HomeMy WebLinkAboutTransportation Committee - 17 Mar 2025 - Agenda - Pdf
CITY OF RENTON
AGENDA - Transportation Committee Meeting
4:45 PM - Monday, March 17, 2025
7th Floor Council Conference Room/Videoconference
1. ADAPTIVE SIGNAL CONTROL PURCHASE & AGREEMENT WITH WESTERN
SYSTEMS
a) AB - 3769 Public Works Transportation Systems Division recommends approval to
purchase vehicle detection and signal cabinet equipment for the installation of adaptive
signal controls at five (5) intersections; and approval to execute Amendment No. 3 to
CAG-20-340, contractor Western Systems, in the amount of $123,516.01 for adaptive
signal control licensing and consulting services.
b) Presentation
2. AGREEMENT WITH GRAY & OSBORNE FOR RENTON SCHOOL &
PEDESTRIAN CROSSING NO. 2 PROJECT
a) AB - 3771 Public Works Transportation Systems Division recommends execution of an
agreement with Gray & Osborne, Inc., in the amount of $135,481 for Design and
Construction Engineering Services for the Renton School & Pedestrian Crossings No. 2
project.
b) Presentation
3. EMERGING ISSUES IN TRANSPORTATION
a) Eastside Transportation Partnership (ETP)
If you would like to attend this week's meeting remotely, you can do so by going to
https://us02web.zoom.us/j/83331604294?pwd=U3BLbUJZK0ExeWJaTFNWYWx5WGE0dz09
Zoom Meeting ID: 833 3160 4294, Passcode: 352696
You can call through Zoom at (253) 215-8782 and use the Meeting ID.
AB - 3769
City Council Regular Meeting - 10 Mar 2025
SUBJECT/TITLE: Adaptive Signal Control at 5 intersections as part of Amazon
Mitigation
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Public Works Transportation Systems Division
STAFF CONTACT: Flora Lee, Transportation Principal Civil Engineer
EXT.: 7423
FISCAL IMPACT SUMMARY:
Amazon submitted a deposit to the City of Renton in the amount of $400,000 in traffic mitigation as part of a
Land Use Decision. These funds will be used for the implementation of Adaptive Signal Control at five (5)
intersections as part of Amazon Mitigation. The amount received from Amazon in account number
003.119005.015.542.95.31.000 was approved in 2024. This budget will be allocated to fund the TIP ITS
Program 317.122162.015.595.30.63.001 as part of the 2025 first quarter budget adjustment. This brings the
total 2025 budget for the ITS Program to $846,099.
SUMMARY OF ACTION:
In accordance with Land-Use Decision LUA21-000233 Condition of Approval #1: “Amazon shall comply with
the mitigation measures required as part of the Mitigated Determination of Non-significance issued by the
Renton Environmental Review Committee on April 5, 2022.” Specifically, subsection d: “Amazon shall submit a
deposit in the amount of $100,000 per intersection (four (4) intersections total) to implement the Adaptive
Traffic following the at (SCOOT) Technique Split Offset Cycle Systems Control Optimization
intersections: Oakesdale Ave SW and SW Grady Way, Oakesdale Ave SW and SW 16th St, Lind Ave SW and
SW Grady Way, Lind Ave SW and SW 16thSt. In order to complete the adaptive corridor, the city is
installing adaptive signal control at the intersection of Powell Ave SW and SW Grady Way.
The Transportation Section obtained Quote WA10140 from Sierra Technologies who is a sole source
distributor for Washington State in the amount of $171,351.05 to procure video detection equipment for
adaptive signal control vehicle detection. We also obtained Quote Q-17241 from Western Systems who is on
state contract in the amount of $150,705.18 to procure traffic signal cabinets and Quote Q-17451 in the
amount of $123,516.01 for additional SCOOT licensing and consulting services to expand the existing adaptive
signal control SCOOT system. City staff will install the equipment. The vendor will add and configure the five
(5) intersections to the City’s existing SCOOT system.
EXHIBITS:
A. Vehicle DetectionEquipment Quote
B. Signal CabinetEquipment Quote
C. Amendment No. 3 to Agreement CAG-20-340 for SCOOT
D. Project Vicinity Map
STAFF RECOMMENDATION:
AGENDA ITEM #1. a)
(1) Authorize the purchase in the amount of $322,056.23 for vehicle detection and signal cabinet equipment
for the installation of adaptive signal control at five (5) intersections;
(2) Authorize Mayor and City Clerk to execute Amendment No. 3 to CAG-20-340 with Western Systems in the
amount of $123,516.01for adaptive signal control SCOOT licensing and consulting services.
AGENDA ITEM #1. a)
ESTIMATE
DATE
9/6/2024
EST #
WA10140 R3
PAYMENT TERMS
NET 30
FREIGHT
INCLUDED
PROJECT NAME
WA10140 - APEX VDS (4-WAY & 2-WAY)
NOTES
CITY OF RENTON
PAST DUE INVOICES INCUR 18% INTEREST PER ANNUM.
CREDIT CARD PAYMENTS INCUR A 4% PROCESSING FEE.
TOTAL
SUBTOTAL
SALES TAX (10.3%)
DESCRIPTIONQTY EACH TOTAL
4-WAY APEX VECTOR SYSTEM - INCLUDES:
- (1 EACH) APEX CABLE (1000' SPOOL)
- (1 EACH) SPM-10YR
- (1 EACH) VLIVE-CELL-10YR
- (1 EACH) APEX-CAB-INT-PAK
- (1 EACH) APEX-PWR-3W-PAK
- (4 EACH) APEX-VEC-3W
- (1 EACH) MON-10LCD-SL
- (1 EACH) MON-BRKT-SWVL
- (1 EACH) TS2CABLE
- (1 EACH) TURN-ON TECHNICAL SUPPORT
[+NOTE: FOR SCHEDULING SUPPORT, PLEASE PROVIDE 3 WEEKS
ADVANCE NOTICE TO JASON@SIERRATT.COM.]
3 41,320.00 123,960.00
2-WAY APEX VECTOR SYSTEM - INCLUDES:
- (1 EACH) APEX CABLE (500' SPOOL)
- (1 EACH) SPM-10YR
- (1 EACH) VLIVE-CELL-10YR
- (1 EACH) APEX-CAB-INT-PAK
- (1 EACH) APEX-PWR-3W-PAK
- (2 EACH) APEX-VEC-3W
- (1 EACH) MON-10LCD-SL
- (1 EACH) MON-BRKT-SWVL
- (1 EACH) TS2CABLE
- (1 EACH) TURN-ON TECHNICAL SUPPORT
[+NOTE: FOR SCHEDULING SUPPORT, PLEASE PROVIDE 3 WEEKS
ADVANCE NOTICE TO JASON@SIERRATT.COM.]
1 31,390.00 31,390.00
ESTIMATE VALID THROUGH 10/06/2024; DUE TO SUPPLY CHAIN AND
ECONOMIC INFLUENCES, PRICING IS SUBJECT TO CHANGE IF
RELEASED AFTER 30 DAYS FROM ESTIMATE ISSUE DATE.
UNLESS OTHERWISE NOTED, ESTIMATE DOES NOT INCLUDE
TECHNICAL SUPPORT, TRAINING, ASSEMBLY, INSTALLATION,
INTEGRATION, DOCUMENTATION, TESTING, CABLING, POLES, OR
SIGNAGE.
$171,351.05
$155,350.00
$16,001.05
AGENDA ITEM #1. a)
1 of 3
Quotation
1122 Industry Street, Bldg. B, Everett, WA 98203
Phone: (425) 438-1133 | Fax: (425) 438-1585 Date Quote #Rev #
08/30/24 Q-17241
Project Agency:
(4) Signal Cabinets Grady Way City of Renton, WA
Prepared For:To place an order:
Contact:Phone: Contact:Kai Antrim
Company:City of Renton, WA Phone:+1 4255309017
Email:Fax:(425) 438-1585
Address:3555 Northeast 2nd Street Email:kantrim@westernsystems-inc.com
City/State:Renton, WA 98056 *This order is subject to the terms & conditions
Qty Part #Description Unit Price Ext. Price
4 3017500080 ENCLOSURE TYPE ITSP+ (UL) RS HANDLE (F) RH SOCKET
(S) NO GEN DOOR (UNFINISHED)$5,522.88 $22,091.52
4 2515509990 CONTROLLER CABINET (TS2-1); RENTON TYPE ITSP+
(ALPHA) 32CH (2019) USA $15,489.85 $61,959.40
64 2010000040 RED JUMPERS UNUSED PHASES $3.20 $204.80
4 5070070250 POWER SUPPLY (PS250) SHELF MOUNT 5A EDI $584.20 $2,336.80
64 5020010620 LOAD SWITCH (SSS87I/O) CUBE WITH I/O INDICATORS
(PDC)$45.31 $2,899.84
4 5030010887 FLASHER (SSF87) CUBE (PDC)$41.55 $166.20
32 5040040020 FLASH TRANSFER RELAY 295 (430) DELTROL CONTROLS
(120V)$48.25 $1,544.00
16 5060050710 BUS INTERFACE UNIT 1/2 WIDTH (BIU700H) EDI $354.20 $5,667.20
4 8025000115 UPS POWER MODULE HP 1100W W/(6) RELAYS & 120V
INPUT/OUTPUT IP/SNMP $1,574.49 $6,297.96
4 8025015000 AUTOMATIC TRANSFER SWITCH ASSEMBLY 19" RM WITH
SURGE & RECEPTACLES 120VAC (020-168-25)$852.27 $3,409.08
4 8025095500 RBMS; CONTROLLER, SENSOR INT CABLES, (1) CAT5E
CBLS, (4) BS3B-12-4-EQ SENSORS (4 BATTERY SYSTEM)$899.52 $3,598.08
4 8025050032 BATTERY CABLE HARNESS KIT 48V 8FT 1/4-20
TERMINALS FXM SERIES W/13IN BLK EXT (334/P+)$309.78 $1,239.12
16 8025040085 BATTERY ALPHACELL 240XTV (112AH / 75LB) (240XTV)$335.54 $5,368.64
4 0210020047 LAMP LED 48VAC/VDC BLUE 22MM (NOARK)$5.66 $22.64
4 4040050000
CONTROLLER-EDGE DEVICE YUTRAFFIC BLADE; TS1-TS2-
ATC / QUAD-CORE CPU / SEPAC ENGINE BOARD /
HOTSPOT
$4,956.70 $19,826.80
Terms:Net 30 Subtotal $136,632.08
AGENDA ITEM #1. a)
2 of 3
Freight Terms:FOB DstFrt PP&ADD Shipping $0.00
Material Lead Time:Tax 10.30%$14,073.10
See General Conditions below for exceptions and
changes to freight and lead time policies Grand Total $150,705.18
AGENDA ITEM #1. a)
3 of 3
GENERAL CONDITIONS OF SALE
All information contained within this quote is valid for 30 days from the date of the quotation. Thereafter, all prices and applicable charges are subject to
change. The acceptance of this quotation implies the acceptance of the following terms and conditions which cannot be varied or waived except by express
written authorization by a Western Systems representative. These terms govern the sale of goods and services supplied by Western Systems. Differing
terms from Buyer in any purchase order or written communication shall not be binding on Western Systems."
