours notice depending on proximity to job sites. If you have any questions or if JASON ENGINEERING can be of any further assistance please call on us at (206) 786-8645. Respectfully Submitted, JASON ENGINEERING & CONSULTING BUSINESS,INC Ja EC Bell, P.E. President Phone: (206)-786-8645 Fax: (253)833-7316 Email:Jason@jasonengineering.com PO Box 181 Auburn WA. 98071 14 „ Jason Geotechnical Engineering Rev Date: 08-03-2011 of ti, Engineering& Retaining Wall/Pavement Design Project South Central Force Consulting Construction Management Main, Kent#10-3009C Business,Inc. WABO/AASHTO Inspection&Testing File#: pll-036 Scope of Services, Exhibit These rates will apply for the duration of the project to meet the testing and inspection requirements for your project: South Central Force Main,Kent# 10-3009C. Estimated duration;120 days " Provide onsite construction inspection and recommendations regarding construction materials as requested. " Observe placement and procedures of materials. Provide density tests to confirm compaction and testing specification requirements. " Sample imported material to evaluate and confirm specification requirements. This includes laboratory testing for each material type encountered and/or imported to the site. Testing methods will be performed according to current applicable standards. " Provide miscellaneous professional services related to this project as directed. " Provide to the owner within two hours of discovery, notification of failing test results related to materials testing, concrete cylinder breaks or other critical test results as determined by the Owner's Representative. " Provide time sheets with each invoice that verify consultant employee(s), day, date and times worked, hourly rate, total per day, mileage; tests performed and test fees, and any other pertinent information required to verify invoiced charges. " Hourly rates include all test equipment for our services (there are no hidden extra costs involved). A Licensed P.E. reviews all reports and computer-generated copies are mailed to all parties on the project distribution list. " The hourly rate is based upon portal-to-portal time. The hourly rates shown below are applicable for all work performed. There is a minimum charge of 2 hours for normal inspection and professional engineering services (weekends are minimum 4 hours). " An overtime rate of 1.5 times the hourly rate will be charge for all work in excess of the normal 8 hour working day, and legal holidays. " Equipment & materials will include equipment used by an inspector the field in the performance of normal inspection duties. " Unit rates valid for anticipated duration of the project. Phone: (206)-786-8645 Fax (253)833-7316 Email:Jason@jasonengineering.com PO Box 181 Auburn WA. 98071 15 „ Jason Geotechnical Engineering Rev Date: 08-03-2011 of ti, Engineering& Retaining Wall/Pavement Design Project South Central Force Consulting Construction Management Main, Kent#10-3009C Business,Inc. WABO/AASHTO Inspection&Testing File#: p11-036 Schedule of Fees & Services, Exhibit B PROFESSIONAL SERVICES Unit Rate Item Total 100 Construction Management Inspector $60.00 per hour $6,000.00 80 Asphalt Inspection&Monitoring w/Densometer $60.00 per hour $4,800.00 200 Concrete Inspection&Monitoring $60.00 per hour $12,000.00 500 Soils Inspection&Monitoring w/Densometer $60.00 per hour $30,000.00 10 Professional Engineering Services $95.00 per hour $950.00 70 Administrative services $40.00 per hour $2,800.00 50 trip fee per round trip, non-resident inspector $15.00 per trip $750.00 OT/ Holiday hours 1.5 x rate per hour LABORATORY SERVICES Unit Rate Item Total 5 Asphalt Ignition&Gradation $150.00 each $750.00 5 Asphalt Rice Specific Gravity $85.00 each $425.00 200 Concrete/Grout; Cylinders/Prisms $20.00 each $4,000.00 10 Soil,Fracture Count $75.00 each $750.00 10 Soil,Proctor(Standard or Modified) $150.00 each $1,500.00 10 Soil,Sand Equivalent Test $75.00 each $750.00 10 Soil,Sieve Analysis with#200 wash $125.00 each $1,250.00 Soil,Unit weight $30.00 each Estimated Project Total: $66,725.00 Phone: (206)-786-8645 Fax: (253)833-7316 Email:Jason@jasonengineering.com PO Box 181 Auburn WA. 98071 16 This page intentionally left blank. N )Ir ✓ i l � � .i d " £'n I e A f of ✓ h a rr I';;rt. ✓r of - � u��? a Y 1 ✓ t: Lr r f„ ji rr iF r nv �',� f lr rl a r r l r N h� 'i✓" r / J r'F/I';^ ��[ ,�' I uc ')j �(✓r' pp l� �'„dr Vik` Ir 4"S I { 1 yP r idY� h,,, it II„+� h/rf"vu,/�ld�� (lnaJd)IMII ��m / G9��/� i k3�d�l u4 ' �` A.rr Nbr ri✓I~~:r � u'1r f, , I� F7fu° r�q'Y; 9 r / r I kr ✓ ' w �'1r l�J lw r F Ir r r �✓ I Fl �usuinr�, w k �r� ✓�IiJ �,� �'� f� '� � / J�2� ti � i �r nrI / JJ✓ }y �Lr � , r� prraFt ' °S". �8� �'1P�",� "y�'rol /✓j/l� �u I A F t�`+�y�y�.'' "�i�`�1�""A ���s� I�' ��a�'j k '�Itw y��i t�Wyy;N, ,1� � o- r IN"� I v. h7� r4"dd. rl �ro�tr ✓'AVi/l� �- ��" ''� N'�''J/� f X'��� i�.'n`„I('k gr `7" i;r�Po��oNh t�fa kr !'