TERMS AND CONDITIONS
Purchase Order: All purchases require a formal purchase order. Emails or verbal communication does not constitute an acceptable purchase order.
Delivery: Material lead time date is based after the release of the order. During the Covid-19 outbreak, Western Systems lead time dates will be estimates
based on our best information available.
Clarification on Shipping During Covid-19; FOB Destination and FOB Destination, Prepay & Add terms as quoted imply that the customer will be available to
receive material deliveries. Any repeated delivery attempts, trucking reroutes, en route cancellations or product factory returns which incur additional
shipping costs shall be billed to the customer will be passed onto the purchaser.
Taxes/Fees: Unless current resale certificate is on file with Western Systems, purchaser shall be responsible for all, tariffs, duties or sales or use taxes in
addition to the quoted prices herein. Any tax listed is an estimate only.
Payment Terms: Payment terms are based on approval of credit. If credit is approved, terms are Net 30 days. Western Systems imposes a surcharge of 2
% on the transaction amounts when paying with a Visa or MasterCard. We are unable to accept other credit cards for payment options. All prices are quote
s in USD funds.
Non-Payment Penalties: If payment has not been received within terms, the purchaser will be considered in default. Western Systems will be entitled, with
out prejudice to our other rights, without serving notice of default, to charge the purchaser for all costs incurred such as administration, storage, legal advice
etc. The unpaid portion of any amount due to Western Systems will bear interest at the rate of 1.5% per month simple interest. Western Systems reserves t
he right to hold goods until customer balances their account.
Western Systems will not be subject to any project retainage of any kind. Material purchases are due and payable upon receipt. Unpaid balances will be sub
ject to Non-Payment Penalties.
Collections: Upon Buyer default of these terms, Western Systems may, in addition to any other rights or remedies at contract or law, declare the entire
balance of Buyer’s account immediately due and payable. If unpaid balance is referred for collections, Buyer agrees to pay Western Systems, to the extent
permitted by law, reasonable attorney fees in addition to all damages otherwise available, plus any court costs or expenses incurred by Western Systems,
plus any finance charges accrued on any unpaid balance owed by Purchaser.
Deferment or Cancellation Policy: Order deferment or cancellation once materials have been released will be subject to cancellation and/or restocking fee
s.
Documentation: Any operational documentation supplied as a part of this quotation remains the property of Western Systems and may not be copied, repr
oduced, transmitted, or communicated to 3rd parties without the express written consent of Western Systems.
On-Site Services: On-site services such as signal or video system turn-on support shall be scheduled three weeks in advance. If services need to be
cancelled or postponed, any non-reimbursable travel expenses will be billed to purchaser. This quotation does not provide nor imply any on-site support
services unless mentioned specifically herein. If on-site support services are required, and not included as part of this proposed scope of work, please
contact Western Systems for a revised quotation.
Warranty: Standard one-year warranty on material goods manufactured or supplied by Western Systems from the date of manufacturers factory shipment,
unless superseded by an additional manufacturer’s warranty, provided such goods are maintained and operated in accordance with manufacturers standard
method of operation. For additional information on Western Systems warranty, please send an email to info@westernsystems-inc.com.
Return and Restocking Policy: Western Systems will be the sole source in determining whether any item is eligible for return. To be eligible the item(s) mu
st be standard product models, new and unused, in the original packaging, and invoiced within the last 90 days. Restocking fees are applied to all returns a
nd can vary between 20-50% based on annual sales activity. In no case will Western Systems be obligated to take returns for materials, including items that
are obsolete, custom orders, or past the 90-day invoice period.
Delivery Inspection: All materials deliveries must be inspected upon receipt from freight carrier. Any freight damages must be reported to the carrier at the
time of receipt of goods. Any materials shortages or inaccuracies in shipment must be reported to Western Systems within ten days receipt of goods. There
after, any discrepancies will be considered incidental and the responsibility of the receiver.
Force Majeure: Western Systems, Inc. shall in no event be responsible for delays in performance due to actions beyond its reasonable control including wit
hout limitation acts of God, strikes, labor shortage or disturbance, fire, accident, war, civil disturbance, or carrier delays.
Western Systems, Inc. accepts no liability for errors or omissions or the accuracy or the completeness of this quotation. It has been prepared to the best of o
ur knowledge per plans, specifications, documentation, and communications provided but we do not guarantee these to be accurate or of the latest revision.
Determination of accuracy of this quotation and final quantities are the sole responsibility of recipient. Western Systems, Inc. shall in no event be liable for a
ny special, consequential, incidental, or liquidated damages (including without limitation damages for loss of use of facilities or equipment, loss of revenue, l
oss of profits or loss of goodwill), regardless of whether seller (a) has been informed of the possibility of such damages or (b) is negligent.
AGENDA ITEM #1. a)
AMENDMENT NO. 3 TO AGREEMENT FOR CAG-20-340
THIS AMENDMENT, dated for reference purposes only as _________________, _____, is by and
between the City of Renton (the “City”), a Washington municipal corporation, and Western
Systems, Inc. (“Consultant”), a Washington Corporation. The City and the Consultant are referred
to collectively in this Amendment as the “Parties.” Once fully executed by the Parties, this
Amendment is effective as of the last date signed by both parties.
Whereas, the City engaged the services of the Consultant under Agreement CAG-20-340, dated
October 7, 2020, to provide necessary services for the additional SCOOT licenses and services
(referred to herein as the “Agreement”);
Whereas, the Parties wish to amend the Agreement to change the scope of work, and change the
compensation] in order to implement SCOOT adaptive signal control for additional intersections.
NOW THEREFORE, It is mutually agreed upon that CAG-20-340 is amended as follows:
1. Scope of Work: Section 1, Scope of Work, is amended to add work as specified in Exhibit
A-3, which is attached and incorporated herein.
2. Time of Performance: Section 3, Time of Performance, is amended pursuant to the
schedule(s) set forth in Exhibit A-3. All Work shall be performed by no later than
December 31, 2027.
3. Compensation: Section 4, Compensation, is amended so that the maximum amount of
compensation payable to Consultant is increased by $123,516.01 from $ 130,550.93 to
$254,066.94, including any applicable state and local sales taxes. The additional
compensation shall be paid based upon Work actually performed according to the rate(s)
or amounts specified in Exhibit B-3 of the Agreement.
4. All terms of the Agreement not explicitly modified herein shall remain in full force and
effect and such terms shall apply to Work performed according to this Amendment as if
fully set forth herein.
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Amendment as of the date
last signed by the Parties below.
CITY OF RENTON CONSULTANT
AGENDA ITEM #1. a)
PAGE 2 OF 2
By:_____________________________ By:____________________________
Armondo Pavone
Mayor
Kai Antrim
Sales Manager
_____________________________
Date
_____________________________
Date
Attest
_____________________________
Jason A. Seth
City Clerk
Approved as to Legal Form
By: __________________________
Shane Moloney
City Attorney
Contract Template Updated 06/17/2021
clb 1-30-25 (1321)
2/19/2025
AGENDA ITEM #1. a)
EXHIBIT A-3
Project description
The City of Renton requires an expansion of the existing SCOOT system. The Project shall be identified
as the SCOOT Expansion – Grady Way.
Draft Assumed Schedule
The draft schedule assumes contract agreement as identified in the fee section and a signed NTP from
the City of Renton not later than 31-December-2024. Project work will begin January-2025 with the
target objective of completing the project in 2025-2026 if practicable.
Project Understanding, Approach, and Close Out
The current paradigm of Covid 19 may necessitate remote VPN connection. Programming, engineering,
and observations that cannot be completed remotely will be done at the Renton Traffic Management
Center. The Project Tasks will include:
1.Project Management Support
2.Detection and Detector Zone Layout
3.Concept of Operation Coordination
4.SCOOT Communication System (SCS) Configuration
5.Node Architecture and UTC/SCOOT Database
6.Preliminary System Operation & System Diagnostics
7.Calibration and Validation of SCOOT Model
8.Fine Tuning
9.Schedules, CASTS, and Region Settings
10.System Inspection Support
11.30-Day System Monitoring
12.Project Close Out
Project Management Reporting
Reporting will be a streamlined consistent with the goals of progress reporting and flagging issues
needing attention. Telephone coordination meetings will be made regularly, with monthly reporting
through to the project Close Out report at completion. If an issue arises that is considered to be
problematic, the Consultant will contact the Western Systems Project Manager consistent with the
degree of the problem.
AGENDA ITEM #1. a)
Introduction
The proposal that follows has been prepared at the request of The City of Renton. The following key
terms, or abbreviations included in this proposal:
o Scope of Work – SOW
o Systems Engineering – SE
o Construction Management – CM
o Concept of Operations – Con Ops
o Graphical User Interface – GUI or “maps”
o YUNEX (formerly SIEMENS) Urban Traffic Control – UTC
o Notice to Proceed – NTP
o Transit Signal Priority – TSP
o Virtual Private Network – VPN
o Commands Actioned and Stored Together – CAST
o Request for Proposal of this project - RFP
AGENDA ITEM #1. a)
Project Tasks
The SCOOT Expansion is divided among the following tasks, with the fee breakout as shown in the
Project Fee section.