�' � � ��♦M� �rr3Y '� by f pG rl qr rl^iY s. " �✓i*� � �'„ ��,`, !.`y ✓G„N 1!Y�1hd i�rrl. h �^iAlw A�L,Iy1�6y, i^rnN'! i WIl/// RI fi'�,.,,'`it "4 l! f )'v 4'J 41^r &gr4v w` r Jy (L4 r� i M �rfir� 1 '71h15���/�y'wFVN'�".j,cine' M� ���4'" '4b r,✓°�§ Ir/^ s . �4 ,"' 14 �r.+�,@,^�,IIN� � ��jr �., � a N% t W Yi e �, % A I�v r,r �J m n 1 ! f�'r✓ � ' m; )' 'H'a1.,y�.. w d£a r� rGI) /� U l a /"r d1 'u✓IA 7 Y ej f {# r r 4 Yll+k, ar"' 1 r If rd l i r f I(? ap`I la��^i;'ll'�"I�pf '�Fi( JM��r J� {� �% �/�/�r/I I u r �/dsd�r lilm. rrlil„�ri 4 s Ihly rr J�'��$�.9P,.1{, � a)'sY'. i ✓. �r r r f / c I/+7ii �YiA lt�Jf/b"A'ux9'Ii II o AII�NSF�I .l " I � 4�'"rk 1'r `,n � � ro rG ' '"% ��u �✓ 11 f� f � � ��( I r /t � ��� �, f+4i`F /i vCla '�r4+ r ✓ Pr�� r 1F ( !/ � g1�� �ad�� r `wP V! a ali � f I��r� �r �w �!. fldv rj � I d fn , �Il��;<�v��,lU"!rf lr�,ifur✓r i r v t d y I !I�G�:/ / �jri%)�l�r�VNy/f � of N Y� Yr Ir lu'v r �l�'� 11 z p-,L�� ��1 I U nq r 9.✓,`idl 9 hF" � d FJI�p r r �1 rr/,. ryn� .'m f 5.f. / ✓ r, v?r kv it/ >Gp, r `N Gj, :w�" lrb�/(i gfrn°wufrl�l ' rd✓{r d `�" F�m r )r f ✓I I Ftr �/✓Itl' j Ivv;lyr k' I "I 99 � r 11 a,L g i✓a� �i tr� � t � �. I r� r r � I G I���✓ _Ir{ htl��41// fi�ff'A�( '�--r wryM,�el,�I(munTF " �Y y�'NI'( r�?✓ '� /"lv' � /�P.fi s' to (. A YY x � '" ✓ r2Y r/ 4k Al I I I�' 3 Y" ✓ +7w�� ��°�� r/r 4"�'� (+': u�rv' � I 4... � u ''rrpl �w`. r� �,kl���r(�. tl ro IL�Ah F K!^l r�I s n/ 4 rw.+ SF 1 r/ vdf" Y U 1 rI� dV��,ax�f�. �W/� �W/� �W/� l r r*mot � v7rs c r9 q �" (✓ ^ro +, I ry � �t rI�U� I x ri �I r +N Ef(t+av�Cd'I: V/ V/ V/ a n.�N� i 1+11�olyr,j?�'" r rwi: rw r /r<rr r r G ��a Or l�rl/rr/F1f 9F �Np li=/� _Li� a- m ✓/'�Ilj �WiII��I�I�,�f I r!4r {t I�i k ,d / F r rr r '(h,Ir / /i// / 11 ✓ i ff ,, T �%fVylw��n'`k a W 1 w rw r rf ( 7 91�!"i,� '�� ✓aaA�? gr r � I � x �/� f +,�rlfr' ✓+�` Y6I�(� tiy�/�/i/ �� l l,+w✓k�'WJ//r I �'�fr'i/a tj r �� ;� �� �,1 �I / � I <' nrvW'n✓(Abw iLJGMY "'9lyf'"/ ��l ,,-" tej itr re ill f�/f/� f�J�v(� I r I�( 'G < rdv G�✓r/r i AN ww2..( � r0 rvw/�giG, r I A �u!Ill�+l��i% / IYr r•Ff rtt �mwlr? / /r� 0 G ar d�j,'fCj f7ff / 1(mgr ram' �I�t(S,IG�"✓ l r �;ld,V�!✓' . Ifr 1 ✓rd.l. ' v/ �r" 18 This page intentionally left blank. 19 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 WASH IN GTO N Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: August 3, 2011 To: Chair Debbie Raplee and Public Works Committee Members PW Committee Meeting Date: August 15, 2011 From: Cathy Mooney, Senior Transportation Planning Supervisor Through: Chad Bieren, P.E., City Engineer Subject: State Grant for Commute Trip Reduction Law Implementation Item - 5 Motion: Move to recommend Council authorize the Mayor to sign the Transportation Demand Management Implementation Agreement, Washington State Department of Transportation #GCA684 for the term July 1, 2011 through June 30, 2013, upon concurrence of the language therein by the City Attorney and the Public Works Director. Summary: This agreement is between the Washington State Department of Transportation (WSDOT) and the City of Kent. The City is required by State Law to enforce the regulations specified in RCW 70.94.521 related to commute trip reduction (CTR). The purpose of this agreement is to allocate two years of funding for the 2011 - 2013 state budgeted biennium. The City pays for its efforts to enforce the state law, then is reimbursed by the State for costs incurred based on a formula devised by the State Department of Transportation, Public Transportation Office. For the 2011- 2013 biennium the funding agreement is for $106,007.00, or $53,003.50 annually. There are currently 30 organizations required by law to participate in the CTR program and another 7 companies that voluntarily participate. Altogether, these 37 participants represent more than 15,000 employees in Kent. This contract fully reimburses the City for its costs related to the CTR program. Budget Impact: There is no required match to this state grant. 