Task 1 Project Management Support
The Consultant will provide support for the Western Systems, Inc. Project Manager throughout the
duration of the project. This will include providing any project schedule updates via regular
telephone/email/web-conferencing coordination throughout the project, monthly progress reports and
other documents identified in this SOW and attend project meetings with the City of Renton by
teleconference. The Consultant will contact the Western Systems, Inc. Project manager, by phone or
email in the event of issues arising during the project that may require more immediate attention than
the weekly reports.
Deliverables (PDF format):
•Updates via teleconference or email throughout the project.
•Minutes of the key meetings attended with City of Renton staff.
•Project Schedule and updates.
Task 2 Concept of Operations Coordination
The Consultant will set up a brief teleconference to include the City of Renton and the Western Systems
Project Manager to discuss the Concept of Operations. The Con Ops will help to guide the objectives for
coordination and determining traffic management decisions for programming SCOOT.
Deliverables (PDF format):
•Agenda for meeting(s).
•Minutes of the key points of the meeting.
Task 3 Detection Zone Layout
This task will include providing support to detection designer(s), field Technician and/or the detection
Contractor to assist in intersection detection zone placement and configuration for the project. The
Consultant will support the design task for detection & detection zones either in advance and/or at the
time of the project.
Task 4 SCS Configuration
The existing SCS for the City of Renton is configured for 32 ports and the City of Renton has SCOOT
license providing up to 30 intersections, with 22 of these currently active. The Consultant will program
the SCOOT Communication Server for the intersections within the project, however cumulative projects
may require SCS reconfiguration, and this task may require support from Western Systems, Inc./YUNEX.
If an adder SCOOT License is needed, the Consultant will inform Western Systems, Inc. as soon as
possible.
AGENDA ITEM #1. a)
Task 5 Node Architecture and UTC/SCOOT Database
VPN access for the consultant may be required for this task. Existing TACTICS timing, phasing and other
parameters will be acquired for the SCOOT operational programming in the UTC and SCOOT databases.
TACTICS phase bank 4 and the TACTICS SCOOT module will be configured for the intersections in the
project. The node architecture will be configured with consideration for future expansion.
Deliverables:
•Data will be loaded into the UTC/SCOOT and TACTICS databases on site and
remotely using VPN access as much as possible.
•Spreadsheet of UTC and SCOOT traffic model parameters for preliminary
programming will be provided in pdf format to COR.
•Node Architecture Schematic will be provided in pdf format to COR.
Task 6 Preliminary System Operation & System Diagnostics
Each of the intersections will be brought online with SCOOT operation for diagnostics. The purpose of
this task is to conduct basic detection, communication and systems diagnostics, and where issues exist,
coordinate for support with City of Renton crew as necessary.
Task Assumptions:
•The City of Renton crew available for on-call, site support.
Task 7 Calibration and Validation of SCOOT Model
Following the diagnostics task and associated revisions, the field calibration activities will begin. In this
task, adjustments are made at individual intersections based upon field observations so that the model
more reasonably reflects the real-world conditions. These observations are made during the AM,
midday and PM peak periods. After observing that the SCOOT model outcomes are reasonable and
consistent with the observed traffic conditions, the model will be considered Validated at the
intersection level.
Deliverables (PDF format):
•The Consultant will revise the UTC and SCOOT databases as needed and provide any
updates.
Task Assumptions:
•The City of Renton crew is available via on-call, site support.
AGENDA ITEM #1. a)
Task 8 Fine Tuning
After the SCOOT traffic model has been Validated on an intersection basis, the fine-tuning task will be
undertaken. In this task, groups of SCOOT intersections are brought online together for observations of
platoon progression, congestion and other issues, with programming adjustments made to the system
parameters as needed. Particular attention is given to adjustments in the program that provide for
improved progression via optimal bandwidth, offsets, congestion settings and other parameters. The
goals for this are based upon the Con Ops and traffic engineering judgement.
Deliverables:
•The Consultant will revise the UTC and SCOOT databases and provide updates as
needed.
Task 9 Schedules, CASTS, and Region Settings
The Consultant will create Schedules (Timetables) to implement various timing, stage (phasing) and
traffic engineering strategies, CASTS for the SCOOT program to implement these strategies, and Region
coding for the groups of signals as defined in the Con Ops and traffic observations.
Deliverables:
•Schedule (Timetable) in SCOOT database for Saturday, Sunday, and weekdays.
•CASTS in the SCOOT database to provide traffic operations.
•UTC and SCOOT updates in database for the regions within the system.
Task 10 System Inspection Support
This task will be scheduled by the Consultant and will be completed by the City of Renton. The
Consultant will support the City of Renton in any activities that are needed to accept the system as
having satisfied the operational commitments of the Contract. The Consultant will make any SCOOT
programming changes specifically identified (i.e., “…change offsets for five seconds earlier.”) by the City
of Renton Inspection punch list within 30 calendar days, after which period, the Consultant Tasks 1-10
for the Rainier Corridor SCOOT expansion project shall be closed. The City of Renton will waive their
opportunity for inspection punch list corrections if they do not identify SCOOT programming that is not
satisfactory and/or requiring corrections within seven calendar days of the inspection date. Note that
any changes made as part of this task will not be reprogrammed after the specific change has been
made.
AGENDA ITEM #1. a)
Task 11 30-Day System Monitoring
Each of the intersections within the project will be placed into automatic, scheduled operation and the
for a 30-day burn-in period. The SCOOT system log will be used to determine any programming changes
(i.e., bug fixes) that may be needed, and Diagnostics, if necessary, will be completed with associated
changes made as are necessary from the findings. This task may entail the support of others if an issue is
related to communication, detection, or other non-SCOOT issue.
Deliverables:
•Final revised UTC/SCOOT spreadsheet as needed.
Assumptions:
•Support from others may be necessary depending upon correction that is needed.
Task 12 Project Close Out
The Consultant will compile a report memo to document the project. This report memo will include
observations of the system performance, recommendations for future detection changes and potential
programming variables that could be explored for improving operations.
Deliverables (PDF format):
•Project report memo.
•Final schematic of the Node Architecture.
•Final Spreadsheet of UTC settings in Excel and PDF format.
•Final Spreadsheet of SCOOT model fleld parameters in Excel and PDF format.
AGENDA ITEM #1. a)
Project Schedule
The project schedule goals will be provided after the Agreement has been signed and NTP from the City
of Renton
AGENDA ITEM #1. a)
Optional Tasks
The “Quote 2” adder (SW Grady Way & Powell Ave SW) includes all the task items described for
the project in the SOW
AGENDA ITEM #1. a)
General Assumptions:
•NTP will be considered in affect after notiflcation from the City of Renton.
•Support documentation for SCOOT/SEPAC software upgrades as well as remote support
and/or training for such upgrade revisions shall be provided to the Consultant if
requested and without cost to cost to the Consultant.
•Consultant remote/VPN access will be provided (if practicable) at the time of Notice to
Proceed (NTP) or shortly thereafter.
•Training is NOT part of the project unless modifled by SOW Amendment.
•Contractor, or agency crew are available throughout the project for on-site support if
requested.
•All work may be conducted during normal weekdays, from 6 AM to 6 PM and on
weekends as agreed upon by City of Renton staff.
•Controller, cabinet upgrades and/or replacements, detection and communications
infrastructure necessary for deployment, are in place by others in a timely manner
consistent with the schedule.
•Uniformed Police Officer traffic control and/or fiaggers are not required for the work
or will be provided by others.
•Transit/Bus Priority is not included in the project.
•None of the intersections require more than the eight stages available in SCOOT.
•Software bug issues will be resolved by YUNEX.
•Software license and software installations provided by Western Systems, Inc. or YUNEX.
•Graphical User Interface for the project provided by Western Systems, Inc.
AGENDA ITEM #1. a)
Rev #
1
Flora Lee Phone: (425) 430-7303 Contact:
Phone:
Fax:
Email:
Qty
1
1
1
1
1
Subtotal
Shipping
Tax 10.30%
Grand Total
9750010050
9750010040
9750010065
0000000000
$33,600.00
$16,730.00
$16,730.00
$18,671.88
CONSULTING SERVICES / SCOOT PROJECT
MANAGEMENT
Grady Way Intersections 1. Project Management Support
2. Detection Layout
3. Concept of Operation Coordination
4. SCS Configuration
5. Node Architecture and UTC/SCOOT Database
CONSULTING SERVICES / SCOOT FIELD TUNING &
VALIDATION
1. Preliminary System Operation & System Diagnostics
2. Calibration and Validation of SCOOT Model
3. Fine Tuning
4. Schedules, CASTS, and Region Settings
CONSULTING SERVICES / SYSTEM VERIFICATION
1. System Inspection Support
2. 30-Day System Monitoring
3. Project Close Out
Grady Way Adder (City of Renton Intersection- Non Amazon)
All Tasks Above if Completed Simultaneously
$33,600.00
$16,730.00
$16,730.00
$18,671.88
See General Conditions below for exceptions and
changes to freight and lead time policies
$111,981.88
Prepared For:To place an order:
*This order is subject to the terms & conditions
Date
09/25/24
1122 Industry Street, Bldg. B, Everett, WA 98203
Phone: (425) 438-1133 | Fax: (425) 438-1585 Quote #
Q-17451
Address:
City/State:
Net 30
$26,250.00
3555 Northeast 2nd Street
Renton, WA 98056
Description
$0.00
$11,534.13
$123,516.01
Freight Terms:FOB DESTINATION
Material Lead Time:
Kai Antrim
kantrim@westernsystems-inc.com
Ext. Price
$26,250.00SOFTWARE SCOOT ADAPTIVE; UTC LICENSES (QTY 10)
Terms:
Quotation
Contact:
Company:
Email:
Project Agency:
City of Renton, WAGrady Way SCOOT
+1 4255309017
(425) 438-1585
City of Renton, WA
flee@rentonwa.gov
Part #
4740050425
Unit Price
1 of 2
Exhibit B-3AGENDA ITEM #1. a)
TERMS AND CONDITIONS
Delivery: Material lead time date is based after the release of the order. During the Covid-19 outbreak, Western Systems lead time dates will be estimates
based on our best information available.
Clarification on Shipping During Covid-19; FOB Destination and FOB Destination, Prepay & Add terms as quoted imply that the customer will be available to
receive material deliveries. Any repeated delivery attempts, trucking reroutes, en route cancellations or product factory returns which incur additional
shipping costs shall be billed to the customer will be passed onto the purchaser.