20 This page intentionally left blank. zi Transportation Demand Management Implementation Agreement Washington State Department of Contractor Transportation City of Kent 310 Maple Park Avenue SE 220 4th Ave S PO Box 47387 Kent, WA 98032 Olympia,WA 98504-7387 Contact Person: Kathy Johnston Contact Person: Cathy Mooney Federal ID #: 91-6001254 Project Costs: Scope of Project: Carry out the State Funds $106,007 Project as described in Exhibit 1, Project Contractor Funds $0 Scope of Work Total Project Cost $106,007 Agreement Number: GCA6894 Term of Project: Service Area: Kent July 1, 2011 through June 30, 2013 This AGREEMENT is entered into by the Washington State Department of Transportation, hereinafter referred to as "WSDOT" and the Contractor identified above, hereinafter referred to as "CONTRACTOR", and/or individually referred to as the "PARTY" and collectively referred to as the "PARTIES." WHEREAS, RCW 70.94.521 through RCW 70.94.555 establishes the State's leadership role, and the requirements and parameters to reduce traffic congestion, fuel use, and air pollution through the Commute Trip Reduction programs, including the Growth and Transportation Efficiency Centers in Washington State; and WHEREAS, RCW 47.06.050 requires that when planning capacity and operational improvements, the State's first priority is to assess strategies to enhance the operational efficiency of the existing system, and states that strategies to enhance the operational efficiencies include, but are not limited to, access management, transportation system management, and demand management("Strategies"); and WHEREAS, RCW 47.01.078 directs the State to develop strategies to reduce the per capita vehicle miles traveled, to consider efficiency tools including commute trip reduction and other demand management tools, and to promote the integration of multimodal planning in support of the transportation system policy goals described in RCW 47.04.280; and WHEREAS, the Legislature has directed the State to increase the integration of public transportation and the highway system, to facilitate coordination of transit services and planning, and to maximize opportunities to use public transportation to improve the efficiency of transportation corridors (RCW 47.01.330); and WHEREAS, RCW 47.80.010 encourages the State and local jurisdictions to identify opportunities for cooperation to achieve statewide and local transportation goals; and GCA6894 Page 1 of 14 zz WHEREAS, the State of Washington in its Sessions Laws of 2011, chapter 367, Section 220(8) and (9), authorizes funding for Public Transportation and Commute Trip Reduction programs and other special proviso funding through the multi-modal transportation account as identified in the budget through its 2011-2013 biennial appropriations to WSDOT; and WHEREAS the WSDOT Public Transportation Division is responsible for administering funds on behalf of the Washington State Legislature; NOW, THEREFORE, in consideration of terms, conditions, performances and mutual covenants herein set forth and the attached Exhibit I, "Project Scope of Work" and Exhibit II, "Project Progress Reports", which are both incorporated and made a part of this AGREEMENT, IT IS MUTUALLY AGREED AS FOLLOWS: Section 1 Purpose of Agreement The purpose of this AGREEMENT is for WSDOT to provide funding to the CONTRACTOR to be used solely for activities undertaken to fulfill the requirements of RCW 70.94.521 through RCW 70.94.555, hereinafter known as the "Project." Section 2 Scope of Work The CONTRACTOR agrees to perform all designated tasks of the Project under this AGREEMENT as described in Exhibit I, "Project Scope of Work," which by this reference is incorporated into this AGREEMENT as if fully set forth herein. Section 3 Term of Project The CONTRACTOR shall commence, perform and complete the Project within the time defined in the caption space header above titled "Term of Project" of this AGREEMENT regardless of the date of execution of this AGREEMENT, unless terminated as provided herein. The caption space header above entitled' "Term of Project" and all caption space headers above are by this reference incorporated into this AGREEMENT as if fully set forth herein. Section 4 Project Costs The total reimbursable cost to accomplish the Project Scope of Work shall not exceed the "State Funds" detailed in the caption space header above titled "Project Costs." The CONTRACTOR agrees to expend eligible "State Funds" together with any "Contractor Funds" identified above in the caption space header "Project Costs," in an amount sufficient to complete the Project as detailed in Exhibit I, "Project Scope of Work." If at any time the CONTRACTOR becomes aware that the cost which it expects to incur in the performance of this AGREEMENT will differ from the amount indicated in the caption space titled "Project Costs" above, the CONTRACTOR shall notify WSDOT in writing within three (3) business days of making that determination. Section 5 Reimbursement and Payment A. Payment will be made with State Funds by WSDOT on a reimbursable basis for actual costs and expenditures incurred while performing eligible direct and related indirect GCA6894 Page 2 of 14 23 Project work during the Project period provided that payment is subject to the submission to and approval by WSDOT of properly prepared invoices that substantiate the costs and expenses