Deferment or Cancellation Policy: Order deferment or cancellation once materials have been released will be subject to cancellation and/or restocking
fees.
Purchase Order: All purchases require a formal purchase order. Emails or verbal communication does not constitute an acceptable purchase order.
Taxes/Fees: Unless current resale certificate is on file with Western Systems, purchaser shall be responsible for all, tariffs, duties or sales or use taxes in
addition to the quoted prices herein. Any tax listed is an estimate only.
Payment Terms: Payment terms are based on approval of credit. If credit is approved, terms are Net 30 days. Western Systems imposes a surcharge of
2% on the transaction amounts when paying with a Visa or MasterCard. We are unable to accept other credit cards for payment options. All prices are
quotes in USD funds.
Non-Payment Penalties: If payment has not been received within terms, the purchaser will be considered in default. Western Systems will be entitled,
without prejudice to our other rights, without serving notice of default, to charge the purchaser for all costs incurred such as administration, storage, legal
advice etc. The unpaid portion of any amount due to Western Systems will bear interest at the rate of 1.5% per month simple interest. Western Systems
reserves the right to hold goods until customer balances their account.
Western Systems will not be subject to any project retainage of any kind. Material purchases are due and payable upon receipt. Unpaid balances will be
subject to Non-Payment Penalties.
Collections: Upon Buyer default of these terms, Western Systems may, in addition to any other rights or remedies at contract or law, declare the entire
balance of Buyer’s account immediately due and payable. If unpaid balance is referred for collections, Buyer agrees to pay Western Systems, to the extent
permitted by law, reasonable attorney fees in addition to all damages otherwise available, plus any court costs or expenses incurred by Western Systems,
plus any finance charges accrued on any unpaid balance owed by Purchaser.
All information contained within this quote is valid for 30 days from the date of the quotation. Thereafter, all prices and applicable charges are subject to
change. The acceptance of this quotation implies the acceptance of the following terms and conditions which cannot be varied or waived except by express
written authorization by a Western Systems representative. These terms govern the sale of goods and services supplied by Western Systems. Differing
terms from Buyer in any purchase order or written communication shall not be binding on Western Systems."
GENERAL CONDITIONS OF SALE
Force Majeure: Western Systems, Inc. shall in no event be responsible for delays in performance due to actions beyond its reasonable control including
without limitation acts of God, strikes, labor shortage or disturbance, fire, accident, war, civil disturbance, or carrier delays.
Western Systems, Inc. accepts no liability for errors or omissions or the accuracy or the completeness of this quotation. It has been prepared to the best of
our knowledge per plans, specifications, documentation, and communications provided but we do not guarantee these to be accurate or of the latest
revision. Determination of accuracy of this quotation and final quantities are the sole responsibility of recipient. Western Systems, Inc. shall in no event be
liable for any special, consequential, incidental, or liquidated damages (including without limitation damages for loss of use of facilities or equipment, loss of
revenue, loss of profits or loss of goodwill), regardless of whether seller (a) has been informed of the possibility of such damages or (b) is negligent.
Documentation: Any operational documentation supplied as a part of this quotation remains the property of Western Systems and may not be copied,
reproduced, transmitted, or communicated to 3rd parties without the express written consent of Western Systems.
On-Site Services: On-site services such as signal or video system turn-on support shall be scheduled three weeks in advance. If services need to be
cancelled or postponed, any non-reimbursable travel expenses will be billed to purchaser. This quotation does not provide nor imply any on-site support
services unless mentioned specifically herein. If on-site support services are required, and not included as part of this proposed scope of work, please
contact Western Systems for a revised quotation.
Warranty: Standard one-year warranty on material goods manufactured or supplied by Western Systems from the date of manufacturers factory shipment,
unless superseded by an additional manufacturer’s warranty, provided such goods are maintained and operated in accordance with manufacturers standard
method of operation. For additional information on Western Systems warranty, please send an email to info@westernsystems-inc.com.
Return and Restocking Policy: Western Systems will be the sole source in determining whether any item is eligible for return. To be eligible the item(s)
must be standard product models, new and unused, in the original packaging, and invoiced within the last 90 days. Restocking fees are applied to all
returns and can vary between 20-50% based on annual sales activity. In no case will Western Systems be obligated to take returns for materials, including
items that are obsolete, custom orders, or past the 90-day invoice period.
Delivery Inspection: All materials deliveries must be inspected upon receipt from freight carrier. Any freight damages must be reported to the carrier at the
time of receipt of goods. Any materials shortages or inaccuracies in shipment must be reported to Western Systems within ten days receipt of goods.
Thereafter, any discrepancies will be considered incidental and the responsibility of the receiver.
2 of 2
AGENDA ITEM #1. a)
R
Adaptive – SCOOT
A SW Grady Way, Amazon-funded
(2024)
Rainier Ave, EXISTING SCOOT
SW Grady Way, City-funded C
G
G
G
R
R R
R
R
R R
R
G
Ra
i
n
i
e
r
A
v
e
S
La
k
e
Av
e
S
Sh
a
t
t
u
c
k
Av
e
S
Wi
l
l
i
a
m
Av
e
S
Be
n
s
o
n
R
d
S
Ma
i
n
A
v
e
S
S 3rd St
S 2nd St
Mi
l
l
A
v
e
S
SW 16th St
S 4th St Cedar Ave
SW Grady Way, Future
C
A
A
A A
G
G
G G
G
G
AG
E
N
D
A
I
T
E
M
#
1
.
a
)
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
AB - 3771
City Council Regular Meeting - 10 Mar 2025
SUBJECT/TITLE: Renton School & Pedestrian Crossings 2 Project (TIP #24-08), Gray &
Osborne, Inc., P.S. contract
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Public Works Transportation Systems Division
STAFF CONTACT: Ethen Belen, Project Manager
EXT.: 7221
FISCAL IMPACT SUMMARY:
This professional services agreement for design and construction engineering support with Gray & Osborne,
Inc. totals $135,481. The expenses incurred under this agreement will be funded through the Traffic Safety
Program. An additional $500,000 has been allocated for each year to the 2025-2026 bi-annual budget.
Furthermore, staff will carry over a balance of $27,207.75 from the 2024 budget, which will be reflected in the
Q1 budget adjustment. The total balance in the account at this time is $493,035.
SUMMARY OF ACTION:
This professional services agreement retains the services of Gray & Osborne, Inc. for design andconstruction
engineering servicesfor the project. The scope of services outlined in this agreement includes the following
deliverables: a 30% design submittal, a 90% design submittal, and a bid-ready document submittal, which will
include plans, specifications, and a cost estimate. Additionally, the agreement covers support throughout the
construction phase, including revisions to drawings and addressing contractor inquiries.
The Renton School & Pedestrian Crossings No. 2 project will improve three (3)marked crosswalks at the
following intersections (Please see Project Locations Map):
1. Union Ave NE at NE 8th St (north side of intersection)
2. SE 165th St and 116th Ave SE
3. Hoquiam Ave NE at NE 5th St (south side of intersection)
These improvements include constructing rectangular rapid flashing beacons (RRFBs) at each crossing and
ADA compliant curb ramps. These improvements will enhance pedestrian connectivity for all locations, making
it safer and easier for pedestrians to use the corridors and provide better access to schools and school bus
stops.
EXHIBITS:
A.G&O Professional Services Agreement
B. Project Locations Map
STAFF RECOMMENDATION:
AGENDA ITEM #2. a)
Authorize the Mayor and City Clerk to execute the agreement with Gray & Osborne, Inc. in the amount of
$135,481 for Design and Construction Engineering Services on the Renton School & Pedestrian Crossings No. 2
project.
AGENDA ITEM #2. a)
PAGE 1 OF 10
AGREEMENT FOR RENTON SCHOOL AND PEDESTRIAN
CROSSINGS NO. 2
THIS AGREEMENT, dated for reference purposes only as January 31, 2025, is by and between the
City of Renton (the “City”), a Washington municipal corporation, and Gray & Osborne, Inc.
(“Consultant”), Washington Corporation. The City and the Consultant are referred to collectively
in this Agreement as the “Parties.” Once fully executed by the Parties, this Agreement is effective
as of the last date signed by both parties.
1. Scope of Work: Consultant agrees to provide design services as specified in Exhibit Exhibit
A, which is attached and incorporated herein and may hereinafter be referred to as the
“Work.”
2. Changes in Scope of Work: The City, without invalidating this Agreement, may order
changes to the Work consisting of additions, deletions or modifications. Any such changes
to the Work shall be ordered by the City in writing and the Compensation shall be
equitably adjusted consistent with the rates set forth in Exhibit A or as otherwise mutually
agreed by the Parties.
3. Time of Performance: Consultant shall commence performance of the Agreement
pursuant to the schedule(s) set forth in Exhibit A. All Work shall be performed by no later
than January 1, 2027.
4. Compensation:
A. Amount. Total compensation to Consultant for Work provided pursuant to this
Agreement shall not exceed $135,481.00, plus any applicable state and local sales
taxes. Compensation shall be paid based upon Work actually performed according to
the rate(s) or amounts specified in Exhibit A. The Consultant agrees that any hourly or
flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless
otherwise agreed to in writing or provided in Exhibit A. Except as specifically provided
herein, the Consultant shall be solely responsible for payment of any taxes imposed
as a result of the performance and payment of this Agreement.
B. Method of Payment. On a monthly or no less than quarterly basis during any quarter
ain which Work is performed, the Consultant shall submit a voucher or invoice in a
AGENDA ITEM #2. a)
PAGE 2 OF 20
name of the personnel performing such Work, and any hourly labor charge rate for
such personnel. The Consultant shall also submit a final bill upon completion of all
Work. Payment shall be made by the City for Work performed within thirty (30)
calendar days after receipt and approval by the appropriate City representative of the
voucher or invoice. If the Consultant’s performance does not meet the requirements
of this Agreement, the Consultant will correct or modify its performance to comply
with the Agreement. The City may withhold payment for work that does not meet the
requirements of this Agreement.
C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by
the City of any remedies it may have against the Consultant for failure of the
Consultant to perform the Work or for any breach of this Agreement by the
Consultant.