submitted by CONTRACTOR for reimbursement and that are accompanied by progress reports and financial summaries as required in Section 7 — Progress Reports. The CONTRACTOR must submit an invoice using either State of Washington Form A- 19 (Invoice Voucher), a copy of which is attached hereto as Exhibit V and by this reference incorporated into this AGREEMENT or a format approved by WSDOT. Such invoices may be submitted no more than once per month and no less than once per year, during the course of this AGREEMENT. If approved by WSDOT, said invoices shall be paid by WSDOT within thirty(30) days of receipt of the invoice. B. The CONTRACTOR shall submit an invoice by July 15, 2012, for any unreimbursed eligible expenditures incurred between July 1, 2011, and June 30, 2012. If the CONTRACTOR is unable to provide an invoice by this date, the CONTRACTOR shall provide an estimate of the charges to be billed so WSDOT may accrue the expenditures in the proper fiscal period. Any subsequent reimbursement request submitted will be limited to the amount accrued as set forth in this section. The CONTRACTOR shall submit a final invoice to WSDOT no later than July 15, 2013. Any invoice received after July 15, 2013 will not be eligible for reimbursement. Section 6 Project Records The CONTRACTOR agrees to establish and maintain for the Project, either a separate set of accounts or, accounts within the framework of an established accounting system in order to sufficiently and properly reflect all eligible direct and related indirect Project costs incurred in the performance of this AGREEMENT. Such accounts are referred to herein collectively as the "Project Account." All costs claimed against the Project Account must be supported by properly executed payrolls, time records, invoices, contracts, and payment vouchers evidencing in sufficient detail the nature and propriety of the costs claimed. Section 7 Progress Reports The CONTRACTOR shall submit quarterly progress reports to WSDOT so that WSDOT may adequately and accurately assess the progress made under the terms of this AGREEMENT. The progress reports shall be prepared as prescribed by WSDOT on the forms provided in Exhibit II, "Project Progress Report" and/or as provided and modified by WSDOT staff. The CONTRACTOR shall provide a final progress report, as prescribed in Exhibit III, "Final Project Progress Report" and/or as provided and modified by WSDOT staff. Progress reports shall be submitted to WSDOT no later than forty-five (45) days from the end of each calendar quarter. Section 8 Audits, Inspections, and Records Retention WSDOT, the State Auditor, and any of their representatives, shall have full access to and the right to examine, during normal business hours and as often as they deem necessary, all of the CONTRACTOR's records with respect to all matters covered by this AGREEMENT. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records, and to make audits of all contracts, invoices, GCA6894 Page 3 of 14 24 materials, payrolls, and other matters covered by this AGREEMENT. In order to facilitate any audits and inspections, the CONTRACTOR shall retain all documents, papers, accounting records, and other materials pertaining to this AGREEMENT for six (6) years from the date of completion of the Project or the Project final payment date. However, in case of audit or litigation extending past that six (6) years period, then the CONTRACTOR must retain all records until the audit or litigation is completed. The CONTRACTOR shall be responsible to assure that the CONTRACTOR and any subcontractors of CONTRACTOR comply with the provisions of this section and provide, WSDOT, the State Auditor, and any of their representatives, access to such records within the scope of this AGREEMENT. Section 9 Agreement Modifications A. Either PARTY may request changes to this AGREEMENT, including changes in the Scope of Project. Such changes that are mutually agreed upon shall be incorporated as written amendments to this AGREEMENT. No variation or alteration of the terms of this AGREEMENT shall be valid unless made in writing and signed by authorized representatives of the PARTIES hereto. B. If an increase in funding by the funding source augments the CONTRACTOR's allocation of funding under this AGREEMENT, the CONTRACTOR and WSDOT agree to enter into an amendment to this AGREEMENT, providing for an appropriate change in the Scope of Project and/or the Project Cost in order to reflect any such increase in funding. C. If a reduction of funding by the funding source reduces the CONTRACTOR's allocation of funding under this AGREEMENT, the CONTRACTOR and WSDOT agree to enter into an amendment to this AGREEMENT providing for an appropriate change in the Scope of Project