D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for
payment under this Agreement for any future fiscal period, the City shall not be
obligated to make payments for Work or amounts incurred after the end of the
current fiscal period, and this Agreement will terminate upon the completion of all
remaining Work for which funds are allocated. No penalty or expense shall accrue to
the City in the event this provision applies.
5. Termination:
A. The City reserves the right to terminate this Agreement at any time, with or w ithout
cause by giving ten (10) calendar days’ notice to the Consultant in writing. In the event
of such termination or suspension, all finished or unfinished docume nts, data, studies,
worksheets, models and reports, or other material prepared by the Consultant
pursuant to this Agreement shall be submitted to the City, if any are required as part
of the Work.
B. In the event this Agreement is terminated by the City, the Consultant shall be entitled
to payment for all hours worked to the effective date of termination, less all payments
previously made. If the Agreement is terminated by the City after partial performance
of Work for which the agreed compensation is a fixed fee, the City shall pay the
Consultant an equitable share of the fixed fee. This provision shall not prevent the
City from seeking any legal remedies it may have for the violation or nonperformance
of any of the provisions of this Agreement and such charg es due to the City shall be
deducted from the final payment due the Consultant. No payment shall be made by
the City for any expenses incurred or work done following the effective date of
termination unless authorized in advance in writing by the City.
6. Warranties And Right To Use Work Product: Consultant represents and warrants that
Consultant will perform all Work identified in this Agreement in a professional and
workmanlike manner and in accordance with all reasonable and professional standards
AGENDA ITEM #2. a)
PAGE 3 OF 20
and laws. Compliance with professional standards includes, as applicable, performing the
Work in compliance with applicable City standards or guidelines (e.g. design criteria and
Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall
certify engineering plans, specifications, plats, and reports, as applicable, pursuant to
RCW 18.43.070. Consultant further represents and warrants that all final work product
created for and delivered to the City pursuant to this Agreement shall be the original work
of the Consultant and free from any intellectual property encumbrance which would
restrict the City from using the work product. Consultant grants to the City a non-
exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and
display all final work product produced pursuant to this Agreement. The City’s or other’s
adaptation, modification or use of the final work products other than for the purposes of
this Agreement shall be without liability to the Consultant. The provisions of this section
shall survive the expiration or termination of this Agreement.
7. Record Maintenance: The Consultant shall maintain accounts and records, which
properly reflect all direct and indirect costs expended and Work provided in the
performance of this Agreement and retain such records for as long as may be required by
applicable Washington State records retention laws, but in any event no less than six
years after the termination of this Agreement. The Consultant agrees to provide access
to and copies of any records related to this Agreement as required by the City to audit
expenditures and charges and/or to comply with the Washington State Public Records Act
(Chapter 42.56 RCW). The provisions of this section shall survive the expiration or
termination of this Agreement.
8. Public Records Compliance: To the full extent the City determines necessary to comply
with the Washington State Public Records Act, Consultant shall make a due diligent search
of all records in its possession or control relating to this Agreement and the Work,
including, but not limited to, e-mail, correspondence, notes, saved telephone messages,
recordings, photos, or drawings and provide them to the City for production. In the event
Consultant believes said records need to be protected from disclosure, it may, at
Consultant’s own expense, seek judicial protection. Consultant shall indemnify, defend,
and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim
or litigation related to a Public Records Act request for which Consultant has responsive
records and for which Consultant has withheld records or information contained therein,
or not provided them to the City in a timely manner. Consultant shall produce for
distribution any and all records responsive to the Public Records Act request in a timely
manner, unless those records are protected by court order. The provisions of this section
shall survive the expiration or termination of this Agreement.
9. Independent Contractor Relationship:
A. The Consultant is retained by the City only for the purposes and to the extent set forth
in this Agreement. The nature of the relationship between the Consultant and the City
during the period of the Work shall be that of an independent contractor, not
AGENDA ITEM #2. a)
PAGE 4 OF 20
employee. The Consultant, not the City, shall have the power to control and direct the
details, manner or means of Work. Specifically, but not by means of limitation, the
Consultant shall have no obligation to work any particular hours or particular
schedule, unless otherwise indicated in the Scope of Work or where scheduling of
attendance or performance is mutually arranged due to the nature of the Work.
Consultant shall retain the right to designate the means of performing the Work
covered by this agreement, and the Consultant shall be entitled to employ other
workers at such compensation and such other conditions as it may deem proper,
provided, however, that any contract so made by the Consultant is to be paid by it
alone, and that employing such workers, i t is acting individually and not as an agent
for the City.
B. The City shall not be responsible for withholding or otherwise deducting federal
income tax or Social Security or contributing to the State Industrial Insurance
Program, or otherwise assuming the duties of an employer with respect to Consultant
or any employee of the Consultant.
C. If the Consultant is a sole proprietorship or if this Agreement is with an individual, the
Consultant agrees to notify the City and complete any required form if the Consultant
retired under a State of Washington retirement system and agrees to indemnify any
losses the City may sustain through the Consultant’s failure to do so.
10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless
the City, elected officials, employees, officers, representatives, and volunteers from any
and all claims, demands, actions, suits, causes of action, arbitrations, mediations,
proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees,
penalties, expenses, attorney’s or attorneys’ fees, costs, and/or litigation expenses to or
by any and all persons or entities, arising from, resulting from, or related to the negligent
acts, errors or omissions of the Consultant in its performance of this Agreement or a
breach of this Agreement by Consultant, except for that portion of the claims caused by
the City’s sole negligence.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, (Validity of agreement to indemnify against liability for negligence relative to
construction, alteration, improvement, etc., of structure or improvement attached to real
estate…) 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, Consultant’s
liability shall be only to the extent of Consultant’s negligence.
It is further specifically and expressly understood that the indemnification provided in
this Agreement constitute Consultant’s waiver of immunity under the Industrial
Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Part ies
AGENDA ITEM #2. a)
PAGE 5 OF 20
have mutually negotiated and agreed to this waiver. The provisions of this section shall
survive the expiration or termination of this Agreement.
11. Gifts and Conflicts: The City’s Code of Ethics and Washington State law prohibit City
employees from soliciting, accepting, or receiving any gift, gratuity or favor from any
person, firm or corporation involved in a contract or transaction. To ensure compliance
with the City’s Code of Ethics and state law, the Consultant shall not give a gift of any kind
to City employees or officials. Consultant also confirms that Consultant does not have a
business interest or a close family relationship with any City officer or employee who was,
is, or will be involved in selecting the Consultant, negotiating or administeri ng this
Agreement, or evaluating the Consultant’s performance of the Work.
12. City of Renton Business License: Unless exempted by the Renton Municipal Code,
Consultant shall obtain a City of Renton Business License prior to performing any Work
and maintain the business license in good standing throughout the term of this
agreement with the City.
Information regarding acquiring a city business license can be found at:
https://www.rentonwa.gov/Tax
Information regarding State business licensing requirements can be found at:
https://dor.wa.gov/doing-business/register-my-business
13. Insurance: Consultant shall secure and maintain:
A. Commercial general liability insurance in the minimum amounts of $1,000,000 for
each occurrence/$2,000,000 aggregate for the Term of this Agreement.
B. In the event that Work delivered pursuant to this Agreement either directly or
indirectly involve or require Professional Services, Professional Liability, Errors and
Omissions coverage shall be provided with minimum limits of $1,000,000 per
occurrence. "Professional Services", for the purpose of this section, shall mean any
Work provided by a licensed professional or Work that requires a professional
standard of care.
C. Workers’ compensation coverage, as required by the Industrial Insurance laws of the
State of Washington, shall also be secured.
D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired
or non-owned, with minimum limits of $1,000,000 per occurrence combined single
limit, if there will be any use of Consultant’s vehicles on the City’s Premises by or on
behalf of the City, beyond normal commutes.
AGENDA ITEM #2. a)
PAGE 6 OF 20
E. Consultant shall name the City as an Additional Insured on its commercial general
liability policy on a non-contributory primary basis. The City’s insurance policies shall
not be a source for payment of any Consultant liability, nor shall the maintenance of
any insurance required by this Agreement be construed to limit the liability of
Consultant to the coverage provided by such insurance or otherwise limit the City’s
recourse to any remedy available at law or in equity.
F. Subject to the City’s review and acceptance, a certificate of insurance showing the
proper endorsements, shall be delivered to the City before performing the Work.
G. Consultant shall provide the City with written notice of any policy cancellation, within
two (2) business days of their receipt of such notice.
14. Delays: Consultant is not responsible for delays caused by factors beyond the
Consultant’s reasonable control. When such delays beyond the Consultant’s reasonable
control occur, the City agrees the Consultant is not responsible for damage s, nor shall the
Consultant be deemed to be in default of the Agreement.
15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or
encumber any rights, duties or interests accruing from this Agreement without the
written consent of the other.
16. Notices: Any notice required under this Agreement will be in writing, addressed to the
appropriate party at the address which appears below (as modified in writing from time
to time by such party), and given personally, by registered or certified mail, return recei pt
requested, by facsimile or by nationally recognized overnight courier service. Time period
for notices shall be deemed to have commenced upon the date of receipt, EXCEPT
facsimile delivery will be deemed to have commenced on the first business day following
transmission. Email and telephone may be used for purposes of administering the
Agreement, but should not be used to give any formal notice required by the Agreement.
CITY OF RENTON
Ethan Belen
1055 South Grady Way
Renton, WA 98057
Phone: (425) 430-7221
Ebelen@rentonwa.gov
GRAY & OSBORNE, INC.
Tani Stafford
1130 Rainer Avenue South
Seattle, WA 98144
Phone: (206) 284-0860
tstafford@g-o.com
Fax: (206) 283-3206
AGENDA ITEM #2. a)
PAGE 7 OF 20
17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational
qualification, the Consultant agrees as follows:
A. Consultant, and Consultant’s agents, employees, representatives, and volunteers
with regard to the Work performed or to be performed under this Agreement, shall
not discriminate on the basis of race, color, sex, religion, nationality, creed, marital
status, sexual orientation or preference, age (except minimum age and retirement
provisions), honorably discharged veteran or military status, or the presence of any
sensory, mental or physical handicap, unless based upon a bona fide occupational
qualification in relationship to hiring and employment, in employment or application
for employment, the administration of the delivery of Work or any other benefits
under this Agreement, or procurement of materials or supplies.
B. The Consultant will take affirmative action to insure that applicants are employed and
that employees are treated during employment without regard to their race, creed,
color, national origin, sex, age, sexual orientation, physical, sensory or mental
handicaps, or marital status. Such action shall include, but not be limited to the
following employment, upgrading, demotion or transfer, recruitment or recruitment
advertising, layoff or termination, rates of pay or other forms of compensation and
selection for training.
C. If the Consultant fails to comply with any of this Agreement’s non -discrimination
provisions, the City shall have the right, at its option, to cancel the Agreement in
whole or in part.
D. The Consultant is responsible to be aware of and in compliance with all federal, state
and local laws and regulations that may affect the satisfactory completion of the
project, which includes but is not limited to fair labor laws , worker's compensation,
and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton
Council Resolution Number 4085.
18. Miscellaneous: The parties hereby acknowledge:
A. The City is not responsible to train or provide training for Consultant.
B. Consultant will not be reimbursed for j ob related expenses except to the extent
specifically agreed within the attached exhibits .
C. Consultant shall furnish all tools and/or materials necessary to perform the Work
except to the extent specifically agreed within the attached exhibits.
D. In the event special training, licensing, or certification is required for Consultant to
provide Work he/she will acquire or maintain such at his/her own expense and, if
Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform
AGENDA ITEM #2. a)
PAGE 8 OF 20
the Work, said employee/sub-contractor/assignee will acquire and or maintain such
training, licensing, or certification.
E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to
other entities, so long as there is no interruption or interference with the provision of
Work called for in this Agreement.
F. Consultant is responsible for his/her own insurance, including, but not limited to
health insurance.
G. Consultant is responsible for his/her own Worker’s Compensation coverage as well as
that for any persons employed by the Consultant.
19. Other Provisions:
A. Approval Authority. Each individual executing this Agreement on behalf of the City
and Consultant represents and warrants that such individuals are duly authorized to
execute and deliver this Agreement on behalf of the City or Consultant.
B. General Administration and Management. The City’s project manager is Ethan Belen.
In providing Work, Consultant shall coordinate with the City’s contract manager or
his/her designee.
C. Amendment and Modification. This Agreement may be amended only by an
instrument in writing, duly executed by both Parties.
D. Conflicts. In the event of any inconsistencies between Consultant proposals and this
Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to
this Agreement are incorporated by reference only to the extent of the purpose for
which they are referenced within this Agreement. To the extent a Consultant
prepared exhibit conflicts with the terms in the body of this Agreement or contains
terms that are extraneous to the purpose for which it is referenced, the terms in the
body of this Agreement shall prevail and the extraneous terms shall not be
incorporated herein.
E. Governing Law. This Agreement shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington and the City of
Renton. Consultant and all of the Consultant’s employees shall perform the Work in
accordance with all applicable federal, state, county and city laws, codes and
ordinances.
F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared
by the joint efforts of the Parties and shall not be construed against one party or the
other as a result of the preparation, substitution, submission or other event of
negotiation, drafting or execution.
AGENDA ITEM #2. a)
PAGE 9 OF 20
G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or
interpret this Agreement or any of its terms or covenants shall be brought in the King
County Superior Court for the State of Washington at the Maleng Regional Justice
Center in Kent, King County, Washington, or its replacement or s uccessor. Consultant
hereby expressly consents to the personal and exclusive jurisdiction and venue of
such court even if Consultant is a foreign corporation not registered with the State of
Washington.
H. Severability. A court of competent jurisdiction’s determination that any provision or
part of this Agreement is illegal or unenforceable shall not cancel or invalidate the
remainder of this Agreement, which shall remain in full force and effect.
I. Sole and Entire Agreement. This Agreement contains the entire agreement of the
Parties and any representations or understandings, whether oral or written, not
incorporated are excluded.
J. Time is of the Essence. Time is of the essence of this Agreement and each and all of
its provisions in which performance is a factor. Adherence to completion dates set
forth in the description of the Work is essential to the Consultant’s performance of
this Agreement.
K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be
construed to give any rights or benefits in the Agreement to anyone other than the
Parties, and all duties and responsibilities undertaken pursuant to this Agreement will
be for the sole and exclusive benefit of the Parties and no one else.
L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns,
and legal representatives to the other party to this Agreement, and to the partners,
successors, assigns, and legal representatives of such other party with respect to all
covenants of the Agreement.
M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s
failure to enforce any provision of this Agreement shall not be a waiver and shall not
prevent either the City or Consultant from enforcing that provision or any other
provision of this Agreement in the future. Waiver of breach of any provision of this
Agreement shall not be deemed to be a waiver of any prior or subsequent breach
unless it is expressly waived in writing.
N. Counterparts. The Parties may execute this Agreement in any number of
counterparts, each of which shall constitute an original, and all of which will together
constitute this one Agreement.
AGENDA ITEM #2. a)
PAGE 10 OF 20
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date
last signed by the Parties below.
CITY OF RENTON
By:_____________________________
GRAY & OSBORNE, INC.
By:____________________________
Armando Pavone
Mayor
Michael B. Johnson, P.E.
President
_____________________________
Date
_____________________________
Date
Attest
_____________________________
Jason A. Seth
City Clerk
Approved as to Legal Form
By: __________________________
Cheryl Beyer
Senior Assistant City Attorney
Contract Template Updated 5/21/2021
2/20/25
AGENDA ITEM #2. a)
PAGE 11 OF 20
EXHIBIT A
Renton School and Pedestrian Crossings 2
Scope of Services
Introduction
The City of Renton (the “City”) has identified the need for improved pedestrian crossings by
installing rectangular rapid flashing beacons (RRFBs ) at the following three Renton school
crossings within the City’s Right-Of-Way (ROW). This Scope of Work defines the work tasks to
be performed by Gray & Osborne, Inc. team (the “Consultant”) in support of the purpose and
goals of the City’s project (the “Project”).
• Union Avenue NE at NE 8th Street (north side of intersection);
• SE 165th Street and 116th Avenue SE;
• Hoquiam Avenue NE at NE 5th Street (south side of intersection).
The Project generally includes:
• RRFBs with accessible push buttons;
• Signage;
• Pavement markings;
• Sidewalk widening/bulbouts;
• ADA/curb ramps improvements;
• Drainage improvement;
• Visibility improvements;
• Street lighting, if needed.
Assumptions and Responsibilities
The following assumptions have been made in developing this Scope of Work and Budget.
Additional detail specific to individual tasks is included in the task descriptions.
1. Funding is provided by the City of Renton and will follow City of Renton standards for
permitting and approval. State of Washington, FHWA, or other funding sources are not
included. Addition of outside funding sources may modify permitting and/or approval
requirements, which may result in an amendment to this scope of work.
2. The level of effort is specified in the Scope of Work and the budgeted labor and
expenses are indicated in Exhibit B. The budget may be transferred between discipline
tasks at the discretion of the City Project Manager, provided the total contracted
amount is not exceeded. The Consultant will have the flexibility to manage budget
within a given discipline on a subtask level. Services not included in this Scope of Work
are specifically excluded from the scope of the Consultant’s services.
3. The Consultant shall complete its work and services within its control to meet the
agreed upon schedule. The consultant shall provide to the City Project Manager monthly
updates to the project schedule that identify tasks and deliverables that require time
AGENDA ITEM #2. a)
PAGE 12 OF 20
extensions due to reasonable and/or unforeseen circumstances. The City shall not
unreasonably withhold written acceptance of the time extensions.
4. The project will include submittals at 30 percent, 90 percent, and 100 percent design.
Drafting standards will follow Renton Survey and Drafting s tandards and Renton
Standard Details. For each submittal, the Consultant will conduct a comment resolution
meeting with the City Project Manager. The following submittal will include responses
to comments that will also include all subconsultant responses with incorporation of the
comments into the plans.
5. Both Solar-powered and AC-powered RRFBs will be considered for this Project; RRFB
products selected should meet Renton’s material standards and maintenance
requirements.
6. Assume drainage design is required at all locations and/or bulbout locations.
Stormwater improvements will be required to meet the current City of Renton Surface
Water Design Manual (SWDM), where applicable. Technical Information Report (TIR)
will be prepared for all three crossings in one document assuming the impacted area for
each site is less than 2,000 square feet.
7. This scope of work and associated budget assumes no design deviations will be
necessary as part of this contract. ADA code guidelines that cannot be met due to site
conditions will be identified on the plans with “Maximum Extent Feasible” notes
provided on the plan sheets.
8. No landscape plans will be prepared, adjacent areas will be restored with hydroseed
lawn.
9. The Consultant will develop traffic control plans for all three crossings.
10. The Consultant will prepare a compiled project manual.
11. The Consultant will support the City during Bid and Ad of the project.
City of Renton Responsibilities
1. For those task items to be performed by other City of Renton agencies and stakeholders,
the City Project Manager will coordinate and secure the required agreements.
2. The City Project Manager will provide background data and information as available and
as requested by the Consultant
3. The City will maintain the lead role on the project, coordinating with private and
governmental agencies with the assistance of the Consultant.
4. The City will have a separate professional consultant agreement to lead the NEPA/SEPA
Environmental (if necessary) documentations and permitting for this proje ct. The
Consultant will provide exhibits to the City for the documentation and/or permitting.
5. The City will order up to six (6) title reports for any properties that may require parcel
maps.
6. Possibility of private right-of-way entry may be needed and but activities associated
with the construction of the project are to remain within the public right -of-way.
AGENDA ITEM #2. a)
PAGE 13 OF 20
7. The City will compile all comments from reviewers and provide comments to the
Consultant on one marked up set of the submittal documents and/or one compiled set
of written comments on a comment response form (format provided by the Consultant).
The Consultant will compile/update all review comments and responses to comments,
including subconsultant responses, on a list form (spreadsheet format).
8. The Consultant will produce the project manual, with assistance as required by the City.
The Consultant will compile standard specifications and special provisions specific to
civil, landscape, and signal design, as needed. The City will provide up contract
documents templates.
9. The City will provide City departments for review as needed in support of the design
and/or construction of the project.