and/or the Project Cost in order to reflect any such reduction of funding. Section 10 Recapture Provision In the event that the CONTRACTOR fails to expend State Funds in accordance with state law and/or the provisions of this AGREEMENT, WSDOT reserves the right to recapture State Funds in an amount equivalent to the extent of noncompliance. Such right of recapture shall exist for a period not to exceed three (3) years following termination or expiration of this AGREEMENT. The CONTRACTOR agrees to repay such State Funds under this recapture provision within thirty(30) days of demand. Section 11 Disputes A. If the PARTIES cannot resolve by mutual agreement, a dispute arising from the performance of this AGREEMENT the CONTRACTOR may submit a written detailed description of the dispute to the Public Transportation Division's Statewide Transportation Demand Management Programs Manager or the Statewide Transportation Demand Management Programs Manager's designee who will issue a written decision within ten calendar (10) days of receipt of the written description of the dispute. This decision shall be final and conclusive unless within ten (10) days from the date of CONTRACTOR's receipt of WSDOT's written decision, the CONTRACTOR GCA6894 Page 4 of 14 25 mails or otherwise furnishes a written appeal to the Director of the Public Transportation Division or the Director's designee. hi connection with any such appeal the CONTRACTOR shall be afforded an opportunity to offer material in support of its position. The CONTRACTOR's appeal shall be decided in writing within thirty(30) days of receipt of the appeal by the Director of the Public Transportation Division or the Director's designee. The decision shall be binding upon the CONTRACTOR and the CONTRACTOR shall abide by the decision. B. Performance During Dispute. Unless otherwise directed by WSDOT, the CONTRACTOR shall continue performance under this AGREEMENT while matters in dispute are being resolved. Section 12 Termination WSDOT, at its sole discretion, may suspend or terminate this AGREEMENT in whole, or in part, for the reasons following: A. The CONTRACTOR materially breaches, or fails to perform any of the requirements of this AGREEMENT and after fourteen (14) days written notice, has failed to cure the condition(s) causing that breach. Conditions of breach may include, but are not limited to: 1. Any action taken by the CONTRACTOR without WSDOT approval, which under the provisions of this AGREEMENT, required WSDOT approval; 2. Failure to perform in the manner called for under this AGREEMENT; or 3. Failure to comply with any provision of this AGREEMENT; B. The CONTRACTOR is prevented from proceeding with this AGREEMENT by reason of a temporary, preliminary, special, or permanent restraining order or injunction of a court of competent jurisdiction where the issuance of such order or injunction is primarily caused by the acts or omissions of persons or agencies other than the CONTRACTOR; C. The requisite State funding is reduced or becomes unavailable through failure of appropriation or otherwise; D. WSDOT determines that the continuation of the Project would not produce beneficial results commensurate with the further expenditure of funds; E. WSDOT, at its sole discretion, determines to accept a request made in writing by the CONTRACTOR to terminate this AGREEMENT in whole or in part; or F. WSDOT determines that suspension or termination is in the best interests of the State. If this AGREEMENT is terminated under subsections B, C, D, E, and/or F of this Section, the CONTRACTOR may be reimbursed only for actual, eligible direct and related indirect expenses incurred prior to the date of termination, and then only to the extent of awarded funds. If this AGREEMENT is terminated under subsection A of this Section, the WSDOT shall not be obligated to provide any additional reimbursement, and WSDOT shall retain all rights to seek recapture or damages from the CONTRACTOR. Section 13 Forbearance by WSDOT Not a Waiver Any forbearance by WSDOT in exercising any right or remedy hereunder, or otherwise afforded by applicable law, shall not be a waiver of or preclude the exercise of any such right or remedy. GCA6894 Page 5 of 14 26 Section 14 Waiver In no event shall any WSDOT payment of grant funds to the CONTRACTOR constitute or be construed as a waiver by WSDOT of any CONTRACTOR breach, or default, and shall in no way impair or prejudice any right or remedy available to WSDOT with respect to any breach or default. hi no event shall acceptance of any WSDOT payment of grant funds by the CONTRACTOR constitute or be construed as a waiver by CONTRACTOR of any WSDOT breach, or default which shall in no way impair or prejudice any right or remedy available to CONTRACTOR with respect to any breach or default. Section 15 WSDOT Advice The CONTRACTOR bears complete responsibility for the administration and success of the work as it is defined in this AGREEMENT and any amendments thereto. Although the CONTRACTOR may seek the advice of WSDOT, the offering of WSDOT advice shall not modify the CONTRACTOR's rights and obligations under this AGREEMENT and WSDOT shall not be held liable for any advice offered to the CONTRACTOR. Section 16 Limitation of Liability and Indemnification A. The CONTRACTOR shall indemnify and hold harmless WSDOT, its agents, employees, and officers and process and defend at its own expense any and all claims, demands, suits at law or equity, actions, penalties, losses, damages, or costs (hereinafter referred to collectively as "claims'), of whatsoever kind or nature brought against WSDOT arising out of, in connection with or incident to this AGREEMENT and/or the CONTRACTOR's performance or failure to perform any aspect of this AGREEMENT. This indemnity provision applies to all claims against WSDOT, its agents, employees and officers arising out of, in connection with or incident to the negligent acts or omissions of the CONTRACTOR, its agents, employees and officers. Provided, however, that nothing herein shall require the CONTRACTOR to indemnify and hold harmless or defend the WSDOT, its agents, employees or officers to the extent that claims are caused by the negligent acts or omissions of the WSDOT, its agents, employees or officers. The indemnification and hold harmless provision shall survive termination of this AGREEMENT. B. The CONTRACTOR shall be deemed an independent contractor for all purposes, and the employees of the CONTRACTOR or its subcontractors and the employees thereof, shall not in any manner be deemed to be the employees of WSDOT. C. The CONTRACTOR specifically assumes potential liability for actions brought by CONTRACTOR's employees and/or subcontractors and solely for the purposes of this indemnification and defense, the CONTRACTOR specifically waives any immunity under the State Industrial Insurance Law, Title 51 Revised Code of Washington. D. In the event either the CONTRACTOR or WSDOT incurs attorney's fees, costs or other legal expenses to enforce the provisions of this section of this AGREEMENT against the other PARTY, all such fees, costs and expenses shall be recoverable by the prevailing PARTY. GCA6894 Page 6 of 14 27 Section 17 Governing Law, Venue, and Process This AGREEMENT shall be construed and enforced in accordance with, and the validity and performance thereof shall be governed by the laws of the State of Washington. In the event that either PARTY deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT,the PARTIES hereto agree that any such action shall be initiated in the Superior Court of the State of Washington situated in Thurston County. The CONTRACTOR hereby accepts service of process by registered mail consistent with RCW 4.28.080(1) or(2) as applicable Section 18 Compliance with Laws and Regulations The CONTRACTOR agrees to abide by all applicable State and Federal laws and regulations, including, but not limited to, those concerning employment, equal opportunity employment, nondiscrimination assurances, Project record keeping necessary to evidence AGREEMENT compliance, and retention of all such records. The CONTRACTOR will adhere to all of the nondiscrimination provisions in Chapter 49.60 RCW. The CONTRACTOR will also comply with the Americans with Disabilities Act (ADA), Public Law 101-336, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment public accommodations, state and local government services and telecommunication. Section 19 Severability If any covenant or provision of this AGREEMENT shall be adjudged void, such adjudication shall not affect the validity or obligation of performance of any other covenant or provision, or part thereof, that in itself is valid if such remainder conforms to the terms and requirements of applicable law and the intent of this AGREEMENT. No controversy concerning any covenant or provision shall delay the performance of any other covenant or provision except as herein allowed. Section 20 Counterparts This AGREEMENT may be executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONTRACTOR does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements and their supporting materials contained and/or mentioned in such executed counterpart, and does hereby accept State Funds and agrees to all of the terms and conditions thereof. Section 21 Execution This AGREEMENT is executed by the Director of the Public Transportation Division, State of Washington, Department of Transportation, or the Director's designee, not as an individual