10. The City will coordinate with franchise utilities as needed to review plans.
City of Renton-Furnished Services, Information, and Items
The City of Renton will make available or direct the Consultant to the following project
resources as needed to complete the construction documents:
• Plans and project schedules for improvement in the study area;
• Pedestrian and bicycle count and crash information from the study area;
• Renton Municipal Code;
• City of Renton Standard Plans;
• City of Renton Surface Water Design Manual (SWDM);
• City of Renton signal, illumination, and signage guidelines ;
• GIS information for the study area;
• Access to existing record drawing information of the study area as available ;
• Securing location for public meetings;
• Securing location for comment review meetings ;
• Arborist information about existing trees ;
• Any available geotechnical information to support design;
• Recent City of Renton project bid tabs, as available;
• The existing luminaire design data (IES files) for the AGi32 modeling ;
• The City standard for lighting conditions at the crosswalks.
AGENDA ITEM #2. a)
PAGE 14 OF 20
Task 1: Project Management and Coordination
Task 1.1: Meetings
The CONSULTANT will attend and facilitate a kickoff meeting with the CITY Project Manager and
any necessary CITY staff. The following summarizes the number and type of general
coordination meetings that are assumed for the project. The consultant will prepare the
meeting agenda one day prior to the meeting and will document the meeting minutes.
Meetings:
• Project kick-off, and site visits (one meeting via zoom/teams, two site visits).
• Periodic coordination meetings (assume five via zoom/teams, in person if needed).
Task 1.2: Invoicing
Monthly progress reports and invoices (up to eight) will be provided, either by email or by
hardcopy. Each report will include task accomplishments, status of deliverables, items needed
by the City and/or others, and expected upcoming activities.
Deliverables (Notice to Proceed (NTP) and Ongoing to 1 year following NTP):
• Monthly Progress Report and billings submitted via e-mail in PDF format.
• Meeting notes from each meetings, submitted via e-mail in PDF format.
Task 2: RRFB Preliminary Design
Task 2.1: Topographic Survey and Base Mapping
The Consultant will provide survey services to create a base map as necessary to complete
design. Survey services will include the following information.
Three crosswalk locations:
• Union Avenue NE at NE 8th Street (North side of intersection).
• SE 165th Street and 116th Avenue SE.
• Hoquiam Avenue NE and NE 5th Street (South side of intersection).
Consultant will locate surface and underground features within 50 feet of each crosswalk
location (in each direction). Consultant will locate curb, striping and signage from 50 feet to
200 feet. Survey will extend behind sidewalk 5 feet at each location and will stay within the
public right-of-way abutting non-properties. Surface and underground features will include
existing vegetation, pavement markings, curb (islands and sidewalk), tactile warning strips, sign
locations, edge of pavement, castings, all other traffic features (such as flexposts/pylons),
utility/signal poles, overhead signs and related suspension systems, traffic/signal cabinets, and
underground utilities. Other surface features that are unique to each site but not listed here
will also be surveyed and included in the base map.
Consultant will identify approximate right-of-way extents based on GIS ROW records. Property
deeds will not be acquired during this project.
AGENDA ITEM #2. a)
PAGE 15 OF 20
Consultant will perform potholing to verify design for foundation locations at all three crossings
for up to eight potholes of which six are in sidewalks/shoulders and two are in roadways. For all
eight locations, this scope of work assumes potholes will be backfilled with native material (if
dry and in the case that the native material is wet then crushed surfacing top course will be
used) but only temporary surface replacement with cold mix is expected due to the fact that
construction of new sidewalks/roads surfaces will restore the surface to new condition. If
permanent surface replacement is required (pothole performed outside of future construction
limits), this could be added to the scope and budget by way of contract amendment.
Assumptions:
• Consultant will calculate right of way through research and using the title reports
obtained by the City as part of the project. No parcel maps will be created during this
phase. If parcel maps are needed, they will be scoped during a later phase. Survey right
of way lines will show on plans.
• The City will provide GIS utilities files and all utility records where ava ilable for the
project site at least one week prior to start of field work.
• Trees with trunk diameters of 4 inches and above will be surveyed. Trees will be labeled
with trunk and dripline diameter and the species will only be classified as coniferous or
deciduous unless directed otherwise. All trees will show on Plans.
• Manholes over 25 feet deep or full of debris/water will not be as -built as they require
confined space entry to access the manhole in order to accurately measure the depth.
• Assume drainage design is required at all crossings and the new drainage improvement
will be tied into the existing drainage system. Pipe tracing are not included within this
scope. If this service is needed, additional scope and budget can be added with an
amendment at a later date.
• The Consultant’s surveyor will call One Call (811) and pick-up utilities that are marked.
The Consultant’s surveyor expects very little to be marked and will supplement the
previously located utilities by One Call with a private locator to make sure all utilities are
located.
• Base maps will be provided in the Civil3D 2020 using APWA CAD standards and layering.
No hard copies will be provided, PDF format will be provided. Title block and title data
will be provided for PDF survey sheets by Gray & Osborne, Inc.
• Base maps will be provided in NAD83(2011) North Zone horizontal Datum and NAVD88
vertical Datums
Deliverables (NTP to 2.5 Monts Post-NTP):
• Two AutoCAD 2020 Civil3D digital drawings; one drawing will contain a flattened 2D
basemap and the second drawing will contain the 3D DTM surface.
• Topographical survey sheets will be provided in PDF format.
• Point data in .csv file format, point number, northing, easting, elevation, description.
• Project site photos (.jpeg).
AGENDA ITEM #2. a)
PAGE 16 OF 20
Task 2.2: 30 Percent Design
The Consultant will conduct field visits with Renton to inventory the existing sidewalk, curb
ramp and landscaped area conditions, lighting condition at the crosswalk, identify potential AC
power sources, and discuss design concepts. The Consultant and Renton will conduct a 1-hour
workshop to develop the design concept and confirm where solar powered RRFB is desired an d
where AC powered RRFB is desired. The design concept will be prepared and submitted in a
draft 30 percent submittal package.
Existing lighting condition will be analyzed using AGi32 for each of the three crosswalk areas to
evaluate if the existing lighting meets the City’s requirements.
The Consultant will prepare standard 1"=20' scaled drawings for each school crossing with line
drawings to show all features with an aerial background layer on the plans. The crosswalk
drawings will show information including approach and crossing channelization, signage, paving
repair, utilities, landscape, signals, bulb-out for sidewalk widening, and ADA improvements, as
required. The signal design drawings will show RRFB equipment locations, conduits, power
source if AC powered RRFB, conduit path, and handhole locations.
Anticipated sheets for the 30 percent submittal include:
Site Preparation and Demolition Plans and Details, including TESC 4
Cover, Vicinity Map, General Notes 2
Paving Plans, Sections, and Details (1"=10") 4
Stormwater and Utility Plans 2
Crosswalk Plans (Channelization and Signage) 4
Signal Plans (New RRFB installation layout) 3
The Consultant will submit final 30 percent design package after incorporating and addressing
Renton’s review comments to the draft 30 percent submittal.
Deliverables (2 Months Post-NTP to 3 months Post NTP):
• Draft 30 percent design plans (electronic PDF of half-size drawings).
• Final 30 percent design plans (electronic PDF of half-size drawings).
• Comments responses that show all 30 percent review comments have been
addressed/incorporated to final 30 percent design plans.
• Draft 30 percent cost estimate.
Task 2.3: Puget Sound Energy Coordination
The Consultant will coordinate with Puget Sound Energy to identify AC power source at each
crossing as service point for RRFBs and confirm service connection design.
AGENDA ITEM #2. a)
PAGE 17 OF 20
Task 3: RRFB Final Design
Upon receiving approval from Renton on the final 30 percent design submittal, the Consultant
will prepare a 90 percent design package, and 100 percent/Bid documents.
The Consultant will prepare standard 1"=20' scaled drawings for each school crossing. The
crosswalk drawings will show information including approach a nd crossing channelization,
signage, paving repair, utilities, landscape, signals, bulbout for sidewalk widening, and ADA
improvements, as required. Aerial image will be included in the civil site and signal layout
sheets as a background layer to show existing conditions. The right -of-way will be marked in the
civil site and signal layout sheets.
The Consultant will prepare an itemized quantity takeoff of bid items for each plan set and
Engineer’s Estimate for the project at the 90 percent and 100 percent/Bid document design
submittals. The Consultant will work with the City to use standard bid item unit costs based on
historical costs in the City of Renton or similar projects in the Puget Sound region. The
Consultant shall modify unit costs based on experience and judgement to reflect specific
construction requirements of this contract and the general bidding environment, including
recent City of Renton bid documents.
Task 3.1: 90 Percent Design
The Consultant will prepare plans, draft special provisions, and provide an engineer’s estimate
based on the approved design approach from the 30 percent design. The Consultant will
support Renton staff in preparing the draft project manual, by providing special provisions
specific to civil, landscape, and signal design.
Anticipated sheets for the 90 percent submittal include:
Site Preparation and Demolition Plans and Details, including TESC 4
Cover, Vicinity Map, General Notes 2
Paving Plans, Sections, and Details (1"=10") 4
Stormwater and Utility Plans 2
Crosswalk Plans (Channelization and Signage [7]) 4
Signal Plans (New RRFB installation layout [3], Details [2]) 5
TCP Plans 6
Deliverables (3 months NTP to 3.5 months NTP):
• 90 Percent Design Plans (electronic PDF of half-size drawings).
• 90 Percent Design Engineer’s Estimate.
• Draft special provisions for civil, landscape and signal design.
• Curb ramp improvements MEF documentation, if required.
AGENDA ITEM #2. a)
PAGE 18 OF 20
• TIR documentation, if required.
Meetings:
• Comment resolution meeting.
Task 3.2: 100 Percent/Bid Documents
Upon receipt of 90 percent comments the Consultant will prepare bid-ready documents,
including plans, special provisions and engineer’s estimate ready for all the stamps and
signatures needed for bid advertisement. Any final additions to the project manual will be
added at this time. The Consultant will perform a final Quality Assurance/Quality Control
(QA/QC) review to ensure that all comments have been addressed and furnish the fina l bid
package to the City, and submit QA/QC documents to the City for review/approval.
Anticipated sheets for the 100 percent submittal include updates to the 90 percent complete
plan set.
Deliverables (3.5 months NTP to 4 months NTP):
• QA/QC documentation to the City.
• 100 Percent/Bid Documents Design Plans (electronic PDF).