incurring personal obligation and liability, but solely by, for, and on behalf of the State of Washington, Department of Transportation, in his/her capacity as Director of the Public Transportation Division. GCA6894 Page 7 of 14 2s Section 22 Binding Agreement The undersigned acknowledges that they are authorized to execute the AGREEMENT and bind their respective agency(ies) and/or entitity(ies)to the obligations set forth herein. IN WITNESS WHEREOF, the PARTIES hereto have executed this AGREEMENT the day and year last signed below. WASHINGTON STATE CONTRACTOR DEPARTMENT OF TRANSPORTATION By: By: Brian Lagerberg Director, Public Transportation Print Name: Title: Who certifies proper authority to execute this AGREEMENT on behalf of the CONTRACTOR Date: Date: Approved as to form only: By: Susan Cruise Assistant Attorney General Date: July 15, 2011 GCA6894 Page 8 of 14 29 EXHIBIT I Project Scope of Work Commute Trip Reduction (CTR) 1. Scope of Work A. Administrative Work Plan The CONTRACTOR agrees to submit to W SDOT an administrative work plan by the end of the first quarter of this agreement or when the CONTRACTOR submits its first invoice, whichever is sooner. 1. The work plan shall identify the deliverables, schedule, expected outcomes, performance measures and the budget specific to strategies associated with this AGREEMENT and other strategies as defined in approved and locally adopted CTR or GTEC plans. These may include, but are not limited to, recruiting new employer worksites, reviewing employer programs, administering surveys, reviewing program exemption requests, providing employer training, providing incentives, performing promotion and marketing, and providing emergency ride home and other commuter services. 2. The administrative work plan budget shall identify how the CONTRACTOR will use the state funds provided in this AGREEMENT for each task. The work plan shall also provide an estimate of the other financial resources not provided in this AGREEMENT will be used to complete each task. 3. The administrative work plan must be approved in writing by the W SDOT Project Manager and signed by the CONTRACTOR, and shall be incorporated as a written amendment to the AGREEMENT. The work plan may be amended based on mutual written agreement between the W SDOT Project Manager and the CONTRACTOR. B. Work to be Performed The county or city, whichever applies, has enacted or will enact a Commute Trip Reduction (CTR) ordinance in compliance with RCW 70.94.521-.555. The CONTRACTOR agrees to implement a CTR program based on the approved administrative work plan and the draft or adopted local CTR plan and to comply with all provisions of the applicable county or city ordinance. C. Quarterly Progress Reports and Invoices The CONTRACTOR agrees to submit to W SDOT complete quarterly progress reports, as specified by W SDOT in Section 7—Progress Reports of the AGREEMENT, in Exhibit II, "Project Progress Report", and as integrated with the deliverables indentified in the administrative work plan, along with all invoices in accordance with Section 5 —Reimbursement and Payment of the AGREEMENT. All invoices shall be complete and accurately reflect actual State funded expenditures. GCA6894 Page 9 of 14 30 Only those activities identified in the CONTRACTOR'S approved administrative work plan will be reimbursed by WSDOT. D. Final Progress Report The CONTRACTOR agrees to submit to WSDOT a final progress report as shown in Exhibit III, "Final Project Progress Report", to replace the last quarterly progress report in the period of the AGREEMENT. The final progress report shall provide an estimate of the other financial resources not provided in this AGREEMENT that were used to complete each task and shall provide a list of the funds provided in this AGREEMENT that were disbursed by the CONTRACTOR to its eligible contracting partner(s). E. Funding Distribution The CONTRACTOR may distribute funds to local jurisdictions to include counties, cities, transit agencies, Transportation Management Associations, and Metropolitan Planning Organizations or other eligible organizations authorized to enter into agreements for the purposes of implementing CTR/GTEC plans and ordinances as authorized by RCW 70.94.527(5) and RCW 70.94.544 . F. Implementation Plans The CONTRACTOR shall incorporate appropriate sections of the Project Scope of Work and Incentives Guidance, as well as the approved Work Plan, in all agreements with eligible contracting partner(s), as necessary, to coordinate the development, implementation, and administration of the CTR/GTEC plans, and compliance with applicable ordinances. G. Appeals and Modifications The CONTRACTOR shall maintain an appeals process consistent with this AGREEMENT and applicable ordinances, and procedures contained in the Commute Trip Reduction Guidelines which may be obtained from WSDOT or found at http://www.wsdot.wa.gov/tdm/. H. Coordination with Regional Transportation Planning Organizations (RTPO) The CONTRACTOR shall coordinate the development and implementation of its CTR/GTEC plan and programs with the applicable regional transportation planning organization (RTPO). The CONTRACTOR agrees to notify the RTPO of any substantial changes to its plans and programs that could impact the success of the regional CTR plan. The CONTRACTOR agrees to provide information about the progress of its CTR/GTEC plan and programs to the RTPO upon request. I. Survey Coordination The CONTRACTOR agrees to coordinate with WSDOT and its contracting partners for commute trip reduction employer surveys. J. Planning Data The CONTRACTOR agrees to provide WSDOT with the program goals established for newly affected worksites when they are established by the local jurisdiction. The CONTRACTOR agrees to provide WSDOT with updated program goals for affected GCA6894 Page 10 of 14 31 worksites and jurisdictions as requested. These updates shall be submitted electronically in a format specified by WSDOT. K. Database Updates The CONTRACTOR agrees to provide WSDOT and the CONTRACTOR's contracting partners with updated lists of affected or participating worksites, employee transportation coordinators, and jurisdiction contacts, as requested. These updates will be submitted in aformat specified by WSDOT. GCA6894 Page 11 of 14 32 EXHIBIT II Project Progress Report Commute Trip Reduction (CTR) Quarterly Project Report Reporting quarter: Date: Organization: Agreement number: GCA Biennial Estimate of drive-alone trips to reduce to meet goal: targets Key deliverables: (from workplan) Completed activities this quarter Planned activities for next quarter Describe issues, risks or challenges and resolutions Estimated expenditures of state funds for this quarter GCA6894 Page 12 of 14 33 EXHIBIT III Final Project Progress Report Commute Trip Reduction (CTR) Final Project Report Biennium: 2011-2013 1 Date: Organization: I IAgreement number: I GCA Biennial Estimate of drive-alone trips to reduce to meet goal: targets Deliverables: (from work plan) Describe your progress on each of your deliverables this biennium. Did you meet your targets for this biennium?Why or why not? What were your major successes this biennium? How did they help you make progress toward the goals in yourjurisdiction's CTR Ian s ? What were your major challenges this biennium? How did they hinder your progress toward the goals in your jurisdiction's CTR plan(s)? How do you measure the performance of your strategies? What did you learn this biennium? What would help you be more successful in the future? Please be specific (If it's more resources, how much and what would they be for, etc.). For each of the strategies in your administrative work plan, describe your expected outcomes, whether you met those outcomes, and why or why not. Strategy Expected Performance Outcomes Why or why not? outcomes measures met? If your organization used other financial resources besides state CTR funds to implement the activities in your administrative work plan for this agreement, please provide the information below. Source of local funds Total spent this How the funds were agreement used GCA6894 Page 13 of 14 34 Total local funds: If your organization disbursed any state CTR funds to other organizations to implement the activities in your administrative work plan for this agreement, please list the total amount disbursed for the biennium below. Organization Total disbursed this Purpose of disbursal agreement Total disbursement: GCA6894 Page 14 of 14 35 PUBLIC WORKS DEPARTMENT Timothy J LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 WASH IN GTO N Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: August 15, 2011 To: Chair Debbie Raplee and Public Works Committee Members PW Committee Meeting Date: August 15, 2011 From: Steve Mullen, Transportation Engineering Manager Through: Timothy J. LaPorte, P.E., Public Works Director Subject: Information Only/Transportation System Operation Update Item - 6 No Motion Required/Information Only Summary: Steve Mullen, Transportation Engineering Manager will provide an update on the traffic operations and maintenance focusing on traffic signal systems, explaining what is required to keep them functioning, how a traffic signal operates, and how traffic signals can be coordinated to provide smooth traffic flow and minimize traffic congestion. Information will include some special projects completed in 2010-2011, and a discussion of what the future might be for managing traffic. Budget Impact: None