• 100 Percent/Bid Documents Special Provisions (word .doc format).
• 100 Percent/Bid Documents Engineer’s Estimate.
• Final 100 Percent/Bid Documents Design Plans (electronic PDF of full-size drawings).
• Final 100 Percent/Bid Documents Special Provisions.
• Updated comments responses that show all review comments have been
addressed/incorporated.
Task 4: Bid Support Services
The Consultant shall provide bid support services by providing answers to questions from the
potential bidders and preparing addenda if needed and conformed set for construction.
Task 5: Construction Support Services (Management Reserve Fund)
The Consultant will assist the City in efforts outside of those specified in the above tasks upon
request on an as-needed basis. Budget from this task will not be used without prior written
authorization from the City of Renton Project Manager.
Additional Services
The City may require additional services of the Consultant. The scope of the work for additional
services will be determined based on anticipated or unanticipated project needs or other
considerations at the sole discretion of the City. This work may include items identified in the
current task authorization as well as other items, which may include, but are not necessarily
limited to the following:
• Additional Engineering services.
• Other services not specifically referenced in this scope of work.
AGENDA ITEM #2. a)
PAGE 19 OF 20
These services will be authorized under a future contract supplement if necessary. At the time
these services are required, the Consultant shall provide a detailed scope of work and an
estimate of costs. The Consultant shall not proceed with the work until the City has auth orized
the work and issued a notice to proceed.
AGENDA ITEM #2. a)
Task Description hrs hrs hrs $ hrs $ hrs $ hrs $ hrs $ hrs $ hrs $ hrs $ hrs $ hrs $ hrs $ hrs $
1
Project Management and
Coordination $0.00 22 $1,617.00 12 $627.00 $0.00 $0.00 $0.00 6 $222.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,466.00 40.0
2 RRFB Preliminary Design $0.00 32 $2,352.00 88 $4,598.00 $0.00 $0.00 $0.00 32 $1,184.00 12 $441.00 16 $992.00 8 $436.00 38 $1,377.50 18 $828.00 40 $1,680.00 40 $1,480.00 $15,368.50 324.0
3 RRFB Final Design 4 $288.00 32 $2,352.00 85 $4,441.25 4 $269.00 16 $612.00 8.5 $584.38 31 $1,147.00 $0.00 1.5 $93.00 $0.00 54 $1,957.50 27 $1,242.00 $0.00 $0.00 $12,986.13 263.0
4 Bid Support Services $0.00 12 $882.00 4 $209.00 $0.00 $0.00 $0.00 $0.00 $0.00 8 $290.00 $0.00 $0.00 $0.00 $1,381.00 24.0
4 $288.00 98 $7,203.00 189 $9,875.25 4 $269.00 16 $612.00 8.5 $584.38 69 $2,553.00 12 $441.00 17.5 $1,085.00 8 $436.00 100 $3,625.00 45 $2,070.00 40 $1,680.00 40 $1,480.00 $32,201.63 651.0
5
Construction Support Services
(Management Reserve Fund)$0.00 38 $2,793.00 20 $1,045.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 16 $580.00 $0.00 $0.00 $0.00 $4,418.00 74.0
4 $288.00 136 $9,996.00 209 $10,920.25 4 $269.00 16 $612.00 8.5 $584.38 69 $2,553.00 12 $441.00 17.5 $1,085.00 8 $436.00 116 $4,205.00 45 $2,070.00 40 $1,680.00 40 $1,480.00 $36,619.63 725.0
Direct Labor without Task 5 MRF $32,201.63
Fee 0.2615 $8,420.72
Overhead 1.8844 $60,680.75
Expenses - Mileage $147.00
Subconsultants
Applied Professional Services $20,132.20
Total w/o MRF $121,582.29
Task 5 MRF $13,898.59
Total w/ MRF $135,480.88
Engineer in Training
Brian SchulkinRick Bond Jason Stanford
Surveyor
$37.00
Max Nelson
Engineer in Training
$36.75
Hourly Totals
$36.25 $42.00$72.00 $73.50 $52.25
Hourly Subtotals
Employee Rate $54.50$37.00 $46.00$62.00$68.75
Exhibit B - Prime Consultant Computations
Mark Nagal Zack Liebowitz
Prof Licensed
Surveyor Technician SurveyorPrincipal/PM Principal/PMFunction/Title
Nick DolfStacy ClearEmployee Brian Sourwine Tani Stafford Bryan Wang Phil Marshall
TechnicianStructural Engineer
Myron Basden
Prof Licensed Surveyor
Renton School and Pedestrian Crossings 2
Civil Engr Contract
Hours
Project Name:
Budget Estimate
Jenny Goetz
$38.25$67.25
Contract
Totals
Civil Engineer
(Storm)
Engineer in Training
(Storm)
PAGE 20 OF 20
AG
E
N
D
A
I
T
E
M
#
2
.
a
)
36,1126019
Map Title
All data, information, and maps are provided "as is" without warranty or any representation of accuracy, timeliness of
completeness. The burden for determining accuracy, completeness, timeliness, merchantability and fitness for or the
appropriateness for use rests solely on the user.
WGS_1984_Web_Mercator_Auxiliary_Sphere
Notes Legend
4093 2046 Feet40930
City and County Labels
City and County Boundary
Renton
<all other values>
Citations
AGENDA ITEM #2. a)
Renton School & Pedestrian Crossings No. 2
March 17, 2025 – Transportation Committee
1
AG
E
N
D
A
I
T
E
M
#
2
.
b
)
Project Overview
The Renton School & Pedestrian Crossings No.2 project will include the installation of three (3) Rectangular Rapid Flashing Beacons (RRFBs) at crosswalks. Project elements include:•ADA -compliant ramps•Sidewalk widening and bulb outs•Pavement markings and school zone signage / signage•Visibility enhancements•Drainage improvements and street lighting, where necessary
This project improves pedestrian safety, travel, and access to/from schools.
2
Existing Conditions:
1
2
3
1 2 3
AG
E
N
D
A
I
T
E
M
#
2
.
b
)
Traffic Safety – City Funds
3
•This project will be funded by City funds. The 2025Traffic Safety
Program has a budget of $500,000. The 2025 Q1 budget
adjustments will add $27,207.75 from 2024 carry forward. This
brings the total budget for Traffic Safety Program to $527,207.75.
Q1 Q2 Q3 Q4
Selection Process January - February100%
Project Kick-off End Q1 – Q2 Early Spring
Bid / Award Phase Q3 Summer – Q4 all
Construction Q4 Fall
Consultant
SelectionJanuary
Project Kick-off
Mar
Design Phase
April
Bid / Award
Aug - Sept
Construction
Sept - Nov
Design Phase Q2 Spring – Q3 Mid Summer
Project Schedule
AG
E
N
D
A
I
T
E
M
#
2
.
b
)
Staff Recommendation
4
•Authorize the City Council and City Clerk to execute
the professional services agreement with Gray &
Osborne, Inc. totaling $135,481 for the Renton
School & Pedestrian Crossings No. 2 Project.
AG
E
N
D
A
I
T
E
M
#
2
.
b
)
MEMO
Intergovernmental
Affairs
DATE:March 17,2025
TO:Ryan Mclrvin,Transportation Committee Chair
Members of the Transportation Committee
VIA:Armondo Pavone,Mayor
FROM:Eric Perry,Government Affai Manager
STAFF CONTACT:Eric Perry (eperry@rentonwa.gov)
SUBJECT:Eastside Transportation Partnership (ETP)Agreement
Key Facts and Information Summary
The Eastside Transportation Partnership (ETP)provides an Eastside forum for inter
jurisdictionat cooperation to implement coordinated,prioritized transportation plans and
programs through Leadership,education,and advocacy.
The Eastside Transportation Partnership (ETP)was established through an Intertocal
Agreement in 1987,which provided funds for a study recommending transportation
improvements on the Eastside.That study as completed,recommendations were adopted,
and staffing responsibility transferred in 1990 from the City of Redmond to King County.
Efforts have continued to imptement the recommended projects,many of which have been
completed or are currently underway.
By 1995,because of increased jobs,poputation,vehicle miles traveled,declining
transportation revenues,and new legislation,including the Growth Management Act (GMA)
and Commute Trip Reduction Act (CTRA),the ETP determined that the 1991
recommendations needed to be updated.In 1995,the group was awarded a federal grant of
Intermodal Surface Transportation Efficiency Act (ISTEA)funds.This was suppLemented by
matching contributions from ETP member jurisdictions,a new Intertocal Agreement was
approved,and a consultant was hired in January 1997 to complete the update.This was
completed and adopted in 1998.Since then,ETP has focused on regional coordination and
advocacy for ETP priorities.
Should the Renton City Council approve the 2026 ETP Agreement,the King County Council
will approve in the summer of 2025 and send the final agreement back to jurisdictions in the
fall for signature.
AGENDA ITEM #3. a)
Members of the Transportation Committee
Page 2 of 2
March 13,2025
Goats of the ETP:
Develop and adopt a package of transportation priorities based on adopted land
use plans that improve overati mobility for people,freight,and goods and address
peak-hour congestion on the Eastside.
•Jointly implement adopted priorities through leadership,education,and advocacy
within communities,cities,and the region.
•Adopt and implement a strategy for increasing transportation improvements and
programs funding.
Changes to the Agreement:
The existing inter-jurisdictional agreement expires at the end of 2025.Attached is the
existing agreement and a clean and red-line copy of the proposed ETP agreement.Changes
to the agreement include the reorganization of Section 2.1,the addition of tetters of support
for transportation projects (2.1.9),and the deletion of “Input”and the addition of
“Recommendation”(2.1.7 and 2.2.3).Section 6 changes include reorganization,whether
annuaL dues in the amount of $1 00.00 will be collected,and the addition of new due eligible
items (refreshments,room rentals,and speaker fees).
Council History
•Approval of the Eastside Transportation Partnership Agreement 2017
•Approval of the Eastside Transportation Partnership Agreement 2021
Staff Recommendation
Staff requests approval of the 2026 Eastside Transportation Partnership Agreement.
cc:Members of the Renton City CounciL
Ed VanVatey,Chief Administrative Officer
Kristi Rowtand,Deputy Chief Administrative Officer
Jason Seth,City Clerk
AGENDA ITEM #3. a)